Loading...
HomeMy WebLinkAboutCP1903_CP1904 #20-03 1904 AWN Pres. PH 2 and PH3 CITY OF AUBURN PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 DATE: April 27, 2020 Project Number CP1903/CP1904, Contract No. 20-03 Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Bid Opening Date: May 05, 2020 11:00 AM PT The following revisions, additions, and/or deletions are hereby made a part of the specifications and plans of the above-named contract and shall be taken into consideration by the bidder in submitting their bid: PART 1: GENERAL SPECIAL PROVISIONS: 1. REVISE Section 1-02.9 (Delivery of Proposal) to read: (April 2020 City of Auburn GSP) 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 and hand delivered to the City's Drop Box located outside of the main entrance of City Hall at the following address: City of Auburn — Office of the City Clerk 25 West Main Street Auburn, WA 98001-4998 The Drop Box hours for Bid Proposal Submittals will be available from 8:00 am to 11:00 am the day of the bid opening. Bid proposals placed in the Drop Box after 11 :00 am on the bid opening day will be deemed non-responsive and will not be opened or considered. Any supplemental items identified in Section 1-02.9 (Delivery of Proposal) that may be submitted within 48 hours after delivery of the Bid Proposal will be collected at 11:00 am, two (2) working days following the bid opening. The Drop Box will have a sign marked "CP1903/CP1904 Auburn Way North Preservation Project". The sealed Bid Proposal Package 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 CP1903/CP1904, Auburn Way North Preservation Project- Phase 2 and Auburn Way North Preservation Project-Phase 3; opening 11 :00 AM PT on May 05, 2020". Proposals may also be sent by mail. Mailed proposals shall be sealed in a second envelope, also addressed and marked as stated above. If the mail option is chosen, it is the Contractor's sole responsibility to ensure that the City receives the Proposal prior to the specified Bid Opening date and time. Proposals received after the specified Bid Opening date and time will be deemed non-responsive and will not be opened or considered. 2. REVISE Section 1-02.12 (Public Opening of Proposals) to read: (April 2020 City of Auburn GSP) Supplement the Section with the following: Per the Governor's Emergency Proclamation 20-28, the City of Auburn is prohibited from holding in-person meetings at this time. City of Auburn Bid Openings will be held virtually and telephonically. To attend the Bid Opening virtually, please click the link or enter the Webinar ID into the Zoom app or call into the meeting at the phone number listed below. The link to the Virtual Meeting or phone number to listen to the Bid Opening for this project is: Please click the link below to join the webinar: https://zoom.us/j/94724100459 Or join by Telephone by dialing: 253 215 8782 or 888 475 4499 (Toll Free) Webinar ID: 947 2410 0459 International numbers available: https://zoom.us/u/adXOiSAFHf By signing the space provided in the "Receipt of Addenda" section of the "Bid Proposal", bidders certify and acknowledge receipt of Addendum No. 1 and to due consideration thereof in preparing and submitting the "Bid Proposal". Failure to acknowledge receipt of this Addendum on the "Bid Proposal" may be considered an irregularity in the "Bid Proposal". Prepared By: Reviewed By: 04/27/2020 Proj- - anagDate Engineer of Record Date Luis Barba 04/27/2020 Approved B : p`y:(1Ce404/27/2020 Jacob Sweeting, P.E. Date City Engineer/Asst. Director of Engineering Services CITY OF AUBURN PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 DATE: April 29, 2020 Project Number CP1903/CP1904, Contract No. 20-03 Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Bid Opening Date: May 05, 2020 11:00 AM PT The following revisions, additions, and/or deletions are hereby made a part of the specifications and plans of the above-named contract and shall be taken into consideration by the bidder in submitting their bid: PART 1: GENERAL SPECIAL PROVISIONS: 1. REVISE the first paragraph of Section 1-07.4(2) (Health Hazards) to read: COVID-19 Health and Safety Plan (CHSP) The Contractor shall prepare a project specific comprehensive COVID-19 exposure control, mitigation, and recovery plan in accordance with the Phase 1 Construction Restart COVID-19 Job Site Requirements available at: https://www.governor.wa.gov/sites/default/files/proclamations/20- 25%20Addendum%20lmplementation%20of%20Phase%201%20Construction%2 ORestart%20Proclamation.pdf. The plan shall be prepared and submitted to the Engineer per Section 9-38 (Submittal Approval) prior to beginning physical Work. The plan submittal shall include the COVID-19 Exposure Control, Mitigation, and Recovery Plan Submittal Form available at: https://www.auburnwa.qov/UserFiles/Servers/Server 11470554/File/City%20Hall/ Documents/Forms/Health%20Safety%20PIan%20Submittal%20Form.pdf completed and signed by the Contractor. By signing the space provided in the "Receipt of Addenda" section of the "Bid Proposal", bidders certify and acknowledge receipt of Addendum No. 2 and to due consideration thereof in preparing and submitting the "Bid Proposal". Failure to acknowledge receipt of this Addendum on the "Bid Proposal" may be considered an irregularity in the "Bid Proposal". Prepared By: Reviewed By: 04/29/2020 Project Manager Date Engineer of Record Date Luis Barba 04/29/2020 Approved By: 1.' `«p;, 04/29/2020 Jacob Sweeting, Date City Engineer/Asst. Director of Engineering Services CITY OF Au BIJ J ,J Nancy Backus,Mayor WASH I NGTON 25 West Main Street * Auburn WA 98001-4998 * www.auhurnwa.gov * 253-931-3000 May 21, 2020 Mr. Tom Abplanalp Sound Pacific Construction, LLC 6708 144th Street NW, Suite A Gig Harbor, WA 98332 RE: Contract No. 20-03 Project No. CP1903/CP1904, Auburn Way North Preservation, Phase 2 & 3 Federal Aid #STUPL-1071(008) &STUPL-1071(009) Letter of Award Dear Mr. Abplanalp: Bids for construction of the above-referenced project were opened by the City Clerk at Auburn City Hall on Tuesday, May 5, 2020, at 11:00 a.m. Six responsive bids were received and have been tabulated. Your firm submitted the lowest responsible bid. The total award amount including Washington State sales tax is $3,019,069.98. On May 18, 2020, the Public Works Director awarded the project to your firm. This letter serves as your notice of award for the subject project and is a contract specification. It is the policy of the United States Department of Transportation and the City of Auburn that Underutilized Disadvantaged Business Enterprises (UDBE), as defined in the specifications for this contract, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds. Consequently, (except as specifically provided in the specifications for this contract)the requirements of 49 CFR 26 applies to this contract. Please provide a list of all firms who submitted a bid or quote in attempt to participate in this project whether they were successful or not. Include the business name and mailing address. This information is required prior to the execution of the contract. Please execute and return the following contract documents and other required information to the attention of Michelle Thompson, Contracts Administration Specialist, within seven calendar days after receiving this letter of award: a) Contract, in duplicate. b) Contract Bond, in duplicate c) Power of Attorney for your bonding company. d) Certificate(s) of insurance naming the City of Auburn as additional insured, in duplicate, for all required insurance coverages. Please include the Contract Number, Project Number and Project Name on the certificate(s). A pre-construction conference (pre-con) has been scheduled virtually on MS Teams for 1:00 p.m., Wednesday, June 3, 2020. A link to join the meeting will be provided to you via email. The City requires that the Contractor have the appropriate personnel attend the pre-construction meeting. This would include, at a minimum, the project manager and the on-site superintendent. The Contractor is encouraged to include any of their staff or sub-contractor staff they feel are critical to the project. ENG-090-ELH, Revised 5/19 AUBURN * MORE THAN YOU IMAGINED Sound Pacific Construction, LLC May 21, 2020 Page 2 of 2 The Contractor shall prepare and submit electronically one working day prior to the preconstruction conference, the following, per Section 9-38 (Submittal Approval): a) Preliminary Progress Schedule. b) Breakdown of lump sum items except for Traffic Control Supervisor, Mobilization and Record Drawings. c) SPCC Plan per Section 1-07.15(1)of the Contract Documents. In addition, the Contractor shall prepare and submit electronically one working day prior to the preconstruction conference: a) Requests to Sublet for all remaining subcontractors not included in the bid submittal which must be approved prior to payment. b) Emergency call list. c) A schedule of equipment and labor rates, as outlined in Section 1-09.6 (Force Account) to be utilized in the event of any Force Account activities. As noted in the contract documents, a Notice to Proceed will be issued within five working days of the contract execution date, which is the date the contract has been fully executed by the City. If you do not have a current Business License to work in the City of Auburn, you can submit your application electronically via email. Business License applications can be found on the City's website by hovering over the 'Businesses' tab on the homepage and selecting 'Permits and Licenses'. All subcontractors and lower tier subcontractors working on the project must also have a City of Auburn Business License. Please contact me at 253-931-4013 or Michelle Thompson, Contracts Administration Specialist, at mthompson@auburnwa.gov, if you have any questions. Sincerely, i - For: Luis Barba, P.E. Project Engineer Public Works Department JLB/mt/as Enclosures cc: Shawn Campbell, City Clerk Josh Linkem, Construction Inspector File 13.10 (CP1903/CP1904) Electronic Distribution Only ENG-090-ELH, Revised 5/19 AUBURN * MORE THAN YOU IMAGINED 2020 WSDOT C I T Y O F A U B U R N K I N G A N D P I E R C E C O U N T I E S , W A S H I N G T O N CONTRACT PROVISIONS WITH SAMPLE CONTRACT FORMS for Project Number CP1903/CP1904 AUBURN WAY NORTH PRESERVATION PROJECT-PHASE 2 AND AUBURN WAY NORTH PRESERVATION PROJECT-PHASE 3 Contract No. 20-03 Federal Aid No. STPUL-1071(008) Federal Aid No. STPUL-1071(009) Bid Opening Date: May 05, 2020 11:00 AM PT City of Auburn Engineering Division Public Works Department 25 West Main St. Auburn, WA 98001-4998 (253) 931-3010 C I T Y O F A U B U R N K I N G A N D P I E R C E C O U N T I E S , W A S H I N G T O N CONTRACT PROVISIONS WITH SAMPLE CONTRACT FORMS for Project Number CP1903/CP1904 AUBURN WAY NORTH PRESERVATION PROJECT-PHASE 2 AND AUBURN WAY NORTH PRESERVATION PROJECT-PHASE 3 Contract No. 20-03 Federal Aid No. STPUL-1071(008) Federal Aid No. STPUL-1071(009) Engineering Division Public Works Department 25 West Main St. Auburn, WA 98001-4998 (253) 931-3010 Approved for Construction: Jacob Sweeting, P.E., Date City Engineer Reviewed By: _______________________________ Project Manager Date Luis Barba 04/14/2020 Introduction Description of Work DESWORK1.FR1 (March 13, 1995 WSDOT GSP) This Contract provides for the improvement of Project CP1903/CP1904, Auburn Way North Preservation Project-Phase 2 and Auburn W ay North Preservation Project-Phase 3, The major items of work include rehabilitate and preserve the existing pavement on Auburn Way North between 22nd St NE and SR-18, including the installation of two 12-inch water mains across Auburn Way North at 2nd Street NE and 3rd Street NE and storm system improvements, and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. Project Location The project is located in Auburn, Washington on Auburn Way North from 22nd Street NE, south to Auburn Way South and SR-18. Project Funding This project is funded with federal funds and City of Auburn monies. TABLE OF CONTENTS Introduction Table of Contents Invitation for Bids SAMPLE CONTRACT FORMS Contract Contract Bond Warranty Bond Request to Sublet Work Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal-aid Projects 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 APPENDIX ‘C’ 1. Federal Requirements 2. Required Contract Provisions Federal Aid Construction Contracts 3. Title VI Assurances APPENDIX ‘D’ Pavement Core Information INVITATION FOR BIDS CITY OF AUBURN PROJECT NO. CP1903/CP1904, CONTRACT NO. 20-03 AUBURN WAY NORTH PRESERVATION PROJECT-PHASE 2 AND AUBURN WAY NORTH PRESERVATION PROJECT-PHASE 3 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 PT on May 05, 2020, 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 rehabilitate and preserve the existing pavement on Auburn Way North between 22nd St NE and SR-18, including the installation of two 12-inch water mains across Auburn Way North at 2nd Street NE and 3rd Street NE and storm system improvements. The proposed bid range for the project is from $3,275,500 to $3,750,000. The entire project, including cleanup, shall be physically completed within 160 working days. This project is funded with federal funds and City of Auburn monies. Requirements stipulated for Federal and other governmental funding have been incorporated into the Contract Documents and require full compliance by the Contractor and any subcontractor hired by the Contractor. The Underutilized Disadvantaged Business Enterprise (UDBE) requirements on this project are 9% certified UDBE. 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 following is applicable to this federal aid project: The City of Auburn, in accordance with Title VI of the Civil Rights Acts of 1964, 78 Statute. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The Plans, Specifications, Addenda, Bidders List, and the 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 April 14, 2020, April 21, 2020, and April 28, 2020; Seattle Times April 14, 2020, and April 21, 2020. SAMPLE CONTRACT FORMS for Project Number CP1903/CP1904 AUBURN WAY NORTH PRESERVATION PROJECT-PHASE 2 AND AUBURN WAY NORTH PRESERVATION PROJECT-PHASE 3 Contract No. 20-03 C O N T R A C T Contract No. 20-03 THIS AGREEMENT AND CONTRACT, made and entered into, in duplicate, 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 “CP1903/CP1904, Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3,” 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 CP1903/CP1904, Auburn Way North Preservation Project- Phase 2 and Auburn Way North Preservation Project-Phase 3 __ rehabilitate and preserve the existing pavement on Auburn Way North between 22nd St NE and SR- 18, including the installation of two 12-inch water mains across Auburn Way North at 2nd Street NE and 3rd Street NE and storm system improvements for a unit, or lump sum, bid price of $_____________ and Washington State Sales Tax of $________ 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 160 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. 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___ APPROVED AS TO FORM: Kendra Comeau, City Attorney CONTRACTOR By Authorized Official Signature C O N T R A C T B O N D CONTRACT NO. 20-03 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 20-03, and providing for the construction of Project CP1903/CP1904, Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 - rehabilitate and preserve the existing pavement on Auburn Way North between 22nd St NE and SR-18, including the installation of two 12-inch water mains across Auburn Way North at 2nd Street NE and 3rd Street NE and storm system improvements (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 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 60 days after the Completion of this Contract, the expiration of the lien period, and if there are no liens pending, and provided the conditions of the release of Contract Bond as provided in the Contract are met, 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 W A R R A N T Y B O N D CONTRACT NO. 20-03 BOND NO. ________________ BOND TO CITY OF AUBURN, WASHINGTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, , as Principal (hereinafter called the “Principal”), and , a corporation, organized and existing under the laws of the State of , as a surety corporation, (hereinafter called the “Surety”), 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 Principal entered into a certain Contract with the City of Auburn, dated for Contract numbered 20-03, and providing for the construction of Project CP1903/CP1904, Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 - rehabilitate and preserve the existing pavement on Auburn Way North between 22nd St NE and SR-18, including the installation of two 12-inch water mains across Auburn Way North at 2nd Street NE and 3rd Street NE and storm system improvements , in accordance with the terms and conditions of said Contract, which is hereby referred to and made a part hereof as it is fully set forth herein, and WHEREAS, the said Principal is required to guarantee all the construction of the Work installed under the said Contract, against defects in Deliverables under the Warranty provisions set forth in Section 1-05.10, Guarantees, under the Contract, which may develop during the One Year period following the Contract Completion as defined in said Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that the Surety’s obligation hereunder shall only arise upon Surety’s receipt of a copy of City of Auburn’s written notice to Principal setting out City of Auburn’s claim against Principal. City of Auburn’s written notice should state intended amount to be claimed in the event Principal fails to commence action to cure such default within 30 business days from the date of the notice. A FURTHER CONDITION OF THIS OBLIGATION IS SUCH, that if Principal shall faithfully carry out and perform the said guarantee, and shall, on due notice, repair and make good at its own expense any and all defects in the said work and Deliverables which may develop during the One Year period following Contract Completion or shall pay over, make good and reimburse to the said City of Auburn all loss and damage which said City of Auburn may sustain by reason of failure or default of said Principal so to do, then this obligation shall be null and void, otherwise shall remain in full force and effect but not later than One Year following the Contract Completion or the date Principal delivers a further Warranty Bond in the amount as stated above per the requirements of the Contract, whichever date is later. 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 Contract Completion, 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-bounded parties have executed this instrument this day of , 20__. Principal Surety By Attorney in Fact ________________________________ __________________________________ Resident Agent’s Address & Phone Number REQUEST TO SUBLET WORK SUBCONTRACTOR LOWER TIER SUBCONTRACTOR PRIME CONTRACTOR FEDERAL EMPLOYEE I.D. NO. * CITY CONTRACT NO. 20-03 JOB DESCRIPTION (Title) CP1903/CP1904, Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 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: CONTRACT ADMINISTRATION SPECIALIST DATE APPROVED ENG-113, Revised 11/19 CONTRACTOR AND SUBCONTRACTOR OR LOWER TIER SUBCONTRACTOR CERTIFICATION FOR FEDERAL-AID PROJECTS (Required for each subcontractor or Lower Tier Subcontractor on all Federal-Aid projects) Contract Number Federal-aid Number State Route Number Subcontractor or Lower Tier Subcontractor To be signed by proposed subcontractor or lower tier subcontractor The contract documents for this subcontract include as part of the subcontract a special provision entitled “Required Federal-Aid Provisions”, the “Required Contract Provisions Federal-Aid Construction contracts (FHWA 1273)”, and the minimum wage rates. I certify the above statement to be true and correct. Company Signature Date Title Contractor Certification To be completed and signed by the Contractor 1.  A written agreement has been executed between my firm and the above subcontractor. 2.  A written agreement has been executed between (the subcontractor) and the above lower tier subcontractor. All documents required by the special provision entitled “Required Federal-Aid Provisions” are included in the agreement for (1) or (2) marked above. I certify the above statements under Contractor Certification to be true and correct. Company Signature Date Title INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (May 2013 City of Auburn GSP) Also incorporated into the Contract Documents by reference are: · Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any · Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition · City of Auburn Surface Water Management Manual (SWMM) Contractor shall obtain copies of these publications, at Contractor’s own expense. PART 1: GENERAL SPECIAL PROVISIONS for Project Number CP1903/CP1904 AUBURN WAY NORTH PRESERVATION PROJECT-PHASE 2 AND AUBURN WAY NORTH PRESERVATION PROJECT-PHASE 3 Contract No. 20-03 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 ........................................................................................................ 1-1 1-02 Bid Procedures and Conditions ............................................................................1-4 1-02.1 Prequalification of Bidders ............................................................................. 1-4 1-02.1 Qualifications of Bidder .................................................................................. 1-4 1-02.2 Plans and Specifications ................................................................................ 1-4 1-02.4 Examination of Plans, Specifications and Site of Work .............................. 1-5 1-02.4(1) General ............................................................................................................. 1-5 1-02.4(2) Subsurface Information .................................................................................. 1-5 1-02.5 Proposal Forms ............................................................................................... 1-5 1-02.6 Preparation of Proposal .................................................................................. 1-6 1-02.7 Bid Deposit ....................................................................................................... 1-7 1-02.9 Delivery of Proposal ........................................................................................ 1-8 1-02.10 Withdrawing, Revising, or Supplementing Proposal ................................... 1-9 1-02.12 Public Opening of Proposals ......................................................................... 1-9 1-02.13 Irregular Proposals........................................................................................ 1-10 1-02.14 Disqualification of Bidders ........................................................................... 1-11 1-02.15 Pre-Award Information .................................................................................. 1-11 1-03 Award and Execution of Contract ....................................................................... 1-12 1-03.1 Consideration of Bids ................................................................................... 1-12 1-03.3 Execution of Contract ................................................................................... 1-12 1-03.4 Contract Bond ................................................................................................ 1-12 1-03.7 Judicial Review .............................................................................................. 1-13 1-04 Scope of the Work ......................................................................................... 1-13 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications and Addenda ........................................................................ 1-13 1-04.11 Final Cleanup ................................................................................................. 1-14 1-05 Control of Work .................................................................................................... 1-14 1-05.4 Conformity with and Deviations from Plans and Stakes........................... 1-14 1-05.7 Removal of Defective and Unauthorized Work .......................................... 1-16 1-05.10 Guarantees ..................................................................................................... 1-16 1-05.11 Final Inspection ............................................................................................. 1-17 1-05.11 Final Inspections and Operational Testing ................................................. 1-17 1-05.11(1) Substantial Completion Date ....................................................................... 1-17 1-05.11(2) Final Inspection and Physical Completion Date ........................................ 1-17 1-05.11(3) Operational Testing ....................................................................................... 1-18 1-05.12 Final Acceptance ........................................................................................... 1-18 1-05.13 Superintendents, Labor, and Equipment of Contractor ............................ 1-18 1-05.16 Water and Power ........................................................................................... 1-18 1-05.17 Oral Agreements............................................................................................ 1-19 1-05.18 Construction Record Drawings ................................................................... 1-19 1-06 Control of Material ............................................................................................... 1-23 1-06.1(2) Request for Approval of Material (RAM) ..................................................... 1-24 1-06.6 Recycled Materials ........................................................................................ 1-24 1-07 Legal Relations and Responsibilities to the Public ........................................... 1-24 1-07.1 Laws to be Observed .................................................................................... 1-24 1-07.2 State Taxes ..................................................................................................... 1-25 1-07.2(1) State Sales Tax – Rule 171 ........................................................................... 1-26 1-07.2(2) State Sales Tax – Rule 170 ........................................................................... 1-26 1-07.2(3) Services .......................................................................................................... 1-26 1-07.4 Sanitation ....................................................................................................... 1-26 1-07.4(2) Health Hazards ............................................................................................... 1-26 1-07.5(7) City of Auburn Requirements ...................................................................... 1-28 1-07.6 Permits and Licenses ................................................................................... 1-28 1-07.9 Wages ............................................................................................................. 1-28 1-07.9(1) General ........................................................................................................... 1-28 1-07.9(5) Required Documents .................................................................................... 1-29 1-07.11 Requirements for Nondiscrimination .......................................................... 1-30 1-07.11(2) Contractual Requirements ........................................................................... 1-57 1-07.12 Federal Agency Inspection ........................................................................... 1-58 1-07.15 Temporary Water Pollution Prevention ....................................................... 1-58 1-07.16 Protection and Restoration of Property ...................................................... 1-58 1-07.16(1) Private/Public Property ................................................................................. 1-59 1-07.16(1)A Protection and Restoration of Existing Markers and Monuments ........... 1-59 1-07.16(2) Vegetation Protection and Restoration ....................................................... 1-60 1-07.17 Utilities and Similar Facilities ....................................................................... 1-60 1-07.17(1) Utility Construction, Removal, or Relocation by the Contractor .............. 1-60 1-07.17(1)A Disruptions to City Water Services ............................................................. 1-61 1-07.17(1)B(1) Utility Potholing ............................................................................................. 1-61 1-07.17(1)B(2) Measurement ................................................................................................. 1-61 1-07.17(1)B(3) Payment ......................................................................................................... 1-61 1-07.18 Public Liability and Property Damage Insurance ....................................... 1-62 1-07.18 Insurance ........................................................................................................ 1-62 1-07.18(1) General Requirements .................................................................................. 1-62 1-07.18(2) Additional Insured ......................................................................................... 1-63 1-07.18(3) Subcontractors .............................................................................................. 1-63 1-07.18(4) Verification of Coverage ............................................................................... 1-63 1-07.18(5) Coverages and Limits ................................................................................... 1-64 1-07.18(5)A Commercial General Liability ....................................................................... 1-64 1-07.18(5)B Automobile Liability ...................................................................................... 1-65 1-07.18(5)C Workers’ Compensation ............................................................................... 1-65 1-07.18(5)D Excess or Umbrella Liability ........................................................................ 1-65 1-07.23 Public Convenience and Safety ................................................................... 1-65 1-07.23(1) Construction Under Traffic ........................................................................... 1-65 1-07.23(1)A Dust and Mud Control and Street Cleaning ................................................ 1-67 1-07.23(1)B Daily Cleanup and Maintenance Items ........................................................ 1-67 1-07.23(1)C Closure Restrictions ..................................................................................... 1-68 ......................................................................................................................... 1-68 1-07.23(2) Construction and Maintenance of Detours ................................................. 1-68 1-07.23(3) Payment .......................................................................................................... 1-70 1-07.24 Rights of Way ................................................................................................. 1-70 1-07.28 Haul Routes .................................................................................................... 1-70 1-08 Prosecution and Progress .................................................................................. 1-70 1-08.0 Preliminary Matters ....................................................................................... 1-71 1-08.0(1) Preconstruction Conference ........................................................................ 1-71 1-08.0(2) Hours of Work ................................................................................................ 1-71 1-08.1 Subcontracting .............................................................................................. 1-72 1-08.3 Progress Schedule ........................................................................................ 1-73 1-08.3(1) General Requirements .................................................................................. 1-73 1-08.3(2) Progress Schedule Types ............................................................................ 1-73 1-08.3(2)A Type A Progress Schedules ......................................................................... 1-74 1-08.3(5) Payment .......................................................................................................... 1-74 1-08.3(7) Progress Meeting .......................................................................................... 1-74 1-08.4 Notice To Proceed And Prosecution Of The Work .................................... 1-74 1-08.5 Time for Completion...................................................................................... 1-75 1-08.5(1) Project Constraints, Sequences, and Milestones ...................................... 1-76 1-08.6 Suspension of Work ...................................................................................... 1-76 1-08.9 Liquidated Damages ..................................................................................... 1-77 1-09 Measurement and Payment ................................................................................. 1-77 1-09.1 Measurement of Quantities .......................................................................... 1-77 1-09.2 Weighing Equipment ..................................................................................... 1-77 1-09.2(1) General Requirements for Weighing Equipment ....................................... 1-77 1-09.2(5) Measurement ................................................................................................. 1-78 1-09.3 Scope of Payment ......................................................................................... 1-78 1-09.4 Equitable Adjustment ................................................................................... 1-78 1-09.6 Force Account ............................................................................................... 1-78 1-09.8 Payment for Material on Hand ...................................................................... 1-78 1-09.9 Payments ........................................................................................................ 1-78 1-09.9(1) Retainage ....................................................................................................... 1-80 1-09.9(1) Vacant ............................................................................................................. 1-80 1-09.13 Claims Resolution ......................................................................................... 1-80 1-09.13(3) Claims $250,000 or Less ............................................................................... 1-80 1-09.13(3)A Administration of Arbitration ....................................................................... 1-80 1-10 Temporary Traffic Control ................................................................................... 1-80 1-10.1 General ........................................................................................................... 1-80 1-10.2 Traffic Control Management ......................................................................... 1-81 1-10.2(1) General ........................................................................................................... 1-81 1-10.2(2) Traffic Control Plans ..................................................................................... 1-81 1-10.3 Traffic Control Labor, Procedures, and Devices ........................................ 1-83 1-10.3(1)B Other Traffic Control Labor .......................................................................... 1-83 1-10.3(3)A Construction Signs ....................................................................................... 1-83 1-10.4 Measurement ................................................................................................. 1-83 1-10.5 Payment .......................................................................................................... 1-83 DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-1 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Division 1 General Requirements 1-01 Definitions And Terms 1-01.3 Definitions (April 2006 City of Auburn GSP) Add the following before the first paragraph: 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 2018 City of Auburn GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date - The date on which the Contracting Agency publicly opens and reads the Bids. Award Date - The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date - The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date - The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date - The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date - The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date See Completion Date. (March 2018 City of Auburn GSP) Supplement this section with the following: DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-2 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 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 the terms “State” or “state” shall be revised to read “Contracting Agency” unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”. All references to “final contract voucher certification” shall be interpreted to mean the final payment form established by the Contracting Agency. Additive - A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate - One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day - A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond - The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents - See definition for “Contract”. Contract Time - The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award - The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency’s acceptance of the Bid Proposal. Notice to Proceed - The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic - Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. (January 2020 City of Auburn GSP) Supplement this section with the following: 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 · Non-collusion Declaration Form DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-3 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 · Certification For Federal-Aid Contracts Form · Certification Regarding Debarment and Suspension Form · Certification of Nonsegregated Facilities Form · Contractor Certification Wage law Compliance · Local Agency Underutilized Disadvantaged Business Enterprise Utilization Certification Form · Local Agency Underutilized Disadvantage Business Enterprise (UDBE) Written Confirmation Document Form · Underutilized Disadvantaged Business Enterprise (UDBE) Trucking Credit Form · Underutilized Disadvantaged Business Enterprise (UDBE) Bid Item Breakdown Form · Responsible Bidder Information · Proposed Equipment and Manpower Schedule · Local Agency Subcontractor List · Bid Bond City of Auburn - See Contracting Agency 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 equal”, “approved equivalent” “or equivalent”, etc., as used in the Contract Documents, shall mean 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. Equitable Adjustment or Eq. Adj. - The term Equitable Adjustment or Eq. Adj. used in the Bid Proposal Form for Units 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. Estimate - The term Estimate or Est. used in the Bid Proposal Form for Units 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. 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 for this work. 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. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-4 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Shop Drawings - Same as “Working Drawings” as defined in the Standard Specifications. Special Provisions - These provide modifications to the Standard Specifications. Standard Details - Same as “Standard Plans” as defined in the Standard Specifications. Standard Plans - The manual of standard Plans adopted by the City of Auburn is the City of Auburn Construction Standards – Part 2 Standard Details, which includes City of Auburn Standard Details and certain WSDOT Standard Plans by reference. Standard Specifications - The Standard Specifications for Road, Bridge and Municipal Construction, 2020 (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. Warranty Bond - The approved form of security furnished by the Contractor and the Contractor’s Surety as required by the Contract, that guarantees performance of warranty work required by the Contract and payment to the City in the event the Contractor fails to perform the required warranty work. 1-02 Bid Procedures and Conditions 1-02.1 Prequalification of Bidders (January 24, 2011 APWA GSP) Delete this section and replace it with the following: 1-02.1 Qualifications of Bidder Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. (April 2006 City of Auburn GSP) Supplement this section with the following: 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 (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the Contract, Contract Plans and Contract Provisions will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-5 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Reduced plans (11" x 17") 3 Furnished automatically upon award. Contract Provisions 2 Furnished automatically upon award. Large plans (e.g., 22" x 36") 2 Furnished automatically 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. (April 2017 City of Auburn GSP) Supplement this section with the following: After Award, the no cost Contract Plans and Contract Provisions are available to be picked up by the Contractor at the City of Auburn Customer Service Center located on the 2nd floor of the One East Main St, Auburn WA 98001 building. If they are not picked up by the Contractor before the date of the Preconstruction Conference, then they will be provided to the Contractor at that meeting. 1-02.4 Examination of Plans, Specifications and Site of Work 1-02.4(1) General (August 15, 2016 APWA GSP Option B) The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business 3 business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.4(2) Subsurface Information (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. (January 2017 City of Auburn GSP) Supplement this section with the following: 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. 1-02.5 Proposal Forms (July 31, 2017 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; DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-6 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone number, and signature; the bidder’s UDBE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor’s Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (June 3, 2019 WSDOT GSP 1-02.6.OPT2.GR1) Section 1-02.6 is supplemented with the following: The Bidder shall submit with the Bid a completed Underutilized Disadvantaged Business Enterprise (UDBE) Utilization Certification, when required by the Special Provisions. For each and every UDBE firm listed on the Bidder’s completed Underutilized Disadvantaged Business Enterprise Utilization Certification, the Bidder shall submit written confirmation from that UDBE firm that the UDBE is in agreement with the UDBE participation commitment that the Bidder has made in the Bidder’s completed Underutilized Disadvantaged Business Enterprise Utilization Certification. WSDOT Form 422 031U (Underutilized Disadvantaged Business Enterprise Written Confirmation Document) is to be used for this purpose. Bidder must submit good faith effort documentation only in the event the bidder’s efforts to solicit sufficient UDBE participation have been unsuccessful. The Bidder shall submit a UDBE Bid Item Breakdown form defining the scope of work to be performed by each UDBE listed on the UDBE Utilization Certification. If the Bidder lists a UDBE Trucking firm on the UDBE Utilization Certification, then the Bidder must also submit a UDBE Trucking Credit Form (WSDOT Form 272-058) documenting how the UDBE Trucking firm will be able to perform the scope of work subcontracted to them. Directions for delivery of the Underutilized Disadvantaged Business Enterprise Written Confirmation Documents, Underutilized Disadvantaged Business Enterprise Good Faith Effort documentation, UDBE Bid Item Breakdown Form and the UDBE Trucking Credit Form are included in Section 1-02.9 (July 11, 2018 APWA GSP) Supplement the second paragraph with the following: 1. 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. 2. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last two paragraphs, and replace them with the following: If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any Subcontractor to perform those items of work. The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-7 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. (June 2017 City of Auburn GSP) Supplement this section with the following: Any correction to a bid made by interlineation, alteration, or erasure, may also be initialed by an authorized representative of the bidder. (March 2015 City of Auburn GSP) Supplement this section with the following: According to RCW 39.30.060, since the expected total cost of this contract 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. The City of Auburn defines the expected total cost of a contract as the Engineer’s Estimate, which includes all schedules and sales tax as applicable. 1-02.7 Bid Deposit (May 2015 City of Auburn GSP) This section is revised as follows: The third and fourth 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 CP1903/CP1904 1-8 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 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 (December 19, 2019 APWA GSP, Option A) Delete this section and replace it with the following: Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. To be considered responsive on a FHWA-funded project, the Bidder may be required to submit the following items, as required by Section 1-02.6: · UDBE Written Confirmation Document from each UDBE firm listed on the Bidder’s completed UDBE Utilization Certification (WSDOT 272-056U) · Good Faith Effort (GFE) Documentation · UDBE Bid Item Breakdown (WSDOT 272-054) · UDBE Trucking Credit Form (WSDOT 272-058) These documents, if applicable, shall be received either with the Bid Proposal or as a supplement to the Bid. These documents shall be received no later than 48 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal. If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed envelope labeled the same as for the Proposal, with “Supplemental Information” added. All other information required to be submitted with the Bid Proposal must be submitted with the Bid Proposal itself, at the time stated in the Call for Bids. Proposals that are received as required will be publicly opened and read as specified in Section 1-02.12. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any “Supplemental Information” (UDBE confirmations, or GFE documentation) that is received after the time specified above, or received in a location other than that specified in the Call for Bids. If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received at the office designated for DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-9 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 receipt of bids as specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which the normal work processes of the Contracting Agency resume. (April 2006 City of Auburn GSP) 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 CP1903/CP1904, Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3; opening 11:00 AM PT on May 05, 2020”. Proposals sent by mail shall be sealed in a second envelope, also addressed and marked as stated above. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.12 Public Opening of Proposals (January 2017 City of Auburn GSP) Supplement the section with the following: DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-10 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Bid Proposal Packages will be opened and publicly read aloud at 11:00 AM PT on May 05, 2020 by the City Clerk in the Auburn City Hall located at 25 West Main Street, Auburn WA. 1-02.13 Irregular Proposals (December 19, 2019 APWA GSP) Delete this section and replace it with the following: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; c. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each UDBE firm listed on the Bidder’s completed UDBE Utilization Certification that they are in agreement with the bidder’s UDBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bidder fails to submit a UDBE Bid Item Breakdown form, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; l. The Bidder fails to submit UDBE Trucking Credit Forms, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; m. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or n. More than one Proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-11 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (May 17, 2018 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. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1). To assess bidder responsibility, the Contracting Agency reserves the right to request documentation as needed from the Bidder and third parties concerning the 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. 1-02.15 Pre-Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-12 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 1-03 Award and Execution of Contract 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder’s unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 7 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 7 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (September 2019 City of Auburn GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond shall be a combined payment and performance bond and shall: 1. Be on Contracting Agency-furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-13 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond 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 signed by the president or vice president). 1-03.7 Judicial Review (November 30, 2018 APWA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04 Scope of the Work 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Standard Specifications, 6. Contracting Agency’s Standard Plans or Details (if any), and DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-14 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. (April 2017 City of Auburn GSP) Supplement the section with the following: The Contract will be known as Project CP1903/CP1904, Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3. (September 2019 City of Auburn GSP) Add the following new section: 1-04.3(2) Request for Information (RFI) Requests for Information (RFI’s), shall be made electronically and shall be transmitted via e- mail to PWSubmittals@auburnwa.gov. The e-mail subject line of electronic RFI’s shall include the following: CP1903/CP1904, Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 - <<<RFI Title>>>. Each e-mail shall be limited to 10 MB’s in size. In the event the Contractor cannot meet the 10 MB’s size limit for a specific RFI, the Contractor may request to submit the individual RFI as a hardcopy. Hardcopy RFI’s shall be either mailed to the City of Auburn Public Works Department at 25 West Main St, Auburn, WA 98001 or dropped off at the City of Auburn Customer Service Center located on the 2nd floor of the One East Main St, Auburn WA 98001 building. All RFI’s shall accompany the City of Auburn “CIP Construction Request for Information” (RFI) form as a cover letter with enough information provided for the Engineer to respond accordingly. The time required to evaluate and review RFI’s is not the same for all RFI’s. The Contractor shall allow a minimum of 10 calendar days upon receipt of the RFI, unless otherwise noted, for the Engineer to respond. 1-04.11 Final Cleanup (February 2018, City of Auburn GSP) Supplement the section with the following: Final cleanup shall also include cleaning out all newly installed 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 1-05.4 Conformity with and Deviations from Plans and Stakes (September 2016 City of Auburn GSP) Revise the second sentence of the second paragraph to read: The allowable tolerance for the Contractor’s work shall not exceed 0.02 feet from lines, grades, depths and cross-sections shown on the Plans unless otherwise specified in these contract documents. (July 23, 2015 APWA GSP, Option 1) Supplement this section with the following: Roadway and Utility Surveys DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-15 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 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 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. On alley construction projects with minor grade changes, the Engineer shall provide only offset hubs on one side of the alley to establish the alignment and grade. (September 2016 City of Auburn GSP) The Contractor shall inform the Engineer at least 3 working days in advance where they intend 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. Delays caused by lack of stakes or as a result of the Contractor failing to be specific when requesting survey staking shall not be the basis for additional time or claims for additional compensation by the Contractor. (July 23, 2015 APWA GSP, Option 2) Supplement this section with the following: Bridge and Structure Surveys For all structural work such as bridges and retaining walls, the Contractor shall retain, as a part of Contractor’s organization, an experienced team of surveyors. The Contractor shall provide all surveys required to complete the structure, except the following primary survey control, which will be provided by the Engineer: 1. Centerline or offsets to centerline of the structure. 2. Stations of abutments and pier centerlines. 3. A sufficient number of bench marks for levels to enable the Contractor to set grades at reasonably short distances. 4. Monuments and control points as shown in the Plans. The Contractor shall establish all secondary survey controls, both horizontal and vertical, as necessary to assure proper placement of all project elements based on the primary control points provided by the Engineer. Survey work shall be within the following tolerances: Stationing ±0.01 foot Alignment ±0.01 foot (between successive points) Superstructure Elevations ±0.01 foot (from plan elevations) Substructure Elevations ±0.05 foot (from plan elevations) During the progress of the work, the Contractor shall make available to the Engineer all field books including survey information, footing elevations, cross sections and quantities. The Contractor shall be fully responsible for the close coordination of field locations and measurements with appropriate dimensions of structural members being fabricated. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-16 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. 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 (March 2018 City of Auburn GSP) Supplement this section with the following: The work performed under these Contract Documents shall be guaranteed for a period of one year beyond the “Completion and Acceptance Date” thereof against defective materials, equipment, and workmanship. The Warranty Bond shall also include the landscape establishment required in the Contract per Section 8-02.3(13) (Plant Establishment). The value of the Warranty Bond shall be either ten percent (10%) of the value of the contract, including change orders, or two thousand dollars ($2,000.00), whichever is greater. 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 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. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-17 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Payment will be made for each of the following Bid items that are included in the Proposal: “One Year Warranty Bond”, per Lump Sum Payment for the One Year Warranty Bond is ineligible for FHWA reimbursement. 1-05.11 Final Inspection (October 1, 2005 APWA GSP) Delete the entire section and replace with the following, including subsections: 1-05.11 Final Inspections and Operational Testing 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor’s request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date 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 DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-18 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have, at the Physical Completion Date, a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing, they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s guaranties or warranties furnished under the terms of the contract. 1-05.12 Final Acceptance (March 2018, City of Auburn) Revise the first paragraph to read: The Contractor must perform all physical Work under the Contract before a Completion Date and final acceptance can occur. Failure of the Contractor to perform all the obligations under the Contract shall not bar the Contracting Agency from unilaterally accepting the Contract as provided in Section 1-09.9. Progress estimates or payments shall not be construed as acceptance of any Work under the Contract. 1-05.13 Superintendents, Labor, and Equipment of Contractor (September 2013 City of Auburn GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor’s qualifications pursuant to Section 1-02.14, it will take these performance reports into account. (October 1, 2005 APWA GSP) Add the following new section: 1-05.16 Water and Power 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. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-19 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 (January 2020 City of Auburn GSP) Add the following new section: 1-05.17 Oral Agreements No oral agreement or conversation 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 or conversation shall be considered as unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by the City. (December 2019 City of Auburn GSP) Add the following new section: 1-05.18 Construction Record Drawings The following requirements are intended to provide the project Contractor with the information necessary to furnish the City with satisfactory Construction Record Drawings: 1. The Contractor shall be responsible for tracking all relevant field changes to the approved construction drawings on a daily basis. These changes shall be clearly identified in red in a comprehensive manner on one set of full size Plans to be known as the “Construction Record Drawings”. The Construction Record Drawings may be in electronic (PDF) format, however all requirements of this section shall be met. 2. The Construction Record Drawing set shall be used for this purpose alone, shall be kept separate from other Plan sheets, and shall be clearly marked as “Construction Record Drawings”. The Construction Record Drawings, either hard copy version or electronic format, shall be accessible on site, and shall be available for review by the Contracting Agency at all times. The Contractor shall bring the hard copy Construction Record Drawings to each progress meeting or bring an accessible electronic version for review when such meetings are included in the Contract. 3. The quality of the Construction Record Drawings, in terms of accuracy, clarity, and completeness, shall be adequate to allow the Contracting Agency to modify the computer-aided drafting (CAD) Contract Drawings and electronic PDF drawings to produce a complete set of Construction As-builts for the Contracting Agency without further investigative effort by the Contracting Agency. 4. The Construction Record Drawings shall identify all existing or abandoned utilities that were encountered during construction that were not shown on the approved construction drawings. 5. The Construction 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. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-20 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 · 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 Construction Record Drawings shall identify all deviations from the approved construction drawings as follows: Sanitary Sewer Manholes: · Type/size of structure · Location to the nearest 1-foot horizontal · Rim elevations to the nearest 0.1-foot vertical · Invert elevations to the nearest 0.1-foot vertical · Pipe sizes to the nearest 1-inch inside diameter Pipes: · Type of pipe · Location to the nearest 1-foot horizontal · Length between structures to the nearest 1 foot · Slopes based on invert elevations · Pipe sizes to the nearest 1-inch inside diameter Side Sewers: · Type of pipe · Location from reference manhole to the nearest 1 foot horizontal and consistent with the TV report · Location to the nearest 1-foot horizontal · Length between structures to the nearest 1 foot · Slopes based on the constructed invert elevations · Invert elevations at right-of-way lines to the nearest 0.5-feet vertical Storm Drainage Manholes/Catch Basins: · Type/size of structure · Location to the nearest 1-foot horizontal · Rim elevations to the nearest 0.1-foot vertical · Invert elevations to the nearest 0.1-foot vertical · Pipe sizes to the nearest 1-inch inside diameter DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-21 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Pipes: · Type of pipe · Location to the nearest 1-foot horizontal · Length between structures to the nearest 1-foot · Slopes based on the constructed invert elevations · Pipe sizes to the nearest 1-inch inside diameter Water Pipes: · Type of pipe and joints · Deflection of bends to the nearest 1 degree · Location to the nearest 1-foot horizontal · Location to the nearest 0.5-foot vertical between valves at 50-foot stations and intersection with other utilities · Length between valves to the nearest 1 foot · Pipe sizes to the nearest 1-inch inside diameter · Valves, Hydrants, Blowoffs, Air Vacs, and PRV’s: · Type of facility · Location to the nearest 1-foot horizontal Water Meters and Services: · Type of service material · Location of service line to the nearest 1-foot horizontal · Meter location to the nearest 1-foot horizontal · Meter sizes to the nearest ¼-inch in diameter Streets Public Streets: · Centerline elevations to the nearest 0.1-foot vertical at 100-foot stations · Centerline slopes and vertical curve data based on the constructed centerline elevations · Gutterline elevations to the nearest 0.1-foot vertical (if not a standard crown section) · Gutterline slopes and vertical curve data based on the constructed gutterline elevations (if not a standard crown section) Driveway and Sidewalk: · Type of driveway (commercial or residential section) DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-22 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 · Centerline driveway location to the nearest 1-foot horizontal · Driveway width to the nearest 1-foot horizontal · Sidewalk width to the nearest 1-foot horizontal · Curb ramp (steepest grade to the nearest .1% of the ramp, wings, and landing), (indication if curb ramp has associated Maximum Extents Feasible (MEF) documentation with date of MEF approval) 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 Illumination: · Location of luminaries, junction boxes and service cabinets to the nearest 1-foot horizontal · Power meter number and address · Fixture information (wattage, model number, AMI radio number) · Davit arm length Signalization: · Location of signal poles, junction boxes, service cabinets, and controllers to the nearest 1-foot horizontal · Power meter number and address 6. At the time the Contractor transmits the comprehensive redline Construction Record Drawings to the City, they 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 “ Construction Record Drawings” as specified herein prior to achieving physical completion. These Construction Record Drawings shall be kept current during the course of construction by the Contractor and be available for review upon request by the Engineer. The Contractor shall certify on the Construction Record Drawings that said drawings are an accurate depiction of built conditions, and in conformance with the requirements detailed above. The Contractor shall submit either the hard copy or electronic copy (PDF) of the final Construction Record Drawings to the Contracting Agency. Contracting Agency acceptance of the Construction Record Drawings is one of the requirements for achieving Physical Completion. Payment will be made for each of the following Bid items that are included in the Proposal: DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-23 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 “Construction Record Drawings (Min. Bid $1,000)”, Lump Sum Payment for this item will be made on a prorated monthly basis for work completed in accordance with this section up to 75% of the lump sum bid. The final 25% of the lump sum item will be paid upon submittal and approval of the completed Construction Record Drawings set prepared in conformance with these Special Provisions. A minimum bid amount has been entered in the Bid Proposal for this item. 1-06 Control of Material (August 6, 2012 WSDOT GSP 1-06.OPT1(A).GR1) Section 1-06 is supplemented with the following: Buy America In accordance with Buy America requirements contained in 23 CFR 635.410, the major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American-made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-24 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. 1-06.1(2) Request for Approval of Material (RAM) (February 2018 City of Auburn GSP) The second sentence of the first paragraph is revised to read: The RAM shall be prepared by the Contractor in accordance with the instructions identified in Section 9-38.1(2) (Request for Submittal Approval (RSA) Form Instructions) and be submitted to the Engineer for approval before the material is incorporated into the Work. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9- 03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor’s report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-07 Legal Relations and Responsibilities to the Public 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-25 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 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. (April 2020 City of Auburn GSP) Section 1-07.1 is supplemented with the following: In response to COVID-19, the Contractor shall prepare a project specific COVID-19 health and safety plan (CHSP) in conformance with Section 1-07.4(2) as supplemented in these specifications. A copy of the CHSP developed by the Contractor shall be submitted to the Engineer for review and/or approval per Section 9-38 (Submittal Approval). 1-07.2 State Taxes (June 27, 2011 APWA GSP) Delete this section, including its sub-sections, in its entirety and replace it with the following. 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. (February 2017 City of Auburn GSP) Supplement this section with the following: The Location Code Number for projects located in King County is 1702, and for projects in Pierce County is 2724. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-26 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 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. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.4 Sanitation 1-07.4(2) Health Hazards (April 2020 City of Auburn GSP) Section 1-07.4(2) is supplemented with the following: COVID-19 Health and Safety Plan (CHSP) The Contractor shall prepare a project specific COVID-19 health and safety plan (CHSP). The CHSP shall be prepared and submitted to the Engineer for review and/or approval per Section 9-38 (Submittal Approval) prior to beginning physical Work. The Contractor shall update and resubmit the CHSP as the work progresses and new activities appear on the look ahead schedule required under Section 1- 08.3(2)D. If the conditions change on the project, or a particular activity, the DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-27 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Contractor shall update and resubmit the CHSP. Work on any activity shall cease if conditions prevent full compliance with the CHSP. The CHSP shall address the health and safety of all people associated with the project including, Contractor personnel, subcontractors, and suppliers. The plan shall contain the following minimum elements: 1. The CHSP shall identify all standards, guidance, publications, and sources on which it is based. Those standards may include references to OHSA, WISHA, and CDC publications that are current at the time the CHSP is prepared. 2. The CHSP shall identify a responsible individual from the Contractor who is responsible for implementation of the CHSP. The individual(s) contact information shall be listed in the CHSP. 3. The CHSP shall specifically identify the project for which it is applicable, and if applicable, shall address project work areas outside the project limits such as staging areas or yards. 4. The CHSP shall identify the PPE and administrative and engineered controls necessary to maintain a safe site. This includes but is not limited to: sanitation resources, screening stations, safety briefings, controlling access, and personal protective equipment (PPE) needed to protect workers from COVID-19. 5. The CHSP shall identify measures for screening and managing workers or visitors to areas identified in the CHSP. The plan shall include procedures should a person exhibit symptoms of COVID-19. 6. The CHSP shall identify how the plan will be updated as new work activities are added with each two week look-ahead schedule. The CHSP updates shall identify the number of workers, crews, work tasks, and the degree of congestion or confinement workers will experience for the work activities in the two week look-ahead schedule. 7. The CHSP shall include how the Contractor will ensure everyone on the site has been trained on the CHSP requirements. This includes subcontractors, suppliers, and anyone on the project site. COVID-19 Health and Safety Plan (CHSP) Inspection The Contractor shall grant full and unrestricted access to the Engineer for CHSP Inspections. The Engineer (or designee) will conduct periodic compliance inspections on the project site, staging areas, or yards to verify that any ongoing work activity is following the CHSP plan. If the Engineer becomes aware of a noncompliance incident either through a site inspection or other means, the Contractor will be notified immediately (within 1 hour). The Contractor shall immediately remedy the noncompliance incident or suspend all or part of the associated work activity. The Contractor shall satisfy the Engineer that the noncompliance incident has been corrected before the suspension will end. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-28 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 (December 2016 City of Auburn GSP) Add the following new subsection: 1-07.5(7) City of Auburn Requirements 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, landfills, 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 (April 2017 City of Auburn GSP) Supplement this section with the following: All required permits and licenses shall be obtained and paid for by the Contractor. The cost associated with obtaining any permit(s) shall be included in the unit bid item prices. 1-07.9 Wages 1-07.9(1) General (January 6, 2019 WSDOT GSP 1-07.9(1).OPT1.GR1) Section 1-07.9(1) is supplemented with the following: The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA190001. The State rates incorporated in this contract are applicable to all construction activities associated with this contract. (April 2, 2007 WSDOT GSP 1-07.9(1).OPT4.GR1) Section 1-07.9(1) is supplemented with the following: Application of Wage Rates for the Occupation of Landscape Construction State prevailing wage rates for public works contracts are included in this contract and show a separate listing for the occupation: Landscape Construction, which includes several different occupation descriptions such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment Operators, and Landscaping or Planting Laborers. In addition, federal wage rates that are included in this contract may also include occupation descriptions in Federal Occupational groups for work also specifically identified with landscaping such as: DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-29 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Laborers with the occupation description, Landscaping or Planting, or Power Equipment Operators with the occupation description, Mulch Seeding Operator. If Federal wage rates include one or more rates specified as applicable to landscaping work, then Federal wage rates for all occupation descriptions, specific or general, must be considered and compared with corresponding State wage rates. The higher wage rate, either State or Federal, becomes the minimum wage rate for the work performed in that occupation. Contractors are responsible for determining the appropriate crafts necessary to perform the contract work. If a classification considered necessary for performance of the work is missing from the Federal Wage Determination applicable to the contract, the Contractor shall initiate a request for approval of a proposed wage and benefit rate. The Contractor shall prepare and submit Standard Form 1444, Request for Authorization of Additional Classification and Wage Rate available at http://www.wdol.gov/docs/sf1444.pdf, and submit the completed form to the Project Engineer’s office. The presence of a classification wage on the Washington State Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the purpose of determining a federal classification wage rate. 1-07.9(5) Required Documents (January 3, 2020 APWA GSP) Delete this section and replace it with the following: General All “Statements of Intent to Pay Prevailing Wages”, “Affidavits of Wages Paid” and Certified Payrolls, including a signed Statement of Compliance for Federal-aid projects, shall be submitted to the Engineer and the State L&I online Prevailing Wage Intent & Affidavit (PWIA) system. Intents and Affidavits On forms provided by the Industrial Statistician of State L&I, the Contractor shall submit to the Engineer the following for themselves and for each firm covered under RCW 39.12 that will or has provided Work and materials for the Contract: 1. The approved “Statement of Intent to Pay Prevailing Wages” State L&I’s form number F700-029-000. The Contracting Agency will make no payment under this Contract until this statement has been approved by State L&I and reviewed by the Engineer. 2. The approved “Affidavit of Prevailing Wages Paid”, State L&I’s form number F700-007-000. The Contracting Agency will not grant Completion until all approved Affidavit of Wages paid for the Contractor and all Subcontractors have been received by the Engineer. The Contracting Agency will not release to the Contractor any funds retained under RCW 60.28.011 until “Affidavit of Prevailing Wages Paid” forms have been approved by State L&I and all of the approved forms have been submitted to the Engineer for every firm that worked on the Contract. The Contractor is responsible for requesting these forms from State L&I and for paying any fees required by State L&I. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-30 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Certified Payrolls Certified payrolls are required to be submitted by the Contractor for themselves, all Subcontractors and all lower tier subcontractors. The payrolls shall be submitted weekly on all Federal-aid projects and no less than monthly on State funded projects. Penalties for Noncompliance The Contractor is advised, if these payrolls are not supplied within the prescribed deadlines, any or all payments may be withheld until compliance is achieved. In addition, failure to provide these payrolls may result in other sanctions as provided by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5.12). 1-07.11 Requirements for Nondiscrimination (September 3, 2019 WSDOT GSP 1-07.11.OPT1.GR1) Section 1-07.11 is supplemented with the following: Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non-SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non-SMSA Counties 3.6 WA Walla Walla. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-31 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non-SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non-SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR-WA 4.5 WA Clark. Non-SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor’s total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the Subcontractor; employer identification number of the Subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-32 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 geographical area in which the contract is to be performed. The notification shall be sent to: U.S. Department of Labor Office of Federal Contract Compliance Programs Pacific Region Attn: Regional Director San Francisco Federal Building 90 – 7th Street, Suite 18-300 San Francisco, CA 94103(415) 625-7800 Phone (415) 625-7799 Fax 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-33 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-34 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-35 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. l. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-36 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work- force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-37 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 16. Additional assistance for Federal Construction Contractors on contracts administered by Washington State Department of Transportation or by Local Agencies may be found at: Washington State Dept. of Transportation Office of Equal Opportunity PO Box 47314 310 Maple Park Ave. SE Olympia WA 98504-7314 Ph: 360-705-7090 Fax: 360-705-6801 http://www.wsdot.wa.gov/equalopportunity/default.htm (December 19, 2019 APWA GSP, Option B) Supplement this section with the following: Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and USDOT’s official interpretations (i.e., Questions & Answers) apply to this Contract. Demonstrating compliance with these Specifications is a Condition of Award (COA) of this Contract. Failure to comply with the requirements of this Specification may result in your Bid being found to be nonresponsive resulting in rejection or other sanctions as provided by Contract. DBE Abbreviations and Definitions Broker – A business firm that provides a bona fide service, such as professional, technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials, or DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-38 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 supplies required for the performance of the Contract; or, persons/companies who arrange or expedite transactions. Certified Business Description – Specific descriptions of work the DBE is certified to perform, as identified in the Certified Firm Directory, under the Vendor Information page. Certified Firm Directory – A database of all Minority, Women, and Disadvantaged Business Enterprises, including those identified as a UDBE, currently certified by Washington State. The on-line Directory is available to Bidders for their use in identifying and soliciting interest from DBE firms. The database is located under the Firm Certification section of the Diversity Management and Compliance System web page at: https://omwbe.diversitycompliance.com. Commercially Useful Function (CUF) – 49 CFR 26.55(c)(1) defines commercially useful function as: “A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. To determine whether a DBE is performing a commercially useful function, you must evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the DBE credit claimed for its performance of the work, and other relevant factors.” Disadvantaged Business Enterprise (DBE) – A business firm certified by the Washington State Office of Minority and Women’s Business Enterprises, as meeting the criteria outlined in 49 CFR 26 regarding DBE certification. A Underutilized Disadvantaged Business Enterprise (UDBE) firm is a subset of DBE. Force Account Work – Work measured and paid in accordance with Section 1-09.6. Good Faith Efforts – Efforts to achieve the UDBE COA Goal or other requirements of this part which, by their scope, intensity, and appropriateness to the objective, can reasonably be expected to fulfill the program requirement. Manufacturer (DBE) – A DBE firm that operates or maintains a factory or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract. A DBE Manufacturer shall produce finished goods or products from raw or unfinished material or purchase and substantially alters goods and materials to make them suitable for construction use before reselling them. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-39 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Reasonable Fee (DBE) – For purposes of Brokers or service providers a reasonable fee shall not exceed 5% of the total cost of the goods or services brokered. Regular Dealer (DBE) – A DBE firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of a Contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a Regular Dealer, the DBE firm must be an established regular business that engages in as its principal business and in its own name the purchase and sale of the products in question. A Regular Dealer in such items as steel, cement, gravel, stone, and petroleum products need not own, operate or maintain a place of business if it both owns and operates distribution equipment for the products. Any supplementing of regular dealers’ own distribution equipment shall be by long-term formal lease agreements and not on an ad-hoc basis. Brokers, packagers, manufacturers’ representatives, or other persons who arrange or expedite transactions shall not be regarded as Regular Dealers within the meaning of this definition. Underutilized Disadvantaged Business Enterprise (UDBE) – A DBE Firm that is underutilized based on WSDOT’s Disparity Study. UDBE Commitment – The dollar amount the Bidder indicates they will be subcontracting to be applied towards the UDBE Condition of Award Goal as shown on the UDBE Utilization Certification Form for each UDBE Subcontractor. This UDBE Commitment amount will be incorporated into the Contract and shall be considered a Contract requirement. Any changes to the UDBE Commitment require the Engineer’s approval. UDBE Condition of Award (COA) Goal – An assigned numerical amount specified as a percentage of the Contract. Initially, this is the minimum amount that the Bidder must commit to by submission of the Utilization Certification Form and/or by Good Faith Effort (GFE). UDBE COA Goal The Contracting Agency has established a UDBE COA Goal for this Contract in the amount of: 9% Crediting DBE Participation Subcontractors proposed as COA must be certified prior to the due date for bids on the Contract. All non-COA DBE Subcontractors shall be certified before the subcontract on which they are participating is executed. DBE participation is only credited upon payment to the DBE. The following are some definitions of what may be counted as DBE participation. DBE Prime Contractor Only take credit for that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE Prime Contractor performs with its own forces and is certified to perform. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-40 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 DBE Subcontractor Only take credit for that portion of the total dollar value of the subcontract that is equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces and is certified to perform. The value of work performed by the DBE includes the cost of supplies and materials purchased by the DBE and equipment leased by the DBE, for its work on the contract. Supplies, materials or equipment obtained by a DBE that are not utilized or incorporated in the contract work by the DBE will not be eligible for DBE credit. The supplies, materials, and equipment purchased or leased from the Contractor or its affiliate, including any Contractor’s resources available to DBE subcontractors at no cost, shall not be credited. DBE credit will not be given in instances where the equipment lease includes the operator. The DBE is expected to operate the equipment used in the performance of its work under the contract with its own forces. Situations where equipment is leased and used by the DBE, but payment is deducted from the Contractor’s payment to the DBE is not allowed. When the subcontractor is part of a UDBE Commitment, the following apply: 1. If a UDBE subcontracts a portion of the Work of its contract to another firm, the value of the subcontracted Work may be counted toward the UDBE COA Goal only if the Lower-Tier Subcontractor is also a UDBE. 2. Work subcontracted to a Lower-Tier Subcontractor that is a DBE, but not a UDBE, may be counted as DBE participation but not counted toward the UDBE COA Goal. 3. Work subcontracted to a non-DBE does not count towards the UDBE COA Goal nor DBE participation. DBE Subcontract and Lower Tier Subcontract Documents There must be a subcontract agreement that complies with 49 CFR Part 26 and fully describes the distinct elements of Work committed to be performed by the DBE. DBE Service Provider The value of fees or commissions charged by a DBE firm behaving in a manner of a Broker, or another service provider for providing a bona fide service, such as professional, technical, consultant, managerial services, or for providing bonds or insurance specifically required for the performance of the contract will only be credited as DBE participation, if the fee/commission is determined by the Contracting Agency to be reasonable and the firm has performed a CUF. Force Account Work When the Bidder elects to utilize force account Work to meet the UDBE COA Goal, as demonstrated by listing this force account Work on the UDBE DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-41 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Utilization Certification Form, for the purposes of meeting UDBE COA Goal, only 50% of the Proposal amount shall be credited toward the Bidder’s Commitment to meet the UDBE COA Goal. One hundred percent of the actual amounts paid to the DBE for the force account Work shall be credited towards UDBE COA Goal or DBE participation. Temporary Traffic Control If the DBE firm is being utilized in the capacity of only “Flagging”, the DBE firm must provide a Traffic Control Supervisor (TCS) and flagger, which are under the direct control of the DBE. The DBE firm shall also provide all flagging equipment (e.g. paddles, hard hats, and vests). If the DBE firm is being utilized in the capacity of “Traffic Control Services”, the DBE firm must provide a TCS, flaggers, and traffic control items (e.g., cones, barrels, signs, etc.) and be in total control of all items in implementing the traffic control for the project. Trucking DBE trucking firm participation may only be credited as DBE participation for the value of the hauling services, not for the materials being hauled unless the trucking firm is also certified as a supplier of those materials. In situations where the DBE’s work is priced per ton, the value of the hauling service must be calculated separately from the value of the materials in order to determine DBE credit for hauling The DBE trucking firm must own and operate at least one licensed, insured and operational truck on the contract. The truck must be of the type that is necessary to perform the hauling duties required under the contract. The DBE receives credit for the value of the transportation services it provides on the Contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. The DBE may lease additional trucks from another DBE firm. The DBE who leases additional trucks from another DBE firm receives credit for the value of the transportation services the lessee DBE provides on the Contract. The trucking Work subcontracted to any non-DBE trucking firm will not receive credit for Work done on the project. The DBE may lease trucks from a truck leasing company (recognized truck rental center), but can only receive credit towards DBE participation if the DBE uses its own employees as drivers. DBE Manufacturer and DBE Regular Dealer One hundred percent (100%) of the cost of the manufactured product obtained from a DBE manufacturer can count as DBE participation. If the DBE manufacturer is a UDBE, participation may count towards the UDBE COA Goal. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-42 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Sixty percent (60%) of the cost of materials or supplies purchased from a DBE Regular Dealer may be credited as DBE Participation. If the role of the DBE Regular Dealer is determined to be that of a Broker, then DBE credit shall be limited to the fee or commission it receives for its services. Regular Dealer status and the amount of credit is determined on a Contract-by- Contract basis. If the DBE regular dealer is a UDBE, participation may count towards the UDBE COA Goal. DBE firms proposed to be used as a Regular Dealer must be approved before being listed as a COA/used on a project. The WSDOT Approved Regular Dealer list published on WSDOT’s Office of Equal Opportunity (OEO) web site must include the specific project for which approval is being requested. For purposes of the UDBE COA Goal participation, the Regular Dealer must submit the Regular Dealer Status Request form a minimum of five calendar days prior to bid opening. Purchase of materials or supplies from a DBE which is neither a manufacturer nor a regular dealer, (i.e. Broker) only the fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, can count as DBE participation provided the fees are not excessive as compared with fees customarily allowed for similar services. Documentation will be required to support the fee/commission charged by the DBE. The cost of the materials and supplies themselves cannot be counted toward as DBE participation. Note: Requests to be listed as a Regular Dealer will only be processed if the requesting firm is a material supplier certified by the Office of Minority and Women’s Business Enterprises in a NAICS code that falls within the 42XXXX NAICS Wholesale code section. Underutilized Disadvantaged Business Enterprise Utilization The requirements of this section apply to projects with a UDBE COA Goal. To be eligible for award of the Contract, the Bidder shall properly complete and submit an Underutilized Disadvantaged Business Enterprise (UDBE) Utilization Certification with the Bidder’s sealed Bid Proposal, as specified in Section 1-02.9 Delivery of Proposal. The Bidder’s UDBE Utilization Certification must clearly demonstrate how the Bidder intends to meet the UDBE COA Goal. A UDBE Utilization Certification (WSDOT Form 272-056U) is included in the Proposal package for this purpose as well as instructions on how to properly fill out the form. The Bidder is advised that the items listed below when listed in the Utilization Certification must have their amounts reduced to the percentages shown and those reduced amounts will be the amount applied towards meeting the UDBE COA Goal. • Force account at 50% • Regular dealer at 60% DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-43 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 In the event of arithmetic errors in completing the UDBE Utilization Certification, the amount listed to be applied towards the UDBE COA Goal for each UDBE shall govern and the UDBE total amount shall be adjusted accordingly. Note: The Contracting Agency shall consider as non-responsive and shall reject any Bid Proposal submitted that does not contain a UDBE Utilization Certification Form that accurately demonstrates how the Bidder intends to meet the UDBE COA Goal. Underutilized Disadvantaged Business Enterprise Written Confirmation Document(s) The requirements of this section apply to projects with a UDBE COA Goal. The Bidder shall submit an Underutilized Disadvantaged Business Enterprise (UDBE) Written Confirmation Document (completed and signed by the UDBE) for each UDBE firm listed in the Bidder’s completed UDBE Utilization Certification submitted with the Bid. Failure to do so will result in the associated participation being disallowed, which may cause the Bid to be determined to be nonresponsive resulting in Bid rejection. The Confirmation Documents provide confirmation from the UDBEs that they are participating in the Contract as provided in the Bidder’s Commitment. The Confirmation Documents must be consistent with the Utilization Certification. A UDBE Written Confirmation Document (WSDOT Form 422-031U) is included in the Proposal package for this purpose. The form(s) shall be received as specified in the special provisions for Section 1- 02.9 Delivery of Proposal. It is prohibited for the Bidder to require a UDBE to submit a Written Confirmation Document with any part of the form left blank. Should the Contracting Agency determine that an incomplete Written Confirmation Document was signed by a UDBE, the validity of the document comes into question. The associated UDBE participation may not receive credit. Selection of Successful Bidder/Good Faith Efforts (GFE) The requirements of this section apply to projects with a UDBE COA Goal. The successful Bidder shall be selected on the basis of having submitted the lowest responsive Bid, which demonstrates a good faith effort to achieve the UDBE COA Goal. The Contracting Agency, at any time during the selection process, may request a breakdown of the bid items and amounts that are counted towards the overall contract goal for any of the UDBEs listed on the UDBE Utilization Certification. Achieving the UDBE COA Goal may be accomplished in one of two ways: 1. By meeting the UDBE COA Goal Submission of the UDBE Utilization Certification, supporting UDBE Written Confirmation Document(s) showing the Bidder has obtained enough UDBE participation to meet or exceed the UDBE COA Goal, the DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-44 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 UDBE Bid Item Breakdown and the UDBE Trucking Credit Form, if applicable. 2. By documentation that the Bidder made adequate GFE to meet the UDBE COA Goal The Bidder may demonstrate a GFE in whole or part through GFE documentation ONLY IN THE EVENT a Bidder’s efforts to solicit sufficient UDBE participation have been unsuccessful. The Bidder must supply GFE documentation in addition to the UDBE Utilization Certification, supporting UDBE Written Confirmation Document(s), the UDBE Bid Item Breakdown form and the UDBE Trucking Credit Form, if applicable. Note: In the case where a Bidder is awarded the contract based on demonstrating adequate GFE, the advertised UDBE COA Goal will not be reduced. The Bidder shall demonstrate a GFE during the life of the Contract to attain the advertised UDBE COA Goal. GFE documentation, the UDBE Bid Item Breakdown form, and the UDBE Trucking Credit Form, if applicable, shall be submitted as specified in Section 1- 02.9. The Contracting Agency will review the GFE documentation and will determine if the Bidder made an adequate good faith effort. Good Faith Effort (GFE) Documentation GFE is evaluated when: 1. Determining award of a Contract that has COA goal, 2. When a COA UDBE is terminated and substitution is required, and 3. Prior to Physical Completion when determining whether the Contractor has satisfied its UDBE commitments. 49 CFR Part 26, Appendix A is intended as general guidance and does not, in itself, demonstrate adequate good faith efforts. The following is a list of types of actions, which would be considered as part of the Bidder’s GFE to achieve UDBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases. 1. Soliciting through all reasonable and available means (e.g. attendance at pre-bid meetings, advertising and/or written notices) the interest of all certified UDBEs who have the capability to perform the Work of the Contract. The Bidder must solicit this interest within sufficient time to allow the UDBEs to respond to the solicitation. The Bidder must determine with certainty if the UDBEs are interested by taking appropriate steps to follow up initial solicitations. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-45 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 2. Selecting portions of the Work to be performed by UDBEs in order to increase the likelihood that the UDBE COA Goal will be achieved. This includes, where appropriate, breaking out contract Work items into economically feasible units to facilitate UDBE participation, even when the Bidder might otherwise prefer to perform these Work items with its own forces. 3. Providing interested UDBEs with adequate information about the Plans, Specifications, and requirements of the Contract in a timely manner to assist them in responding to a solicitation. a. Negotiating in good faith with interested UDBEs. It is the Bidder’s responsibility to make a portion of the Work available to UDBE subcontractors and suppliers and to select those portions of the Work or material needs consistent with the available UDBE subcontractors and suppliers, so as to facilitate UDBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of UDBEs that were considered; a description of the information provided regarding the Plans and Specifications for the Work selected for subcontracting; and evidence as to why additional agreements could not be reached for UDBEs to perform the Work. b. A Bidder using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm’s price and capabilities as well as the UDBE COA Goal into consideration. However, the fact that there may be some additional costs involved in finding and using UDBEs is not in itself sufficient reason for a Bidder’s failure to meet the UDBE COA Goal, as long as such costs are reasonable. Also, the ability or desire of a Bidder to perform the Work of a Contract with its own organization does not relieve the Bidder of the responsibility to make Good Faith Efforts. Bidders are not, however, required to accept higher quotes from UDBEs if the price difference is excessive or unreasonable. 4. Not rejecting UDBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The Bidder’s standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non- union employee status) are not legitimate causes for the rejection or non- solicitation of bids in the Bidder’s efforts to meet the UDBE COA Goal. 5. Making efforts to assist interested UDBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or Bidder. 6. Making efforts to assist interested UDBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. 7. Effectively using the services of available minority/women community organizations; minority/women contractors’ groups; local, State, and DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-46 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Federal minority/women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of UDBEs. 8. Documentation of GFE must include copies of each UDBE and non-DBE subcontractor quotes submitted to the Bidder when a non-DBE subcontractor is selected over a UDBE for Work on the Contract. (ref. updated DBE regulations – 26.53(b)(2)(vi) & App. A) Administrative Reconsideration of GFE Documentation A Bidder has the right to request reconsideration if the GFE documentation submitted with their Bid was determined to be inadequate. • The Bidder must request within 48 hours of notification of being nonresponsive or forfeit the right to reconsideration. • The reconsideration decision on the adequacy of the Bidder’s GFE documentation shall be made by an official who did not take part in the original determination. • Only original GFE documentation submitted as a supplement to the Bid shall be considered. The Bidder shall not introduce new documentation at the reconsideration hearing. • The Bidder shall have the opportunity to meet in person with the official for the purpose of setting forth the Bidder’s position as to why the GFE documentation demonstrates a sufficient effort. • The reconsideration official shall provide the Bidder with a written decision on reconsideration within five working days of the hearing explaining the basis for their finding. UDBE Bid Item Breakdown The Bidder shall submit a UDBE Bid Item Breakdown Form (WSDOT Form 272- 054) as specified in the Special Provisions for Section 1-02.9, Delivery of Proposal. UDBE Trucking Credit Form The Bidder shall submit a UDBE Trucking Credit Form (WSDOT Form 272-058), as specified in the Special Provisions for Section 1-02.9, Delivery of Proposal. Note: The UDBE Trucking Credit Form is only required for a UDBE Firm listed on the UDBE Utilization Certification as a subcontractor for “Trucking” or “Hauling” and are performing a part of a bid item. For example, if the item of Work is Structure Excavation including Haul, and another firm is doing the excavation and the UDBE Trucking firm is doing the haul, the form is required. For a UDBE subcontractor that is responsible for an entire item of work that may require some use of trucks, the form is not required. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-47 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Procedures between Award and Execution After Award and prior to Execution, the Contractor shall provide the additional information described below. Failure to comply shall result in the forfeiture of the Bidder’s Proposal bond or deposit. 1. A list of all firms who submitted a bid or quote in attempt to participate in this project whether they were successful or not. Include the business name and mailing address. Note: The firms identified by the Contractor may be contacted by the Contracting Agency to solicit general information as follows: age of the firm and average of its gross annual receipts over the past three years. Procedures after Execution Commercially Useful Function (CUF) The Contractor may only take credit for the payments made for Work performed by a DBE that is determined to be performing a CUF. Payment must be commensurate with the work actually performed by the DBE. This applies to all DBEs performing Work on a project, whether or not the DBEs are COA, if the Contractor wants to receive credit for their participation. The Engineer will conduct CUF reviews to ascertain whether DBEs are performing a CUF. A DBE performs a CUF when it is carrying out its responsibilities of its contract by actually performing, managing, and supervising the Work involved. The DBE must be responsible for negotiating price; determining quality and quantity; ordering the material, installing (where applicable); and paying for the material itself. If a DBE does not perform “all” of these functions on a furnish-and-install contract, it has not performed a CUF and the cost of materials cannot be counted toward UDBE COA Goal. Leasing of equipment from a leasing company is allowed. However, leasing/purchasing equipment from the Contractor is not allowed. Lease agreements shall be provided prior to the Subcontractor beginning Work. Any use of the Contractor’s equipment by a DBE may not be credited as countable participation. The DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which the funds are passed in order to obtain the appearance of DBE participation. In order for a DBE traffic control company to be considered to be performing a CUF, the DBE must be in control of its work inclusive of supervision. The DBE shall employ a Traffic Control Supervisor who is directly involved in the management and supervision of the traffic control employees and services. The following are some of the factors that the Engineer will use in determining whether a DBE trucking company is performing a CUF: • The DBE shall be responsible for the management and supervision of the entire trucking operation for which it is responsible on the contract. The owner demonstrates business related knowledge, shows up on site and is determined to be actively running the business. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-48 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 • The DBE itself shall own and operate at least one fully licensed, insured, and operational truck used on the Contract. The drivers of the trucks owned and leased by the DBE must be exclusively employed by the DBE and reflected on the DBE’s payroll. • Lease agreements for trucks shall indicate that the DBE has exclusive use of and control over the truck(s). This does not preclude the leased truck from working for others provided it is with the consent of the DBE and the lease provides the DBE absolute priority for use of the leased truck. • Leased trucks shall display the name and identification number of the DBE. UDBE/DBE/FSBE Truck Unit Listing Log In addition to the subcontracting requirements of Section 1-08.1, each DBE trucking firm shall submit supplemental information consisting of a completed Primary UDBE/DBE/FSBE Truck Unit Listing Log (WSDOT Form 350-077), copy of vehicle registrations, and all Rental/Lease agreements (if applicable). The supplemental information shall be submitted to the Engineer prior to any trucking services being performed for DBE credit. Incomplete or incorrect supplemental information will be returned for correction. The corrected Primary UDBE/DBE/FSBE Truck Unit Listing Log and any Updated Primary UDBE/DBE/FSBE Truck Unit Listing Logs shall be submitted and accepted by the Engineer no later than ten calendar days of utilizing applicable trucks. Failure to submit or update the DBE Truck Unit Listing Log may result in trucks not being credited as DBE participation. Each DBE trucking firm shall complete a Daily UDBE/DBE/FSBE Trucking Unit Listing Log for each day that the DBE performs trucking services for DBE credit. The Daily UDBE/DBE/FSBE Trucking Unit Listing Log forms shall be submitted to the Engineer by Friday of the week after the work was performed. Joint Checking A joint check is a check between a Subcontractor and the Contractor to the supplier of materials/supplies. The check is issued by the Contractor as payer to the Subcontractor and the material supplier jointly for items to be incorporated into the project. The DBE must release the check to the supplier, while the Contractor acts solely as the guarantor. A joint check agreement must be approved by the Engineer and requested by the DBE involved using the DBE Joint Check Request Form (form # 272-053) prior to its use. The form must accompany the DBE Joint Check Agreement between the parties involved, including the conditions of the arrangement and expected use of the joint checks. The approval to use joint checks and the use will be closely monitored by the Engineer. To receive DBE credit for performing a CUF with respect to obtaining materials and supplies, a DBE must “be responsible for negotiating DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-49 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 price, determining quality and quantity, ordering the material, installing and paying for the material itself.” The Contractor shall submit DBE Joint Check Request Form for the Engineer approval prior to using a joint check. Material costs paid by the Contractor directly to the material supplier are not allowed. If proper procedures are not followed or the Engineer determines that the arrangement results in lack of independence for the DBE involved, no DBE credit will be given for the DBE’s participation as it relates to the material cost. Prompt Payment Prompt payment to all subcontractors shall be in accordance with Section 1- 08.1. Prompt payment requirements apply to progress payments as well as return of retainage. Subcontracts Prior to a DBE performing Work on the Contract, an executed subcontract between the DBE and the Contractor shall be submitted to the Engineer. The executed subcontracts shall be submitted by email to the following email addresses NWRegionOEO@wsdot.wa.gov pwsubmittals@auburnwa.gov The prime contractor shall notify the Engineer in writing within five calendar days of subcontract submittal. Reporting The Contractor and all subcontractors/suppliers/service providers that utilize DBEs to perform work on the project, shall maintain appropriate records that will enable the Engineer to verify DBE participation throughout the life of the project. Refer to Section 1-08.1 for additional reporting requirements associated with this contract. Changes in COA Work Committed to UDBE The Contractor shall utilize the COA UDBEs to perform the work and supply the materials for which each is committed unless approved by the Engineer. The Contractor shall not be entitled to any payment for work or material completed by the Contractor or subcontractors that was committed to be completed by the COA UDBEs. Owner Initiated Changes Where the Engineer makes changes that result in changes to Work that was committed to a COA UDBE. The Contractor may be directed to substitute for the Work in such instances. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-50 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Contractor Initiated Changes The Contractor cannot reduce the amount of work committed to a COA UDBE without good cause. Reducing UDBE Commitment is viewed as partial UDBE termination, and therefore subject to the termination procedures below. Original Quantity Underruns In the event that Work committed to a UDBE firm as part of the COA underruns the original planned quantities the Contractor may be required to substitute other remaining Work to another UDBE. Contractor Proposed DBE Substitutions Requests to substitute a COA UDBE must be for good cause (see UDBE termination process below), and requires prior written approval of the Engineer. After receiving a termination with good cause approval, the Contractor may only replace a UDBE with another certified UDBE. When any changes between Contract Award and Execution result in a substitution of COA UDBE, the substitute UDBE shall be certified prior to the bid opening on the Contract. UDBE Termination Termination of a COA UDBE (or an approved substitute UDBE) is only allowed in whole or in part with prior written approval of the Engineer. If the Contractor terminates a COA UDBE without the written approval of the Engineer, the Contractor shall not be entitled to credit towards the UDBE COA Goal for any payment for work or material performed/supplied by the COA UDBE. In addition, sanctions may apply as described elsewhere in this specification. The Contractor must have good cause to terminate a COA UDBE. Good cause typically includes situations where the UDBE Subcontractor is unable or unwilling to perform the work of its subcontract. Good cause may exist if: • The UDBE fails or refuses to execute a written contract. • The UDBE fails or refuses to perform the Work of its subcontract in a way consistent with normal industry standards. • The UDBE fails or refuses to meet the Contractor’s reasonable nondiscriminatory bond requirements. • The UDBE becomes bankrupt, insolvent, or exhibits credit unworthiness. • The UDBE is ineligible to work on public works projects because of suspension and debarment proceedings pursuant to federal law or applicable State law. • The UDBE voluntarily withdraws from the project, and provides written notice of its withdrawal. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-51 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 • The UDBE’s work is deemed unsatisfactory by the Engineer and not in compliance with the Contract. • The UDBE’s owner dies or becomes disabled with the result that the UDBE is unable to complete its Work on the Contract. Good cause does not exist if: • The Contractor seeks to terminate a COA UDBE so that the Contractor can self-perform the Work. • The Contractor seeks to terminate a COA UDBE so the Contractor can substitute another DBE contractor or non-DBE contractor after Contract Award. • The failure or refusal of the COA UDBE to perform its Work on the subcontract results from the bad faith or discriminatory action of the Contractor (e.g., the failure of the Contractor to make timely payments or the unnecessary placing of obstacles in the path of the UDBE’s Work). Prior to requesting termination, the Contractor shall give notice in writing to the UDBE with a copy to the Engineer of its intent to request to terminate UDBE Work and the reasons for doing so. The UDBE shall have five (5) days to respond to the Contractor’s notice. The UDBE’s response shall either support the termination or advise the Engineer and the Contractor of the reasons it objects to the termination of its subcontract. When a COA UDBE is terminated, or fails to complete its work on the Contract for any reason, the Contractor shall substitute with another UDBE or provide documentation of GFE. A plan to achieve the COA UDBE Commitment shall be submitted to the Engineer within 2 days of the approval of termination or the Contract shall be suspended until such time the substitution plan is submitted. Decertification When a DBE is “decertified” from the DBE program during the course of the Contract, the participation of that DBE shall continue to count as DBE participation as long as the subcontract with the DBE was executed prior to the decertification notice. The Contractor is obligated to substitute when a DBE does not have an executed subcontract agreement at the time of decertification. Consequences of Non-Compliance Breach of Contract Each contract with a Contractor (and each subcontract the Contractor signs with a Subcontractor) must include the following assurance clause: The Contractor, subrecipient, or Subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-52 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the Contractor from future bidding as non-responsible. Notice If the Contractor or any Subcontractor, Consultant, Regular Dealer, or service provider is deemed to be in non-compliance, the Contractor will be informed in writing, by certified mail by the Engineer that sanctions will be imposed for failure to meet the UDBE COA Commitment and/or submit documentation of good faith efforts. The notice will state the specific sanctions to be imposed which may include impacting a Contractor or other entity’s ability to participate in future contracts. Sanctions If it is determined that the Contractor’s failure to meet all or part of the UDBE COA Commitment is due to the Contractor’s inadequate good faith efforts throughout the life of the Contract, including failure to submit timely, required Good Faith Efforts information and documentation, the Contractor may be required to pay DBE penalty equal to the amount of the unmet Commitment, in addition to the sanctions outlined in Section 1-07.11(5). Payment Compensation for all costs involved with complying with the conditions of this Specification and any other associated DBE requirements is included in payment for the associated Contract items of Work, except otherwise provided in the Specifications. (April 3, 2017 WSDOT GSP 1-07.11.OPT4.FR1) Section 1-07.11 is supplemented with the following: Special Training Provisions General Requirements The Contractor’s equal employment opportunity, affirmative action program shall include the requirements set forth below. The Contractor shall provide on-the-job training aimed at developing trainees to journeyman status in the trades involved. The number of training hours shall be 800 hours. Trainees shall not be assigned less than 400 hours. The Contractor may elect to accomplish training as part of the work of a subcontractor, however, the Prime Contractor shall retain the responsibility for complying with these Special Provisions. The Contractor shall also ensure that this training provision is made applicable to any subcontract that includes training. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-53 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Trainee Approval The Federal government requires Contracting Agencies to include these training provisions as a condition attached to the receipt of Federal highway funding. The Federal government has determined that the training and promotion of members of certain minority groups and women is a primary objective of this training provision. The Contractor shall make every effort to enroll minority groups and women trainees to the extent such persons are available within a reasonable recruitment area. This training provision is not intended and shall not be used to discriminate against any applicant for training, whether that person is a minority, woman or otherwise. A non-minority male trainee or apprentice may be approved provided the following requirements are met: 1. The Contractor is otherwise in compliance with the contract’s Equal Employment Opportunity and On-the-Job Training requirements and provides documentation of the efforts taken to fill the specific training position with either minorities or females 2. or, if not otherwise in compliance, furnishes evidence of his/her systematic and direct recruitment efforts in regard to the position in question and in promoting the enrollment and/or employment of minorities and females in the craft which the proposed trainee is to be trained 3. and the Contractor has made a good faith effort towards recruiting of minorities and women. As a minimum this good faith effort shall consist of the following: · Distribution of written notices of available employment opportunities with the Contractor and enrollment opportunities with its unions. Distribution should include but not be limited to; minority and female recruitment sources and minority and female community organizations; · Records documenting the Contractor’s efforts and the outcome of those efforts, to employ minority and female applicants and/or refer them to unions; · Records reflecting the Contractor’s efforts in participating in developing minority and female on-the-job training opportunities, including upgrading programs and apprenticeship opportunities; · Distribution of written notices to unions and training programs disseminating the Contractor’s EEO policy and requesting cooperation in achieving EEO and OJT obligations. No employee shall be employed as a trainee in any classification in which the employee has successfully completed a training course leading to journeyman status or in which the employee has been employed as a journeyman. The Contractor’s records shall document the methods for determining the trainee’s DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-54 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 status and findings in each case. When feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. For the purpose of this specification, acceptable training programs are those employing trainees/apprentices registered with the following: 1. Washington State Department of Labor & Industries — State Apprenticeship Training Council (SATC) approved apprenticeship agreement: a. Pursuant to RCW 49.04.060, an apprenticeship agreement shall be; i. an individual written agreement between an employer and apprentice ii. a written agreement between (an employer or an association of employers) and an organization of employees describing conditions of employment for apprentices iii. a written statement describing conditions of employment for apprentices in a plant where there is no bona fide employee organization. All such agreements shall conform to the basic standards and other provisions of RCW Chapter 49. 2. Apprentices must be registered with U.S. Department of Labor — Apprenticeship Training, Employer, and Labor Services (ATELS) approved program. Or 3. Trainees participating in a non-ATELS/SATC program, which has been approved by the contracting agency for the specific project. 4. For assistance in locating trainee candidates, the Contractor may call WSDOT's OJT Support Services Technical Advisor at (360) 704-6314. Obligation to Provide Information Upon starting a new trainee, the Contractor shall furnish the trainee a copy of the approved program the Contractor will follow in providing the training. Upon completion of the training, the Contractor shall provide the Contracting Agency with a certification showing the type and length of training satisfactorily completed by each trainee. Training Program Approval The Training Program shall meet the following requirements: 1. The Training Program (DOT Form 272-049) must be submitted to the Engineer for approval prior to commencing contract work and shall be resubmitted when modifications to the program occur. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-55 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 2. The minimum length and type of training for each classification will be as established in the training program as approved by the Contracting Agency. 3. The Training Program shall contain the trades proposed for training, the number of trainees, the hours assigned to the trade and the estimated beginning work date for each trainee. 4. Unless otherwise specified, Training Programs will be approved if the proposed number of training hours equals the training hours required by contract and the trainees are not assigned less than 400 hours each. 5. After approval of the training program, information concerning each individual trainee and good faith effort documentation shall be submitted on (DOT Form 272-050.) 6. In King County, laborer trainees or apprentices will not be approved on contracts containing less than 2000 training hours as specified in this Section. In King County, no more than twenty percent (20%) of hours proposed for trainees or apprentices shall be in the laborer classification when the contract contains 2000 or more hours of training as specified in this Section. Trainees shall not be assigned less than 400 hours. 7. Flagging programs will not be approved. Other programs that include flagging training will only be approved if the flagging portion is limited to an orientation of not more than 20 hours. 8. It is the intention of these provisions that training is to be provided in the construction crafts rather than clerk-typists or secretarial-type positions. Training is permissible in lower level management positions such as office engineers, estimators, timekeepers, etc., where the training is oriented toward construction applications. Some off-site training is permissible as long as the training is an integral part of an approved training program. 9. It is normally expected that a trainee will begin training on the project as soon as feasible after start of work, utilizing the skill involved and remain on the project as long as training opportunities exist in the work classification or upon completion of the training program. It is not required that all trainees be on board for the entire length of the contract. The number trained shall be determined on the basis of the total number enrolled on the contract for a significant period. 10. Wage Progressions: Trainees will be paid at least the applicable ratios or wage progressions shown in the apprenticeship standards published by the Washington State Department of Labor and Industries. In the event that no training program has been established by the Department of Labor and Industries, the trainee shall be paid in accordance with the provisions of RCW 39.12.021 which reads as follows: DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-56 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Apprentice workmen employed upon public works projects for whom an apprenticeship agreement has been registered and approved with the State Apprenticeship Council pursuant to RCW 49.04, must be paid at least the prevailing hourly rate for an apprentice of that trade. Any workman for whom an apprenticeship agreement has not been registered and approved by the State Apprenticeship Council shall be considered to be a fully qualified journeyman, and, therefore, shall be paid at the prevailing hourly rate for journeymen. Compliance In the event that the Contractor is unable to accomplish the required training hours but can demonstrate a good faith effort to meet the requirements as specified, then the Contracting Agency will adjust the training goals accordingly. Requirements for Non ATELS/SATC Approved Training Programs Contractors who are not affiliated with a program approved by ATELS or SATC may have their training program approved provided that the program is submitted for approval on DOT Form 272-049, and the following standards are addressed and incorporated in the Contractor’s program: · The program establishes minimum qualifications for persons entering the training program. · The program shall outline the work processes in which the trainee will receive supervised work experience and training on-the-job and the allocation of the approximate time to be spent in each major process. The program shall include the method for recording and reporting the training completed shall be stated. · The program shall include a numeric ratio of trainees to journeymen consistent with proper supervision, training, safety, and continuity of employment. The ratio language shall be specific and clear as to application in terms of job site and workforce during normal operations (normally considered to fall between 1:10 and 1:4). · The terms of training shall be stated in hours. The number of hours required for completion to journeyman status shall be comparable to the apprenticeship hours established for that craft by the SATC. The following are examples of programs that are currently approved: CRAFT HOURS Laborer 4,000 Ironworker 6,000 Carpenter 5,200-8,000 Construction Electrician 8,000 Operating Engineer 6,000-8,000 Cement Mason 5,400 Teamster 2,100 DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-57 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 · The method to be used for recording and reporting the training completed shall be stated. Measurement The Contractor may request that the total number of “training” hours for the contract be increased subject to approval by the Contracting Agency. This reimbursement will be made even though the Contractor receives additional training program funds from other sources, provided such other sources do not prohibit other reimbursement. Reimbursement to the Contractor for off-site training as indicated previously may only be made when the Contractor does one or more of the following and the trainees are concurrently employed on a Federal-aid project: · contributes to the cost of the training, · provides the instruction to the trainee, · pays the trainee’s wages during the off- site training period. Reimbursement will be made upon receipt of a certified invoice that shows the related payroll number, the name of trainee, total hours trained under the program, previously paid hours under the contract, hours due this estimate, and dollar amount due this estimate. The certified invoice shall show a statement indicating the Contractor’s effort to enroll minorities and women when a new enrollment occurs. If a trainee is participating in a SATC/ATELS approved apprenticeship program, a copy of the certificate showing apprenticeship registration must accompany the first invoice on which the individual appears. Reimbursement for training occurring prior to approval of the training program will be allowed if the Contractor verbally notifies the Engineer of this occurrence at the time the apprentice/trainee commences work. A trainee/apprentice, regardless of craft, must have worked on the contract for at least 20 hours to be eligible for reimbursement. Payment The Contractor will be reimbursed under the item “Training” per hour for each hour of training for each employee. 1-07.11(2) Contractual Requirements (December 2016 City of Auburn GSP) Supplement this section with the following: 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. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-58 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 B. All federal and federally-assisted construction contracts and subcontracts with the City of Auburn exceeding $10,000 annually are expected to 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 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. 1-07.12 Federal Agency Inspection (January 25, 2016 WSDOT GSP 1-07.12.OPT1.GR1) Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised May 1, 2012 and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this Contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this Contract require that the Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier Subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.15 Temporary Water Pollution Prevention (May 2015 City of Auburn GSP) 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 (Erosion Control and Water Pollution Control) of these Special Provisions. 1-07.16 Protection and Restoration of Property (December 2016 City of Auburn GSP) Supplement this section with the following: 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 DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-59 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 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 modified as necessary to ensure operation “equal or better than” the original condition upon completion of the improvements. This work will include, but 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. The Contractor shall give a minimum of 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. Asphalt pavement restoration shall comply with the provisions of Section 5-02 (Bituminous Surface Treatment) and 5-04 (Hot Mix Asphalt) of the Contract Specifications. Existing cement concrete curb, gutter and sidewalk structures disturbed by the Contractor’s operations shall be replaced to match existing. Cement concrete shall be Class 3000 with entrained air in conformance with Section 6-02 (Concrete Structure) of the Contract 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. Street shoulder restoration shall be in conformance with Section 4-04.3(11) (Shoulder Ballast) of the Contract Specifications. 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. The Contractor shall restore all disturbed landscaping in conformance with Section 8-02 (Roadside Restoration) of the Contract Specifications. 1-07.16(1) Private/Public Property (November 2018 City of Auburn GSP) Add the following new section: 1-07.16(1)A Protection and Restoration of Existing Markers and Monuments All existing survey monuments and property corner markers shall be protected from movement by the Contractor. RCW 58.24.040(8) and WAC 332-120 and their rules shall apply to all existing survey markers and/or monuments that must be removed for construction purposes. When survey markers and/or monuments are disturbed, they 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. This includes the City of Auburn benchmark system. Any damaged monuments must be reset to second order, first class specifications. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-60 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 1-07.16(2) Vegetation Protection and Restoration (August 2, 2010 WSDOT GSP 1-07.16(2).OPT1.GR1) Section 1-07.16(2) is supplemented with the following: Vegetation and soil protection zones for trees shall extend out from the trunk to a distance of 1 foot radius for each inch of trunk diameter at breast height. Vegetation and soil protection zones for shrubs shall extend out from the stems at ground level to twice the radius of the shrub. Vegetation and soil protection zones for herbaceous vegetation shall extend to encompass the diameter of the plant as measured from the outer edge of the plant. 1-07.17 Utilities and Similar Facilities (June 2018 City of Auburn GSP) Supplement this section with the following. For the purpose of determining vertical clearance requirements for overhead power and communication lines, all public and private streets within the City of Auburn shall be considered conventional highways and are subject to the requirements stated in WAC-468- 34-290 unless otherwise determined by the City Engineer. (September 2019 City of Auburn GSP) Supplement this section with the following: 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. The Contractor is responsible for any breakage of utilities or services resulting from their operations. 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. 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. The Contractor shall be responsible for securing private locate services where One-Number Locator Services do not cover (such as property outside the public right of way). 1-07.17(1) Utility Construction, Removal, or Relocation by the Contractor (April 2017 City of Auburn GSP) Supplement this section with the following: The temporary removal, replacement, bracing or holding of any utility or structure, including power and telephone poles, required to accomplish the work, shall be included in the contract price(s) for the bid item(s) involved. Raising, lowering or horizontal relocation of existing water DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-61 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 services not requiring additional material, where such relocation is required to accommodate other work, shall be included in the contract price(s) for the bid item(s) involved. (April 2017 City of Auburn GSP) Add the following new section: 1-07.17(1)A Disruptions to City Water Services All water service shutdowns caused by construction activities shall be requested by the Contractor a minimum of 4 working days in advance of the proposed shutdown, shall be approved by the City a minimum of 2 working days before the shutdown, and shall be performed by City Water Utility staff. The Contractor shall schedule Work such that all water service disruptions are limited to 4 hours. The City does not guarantee a complete dry system following any water shutdown. All costs for dewatering following a water shutdown shall be included in the unit bid prices of the work involved. (November 2019 City of Auburn GSP) Add the following new section: 1-07.17(1)B(1) Utility Potholing The Contractor shall physically locate, uncover, and document the location of underground utilities at the locations identified in the plans. The purpose of utility potholing is to allow sufficient time ahead of pipe laying operations to identify underground conflicts, allow ample time to make minor adjustments in pipe grade and/or alignment, and generally facilitate the Contractor’s work schedule. The Contractor shall submit a potholing plan/schedule to the Engineer for review and/or approval per Section 9-38 (Submittal Approval) prior to commencing potholing or pipe laying operations. The plan shall show the proposed location and clearly state the purpose for each proposed potholing location. The Engineer may add or delete potholing locations. In no way shall the work described under Utility Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 (Utilities and Similar Facilities) of the Standard Specifications and these Special Provisions. (March 2014 City of Auburn GSP) Add the following new section: 1-07.17(1)B(2) Measurement “Utility Potholing” will be measured per each pothole excavated that meets all of the following conditions: 1) The pothole was excavated at least 96 hours ahead of pipe laying or other contract work relevant to the pothole. 2) The pothole is shown on the pothole plan submittal approved by the Engineer. 3) The pothole data, including soil type, utility material and size, horizontal location within 1/2 foot, and vertical location within 1/10 foot, is provided in writing to the Engineer at least 72 hours ahead of pipe laying or other contract work relevant to the pothole. 4) Pothole is not within 10 feet of any other pothole. No adjustment shall be made for pothole depth or size. No measurement will be made for potholes that do not meet the above criteria. (January 2017 City of Auburn GSP) Add the following new section: 1-07.17(1)B(3) Payment Payment will be made for each of the following Bid items that are included in the Proposal: DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-62 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 “Utility Potholing”, per Each Payment for “Utility Potholing” will include all costs for locating, uncovering, and documenting the underground location of utilities, as well as all subsurface and surface restoration measures. 1-07.18 Public Liability and Property Damage Insurance (January 4, 2016 APWA GSP) Delete this section in its entirety, and replace it with the following. 1-07.18 Insurance 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or self- insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor’s insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-63 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days’ notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. 1-07.18(2) Additional Insured (January 4, 2016 APWA GSP) All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder’s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: · 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, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors (January 4, 2016 APWA GSP) The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage (January 4, 2016 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. Failure of Contracting Agency to DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-64 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits (January 4, 2016 APWA GSP) The insurance shall provide the minimum coverages and limits set forth below. Contractor’s maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self- insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy’s deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability (January 4, 2016 APWA GSP) Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-65 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offence $1,000,000 Stop Gap / Employers’ Liability each accident 1-07.18(5)B Automobile Liability (January 4, 2016 APWA GSP) Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers’ Compensation (January 4, 2016 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 (January 4, 2016 APWA GSP) The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than 1 million each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over and as least as broad in coverage as the Contractor’s Commercial General and Auto Liability insurance All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on the Contractor’s Excess or Umbrella Liability insurance policy. This requirement may be satisfied instead through the Contractor’s primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance. 1-07.23 Public Convenience and Safety (December 2016 City of Auburn GSP) In the last sentence of the first paragraph, replace the word “Highway” with the word “Public”. (December 2016 City of Auburn GSP) Supplement this section with the following: 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. 1-07.23(1) Construction Under Traffic (February 3, 2020 WSDOT GSP 1-07.23(1).OPT2.GR1) Section 1-07.23(1) is supplemented with the following: The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor’s operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-66 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Regulatory Posted Speed Distance From Traveled Way (Feet) 35 mph or less 10 40 mph 15 45 to 50 mph 20 55 to 60 mph 30 65 mph or greater 35 Minimum Work Zone Clear Zone Distance (January 2020 City of Auburn GSP) Supplement this section with the following: All unattended excavations shall be barricaded at all times. 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. All open trenches shall meet L&I standards for protection. 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 included in the appropriate unit bid prices for the work involved . DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-67 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 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. Flagging, signs, and all other traffic control devices shall be in accordance with Section 1- 10.3 (Traffic Control Labor, Procedures, and Devices). 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 (February 2017 City of Auburn GSP) Add the following new section: 1-07.23(1)A Dust and Mud Control and Street Cleaning 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). A copy of the City’s SWMM manual can be found on the City’s website at auburnwa.gov under publications and forms. 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. Payment for dust and mud control and street cleaning shall be included in the unit contract prices for the bid items for which the dust, mud control, and street cleaning work is associated with, and no additional compensation will be made, except for “Water” per M gal., if shown as a bid item in the Proposal. No compensation shall be made to the Contractor to implement additional erosion control measures that are caused by dust and mud control activities. (December 2016 City of Auburn GSP) Add the following new section: 1-07.23(1)B Daily Cleanup and Maintenance Items 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. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-68 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 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. (*****) Add the following new section: 1-07.23(1)C Closure Restrictions Subject to other requirements specified herein the Contractor shall maintain one lane of traffic open in each direction of Auburn Way North and Auburn Way South during working hours. During non-working hours, the Contractor shall have the roadway fully open to traffic in all directions. Work requiring lane restrictions, lane interruptions, and impacts to the traffic signal operations on Auburn Way North and Auburn Way South will be permitted ONLY during the following hours unless otherwise specified herein: Northbound- 9:00 AM to 7:00 PM Southbound - 3:00 AM to 2:00 PM Pavement grinding, paving, water, and storm improvements Work at all intersections shall be completed at night between the hours of 7:00 PM and 5:00 AM. One lane in each direction shall remain open. Full closure of Auburn Way North and Auburn Way South shall not be permitted at any time. Should high volume hours differ from those specified, as determined by the Engineer, the Contractor shall adjust the hours of work accordingly. Exceptions to these restriction hours may be considered by the Engineer on a case by case basis following a written request by the Contractor. Approval of such exceptions will be at the sole discretion of the Engineer and no additional compensation or extension of time will be allowed due to the denial of such a request. No lane restrictions, disruptions, or closures shall be permitted on any day that a Significant Event is scheduled. A Significant Event is defined as an event that is anticipated to have more than 3,000 attendees at the White River Amphitheater. The Contractor shall assume there will be at least five (5) Significant Events at the White River Amphitheatre. The day of a Significant Event will be considered a nonworking day as described in Section 1-08.5 (Time for Completion). 1-07.23(2) Construction and Maintenance of Detours (November 2019 City of Auburn GSP) Supplement this section with the following: The Contractor shall submit a written procedure to the Engineer for approval per Section 9- 38 (Submittal Approval) 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 15 working days prior to an anticipated street closure. Street closures shall be such that they provide for maximum public safety and public convenience. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-69 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 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 their own expense, to remove all excess materials, debris, or other obstruction caused by their 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 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 their 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 10 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 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 10 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 10 working days in advance of such closure. Notification shall be in writing and must include the beginning and ending DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-70 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 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. (February 2017 City of Auburn GSP) Add the following new section: 1-07.23(3) Payment Payment for all Contract requirements specified in Section 1-07.23 (Public Convenience and Safety) and subsections thereof, shall be included in the appropriate unit bid prices for the work involved, unless otherwise specified. 1-07.24 Rights of Way (September 2016 City of Auburn GSP) Delete this section and replace it with the following: Street right-of-way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor’s activities shall be confined within these limits, unless arrangements for use of private property are made. 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. (January 2020 City of Auburn GSP) Add the following new section: 1-07.28 Haul Routes 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 9-38 (Submittal Approval). The plan must be submitted 10 working days prior to hauling. The Engineer must approve the haul route plan before hauling begins. 1-08 Prosecution and Progress (May 25, 2006 APWA GSP) Add the following new section including subsections: DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-71 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 1-08.0 Preliminary Matters 1-08.0(1) Preconstruction Conference (November 2019 City of Auburn GSP) Prior to the Execution of the Contract by the City and within 5 working days of receiving the signed Contract from 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 1 working day prior to the preconstruction conference, the following, per Section 9-38 (Submittal Approval): 1. A breakdown of all lump sum items, except for the lump sum items for: a. Traffic Control Supervisor; and b. Mobilization; and c. Record Drawings 2. Preliminary progress schedule. 3. SPCC Plan per Section 1-07.15(1) of the Contract Documents. In addition, the Contractor shall prepare and submit electronically 1 working day prior to the preconstruction conference: 1. Requests to Sublet for all remaining subcontractors not included in the bid submittal which must be approved prior to payment; 2. Emergency Call List; and 3. Schedule of equipment and labor rates, as outlined in Section 1-09.6 (Force Account). 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-72 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 are being requested, and why. Requests shall be submitted for review no later than 5 working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency’s material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4. If a 4-10 work schedule is requested and approved the non-working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 1-08.1 Subcontracting (December 19, 2019 APWA GSP, Option A) Section 1-08.1 is supplemented with the following: Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (WSDOT Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal- aid Projects (WSDOT Form 420-004). The Contractor shall submit to the Engineer a completed Monthly Retainage Report (WSDOT Form 272-065) within 15 calendar days after receipt of every monthly progress DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-73 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 payment until every Subcontractor and lower tier Subcontractor’s retainage has been released. The ninth paragraph, beginning with “On all projects, …” is revised to read: The Contractor shall certify to the actual amount received from the Contracting Agency and amounts paid to all firms that were used as Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the Contract. This includes all Disadvantaged, Minority, Small, Veteran or Women’s Business Enterprise firms. This Certification shall be submitted to the Engineer on a monthly basis each month between Execution of the Contract and Physical Completion of the Contract using the application available at: https://wsdot.diversitycompliance.com. A monthly report shall be submitted for every month between Execution of the Contract and Physical Completion regardless of whether payments were made or work occurred. (December 2016 City of Auburn GSP) Supplement this section 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 (November 2019 City of Auburn GSP) Supplement this section with the following. The Contractor shall submit electronically a Preliminary Progress Schedule (first 30 working days) to the Engineer no later than 1 working day prior to the date of the Pre-construction Conference. This preliminary schedule shall show work to be performed during the first 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 will periodically check actual progress of the work against the progress schedule. 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 (December 2016 City of Auburn GSP) Supplement this section with the following. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-74 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 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 (March 2018 City of Auburn GSP) Replace this section with the following: The Contractor shall submit a Type A Progress Schedule in accordance with Section 9-38 (Submittal Approval) of the Contract Specifications. The Progress Schedule shall show the total working days and shall be submitted prior to the first working day of the Contract. The schedule may be a critical 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 10 calendar days of receiving the submittal. 1-08.3(5) Payment (February 2018 City of Auburn GSP) Replace this section with the following: The cost of preparing the progress schedule, maintaining and submitting supplementary progress schedules, and providing weekly schedules shall be included in the unit bid item prices. (December 2016 City of Auburn GSP) Add the following new section: 1-08.3(7) Progress Meeting Progress meetings will be required during the execution of this contract. At a minimum, weekly 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 (April 2017 City of Auburn GSP) Delete Section 1-08.4 in its entirety, including heading, and replace it with the following: The Notice to Proceed Date shall be within 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 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 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 the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. (April 2020 City of Auburn GSP) DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-75 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Supplement this section with the following: No work shall be performed on the site until a COVID-19 Health and Safety Plan (CHSP) has been prepared in accordance with Section 1-07.4(2) as supplemented in these specifications, COVID-19 Health and Safety Plan (CHSP). 1-08.5 Time for Completion (September 2016 City of Auburn GSP) Revise the last sentence of the first paragraph to read: The days between December 25th and January 1st will classified as non-working days, provided that the Contractor actually suspends work on the Project. (November 30, 2018 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor’s obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all Subcontractors DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-76 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). g. Property owner releases per Section 1-07.24 (December 2016 City of Auburn GSP) Supplement this section with the following: The entire project, including cleanup, shall be physically completed within 160 working days, beginning on the day after the “Notice to Proceed” date. The City, for justified reasons, may extend the contract time in accordance with Section 1-08.8 (Extensions of Time). Late delivery of materials may be considered a justified reason for a time extension or Procurement Suspension per Section 1-08.6 (Suspension of Work), if the Contractor can show written evidence of a prompt order date after award of the Contract, demonstrate determined effort to acquire prompt delivery in the specified time, and comply with other requirements as specified in the Contract Documents. (*****) (April 2017 City of Auburn GSP) Add the following new section: 1-08.5(1) Project Constraints, Sequences, and Milestones Planed surfaces shall be paved within ten(10) working days of grinding. Vehicle detection cameras shall be in full operation prior to starting pavement planing. 1-08.6 Suspension of Work (January 2, 2018 WSDOT GSP 1-08.6.OPT2.FR1) Section 1-08.6 is supplemented with the following: Contract time may be suspended for procurement of critical materials (Procurement Suspension). In order to receive a Procurement Suspension, the Contractor shall within 21 calendar days after execution by the Contracting Agency, place purchase orders for all materials deemed critical by the Contracting Agency for physical completion of the contract. The Contractor shall provide copies of purchase orders for the critical materials. Such purchase orders shall disclose the purchase order date and estimated delivery dates for such critical material. The Contractor shall show procurement of the materials listed below as activities in the Progress Schedule. If the approved Progress Schedule indicates that the materials procurement are critical activities, and if the Contractor has provided documentation that purchase orders are placed for the critical materials within the prescribed 21 calendar days, then contract time will be suspended upon physical completion of all critical work except that work dependent upon the below listed critical materials: -Temporary Vehicle Detection Cameras DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-77 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Charging of contract time will resume upon delivery of the critical materials to the Contractor or 120 calendar days after execution by the Contracting Agency, whichever occurs first. (April 2020 City of Auburn GSP) Supplement this section with the following: Please be advised this Capital Public Works project is consistent with the Governor’s Stay Home, Stay Safe Proclamation (20-25), which allows construction work in limited circumstances. The project is furthering a public purpose and is considered essential under the Order, however Contract time may be suspended for COVID-19 related reasons. To receive a suspension the Contractor must provide written notification to the Engineer indicating the reasons for requesting a suspension. Any suspensions granted, in whole or in part, will be based on the City Engineer’s sole discretion. 1-08.9 Liquidated Damages (August 14 2013 APWA GSP) Revise the fourth paragraph to read: When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. 1-09 Measurement and Payment 1-09.1 Measurement of Quantities (December 2016 City of Auburn GSP) Supplement this section with the following: 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. 1-09.2 Weighing Equipment 1-09.2(1) General Requirements for Weighing Equipment (December 2016 City of Auburn GSP) Supplement this section with the following: DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-78 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Duplicate truck tickets shall be prepared to accompany each truckload of material delivered to the project. 1-09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read: Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work. 1-09.3 Scope of Payment (December 2016 City of Auburn GSP) Supplement this section with the following: There will be no separate payment for “haul” for any bid item or portion thereof in this Contract, unless specified otherwise. 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 (April 2006 City of Auburn GSP) The first paragraph, Item 2b is revised to read as follows: b. 1-09.6 (Force Account) 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor’s total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by the Engineer. (January 2020 City of Auburn GSP) Supplement this section with the following: All force account work shall be accounted for daily and entered by the Contractor onto the City of Auburn ‘Daily Report of Force Account Worked’ form (Force Account form). The City Inspector will sign the Force Account form in the field. The contractor shall provide labor and equipment details for force account work to the City before work begins. 1-09.8 Payment for Material on Hand (April 2017 City of Auburn GSP) Supplement this section with the following: Payment for materials on hand shall only be considered if, in the sole opinion of the engineer, the material is stored in a safe, secure, and controlled environment. 1-09.9 Payments (January 2017 City of Auburn GSP) DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-79 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 All references to “Final Contract Voucher Certification” shall be deleted and replaced with “Final Payment”. (January 2020 City of Auburn 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 per Section 1- 08.0(1) (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. 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 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. The amount of Progress Payments previously made; and 2. Funds withheld by the Contracting Agency in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1- 05.1. (March 2018 City of Auburn GSP) Delete the last sentence of the sixth paragraph. (December 2016 City of Auburn GSP) Supplement this section with the following: DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-80 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 The Contractor shall submit to the City, no later than 3 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. Final payment does not constitute Final Acceptance of the Contract Work. 1-09.9(1) Retainage (June 27, 2011 WSDOT GSP 1-09.9(1).OPT1.GR1) Section 1-09.9(1) including title is deleted and replaced with the following: 1-09.9(1) Vacant 1-09.13 Claims Resolution 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (July 23, 2015 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.05 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-10 Temporary Traffic Control 1-10.1 General (April 2017 City of Auburn GSP) Supplement this section with the following: The Contractor is also responsible for distributing City provided informational flyers to affected property owners. 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. The DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-81 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Contractor shall provide traffic control for City provided inspection, testing, and survey as requested by the Engineer. 1-10.2 Traffic Control Management 1-10.2(1) General (January 3, 2017 WSDOT GSP 1-10.2(1).OPT1.GR1) Section 1-10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 1-10.2(2) Traffic Control Plans (January 2020 City of Auburn GSP) Supplement this section with the following: 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 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. 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 shall be in accordance with the applicable Standard Plans. 1-10.2(3) Conformance to Established Standards (February 3, 2020 WSDOT GSP 1-10.2(3)OPT1.GR1) This Section is revised to read: DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-82 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Flagging, signs, and all other traffic control devices and procedures furnished or provided shall conform to the standards established in the latest WSDOT adopted edition (in accordance with WAC 468-95) of the MUTCD, published by the U.S. Department of Transportation, and the 2005 draft version of the Public Rights-of- Way Accessibility Guidelines (PROWAG): https://www.access- board.gov/guidelines-and-standards/streets-sidewalks/public-rights-of- way/background/revised-draft-guidelines. Judgment of the quality of devices furnished will be based upon Quality Guidelines for Temporary Traffic Control Devices, published by the American Traffic Safety Services Association. Copies of the MUTCD and Quality Guidelines for Temporary Control Devices may be purchased from the American Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, VA 22406-1022. In addition to the standards of the MUTCD described above, the Contracting Agency enforces crashworthiness requirements for most work zone devices. The AASHTO Manual for Assessing Safety Hardware (MASH) has superseded the National Cooperative Highway Research Project (NCHRP) Report 350 as the established requirements for crash testing. Temporary traffic control devices manufactured after December 31, 2019 shall be compliant with the 2016 edition of the Manual for Assessing Safety Hardware (MASH 16) crash test requirements, as determined by the Contracting Agency, except as follows: 1. In situations where a MASH 16 compliant traffic control device does not exist and there are no available traffic control devices that were manufactured on or before December 31, 2019, then a traffic control device manufactured after December 31, 2019 that is compliant with either NCHRP 350 or the 2009 edition of the Manual for Assessing Safety Hardware (MASH 09) is allowed for use with approval of the Engineer. 2. Temporary traffic control devices that were manufactured on or before December 31, 2019, and were successfully tested to National Cooperative Highway Research Program (NCHRP) Report 350 or MASH 09 may continue to be used on WSDOT projects throughout their normal service life. 3. Small and lightweight channelizing and delineating devices, including cones, tubular markers, flexible delineator posts, and plastic drums, shall meet the requirements of either NCHRP 350, MASH 09, or MASH 16, as determined by the manufacturer of the device. 4. A determination of crashworthiness for acceptance of trailer-mounted devices such as arrow displays, temporary traffic signals, area lighting supports, and portable changeable message signs is currently not required. The condition of signs and traffic control devices shall be acceptable or marginal as defined in the book Quality Guidelines for Temporary Traffic Control Devices, and will be accepted based on a visual inspection by the Engineer. The Engineer’s decision on the condition of a sign or traffic control device shall be final. A sign or traffic control device determined to be unacceptable shall be removed from the project and replaced within 12 hours of notification. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-83 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 1-10.3 Traffic Control Labor, Procedures, and Devices 1-10.3(1) Traffic Control Labor 1-10.3(1)B Other Traffic Control Labor (December 2016 City of Auburn GSP) Supplement this section with the following: 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 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)A Construction Signs (December 2016 City of Auburn GSP) Supplement this section with the following: The Contractor shall provide and install “Construction Site Sign(s)” in accordance with the contract documents 2 working days in advance of any on site construction activities. Installation of the signs shall be in accordance with Section 1-10.3(3) (Construction Signs) and ) and the applicable City of Auburn Standard Detail. 1-10.4 Measurement 1-10.4(2) Item Bids with Lump Sum for Incidentals (August 2, 2004 WSDOT GSP 1-10.4(2)OPT1.GR1) Section 1-10.4(2) is supplemented with the following: The bid proposal does not contain the item “Project Temporary Traffic Control,” lump sum. The provisions of Section 1-10.4(2) shall apply. (December 2016 City of Auburn GSP) “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. “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 (February 2017 City of Auburn GSP) Delete this Section and replace it with the following: All costs for “Temporary Traffic Control” as specified in Section 1-10 (Temporary Traffic Control) shall be included in the cost of other bid items in the Contract and specific payment will be made except as specified herein. DIVISION 1: GENERAL REQUIREMENTS CP1903/CP1904 1-84 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Payment will be made for each of the following Bid items that are included in the Proposal: “Construction Site Sign(s)”, Per Each “Traffic Control Supervisor”, Per Lump Sum “Flaggers (Min. Bid $44.33 per hour)”, Per Hour “Other Traffic Control Labor”, Per Hour “Sequential Arrow Sign”, Per Day “Portable Changeable Message Sign”, Per Day “Outside Agency Uniformed Police Flagging Labor”, Estimate The unit contract price for “Construction Site Sign(s)” shall be full payment for all equipment, labor and materials needed to furnish, install, maintain, relocate (if required), and remove and dispose of at physical completion of the work. 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 “Flaggers” 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 “Other Traffic Control Labor” unit price per hour, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all labor costs incurred by the Contractor in performing the Work specified for this item in Section 1-10.4(2). 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 included in the lump sum contract price for Traffic Control Supervisor and no additional compensation will be made. END OF DIVISION 1 PART 2: TECHNICAL SPECIAL PROVISIONS for Project Number CP1903/CP1904 AUBURN WAY NORTH PRESERVATION PROJECT-PHASE 2 AND AUBURN WAY NORTH PRESERVATION PROJECT- PHASE 3 Contract No. 20-03 TABLE OF CONTENTS PART 2: TECHNICAL SPECIAL PROVISIONS DIVISION 2 Earthwork ..................................................................................................... 2-1 2-01 Clearing, Grubbing and Roadside Cleanup .............................................................................. 2-1 2-01.1 Description ................................................................................................. 2-1 2-01.2 Disposal of Usable Material and Debris .................................................. 2-1 2-01.2(1) Disposal Method No. 1 – Open Burning .................................................. 2-1 2-01.2(3) Disposal Method No. 3 - Chipping ........................................................... 2-1 2-01.3 Construction Requirements ...................................................................... 2-1 2-02 Removal of Structures and Obstructions .................................................................................. 2-1 2-02.3 Construction Requirements ...................................................................... 2-1 2-02.3(2) Removal of Bridges, Box Culverts, and other Drainage Structures ..... 2-1 2-02.3(3) Removal of Pavement, Sidewalks, Curbs and Gutters .......................... 2-2 2-02.3(5) Salvage ........................................................................................................ 2-2 2-02.5 Payment ...................................................................................................... 2-2 2-07 Watering 2-4 2-07.3 Construction Requirements ...................................................................... 2-4 2-07.4 Measurement .............................................................................................. 2-4 2-07.4(1) Water from City Hydrants .......................................................................... 2-4 DIVISION 3 Aggregate Production and Acceptance ........................................................ 3-1 3-04 Acceptance of Aggregate ......................................................................................................... 3-1 3-04.3 Construction Requirements ...................................................................... 3-1 3-04.3(8) Price Adjustment for Quality of Aggregate ............................................. 3-1 DIVISION 4 Bases ........................................................................................................... 4-1 DIVISION 5 Surface Treatments and Pavements .......................................................... 5-1 5-04 Hot Mix Asphalt ......................................................................................................................... 5-1 5-04.1 Description ............................................................................................................... 5-1 5-04.2 Materials ................................................................................................................... 5-1 5-04.2(1) How to Get an HMA Mix Design on the QPL ..................................................... 5-2 5-04.2(1)A Vacant ................................................................................................................ 5-3 5-04.2(2) Mix Design – Obtaining Project Approval .......................................................... 5-3 5-04.2(2)B Using Warm Mix Asphalt Processes .............................................................. 5-4 5-04.3 Construction Requirements ................................................................................... 5-4 5-04.3(1) Weather Limitations ............................................................................................ 5-4 5-04.3(2) Paving Under Traffic ........................................................................................... 5-5 5-04.3(3) Equipment ............................................................................................................ 5-5 5-04.3(3)A Mixing Plant ....................................................................................................... 5-5 5-04.3(3)B Hauling Equipment ........................................................................................... 5-6 5-04.3(3)C Pavers ................................................................................................................ 5-7 5-04.3(3)DMaterial Transfer Device or Material Transfer Vehicle .................................... 5-8 5-04.3(3)E Rollers ................................................................................................................ 5-9 5-04.3(4) Preparation of Existing Paved Surfaces ........................................................... 5-9 5-04.3(4)B Soil Residual Herbicide .................................................................................. 5-10 5-04.3(4)C Pavement Repair ............................................................................................. 5-10 5-04.3(5) Producing/Stockpiling Aggregates and RAP ................................................. 5-11 5-04.3(5)A Vacant .............................................................................................................. 5-11 5-04.3(6) Mixing ................................................................................................................. 5-11 5-04.3(7) Spreading and Finishing .................................................................................. 5-12 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA .................................. 5-13 5-04.3(9) HMA Mixture Acceptance ................................................................................. 5-13 5-04.3(9)A Vacant .............................................................................................................. 5-14 5-04.3(9)B Vacant .............................................................................................................. 5-14 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation ......................................... 5-14 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots .............................. 5-14 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling .............................................. 5-15 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing ......................... 5-15 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors ...................................... 5-16 5-04.3(9)C5 Vacant ............................................................................................................ 5-16 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments ........................... 5-16 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests ............................................... 5-17 5-04.3 (9)D Mixture Acceptance – Commercial Evaluation ........................................... 5-17 5-04.3(10) HMA Compaction Acceptance ....................................................................... 5-17 Test Results 5-18 5-04.3(10)A HMA Compaction – General Compaction Requirements ......................... 5-19 5-04.3(10)B HMA Compaction – Cyclic Density ............................................................. 5-19 5-04.3(10)C Vacant ............................................................................................................ 5-19 5-04.3(10)D HMA Nonstatistical Compaction ................................................................. 5-19 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots .............................. 5-20 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing ..... 5-20 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments ........................... 5-20 5-04.3(11) Reject Work ...................................................................................................... 5-21 5-04.3(11)A Reject Work General ..................................................................................... 5-21 5-04.3(11)B Rejection by Contractor ............................................................................... 5-21 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) ................................ 5-21 5-04.3(11)D Rejection - A Partial Sublot.......................................................................... 5-22 5-04.3(11)E Rejection - An Entire Sublot ........................................................................ 5-22 5-04.3(11)F Rejection - A Lot in Progress ....................................................................... 5-22 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) ................................... 5-22 5-04.3(12) Joints ................................................................................................................ 5-22 5-04.3(12)A HMA Joints .................................................................................................... 5-22 5-04.3(12)A1 Transverse Joints ....................................................................................... 5-23 5-04.3(12)A2 Longitudinal Joints ..................................................................................... 5-23 5-04.3(12)A3 Asphalt Concrete Pavement Butt Joints .................................................. 5-23 5-04.3(12)B2 Paved Panel Joint Seal............................................................................... 5-24 5-04.3(13) Surface Smoothness ....................................................................................... 5-24 5-04.3(14) Planing (Milling) Bituminous Pavement ........................................................ 5-25 5-04.3(14)A Pre-Planing Metal Detection Check ............................................................ 5-26 5-04.3(14)B Paving and Planing Under Traffic ............................................................... 5-26 5-04.3(14)B1 General ........................................................................................................ 5-26 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan ................................... 5-27 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing ........................................................ 5-28 5-04.3(16) HMA Road Approaches .................................................................................. 5-30 5-04.3(17) Asphalt Cold Patch .................................................................................. 5-30 5-04.4 Measurement .......................................................................................................... 5-30 5-04.5 Payment .................................................................................................................. 5-30 5-04.3(9)A Test Sections .................................................................................................. 5-32 DIVISION 6 Structures .................................................................................................. 6-1 DIVISION 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains and Conduits ......................................................................... 7-1 7-04 Storm Sewers ........................................................................................................................... 7-1 7-04.2 Materials ...................................................................................................... 7-1 7-04.3 Construction Requirements ...................................................................... 7-1 7-04.3(1)F Low Pressure Air Test for Storm Sewers Constructed of Non Air-Permeable Materials ...................................................................................................... 7-1 7-04.4 Measurement .............................................................................................. 7-1 7-04.5 Payment ...................................................................................................... 7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells .......................................................................... 7-2 7-05.2 Materials ...................................................................................................... 7-2 7-05.3 Construction Requirements ...................................................................... 7-3 7-05.3(1) Adjusting Manholes & Catch Basins to Grade ....................................... 7-3 7-05.3(3) Connections to Existing Manholes .......................................................... 7-3 7-05.3(5) Channels for Manholes ............................................................................. 7-4 7-05.3(6) New Castings.............................................................................................. 7-4 7-05.4 Measurement .............................................................................................. 7-4 7-05.5 Payment ...................................................................................................... 7-5 7-07 Cleaning Existing Drainage Structures ..................................................................................... 7-6 7-07.5 Payment ...................................................................................................... 7-6 7-08 General Pipe Installation Requirements ................................................................................... 7-6 7-08.1 Description ................................................................................................. 7-6 7-08.2 Materials ...................................................................................................... 7-6 7-08.3 Construction Requirements ...................................................................... 7-6 7-08.3(1) Excavation and Preparation of Trench .................................................... 7-6 7-08.3(1)A Trenches ..................................................................................................... 7-6 7-08.3(1)B Shoring ........................................................................................................ 7-7 7-08.3(2)B Pipe Laying – General ............................................................................... 7-7 7-08.3(2)G Jointing of Dissimilar Pipe ........................................................................ 7-7 7-08.3(2)L Dewatering Trenches ................................................................................. 7-7 7-08.3(3) Backfilling ................................................................................................... 7-8 7-08.3(4) Plugging Existing Pipe .............................................................................. 7-8 7-08.3(5) Pipe Trench Restoration ........................................................................... 7-8 7-08.4 Measurement .............................................................................................. 7-9 7-08.5 Payment ...................................................................................................... 7-9 7-09 Water Mains ............................................................................................................................ 7-10 7-09.1 Description ............................................................................................... 7-10 7-09.2 Materials .................................................................................................... 7-10 7-09.3(10) Backfilling Trenches ................................................................................ 7-10 7-09.3(13) Handling of Pipe ....................................................................................... 7-10 7-09.3(19) Connections ............................................................................................. 7-10 7-09.3(19)A Connections to Existing Mains............................................................... 7-10 7-09.3(19)B Maintaining Service ................................................................................. 7-11 7-09.3(21) Concrete Thrust Blocking ....................................................................... 7-11 7-09.3(23) Hydrostatic Pressure Test ...................................................................... 7-11 7-09.3(24) Disinfection of Water Mains .................................................................... 7-11 7-09.3(24)J Preventing Reverse Flow ........................................................................ 7-11 7-09.3(24)N Final Flushing and Testing ..................................................................... 7-12 7-09.5 Payment .................................................................................................... 7-12 7-12 Valves for Water Mains ........................................................................................................... 7-13 7-12.3 Construction Requirements .................................................................... 7-13 7-12.3(2) Adjust Valve Boxes .................................................................................. 7-13 7-12.3(3) Combination Air Release/Air Vacuum Valve Assembly ....................... 7-13 7-12.3(4) Valve Wrench Extension Box ................................................................. 7-13 7-12.5 Payment .................................................................................................... 7-14 7-15 Service Connections ............................................................................................................... 7-14 7-15.2 Materials .................................................................................................... 7-14 7-15.3 Construction Requirements .................................................................... 7-14 7-15.5 Payment .................................................................................................... 7-15 DIVISION 8 Miscellaneous Construction ........................................................................... 8-1 8-01 Erosion Control and Water Pollution Control .......................................................... 8-1 8-01.3 Construction Requirements ...................................................................... 8-1 8-01.3(1) General ................................................................................................................. 8-1 8-01.3(1)A Submittals ................................................................................................... 8-1 8-01.3(1)C Water Management ........................................................................................... 8-2 8-01.3(1)C1 Disposal of Dewatering Water ....................................................................... 8-2 8-01.3(1)G Temporary Water Pollution/Erosion Control Installation ...................... 8-2 8-01.3(2) Temporary Seeding and Mulching ........................................................... 8-2 8-01.3(2)B Temporary Seeding ................................................................................... 8-2 8-01.3(2)E Tackifiers .................................................................................................... 8-3 8-01.4 Measurement .............................................................................................. 8-3 8-01.4(2) Item Bids ..................................................................................................... 8-3 8-01.4(4) Items not included with Lump Sum Erosion Control and Water Pollution Prevention................................................................................................... 8-3 8-01.5 Payment ...................................................................................................... 8-3 8-01.5(1) Lump Sum Bid for Project (No Unit Items) .............................................. 8-3 8-01.5(2) Item Bids ..................................................................................................... 8-4 8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water Pollution Prevention................................................................................................... 8-4 8-01.5(4) Items not included with Lump Sum Erosion Control and Water Pollution Prevention................................................................................................... 8-4 8-02 Roadside Restoration ............................................................................................................... 8-4 8-02.1 Description ................................................................................................. 8-4 8-02.3 Construction Requirements ...................................................................... 8-5 8-02.3(1) Responsibility During Construction ........................................................ 8-5 8-02.3(4) Topsoil ........................................................................................................ 8-5 8-02.3(4)A Topsoil Type A ........................................................................................... 8-5 8-02.3(4)C Topsoil Type C ........................................................................................... 8-5 8-02.3(5) Roadside Seeding, Lawn and Planting Area Preparation ...................... 8-5 8-02.3(5)D Root Control Barrier .................................................................................. 8-6 8-02.3(6) Much and Amendments ............................................................................ 8-6 8-02.3(9) Seeding, Fertilizing, and Mulching ........................................................... 8-6 8-02.3(10)E Fertilizer for Sodded Area ......................................................................... 8-7 8-02.3(11) Mulch ........................................................................................................... 8-7 8-02.3(12) Completion of Initial Planting ................................................................... 8-7 8-02.3(13) Plant Establishment ................................................................................... 8-7 8-02.3(14) Plant Replacement ..................................................................................... 8-8 8-02.4 Measurement .............................................................................................. 8-8 8-02.5 Payment ...................................................................................................... 8-8 8-04 Curbs, Gutters and Spillways ................................................................................................... 8-9 8-04.3 Construction Requirements ...................................................................... 8-9 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways ................................... 8-9 8-04.3(1)A Extruded Cement Concrete Curb ............................................................. 8-9 8-04.4 Measurement .............................................................................................. 8-9 8-04.5 Payment ...................................................................................................... 8-9 8-06 Cement Concrete Driveway Entrances .................................................................................. 8-10 8-06.1 Description ............................................................................................... 8-10 8-06.2 Materials .................................................................................................... 8-10 8-06.3 Construction Requirements .................................................................... 8-10 8-06.4 Measurement ............................................................................................ 8-11 8-06.5 Payment .................................................................................................... 8-11 8-07 Precast Traffic Curb ................................................................................................................ 8-11 8-07.2 Materials .................................................................................................... 8-11 8-07.3 Construction Requirements .................................................................... 8-11 8-07.3(1) Installing Curbs ........................................................................................ 8-11 8-07.4 Measurement ............................................................................................ 8-12 8-07.5 Payment .................................................................................................... 8-12 8-09 Raised Pavement Markers ..................................................................................................... 8-12 8-09.3 Construction Requirements .................................................................... 8-12 8-09.3(2) Surface Preparation ................................................................................. 8-12 8-09.4 Measurement ............................................................................................ 8-13 8-09.5 Payment .................................................................................................... 8-13 8-13 Monument Cases .................................................................................................................... 8-13 8-13.1 Description ............................................................................................... 8-13 8-13.2 Materials .................................................................................................... 8-13 8-13.3 Construction Requirements .................................................................... 8-13 8-13.3(1) Reference Points ...................................................................................... 8-14 8-13.4 Measurement ............................................................................................ 8-14 8-13.5 Payment .................................................................................................... 8-14 8-14 Cement Concrete Sidewalks .................................................................................................. 8-14 8-14.1 Description ............................................................................................... 8-14 8-14.3 Construction Requirements .................................................................... 8-15 8-14.3(1) Excavation ................................................................................................ 8-15 8-14.3(2) Forms ........................................................................................................ 8-15 8-14.3(3) Placing and Finishing Concrete ............................................................. 8-15 8-14.3(3)A Special Sidewalk ...................................................................................... 8-16 8-14.3(4) Curing ........................................................................................................ 8-16 8-14.4 Measurement ............................................................................................ 8-17 8-14.5 Payment .................................................................................................... 8-17 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical ....... 8-17 8-20.1(1) Regulations and Code ............................................................................. 8-17 8-20.1(3) Permitting and Inspections ..................................................................... 8-17 8-20.2(2) Equipment List and Drawings ................................................................ 8-18 8-20.3 Construction Requirements .................................................................... 8-18 8-20.3(1)A Order of Work ........................................................................................... 8-18 8-20.3(4) Foundations.............................................................................................. 8-18 8-20.3(5) Conduit ...................................................................................................... 8-19 8-20.3(5)A General ...................................................................................................... 8-19 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes..................................... 8-19 8-20.3(8) Wiring ........................................................................................................ 8-20 8-20.3(9) Bonding, Grounding ................................................................................ 8-20 8-20.3(11) Testing ...................................................................................................... 8-21 8-20.3(13) Illumination Systems ............................................................................... 8-21 8-20.3(13)A Light Standards ........................................................................................ 8-21 8-20.3(13)C Luminaires ................................................................................................ 8-21 8-20.3(13)F Luminaire Fusing ..................................................................................... 8-22 8-20.3(14) Signal Systems ........................................................................................ 8-22 8-20.3(14)C Induction Loop Vehicle Detectors .......................................................... 8-22 8-20.3(14)H Pedestrian Push Buttons and Signs ...................................................... 8-22 8-20.3(14)I Video Detection System .......................................................................... 8-23 8-20.4 Measurement ............................................................................................ 8-23 8-20.5 Payment .................................................................................................... 8-23 8-21 Permanent Signing ................................................................................................................. 8-25 8-21.3 Construction Requirements .................................................................... 8-25 8-21.3(4) Sign Removal ........................................................................................... 8-25 8-21.4 Measurement ............................................................................................ 8-25 8-21.5 Payment .................................................................................................... 8-26 8-22 Pavement Marking .................................................................................................................. 8-26 8-22.1 Description ............................................................................................... 8-26 8-23 Temporary Pavement Markings .............................................................................................. 8-26 8-23.1 Description ............................................................................................... 8-26 Division 9 Materials.......................................................................................................... 9-1 9-05 Drainage Structures and Culverts............................................................................................. 9-1 9-05.12 Polyvinyl Chloride (PVC) Pipe .................................................................. 9-1 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Pipe, And Solid Wall PVC Sanitary Sewer Pipe ................................................................................... 9-1 9-05.13 Ductile Iron Sewer Pipe ............................................................................. 9-1 9-14 Erosion Control and Roadside Planting .................................................................................... 9-1 9-14.2 Topsoil ........................................................................................................ 9-1 9-14.2(1) Topsoil Type A ........................................................................................... 9-1 9-14.2(3) Topsoil Type C ........................................................................................... 9-1 9-14.5 Mulch and Amendments ........................................................................... 9-1 9-14.5(3) Bark or Wood Chips .................................................................................. 9-2 9-14.6(1) Polyacrylamide (PAM) ............................................................................... 9-2 9-14.7 Plant Materials ............................................................................................ 9-2 9-14.7(5) Tagging ....................................................................................................... 9-2 9-14.7(6) Inspection ................................................................................................... 9-2 9-29 Illumination, Signal, Electrical ................................................................................................... 9-2 9-29.1 Conduit, Innerduct, Outerduct .................................................................. 9-2 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes....................................... 9-3 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable ............................ 9-3 9-29.6 Light and Signal Standards .................................................................................... 9-4 9-29.6(1) Steel Light and Signal Standards ...................................................................... 9-5 9-29.6(1)A Lighting & Signal Standards & Davit Arms ............................................. 9-5 9-29.6(1)B Wrapping ..................................................................................................... 9-8 9-29.6(2)A Anchor Bases ............................................................................................. 9-8 9-29.6(4) Welding ....................................................................................................... 9-8 9-29.6(5) Foundation Hardware ................................................................................ 9-8 9-29.7 Luminaire Fusing & Electrical Connections at Light Standard Bases, Cantilever Bases and Sign Bridge Bases ................................................ 9-8 9-29.9 Ballast, Transformers ................................................................................ 9-9 9-29.10 Luminaires .................................................................................................. 9-9 9-29.11(2) Photoelectric Controls ............................................................................ 9-10 9-29.12(1) Illumination Circuit Splices ..................................................................... 9-10 9-29.12(2) Traffic Signal Splice Material .................................................................. 9-11 9-29.12(6) Sealants .................................................................................................... 9-11 9-29.19 Pedestrian Push Buttons ........................................................................ 9-11 9-29.20 Pedestrian Signals ................................................................................... 9-11 9-29.23 Video Detection Cameras ........................................................................ 9-12 9-30 Water Distribution Materials .................................................................................................... 9-12 9-30.1 Pipe ............................................................................................................ 9-12 9-30.1(1) Ductile Iron Pipe ....................................................................................... 9-12 9-30.2 Fittings ...................................................................................................... 9-12 9-30.2(1) Ductile Iron Pipe ....................................................................................... 9-12 9-30.2(6) Restrained Joints ..................................................................................... 9-13 9-30.3 Valves ........................................................................................................ 9-13 9-30.3(1) Gate Valves (3-inches to 16-inches) ...................................................... 9-13 9-30.3(4) Valve Boxes .............................................................................................. 9-13 9-30.3(8) Tapping Sleeve and Valve Assembly ..................................................... 9-14 9-30.5 Hydrants .................................................................................................... 9-14 9-38 Submittal Approval .................................................................................................................. 9-14 9-38.1 Submittals ................................................................................................. 9-14 9-38.1(1) Submittal Transmittal Procedures ......................................................... 9-15 9-38.1(2) Request for Submittal Approval (RSA) Form Instructions .................. 9-15 9-38.1(3) Request For Approval Of Material (RAM) Submittal Content .............. 9-17 9-38.1(5) Engineer’s Submittal Review .................................................................. 9-18 9-38.1(6) Submittal Approval and Acceptance Codes ......................................... 9-19 9-38.2 Schedule of Submittals ........................................................................... 9-20 DIVISION 2: EARTHWORK CP1903/CP1904 2-1 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 DIVISION 2 Earthwork 2-01 Clearing, Grubbing and Roadside Cleanup 2-01.1 Description (December 2016 City of Auburn GSP) Supplement this section with the following: Clearing and grubbing shall be done to the construction limits shown on the Plans. When no clearing and grubbing limits are shown, the clearing and grubbing limits shall be the smallest area required to complete the other Contract Work. 2-01.2 Disposal of Usable Material and Debris 2-01.2(1) Disposal Method No. 1 – Open Burning (December 2016 City of Auburn GSP) Delete this section and replace it with the following: Open burning will not be permitted on this project. 2-01.2(3) Disposal Method No. 3 - Chipping (January 2017 City of Auburn GSP) Supplement this section with the following: Woodchips shall not be utilized on the project site unless approved by the Engineer. Wood chips shall be disposed of by Disposal Method No. 2 – Waste Site. 2-01.3 Construction Requirements (January 2018 City of Auburn GSP) Supplement this section with the following: Where the Plans indicate clearing and grubbing on private property, the terms of the easement agreements referenced in Section 1-07.24 (Rights of Way) shall dictate if the property owners are responsible for relocating trees, shrubs, or other landscaping from the work area, and the required advance notice to the property owner(s) from the Contractor. Absent of these stipulations, respective property owners are responsible for relocating or removing trees, shrubs, or any other landscaping material within the work areas that they wish to save, unless specified elsewhere in the contract documents, and the Contractor shall notify property owners a minimum of 7 calendar days in advance of clearing the site, to allow the owner time to remove landscape material. 2-02 Removal of Structures and Obstructions 2-02.3 Construction Requirements 2-02.3(2) Removal of Bridges, Box Culverts, and other Drainage Structures (January 2017 City of Auburn GSP) DIVISION 2: EARTHWORK CP1903/CP1904 2-2 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Supplement this section with the following: The Contractor shall remove storm drainage structures as described in the Plans. The resultant void shall be backfilled with Gravel Borrow per Section 9-03.14(1) (Gravel Borrow), unless otherwise noted. All material removed from the site shall be properly disposed of, unless otherwise identified to be salvaged. 2-02.3(3) Removal of Pavement, Sidewalks, Curbs and Gutters (December 2016 City of Auburn GSP) Supplement this section with the following: Saw cutting costs shall be included in the bid item for which the sawcut is being made and no separate payment for saw cutting shall be made. (*****) (September 2019 City of Auburn GSP) Add the following new section: 2-02.3(5) Salvage All casings, pipe, frames, grates, covers, traffic signal equipment, poles, luminaires and other material of recoverable value identified to be salvaged from the project shall be carefully delivered to the City of Auburn Maintenance & Operations Facility (1305 “C” Street SW) in their existing condition. The following items have been identified to be salvaged: · Storm Catch Basin Grates · Pedestrian Push Buttons The Contractor shall provide notice to the Engineer a minimum of 3 working days prior to delivery of any salvaged item. All costs for salvaging and delivering salvaged items to the City shall be included in the appropriate unit Bid prices for the work involved and no further compensation will be paid. Following removal items to be salvaged, the Contractor shall protect the items and all component parts from loss or damage until such time as all they are delivered by the Contractor to the City of Auburn Maintenance and Operations Facility. The Contractor shall replace lost, damaged, or destroyed items in kind, at the Contractor’s expense. The Contractor shall coordinate the receiving of salvaged items by the City. The Contractor shall label any salvaged traffic signal poles, mast arms, and signal/lighting equipment with the City contract number and location from which they were salvaged. Labels shall be removable weather proof tags that will not damage or mark the salvaged item. 2-02.5 Payment (April 2017 City of Auburn GSP) Supplement this section with the following: Payment will be made for each of the following Bid items that are included in the Proposal: “Remove Catch Basin”, Per Each DIVISION 2: EARTHWORK CP1903/CP1904 2-3 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 “Remove Pipe”, Per Linear Feet “Removal of Concrete or Asphalt Pavement” , Per Square Yard “Remove Cement Concrete Flat Work”, Per Square Yard “Removal of Curb and Gutter”, Per Linear Feet “Removal of Concrete Pedestrian Curb”, Per Linear Feet “Remove Precast Cement Conc. Traffic Curb”, Per Linear Feet “Remove Raised Pavement Markings”, Per Lump Sum “Remove Existing Through-Curb Outlet”, Per Each The unit Contract price for “Remove Catch Basin” shall be full pay for all labor, tools, and equipment required for the excavation and disposal of catch basin. (*****) The unit Contract price for “Remove Pipe” shall be full pay for all labor, tools, and equipment required for the excavation and disposal of storm pipe removal and grout patching of any penetration in receiving pipe structure as shown on the Contract plans. The unit Contract price for “Removal of Concrete or Asphalt Pavement” shall be full pay for all labor, tools, and equipment to remove and dispose of the asphalt pavement, including saw cutting and any removal of dowel bars, reinforcing steel, or fabric, at the locations shown on the Contract plans. The unit Contract price for “Remove Cement Concrete Flat Work” shall be full pay for all labor, tools, and equipment to remove and dispose of the concrete flat work, including industrial or commercial driveways, saw cutting and any dowel bars or reinforcing steel, at the locations shown on the Contract plans. The unit Contract price for “Removal of Curb and Gutter” and “Removal of Precast Traffic Curb” shall be full pay for all labor, tools, and equipment to remove and dispose of the curb and gutter and the 2-foot existing asphalt next to the curb, and precast traffic curb including saw cutting. The unit Contract price for “Removal of Concrete Pedestrian Curb” shall be full pay for all labor, tools, and equipment to remove and dispose of the curb within the limits of removal per Contract plans. The unit Contract price for “Remove Raised Pavement Markings” shall be full pay for all labor, tools, and equipment to remove and dispose of the raised pavement markings, throughout the project area. DIVISION 2: EARTHWORK CP1903/CP1904 2-4 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 The unit Contract price for “Remove Existing Through-Curb Outlet” shall be full pay for all labor, tools, and equipment to remove and dispose of 2-inch storm runoff drain pipe installed under sidewalk, with outlet at face of curb. 2-07 Watering 2-07.3 Construction Requirements (December 2016 City of Auburn GSP) Supplement this section with the following: The Contractor shall water to control dust and shall have a water truck available for watering. 2-07.4 Measurement (January 2017 City of Auburn GSP) Delete this section and replace it with the following: No Measurement for water will be made. (January 2019 City of Auburn GSP) Add the following new section: 2-07.4(1) Water from City Hydrants The Contractor shall obtain a Fire Hydrant Meter 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 Meter Permit is obtained and in accordance with the terms of the Fire Hydrant Meter Permit. To obtain a Fire Hydrant Meter Permit the applicant shall make a deposit of $2,110.00 which covers the use of a water meter, hydrant wrench, brass adapter, backflow prevention device and hydrant gate valve, and is refundable if returned in acceptable condition. When the meter, hydrant wrench, backflow prevention device, and gate valve are returned in an acceptable condition and all water usage fees have been paid, the $2,110.00 deposit will then be refunded to the applicant. The applicant shall pay a base fee of $45.13 per month and all water usage will be paid by the applicant at the rate of $4.43 per hundred cubic feet. NOTE: These are current 2020 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). END OF DIVISION 2 DIVISION 3: AGGREGATE PRODUCTION AND ACCEPTANCE CP1903/CP1904 3-1 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 DIVISION 3 Aggregate Production and Acceptance 3-04 Acceptance of Aggregate 3-04.3 Construction Requirements 3-04.3(8) Price Adjustment for Quality of Aggregate (December 2016 City of Auburn GSP) Delete this section and replace it with the following: No aggregate compliance price adjustments shall be made. END OF DIVISION 3 DIVISION 4: BASES CP1903/CP1904 4-1 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 DIVISION 4 Bases No Revisions. END OF DIVISION 4 DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-1 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 DIVISION 5 Surface Treatments and Pavements 5-04 Hot Mix Asphalt (July 18, 2018 APWA GSP) Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following: 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. (January 2017, City of Auburn GSP) Supplement this section with the following: HMA Class 3/8-inch, Class 1/2-inch, and Class 3/4-inch are designated as leveling or wearing courses. HMA Class 1-inch is designated as a pavement base course. All mixtures are considered dense graded HMA. 5-04.2 Materials (July 18, 2018 APWA GSP) Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-2 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. (January 2018, City of Auburn GSP) Supplement this section with the following: The crack sealant material shall be rubberized asphalt per Section 9-04.2(1) (Hot Poured Joint Sealants). 5-04.2(1) How to Get an HMA Mix Design on the QPL (July 18, 2018 APWA GSP) If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5- 04.2(1). DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-3 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 5-04.2(1)A Vacant 5-04.2(2) Mix Design – Obtaining Project Approval (July 18, 2018 APWA GSP) No paving shall begin prior to the approval of the mix design by the Engineer. 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: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; · The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. · The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & sig-nature) of a valid licensed Washington State Professional Engineer. · The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.** The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; · Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). · Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-4 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Approval of a mix design for “Commercial Evaluation” will be based on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL’s) appropriate for the required use. 5-04.2(2)B Using Warm Mix Asphalt Processes (July 18, 2018 APWA GSP) The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: · Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. · Before using additives, obtain the Engineer’s approval using WSDOT Form 350- 076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations (July 18, 2018 APWA GSP) Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55◦F 45◦F DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-5 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 0.10 to .20 45◦F 35◦F More than 0.20 35◦F 35◦F 5-04.3(2) Paving Under Traffic (July 18, 2018 APWA GSP) When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the 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 mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant (July 18, 2018 APWA GSP) Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-6 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment – An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). 5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment (July 18, 2018 APWA GSP) Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-7 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers (July 18, 2018 APWA GSP) HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer’s recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-8 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 (January 2018, City of Auburn GSP) Supplement this section with the following: 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)D Material Transfer Device or Material Transfer Vehicle (October 2019, City of Auburn GSP) A Material Transfer Device/Vehicle (MTD/V) only applies to paving on State Routes and within the right of way of the State, unless other-wise required by the contract. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-9 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 5-04.3(3)E Rollers (July 18, 2018 APWA GSP) Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer’s recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer’s recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces (July 18, 2018 APWA GSP) When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-10 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. (January 2017, City of Auburn GSP) Supplement this section with the following: The Contractor shall remove existing pavement markers, lane markers, and plastic markings. 5-04.3(4)B Soil Residual Herbicide (November 2019 City of Auburn GSP) The Contractor shall apply one application of an approved soil residual herbicide. Any area that has not been paved within the 24 hour 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. Use herbicide registered with the Washington State Department of Agriculture for use under pavement. Before use, obtain the Engineer’s approval of the herbicide and the proposed rate of application. Include the following information in the request for approval of the material: · Brand Name of the Material; · Manufacturer; · Environmental Protection Agency (EPA) Registration Number; · Material Safety Data Sheet; and · Proposed Rate of Application 5-04.3(4)C Pavement Repair (July 18, 2018 APWA GSP) 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 in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor’s operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-11 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. (January 2018, City of Auburn GSP) Supplement this section with the following: HMA for pavement repair shall be HMA Class 1/2-inch PG 58H-22 or as shown in the Plans. Pavement repair areas shown in the Plans, if any, are for reference only. The repair areas shall be as directed by the Engineer in the field. (*****) The pavement repair area shall be excavated down 42 inches from the roadway surface and backfilled with 34 inches of Crushed Surfacing Base Course and 8 inches of HMA. The subgrade shall be compacted to a firm unyielding condition. 5-04.3(5) Producing/Stockpiling Aggregates and RAP (July 18, 2018 APWA GSP) Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 5-04.3(6) Mixing (July 18, 2018 APWA GSP) After the required amount of mineral materials, asphalt binder, recycling agent and anti- stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-12 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing (July 18, 2018 APWA GSP) The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1” 0.35 feet HMA Class ¾” and HMA Class ½” wearing course 0.30 feet other courses 0.35 feet HMA Class ⅜” 0.15 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-13 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. (November 2019 City of Auburn GSP) Supplement this section with the following: 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(8) Aggregate Acceptance Prior to Incorporation in HMA (July 18, 2018 APWA GSP) For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance (July 18, 2018 APWA GSP) Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. 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. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2 Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-14 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates –2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation (July 18, 2018 APWA GSP) HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots (July 18, 2018 APWA GSP) A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-15 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling (July 18, 2018 APWA GSP) Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH-TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: · If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion. · If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing (July 18, 2018 APWA GSP) Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-16 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors (July 18, 2018 APWA GSP) For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″ and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical 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 tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, 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 Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments (July 18, 2018 APWA GSP) For each lot of HMA mix produced under Nonstatistical 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 total 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 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 (CPF). DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-17 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests (July 18, 2018 APWA GSP) The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3 (9)D Mixture Acceptance – Commercial Evaluation (July 18, 2018 APWA GSP) 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 tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 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. For each lot of HMA mix produced and tested under 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 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 (CPF). 5-04.3(10) HMA Compaction Acceptance (July 18, 2018 APWA GSP) HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-18 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item “Roadway Core” the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results (July 18, 2018 APWA GSP) For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-19 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction – General Compaction Requirements (July 18, 2018 APWA GSP) Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor’s option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)B HMA Compaction – Cyclic Density (July 18, 2018 APWA GSP) Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-20 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots (July 18, 2018 APWA GSP) HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing (July 18, 2018 APWA GSP) The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments (July 18, 2018 APWA GSP) For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-21 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming 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 CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General (July 18, 2018 APWA GSP) Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor (July 18, 2018 APWA GSP) The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) (July 18, 2018 APWA GSP) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-22 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection - A Partial Sublot (July 18, 2018 APWA GSP) In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)E Rejection - An Entire Sublot (July 18, 2018 APWA GSP) An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection - A Lot in Progress (July 18, 2018 APWA GSP) The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) (July 18, 2018 APWA GSP) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints 5-04.3(12)A HMA Joints DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-23 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 5-04.3(12)A1 Transverse Joints (July 18, 2018 APWA GSP) The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3(12)A2 Longitudinal Joints (July 18, 2018 APWA GSP) The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than ½ of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)A3 Asphalt Concrete Pavement Butt Joints (November 2019 City of Auburn GSP) The Contractor shall provide butt joints where the new asphalt concrete pavement meets the existing pavement as shown on the Plans 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 58H-22 per Section 9-02 (Bituminous Materials). DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-24 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 5-04.3(12)B2 Paved Panel Joint Seal (July 18, 2018 APWA GSP) Construct the paved panel joint seal in accordance with the requirements specified in section 5-04.3(12)B1 and the following requirement: 1. Clean and seal the existing joint between concrete panels in accordance with Section 5-01.3(8) and the details shown in the Standard Plans. 5-04.3(13) Surface Smoothness (July 18, 2018 APWA GSP) The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than ⅛ inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre-Paving planning (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-25 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 5-04.3(14) Planing (Milling) Bituminous Pavement (July 18, 2018 APWA GSP) The planing plan must be approved by the Engineer and a pre planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing submittals. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the surface by the Contractor’s planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. (November 2019, City of Auburn GSP) DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-26 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Supplement this section with the following: 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 HMA. Also, the surface shall be cleaned by sweeping to remove dust and foreign matter. Where the plans call for a grind an overlay, the overlay work shall commence within 5 working days of completing the pavement grinding except where specified otherwise in the Contract. Planing tailings may be used as trench backfill. Planing tailings 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(14)A Pre-Planing Metal Detection Check (July 18, 2018 APWA GSP) Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General (July 18, 2018 APWA GSP) In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-27 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan (July 18, 2018 APWA GSP) The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation’s activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where police officers will be stationed when DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-28 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s traffic control as it relates to the specific requirements of that day’s planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s planing, and paving. 2. A copy of each intersection’s traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day’s work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing (July 18, 2018 APWA GSP) At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day’s operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day’s operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-29 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other con-tractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving – additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day’s operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-30 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 5-04.3(16) HMA Road Approaches (July 18, 2018 APWA GSP) HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. 5-04.3(17) Asphalt Cold Patch (November 2019, City of Auburn GSP) “Asphalt Cold Patch” for temporary pavement patching and temporary pedestrian ramps or walkways 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” shall be removed in its entirety before asphalt concrete pavement is placed. 5-04.4 Measurement (November 2019 City of Auburn GSP) HMA Cl. ___ PG ___, HMA for ___ Cl. ___ PG ___, and Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5- 04.3(11), the material removed will not be measured. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Planing bituminous pavement will be measured by the square yard. Temporary pavement marking will be measured by the linear foot as provided in Section 8-23.4. No measurement for Water will be made. Asphalt Cold Patch will be measured by the ton of cold patch furnished and installed. No measurement for Soil Residual Herbicide will be made. No measurement for Longitudinal Joint Seals will be made. 5-04.5 Payment (July 18, 2018 APWA GSP) Payment will be made for each of the following Bid items that are included in the Proposal: DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-31 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 “HMA Cl. 3/8-inch PG 58H-22”, per ton. “HMA Cl. 1/2-inch PG 58H-22”, per ton. “HMA for Pavement Repair Cl. 1/2-inch PG 58H-22”, per ton. “Commercial HMA”, per ton. The unit Contract price per ton for “HMA Cl. 3/8-inch PG 58H-22”, “HMA Cl. 1/2-inch PG 58H-22” , ““HMA for Pavement Repair Cl. 1/2-inch PG 58H-22”, and “Commercial HMA” shall be full compensation for all costs, including anti-stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. “Pavement Repair Excavation Incl. Haul”, per square yard. The unit Contract price per square yard for “Pavement Repair Excavation Incl. Haul” shall be full payment for all costs incurred to perform the Work described in Section 5- 04.3(4) with the exception, however, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for “HMA for Pavement Repair Cl. 1/2-inch PG 58h-22”, per ton. “Planing Bituminous Pavement”, per square yard. The unit Contract price per square yard for “Planing Bituminous Pavement” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). “Temporary Pavement Marking”, per linear foot. Payment for “Temporary Pavement Marking” is described in Section 8-23.5. “Water”, per M gallon. Payment for “Water” is described in Section 2-07.5. “Job Mix Compliance Price Adjustment”, by calculation. “Job Mix Compliance Price Adjustment” will be calculated and paid for as described in Section 5-04.3(9)C6. “Compaction Price Adjustment”, by calculation. DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP1903/CP1904 5-32 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 “Compaction Price Adjustment” will be calculated and paid for as described in Section 5-04.3(10)D3. (November 2019, City of Auburn GSP) Supplement this section with the following: Payment will be made for each of the following Bid items that are included in the Proposal: “Asphalt Cold Patch”, 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(17) (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 Cl. 1/2-inch PG 58H-22” or “HMA Cl. 3/8-inch PG 58H- 22”. All costs associated with providing, placing, and sealing new joints in the asphalt concrete shall be included in the unit Contract price for “HMA Cl. 1/2-inch PG 58H-22” or “HMA Cl. 3/8-inch PG 58H-22. All cost incurred to obtain, provide and install herbicide for “Soil Residual Herbicide” in accordance with Section 5-04.3(4)B shall be included in the unit contract price per ton for HMA. Longitudinal Joint Seals between the HMA and cement concrete pavement shall be included in the unit contract price per ton of the HMA. Hot or cold mix asphalt concrete for temporary patches shall not be measured for separate payment. All costs associated with temporary patches shall be included in the appropriate unit bid prices for the work involved. 5-04.3(9)A Test Sections (February 2018, City of Auburn GSP) Supplement this section with the following: All references to Statistical Evaluation for High RAP/Any RAS in this section, including subsections is deleted. END OF DIVISION 5 DIVISION 6: STRUCTURES CP1903/CP1904 6-1 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 DIVISION 6 Structures No Revisions. END OF DIVISION 6 DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS CP1903/CP1904 7-1 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 DIVISION 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains and Conduits 7-04 Storm Sewers 7-04.2 Materials (July 2019 City of Auburn GSP) Replace the first paragraph and list of materials with the following: Only the pipe materials listed below are approved for use on City storm sewer systems. Materials shall be in accordance with all provisions of the following sections: Solid Wall Polyvinyl Chloride (PVC) Pipe, SDR-35 9-05.12(1) (Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe) Solid Wall Polyvinyl Chloride (PVC) Pipe, SDR-21 9-05.12(1) (Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe) Solid Wall Polyvinyl Chloride (PVC) Pipe, C900 9-05.12(1) (Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe) Ductile Iron Pipe, Special Class 52, Storm Pipe 9-05.13 (Ductile Iron Sewer Pipe) High Density Polyethylene Pipe (HDPE) 9-05.21 (High Density Polyethylene Pipe (HDPE)) The laying length for PVC (SDR-35) shall not exceed 14 feet. 7-04.3 Construction Requirements 7-04.3(1)F Low Pressure Air Test for Storm Sewers Constructed of Non Air-Permeable Materials (January 2017 City of Auburn GSP) Supplement this section with the following: If the test shows zero leakage after a five-minute test time, the Engineer has the authority to accept and end the test immediately. 7-04.4 Measurement (*****) Supplement this section with the following: Measurement for “Through-Cub Outlet” will be by each. 7-04.5 Payment (*****) Supplement this section with the following: Payment will be made for each of the following Bid items that are included in the Proposal: DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS CP1903/CP1904 7-2 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 “Ductile Iron Pipe, Special Class 52, Storm Pipe, 12 In. Diam.”, Per Linear Foot “Through-Curb Outlet”, Per Each The unit contract price for “Through-Curb Outlet” shall be full pay for all labor, equipment and material necessary to install in curb drain as identified on the plans. (August 2018 City of Auburn GSP) Revise references to payment for storm sewer pipe to the following: The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for all work to complete the installation including the following: · Furnishing and installing pipe, pipe fittings, and other pipe appurtenances. · Adjusting inverts to manholes and catch basins · Testing of pipes · Sawcutting (including additional sawcutting for pavement restoration, Trenching, and Structure Excavation Class B (including haul) · Installing bedding and backfill materials within the trench · Furnishing and installing temporary patches or steel plates over unfinished portions of trenches crossing traveled ways · Disposal of surplus trench excavation · General pipe installation work including plugs and connections · Plugging existing pipes for abandonment · Bypass pumping · Normal Dewatering and disposal of groundwater 7-05 Manholes, Inlets, Catch Basins, and Drywells 7-05.2 Materials (January 2017 City of Auburn GSP) Supplement this section with the following: Manholes shall be complete with frames and covers. All manhole frames and covers shall be bolt-down and from East Jordan Iron Works: EJ product #00370781 (Eon #3715ZPT Frame and #3705CPT Cover) or approved equivalent. Catch Basins shall be complete with frames and grates unless otherwise specified on the Plans to be provided with solid metal covers or manhole frames and covers. 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 in place. Manhole and catch basin steps and handholds shall be steel-reinforced copolymer polypropylene (ASTM D4101) with ½ inch steel reinforcing bar (ASTM A615 Grade 60) and in conformance with ASTM C478. The fabricator of all precast sanitary manholes shall seal them with Tamoseal Cement Based Waterproof Finish or approved equivalent applied to all interior and exterior surfaces in accordance with the manufacturer’s recommendations. The Contractor shall have adequate product on hand to seal any field modifications to sanitary sewer manholes. DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS CP1903/CP1904 7-3 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 7-05.3 Construction Requirements (January 2017 City of Auburn GSP) Supplement this section with the following: All pipes entering or leaving new or existing manholes, catch basins or inlets shall be placed on firmly compacted bedding, particularly within the area of the manhole excavation, which normally is deeper than that of the pipe trench. Special care shall be taken to see that the openings through which pipes or adapters penetrate the manhole are completely and firmly rammed full of non-shrink grout to ensure water tightness. Manhole adapters shall be provided when connecting PVC or Polyethylene pipes to any new or existing manholes, catch basins or inlets. All manhole adapters for PVC and Polyethylene pipe shall be of a style as required and manufactured for the specific application with sufficient tangent at the ends to allow for proper joint connections. Field fabricated manhole adapters will not be permitted. All manhole adapters must have approval from the Engineer in writing before being installed. See Section 2-09.3(3)D (Shoring and Cofferdams) for “Shoring or Extra Excavation Class B” and Section 7-08 (General Pipe Installation Requirements) for foundation material and imported bedding and backfill materials. 7-05.3(1) Adjusting Manholes & Catch Basins to Grade (January 2018 City of Auburn GSP) Supplement this section with the following: Manholes or catch basins shall not be adjusted to finish grade 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 grade. Temporary access to manholes and catch basins 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. A quick setting admixture shall be added to the cement concrete backfill. 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), HMA Class ½-inch shall be placed and compacted with hand tampers and a patching roller within 48 hours. 7-05.3(3) Connections to Existing Manholes (January 2017 City of Auburn GSP) Supplement this section with the following: Where shown in the Plans, new storm drain lines shall be extended to connect to an existing manhole. The pipe extension shall be the same diameter as the existing pipe. DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS CP1903/CP1904 7-4 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Dissimilar pipes shall be joined per Section 7-08.3(2)G (Jointing of Dissimilar Pipe) of these Special Provisions. (August 2016 City of Auburn GSP) Add the following new section: 7-05.3(5) Channels for Manholes Channels for manholes shall be made to conform accurately to the sewer grade, and shall be brought together smoothly with well-rounded junctions. Channel sides shall be carried up vertically to the crown elevation of the various pipes, and the concrete shelf between channels shall be smoothly finished and warped evenly with slopes to drain towards the manhole outflow. Channels for manholes shall be constructed with non-shrinking mortar. Mortar shall be composed of approximately one part Type II Portland Cement, 1½ to 2 parts sand, and 2 to 3 fluid ounces of water-reducing retarder per sack of cement. Sand, cement, and water shall be as specified for concrete. Water-reducing retarder shall meet ASTM C494 specification for chemical admixture for concrete. (August 2016 City of Auburn GSP) Add the following new section: 7-05.3(6) New Castings Where new castings are indicated to be installed on existing structures in the Plans, the Contractor shall furnish and install new castings of the type specified. Casting shall include frame and grate, or ring and cover and new adjustment section(s) as necessary to set the casting to final grade. Install to the finished grade as shown. Salvaged castings shall be cleaned and delivered to the City of Auburn as specified in Section 2-02.3(5) (Salvage). 7-05.4 Measurement (August 2016 City of Auburn GSP) Replace the first paragraph with the following: Manholes, catch basins, and other structures listed in this section will be measured per each complete structure installed without adjustment for height. (April 2019 City of Auburn GSP) Replace the third paragraph with the following: No measurement will be made for adjustment of new structures. Adjustment of existing manholes and catch basins will be measured per each. (August 2016 City of Auburn GSP) Replace the fourth paragraph with the following: No measurement for structure excavation class B or structure excavation class B including haul will be made. DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS CP1903/CP1904 7-5 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 7-05.5 Payment (*****) Supplement this section with the following: Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: “Catch Basin Frame and Grate”, Per Each “Connect to Existing Private Drain”, Per Each “Connect to Existing Manhole”, Per Each The unit contract prices per each for “Connect to Existing Private Drain” shall be full pay for all work to complete the connection including all materials, labor, and equipment to extend the new pipe and connect to the existing drain pipe from private drain. The unit contract prices per each for “Connect to Existing Manhole” shall be full pay for all work to complete the connection including all materials, labor, and equipment to extend the new pipe and connect to the existing structure. (August 2018 City of Auburn GSP) Revise references to payment for manholes, catch basins, and other structures listed in this section to the following: The unit contract price per each for manholes, catch basins, and other structures listed in this section shall be full pay for all work to complete the installation including the following: · Furnishing and installing structures, and structure accessories · Testing of structures · Sawcutting (including additional sawcutting for pavement restoration, Trenching, and Structure Excavation Class B (including haul). · Installing bedding and backfill materials · Furnishing and installing temporary patches or steel plates over unfinished portions of trenches crossing traveled ways · Disposal of surplus excavation · General structure installation work · Plugging existing pipes for abandonment · Extending existing pipes for making connections · Bypass pumping · Normal Dewatering and disposal of groundwater · Protection of the structures during other work including construction of the roadway subgrade. · Adjustment of the castings to final grade, including the castings and the surface restoration (including HMA pavement patching) DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS CP1903/CP1904 7-6 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 7-07 Cleaning Existing Drainage Structures 7-07.5 Payment November 2019 City of Auburn GSP) Delete this section and replace it with the following: Costs for the cleaning of facilities installed by the Contractor are included in the costs for those facilities and no separate payment for cleaning those facilities shall be made. Costs for cleaning existing facilities that accumulate debris, obstruction due to the Contractor’s activities or due to inadequate temporary erosion and sedimentation control measures are the sole responsibility of the Contractor and no payment shall be made. 7-08 General Pipe Installation Requirements 7-08.1 Description (January 2017 City of Auburn GSP) Delete this section and replace it with the following: This information shall cover the general requirements for installing culverts, storm sewers, sanitary sewers, and water mains. The Contractor shall also follow all provisions of Sections 7-02 (Culverts), 7-04 (Storm Sewers), 7-09 (Water Mains), 7-17 (Sanitary Sewers), and 1-07.23 (Public Convenience and Safety) as it applies to the specific kind of work. In case of conflicting specifications between Section 7-08 and 7-09, the specifications of Section 7-09 shall take precedence for the installation of water mains and appurtenances. 7-08.2 Materials (January 2018 City of Auburn GSP) Delete this section and replace it with the following: Imported bedding, backfill and foundation material shall meet the requirements of the following sections: Pipe Zone Bedding and Select Trench Backfill 9-03.9(3) (Crushed Surfacing) Pipe Foundation Material 9-03.10 (Aggregate for Gravel base) Imported Pipe Trench Backfill 9-03.14(1) (Gravel Borrow) Controlled Density Fill for Trench Backfill 2-09.3(1)E (Backfilling) 7-08.3 Construction Requirements 7-08.3(1) Excavation and Preparation of Trench 7-08.3(1)A Trenches (April 2017 City of Auburn GSP) DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS CP1903/CP1904 7-7 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 The second sentence of the third paragraph is deleted. (January 2018 City of Auburn GSP) The first sentence of the eighth paragraph is deleted and replaced with the following: If any of the excavated (also referred to as native) material meets the specifications of material listed in Section 7-08.2 (Materials), the Engineer may require that native material, in the quantity required, be selectively removed, stockpiled separately, and used as pipe zone bedding, foundation material, or trench backfill instead of the quantities of pipe zone bedding, foundation material, or trench backfill respectively. 7-08.3(1)B Shoring (January 2017 City of Auburn GSP) Supplement this section with the following: Shoring shall meet the requirements of Section 2-09.3(3)D (Shoring and Cofferdams), the Occupational Safety and Health Act (OSHA), and the Washington Industrial Safety and Health Act of 1973 (WISHA), Chapter 296-155 WAC, and RCW Chapter 49.17, shall apply to all excavation, trenching and ditching operations on this project. All trenches four (4) feet and over in depth shall be shored in compliance with applicable Federal and State regulations. Extra Excavation Class B will be allowed only with the approval of the Engineer. 7-08.3(2)B Pipe Laying – General (January 2017 City of Auburn GSP) Supplement this section with the following: The Contractor shall use neat, vertical full-depth saw cuts for trenching through existing asphalt or cement concrete pavement surfaced areas. All pipe shall be neatly cut using an approved mechanical cutter without causing damage to the pipe. 7-08.3(2)G Jointing of Dissimilar Pipe (January 2017 City of Auburn GSP) Supplement this section with the following: Where new pipe is connected to existing pipe, the Contractor shall verify the type of existing pipe and join pipes with a pipe adapter specifically manufactured for joining the pipes involved. (August 2016 City of Auburn GSP) Add the following new section: 7-08.3(2)L Dewatering Trenches Where water is encountered in the trench, it shall be removed during pipe-laying operations and the trench so maintained until the ends of the pipe are sealed and provisions are made to prevent floating of the pipe. Trench water or other deleterious materials shall not be allowed to enter the pipe at any time. DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS CP1903/CP1904 7-8 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 “Normal Trench Dewatering” is defined as dewatering methods occurring in, or directly adjacent to, the trench, including trash pumps, sump pumps, or other methods in the excavated areas. “Normal Trench Dewatering” does not include a dewatering system such as well points, well screens, or deep wells. All “Normal Trench Dewatering” work associated with maintaining a trench suitable for pipeline construction will be included in the cost of the pipes or other facilities being installed. Where groundwater cannot be removed using “Normal Trench Dewatering” methods, the Contractor shall provide a dewatering system that will be used to lower the water table 2 feet below the depth of excavation. See Section 8-05 (Dewatering System) for dewatering system requirements. The dewatering plan must be received 10 calendar days prior to dewatering operations and approved by the Engineer before underground utility installation begins. 7-08.3(3) Backfilling (January 2017 City of Auburn GSP) Supplement this section with the following: The Engineer may require “Controlled Density Fill” where uniform compaction around other utilities, foundations or other fixed objects is not possible. 7-08.3(4) Plugging Existing Pipe (January 2018 City of Auburn GSP) Delete this section and replace it with the following: All existing sanitary sewer, storm, and drain pipes shown on the Plans to be abandoned and plugged, shall be plugged on the inlet and outlet ends for a distance of three times the diameter with Class 3000 cement concrete. Care shall be used in placing the concrete in the pipe to ensure that the openings are completely filled and thoroughly plugged. All existing water pipes shown on the Plans to be abandoned and plugged, shall be plugged on the ends with Mechanical Joint plugs. All existing sanitary sewer, storm, and water pipes shown on the Plans to be abandoned and filled, shall be filled with concrete that has a compressive strength of 1,500 psi or less for the entire length of pipe specified. The Contractor shall seal abandoned or filled pipe connections at manholes or catch basins with Class 3000 cement concrete and grout to provide a smooth, watertight seal. (November 2019 City of Auburn GSP) Add the following new section: 7-08.3(5) Pipe Trench Restoration Trenches excavated as part of a new street construction shall be completed to subgrade before placing surfacing materials and sidewalks. Final restoration will be completed with the street surfacing. In existing streets, sidewalks and other native or landscaped areas, the restoration shall be to a minimum of the existing adjacent surfaces. Asphalt and cement concrete pavement, DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS CP1903/CP1904 7-9 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 sidewalks, etc., shall be replaced upon a firm unyielding base to match existing surface thickness. Unless otherwise shown on the plans, the minimum asphalt concrete pavement replacement section shall be 2 inches thick. 7-08.4 Measurement (January 2017 City of Auburn GSP) Supplement this section with the following: Measurement for “Select Pipe Trench Backfill”, “Pipe Zone Bedding” and “Pipe Foundation Material” will be by the ton. “Controlled Density Fill (CDF) for Trench Backfill” and “Controlled Density Fill (CDF) for Filling Pipe” will be measured by the cubic yard. 7-08.5 Payment (April 2017 City of Auburn GSP) Delete this section and replace it with the following: Payment will be made for each of the following Bid items that are included in the Proposal: “Pipe Foundation Material”, Per Ton “Pipe Zone Bedding”, Per Ton “Select Pipe Trench Backfill”, Per Ton “Controlled Density Fill (CDF) for Filling Pipe”, Per Cubic Yard The unit contract price for “Pipe Foundation Material”, “Pipe Zone Bedding”, “Select Pipe Trench Backfill,” and “Imported Pipe Trench Backfill”, shall include all costs associated furnishing the material and all costs associated with the over-excavation and disposal of the surplus and unsuitable trench excavation replaced by these items. The unit contract price for “Controlled Density Fill (CDF) for Filling Pipe” shall include all costs associated with furnishing and placing the material, including labor and equipment. All costs associated with trenching, installing bedding and backfill materials within a trench, disposal of surplus trench excavation, general pipe installation work including “Normal Trench Dewatering,” plugs and connections, and plugging existing pipes for abandonment shall be included in the unit contract price for the type and size of pipe installed. “Structure Excavation Class B” and “Structure Excavation Class B Including Haul” for pipe trenching in accordance with all provisions of Section 2-09 (Structure Excavation) shall be included in the unit contract price for the type and size of pipe installed. Payment for pipe trench restoration will be made under the applicable items listed in the Proposal Form. If no pay items for the materials required for the trench restoration are included in the bid proposal, pipe trench restoration shall be included in the unit contract price for the type and size of pipe installed. DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS CP1903/CP1904 7-10 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 7-09 Water Mains 7-09.1 Description (January 2017 City of Auburn GSP) Supplement this section with the following: The Contractor shall also follow the requirements of Section 7-08 (General Pipe Installation Requirements). In case of conflicting specifications between Section 7-08 and 7-09, the specifications of Section 7-09 shall take precedence for the installation of water mains and appurtenances. 7-09.2 Materials (January 2018 City of Auburn GSP) Delete ‘Aggregates’ and the reference sections pertaining to Foundation Material, Gravel Backfill for Pipe Zone Bedding, Pipe Zone Bedding, and Trench backfill, from the list in the first paragraph. Supplement this section with the following: Ductile Iron Pipe per Section 9-30.1(1) with Ductile Iron Fittings per Section 9-30.2(1) shall be the only pipe and fitting materials allowed for water systems owned by the City of Auburn. 7-09.3(10) Backfilling Trenches (January 2017 City of Auburn GSP) Supplement this section with the following: Water mains shall be installed with 42-inch minimum finished pipe cover, unless the Engineer determines less cover is adequate where existing facilities, not to be relocated, might interfere with the pipe laying operation. 7-09.3(13) Handling of Pipe (January 2017 City of Auburn GSP) Supplement this section with the following: Strict adherence to the requirements preventing debris from entering the pipe will be required, including plugging of pipe during transport, storage, and placement. If, in the opinion of the Engineer, any pipe or fitting has been installed with dirt, foreign material, or diesel residue in it, it shall be removed, cleaned, and re-laid at Contractor expense. 7-09.3(19) Connections 7-09.3(19)A Connections to Existing Mains (January 2017 City of Auburn GSP) Supplement this section with the following: The Contractor shall field verify all existing piping, dimensions, and elevations to ensure proper fit prior to any connections being made to existing mains. DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS CP1903/CP1904 7-11 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 7-09.3(19)B Maintaining Service (January 2017 City of Auburn GSP) Supplement this section with the following: Water main shut-offs shall be in accordance with Section 1-07.17(1) (Disruption to City Water Services). 7-09.3(21) Concrete Thrust Blocking (January 2018 City of Auburn GSP) Supplement this section with the following: Where trench conditions are such that thrust restraint is not accomplishable with concrete, the Contractor shall provide restrained joints in accordance with Section 9-30.2(6) (Restrained Joints) to replace or supplement concrete blocking or anchors. Supplement and replacement restrained joints shall be provided as recommended by the manufacturer and approved by the Engineer. 7-09.3(23) Hydrostatic Pressure Test (January 2017 City of Auburn GSP) Supplement this section with the following: Add the following sentence at the beginning of the first paragraph: Hydrostatic tests shall be made on all new pipeline in accordance with the applicable portions of this Standard Specification and ANSI/AWWA C600, except as modified in this document. Add the following sentence between the first and second sentence of the first paragraph: Test pressures shall not exceed the rated pressure of the valves when the pressure boundary of the test section includes closed, resilient-seated gate valves or butterfly valves. Add the following sentence at the end of the second paragraph: Sections of pipe between valves shall be pressure tested immediately upon completion of each section. Each section shall be immediately backfilled upon the Engineer approving the hydrostatic pressure test results. 7-09.3(24) Disinfection of Water Mains (November 2019 City of Auburn GSP) Supplement this section with the following: The City will take bacteriological test samples. The Contractor shall insert corporation stops in the main at all locations required to take bacteriological test samples. If original test samples prove unsatisfactory, a charge of $100.00 will be made for processing each additional sample. 7-09.3(24)J Preventing Reverse Flow (November 2019 City of Auburn GSP) Supplement this section with the following: DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS CP1903/CP1904 7-12 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Prior to beginning the water main installation, the Contractor shall prepare a Prevention of Reverse Flow Plan per Section 1-06 (Control of Material), showing the intended method, in detail, which will be incorporated to insure the prevention of reverse flows from entering the existing distribution system. The plan shall meet the requirement of WAC 246-902-490. The Contractor shall consider this plan as a submittal, and submit it per the specifications in Section 9-38 (Submittal Approval). The Engineer must approve this plan prior to the Contractor starting work on the water main. 7-09.3(24)N Final Flushing and Testing (January 2017 City of Auburn GSP) Supplement this section with the following: Accomplish line flushing in accordance with the latest provisions of AWWA C601. Flush all dead end mains with a temporary blow off. The Contractor is responsible for disposal of water flushed from the line. An approved bacteriological test is required before connection to the existing system. The City will measure water consumed for flushing. The Contractor shall submit a de-chlorination plan per Section 1-06 (Control of Material) indicating how chlorine concentration and pH adjustment will be achieved per this Section. All costs to submit the plan shall be included in the unit contract price per linear foot of pipe. 7-09.5 Payment (April 2017 City of Auburn GSP) Supplement this section with the following: Payment will be made for each of the following Bid items that are included in the Proposal: The cost of valve assemblies shall be paid for under separate bid items. Where bolted flanged joint pipe is used on this project, the flange shall be attached to “Special Class 53 D.I. Pipe” and payment will be at the same rate as the unit contract price for “Special Class 52 D.I. Pipe”, unless otherwise specified. (August 2018 City of Auburn GSP) All references to payment for water pipe is revised to the following: The unit contract price per linear foot for water main pipe listed in this section shall be full pay for all work to complete the installation including the following: · Furnishing and installing pipe, pipe accessories, and other appurtenances. · Sawcutting (including additional sawcutting for pavement restoration, Trenching, and Structure Excavation Class B (including haul). · Installing bedding and backfill materials · Furnishing and installing temporary patches or steel plates over unfinished portions of trenches crossing traveled ways · Disposal of surplus excavation · General pipe installation work · Plugging existing pipes for abandonment · Extending existing pipes for making connections · Preparation and implementation of reverse flow prevention plan DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS CP1903/CP1904 7-13 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 · Preparation and implementation of a de-chlorination plan · Normal Dewatering and disposal of groundwater · Disinfection, flushing and testing of pipe · Protection of the pipe during other work including construction of the roadway subgrade. 7-12 Valves for Water Mains 7-12.3 Construction Requirements (January 2018 City of Auburn GSP) Add the following new section: 7-12.3(2) Adjust Valve Boxes The Contractor shall adjust water valve boxes to finish grade as specified in the Plans and in accordance with the applicable City of Auburn Standard Details. Water valve boxes shall be accessible at all times. Valve boxes shall not be adjusted to finish grade until the asphalt paving is completed, at which time, each valve box 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 adjustment. 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. A quick setting admixture shall be added to the cement concrete backfill. Once the valve boxes have been adjusted to finished grade and the cement concrete backfill has cured (the day following placing the cement concrete), HMA Class ½-inch shall be placed and compacted with hand tampers and a patching roller within 48 hours. (August 2016 City of Auburn GSP) Add the following new section: 7-12.3(3) Combination Air Release/Air Vacuum Valve Assembly “Combination Air Release/Air Vacuum Valve Assembly” shall be constructed at locations shown on the Plans and shall be a minimum of 1 inch diameter in accordance with the applicable City of Auburn Standard Detail(s). (August 2016 City of Auburn GSP) Add the following new section: 7-12.3(4) Valve Wrench Extension Box The Contractor shall furnish and install valve wrench extension boxes where the valve nut will exceed 48 inches below the top of the finished valve box and finish grade, where DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS CP1903/CP1904 7-14 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 shown on the Plans, in accordance with the applicable City of Auburn Standard Detail(s) for deep buried valves. 7-12.5 Payment (April 2017 City of Auburn GSP) Supplement this section with the following: Payment will be made for each of the following Bid items that are included in the Proposal: “Adjust Valve Box”, Per Each The unit contract prices for “Adjust Valve Box” shall be full pay for all work including providing all materials, equipment and labor to lower the structure before planing and adjust structures to finish grade after the overlay is complete (including asphalt concrete patches). (January 2017 City of Auburn GSP) The second paragraph is revised to read: The unit contract price per each for the valves specified shall be full pay for all work, equipment, and materials to furnish and install each valve complete in place on the water main, including trenching, jointing, blocking of valve, painting, disinfecting, hydrostatic testing, valve box, valve wrench extension box, marker post, and final adjustment to finish grade (including asphalt concrete patches). 7-15 Service Connections 7-15.2 Materials (November 2019 City of Auburn GSP) Replace the reference to Service pipe from the list of materials and replace with the following: Service Pipe & Tail Piece 9-30.6(3)B (Service Pipes) All water service materials shall be low lead brass CDA89833 or CDA89520, and shall meet ANSI/AWWA C800 and NSF 61 Annex G maximum lead requirements. 7-15.3 Construction Requirements (January 2017 City of Auburn GSP) Supplement this section with the following: Water service connections shall be installed where shown on the drawings in accordance with these documents and the applicable Standard Details. Multiple service connections to the same main must be made with a 2 foot minimum separation at the main and be staggered horizontally, so that adjacent services are at differing elevations along the pipe. Meter box and water meters shall not be placed in locations which are subjected to vehicular traffic (including driveways, etc.) unless approved by the Engineer and a traffic bearing meter box is provided. Tail pieces (that portion of the service line between the meter and the property line) shall be furnished and installed and shall be of the same DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS CP1903/CP1904 7-15 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 material and size as the service line. Connection of the tail piece to the service line from the building shall be made with compression couplings or capped as appropriate. Service pipes shall be installed without joints from the water main to the curb valve near or within the meter box. Tailpieces shall also be installed without joints from the water meter outlet to its termination (18 inches minimum beyond the meter but not beyond the right-of-way line). The existing ¾-inch water meter shall be reinstalled to the new meter setter once the new 1-inch service line, meter setter, and tailpiece, have been installed and the new meter box has been adjusted to grade. All new materials (service line, meter setter, tailpiece, and meter box) shall be used for water meter relocations. Materials shall match existing size unless otherwise shown on the Plans. When removing existing meters, the Contractor shall protect all automated meter reading equipment including radios, receivers/transmitters, and other equipment. The removed meters/equipment will be stored in such a manner to prevent damage to the equipment. The Contractor will request and complete training from City staff on proper measures and techniques required to protect the equipment prior to removing any equipped meters. 7-15.5 Payment (April 2017 City of Auburn GSP) Supplement this section with the following: Payment will be made for each of the following Bid items that are included in the Proposal: “Water Service Connection 1 In. Diam.”, Per Each The unit contract price for each size of “Water Service Connection, 1 In. Diam.” Shall be per each, in place, and shall be full compensation for all labor, equipment, and materials necessary to furnish and install the new water service including tap and corporation stop, service line from the main to the meter, Mueller adaptor, curb valve, meter yoke with angle check valve and angle valve, meter box, tailpiece, and reconnecting the existing service or capping the end as appropriate. The City will provide and set ¾ inch diam. Meters for new 1 inch diam. Service connections. (******) Supplement this section with the following: “Adjust Water Meter Box to Finished Grade”, Per Each The unit contract prices for “Adjust Water Meter Box to Finished Grade” shall be full pay for all work including providing all materials, equipment and labor to adjust structures to finish grade after grading is complete. END OF DIVISION 7 DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-1 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 DIVISION 8 Miscellaneous Construction 8-01 Erosion Control and Water Pollution Control 8-01.3 Construction Requirements (February 2018 City of Auburn GSP) Supplement this section with the following: The Contractor shall comply with the requirements of the Construction Stormwater General Permit (CSWGP), when the Contract is covered by a CSWGP. When the Contract does not identify CSWGP coverage, then the requirements identified in this section, that would only be required in the event of permit coverage, are not applicable. All other requirements identified in this section are applicable regardless if the Contract has a CSWGP or not. 8-01.3(1) General (November 2019 City of Auburn GSP) The second to last paragraph is revised to read: When applicable, the Contractor shall be responsible for all Work required for compliance with the CSWGP. 8-01.3(1)A Submittals (November 2019 City of Auburn GSP) Supplement this section with the following: The Contractor’s TESC plan shall be submitted to the Engineer for approval per Section 9- 38 (Submittal Approval) prior to beginning construction. The TESC plan shall also cover dewatering and the Contractor’s proposed method of treating and disposing of dewatering effluent and other impacts of caused by dewatering activities. Modifications to the temporary erosion and sediment control (TESC) Plans included in the Contract Plans, shall meet all requirements of the City of Auburn Surface Water Management Manual (SWMM). Prior to beginning any concrete or grinding work, the Contractor shall submit a plan, for the Engineer’s review and approval, outlining the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. 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. DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-2 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 8-01.3(1)C Water Management 8-01.3(1)C1 Disposal of Dewatering Water (September 2019 City of Auburn GSP) The first paragraph is revised to read: When uncontaminated groundwater is encountered in an excavation on a project, when approved by the Engineer, it may be infiltrated within vegetated areas of the right of way not designated as Sensitive Areas or incorporated into an existing stormwater conveyance system at a rate that will not cause erosion or flooding in any receiving surface water. (November 2019 City of Auburn GSP) Add the following new section: (January 2018 City of Auburn GSP) Add the following new section: 8-01.3(1)G Temporary Water Pollution/Erosion Control Installation This work consists of furnishing and installing all temporary water pollution and erosion control items as detailed in the Contract Plans. If additional measures as approved by the City are required beyond those shown in the Contract Plans, they will be paid for under the unit cost bid item(s) determined by the Engineer to be applicable, or, if the Engineer determines additional measures are not applicable to unit cost bid item(s), the measures will be paid under the Force Account bid item for “Erosion/Water Pollution Control”. 8-01.3(2) Temporary Seeding and Mulching 8-01.3(2)B Temporary Seeding (January 2017 City of Auburn GSP) Supplement this section with the following: Seeding: The following composition, proportion, and quality of grass seed shall be applied at the rate of 5 pounds per 1,000 square feet on all areas requiring roadside seeding (noted “hydroseed” on the Plans) within the project: Kind and Variety of Seed in Mixture Percent by Weight Minimum Percent Pure Seed Minimum Percent Germination Colonial Bentgrass (Highland or Astoria) 10% 9.8% 85% Red Fescue (Illahee, Rainier, or Pennlawn) 40% 39.20% 90% English Perennial Rye 50% 29.40% 90% Weed Seed (maximum %) 0.50% Inert and Other Crops (minimum %) 1.50% DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-3 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 TOTAL 100.00% Fertilizer: The Contractor shall submit three samples of existing soil in the project area, and one of each specified type of topsoil to a soil laboratory for testing to determine fertilizer/amendment composition. Results shall be submitted to the Engineer and fertilizer and soil amendment formulation and application rates will be based on the laboratory recommendations. However, the minimum fertilizers requirements are as follows: Total Nitrogen as N-3 1.5 pound per 1,000 square feet; Available Phosphoric Acid as P2O5-1 2 pounds per 1,000 square feet; Soluble Potash as K2O-2 20 pounds per 1,000 square feet; 1 pound of nitrogen applied per 1,000 square feet shall be derived from ureaform or ureaformaldehyde. The remainder may be derived from any source. The fertilizer formulation and application rate shall be approved by the Engineer before use. 8-01.3(2)E Tackifiers (January 2017 City of Auburn GSP) Supplement this section with the following: The moderate-term mulch soil binder for hydroseeding shall be a bonded fiber matrix with integral tackifier specifically manufactured for hydroseeding applications and erosion control. The moderate-term mulch shall be dyed an appropriate color to facilitate visual metering of application of the materials. The moderate-term mulch shall be ‘ECO-AEGIS’ as manufactured by Canfor, or approved alternate. 8-01.4 Measurement (November 2019 City of Auburn GSP) This Section is deleted. 8-01.4(2) Item Bids (November 2019 City of Auburn GSP) The first paragraph is deleted. 8-01.4(4) Items not included with Lump Sum Erosion Control and Water Pollution Prevention (November 2019 City of Auburn GSP) This Section is deleted. 8-01.5 Payment 8-01.5(1) Lump Sum Bid for Project (No Unit Items) (November 2019 City of Auburn GSP) This Section is deleted. DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-4 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 8-01.5(2) Item Bids (April 2017 City of Auburn GSP) Supplement this section with the following: (November 2019, City of Auburn GSP) References to payment for street cleaning is revised to the following: Per Section 1-07.23(1)A (Dust and Mud Control and Street Cleaning), no additional payment will be made for Street Cleaning. (*****) References to payment for ESC Lead is revised to the following: No payment will be made for ESC Lead. All costs associated with the ESC Lead responsibilities as described in Section 8-01.3(1)B shall be included in the appropriate unit bid prices in the Proposal and no further compensation will be paid. (*****) References to payment for TESC Plan is revised to the following: No payment will be made for TESC Plan. All costs associated with creating and maintaining the TESC Plan as described in Section 8-01.3(1)A shall be included in the appropriate unit bid prices in the Proposal and no further compensation will be paid. 8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water Pollution Prevention (November 2019 City of Auburn GSP) This Section is deleted. 8-01.5(4) Items not included with Lump Sum Erosion Control and Water Pollution Prevention (November 2019 City of Auburn GSP) This Section is deleted. 8-02 Roadside Restoration 8-02.1 Description (January 2017, City of Auburn GSP) Supplement this section with the following: This work also involves any minor repair or replacement work to restore roadside features the Engineer discovers during construction. DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-5 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 8-02.3 Construction Requirements 8-02.3(1) Responsibility During Construction (January 2017, City of Auburn GSP) Supplement this section with the following: 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) Topsoil (January 2017, City of Auburn GSP) Supplement this section with the following: Topsoil shall be used to restore any landscape beds or planter areas disturbed by the Work. 8-02.3(4)A Topsoil Type A (January 2017, City of Auburn GSP) Supplement this section with the following: 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, or amendments, or both, based on its intended use. The topsoil shall be modified according to the soil testing laboratory recommendations at no additional cost to the City. 8-02.3(4)C Topsoil Type C (January 2017, City of Auburn GSP) Supplement this section with the following: Native as used in this context shall mean naturally occurring material. 8-02.3(5) Roadside Seeding, Lawn and Planting Area Preparation (February 2018, City of Auburn GSP) Supplement this section with the following: Upon approval of the subgrades by the engineer, a topsoil layer shall be placed with a minimum organic matter content of 10% dry weight in planting beds, and 5% organic matter content in lawn sod areas, and a pH from 6.0 to 8.0 or matching the pH of the adjacent undisturbed soil. The topsoil layer hall have a minimum depth of 8 inches, except where DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-6 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 tree roots limit the depth of incorporation of amendments needed to meet the criteria. The subsoils below the topsoil layer shall be cultivated to a depth of 4 inches with some incorporation of the upper material to avoid stratified layers, where feasible. Cultivation of the soil shall be done by a method approved by the Engineer. This operation should be done at right angles to the natural flow of water on slopes. Remove rocks, roots, clods, stumps and debris over 2 inches in 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. (August 2016, City of Auburn GSP) Add the following new section: 8-02.3(5)D Root Control Barrier Root control material shall be CP-Series Root Barrier Panels as manufactured by Century Root Barrier, Universal Guide as manufactured by Deep Root, or Dual Purpose Panels as manufactured by Villa Root Barriers or approved alternate. Install continuous section of root control material in all tree planting areas as shown on the Plans. Backfill with topsoil material being careful not to damage or displace root control material. 8-02.3(6) Much and Amendments (January 2017, City of Auburn GSP) Supplement this section with the following: 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(9) Seeding, Fertilizing, and Mulching (January 2017, City of Auburn GSP) Supplement this section with the following: Trees, shrubs, and groundcover shall be fertilized as follows: Formula 4-2-2 “Transplanter” as manufactured by Pacific Agro Co., with Hercules nitroform and W.R. Grace’s “Magamp” and trace elements. Apply at a rate of: Trees 8 ounces Shrubs 2 ounces Groundcover 1 ounce Agriform Tablets: Planting tablets, 21-ram size, as manufactured by Agriform International Chemicals, Inc., 20-10-5 analysis. Apply at a rate of: Trees 4 tablets for every foot of rootball diameter Shrubs 3 tablets Groundcover 1 tablet (August 2016, City of Auburn GSP) Add the following new section: DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-7 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 8-02.3(10)E Fertilizer for Sodded Area 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(11) Mulch (January 2017, City of Auburn GSP) Supplement this section with the following: 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(12) Completion of Initial Planting (January 2017, City of Auburn GSP) Delete this section and replace it with the following: Upon completion of the initial planting and per the request of the Contractor the Engineer will make an inspection of all plant material and notify the Contractor, in writing, of any replacements or corrective action necessary to meet the Contract Document requirements. The Contractor shall replace all materials requested or missing and correct unsatisfactory conditions within 15 working days. The Engineer will provide the Contractor with written notification when the initial planting is accepted; at which time the plant establishment period shall begin. Completion of initial planting includes the following: 1. Installation of root control barriers and watering systems for trees. 2. Installation of all required planting materials (trees, shrubs, and groundcovers). 3. Planting area cleanup. 4. Full operation of the irrigation system, complete bark mulch coverage, and all planting areas in a weed-free condition. 5. Approval of Plant Establishment Plan. 8-02.3(13) Plant Establishment (August 2016, City of Auburn GSP) Supplement this section with the following: Plant establishment requirements outside the City of Auburn right of way shall be subject to the applicable agreements, easements, and permit conditions for the property on which they are associated. The plant establishment period may be extended or shortened by the Engineer based on the Engineer’s opinion of whether or not the plantings have been adequately established. Physical Completion and Final Acceptance will not be allowed until after the plant establishment period has begun. The Plant Establishment period may occur during the contract Guarantee Period specified in Section 1-05.10. Plant establishment includes only those plants listed with “PSIPE ______” (Plant Selection Including Plant Establishment) in the Proposal. DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-8 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 (August 2016, City of Auburn GSP) The second, third, and fourth paragraphs are replaced with the following: The plant establishment period shall begin immediately upon written notification from the Engineer of the completion of the initial planting for the project. The Contractor shall maintain all plant materials for a period of 1-year after the Plant Establishment period has begun. During this period, the Contractor shall maintain a healthy growing condition for all plant materials and water, prune, spray, weed, and perform other necessary maintenance operations. Planting beds shall be kept free of all weeds, grass and other undesirable vegetation. Plants shall be inspected by the Contractor at least monthly from October 1st to April 30th and at least once a week from May 1st to September 30th and maintenance performed promptly. Dead or impaired plants shall be promptly replaced during the planting season specified in Section 8-02.3(8) and all soil ridges shall be removed from around the watering basins before the end of the maintenance period. At the determination of the Engineer, replacement plants may require an additional acceptance and establishment period. After completion of the landscape 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. 8-02.3(14) Plant Replacement (January 2017, City of Auburn GSP) Supplement this section with the following: Completion of the Plant Establishment period will be certified, in writing, by the Engineer. 8-02.4 Measurement (January 2017, City of Auburn GSP) Supplement this section with the following: No unit of measure shall apply to “Roadside Restoration”. 8-02.5 Payment (April 2017, City of Auburn GSP) Supplement this section with the following: Payment will be made for each of the following Bid items that are included in the Proposal: “Roadside Restoration”, by force account as provided in Section 1-09.6. (August 2018, City of Auburn GSP) References to partial payment for plants that include plant establishment is deleted. DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-9 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 8-04 Curbs, Gutters and Spillways 8-04.3 Construction Requirements 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways (January 2017, City of Auburn GSP) Supplement this section with the following: Reinforcing shall be constructed at catch basins in accordance with the applicable Standard Detail(s). 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. (August 2016, City of Auburn GSP) The fourth paragraph is 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 (January 2017, City of Auburn GSP) Supplement this section with the following: “Extruded Cement Concrete Curb” shall be type 6 as detailed in the applicable Standard Plan. 8-04.4 Measurement (August 2016, City of Auburn GSP) References to measurement of curb and gutter in this section shall be revised as follows: 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 (April 2017, City of Auburn GSP) Supplement this section with the following: Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-10 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 (*****) Cement Concrete Traffic Curb and Gutter (18-inch), per linear foot. The unit contract price for “Cement Concrete Traffic Curb and Gutter (18-inch)” shall be full pay for all work including providing all materials, equipment and labor to install curb with and 18-inch gutter as identified on the Contract plans. 8-06 Cement Concrete Driveway Entrances 8-06.1 Description (January 2017, City of Auburn GSP) Supplement this section with the following: 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 (January 2017, City of Auburn GSP) Supplement this section with the following: Materials shall meet the requirements of the following sections: Wire Mesh (Welded Wire Fabric) 9-07.7 Concrete Curing Materials and Admixtures 9-23 8-06.3 Construction Requirements (January 2017, City of Auburn GSP) Supplement this section with the following: 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 liquid curing membrane or other curing media. DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-11 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Additional requirements for curing in cold weather shall be as outlined in Section 5-05.3(14) (Cold Weather Work). 8-06.4 Measurement (January 2017, City of Auburn GSP) Supplement this section with the following: 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. 8-06.5 Payment (April 2017, City of Auburn GSP) Supplement this section with the following: Payment will be made for each of the following Bid items that are included in the Proposal: “Industrial or Commercial Driveway Apron”, Per Square Yard 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). 8-07 Precast Traffic Curb 8-07.2 Materials (January 2017, City of Auburn GSP) Delete this section and replace it with the following: Materials shall meet the requirements of the following sections: Precast Traffic Curb 9-18.1 Epoxy 9-26.2 Paint 9-34.2 Raised Pavement Markers 9-21.2 Type 3 Delineators Per Plan 8-07.3 Construction Requirements 8-07.3(1) Installing Curbs (January 2017, City of Auburn GSP) DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-12 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Delete the first paragraph and replace it with the following: The curb shall be installed in accordance with the applicable City of Auburn Standard Detail. The second sentence is revised to read: Before the epoxy adhesive is applied, all dirt shall be cleaned from the pavement surface by washing. The fourth paragraph is revised to read: All joints between adjacent pieces of curb except joints for expansion and/or drainage shall be filled with epoxy. 8-07.4 Measurement (January 2017, City of Auburn GSP) Delete this section and replace it with the following: Precast curb shall be measured along the length of the precast curb system installed, from delineator to delineator, without deduction for gaps. 8-07.5 Payment (April 2017, City of Auburn GSP) Supplement this section with the following: Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: “Precast Curb with Delineators”, Per Linear Foot The unit contract price per linear foot for ‘Precast Curb with Delineators’ shall include all costs to furnish and construct the mountable curb system, including, raised pavement markers, epoxy, and delineators. 8-09 Raised Pavement Markers 8-09.3 Construction Requirements 8-09.3(2) Surface Preparation (January 2017, City of Auburn GSP) Supplement this section with the following: The Contractor shall pre-mark the layout of all channelization 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. DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-13 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 8-09.4 Measurement (April 2019, City of Auburn GSP)) Raised Pavement Markers will be measured by the unit for each marker furnished and installed. 8-09.5 Payment (April 2017, City of Auburn GSP) Supplement this section with the following: 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 (September 2016, City of Auburn GSP) References to payment for Raised Pavement Markers are revised to the following: The unit contract price per each for “Raised Pavement Markers 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 (January 2017, City of Auburn GSP) Supplement this section with the following: This work consists of constructing, or adjusting, monuments, to proper grade, and the furnishing and placing of materials and other related work for monuments. 8-13.2 Materials (January 2017, City of Auburn GSP) Supplement this section with the following: Monument cases and covers shall be in accordance with the applicable City of Auburn Standard Details. Concrete used for setting the monuments shall be Class 3000. Bronze plug markers will be furnished by the City and provided to the Contractor. 8-13.3 Construction Requirements (January 2018, City of Auburn GSP) The second sentence of the second paragraph is revised to read: After the monument or monument case has been in place for a minimum of 3 calendar days, the roadway surface shall be patched in a workman like manner with Class ½ inch asphalt concrete pavement. (January 2017, City of Auburn GSP) Supplement this section with the following: DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-14 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 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. Where called for on the Plans, the Contractor shall adjust existing monuments to the grade as staked. The existing cast iron case and cover shall first be removed and thoroughly cleaned for reinstalling at the new grade. (August 2016, City of Auburn GSP) Add the following new section: 8-13.3(1) Reference Points (August 2016, City of Auburn GSP) The Engineer shall reference all monuments in advance of construction and shall reset the points and grades at the proper time. It shall be the responsibility of the Contractor to furnish materials and install required castings in accordance with the Plans. 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. 8-13.4 Measurement (January 2017, City of Auburn GSP) Supplement this section with the following: Monument adjustment shall be measured by each monument adjusted to final grade. 8-13.5 Payment (April 2017, City of Auburn GSP) Supplement this section with the following: Payment will be made for each of the following Bid items that are included in the Proposal: “Monument Type B (Modified)”, Per Each “Adjust Existing Monument”, Per Each Payment for “Monument Type B (Modified)” shall be full pay for the materials, labor, survey work, recording, adjustments to finish grade (including asphalt concrete patches), and other costs to install each monument. Payment for “Adjust Existing Monument” shall be full pay for the materials, labor, survey work, recording, asphalt concrete patches, and other costs to adjust each monument to final grade. 8-14 Cement Concrete Sidewalks 8-14.1 Description (January 2017, City of Auburn GSP) DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-15 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Delete this section and replace it with the following: This work shall consist of construction of cement concrete sidewalks, including curb ramps with detectable warning strips. 8-14.3 Construction Requirements 8-14.3(1) Excavation (January 2017, City of Auburn GSP) Supplement this section with the following: Excavation for sidewalk and for 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 (January 2017, City of Auburn GSP) Supplement this section with the following: Low areas in the subgrade shall be backfilled and 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 (August 2016, City of Auburn GSP) The fourth paragraph is revised to read: Curb Ramps shall be constructed in accordance with the Plans. 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. (January 2017, City of Auburn GSP) Supplement this section with the following: Expansion and contraction (dummy) joints shall be located and constructed in accordance with the Standard Details. Expansion 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 used for expansion joints shall be normal to and flush with the surface of the sidewalk. All joints, expansion and dummy, shall be positioned in true alignment at right angles to the line of the sidewalk. DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-16 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Where the sidewalk abuts a curb, or curb and gutter, the sidewalk shall be constructed with a thickened edge. Joints and the sidewalk perimeter shall be edged with a 3/8 inch to 1/2 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. (August 2016, City of Auburn GSP) Add the following new section: 8-14.3(3)A Special Sidewalk (August 2016, City of Auburn GSP) The “Special 2x2 Scored Cement Concrete Sidewalk” shall be concrete with 2 ft. x 2 ft. scoring pattern with a light broom finish. The “Special 2x2 Cement Crosswalk” at intersections where specified on the Plans and shall be constructed per City of Auburn Standard Details. The “Special Brick Sidewalk” at street corners as specified on the Plans shall be constructed of brick pavers in a rectangular pattern. The patterns shall extend from the back of curb to the building face or property line and minimum of 10 feet in either direction from the corner of the property lines. The brick pavers shall be Mutual Materials “Holland” 8cm, or approved equivalent and the color shall be per Plans. 8-14.3(4) Curing (January 2017, City of Auburn GSP) Delete this section and replace it with the following: 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. 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. Additional requirements for curing in cold weather shall be as outlined in Section 5-05.3(14) (Cold Weather Work). DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-17 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 8-14.4 Measurement (January 2017, City of Auburn GSP) Supplement this section with the following: “Sidewalk Ramp Detectable Warning Retrofit,” will be measured by the square foot of truncated dome material installed on the existing ramp. 8-14.5 Payment (April 2017, City of Auburn GSP) Supplement this section with the following: Payment will be made for each of the following Bid items that are included in the Proposal: “Cement Concrete Sidewalk”, Per Square Yard “Special 2x2 Scored Cement Concrete Sidewalk”, Per Square Yard “Special 2x2 Cement Crosswalk”, Per Square Yard “Special Brick Sidewalk”, Per Square Yard “Sidewalk Ramp Detectable Warning Retrofit”, Per Square Foot The unit contract price per square yard for “Cement Concrete Sidewalk”, “Special 2x2 Scored Cement Concrete Sidewalk”, “Special 2x2 Cement Crosswalk”, and “Special Brick Sidewalk” shall be full pay for all work to complete the installation including subgrade preparation and thickened edges where identified. The unit contract price per square yard for “Sidewalk Ramp Detectable Warning Retrofit” shall be full pay for complete installation of the detectable warning patterns including all preparation of the existing sidewalk, labor, equipment and materials. 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical 8-20.1(1) Regulations and Code (April 2018, City of Auburn GSP) The fourth paragraph is revised to read: Safe-wiring labels required by Labor and Industries shall apply on this project. 8-20.1(3) Permitting and Inspections (April 2018, City of Auburn GSP) Supplement this section with the following: DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-18 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 The Contractor shall obtain electrical permit(s) from Washington State Department of Labor and Industries. Electrical Service inspection(s) will be performed by Labor and Industries. Obtaining the permit, requesting inspections, making corrections, and securing L&I approval is the responsibility of the Contractor. 8-20.2(2) Equipment List and Drawings (January 2017, City of Auburn GSP) Delete this section and replace it with the following: Supplemental data for pole equipment, luminaries, splice kits, vehicle signal heads, pedestrian signal heads, pedestrian push button assemblies, video detectors, PTZ camera(s), junction boxes, conduit, conduit fittings, wiring, service/battery back-up cabinet, controller cabinet (including controller and all other associated equipment in the cabinet), preemption detectors and discriminators, and all other electrical materials to be used on this project shall be submitted for approval before being incorporated into the work. Quantity, pole height, davit arm length, and mast arm length shall be indicated and consistent with the Plans. The Contractor shall submit supplemental data and material shop drawings for all structural items. The shop drawings and structural calculations shall clearly identify the type of equipment to be used and shall be stamped by a registered professional engineer registered. Shop drawings shall conform to the contract Plans. 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. 8-20.3 Construction Requirements (April 2018, City of Auburn GSP) Add the following new section: 8-20.3(1)A Order of Work Except as specifically allowed in Section 8-20.3(1) (General), each element of existing signal, illumination, communication and ITS systems shall remain in operation until modified systems to replace such are operational and accepted by the Contracting Agency. 8-20.3(4) Foundations (April 2018 City of Auburn GSP) Supplement this section with the following: Before placing the concrete, the Contractor shall block out around any other underground utilities that may lie in the excavated base to prevent foundation adherence to the utility line. Concrete foundations shall be troweled, brushed, and edged. Exposed anchor bolts and conduits shall be promptly cleaned of any concrete after installation. DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-19 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Where no sidewalk is planned or exists, the top of the foundation shall be 12 inches above roadway centerline, unless otherwise noted on the Plans. The joint between traffic signal cabinet and its foundation shall be sealed using a clear, waterproof, silicone caulk. 8-20.3(5) Conduit 8-20.3(5)A General (April 2018, City of Auburn GSP) Supplement this section with the following: Unless specified on the Plans, metal conduit shall not be used. Location wire placed for conduit containing, or that are to contain, fiber optic cable shall be 12 AWG. Conduit shall be in accordance with all provisions of Section 9-29.1 (Conduit, Innerduct, and Outerduct). Conduit runs installed entirely under sidewalk, driveways, and landscape areas may be Schedule 40 PVC unless otherwise noted on the Plans. The same type and schedule of conduit shall be used for the entire length of the run from outlet to outlet and from Schedule 80 PVC conduit crossing the roadway to the nearest junction box. Bends for conduits serving existing or future interconnect and fiber optic cables shall be no less than 4 feet in diameter. All conduit ends shall have bell end PVC bushings. Stubouts shall be installed as shown on the Plans. A pull tape shall be installed in all spare conduits for future conductors. The pull tape shall have printed sequential measurement markings at least every 3 feet. At least 2 feet of pull tape shall be doubled back into the conduit at each termination. Conduits without conductors (spare conduits) shall be plugged on both ends with mechanical plugs. Locate wire shall be installed in all empty or spare conduits, not in joint trench with conductors. Loop stubouts that are installed before the final lift of pavement shall be surrounded with a 6 inch PVC sleeve. This sleeve shall be extended below the top of the stubout and be flush with finished grade. All loop conduit shall be appropriately capped and sealed with a molded plug cap. Molded plug cap installation shall comply with manufacturer’s installation and recommendations. With the exception of connections to HDPE conduit, joints shall be connected with medium grade gray cement solvent applied per the manufacturer’s recommendations. The loop wires shall pass through a hole in the cap. The end of the conduit will also be sealed with moldable duct sealing compound. Sifted sand will be used to cover all exposed loop wires before final filling with loop sealant. All conduit shall display the Underwriter Laboratories certification (UL Listed). 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes (April 2018, City of Auburn GSP) Supplement this section with the following: All lids shall open away from the traveled way. Prior to construction of finished grade, if cable vaults are installed or adjusted, pre-molded joint filler for expansion joints may be placed around the cable vaults. The joint filler shall be removed prior to adjustment to finished grade. DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-20 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Junction boxes shall conform with all provisions of Section 9-29.2 (Junctions Boxes, Cable Vaults, and Pull Boxes). Junction Boxes shall be of the types indicated on the Plans. All Junction Boxes shall have slip-resistant surfaces, locking lids, and be equipped with Penta Head tamper resistant bolts as specified and detailed in the Plans. 6 inches of washed drain rock shall be placed inside the junction box and be spread evenly around all conduits. All three-way service connections leading to luminaires, including street crossings and service cabinet junction boxes shall be made with a SEC Model 1791-DP or approved equivalent. Box and vault lids shall be inscribed with a welded bead message with each letter being 4 inches tall and 3 inches wide as follows: “LT” if used exclusively for lighting “TS” if used exclusively for Traffic Signals “TS” “LT” if jointly used for lighting and traffic signals “COA COMM” if used for City of Auburn communications and/or for traffic signal interconnect. The lids and frames shall be hot dipped galvanized after the welded bead legend is installed. 8-20.3(8) Wiring (January 2017, City of Auburn GSP) Supplement this section with the following: All cable entering cabinets shall be neatly bundled and wrapped. The Contractor shall pull out and dispose of wire for the existing illumination system that is no longer needed. All costs for removal and disposal of wire shall be included in the unit contract price for “Illumination System Complete”. 8-20.3(9) Bonding, Grounding (January 2017, City of Auburn GSP) Supplement this section with the following: The Contractor shall provide junction boxes or other Engineer approved cover over all grounding rods. All junction boxes containing conductors carrying 120 volts or higher will have the lid and frame bonded to the system ground. The connections to the lid and frame will be made with approved compression type ring terminals. The braid will be of sufficient length so that the lid may be easily removed and placed next to the junction box. It will be routed around all cables so that it does not pass thorough any cable loops. In the case of Type 8 junction boxes, both lids shall be bonded. When loop lead-in wires or interconnect wire are the only wires in the junction box, bonding is not required. DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-21 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 8-20.3(11) Testing (August 2016, City of Auburn GSP) The last paragraph is revised to read: Unless otherwise approved by the Engineer, signal turn-on will only be allowed Monday through Thursday (except for holidays or the day before a holiday), between the hours of 9:00 a.m. and 2:00 p.m. (April 2018, City of Auburn GSP) Supplement this section with the following: For traffic signal turn-on, City personnel will put the signal into operation. The Contractor shall be present during the turn-on with adequate equipment to repair any deficiencies of signal operation. All newly installed signal and pedestrian heads and pedestrian pushbuttons shall be fully covered with black plastic or yellow nylon cloth that is firmly attached, until such time for the signal turn-on. 8-20.3(13) Illumination Systems 8-20.3(13)A Light Standards (April 2018, City of Auburn GSP) Supplement this section with the following: The poles shall be plumb with no shims. The poles shall be plumbed on leveling nuts secured to the anchor bolts and locking nuts on top of the base flange. The side of the shaft opposite the load shall be plumbed using the leveling nuts. The void between the foundation and the pole flange shall be no larger than 2 inches and shall be completely filled around the conduit(s) with dry pack mortar and neatly troweled. A ¼ inch weep hole shall be installed on the downward slope side of the pad. The dry pack mortar consists of 1:2 cement to fine sand mixture with enough water to allow the mixture to stick together when molded into a ball by hand, but which will not exude water when pressed. 8-20.3(13)C Luminaires (April 2018, City of Auburn GSP) Supplement this section with the following: All luminaires, shall be in accordance with all provisions of Section 9-29.10 (Luminaires) and shall be installed according to the manufacturer's recommendations and as specified herein. Contractor shall furnish man-lift truck for use in final inspection of luminaire system. Luminaires shall be leveled in 2 planes. One plane perpendicular to the curb (parallel to davit arm), the other plane shall be 90 degrees to the first plane. The luminaire shall be bolted to the davit arm by means of cast-in inserts and this detail shall be coordinated with the standard manufacturer to ensure proper fit. The terminal board shall have lugs of a 240-volt 3-wire power source. Terminals shall be labeled line- neutral-line. The neutral terminal shall be grounded to the metal housing of the luminaire. All luminaires shall be provided with markers for positive identification of light source and wattage per Section 9-29.10 (Luminaires) of the Standard Specifications. DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-22 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 (August 2016, City of Auburn GSP) Add the following new section: 8-20.3(13)F Luminaire Fusing Luminaire fusing and electrical connections at lighting standard bases shall be per Section 9-29.7 (Luminaire Fusing and Electrical Connections at Light Standard Bases, Cantilever Bases and Sign Bridge Bases) except that light standards shall be provided with 2 in-line fuse holders, per this section, with the fuses mounted inside the pole and readily accessible from the access hole, electrical splices shall be in the junction box near each pole in accordance with the applicable City of Auburn Standard Details. All luminaries shall be fused in the pole base with a “Y” type quick disconnect fuse system. 8-20.3(14) Signal Systems 8-20.3(14)C Induction Loop Vehicle Detectors (April 2018, City of Auburn GSP) Supplement this section with the following: 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. Unless shown otherwise shown on the Plans, the stop bar loops shall be spliced in series per lane, mid and advance loop wires shall be spliced in parallel per lane and system loops shall be spliced into individual home runs per lane. (August 2016, City of Auburn GSP) Add the following new section: 8-20.3(14)H Pedestrian Push Buttons and Signs Push buttons shall be in accordance with Section 9-29.19 (Pedestrian Push Buttons) and installed per the manufacturer’s directions and recommendations. Pedestrian push button assemblies shall be securely fastened to the signal standard or pedestrian pole using stainless steel fasteners. Signal standards shall be drilled and tapped for mounting push buttons. Push buttons shall be installed 42-inches from the centerline of push buttons above sidewalk or ground level. DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-23 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 (April 2018, City of Auburn GSP) Add the following new section: 8-20.3(14)I Video Detection System The Video Detection System will address the requirement for temporary vehicle detection as specified on the plans. Cameras shall be installed in every direction where existing loops will be disconnected or destroyed. Camera orientations and locations shall be as directed by the Engineer. Once vehicle detection loops have been installed and accepted by the Engineer, the complete Vehicle Detection System shall be salvaged to the City. When video detection is shown in the Plans, the Contractor shall provide and install a fully functional Econolite Vision video detection camera system auxiliary equipment, cameras, housings, and mounts, and all required mounting hardware, cables, connectors, and wiring per Section 9-29.23 (Video Detection Cameras). The Contractor shall allow two weeks to schedule an Econolite representative to assist with the system installation and turn on. The representative from Econolite will terminate all video wiring in the traffic cabinet and install and program the VIP units. Final adjustment of the cameras shall be done by the Contractor in the presence and at the direction of the City of Auburn Traffic Signal Technician 8-20.4 Measurement (January 2017, City of Auburn GSP) Supplement this section with the following: No unit of measure shall apply to the lump sum signal and lighting items specified in this section. Vaults and junction boxes shall be measure per each unit installed. Removal and resetting of the traffic signal items listed in the payment section shall be per each item removed and re-installed. 8-20.5 Payment (*****) Supplement this section with the following: Payment will be made for each of the following Bid items that are included in the Proposal: “Video Detection System Complete”, Per Lump Sum “Remove Existing Junction Box”, Per Each “Adjust Existing Junction Box”, Per Each “Adjust ITS Vault Lid”, Per Each “Type 1 Junction Box”, Per Each “Type 2 Junction Box”, Per Each “Type 4 Junction Box”, Per Each DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-24 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 “Type 8 Junction Box”, Per Each “Electrical Variations”, Per Estimate “Traffic Video Detection Camera”, Per Each “Vehicle Detection System, Complete”, Per Lump Sum “Pedestrian PPB System, Complete (8th St. NE)”, Per Lump Sum. “Pedestrian PPB System, Complete (4th St. NE)”, Per Lump Sum. “Pedestrian PPB System, Complete (E Main St.)”, Per Lump Sum. “Pedestrian PPB System, Complete (2nd St. SE)”, Per Lump Sum. “Pedestrian PPB System, Complete (Cross St. SE)”, Per Lump Sum. The Lump Sum Contract price for “Video Detection System Complete”, shall be full pay to provide and install a fully functional Econolite Vision video detection camera system auxiliary equipment, cameras, housings, and mounts, and all required mounting hardware, cables, connectors, and wiring per Section 9-29.23 (Video Detection Cameras). The unit Contract price for “Type 1 Junction Box”, “Type 2 Junction Box” , “Type 4 Junction Box”, and “Type 8 Junction Box” shall be full pay for removal of existing J-box haul and disposal and all Work necessary for the installation including and not limited to excavation and haul, crush surfacing base course, compaction, conduit terminations, cleaning, and locking lid. The unit Contract price for “Remove Existing Junction Box” shall be full pay for removal of existing J-box haul and disposal. The unit Contract price for “Adjust Existing Junction Box” and “Adjust ITS Vault Lid”, shall be full pay for furnishing all labor, material and equipment to adjust structures to new finished grade. At the discretion of the Contracting Agency, the procedure for “Electrical Variations” may be used in lieu of the more formal procedure as outlined in Section 1-04.4 (Changes). The agreement for Electrical Variations will be documented by signature of the Contractor. Payments will be determined in accordance with Section 1-09.6 and credits will be determined in accordance with Section 1-09.4. The unit Contract prices for “Traffic Video Detection Camera” shall be full pay for Work associated with supplying and installing all necessary materials including cameras, wiring, mounting fixtures, surge suppressors, BNC two wire adapter, fuse blocks and video cards for a complete system. Note: only one video card is required per two traffic video cameras per intersection installed. DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-25 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 The Lump Sum Contract price for “Vehicle Detection System, Complete” shall include all Work associated with removing, installing, splicing, and testing vehicle detection loops, furnishing and installing loop stub out conduit, loop lead-in cable and removing unused conductor as indicated on the Contract Plans. The Lump Sum Contract price for “Pedestrian PPB System, Complete (8th St. NE)”, “Pedestrian PPB System, Complete (4th St. NE)”, “Pedestrian PPB System, Complete (E. Main St)”, “Pedestrian PPB System, Complete (2nd St. SE)”,and “Pedestrian PPB System, Complete (Cross St. SE)” shall be full pay for all Work associated with the removing, salvaging existing pushbuttons, repairing existing mounting locations, and for all work for furnishing and installing new pedestrian pushbuttons assemblies, including, but not limited to installing new PED pushbutton poles, installing new pedestrian pushbuttons on existing traffic signal poles, installing new countdown pedestrian signal module and installing all wiring and conduit necessary to make installations complete. 8-21 Permanent Signing 8-21.3 Construction Requirements (January 2017, City of Auburn GSP) Supplement this section with the following: Signs shall be manufactured and installed in accordance with the current edition of the Washington State Sign Fabrication Manual of the Department of Transportation, and the Manual on Uniform Traffic Control Devices, and all provisions of Section 9-28 (Signing Materials and Fabrication). Code numbers on the Plans are in reference to the Washington State Sign Fabrication manual. Signs located in sidewalks or paved areas only shall be installed with Sono tubes. Relocated signs shall be installed on new posts unless otherwise specified. Postholes shall allow placement of backfill around the post. 8-21.3(4) Sign Removal (January 2017, City of Auburn GSP) Supplement this section with the following: Costs for removing existing signs shall be included in the lump sum contract price for “Permanent Signing”. 8-21.4 Measurement (January 2017, City of Auburn GSP) Supplement this section with the following: “Relocate Permanent Traffic Sign and Post” shall be measured per each unit of work completed and accepted. “Remove Traffic Sign” and “Traffic Sign” will be measured by each sign removed or installed. DIVISION 8: MISCELLANEOUS CONSTRUCTION CP1903/CP1904 8-26 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 8-21.5 Payment (April 2017, City of Auburn GSP) Supplement this section with the following: Payment will be made for each of the following Bid items that are included in the Proposal: “Relocate Permanent Traffic Sign and Post”, Per Each “Remove Traffic Sign”, Per Each “Traffic Sign”, Per Each The unit Contract price for “Remove Traffic Sign” shall be full pay for Work associated with the removing, salvaging, and repairing existing mounting location. The unit Contract price for “Traffic Sign” shall be full pay for supplying and installing the sign and mounting hardware according to the Contract Plans and these Specifications. 8-22 Pavement Marking 8-22.1 Description (January 2017, City of Auburn GSP) Supplement this section with the following: The Contractor shall notify the Engineer of intention to receive approval of the channelization pre-mark at least 48 hours in advance. 8-23 Temporary Pavement Markings 8-23.1 Description (January 2017, City of Auburn GSP) Supplement this section with the following: Short Term 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). END OF DIVISION 8 DIVISION 9: MATERIALS CP1903/CP1904 9-1 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Division 9 Materials 9-05 Drainage Structures and Culverts 9-05.12 Polyvinyl Chloride (PVC) Pipe 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Pipe, And Solid Wall PVC Sanitary Sewer Pipe (August 2016, City of AuburnCity of Auburn GSP) Revise the first sentence of the second paragraph to the following: Solid wall PVC pipe shall meet the requirements of ASTM D3034 for the class or SDR of pipe specified. 9-05.13 Ductile Iron Sewer Pipe (August 2016, City of Auburn GSP) Delete the first sentence of the last paragraph and replace it with the following: All fittings shall be ductile. All joints including fittings shall be push-on rubber gasket joints. Mechanical joints shall not be used. 9-14 Erosion Control and Roadside Planting 9-14.2 Topsoil 9-14.2(1) Topsoil Type A (January 2017, City of Auburn GSP) Supplement this section with the following: 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. 9-14.2(3) Topsoil Type C (January 2017, City of Auburn GSP) Supplement this section with the following: Small tree/brush stumps and roots shall be removed and topsoil shall contain no more than two percent (2%) aggregate by weight remaining on a ½ inch sieve. 9-14.5 Mulch and Amendments (January 2017, City of Auburn GSP) Supplement this section with the following: DIVISION 9: MATERIALS CP1903/CP1904 9-2 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Specific topsoil amendment and fertilizer specification for the plant types specified on the Plans shall be as per a certified soils laboratory recommendations from, representative topsoil samples furnished by the Contractor to the approved Soils Laboratory. 9-14.5(3) Bark or Wood Chips (January 2017, City of Auburn GSP) Supplement this section with the following: 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. 9-14.6(1) Polyacrylamide (PAM) (January 2017, City of Auburn GSP) Supplement this section with the following: PAM will only be used upon approval of the Engineer. (January 2017, City of Auburn GSP) Add the following new section: 9-14.7 Plant Materials 9-14.7(5) Tagging All plant material except groundcover shall be legibly tagged. Tagging may be by species or variety with minimum of one tag per 10 trees or shrubs. (January 2017, City of Auburn GSP) Add the following new section: 9-14.7(6) Inspection Samples may be submitted to the Engineer for approval as to size, grade, and overall specifications. 9-29 Illumination, Signal, Electrical 9-29.1 Conduit, Innerduct, Outerduct (April 2018, City of Auburn GSP) Supplement this section with the following: Traffic Signal, ITS, and Street light conduit shall be Schedule 80 PVC-ASTM D1785 and as shown on the Plans. DIVISION 9: MATERIALS CP1903/CP1904 9-3 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes (January 2017, City of Auburn GSP) Supplement this section with the following: All junction boxes shall have a galvanized frames and lids with a slip-resistant coating and bonding screws. Both the slip-resistant lid and slip-resistant frame shall be treated with either Mebac#1 as manufactured by Harsco Industrial IKG, or SlipNOT Grade 3-coarse as manufactured by W.S. Molnar Co. Where the exposed portion of the frame is ½ inch wide or less the slip-resistant treatment may be omitted on that portion of the frame. The slip- resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment (“M1” for Mebac#1; or “S3” for SlipNOT Grade 3-coarse) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a stainless steel weld bead. 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable (April 2018, City of Auburn GSP) Supplement this section with the following: Illumination Wire conductors for underground feeder runs and for circuitry from the in-line fuse in the poles to the junction box shall be 600 volts (minimum rated at 75 degree C) # 8 AWG single conductor stranded-copper, U.S.E. insulated, in accordance with the Insulated Power Cable Engineer's Association Specifications. SPEC 2150. Wire conductors inside the pole from the ballast to the in-line fuse, shall be 600 volt, pole and bracket cable, 2 conductor, stranded-copper No. 10, Type HMW grade or better. Conductor insulation shall consist of a 45-mil polyvinyl chloride with a 95-mil polyethylene jacket. Single conductors for street lighting shall be stranded copper with insulation conforming to USE 600 volt minimum rated at 75 degree C and shall be color-coded in a consistent manner throughout the project. A three-wire electrical service shall be used at 120/240 volts. The contractor shall have the service inspected by the Department of Labor and Industry and coordinated with the Power Company to have the service installed. Overhead electrical service, when allowed, shall be brought to the load center through a conduit riser with a weather head on the service pole. Traffic Signals 1. Loop Lead-In Cable shall be #14 AWG and Pedestrian Push Button 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. DIVISION 9: MATERIALS CP1903/CP1904 9-4 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 3. The detector lead-in cable for Emergency Vehicle Preemption (EVP) shall be 3M OPTICOM Model 138 shielded detector cable or approved equivalent. No splicing will be allowed between the detector and the controller cabinet. 4. Signal Interconnect Cable shall be copper or fiber as shown in the Plans. For Copper the traffic signal interconnect system shall conform to REA Spec. PE-38 (self-supporting combination signal cable and messenger cable) or PE-39 for underground. The signal cable shall consist of 12 pair No. 19 AWG conductors. For fiber optic cable, the cable shall be single mode all dielectric gel free loose tube single mode fiber optic with a minimum of 48 count. 5. Traffic Video Detection Camera Cable shall be a parallel construction of one PVC-jacketed RG 59/U (Coaxial) and one PVC-jacketed five conductor (Power) 18 AWG cable under an oval black flame retardant polyvinyl chloride jacket meeting the requirements of the video detection system manufacturer’s recommendations. Video camera cable shall meet the following requirements, or approved equivalent meeting the requirements of the video detection system manufacturer’s recommendations: RG 59/U (Coaxial) Conductor: 20 AWG solid bare copper 0.032². Dielectric: 0.054² wall of gas injected foamed polyethelene to 0.140² nom. Braid: 36 AWG bare copper with 95% coverage. Pull in aluminum/polyester tape under braid. Jacket: 0.035² wall black 75 degrees C polyvinyl chloride to 0.232² nom. 18 AWG Cable (Power) Conductor: 5-18 AWG bare copper 0.048². Insulation: 0.012² wall polyvinyl chloride per the color code to 0.072² nom. Cabling: Five 18 AWG conductors cabled together in a 3¼² left hand lay to a nom. diameter of 0.194². Jacket: 0.025² wall black 75 degrees C polyvinyl chloride to 0.244² nom. Color Code: White, Red, Black, Brown, Blue. Rating: Multi-conductor leg is rated at 600V. 9-29.6 Light and Signal Standards (January 2, 2018, WSDOT Amendment) In the first sentence of the third paragraph, “AASHTO M232” is revised to read “ASTM F 2329”. Item number 2 of the last paragraph is revised to read: DIVISION 9: MATERIALS CP1903/CP1904 9-5 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 2. The steel light and signal standard fabricator’s shop drawing submittal, including supporting design calculations, submitted as a Type 2E Working Drawing in accordance with Section 8-20.2(1) and the Special Provisions. 9-29.6(1) Steel Light and Signal Standards (January 2, 2018, WSDOT Amendment) In the second paragraph, “AASHTO M232” is revised to read “ASTM F 2329”. The first sentence of the last paragraph is revised to read: Steel used for light and signal standards shall have a controlled silicon content of either 0.00 to 0.06 percent or 0.15 to 0.25 percent. (April 2018, City of Auburn GSP) Add the following new section: 9-29.6(1)A Lighting & Signal Standards & Davit Arms Lighting Standards All lighting standards furnished and installed under this contract shall be aluminum, davit- style units in accordance with Section 9-29.6 (Light and Signal Standard) of the Standard Specifications and these special provisions. Mounting heights for light fixtures shall be 35 feet, or as noted on the Plans. Lighting standards shall have 2 through-bolts where the davit arm intersects the pole in accordance with the applicable City of Auburn Standard Details. All poles and bracket arms shall be designed for the street lighting luminaire with a minimum weight of 50 pounds and to withstand pressures caused by wind loads of 90-miles per hour with a gust factor of 1.3. All poles to be furnished shall maintain a minimum safety factor of 4.28 on yield strength of weight load and 2.33 for basic wind pressure. All materials shall be natural polished aluminum color. The shafts shall be provided with a 4 inch x 6 inch (minimum dimensions) non-flush handhole near the base designed to prevent loss of shaft strength and provided with matching metal covers secured with stainless steel hex-head screws or bolts. The handholes shall be located near the base and on the side of the shaft opposite approaching traffic. A grounding nut or provision in the handhole frame for accommodating a threaded bolt for the purpose of attaching a grounding connector shall be provided on the inside of the shaft. After fabrication, the handhole shall have the mechanical strength of not less than the temper of the material utilized for the manufacturer of the pole. All shafts shall be round and tapered All bolts, nuts, screws, and washers, but not including anchor bolts and unless otherwise specifically designated herein, shall be stainless steel. Handhole bolts shall be tamperproof heads. VMS Support Structure VMS Support structure shall meet the above stated criteria for traffic signal standards and the dimensions and details included in the plans. DIVISION 9: MATERIALS CP1903/CP1904 9-6 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 The following loads shall be used for design of the VMS sign pole and mast arm structure: dead loads shall consist of the weight of the sign times a safety factor of two; wind loads shall be taken as 30 PSF for the sign and 24 PSF for the supporting structure and, (including the effect of gust and shape factors), on the greatest area of signs and structure in any elevation view; live load may be omitted. Signal Standard A signal standard shall consist of the following components: a round tapered steel vertical pole shaft, a round tapered horizontal mast arm, a davit style luminaire arm attachment, anchor bolts with nuts, washers and all associated hardware. The pole shaft and signal mast arm shall not vary in roundness more than 1/16 inch in straight sections. Longitudinal seam welds shall have full penetration for not less than 60% of their full length. Butt welds in the shafts shall have back-up rings and full penetration for 100% of the circumference. All welds shall be deburred. Materials, construction and assembly techniques shall be as specified on the Standard Plans and as shown in the Plans. All materials shall be hot-dipped galvanized after fabrication in accordance with ASTM A-123. Design shall be in accordance with the requirements of the 2011AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals and the values on the Detail Sheet as shown in the Plans. Sizes on the Detail Sheet as shown in the Plans shall govern in differences between the Standard Plan and the Detail Sheet as shown in the Plans. The following loads shall be used: dead loads shall consist of the weight of the signals and signs times a safety factor of two; wind loads shall be taken as 30 PSF for the signals and signs and 24 PSF for the supporting structure, (including the effect of gust and shape factors), on the greatest area of signals, signs and structure in any elevation view; live load may be omitted. Complete calculations for structural design shall be submitted with the shop drawings for approval before fabrication or ordering material. These calculations shall include the stresses in the pole and cantilever arms, the attachment of the signals and signs to the structure, the connection between the cantilever arms and vertical pole, pole section at handhole, base plate, anchor bolts and foundations. Pole Shaft The round tapered pole shaft shall be made of one-ply, hot-rolled basic open-hearth steel. Structural steel having a minimum yield point of 33,000 psi or more shall be used for all structural parts and shall be galvanized after fabrication in accordance with ASTM A-123. A flange plate shall be attached to the vertical pole shaft for the purpose of mounting the mast arm. The flange plate shall be supported by side plates tangent to the shaft and gusset plates on top and bottom. A 3-inch wire way hole shall be provided (matching the wire way hole in the mast arm flange plate). Four holes for mounting the mast arm shall be drilled and tapped for high tensile bolts. A 7” x 21” Internal Terminal Cabinet shall be constructed integral to the pole with a stainless steel hinged door and a best slam lock. It shall be no lower than 4 ft 6” from the DIVISION 9: MATERIALS CP1903/CP1904 9-7 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 ground.Terminal cabinets shall be attached to the backside of the signal pole no lower than 7 feet high. A 4-inch x 6½ inch reinforced hand hole frame and rain-tight cover with tamper resistant screws shall be provided. The frame shall be welded into the shaft 18 inch above the base plate on the opposite side of the mast arm attachment. A grounding nut or provision for accommodating a threaded bolt or stud shall be provided in the frame. A second hand hole shall be provided and welded into the shaft directly opposite the mast arm mounting plate. A J-hook wire support shall be provided inside the pole shaft between the frame and mast arm mounting plate. Vehicle Signal Mast Arm The vehicle signal mast arm shall be sized as shown on the Plans. End caps shall be supplied and be weather tight and all unused tenons or holes shall be plugged and sealed. A mast arm flange plate matching the pole shaft flange plate shall be welded to the mast arm base segment. The flange plate shall have a hole cut in the center equal to the outside diameter of the mast arm base. The flange plate shall be welded to the mast arm by two continuous arc welds, one on the outside and the other on the inside. The outside weld shall be on top face of the flange plate. The inside weld shall be in the gap between the bottom face of the mast arm and the inside face of the flange hole. Four holes for high tensile bolts shall be drilled in the flange plate matching the four tapped holes in the pole shaft mast arm mounting flange plate. For the purpose of mounting the traffic signal displays, 2 inch couplings shall be welded to the mast arm extension segment at the locations specified on the Detail Sheet as shown in the Plans. A ½ inch diameter hole shall be drilled in each coupling to allow for the thru-bolt. Signal Pole Anchor Base Four holes sized to receive the anchor bolts shall be drilled in the base. Slotted holes ¼ inch larger than the anchor bolt shall be permitted. Minimum bolt circle pattern shall be as specified in the Plans. Four high-strength anchor bolts A307 shall be furnished with each pole. Each anchor bolt shall have an “L” bend at the bottom end or multiple anchor plates per the manufacturers recommendation, and shall have 7-inch minimum thread on top. Anchor bolt dimensions shall be per Detail Sheet as shown in the Plans or per Manufacturer's recommendations whichever is larger. All anchor bolts shall be furnished with 2 heavy hex nuts, two standard washers, bolt covers and provisions for mounting with stainless steel screws. Threaded ends of bolts, nuts and washers shall be hot dipped galvanized in accordance with ASTM A-123. The anchor bolts shall be capable of resisting at yield strength stress the bending moment of this shaft at its yield strength stress. Luminaire Attachment DIVISION 9: MATERIALS CP1903/CP1904 9-8 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Unless otherwise indicated in the Plans all traffic signal poles shall be equipped with davit style luminaire arms as shown in the Plans. The davit style arm shall be secured to the top of the pole shaft using a cone reducer providing a flush, smooth transition. From the cone reducer the luminaire shaft shall be continuously tapered at the same rate as the pole shaft while incorporating a 5-foot, 9-inch radius bend at the end. A pipe tenon of the diameter and length specified for the luminaire shall be provided in the end of the davit arm. The tenon shall be two degrees above level. (August 2016, City of Auburn GSP) Add the following new section: 9-29.6(1)B Wrapping The aluminum pole shaft and bracket arm assembly shall be entirely wrapped with a heavy, water-resistant paper for protection during shipment. Any marks or stain resulting from wrapping materials shall be cause for rejection. Scratching, marking, denting, or other damage to poles and fittings at the point of delivery shall also be cause for rejection. (April 2018, City of Auburn GSP) Add the following new section: 9-29.6(2)A Anchor Bases A one-piece anchor base of adequate strength, shape, and size shall be secured to the lower end of the shaft so that the base shall be capable of resisting the bending movement of the shaft at its yield-strength stress. The base shall be provided with 4 slotted or round holes to receive the anchor bolts. Bolt covers shall be provided with each pole. Base plates for Type II signal poles shall not exceed 18 ½ inches square. 9-29.6(4) Welding (January 2017, City of Auburn GSP) Supplement this section with the following: All welds shall be deburred. 9-29.6(5) Foundation Hardware (January 2017, City of Auburn GSP) Supplement this section with the following: Four high-strength steel anchor bolts shall be furnished with the poles. Each anchor bolt shall have an “L” bend at the bottom end and threaded at the top end. Threaded ends and all nuts and washers shall be hot-dipped galvanized. The anchor bolts shall be capable of resisting at yield-strength stress the bending movement of the shaft at its yield-strength stress. 9-29.7 Luminaire Fusing & Electrical Connections at Light Standard Bases, Cantilever Bases and Sign Bridge Bases (April 2018, City of Auburn GSP) DIVISION 9: MATERIALS CP1903/CP1904 9-9 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Delete this section and replace it with the following: Fuses shall be Bussmann Slow Blow or approved equivalent. Fuse connector kits shall be SEC Model 1791-SF (2 each) or approved equivalent. Connector kits to connect luminaires to the system in the junction box shall be SEC Model 1791-DP, or approved equivalent. 9-29.9 Ballast, Transformers (January 2017, City of Auburn GSP) Supplement this section with the following: The luminaire shall contain an integral high-power factor-regulator ballast suitable for 240- volt operation with a 10% voltage variation. The ballast shall be prewired to the lamp socket and terminal board, requiring only connection of the power supply leads to the terminal board. 9-29.10 Luminaires (April 2018, City of Auburn GSP) Delete this section and replace it with the following: The LED Street Light Shall meet the following specifications; Housing Luminaire housing shall be die cast aluminum with integral cooling fins universal four-bolt slip fitter for mounting to 11/4 ” to 2” (15/8” to 23/8” O.D.) diameter mast arm. Housing must be similar shape to traditional cobra head. Housing meets ANSI C136.31-2001 and CalTrans 611 vibration standards. Conductors from power supply to terminal block and LED board must be spliced with quick style electrical disconnects Photocontrol receptacle is standard for ANSI C136.41-2013, 7-pin, photocell by others. Fixture must be capable of using either a 3-pin or 7-pin photocell with field adjustable drive current. Photocontrol shall be rotatable without tools. Housing shall have a leveling bubble for adjusting the head. Light Emitting Diodes Hi-flux/Hi-power white LEDs shall produce a minimum of 90% of initial intensity at 100,000 hours of life at 700mA, TM-21 Calculator required. LEDs shall be tested in accordance with IESNA LM-80 testing procedures. They shall have a mean correlated color temperature of 4000K (standard) ± 300K and a minimum CRI >70. Optical Systems Micro-lens optical systems shall produce IESNA Type 2, and 3 distributions. Fixture shall not use acrylic or plastic secondary exterior lens over the LEDs. Emitters shall be of single LED per die design. Luminaire shall be classified as “full-cutoff” and produce 0% total lumens above 90⁰ with a BUG rating of U-0. Electrical The Driver shall be dimmable. The power supply shall have a minimum power factor of .90 and <20% Total Harmonic Distortion (THD). Power supply drive current shall be field adjustable without tools. DIVISION 9: MATERIALS CP1903/CP1904 9-10 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Finish Housing shall receive a fade and abrasion resistant, epoxy polyester powder coat light gray finish standard. Accessories Optional flush mounted house side and cul-de-sac shield shall be available. The house side shield cuts off light at ½ mounting height behind the luminaire and the cul-de-sac shield cuts light off ½ mounting height behind and 1 ½ mounting height on either side of the pole. Both shields must be factory or field installable without the use of tools. Listings/Ratings/Warranties Luminaires shall be UL listed for use in wet locations in the United States and Canada. Optical systems shall maintain an IP66 rating. Ten-year limited warranty is required for all components. All units are listed by Design Lights Consortium (DLC). Photometry All luminaires shall be photometrically tested by certified independent testing laboratories in accordance with IESNA LM-79 testing procedures. Warranty All luminaires shall have a Ten-year manufacturer’s product warranty to be free of defects in workmanship and/or material. This warranty includes all electrical and mechanical components including finish and gaskets. Failure of over 10% of the LEDs in the luminaire during the warranty period will constitute a luminaire “failure”. Manufacturer will repair or replace any units found to be defective or that fail within this period. Prior Approval Fixtures submitted as an equal must be submitted for review no later than 10 working days prior the advertised bid date. Samples required at manufacturer cost. All samples must be working and accompanied with manufacture cut sheet, installation guide, IES files and photom53etric layouts per the City of Auburn Table 10-6 requirements. Manufacturer must have resume of at least three US customers with over 10,000 fixtures of manufacturer’s LED street lights installed. All LED Roadway luminaires supplied to the project shall be of the same manufacturer and model line and shall be per the City of Auburn Street Lighting Lamp Schedule shown in the Plans. 9-29.11(2) Photoelectric Controls (January 2017, City of Auburn GSP) Supplement this section with the following: The photoelectric control shall be SST-IES or approved equivalent. 9-29.12(1) Illumination Circuit Splices (January 2017, City of Auburn GSP) Supplement this section with the following: Approved copper splice “C” crimp connectors shall be used to connect bonding wires. DIVISION 9: MATERIALS CP1903/CP1904 9-11 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 9-29.12(2) Traffic Signal Splice Material (January 2017, City of Auburn GSP) Supplement this section with the following: 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. (August 2016, City of Auburn GSP) Add the following new section: 9-29.12(6) Sealants 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. Crafco Loop Detector Sealant 271; 2. Max Cutter Seal No. 3; 3. 3M Black 5000; or 4. Engineer approved equivalent. Installation shall conform to the manufacturer recommendations. 9-29.19 Pedestrian Push Buttons (April 2018 City of Auburn GSP) Replace the first paragraph with the following: The Pedestrian Push Button Assembly shall be a Guardian AGPS manufactured by H.D. Campbell Company, 1486 NW 70th Street, Seattle, WA 98117 and shall be black in color with a white button. Specifics of voice programming shall be provided as part of the submittal review and subject to the Engineer’s approval prior to submittal acceptance. APS push button stations shall include a control module that the Contractor shall install in corresponding pedestrian signal head and manufacturer-supplied multi-conductor interconnect cable that the Contractor shall install per the manufacturer’s recommendations between the control module and push button station. 9-29.20 Pedestrian Signals (January 2017 City of Auburn GSP) Supplement this section with the following: Pedestrian signals shall be a LED, filled hand/walking person countdown display. The maximum overall dimensions of the signal shall be 19 inch wide by 18¾ inch high by 8¾ inch deep, including the egg crate Z type visor and hinges. The signal shall be furnished complete and ready to operate. In order to facilitate installation and DIVISION 9: MATERIALS CP1903/CP1904 9-12 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 maintenance, the signal shall be designed so that all components are readily accessible from the front by opening the door. Each signal shall be provided with an egg crate visor constructed of polycarbonate material. The egg crate or “Z” crate type sun shield, if used, shall be held in place by the use of stainless steel screws. The complete egg crate or “Z” crate assembly shall be 1½ inch deep. The case shall be one-piece corrosion resistant aluminum alloy die-casting. Integrally cast hinge lug pairs, two at the top and two at the bottom of each case, shall be provided for operation of a swing door down. The unit shall be mounted with Type E mountings unless indicated otherwise on the attached Plans. All terminal compartments shall be either ferrous metal or bronze. Pedestrian signal heads shall be Dialight ITE compliant Light Emitting Diode (LED) or approved equivalents. 9-29.23 Video Detection Cameras The Video Detection System shall be Econolite Vision Comprising of the following components: AVISION camera with AMBKTM16 - 72” Astro Bracket mount for each camera called for in the plans and the AVCM control board, and AENCORECBL 3 conductor cable. The cameras shall be installed where indicated on the plans. Cameras shall be mounted on signal mast arms as shown in the Plans utilizing Astro Extended Tilt & Pan pole mount, for installation on the signal arm with cable mount and 72-inch tube or approved equivalent. The cable mount shall be suitable for the mast arm diameter at each camera installation location. 9-30 Water Distribution Materials 9-30.1 Pipe 9-30.1(1) Ductile Iron Pipe (February 2018, City of Auburn GSP) The third sentence of the first paragraph in the list is revised to read: All other ductile iron pipe shall be Special Thickness Class 52. 9-30.2 Fittings 9-30.2(1) Ductile Iron Pipe (January 2017, City of Auburn GSP) Supplement this section with the following: All pipe fittings, adapters and joints for ductile iron pipe shall be ductile iron designed to AWWA Specification (unless otherwise approved in writing by the Engineer) with sufficient tangent at the ends to allow for proper joint connections and shall be coated to give DIVISION 9: MATERIALS CP1903/CP1904 9-13 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 protection to them equal to that given the pipe. Field fabrication fittings will not be permitted. Flexible couplings shall be of the style as required for specific application. 9-30.2(6) Restrained Joints (August 2017, City of Auburn GSP) Delete this section and replace it with the following: Bolted restrained joint (R.J.) fittings shall be Megalug Romagrip, Star, or approved alternate. All welding associated with the restraint system shall be performed in the pipe manufacturer’s shop. No field welding will be permitted. Mechanical joint restrain systems shall meet the following requirements: Restrainers shall be manufactured of ductile iron and shall meet or exceed all the requirements of ANSI A21.11 (A WW A C 111) and ASTM A536. The restrainer system shall provide anchoring ductile iron pipe and fittings, valves and PVC pipe to mechanical joint pipe or fittings, or bell to spigot PVC pipe joints. The restrainer shall accommodate the full working pressure rating of the pipe plus surge allowance. In the assembly of the restrain device, the contractor shall tighten the bolts to the correct torque range as recommended by the restraint manufacturer. The restrainers shall be painted black for ductile iron pipe and painted red for PVC pipe applications. The restraining device shall not damage or lower the working pressure of the pipe installed. Restrainers shall be properly stored to minimize sand and debris build-up. Specifically, the twist-off-screws and associated threads shall be clean (free of sand) prior to installation. Restrainer specifically for DI pipe may be restrained by utilizing a joint restraint gasket which includes a stainless steel locking segment vulcanized into the rubber gasket. The gasket shall be rated for operating pressures up to 250 psi based on the performance requirements of ANSI/ A WW A C 111/ A21.11. 9-30.3 Valves 9-30.3(1) Gate Valves (3-inches to 16-inches) (November 2019, City of Auburn GSP) Delete this section and replace it with the following: Resilient wedge gate valves shall be used on all 12” and smaller water lines and shall be manufactured by Clow, American Flow Control, Waterous, Dresser, M & H or Mueller with epoxy-coated valve interiors. The valves shall conform to ANSI/AWWA Specifications C509 or C515 with a 200-psi working pressure rating (minimum). They shall be iron bodied, bronze-mounted, non-rising stem and counterclockwise opening with a 2 inch square operating nut. All valves on the fire hydrant line(s) shall be 6-inch diameter mechanical joint by flange. All other valves shall be either mechanical joint by flange or Mechanical joint shackled to tees or crosses. Valve stems shall be provided with O-ring seals. 9-30.3(4) Valve Boxes (February 2018, City of Auburn GSP) Supplement this section with the following: DIVISION 9: MATERIALS CP1903/CP1904 9-14 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 Valve boxes shall be two-piece, adjustable, cast-iron (with additional extension pieces, if necessary), as manufactured by the Olympic Foundry Company, East Jordan Iron Works, or approved equivalent, with a minimum inside diameter of 5 inch. The word “WATER” shall be cast in relief on the top of all valve box covers. In addition, the letters “NC” shall be cast in place on valve box covers for those valves that are normally closed. Valve box covers shall have a deep skirt per City of Auburn Standard Detail W-18.. 9-30.3(8) Tapping Sleeve and Valve Assembly (January 2017, City of Auburn GSP) Supplement this section with the following: Tapping sleeves and valves shall conform to the following: 1. For wet taps on mains 12 inch diameter and larger or size-on-size, the tapping sleeve shall be the full M.J. type, cast-iron, twin seal as manufactured by Mueller, Tyler, Taylor, M & H, or epoxy-coated fabricated- steel, as manufactured by JCM, Rockwell or approved equivalent; 2. For wet taps on mains 10 inch diameter and smaller, or at least 2 inch diameter smaller than the main size, the tapping sleeve shall be the wraparound style, stainless steel or epoxy-coated fabricated-steel, or cast- iron M.J. as manufactured by Romac, Ford, M & H, Rockwell, Smith Blair, or approved equivalent. 9-30.5 Hydrants (November 2019, City of Auburn GSP) Supplement this section with the following: Fire hydrants shall have two 2½-inch hose ports (National Standard Thread) and one 4½- inch pumper port (National Standard Thread) with caps and no chains, 1¼ inch pentagonal operating nut (counterclockwise) opening, O-ring-type stuffing box, automatic barrel drain, and 5¼ inch valve opening. Hydrants shall be equipped with a 5” Storz adapter with blind cap, or approved equivalent. Hydrants shall conform to the latest revision of AWWA Standard Specification No. C-502 for dry-barrel fire hydrants for ordinary water service. Hydrants shall be Mueller “Super Centurion 250” or M & H Style 129. (August 2016, City of Auburn GSP)Supplement Division 9 with the following new section including subsections: (February 2018, City of Auburn GSP) Supplement Division 9 with the following: 9-38 Submittal Approval 9-38.1 Submittals (February 2018, City of Auburn GSP) 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: DIVISION 9: MATERIALS CP1903/CP1904 9-15 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 · 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.). 9-38.1(1) Submittal Transmittal Procedures (November 2019, City of Auburn GSP) 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: CP1903/CP1904, Auburn Way North Preservation Project Phase 2 and Phase 3 - <<<Submittal Title>>>. Each electronic email shall be limited to 10 MB’s in size. All electronic submittals shall be clear, sharp high contrast electronic files provided in Microsoft Word 2016, Microsoft Excel 2016, PDF, or other Engineer approved formats. In the event the Contractor cannot meet the 10 MB’s size limit for a specific submittal, the Contractor may request to submit the individual submittal to the City as a hardcopy. Such requests shall be made in writing and include an explanation of why the Contractor is requesting to make a hardcopy submittal(s). 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 Public Works Department at 25 West Main St, Auburn, WA 98001 or dropped off at the City of Auburn Customer Service Center located on the 2nd floor of the One East Main St, Auburn WA 98001 building. 9-38.1(2) Request for Submittal Approval (RSA) Form Instructions (February 2018, City of Auburn GSP) All submittals shall accompany a City of Auburn “Request for Submittal Approval” (RSA) form as a cover letter. The City provided 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. DIVISION 9: MATERIALS CP1903/CP1904 9-16 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 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. ## - ##) and Contract/Project Name; 3. Fill in the Project Identifying Number (I.E. CP####); 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. · Do not group multiple bid item numbers for the same material. In instances where a material is applicable to multiple bid item numbers, then list that material for as many times as there are bid item numbers (For instance, if Crushed Surfacing Top Course is the material being submitted on, and this material is applicable to bid item numbers 27 and 56, then this material shall be listed twice on the RSA 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- 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 DIVISION 9: MATERIALS CP1903/CP1904 9-17 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 not listed in the QPL, then supporting documentation for the RAM shall be submitted for review and approval per Section 9-38.1(3) (Request for Approval of Material (RAM) Submittal Content). 9-38.1(3) Request For Approval Of Material (RAM) Submittal Content (February 2018, City of Auburn GSP) 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: 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. DIVISION 9: MATERIALS CP1903/CP1904 9-18 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 3. State the reduction in Contract Price, if any, that is offered to the City. 9-38.1(4) Shop Drawings, Product Samples, and Operation and Maintenance Manuals (February 2018, City of Auburn GSP) 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 3 copies, 1 of which will be marked, stamped and returned to the Contractor. 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 3 labeled product sample(s) or 3 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. 3. O&M Manuals: Submit 3 copies, 1 of which will be marked, stamped and returned to the Contractor. 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. Submit 1 copy of each O&M Manual electronically on CD. CD copies of O&M Manuals will not be returned to the Contractor. 9-38.1(5) Engineer’s Submittal Review (November 2019, City of Auburn GSP) 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 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. The Provisions of Section 1-06 (Control of Material) shall also apply to this section. DIVISION 9: MATERIALS CP1903/CP1904 9-19 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 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. 9-38.1(6) Submittal Approval and Acceptance Codes (February 2018, City of Auburn GSP) 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. Code 4. Submit Shop Drawings for “Approval” prior to fabrication of material – Material requires approved shop drawing(s) for acceptance. DIVISION 9: MATERIALS CP1903/CP1904 9-20 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 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. Approval Withheld: (See City remarks on the Form) 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. 9-38.2 Schedule of Submittals (February 2018, City of Auburn GSP) The Contractor shall submit a preliminary Schedule of Submittals. 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. The time required to evaluate and review requests for submittals is not the same for all submittals. The Contractor shall allow a minimum of 10 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: DIVISION 9: MATERIALS CP1903/CP1904 9-21 Special Provisions Auburn Way North Preservation Project-Phase 2 and Auburn Way North Preservation Project-Phase 3 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. End Of Division 9 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 NAME ................................................................................................................................NUMBER GENERAL DETAILS .................................................................................................................................................... TEMPORARY CONSTRUCTION SITE SIGN BOARD (4'x4') .................................................. G-02 "TEMPORARY EROSION AND SEDIMENT CONTROL (TESC) DETAILS For additional TESC details and figures see the City of Auburn SWMM" SILT CONTROL FENCE .............................................................................................................E-02 CATCH BASIN INLET PROTECTION ........................................................................................E-03 TRAFFIC DETAILS ............................................................................................................................ TYPICAL PIPE TRENCH BACKFILL .......................................................................................... T-01 EXISTING ROADWAY RESTORATION OF UTILITY TRENCHES ........................................... T-02 DRIVEWAY WIDTHS AND LOCATION ..................................................................................... T-04 ADJUSTMENT OF NEW AND EXISTING UTILITY STRUCTURES TO FINISH GRADE ......... T-05 POURED IN PLACE MONUMENT TYPE 'B' MODIFIED ........................................................... T-11 DOUBLE CENTERLINE WITH RAISED PAVEMENT MARKERS ............................................. T-12 SIDEWALK WITH LANDSCAPE STRIP .................................................................................... T-13 PERVIOUS SIDEWALK WITH LANDSCAPE STRIP ................................................................. T-14 CEMENT CONCRETE SIDEWALK WITHOUT LANDSCAPE STRIP ....................................... T-15 LUMINAIRE AND CONDUIT LAYOUT DETAIL .......................................................................... T-18 LUMINAIRE POLE ...................................................................................................................... T-19 POWER SERVICE CABINET DETAIL........................................................................................ T-21 TRAFFIC SIGNAL CONTROLLER & FOUNDATION DETAIL .................................................. T-22 TELLECOMMUNICATION AND LUMINAIRE ELECTRICAL TRENCH DETAIL ....................... T-23 TYPICAL SIGN POST INSTALLATION ...................................................................................... T-24 POST MOUNTED, STREET NAME SIGN DETAIL .................................................................... T-26 PRECAST CONCRETE DUAL FACED SLOPED MOUNTABLE CURB .................................... T-32 STANDARD DRIVEWAY – OFFSET APRON ............................................................................ T-34 ALTERNATE DRIVEWAY – INLINE (DROP) APRON ............................................................... T-35 STREET LIGHTING LAMP SCHEDULE ..................................................................................... T-37 DOWNTOWN PEDESTRIAN CROSSWALK ............................................................................. T-43 WSDOT STANDARD PLANS (INCLUDED BY REFERENCE ONLY) .............................................. CEMENT CONCRETE CURBS ............................................................................................. F-10.12 PARALELL CURB RAMP ....................................................................................................... F-40.12 PERPENDICULAR CURB RAMP .......................................................................................... F-40.15 SINGLE DIRECTION CURB RAMP ....................................................................................... F-40.16 DETECTABLE WARNING SURFACE ................................................................................... F-45.10 LOCKING LID STANDARD JUNCTION BOX TYPES 1 & 2.................................................. J-40.10 CROSSWALK LAYOUT ........................................................................................................ M-15.10 LONGITUDINAL MARKING PATTERNS .............................................................................. M-20.10 SYMBOL MARKINGS - TRAFFIC ARROWS FOR LOW-SPEED ROADWAYS .................. M-24.40 SANITARY SEWER AND STORM DRAIN DETAILS ....................................................................... 24" DIA. MANHOLE FRAME AND COVER ................................................................................S-04 MANHOLE CHANNEL CONSTRUCTION ..................................................................................S-08 WSDOT STANDARD PLANS (INCLUDED BY REFERENCE ONLY) .............................................. CATCH BASIN TYPE 1 ............................................................................................................B-5.20 CATCH BASIN TYPE 2 ..........................................................................................................B-10.20 MANHOLE TYPE 1 ................................................................................................................B-15.20 CONCRETE INLET ................................................................................................................B-25.60 WATER DETAILS .............................................................................................................................. WATER MAIN BLOCKING........................................................................................................ W-01 TYPICAL AIR AND VACUUM RELIEF VALVE DETAIL ........................................................... W-02 2" PERMANENT BLOW OFF ASSEMBLY ............................................................................... W-03 5 1/4" M.V.O. HYDRANT SETTING DETAIL ............................................................................ W-07 1" WATER METER INSTALLATION......................................................................................... W-13 1 1/2" & 2" WATER METER INSTALLATION ........................................................................... W-14 WATER METER LOCATION & MATERIAL SCHEDULE ......................................................... W-15 VALVE WRENCH EXTENSION BOX ....................................................................................... W-17 C.I. VALVE BOX TOP & VALVE BOX COVER ......................................................................... W-18 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.         Page | 1 "General Decision Number: WA20200001 03/13/2020 Superseded General Decision Number: WA20190001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.80 for calendar year 2020 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2020 1 02/14/2020 2 02/28/2020 3 03/06/2020 4 03/13/2020 1 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- Page | 2 CARP0003-006 06/01/2018 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA, and WAHKIAKUM Counties. Rates Fringes Carpenters: CARPENTERS..................$ 37.64 16.83 DIVERS TENDERS..............$ 43.73 16.83 DIVERS......................$ 87.73 16.83 DRYWALL.....................$ 37.64 16.83 MILLWRIGHTS.................$ 38.17 16.83 PILEDRIVERS.................$ 38.71 16.83 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 -1.25 Zone 4 -1.70 Zone 5 -2.00 Zone 6 -3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities 2 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 3 CARP0030-004 06/01/2019 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM Counties Rates Fringes CARPENTER BRIDGE CARPENTERS...........$ 45.92 16.52 CARPENTERS ON CREOSOTE MATERIAL....................$ 46.02 16.52 CARPENTERS..................$ 45.92 16.52 DIVERS TENDER...............$ 50.79 16.52 DIVERS......................$ 99.68 16.52 MILLWRIGHT AND MACHINE ERECTORS....................$ 47.42 16.52 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING........$ 46.17 16.52 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Auburn Olympia Bremerton Bellingham Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Ellensburg Centralia Chelan Tacoma Everett Mount Vernon Pt. Townsend Wenatchee Port Angeles Sunnyside Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour 3 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- Page | 4 CARP0059-002 06/01/2019 ADAMS, ASOTIN, BENTON, CHELAN (East of 120th meridian), COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT (East of 120th meridian), KITTITAS (East of 120th meridian), LINCOLN, OKANOGAN (East of 120th meridian), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, and YAKIMA (East of 120th meridian) Counties Rates Fringes CARPENTER GROUP 1.....................$ 35.47 16.88 GROUP 2.....................$ 47.42 18.96 GROUP 3.....................$ 36.66 16.88 GROUP 4.....................$ 36.66 16.88 GROUP 5.....................$ 83.96 16.88 GROUP 6.....................$ 40.23 16.88 GROUP 7.....................$ 41.23 16.88 GROUP 8.....................$ 37.66 16.88 GROUP 9.....................$ 44.23 16.88 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, Machine Erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge, Dock, and Wharf carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby GROUP 8: Assistant Diver Tender, ROV Tender/Technician GROUP 9: Manifold Operator-Mixed Gas ZONE PAY: ZONE 1 0-45 MILES FREE ZONE 2 45-100 $4.00/PER HOUR ZONE 3 OVER 100 MILES $6.00/PER HOUR 4 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 5 DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (306 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50-100 feet $2.00 per foot 101-150 feet $3.00 per foot 151-220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0-25 feet Free 26-300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. 5 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- Page | 6 LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical ""splash suit"". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. CARP0770-003 06/01/2019 WEST OF 120TH MERIDIAN FOR THE FOLLOWING COUNTIES: CHELAN, DOUGLAS, GRANT, KITTITAS, OKANOGAN, and YAKIMA Rates Fringes CARPENTER CARPENTERS ON CREOSOTE MATERIAL....................$ 46.02 16.52 CARPENTERS..................$ 45.92 16.52 DIVERS TENDER...............$ 50.79 16.52 DIVERS......................$ 99.68 16.52 MILLWRIGHT AND MACHINE ERECTORS....................$ 47.42 16.52 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING........$ 46.17 16.52 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour 6 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- ---------------------------------------------------------------- ---------------------------------------------------------------- Page | 7 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour * ELEC0046-001 02/03/2020 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER....................$ 59.91 3%+21.46 ELECTRICIAN......................$ 57.51 3%+22.06 * ELEC0048-003 01/01/2020 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER....................$ 44.22 21.50 ELECTRICIAN......................$ 47.85 24.41 HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: 31-50 miles $1.50/hour Zone 2: 51-70 miles $3.50/hour Zone 3: 71-90 miles $5.50/hour Zone 4: Beyond 90 miles $9.00/hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. ELEC0048-029 01/01/2020 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER....................$ 44.22 21.50 ELECTRICIAN......................$ 47.85 24.41 7 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- ---------------------------------------------------------------- ---------------------------------------------------------------- ---------------------------------------------------------------- ---------------------------------------------------------------- ---------------------------------------------------------------- Page | 8 ELEC0073-001 01/01/2020 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER....................$ 34.10 16.68 ELECTRICIAN......................$ 36.05 19.23 ELEC0076-002 08/31/2018 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER....................$ 48.06 23.23 ELECTRICIAN......................$ 43.69 23.10 ELEC0112-005 06/01/2019 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER....................$ 48.35 21.13 ELECTRICIAN......................$ 46.05 21.06 ELEC0191-003 06/01/2019 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER....................$ 44.23 17.73 ELECTRICIAN......................$ 46.45 23.66 ELEC0191-004 06/01/2018 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER....................$ 40.82 17.63 ELECTRICIAN......................$ 42.45 21.34 8 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 9 * ENGI0302-003 06/01/2019 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR Group 1A...................$ 46.78 21.22 Group 1AA..................$ 47.46 21.22 Group 1AAA.................$ 48.14 21.22 Group 1.....................$ 46.09 21.22 Group 2.....................$ 45.50 21.22 Group 3.....................$ 44.98 21.22 Group 4.....................$ 42.10 21.22 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments 9 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 10 GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers-self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-overhead, bridge type-20 tons through 44 tons; Chipper; Concrete Pump-truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders-overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant; Motor patrol graders-finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self propelled, hard tail end dump, articulating off-road equipment-under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine-shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A-frame crane over 10 tons; Drill oilers-auger type, truck or crane mount; Dozers-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists-(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps-concrete; Roller, plant mix or multi-lift materials; Saws-concrete; Scrpers-concrete and carry-all; Service engineer-equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes-A frame-10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator 10 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- Page | 11 HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class ""C"" Suit - Base wage rate plus $ .25 per hour. H-3 Class ""B"" Suit - Base wage rate plus $ .50 per hour. H-4 Class ""A"" Suit - Base wage rate plus $ .75 per hour. ENGI0370-002 07/01/2019 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1.....................$ 28.46 17.25 GROUP 2.....................$ 28.78 17.25 GROUP 3.....................$ 29.39 17.25 GROUP 4.....................$ 29.55 17.25 GROUP 5.....................$ 29.71 17.25 GROUP 6.....................$ 29.99 17.25 GROUP 7.....................$ 30.26 17.25 GROUP 8.....................$ 31.36 17.25 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho 11 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 12 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Fireman & Heater Tender; Hydro-seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler-Driver (CLD required) & Cable Tender, Mucking Machine GROUP 2: A-frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra-lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable-concrete); Pavement Breaker, Hydra-Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled); Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A-frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt-Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt-type Loader (Euclid, Barber Green & similar); Elevating Grader-type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer/Tractor (up to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator 12 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 13 GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); Rubber-tired Skidders (R/T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re-screening); Vacuum Drill (reverse circulation drill under 8 inch bit) GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self-propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad-Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber-tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (REcycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) 13 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- Page | 14 GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber-tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ENGI0612-001 09/28/2018 PIERCE County ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1A...................$ 44.44 19.97 GROUP 1AA..................$ 45.09 19.97 GROUP 1AAA.................$ 45.73 19.97 GROUP 1.....................$ 43.79 19.97 GROUP 2.....................$ 43.23 19.97 GROUP 3.....................$ 42.74 19.97 GROUP 4.....................$ 40.01 19.97 14 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 15 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) = $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers- self-propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator- concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump-truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe-3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto-mill, roto- grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self- propelled, hard tail end dump, articulating off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay 15 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- Page | 16 GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane-A-frame over 10 tons; Drill oilers-auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists-(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump-Concrete; Roller, plant mix or multi-lfit materials; Saws-concrete; Scrapers, concrete and carry all; Service engineers-equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine-laser screed; Cranes A-frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts-under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger-mechanical; Power plant; Pumps-water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class ""D"" Suit - Base wage rate plus $ .50 per hour. H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour. H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour. H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour. 16 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 17 ENGI0612-012 09/28/2018 LEWIS, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1A...................$ 44.44 19.97 GROUP 1AA..................$ 45.09 19.97 GROUP 1AAA.................$ 45.73 19.97 GROUP 1.....................$ 43.79 19.97 GROUP 2.....................$ 43.23 19.97 GROUP 3.....................$ 42.74 19.97 GROUP 4.....................$ 40.01 19.97 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) = $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers- self-propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type 17 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 18 GROUP 2 - Barrier machine (zipper); Batch Plant Operator- concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump-truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe-3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto-mill, roto- grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self- propelled, hard tail end dump, articulating off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane-A-frame over 10 tons; Drill oilers-auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists-(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump-Concrete; Roller, plant mix or multi-lfit materials; Saws-concrete; Scrapers, concrete and carry all; Service engineers-equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine-laser screed; Cranes A-frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts-under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger-mechanical; Power plant; Pumps-water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. 18 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- Page | 19 HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class ""D"" Suit - Base wage rate plus $ .50 per hour. H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour. H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour. H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour. ENGI0701-002 01/01/2018 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1.....................$ 41.65 14.35 GROUP 1A....................$ 43.73 14.35 GROUP 1B....................$ 45.82 14.35 GROUP 2.....................$ 39.74 14.35 GROUP 3.....................$ 38.59 14.35 GROUP 4.....................$ 37.51 14.35 GROUP 5.....................$ 36.27 14.35 GROUP 6.....................$ 33.05 14.35 Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens ""Blast Zone"" shall receive Zone I pay for all classifications. 19 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 20 All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS Group 1 Concrete Batch Plan and or Wet mix three (3) units or more; Crane, Floating one hundred and fifty (150) ton but less than two hundred and fifty (250) ton; Crane, two hundred (200) ton through two hundred ninety nine (299) ton with two hundred foot (200') boom or less (including jib, inserts and/or attachments); Crane, ninety (90) ton through one hundred ninety nine (199) ton with over two hundred (200') boom Including jib, inserts and/or attachments); Crane, Tower Crane with one hundred seventy five foot (175') tower or less and with less than two hundred foot (200') jib; Crane, Whirley ninety (90) ton and over; Helicopter when used in erecting work Group 1A Crane, floating two hundred fifty (250) ton and over; Crane, two hundred (200) ton through two hundred ninety nine (299) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Crane, three hundred (300) ton through three hundred ninety nine (399) ton; Crane, Tower Crane with over one hundred seventy five foot (175') tower or over two hundred foot (200') jib; Crane, tower Crane on rail system or 2nd tower or more in work radius 20 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 21 Group 1B Crane, three hundred (300) ton through three hundred ninety nine (399) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Floating crane, three hundred fifty (350) ton and over; Crane, four hundred (400) ton and over Group 2 Asphalt Plant (any type); Asphalt Roto-Mill, pavement profiler eight foot (8') lateral cut and over; Auto Grader or ""Trimmer""; Blade, Robotic; Bulldozer, Robotic Equipment (any type); Bulldozer, over one hundred twenty thousand (120,000) lbs. and above; Concrete Batch Plant and/or Wet Mix one (1) and two (2) drum; Concrete Diamond Head Profiler; Canal Trimmer; Concrete, Automatic Slip Form Paver (Assistant to the Operator required); Crane, Boom Truck fifty (50) ton and with over one hundred fifty foot (150') boom and over; Crane, Floating (derrick barge) thirty (30) ton but less than one hundred fifty (150) ton; Crane, Cableway twenty-five (25) ton and over; Crane, Floating Clamshell three (3) cu. Yds. And over; Crane, ninety (90) ton through one hundred ninety nine (199) ton up to and including two hundred foot (200') of boom (including jib inserts and/or attachments); Crane, fifty (50) ton through eighty nine (89) ton with over one hundred fifty foot (150') boom (including jib inserts and/or attachments); Crane, Whirley under ninety (90) ton; Crusher Plant; Excavator over one hundred thirty thousand (130,000) lbs.; Loader one hundred twenty thousand (120,000) lbs. and above; Remote Controlled Earth Moving Equipment; Shovel, Dragline, Clamshell, five (5) cu. Yds. And over; Underwater Equipment remote or otherwise, when used in construction work; Wheel Excavator any size Group 3 Bulldozer, over seventy thousand (70,000) lbs. up to and including one hundred twenty thousand (120,000) lbs.; Crane, Boom Truck fifty (50) ton and over with less than one hundred fifty foot (150') boom; Crane, fifty (50) ton through eighty nine (89) ton with one hundred fifty foot (150') boom or less (including jib inserts and/or attachments); Crane, Shovel, Dragline or Clamshell three (3) cu. yds. but less than five (5) cu. Yds.; Excavator over eighty thousand (80,000) lbs. through one hundred thirty thousand (130,000) lbs.; Loader sixty thousand (60,000) lbs. and less than one hundred twenty thousand (120,000) lbs. 21 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 22 Group 4 Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement profiler, under eight foot (8') lateral cut; Asphalt, Material Transfer Vehicle Operator; Back Filling Machine; Backhoe, Robotic, track and wheel type up to and including twenty thousand (20,000) lbs. with any attachments; Blade (any type); Boatman; Boring Machine; Bulldozer over twenty thousand (20,000) lbs. and more than one hundred (100) horse up to seventy thousand (70,000) lbs.; Cable-Plow (any type); Cableway up to twenty five (25) ton; Cat Drill (John Henry); Chippers; Compactor, multi-engine; Compactor, Robotic; Compactor with blade self-propelled; Concrete, Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile; Concrete, Paving Road Mixer; Concrete, Reinforced Tank Banding Machine; Crane, Boom Truck twenty (20) ton and under fifty (50) ton; Crane, Bridge Locomotive, Gantry and Overhead; Crane, Carry Deck; Crane, Chicago Boom and similar types; Crane, Derrick Operator, under one hundred (100) ton; Crane, Floating Clamshell, Dragline, etc. Operator, under three (3) cu. yds. Or less than thirty (30) ton; Crane, under fifty (50) ton; Crane, Quick Tower under one hundred foot (100') in height and less than one hundred fifty foot (150') jib (on rail included); Diesel-Electric Engineer (Plant or Floating); Directional Drill over twenty thousand (20,000) lbs. pullback; Drill Cat Operator; Drill Doctor and/or Bit Grinder; Driller, Percussion, Diamond, Core, Cable, Rotary and similar type; Excavator Operator over twenty thousand (20,000) lbs. through eighty thousand (80,000) lbs.; Generator Operator; Grade-all; Guardrail Machines, i.e. punch, auger, etc.; Hammer Operator (Piledriver); Hoist, stiff leg, guy derrick or similar type, fifty (50) ton and over; Hoist, two (2) drums or more; Hydro Axe (loader mounted or similar type); Jack Operator, Elevating Barges, Barge Operator, self-unloading; Loader Operator, front end and overhead, twenty five thousand (25,000) lbs. and less than sixty thousand (60,000) lbs.; Log Skidders; Piledriver Operator (not crane type); Pipe, Bending, Cleaning, Doping and Wrapping Machines; Rail, Ballast Tamper Multi-Purpose; Rubber-tired Dozers and Pushers; Scraper, all types; Side-Boom; Skip Loader, Drag Box; Strump Grinder (loader mounted or similar type); Surface Heater and Planer; Tractor, rubber-tired, over fifty (50) HP Flywheel; Trenching Machine three foot (3') depth and deeper; Tub Grinder (used for wood debris); Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine; Ultra High Pressure Water Jet Cutting Tool System Operator; Vacuum Blasting Machine Operator; Water pulls, Water wagons 22 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- Page | 23 Group 5 Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt mix); Asphalt, Roto-Mill pavement profiler ground man; Bulldozer, twenty thousand (20,000) lbs. or less, or one hundred (100) horse or less; Cement Pump; Chip Spreading Machine; Churn Drill and Earth Boring Machine; Compactor, self-propelled without blade; Compressor, (any power) one thousand two hundred fifty (1,250) cu. ft. and over, total capacity; Concrete, Batch Plant Quality control; Concrete, Combination Mixer and compressor operator, gunite work; Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb and Gutter; Concrete, Finishing Machine; Concrete, Grouting Machine; Concrete, Internal Full Slab Vibrator Operator; Concrete, Joint Machine; Concrete, Mixer single drum, any capacity; Concrete, Paving Machine eight foot (8') or less; Concrete, Planer; Concrete, Pump; Concrete, Pump Truck; Concrete, Pumpcrete Operator (any type); Concrete, Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Conveyored Material Hauler; Crane, Boom Truck under twenty (20) tons; Crane, Boom Type lifting device, five (5) ton capacity or less; Drill, Directional type less than twenty thousand (20,000) lbs. pullback; Fork Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist Operator, single drum; Hydraulic Backhoe track type up to and including twenty thousand (20,000) lbs.; Hydraulic Backhoe wheel type (any make); Laser Screed; Loaders, rubber-tired type, less than twenty five thousand (25,000) lbs.; Pavement Grinder and/or Grooving Machine (riding type); Pipe, cast in place Pipe Laying Machine; Pulva-Mixer or similar types; Pump Operator, more than five (5) pumps (any size); Rail, Ballast Compactor, Regulator, or Tamper machines; Service Oiler (Greaser); Sweeper Self-Propelled; Tractor, Rubber-Tired, fifty (50) HP flywheel and under; Trenching Machine Operator, maximum digging capacity three foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power Jumbo setting slip forms, etc. Group 6 Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck Mounted Asphalt Spreader, with Screed; Auger Oiler; Boatman; Bobcat, skid steed (less than one (1) yard); Broom, self-propelled; Compressor Operator (any power) under 1,250 cu. ft. total capacity; Concrete Curing Machine (riding type); Concrete Saw; Conveyor Operator or Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler; Deckhand; Drill, Directional Locator; Fork Lift; Grade Checker; Guardrail Punch Oiler; Hydrographic Seeder Machine, straw, pulp or seed; Hydrostatic Pump Operator; Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump (any power); Rail, Brakeman, Switchman, Motorman; Rail, Tamping Machine, mechanical, self-propelled; Rigger; Roller grading (not asphalt); Truck, Crane Oiler-Driver 23 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- ---------------------------------------------------------------- ---------------------------------------------------------------- ---------------------------------------------------------------- Page | 24 IRON0014-005 07/01/2019 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER.......................$ 33.59 29.26 IRON0029-002 05/01/2018 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER.......................$ 37.00 27.87 IRON0086-002 07/01/2019 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes IRONWORKER.......................$ 33.59 29.26 IRON0086-004 07/01/2019 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER.......................$ 42.35 29.56 24 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 25 LABO0238-004 06/01/2019 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates Fringes LABORER (PASCO) GROUP 1.....................$ 25.84 13.00 GROUP 2.....................$ 27.94 13.00 GROUP 3.....................$ 28.21 13.00 GROUP 4.....................$ 28.48 13.00 GROUP 5.....................$ 28.76 13.00 LABORER (SPOKANE) GROUP 1.....................$ 25.84 13.00 GROUP 2.....................$ 27.94 13.00 GROUP 3.....................$ 28.21 13.00 GROUP 4.....................$ 28.48 13.00 GROUP 5.....................$ 28.76 13.00 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumpcrete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class ""A"" (to include 25 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 26 all bull gang, concrete crewman, dumpman and pumpcrete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well-Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical ""splash suit"" and air purifying respirator); Jackhammer Operator; Miner, Class ""B"" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line); Miner Class ""D"", (to include raise and shaft miner, laser beam operator on riases and shafts) 26 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- ---------------------------------------------------------------- Page | 27 LABO0238-006 06/01/2019 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier......................$ 27.95 12.90 LABO0242-003 06/01/2019 KING COUNTY Rates Fringes LABORER GROUP 1.....................$ 27.10 11.94 GROUP 2A....................$ 31.03 11.94 GROUP 3.....................$ 38.78 11.94 GROUP 4.....................$ 39.72 11.94 GROUP 5.....................$ 40.36 11.94 Group 6.....................$ 40.36 12.04 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 27 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- Page | 28 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2A: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). Group 6: Miner 28 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 29 LABO0252-010 06/01/2019 CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC (EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES Rates Fringes LABORER GROUP 1.....................$ 27.10 11.94 GROUP 2.....................$ 31.03 11.94 GROUP 3.....................$ 38.78 11.94 GROUP 4.....................$ 39.72 11.94 GROUP 5.....................$ 40.36 11.94 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car 29 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 30 GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Grade Checker and Transit Person; High Scaler; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). 30 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- Page | 31 LABO0292-008 06/01/2019 ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES Rates Fringes LABORER GROUP 1.....................$ 27.10 11.94 GROUP 2.....................$ 31.03 11.94 GROUP 3.....................$ 38.78 11.94 GROUP 4.....................$ 39.72 11.94 GROUP 5.....................$ 40.36 11.94 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car 31 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- Page | 32 GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). 32 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 33 LABO0335-001 06/01/2018 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1....................$ 31.72 11.49 GROUP 2....................$ 32.38 11.49 GROUP 3....................$ 32.87 11.49 GROUP 4....................$ 33.29 11.49 GROUP 5....................$ 28.98 11.49 GROUP 6....................$ 26.31 11.49 GROUP 7....................$ 22.78 11.49 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change-House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight-Man- Crusher (aggregate when used) 33 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- ---------------------------------------------------------------- Page | 34 GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber-mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring-down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumpcrete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying)-applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman-Dinky Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers LABO0335-019 06/01/2018 Rates Fringes Hod Carrier......................$ 31.72 11.49 34 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 35 LABO0348-003 06/01/2019 CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA COUNTIES Rates Fringes LABORER GROUP 1.....................$ 23.12 11.94 GROUP 2.....................$ 26.51 11.94 GROUP 3.....................$ 29.01 11.94 GROUP 4.....................$ 29.71 11.94 GROUP 5.....................$ 30.22 11.94 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car 35 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- Page | 36 GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). 36 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- ---------------------------------------------------------------- ---------------------------------------------------------------- Page | 37 PAIN0005-002 07/01/2019 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS....................$ 31.61 16.07 PAIN0005-004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER..........................$ 20.82 7.44 * PAIN0005-006 07/01/2018 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes PAINTER Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting............$ 30.19 Over 30'/Swing Stage Work..$ 22.20 Brush, Roller, Striping, Steam-cleaning and Spray....$ 22.94 Lead Abatement, Asbestos Abatement...................$ 21.50 11.71 7.98 11.61 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. 37 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- ---------------------------------------------------------------- ---------------------------------------------------------------- Page | 38 PAIN0055-003 07/01/2019 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes PAINTER Brush & Roller..............$ 25.14 12.90 Spray and Sandblasting......$ 25.14 12.90 All high work over 60 ft. = base rate + $0.75 PAIN0055-006 07/01/2019 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER.....................$ 35.45 12.56 PLAS0072-004 06/01/2019 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates Fringes CEMENT MASON/CONCRETE FINISHER ZONE 1......................$ 30.21 14.93 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office 38 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- ---------------------------------------------------------------- Page | 39 PLAS0528-001 06/01/2019 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes CEMENT MASON CEMENT MASON................$ 44.43 18.04 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE.......$ 44.93 18.04 TROWELING MACHINE OPERATOR ON COMPOSITION..............$ 44.93 18.04 PLAS0555-002 07/01/2019 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes CEMENT MASON CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD..$ 37.32 CEMENT MASONS ON 18.77 SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD............$ 36.58 18.77 CEMENT MASONS...............$ 35.85 18.77 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS...$ 36.58 18.77 Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 -1.15 Zone 4 -1.70 Zone 5 -3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall 39 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 40 TEAM0037-002 06/01/2019 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Truck drivers: Rates Fringes ZONE 1 GROUP 1....................$ 29.08 15.27 GROUP 2....................$ 29.20 15.27 GROUP 3....................$ 29.34 15.27 GROUP 4....................$ 29.62 15.27 GROUP 5....................$ 29.85 15.27 GROUP 6....................$ 30.03 15.27 GROUP 7....................$ 30.24 15.27 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 -1.15 Zone 4 -1.70 Zone 5 -2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and/or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman 40 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- Page | 41 GROUP 2: Boom Truck/Hydra-lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver-Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck/Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self-Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic-Welder-Body Repairman; Utility and Clean-up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi-Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre-Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) 41 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 42 * TEAM0174-001 06/01/2019 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1:...................$ 40.38 20.46 GROUP 2:...................$ 39.54 20.46 GROUP 3:...................$ 36.73 20.46 GROUP 4:...................$ 31.76 20.46 GROUP 5:...................$ 39.93 20.46 ZONE B (25-45 miles from center of listed cities*): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*): Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - ""A-frame or Hydralift"" trucks and Boom trucks or similar equipment when ""A"" frame or ""Hydralift"" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four-Wheeled power tractor with trailer and similar top-loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck-3,000 gallons and over capacity 42 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- Page | 43 GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four-wheeled power tractor with trailer and similar top-loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber-tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks-less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical ""splash suit."" LEVEL A: +$.75 per hour - This level utilizes a fully- encapsulated suit with a self-contained breathing apparatus or a supplied air line. 43 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 44 TEAM0690-004 01/01/2019 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (AREA 1: SPOKANE ZONE CENTER: Adams, Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, Spokane, Stevens, and Whitman Counties AREA 1: LEWISTON ZONE CENTER: Asotin, Columbia, and Garfield Counties AREA 2: PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: GROUP 1....................$ 23.91 17.40 GROUP 2....................$ 26.18 17.40 GROUP 3....................$ 26.68 17.40 GROUP 4....................$ 27.01 17.40 GROUP 5....................$ 27.12 17.40 GROUP 6....................$ 27.29 17.40 GROUP 7....................$ 27.82 17.40 GROUP 8....................$ 28.18 17.40 AREA 2: GROUP 1....................$ 26.05 17.40 GROUP 2....................$ 28.69 17.40 GROUP 3....................$ 28.80 17.40 GROUP 4....................$ 29.13 17.40 GROUP 5....................$ 29.24 17.40 GROUP 6....................$ 29.24 17.40 GROUP 7....................$ 29.78 17.40 GROUP 8....................$ 30.10 17.40 Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00) BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office 44 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 45 TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber-tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi-Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck-Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi-end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel-power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); 45 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- ---------------------------------------------------------------- Page | 46 GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C-D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). 46 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 47 The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. 47 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          ---------------------------------------------------------------- Page | 48 Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 48 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction          Page | 49 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION" 49 | Page WA20200001  Modification  4 Federal Wage Determinations for Highway Construction  Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 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 ac tually 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 doubl e the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 2 Overtime Codes Continued 1. 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 3/4/2020 thru 9/1/2020 3 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten- hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one -half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 4 Overtime Codes Continued 3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. 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 Mar ch 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one -half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a cont inuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period. 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 sched uled 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 Sa turday 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 3/4/2020 thru 9/1/2020 5 Overtime Codes Continued 4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose pri mary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one -half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sunda ys shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. I. The First eight (8) hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. The first eight (8) hours worked on a Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wa ge. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 6 Overtime Codes Continued 4. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at d ouble the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9) hours from their previous quitting ti me shall be paid for such time at time and one -half times the hourly rate. N. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays, and all work performed between the hour s of midnight (12:00 AM) and eight AM (8:00 AM) every day shall be paid at double the hourly rate of wage. O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one -half the hourly rate of wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The first four (4) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays shall be paid at double the hourly rate of wage. T. The first two (2) hours of overtime for hours worked Monday-Friday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which is scheduled prior to the end of shift on Friday, the first six (6) hours work shall be paid at one and one -half times the hourly rate of wage, and all hours over (6) shall be paid double the hourly rate of wage. For wo rk on Saturday which was assigned following the close of shift on Friday, all work shall be paid at double the hourly rate of wage. U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 7 Overtime Codes Continued 4. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make -up days shall be paid at time and one-half (1 ½) the straight time rate. In the event the job is down due to weather conditions, then Saturday may, be worke d 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 work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at dou ble (2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. W. 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. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. X. 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. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296 -127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5 -eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296 -127-022) shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 8 Overtime Codes Continued 4. Y. 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. 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. 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. 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 T hanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiv ing Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgi ving 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 D ay, 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). Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 9 Holiday Codes Continued 5. 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 Da y Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. A. Paid Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half- 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 B efore 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 shal l be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin 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. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 10 Holiday Codes Continued 7. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Chris tmas 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, Labo r 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. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 11 Holiday Codes Continued 7. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. 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 b y the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be co nsidered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year’s Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall 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. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. B. Holidays: New Year's Day, Martin Luther King Jr. Day, President’s Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 12 Holiday Codes Continued 15. D. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, and the day after Christmas. E. Holidays: the day before New Years’s Day, New Year's Day, Martin Luther King, Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day. (12) Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. 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 effecti ve on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do “pioneer” work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 13 Note Codes Continued 8. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 1 51' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’ - $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied t o the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double -time status. (For example, the special shift premium does not waive the overtime requirement s for work performed on Saturday or Sunday.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one -half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double - time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 14 Note Codes Continued 9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtim e or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour a bove their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) – 130’ to 199’ – $0.50 per hour over their classification rate. (B) – 200’ to 299’ – $0.80 per hour over their classification rate. (C) – 300’ and over – $1.00 per hour over their classification rate. B. 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. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. 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 veh icular, 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 i ssued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. 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. APPENDIX C 1. FEDERAL REQUIREMENTS 2. REQUIRED CONTRACT PROVISIONS Federal Aid Construction Contracts 3. TITLE VI ASSURANCES FEDERAL REQUIREMENTS Any recipient of Federal grant funds shall include the following contract provisions or conditions in all construction contracts and subcontracts as required by the provisions, Federal law or the grantor agency. 1. Breach of Contract: The conditions for contracts, other than small purchases, shall contain provisions or conditions which allow for administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as may be appropriate. Legal procedures to follow for Breach of Contract are described in the Standard Specifications, Section 1-08.10 Termination of Contract. 2. Termination/Suspension of Contract: All contracts in excess of $10,000 shall contain suitable provisions for termination by the grantee including the manner by which it will be effected and the bases for settlement. In addition, such contracts shall described conditions under which the contract may be terminated for default as well as conditions where the contract may be terminated because of circumstances beyond the control of the contractor. Legal procedures to follow for “Termination /Suspension of Contract” are described in the Standard Specifications, Section 1-08.10 Termination of Contract. 3. Equal Employment Opportunity: All contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees shall contain a provision requiring compliance with Executive Order 11246, entitled “Equal Employment Opportunity,” as amended by Executive Order 11375, and as supplemented in Department of Labor regulations (41 CFR Part 60). 4. Copeland “Anti-Kickback Act”: All contracts and subgrants for construction or repair shall include a provision for compliance with the Copeland ‘Anti-Kickback” Act (18 USC 874) as supplemented in Department of labor regulations (29 CFR, part 3). This Act provides that each contractor or subgrantee shall be prohibited from including, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he/she is otherwise entitled. 5. Davis-Bacon Wages: Contractor agrees to comply with the Davis-Bacon Act (40 USC 276a to a-7) as supplemented by Department of Labor regulations (29 CFR, Part 5). Under this Act contractors shall pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. See Appendix B. 6. Hours and Safety Standards Act: All contracts awarded by grantees and subgrantees in excess of $2,000 for construction contracts and in excess of $2,500 for other contracts which involve the employment of mechanics or laborers shall include a provision for compliance with Sections 103 and 107 of the contract work Hours and Safety Standards Act (40 USC 327-330) as supplemented by Department of labor regulations (29 CFR, Part 5). Under Section 103 of the Act. Each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard workday or workweek of 40 hours. Work in excess of the standard workday or workweek is permissible provided that the worker is compensated at a rate of not less than 1 1/2 times the basic rate of pay for all hours worked in excess of 8 hours in any calendar day of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health standards promulgated by the Secretary of Labor. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 7. Patent Rights: The Contractor shall assume all costs arising from the use of patented devices, materials, or processes used on or incorporated in the work, and agrees to indemnify, defend, and save harmless the grantor agency, Owner and its agent and employees from all actions of any nature for, or on account of the use of any patented devices, materials, or processes. 8. Access to Contract Records: All negotiated contracts (except those awarded by small purchase procedures) awarded by grantees shall include a provision to the effect that the grantee, the Federal grantor agency, the Comptroller General of the United States, or any of their duly authorized representatives, shall have access to any books, documents, papers, and records of the Contractor which are directly pertinent to that specific contract, for the purpose of making audit, examination, excerpts, and transcriptions. Contract shall maintain all records for three (3) years after the Owner and their grantees make final payments and all other pending matters are closed. 9. Prevention of Environmental Pollution and Preservation of Public Natural Resources: Contracts, subcontracts, and subgrants of amounts in excess of $100,00 shall contain a provision which requires compliance with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 USC 1857 (h), Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR, Part 15), which prohibit the use of firms and facilities included on the EPA List of Violating Facilities. These regulations are referred to in the Standard Specifications, Section 1-07.1 Laws to be Observed. 10. Energy Policy and Conservation Act: Contracts shall recognize mandatory standards and policies relating to energy efficiency which are contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act (P.L. 94-163). 1 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS FHWA-1273 -- Revised May 1, 2012 I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with 2 the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this 3 contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. 4 a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. 5 b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 6 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT’s U.S. DOT-approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non-minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non- minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. 7 III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and 8 mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. 9 c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. 10 b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, 11 after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and 12 individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal- aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 13 8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual 14 was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term “perform work with its own organization” refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and 15 (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 16 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 17 By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification – First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or 18 general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. * * * * * 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; 19 (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or 20 voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. * * * * * Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-- Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. * * * * * 21 XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 22 ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. Amendment to Form FHWA 1273 Revised January 25, 2016 AMENDMENT REQUIRED CONTRACT PROVISIONS (Exclusive of Appalachian Contracts) FEDERAL-AID CONSTRUCTION CONTRACTS The Federal–Aid provisions are supplemented with the following: XII. Cargo Preference Act 1. U.S. Department of Transportation Federal Highway Administration memorandum dated December 11, 2015 requires that all federal-aid highway programs awarded after February 15, 2016 must comply with the Cargo Preference Act and its regulation of 46 CFR 381.7 (a)-(b). APPENDIX D PAVEMENT CORE INFORMATION APS Job # 5252 Date: 9/4/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:8.5" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:0 HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 1 DIRT ASPHALT CORE SAMPLE DATA SHEET JARED AUBURN WAY N & 21ST ST NE APS Job # 5252 Date: 9/6/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:7.5" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:7.5"HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 2 CORE SAMPLE DATA SHEET JARED 1901 AUBURN WAY N DIRT CONCRETE ASPHALT APS Job # 5252 Date: 9/5/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:11" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:0 HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 3 CORE SAMPLE DATA SHEET JARED 1901 AUBURN WAY N DIRT ASPHALT APS Job # 5252 Date: 9/4/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:4" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:6"HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 4 CORE SAMPLE DATA SHEET JARED 1314 AUBURN WAY N CONCRETE DIRT ASPHALT APS Job # 5252 Date: 9/5/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:8.5" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:7.5"HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 5 CORE SAMPLE DATA SHEET JARED 1341 AUBURN WAY N CONCRETE DIRT ASPHALT APS Job # 5252 Date: 9/4/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:1.5" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:8.5"HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 6 CORE SAMPLE DATA SHEET JARED AUBURN WAY N & 12TH ST NE DIRT ASPHALT CONCRETE APS Job # 5252 Date: 9/5/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:6" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:8.25"HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 7 CORE SAMPLE DATA SHEET JARED 1202 AUBURN WAY N CONCRETE DIRT ASPHALT APS Job # 5252 Date: 9/5/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:3" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:6.5"HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 8 CORE SAMPLE DATA SHEET JARED 1207 AUBURN WAY N DIRT ASPHALT CONCRETE APS Job # 5252 Date: 9/4/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:2" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:8.5"HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 9 CORE SAMPLE DATA SHEET JARED AUBURN WAY N & 10TH ST NE DIRT ASPHALT CONCRETE APS Job # 5252 Date: 9/5/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:5.5" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:9.5"HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 10 CORE SAMPLE DATA SHEET JARED 923 AUBURN WAY N DIRT ASPHALT CONCRETE APS Job # 5252 Date: 9/5/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:8" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:0 HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 11 CORE SAMPLE DATA SHEET JARED 923 AUBURN WAY N DIRT ASPHALT APS Job # 5252 Date: 9/4/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:3" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:7"HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 12 CORE SAMPLE DATA SHEET JARED 926 AUBURN WAY N DIRT ASPHALT CONCRETE APS Job # 5252 Date: 9/4/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:4.75" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:4.75"HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 13 CORE SAMPLE DATA SHEET JARED 717 AUBURN WAY N DIRT ASPHALT CONCRETE APS Job # 5252 Date: 9/5/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:7.5" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:7.5"HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 14 CORE SAMPLE DATA SHEET JARED 717 AUBURN WAY N CONCRETE DIRT ASPHALT APS Job # 5252 Date: 9/5/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:9.5" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:0 HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 15 CORE SAMPLE DATA SHEET JARED 717 AUBURN WAY N DIRT ASPHALT APS Job # 5252 Date: 9/4/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:6" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:9"HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 16 CORE SAMPLE DATA SHEET JARED AUBURN WAY N & 1ST ST NE CONCRETE DIRT ASPHALT APS Job # 5252 Date: 9/6/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:8.75" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:6.25"HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 17 CORE SAMPLE DATA SHEET JARED AUBURN WAY N & 1ST ST NE CONCRETE DIRT ASPHALT APS Job # 5252 Date: 9/5/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:4.75" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:7.25"HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 18 CORE SAMPLE DATA SHEET JARED AUBURN WAY N & 1ST ST NE DIRT ASPHALT CONCRETE APS Job # 5252 Date: 9/4/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:4" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:0 HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 19 CORE SAMPLE DATA SHEET JARED AUBURN WAY S & 2ND ST SE DIRT ASPHALT APS Job # 5252 Date: 9/5/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:6.75" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:0 HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 20 CORE SAMPLE DATA SHEET JARED 216 AUBURN WAY S DIRT ASPHALT APS Job # 5252 Date: 9/5/2019 Applied Professional Services, Inc. ASPHALT THICKNESS:8" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:0 HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# 21 CORE SAMPLE DATA SHEET JARED 201 AUBURN WAY S DIRT ASPHALT APS Job # 5448 Date: 2/28/2020 Applied Professional Services, Inc. ASPHALT THICKNESS:8" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:0 HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# C22 DIRT ASPHALT CORE SAMPLE DATA SHEET JARED NA 850 Auburn Way N APS Job # 5448 Date: 2/28/2020 Applied Professional Services, Inc. ASPHALT THICKNESS:6.75" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:0 HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# C23 CORE SAMPLE DATA SHEET JARED NA 904 Auburn Way N ASPHALT DIRT APS Job # 5448 Date: 2/28/2020 Applied Professional Services, Inc. ASPHALT THICKNESS:10" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:0 HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# C24 CORE SAMPLE DATA SHEET JARED NA 1132 Auburn Way N ASPHALT DIRT APS Job # 5448 Date: 2/28/2020 Applied Professional Services, Inc. ASPHALT THICKNESS:3.25" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:0 HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# C25 CORE SAMPLE DATA SHEET JARED NA 1402 Auburn Way N ASPHALT CONCRETE APS Job # 5448 Date: 2/28/2020 Applied Professional Services, Inc. ASPHALT THICKNESS:3.25" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:0 HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# C26 CORE SAMPLE DATA SHEET JARED NA 1341 Auburn Way N ASPHALT CONCRETE APS Job # 5448 Date: 2/28/2020 Applied Professional Services, Inc. ASPHALT THICKNESS:11" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:0 HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# C27 CORE SAMPLE DATA SHEET JARED NA 1105 Auburn Way N ASPHALT DIRT APS Job # 5448 Date: 2/28/2020 Applied Professional Services, Inc. ASPHALT THICKNESS:10.5" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:0 HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# C28 CORE SAMPLE DATA SHEET JARED NA 1105 Auburn Way N ASPHALT DIRT 850 Auburn Way N APS Job # 5448 Date: 2/28/2020 Applied Professional Services, Inc. ASPHALT THICKNESS:3" BRICK THICKNESS:0 LEAD: CONCRETE THICKNESS:0 HELPER: STREET NAME/ CLOSEST ADDRESS:________________________________________________ CORE# C29 CORE SAMPLE DATA SHEET JARED NA 1105 Auburn Way N ASPHALT CONCRETE 102 Auburn Way N VICINITY MAP NOT TO SCALE PROJECT SITE KING & PIERCE COUNTIES, WASHINGTON CITY OF AUBURN AUBURN WAY NORTH PRESERVATION PHASE 2 FEDERAL AID NO. STPUL-1071(009) PROJECT NO. CP1903 CONTRACT NO. 20-03 Project No. CP1903PUBLIC WORKS DEPARTMENT 25 West Main Street Auburn, Washington CITY OFFICIALS Ingrid Gaub, P.E. Public Works Director Jacob Sweeting, P.E. City Engineer Nancy Backus Mayor Luis Barba, P.E. Project Manager DRAWING INDEX N CITY OF AUBURN APPROVALS THIS PLAN SET FOR PROJECT CP1903, SHEETS _______ TO _______, ARE APPROVED FOR CONSTRUCTION BY: CP1903 20-03 GT001 1 25 1 25 LUIS BARBA, P.E. JACOB SWEETING, P.E. Project Manager City Engineer Date Date Luis Barba 04/13/2020 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-GT.DWG 04/13/20 | 1:37 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-GT.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC GENERAL INFORMATION PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 2 CP1903 GN001 SURFACE FEATURES/LANDSCAPING CHANNELIZATION SYMBOLS SURVEY SYMBOLS SANITARY/STORM SEWER SYMBOLS GAS/POWER/TELEPHONE SYMBOLS WATER SYMBOLS SIGNALIZATION SYMBOLS LINETYPESABBREVIATIONS PROJECT NOTES: 11 SUGGESTED CONSTRUCTION SEQUENCE : 1 Luis Barba 04/13/2020 22ND ST NEAUBURN WAY NORTH21ST ST NE 0+00 1+00 2+00 3+00 4+00 5+00 6+00 7+00 8+00 9+00 10+00 11+00 12+00 0+00 2+00 4+00 6+00 8+00 10+00 12+00 17TH ST NE15TH ST NEAUBURN WAY NORTH 12+00 13+00 14+00 15+00 16+00 17+00 18+00 19+00 20+00 21+00 22+00 23+00 24+00 12+00 14+00 16+00 18+00 20+00 22+00 24+00 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-VA.DWG 04/13/20 | 1:26 PM | LBARBAM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-VA.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC ALIGNMENT AND SURVEY CONTROL PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 3 CP1903 VA101 SCALE IN FEET 0 4020 8040 (1" = 40') SCALE IN FEET 0 4020 8040 (1" = 40') SCALE: 1" = 40' PLAN SCALE: 1" = 40' PLAN KEY MAP 12+00 24+00 12+00 Luis Barba 04/13/2020 12TH ST NE 24+00 25+00 26+00 27+00 28+00 29+00 30+00 31+00 32+00 33+00 34+ 0 0 24+00 26+00 28+00 30+00 32+00 34+ 0 0 D 10TH ST NE9TH ST NE8TH ST NEAUBURN WAY NORTH 34+00 35+00 36+00 37+00 38+00 39+00 40+00 41+00 42+00 43+00 44+00 45+00 34+00 36+00 38+00 40+00 42+00 44+00 D No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-VA.DWG 04/13/20 | 1:27 PM | LBARBAM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-VA.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC ALIGNMENT AND SURVEY CONTROL PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 4 CP1903 VA102 SCALE IN FEET 0 4020 8040 (1" = 40') SCALE IN FEET 0 4020 8040 (1" = 40') PROJECT BENCHMARKS Horizontal Datum: NAD 83-91 (Washington North Zone) Vertical: NAVD 88 SCALE: 1" = 40' PLAN SCALE: 1" = 40' PLAN KEY MAP 30+00 30+00 34+0 0 Luis Barba 04/13/2020 2+00 3+00 4+00 5+00 6+00 7+00 8+00 9+00 10+00 10+00 11+00 12+00 13+00 14+00 15+00 16+00 17+00 18+00 19+00 20+00 21+00 22+00 23+00 24+00 25+00 26+00 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-CE.DWG 04/13/20 | 1:40 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-CE.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC PLAN EXISTING CONDITIONS, SITE PREP AND TESC PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 5 CP1903 CE101 SCALE IN FEET 0 30 601530 (1" = 30') LEGEND: KEY MAP SCALE: 1" = 30' PLAN SCALE IN FEET 0 30 601530 (1" = 30') SCALE: 1" = 30' PLAN SCALE IN FEET 0 30 601530 (1" = 30') SCALE: 1" = 30' PLAN Luis Barba 04/13/2020 26+00 27+00 28+00 29+00 30+00 31+00 32+00 33+00 34+ 0 0 35+00 36+00 37+00 38+00 39+00 40+00 41+00 42+00 43+00 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-CE.DWG 04/13/20 | 1:40 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-CE.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC PLAN EXISTING CONDITIONS, SITE PREP AND TESC PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 6 CP1903 CE102 SCALE IN FEET 0 30 601530 (1" = 30') SCALE IN FEET 0 30 601530 (1" = 30')KEY MAP SCALE: 1" = 30' PLAN SCALE: 1" = 30' PLAN LEGEND: 26+00 Luis Barba 04/13/2020 2+00 3+00 4+00 5+00 6+00 7+00 8+00 9+00 10+00 11+00 12+00 13+00 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-CP.DWG 04/14/20 | 8:00 AM | LBARBAM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-CP.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC PAVING PLAN PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 7 CP1903 CP101 SCALE: 1" = 20' PLAN LEGEND: 20 40 SCALE IN FEET 01020 (1" = 20') KEY MAP SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') CONSTRUCTION NOTES: 3 3 2 3 3 33 2 3 3 16 13 13 3 13 13 NO PEDESTRIAN CROSSING 21 21 2121 21 21 Luis Barba 04/14/2020 13+00 14+00 15+00 16+00 17+00 18+00 19+00 20+00 21+00 22+00 23+00 24+00 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-CP.DWG 04/14/20 | 8:00 AM | LBARBAM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-CP.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC PAVING PLAN PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 8 CP1903 CP102 SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') 3 3 3 3 3 3 3 2 3 3 3 19 3 33 3 KEY MAP LEGEND: 16 16 13 18 14 3 CONSTRUCTION NOTES: 16 21 21 NO PEDESTRIAN CROSSING 21 21 21 21 Luis Barba 04/14/2020 24+00 25+00 26+00 27+00 28+00 29+00 30+00 31+00 32+00 33+00 34+00 35+0 0 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-CP.DWG 04/14/20 | 8:01 AM | LBARBAM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-CP.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC PAVING PLAN PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 9 CP1903 CP103 SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') 3 2 19 3 3 3 2 3 3 3 3 3 3 3 2 3 3 KEY MAP 3 3 LEGEND: 18 14 18 18 13 14 14 2 1 STORM NOTES: 1 CONSTRUCTION NOTES: 14 13 13 14 13 1414 14 1313 NO PEDESTRIAN CROSSING 21 21 21 Luis Barba 04/14/2020 35+00 36+00 37+00 38+00 39+00 40+00 41+00 42+00 43+00 44+00 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-CP.DWG 04/14/20 | 8:01 AM | LBARBAM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-CP.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC PAVING PLAN PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 10 CP1903 CP104 SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') 33 3 3 19 2 3 3 3 2 3 2 3 3 3 3 3 3 KEY MAP 3 3 3 3 2 STORM NOTES: 2 CONSTRUCTION NOTES: 13 14 13 14 13 14 14 14 14 14 13 13 14 14 14 LEGEND: 20 21 21 21 21 NO PEDESTRIAN CROSSING Luis Barba 04/14/2020 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-CP.DWG 04/13/20 | 1:43 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-CP.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC ROADWAY SECTIONS PAVING PLAN PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 11 CP1903 CP105 NTS AUBURN WAY NORTH CROSS SECTION (LOOKING SOUTH) STA 37+50 TO STA 43+67 D -NTS AUBURN WAY NORTH CROSS SECTION (LOOKING SOUTH) STA 28+25 TO STA 37+50 C - NTS AUBURN WAY NORTH CROSS SECTION (LOOKING SOUTH) STA 02+43 TO STA 22+50 A -NTS AUBURN WAY NORTH CROSS SECTION (LOOKING SOUTH) STA 22+50 TO STA 28+25 B - Luis Barba 04/13/2020 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-CR.DWG 04/14/20 | 5:00 AM | LBARBAM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-CR.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC CURB RAMP DETAILS PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 12 CP1903 CR501 SCALE IN FEET 02.5 55 10 (1" = 5')SCALE: 1" = 5' CURB RAMP 1 CP103 LEGEND SCALE: 1" = 5' CURB RAMP 4 CP103 SCALE: 1" = 5' CURB RAMP 2 CP103 SCALE: 1" = 5' CURB RAMP 3 CP103 Luis Barba 04/14/2020 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-CR.DWG 04/14/20 | 5:02 AM | LBARBAM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-CR.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC CURB RAMP DETAILS PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 13 CP1903 CR502 SCALE IN FEET 02.5 55 10 (1" = 5') LEGEND SCALE: 1" = 5' CURB RAMP 1 CP103 SCALE: 1" = 5' CURB RAMP 2 CP104 Luis Barba 04/14/2020 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-CR.DWG 04/14/20 | 5:03 AM | LBARBAM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-CR.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC CURB RAMP DETAILS PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 14 CP1903 CR503 SCALE IN FEET 02.5 55 10 (1" = 5') LEGEND SCALE: 1" = 5' CURB RAMP 1 CP104 SCALE: 1" = 5' CURB RAMP 2 CP104 SCALE: 1" = 5' CURB RAMP 3 CP104 Luis Barba 04/14/2020 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-CR.DWG 04/14/20 | 5:03 AM | LBARBAM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-CR.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC CURB RAMP DETAILS PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 15 CP1903 CR504 SCALE IN FEET 02.5 55 10 (1" = 5') LEGEND SCALE: 1" = 5' CURB RAMP 1 CP104 Luis Barba 04/14/2020 1 2 2 2 2 4 4 4 2 4 1 + 0 0 4 2 + 0 0 3 5 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-TS.DWG 04/13/20 | 1:50 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-TS.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC SIGNAL OVERVIEW PLAN PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 16 CP1903 TS101 SCALE: 1" = 10' PLAN SCALE IN FEET 0 10 20510 (1" = 10') A U B U R N W A Y N 8th ST NE 9th ST NEA U B U R N W A Y N TYPE 2 TYPE 2 CONSTRUCTION NOTES 1 2 4 GENERAL NOTES TYPE 2 SEE DETAIL 1 ON SHEET TS102 SEE DETAIL 2 ON SHEET TS102 SEE DETAIL 3 ON SHEET TS102 SEE DETAIL 4 ON SHEET TS102 3 5 Luis Barba 04/13/2020 2 4 10 5 3 3 6 6 14 715 9 16 1 12 2 1 13 8 9 3 4 7 8 5 11 6 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-TS.DWG 04/13/20 | 1:51 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-TS.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC SIGNAL DETAIL PLANS PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 17 CP1903 TS102 GENERAL NOTES: 1 3 WIRE SCHEDULE CONDUIT EX 3 1 2 3 5 #(INCH) PED BUTTON 2 C/S EX 1.5 EX 3.5 EX 3.5 EX 3.5 EX 1.5 2 2 EX 3 8, (8) APS INTC 4 C 2, (2) VIDEO DETECTION CAMERA REMARKS 4 7 6 9 8 4, (4) 1 1 2, (2) 1 1 - - 1 1 - 1 1 1 1 10 12 11 EX 1.5 EX 3 EX 1.5 2 2 EX 3 EX 3 2 1 1 2, (2) WIRE SCHEDULE NOTES: #NEW WIRE [#] PROTECT EXISTING WIRE TO REMAIN (#) REMOVE EXISTING WIRE(S) POLE 2 TYPE LT ARROW PPB EXT. BRACKET 1 (X) SIGNAL POLE EQUIPMENT SCHEDULE NOTES: (X) INSTALL SALVAGED APS PUSH BUTTONS # POLE No.APS PUSH BUTTON RT ARROW APS MONITORING HARDWARE 90° BRACKET -- PPB -(X)-- 4 PPB3 (X)-- PPB -(X)-- 6 PPB5 (X)--- (X)- - SIGNAL POLE EQUIPMENT SCHEDULE 4 SCALE IN FEET 02.5 55 10 (1" = 5') SCALE: 1" = 5' CURB RAMP 2 TS101 SCALE: 1" = 5' CURB RAMP 1 TS101 SCALE: 1" = 5' CURB RAMP 3 TS101 SCALE: 1" = 5' CURB RAMP 4 TS101 CONSTRUCTION NOTES: 7 PPB (X)- 8 PPB (X)- - - - - LOCATION STATION OFFSET 40+81.56 72.91' RT 13 15 14 2 2 1 16 (2)2, (2) 2 EX 3 1 1 1 1 1 41+63.42 72.35' RT 41+89.24 48.84' RT 42+11.07 41.79' LT 41+98.03 51.40' LT PPB 40+91.20 39.26' LT 41+11.98 54.30' LT 40+69.56 49.71' RT -- - (2) (1) (2)2, (2) 2, (2)2, (2) 31 31 31 31 31 31 41 41 WIRE NOTE PPB NEW PED PUSH BUTTON POLE Luis Barba 04/13/2020 3+00 4+00 5+00 6+00 7+00 1 6 7 6 2 2 7 1 6 6 8+00 9+00 10+00 11+00 12+00 13+00 6 6 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-CM.DWG 04/13/20 | 1:53 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-CM.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC CHANNELIZATION PLAN PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 18 CP1903 CM101 SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') GRIND AND OVERLAY LIMITS LEGEND: 2 1 6 7 KEY MAP 7 7 7 7 CHANNELIZATION NOTES: 1 1 Luis Barba 04/13/2020 13+00 14+00 15+00 16+00 17+00 18+00 6 6 7 2 2 7 2 9 3 6 6 3 6 19+00 20+00 21+00 22+00 23+00 24+00 6 6 9 5 3 3 5 1 1 3 2 1 3 6 6 1 5 5 5 5 4 4 4 4 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-CM.DWG 04/13/20 | 1:54 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-CM.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC CHANNELIZATION PLAN PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 19 CP1903 CM102 SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') 33 NEW C-CURB, SEE NOTE 9 2 1 5 6 7 9 KEY MAP GRIND AND OVERLAY LIMITS LEGEND: CHANNELIZATION NOTES: 1 1 4 Luis Barba 04/13/2020 24+00 25+00 26+00 27+00 28+00 29+00 6 6 6 6 7 2 7 7 30+00 31+00 32+00 33+00 34+00 35+0 0 6 6 6 6 7 7 7 7 5 5 4 4 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-CM.DWG 04/13/20 | 1:55 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-CM.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC CHANNELIZATION PLAN PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 20 CP1903 CM103 SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') 2 1 6 7 KEY MAP GRIND AND OVERLAY LIMITS LEGEND: CHANNELIZATION NOTES: 1 1 1 1 4 5 10 10 Luis Barba 04/13/2020 35+00 36+00 37+00 38+00 39+00 40+00 6 6 7 7 2 6 3 3 6 6 6 2 7 7 5 4 4 1 2 3 41+00 42+00 43+00 44+00 3 3 32 3 3 2 6 3 1 2 3 1 3 1 3 2 1 6 6 6 6 1 3 2 1 5 5 5 5 5 5 4 4 4 4 4 4 4 4 5 2 3 3 1 1 2 3 33 8 6 6 5 5 5 5 53 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-CM.DWG 04/13/20 | 1:55 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-CM.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC CHANNELIZATION PLAN PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 21 CP1903 CM104 SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') 33 2 1 4 5 6 7 KEY MAP GRIND AND OVERLAY LIMITS LEGEND: CHANNELIZATION NOTES: 10 10 Luis Barba 04/13/2020 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-TD.DWG 04/13/20 | 1:57 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-TD.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC TRAFFIC CONTROL PLAN PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 22 CP1903 TD101 R4-7B B/W 25 30 35 40 45 50 55 10 12 60 11 105 125 150 205 270 450 500 165 225 295 495 550 180 245 320 540 600 115 65 70 - - -- - -- - - - - - MPH 50 35/45 25/30 TAPER TANGENT 40 30 20 80 60 40 PCMSPCMSTRANSPORTABLE ATTENUATOR SPEED (MPH)25 30 35 40 45 50 55 60 65 70 LENGTH (feet)250 305 360 425155200 RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' 45 / 55 MPHRURAL ROADS 500' 25 / 30 MPH 200' (2) URBAN STREETS 25 MPH OR LESS 100' (2) ---- PCMS (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. LANE WIDTH (feet) CHANNELIZATION DEVICE SPACING (feet) MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD THE WORK AREA. MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. 30 FEET MIN. TO 100 FEET MAX. NO SPECIFIED DISTANCE REQUIRED PROTECTIVE VEHICLE RIGHT LANE CLOSURE WITH SHIFT - 5 LANE ROADWAY NOTES: 1. 2. 3. 4. 1 2 1 MILE AHEAD RIGHT LANE CLOSURE FIELD LOCATE IN ADVANCE OF TEMPORARY SIGNS. 1 2 FIELD LOCATE IN ADVANCE OF TEMPORARY SIGNS. CENTER LANE CLOSED NNO LEFT TURNING WORK AREA DEVICE SPACING 1/2 DISTANCE FOR OPPOSING LEGEND TEMPORARY SIGN LOCATION CHANNELIZING DEVICES SEQUENTIAL ARROW SIGN PROTECTIVE VEHICLE PORTABLE CHANGEABLE MESSAGE SIGN TEMPORARY SIGN LOCATION (5' MOUNTING HEIGHT) SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. RECOMMEND EXTENDING DEVICE TAPER (L/3) ACROSS SHOULDER. FOR POSTED SPEED LIMITS OF 30 MPH OR LESS, USE SIGN W1-3 IN LIEU OF SIGN W1-4. ALL SIGNS ARE BLACK ON ORANGE UNSLESS OTHERWISE DESIGNATED. RURAL ROADS & URBAN ARTERIALS RESIDENTAL & BUSINESS DISTRICTS Luis Barba 04/13/2020 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-TD.DWG 04/13/20 | 1:58 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-TD.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC TRAFFIC CONTROL PLAN PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 23 CP1903 TD102 WORK AREA 25 30 35 40 45 50 55 10 12 60 11 105 125 150 205 270 450 500 165 225 295 495 550 180 245 320 540 600 115 65 70 - - -- - -- - - - - - MPH 50 35/45 25/30 TAPER TANGENT 40 30 20 80 60 40 PCMSPCMSPCMS RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' 45 / 55 MPHRURAL ROADS 500' 25 / 30 MPH 200' (2) URBAN STREETS 25 MPH OR LESS 100' (2) TRANSPORTABLE ATTENUATOR SPEED (MPH)25 30 35 40 45 50 55 60 65 70 LENGTH (feet)250 305 360 425155200 ---- PROTECTIVE VEHICLE (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT-GRADE INTERSECTIONS AND DRIVEWAYS.(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS.30 FEET MIN. TO 100 FEET MAX. MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD THE WORK AREA. NO SPECIFIED DISTANCE REQUIRED RURAL ROADS & URBAN ARTERIALS RESIDENTAL & BUSINESS DISTRICTS LANE WIDTH (feet) CHANNELIZATION DEVICE SPACING (feet) LEGEND TEMPORARY SIGN LOCATION CHANNELIZING DEVICES SEQUENTIAL ARROW SIGN PROTECTIVE VEHICLE PORTABLE CHANGEABLE MESSAGE SIGN LEFT LANE AND CENTER TURN LANE CLOSURE - 5 LANE ROADWAY 1. 2. 1 2 FIELD LOCATE IN ADVANCE OF TEMPORARY SIGNS. CENTER LANE CLOSED NNO LEFT TURNING SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. ALL SIGNS ARE BLACK ON ORANGE. Luis Barba 04/13/2020 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-TD.DWG 04/13/20 | 1:58 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-TD.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC TRAFFIC CONTROL PLAN PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 24 CP1903 TD103 OPTIONAL IF 40 MPH OR LESS RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' 45 / 55 MPHRURAL ROADS 500' 60 / 65 MPH 800' RURAL HIGHWAYS 25 / 30 MPH 200' (2) URBAN STREETS 25 MPH OR LESS 100' (2) TRANSPORTABLE ATTENUATOR SPEED (MPH)25 30 35 40 45 50 55 60 65 70 LENGTH (feet)250 305 360 425 495 570 645155200 - 25 30 35 40 45 50 55 10 12 550 605 660 60 11 105 125 150 205 270 450 500 165 225 295 495 550 180 245 320 540 600 115 65 70 - - -- - 720 660 -- PROTECTIVE VEHICLE MPH 50/70 35/45 25/30 TAPER TANGENT 40 30 20 80 60 40 INTERSECTION LANE CLOSURE ~ FIVE LANE ROADWAY 1. 2. 3. 4. CHANNELIZATION DEVICE SPACING (feet) MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. 30 FEET MIN. TO 100 FEET MAX. NO SPECIFIED DISTANCE REQUIREDMAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD THE WORK AREA. LANE WIDTH (feet) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. LEGEND FLAGGING STATION TEMPORARY SIGN LOCATION CHANNELIZING DEVICES SEQUENTIAL ARROW SIGN PROTECTIVE VEHICLE - RECOMMENDED TEMPORARY SIGN LOCATION (5' MOUNTING HEIGHT) WORK AREA RECOMMEND EXTENDING DEVICE TAPER (L/3) ACROSS SHOULDER. IF A SIGNAL IS PRESENT, IT SHALL BE SET TO "RED FLASH MODE" OR TURNED OFF DURING FLAGGING OPERATIONS. MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH BUSINESS WITHIN WORK AREA LIMITS. ALL SIGNS ARE BLACK ON ORANGE. RURAL ROADS & URBAN ARTERIALS RESIDENTAL & BUSINESS DISTRICTS Luis Barba 04/13/2020 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1903-TD.DWG 04/13/20 | 1:58 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1903 AWN PRESERVATION PHASE 2\SHEETS\CP1903-TD.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(009) Completed By: FILL OUT 07/28/19 04/28/19 ML LB LC TRAFFIC CONTROL PLAN PHASE 2 AUBURN WAY NORTH PRESERVATION 25 20-03 25 CP1903 TD104 SIDEWALK CLOSED SIDEWALK CLOSED AHEAD WORK AREA SIDEWALK CLOSED AHEAD R9-11 24" x 12" B/W R9-11 24" x 12" B/W R9-9 24" x 12" B/W R9-10 24" x 12" B/W SIDEWALK CLOSED R9-10 24" x 12" B/W LEGEND INTERSECTION PEDESTRIAN TRAFFIC CONTROL USE OTHER SIDE SIDEWALK CLOSED USE OTHER SIDE CROSS HERE CROSS HERE R8-3 24" x 30" R/W INSTALL ON TYPE 2 BARRICADES THROUGHOUT THE WORK AREA 24 HOURS PRIOR TO IMPLEMENTING TRAFFIC CONTROL. PRIOR NOTIFICATION OF LOCAL LAW ENFORCEMENT REQUIRED. 1.CONTROLS SHOWN ARE FOR PEDESTRIAN TRAFFIC ONLY. A 60" PATH WIDTH SHOULD BE MAINTAINED (48" IS THE MINIMUM). CONTACT AND COORDINATE IMPACTED TRANSIT AGENCIES PRIOR TO IMPLEMENTING ANY CLOSURES. SEE SHEET TC-52 FOR TEMPORARY PEDESTRIAN RAMP DETAILS. ADA PEDESTRIAN FACILITIES MUST BE MAINTAINED. SEE STANDARD SPECIFICATION 1-10.2(1)B. TEMPORARY PEDESTRIAN PUSH BUTTONS SHALL BE PLACED ON THE DIVERTED PATH WHEN EXISTING BUTTONS ARE NOT ACCESSIBLE TO PEDESTRIANS. 2. 3. 4. 5. 6. WORK AREA M4-9BB/O M4-9BB/O DETOUR DETOUR Luis Barba 04/13/2020 KING COUNTY, WASHINGTON VICINITY MAP NOT TO SCALE AUBURN WAY NORTH PRESERVATION PHASE 3 FEDERAL AID NO. STPUL-1071(008) PROJECT NO. CP1904 CONTRACT NO. 20-03 PUBLIC WORKS DEPARTMENT 25 West Main Street Auburn, Washington Project No. CP1904N CITY OFFICIALS Nancy Backus Mayor Ingrid Gaub, P.E. Public Works Director Jacob Sweeting, P.E. City Engineer Luis Barba, P.E. Project Manager PROJECT SITE CITY OF AUBURN DRAWING INDEX CITY OF AUBURN APPROVALS THIS PLAN SET FOR PROJECT CP1904, SHEETS _______ TO _______, ARE APPROVED FOR CONSTRUCTION BY: CP1904 20-03 GT001 1 38 1 38 JACOB SWEETING, P.E. City Engineer Date LUIS BARBA, P.E. Project Manager Date Luis Barba 04/13/2020 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-GT_1.DWG 04/13/20 | 12:48 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-GT_1.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: 08/30/19 08/30/19 08/30/19 ML LB VR GENERAL INFORMATION PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 2 CP1904 GN101 SURFACE FEATURES/LANDSCAPING CHANNELIZATION SYMBOLS SURVEY SYMBOLS SANITARY/STORM SEWER SYMBOLS GAS/POWER/TELEPHONE SYMBOLS WATER SYMBOLS LINETYPESABBREVIATIONS SCO PROJECT BENCHMARKS Horizontal Datum: NAD 83-91 (Washington North Zone) Vertical: NAVD 88 OP BP EOA X XXX SSFM X'' G X'' SS X'' W SSFM X'' W X'' SD X'' SD X'' SS OP BP X'' G OTV BTV OTV BTV OTOT BTBT EOA 11 1 SIGNALIZATION SYMBOLS 1 PROJECT NOTES: SUGGESTED CONSTRUCTION SEQUENCE : Luis Barba 04/13/2020 43+00 44+00 45+00 46+00 47+00 48+00 49+00 50+00 51+00 52+00 53+00 43+00 44+00 45+00 46+00 47+00 48+00 49+00 50+00 51+00 52+00 53+00 43 53 + 0 0 54 + 0 0 55+ 0 0 56+00 57+00 58+00 59+00 60+00 61+00 62+00 63+00 64+00 65+00 53 + 0 0 54 + 0 0 55+ 0 0 56+00 57+00 58+00 59+00 60+00 61+00 62+00 63+00 64+00 65+00 53 + 0 0 53 + 0 0 43 08/30/19 08/30/19 08/30/19 ML LB VR CONTROL PLAN ALIGNMENT AND SURVEY PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 3 CP1904 VA101 SCALE IN FEET 0 4020 8040 (1" = 40') No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-VA_2.DWG 04/13/20 | 12:35 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-VA_2.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 40' PLAN KEY MAP SCALE IN FEET 0 4020 8040 (1" = 40') SCALE: 1" = 40' PLAN Luis Barba 04/13/2020 65+00 66+00 67+00 68+00 69+00 70+00 71+00 72+00 73+00 74+00 75+00 76+00 77+00 65+00 66+00 67+00 68+00 69+00 70+00 71+00 72+00 73+00 74+00 75+00 76+00 77+00 77+00 78+00 79+00 80+00 81+00 82+00 83+00 84+00 85+00 86+00 87+00 88+00 89+00 89+00 77+00 78+00 79+00 80+00 81+00 82+00 83+00 84+00 85+00 86+00 87+00 88+00 89+00 89+00 08/30/19 08/30/19 08/30/19 ML LB VR CONTROL PLAN ALIGNMENT AND SURVEY PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 4 CP1904 VA102 SCALE IN FEET 0 4020 8040 (1" = 40') No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-VA_2.DWG 04/13/20 | 12:37 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-VA_2.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 40' PLAN KEY MAP SCALE IN FEET 0 4020 8040 (1" = 40') SCALE: 1" = 40' PLAN Luis Barba 04/13/2020 43+00 44+00 45+00 46+00 47+00 48+00 49+00 50+00 51+00 43+00 44+00 45+00 46+00 47+00 48+00 49+00 50+00 51+00 51+00 51+00 52+00 53+00 54+0 0 55+00 56+00 57+00 58+00 52+00 53+00 54+0 0 55+00 56+00 57+00 58+00 59+00 59+00 08/30/19 08/30/19 08/30/19 ML LB VR AND TESC PLAN EXISTING CONDITIONS, SITE PREP PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 5 CP1904 CE101 SCALE IN FEET 0 30 601530 (1" = 30') No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CE_3.DWG 04/13/20 | 12:53 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CE_3.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 30' PLAN KEY MAP SCALE IN FEET 0 30 601530 (1" = 30')SCALE: 1" = 30' PLAN LEGEND: Luis Barba 04/13/2020 59+00 60+00 61+00 62+00 63+00 64+00 65+00 66+00 67+00 68+00 59+00 60+00 61+00 62+00 63+00 64+00 65+00 66+00 67+00 68+00 68+00 69+00 70+00 71+00 72+00 73+00 74+00 75+00 68+00 69+00 70+00 71+00 72+00 73+00 74+00 75+00 08/30/19 08/30/19 08/30/19 ML LB VR AND TESC PLAN EXISTING CONDITIONS, SITE PREP PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 6 CP1904 CE102 SCALE IN FEET 0 30 601530 (1" = 30') No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CE_3.DWG 04/13/20 | 12:53 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CE_3.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 30' PLAN SCALE IN FEET 0 30 601530 (1" = 30')SCALE: 1" = 30' PLAN KEY MAP LEGEND: Luis Barba 04/13/2020 75+00 76+00 77+00 78+00 79+00 80+00 81+00 82+00 83+00 75+00 76+00 77+00 78+00 79+00 80+00 81+00 82+00 83+00 83+00 84+00 85+00 86+00 87+00 88+00 89+00 89+00 83+00 84+00 85+00 86+00 87+00 88+00 89+00 89+00 08/30/19 08/30/19 08/30/19 ML LB VR AND TESC PLAN EXISTING CONDITIONS, SITE PREP PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 7 CP1904 CE103 SCALE IN FEET 0 30 601530 (1" = 30') No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CE_3.DWG 04/13/20 | 12:54 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CE_3.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 30' PLAN SCALE IN FEET 0 30 601530 (1" = 30')SCALE: 1" = 30' PLAN KEY MAP LEGEND: Luis Barba 04/13/2020 43+00 44+00 45+00 46+00 47+00 48+00 43+00 44+00 45+00 46+00 47+00 48+00 49+00 50+00 51+00 52+00 53+00 49+00 50+00 51+00 52+00 53+00 08/30/19 08/30/19 08/30/19 ML LB VR PAVING PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 8 CP1904 CP101 20 40 SCALE IN FEET 01020 (1" = 20') No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CP_4.DWG 04/14/20 | 7:16 AM | LBARBAM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CP_4.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20')SCALE: 1" = 20' PLAN KEY MAP LEGEND: CONSTRUCTION NOTES: NO PEDESTRIAN CROSSING Luis Barba 04/14/2020 54+00 55+00 56+00 57+00 54+00 55+00 56+00 57+00 58+00 59+00 60+00 61+00 62+00 63+00 58+00 59+00 60+00 61+00 62+00 63+00 AUBU R N W A Y N 58+00 58+00 08/30/19 08/30/19 08/30/19 ML LB VR PAVING PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 9 CP1904 CP102 20 40 SCALE IN FEET 01020 (1" = 20') No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CP_4.DWG 04/14/20 | 7:17 AM | LBARBAM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CP_4.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20')SCALE: 1" = 20' PLAN 5TH ST NE KEY MAP CONSTRUCTION NOTES: LEGEND: NO PEDESTRIAN CROSSING Luis Barba 04/14/2020 63+00 64+00 65+00 66+00 67+00 68+00 63+00 64+00 65+00 66+00 67+00 68+00 69+00 70+00 71+00 72+00 73+00 69+00 70+00 71+00 72+00 73+00 08/30/19 08/30/19 08/30/19 ML LB VR PAVING PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 10 CP1904 CP103 20 40 SCALE IN FEET 01020 (1" = 20') No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CP_4.DWG 04/13/20 | 12:55 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CP_4.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') SCALE: 1" = 20' PLAN KEY MAP LEGEND: CONSTRUCTION NOTES: Luis Barba 04/13/2020 74+00 75+00 76+00 77+00 78+00 74+00 75+00 76+00 77+00 78+00 78+00 79+00 80+00 81+00 82+00 83+00 78+00 79+00 80+00 81+00 82+00 83+00 08/30/19 08/30/19 08/30/19 ML LB VR PAVING PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 11 CP1904 CP104 20 40 SCALE IN FEET 01020 (1" = 20') No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CP_4.DWG 04/13/20 | 12:56 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CP_4.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20')SCALE: 1" = 20' PLAN KEY MAP CONSTRUCTION NOTES: LEGEND: Luis Barba 04/13/2020 83+00 84+00 85+00 86+00 87+00 88+00 89+00 89+00 83+00 84+00 85+00 86+00 87+00 88+00 89+00 89+00 08/30/19 08/30/19 08/30/19 ML LB VR PAVING PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 12 CP1904 CP105 20 40 SCALE IN FEET 01020 (1" = 20') No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CP_4.DWG 04/13/20 | 12:56 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CP_4.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 20' PLAN KEY MAP CONSTRUCTION NOTES:LEGEND: Luis Barba 04/13/2020 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CP_4.DWG 04/13/20 | 12:56 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CP_4.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: NTS AUBURN WAY NORTH CROSS SECTION (LOOKING SOUTH) STA 43+67 TO STA 61+60 A - NTS AUBURN WAY NORTH CROSS SECTION (LOOKING SOUTH) STA 72+60 TO STA 87+00 C - NTS AUBURN WAY NORTH CROSS SECTION (LOOKING SOUTH) STA 61+60 TO STA 72+60 B - 08/30/19 08/30/19 08/30/19 ML LB VR SECTIONS ROADWAY CROSS PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 13 CP1904 CP301Luis Barba 04/13/2020 6 6 8 66+00 67+00 68+00 66+00 68+00 4 4 5 7 4 5 6 6 70+00 71+00 70+00 1 7 6 4 5 3 70 75 80 85 90 95 100 80 100 75 80 85 90 95 100 80 100 08/30/19 08/30/19 08/30/19 ML LB VR AND PROFILE STORM DRAINAGE PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 14 CP1904 UD101 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-UD_5.DWG 04/13/20 | 12:58 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-UD_5.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: 20 40 SCALE IN FEET 01020 (1" = 20') SCALE: 1" = 20' PLAN KEY MAP STORM NOTES:2ND ST NEAUBURN WAY NORTH 20 40 SCALE IN FEET 01020 (1" = 20') SCALE: 1" = 20' PLAN1 ST NEAUBURN WAY NORTH STORM PROFILE @ MANHOLE #709-B23 SCALE: V: 1"= 5' H: 1"= 20' STORM PROFILE @ MANHOLE #709-B3052 SCALE: V: 1"= 5' H: 1"= 20' Luis Barba 04/13/2020 78+00 79+00 80+00 78+00 80+00 AUBURN WAY SOUTH 2ND ST SE5 1 4 6 5 5 5 5 6 6 6 25 2 4 4 2ND ST SE7 7 8 9 9 4 4 72+00 73+00 72+00 5 2 75 80 85 90 95 100 80 100 75 80 85 90 95 100 80 100 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-UD_5.DWG 04/13/20 | 12:58 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-UD_5.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: 08/30/19 08/30/19 08/30/19 ML LB VR AND PROFILE STORM DRAINAGE PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 15 CP1904 UD102 20 40 SCALE IN FEET 01020 (1" = 20')SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') SCALE: 1" = 20' PLANE MAIN STAUBURN WAY NORTH AUBURN WAY SOUTH STORM PROFILE @ MANHOLE #809-B3053 SCALE: V: 1"= 5' H: 1"= 20' STORM PROFILE @ MANHOLE #809-B29 SCALE: V: 1"= 5' H: 1"= 20' STORM NOTES: Luis Barba 04/13/2020 3RD ST NE 64+00 64+003RD ST NE AUBURN WAY NORTH4 4 64+06.06, 37.78' LT 64+04.43, 17.84' RT 6 5 64+03.80, 38.56' RT 6 1 1 2ND ST NE 67+00 67+00AUBURN WAY NORTH2ND ST NE 4 3 67+06.87, 62.09' LT 67+05.67, 16.78' RT 5 4 6 11 7 2 8 66+75.24, 39.29' LT 67+00.09, 48.81' RT 6 9 67+00.38, 35.80' RT 67+05.45, 30.96' RT 9 65 70 75 80 85 65 70 80 65 70 75 80 85 65 70 80 0+00 0+20 0+40 0+60 0+80 1+00 1+20 1+40 08/30/19 08/30/19 08/30/19 ML LB VR AND PROFILE WATER PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 16 CP1904 UW101 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-UW_6.DWG 04/13/20 | 1:01 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-UW_6.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: 20 40 SCALE IN FEET 01020 (1" = 20')SCALE: 1" = 20' PLAN KEY MAP AU B U R N A V E4TH ST NE9THST NE7TH ST NE5TH ST NEAUBURN WAY S3RD ST NEPARK AVE2ND ST NE1ST ST NEE MAIN ST2ND ST SEHW184TH ST SECROSS ST SE6TH ST NEWATER NOTES: 1 4 5 1 20 40 SCALE IN FEET 01020 (1" = 20')SCALE: 1" = 20' PLAN PROFILE SCALE: V: 1"= 4' H: 1"= 20' 6 2 7 PROFILE SCALE: V: 1"= 4' H: 1"= 20' 8 9 Luis Barba 04/13/2020 08/30/19 08/30/19 08/30/19 ML LB VR CURB RAMP DETAILS PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 17 CP1904 CR501 SCALE: 1" = 5' CURB RAMP 1 CP101 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CR_7.DWG 04/14/20 | 5:19 AM | LBARBAM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CR_7.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 5' CURB RAMP 2 CP101 SCALE: 1" = 5' CURB RAMP 3 CP102 SCALE: 1" = 5' CURB RAMP 4 CP102 SCALE: 1" = 5' CURB RAMP 5 CP102 SCALE IN FEET 02.5 55 10 (1" = 5') LEGEND Luis Barba 04/14/2020 08/30/19 08/30/19 08/30/19 ML LB VR CURB RAMP DETAILS PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 18 CP1904 CR502 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CR_7.DWG 04/14/20 | 5:21 AM | LBARBAM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CR_7.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 5' CURB RAMP 1 CP102 SCALE: 1" = 5' CURB RAMP 2 CP102 SCALE IN FEET 02.5 55 10 (1" = 5') LEGEND SCALE: 1" = 5' CURB RAMP 3 CP103 SCALE: 1" = 5' CURB RAMP 4 CP103 Luis Barba 04/14/2020 08/30/19 08/30/19 08/30/19 ML LB VR CURB RAMP DETAILS PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 19 CP1904 CR503 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CR_7.DWG 04/14/20 | 5:22 AM | LBARBAM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CR_7.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 5' CURB RAMP 3 CP103 SCALE IN FEET 02.5 55 10 (1" = 5') LEGEND SCALE: 1" = 5' CURB RAMP 1 CP104 SCALE: 1" = 5' CURB RAMP 2 CP103 Luis Barba 04/14/2020 08/30/19 08/30/19 08/30/19 ML LB VR CURB RAMP DETAILS PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 20 CP1904 CR504 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CR_7.DWG 04/14/20 | 5:22 AM | LBARBAM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CR_7.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 5' CURB RAMP 1 CP103 SCALE: 1" = 5' CURB RAMP 2 CP103 SCALE: 1" = 5' CURB RAMP 3 CP103 SCALE IN FEET 02.5 55 10 (1" = 5') LEGEND Luis Barba 04/14/2020 08/30/19 08/30/19 08/30/19 ML LB VR CURB RAMP DETAILS PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 21 CP1904 CR505 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CR_7.DWG 04/14/20 | 5:23 AM | LBARBAM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CR_7.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 5' CURB RAMP 2 CP104 SCALE: 1" = 5' CURB RAMP 3 CP104 SCALE: 1" = 5' CURB RAMP 4 CP104 SCALE IN FEET 02.5 55 10 (1" = 5') SCALE: 1" = 5' CURB RAMP 1 CP104 LEGEND Luis Barba 04/14/2020 08/30/19 08/30/19 08/30/19 ML LB VR CURB RAMP DETAILS PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 22 CP1904 CR506 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CR_7.DWG 04/14/20 | 5:26 AM | LBARBAM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CR_7.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 5' CURB RAMP 1 CP105 SCALE: 1" = 5' CURB RAMP 2 CP105 SCALE: 1" = 5' CURB RAMP 3 CP105 SCALE: 1" = 5' CURB RAMP 4 CP105 SCALE IN FEET 02.5 55 10 (1" = 5') LEGEND Luis Barba 04/14/2020 61+00 62+00 61+00 62+00 69+00 70+00 69+00 70+00 73+00 73+00 66+00 67+00 66+00 67+00 08/30/19 08/30/19 08/30/19 ML LB VR SIGNAL OVERVIEW PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 23 CP1904 TS101 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-TS_8.DWG 04/13/20 | 1:16 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-TS_8.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: KEY MAP 20 40 SCALE IN FEET 01020 (1" = 20')SCALE: 1" = 20' PLAN GENERAL NOTES:CONSTRUCTION NOTES 20 40 SCALE IN FEET 01020 (1" = 20')SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20')SCALE: 1" = 40' PLAN 63 20 40 SCALE IN FEET 01020 (1" = 20')SCALE: 1" = 20' PLAN 19 LUMINAIRE SCHEDULE 19 LEGEND: Luis Barba 04/13/2020 79+00 80+00 79+00 80+00 84+00 85+00 86+00 87+00 84+00 85+00 86+00 87+00 08/30/19 08/30/19 08/30/19 ML LB VR SIGNAL OVERVIEW PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 24 CP1904 TS102 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-TS_8.DWG 04/13/20 | 1:17 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-TS_8.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: KEY MAP GENERAL NOTES: CONSTRUCTION NOTES 20 40 SCALE IN FEET 01020 (1" = 20')SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20')SCALE: 1" = 20' PLAN LOOP SCHEDULE LOOP SCHEDULE LOOP SCHEDULE LOOP SCHEDULE LEGEND: 55 Luis Barba 04/13/2020 08/30/19 08/30/19 08/30/19 ML LB VR SIGNALIZATION PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 25 CP1904 TS103 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-TS_8.DWG 04/13/20 | 1:18 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-TS_8.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: KEY MAP CONSTRUCTION NOTES SCALE: 1" = 5' NE CURB RAMP 1 TS101 SCALE: 1" = 5' NW CURB RAMP 3 TS101 SCALE: 1" = 5' SW CURB RAMP 4 TS101 GENERAL NOTES SCALE: 1" = 5' SE CURB RAMP 2 TS101 1 3 1 2 3 4 5 6 6 5 7 8 9 10 11 11 12 2 4 LEGEND: X Luis Barba 04/13/2020 08/30/19 08/30/19 08/30/19 ML LB VR SIGNALIZATION PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 26 CP1904 TS104 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-TS_8.DWG 04/13/20 | 1:18 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-TS_8.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: KEY MAP SCALE: 1" = 5' NE CURB RAMP 1 TS101 SCALE: 1" = 5' SE CURB RAMP 2 TS101 SCALE: 1" = 5' NW CURB RAMP 3 TS101 SCALE: 1" = 5' SW CURB RAMP 4 TS101 GENERAL NOTES 17 18 29 18 29 20 21 22 23 2528 CONSTRUCTION NOTES 5 8 10 6 LEGEND: X 22 Luis Barba 04/13/2020 08/30/19 08/30/19 08/30/19 ML LB VR SIGNALIZATION PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 27 CP1904 TS105 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-TS_8.DWG 04/13/20 | 1:20 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-TS_8.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: KEY MAP SCALE: 1" = 5' NE CURB RAMP 1 TS102 SCALE: 1" = 5' SE CURB RAMP 2 TS102 SCALE: 1" = 5' NW CURB RAMP 3 TS102 SCALE: 1" = 5' SW CURB RAMP 4 TS102 GENERAL NOTES 30 31 31 40 40 32 33 34 35 36 36 37 39 38 42 41 12 13 14 15 16 17 18 CONSTRUCTION NOTES LEGEND: X Luis Barba 04/13/2020 08/30/19 08/30/19 08/30/19 ML LB VR SIGNALIZATION PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 28 CP1904 TS106 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-TS_8.DWG 04/13/20 | 1:20 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-TS_8.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: KEY MAP SCALE: 1" = 5' NE CURB RAMP 1 TS102 SCALE: 1" = 5' SE CURB RAMP 2 TS102 SCALE: 1" = 5' NW CURB RAMP 3 TS102 SCALE: 1" = 5' SW CURB RAMP 4 TS102 GENERAL NOTES 43 44 45 46 47 47 48 49 50 51 52 50 53 54 57 57 59 60 61 62 19 20 21 22 23 CONSTRUCTION NOTES 58 LEGEND: X 64 55 56 55 Luis Barba 04/13/2020 08/30/19 08/30/19 08/30/19 ML LB VR SIGNALIZATION SCHEDULES PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 29 CP1904 TS107 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-TS_8.DWG 04/13/20 | 1:21 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-TS_8.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: WIRE SCHEDULE NOTES: SIGNAL POLE EQUIPMENT SCHEDULE NOTES: SIGNAL POLE EQUIPMENT SCHEDULE # WIRE SCHEDULE # WIRE SCHEDULE # WIRE SCHEDULE NOTES: Luis Barba 04/13/2020 43+00 44+00 45+00 46+00 47+00 48+00 43+00 44+00 45+00 46+00 47+00 48+00 43+00 44+00 45+00 46+00 47+00 48+00 43+00 44+00 45+00 46+00 47+00 48+00 1 2 1 9 2 2 9 2 9 9 7 7 1 9 7 7 1 1 6 61 4 4 1 1 2 1 49+00 50+00 51+00 52+00 53+00 49+00 50+00 51+00 52+00 53+00 49+00 50+00 51+00 52+00 53+00 49+00 50+00 51+00 52+00 53+00 6 7 7 1 1 6 6 6 4 4 5 5 08/30/19 08/30/19 08/30/19 ML LB VR CHANNELIZATION PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 30 CP1904 CM101 20 40 SCALE IN FEET 01020 (1" = 20') No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CM_9.DWG 04/13/20 | 1:32 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CM_9.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20')SCALE: 1" = 20' PLAN KEY MAP CHANNELIZATION NOTES: 10 4 33 NEW C-CURB, SEE NOTE 9 2 1 5 6 7 9 GRIND AND OVERLAY LIMITS LEGEND: Luis Barba 04/13/2020 54+00 55+00 56+00 57+00 54+00 55+00 56+00 57+00 54+00 55+00 56+00 57+00 54+00 55+00 56+00 57+00 7 7 1 1 6 4 6 4 7 1 7 1 7 1 7 1 1 62+00 63+00 62+00 63+00 62+00 63+00 62+00 63+00 5 2 5 3 2 58+00 58+00 AUBU R N W A Y NPARK AVE 58+00 58+00 6 58+00 59+00 60+00 61+00 62+00 58+00 59+00 60+00 61+00 62+00 58+00 59+00 60+00 61+00 62+00 58+00 59+00 60+00 61+00 62+00 6 6 4 4 4 4 4 4 4 4 5 3 5 515 1 1 5 5 5 3 2 2 1 5 3 22 3 5 7 5 5 3 3 6 6 6 6 8 08/30/19 08/30/19 08/30/19 ML LB VR CHANNELIZATION PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 31 CP1904 CM102 20 40 SCALE IN FEET 01020 (1" = 20') No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CM_9.DWG 04/13/20 | 1:33 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CM_9.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') SCALE: 1" = 20' PLAN KEY MAP CHANNELIZATION NOTES: 10 4 33 2 1 5 6 7 9 GRIND AND OVERLAY LIMITS LEGEND: 8 Luis Barba 04/13/2020 63+00 64+00 65+00 66+00 67+00 68+00 63+00 64+00 65+00 66+00 67+00 68+00 63+00 64+00 65+00 66+00 67+00 68+00 63+00 64+00 65+00 66+00 67+00 68+00 1 2 1 2 1 1 5 5 1 1 1 1 2 2 11 1111 11 11 11 11 11 11 11 11 11 11 11 11 11 5 5 5 5 55 73+00 73+00 73+00 73+00 1 2 5 1 3 5 5 5 4 2 5 1 3 1 11 11 11 11 11 4 55 6 69+00 70+00 71+00 72+00 69+00 70+00 71+00 72+00 69+00 70+00 71+00 72+00 69+00 70+00 71+00 72+00 2 1 1 1 1 2 3 3 5 5 5 5 2 3 6 6 6 4 4 5 5 3 3 22 5 11 11 11 11 4 4 5 08/30/19 08/30/19 08/30/19 ML LB VR CHANNELIZATION PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 32 CP1904 CM103 20 40 SCALE IN FEET 01020 (1" = 20') No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CM_9.DWG 04/13/20 | 1:34 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CM_9.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') SCALE: 1" = 20' PLAN KEY MAP CHANNELIZATION NOTES: 4 33 2 1 5 6 GRIND AND OVERLAY LIMITS LEGEND: 11 Luis Barba 04/13/2020 74+00 75+00 76+00 77+00 78+00 74+00 75+00 76+00 77+00 78+00 74+00 75+00 76+00 77+00 78+00 74+00 75+00 76+00 77+00 78+00 6 6 2 4 3 1 9 4 83+00 83+00 83+00 83+00 78+00 79+00 80+00 81+00 82+00 78+00 79+00 80+00 81+00 82+00 78+00 79+00 80+00 81+00 82+00 78+00 79+00 80+00 81+00 82+00 9 2 6 1 25 1 1 4 554 4 4 5 1 1 52 5 1 3 5 5 3 2 2 3 6 3 3 2 3 3 3 11 11 11 11 11 11 11 11 3 08/30/19 08/30/19 08/30/19 ML LB VR CHANNELIZATION PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 33 CP1904 CM104 20 40 SCALE IN FEET 01020 (1" = 20') No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CM_9.DWG 04/13/20 | 1:34 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CM_9.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 20' PLAN 20 40 SCALE IN FEET 01020 (1" = 20') SCALE: 1" = 20' PLAN KEY MAP CHANNELIZATION NOTES: 4 33 NEW C-CURB, SEE NOTE 9 2 1 5 6 9 GRIND AND OVERLAY LIMITS LEGEND: 11 Luis Barba 04/13/2020 83+00 84+00 85+00 86+00 87+00 88+00 83+00 84+00 85+00 86+00 87+00 88+00 83+00 84+00 85+00 86+00 87+00 88+00 83+00 84+00 85+00 86+00 87+00 88+00 2 3 1 25 3 1 1 4 4 4 4 5 1 1 5 4 1 3 5 53 5 5 5 5 3 6 6 9 1 1 1 9 5 4 53 3 3 6 5 5 08/30/19 08/30/19 08/30/19 ML LB VR CHANNELIZATION PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 34 CP1904 CM105 20 40 SCALE IN FEET 01020 (1" = 20') No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-CM_9.DWG 04/13/20 | 1:35 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-CM_9.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SCALE: 1" = 20' PLAN KEY MAP CHANNELIZATION NOTES: 4 33 NEW C-CURB, SEE NOTE 9 2 1 5 6 9 GRIND AND OVERLAY LIMITS LEGEND: Luis Barba 04/13/2020 08/30/19 08/30/19 08/30/19 RV LB VR TRAFFIC CONTROL PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 35 CP1904 TD101 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-TM_10.DWG 04/13/20 | 1:25 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-TM_10.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: MINIMUM TAPER LENGTH = L (feet)PCMSPCMSLONGITUDINAL BUFFER SPACE = B BUFFER DATASIGN SPACING = X (1) PCMS CHANNELIZATION DEVICE SPACING (feet) RIGHT LANE CLOSURE WITH SHIFT - 5 LANE ROADWAY NOTES: LEGEND TEMPORARY SIGN LOCATION CHANNELIZING DEVICES SEQUENTIAL ARROW SIGN PROTECTIVE VEHICLE PORTABLE CHANGEABLE MESSAGE SIGN TEMPORARY SIGN LOCATION (5' MOUNTING HEIGHT) Luis Barba 04/13/2020 08/30/19 08/30/19 08/30/19 RV LB VR TRAFFIC CONTROL PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 36 CP1904 TD102 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-TM_10.DWG 04/13/20 | 1:25 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-TM_10.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: MINIMUM TAPER LENGTH = L (feet)PCMSPCMSPCMS SIGN SPACING = X (1) LONGITUDINAL BUFFER SPACE = B BUFFER DATA BUFFER VEHICLE ROLL AHEAD DISTANCE = R CHANNELIZATION DEVICE SPACING (feet) LEGEND LEFT LANE AND CENTER TURN LANE CLOSURE - 5 LANE ROADWAY NOTES Luis Barba 04/13/2020 08/30/19 08/30/19 08/30/19 RV LB VR TRAFFIC CONTROL PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 37 CP1904 TD103 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-TM_10.DWG 04/13/20 | 1:26 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-TM_10.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SIGN SPACING = X (1) LONGITUDINAL BUFFER SPACE = B BUFFER DATA MINIMUM TAPER LENGTH = L (feet) INTERSECTION LANE CLOSURE ~ FIVE LANE ROADWAY NOTES CHANNELIZATION DEVICE SPACING (feet) LEGEND Luis Barba 04/13/2020 08/30/19 08/30/19 08/30/19 RV LB VR TRAFFIC CONTROL PLAN PHASE 3 AUBURN WAY NORTH PRESERVATION 38 20-03 38 CP1904 TD104 No.Date:Revision: File: Designed Reviewed Approved BY:DATE: SCALE: ONE INCH AT FULL SCALE 811 PLEASE CALL BEFORE YOU DIG BURIED UTILITIES IN AREA REVIEWED BY PROJECT MANAGER: DATE: Signature CP1904-TM_10.DWG 04/13/20 | 1:26 PM | CDOBYNSM:\ACTIVE PROJECTS\CP1904 AWN PRESERVATION PHASE 3\SHEETS\CP1904-TM_10.DWGLuis Barba, Project Manager(IF NOT, SCALE ACCORDINGLY) STPUL-1071(008) Completed By: SIDEWALK CLOSED SIDEWALK CLOSED AHEAD SIDEWALK CLOSED AHEAD SIDEWALK CLOSED LEGEND INTERSECTION PEDESTRIAN TRAFFIC CONTROL USE OTHER SIDE SIDEWALK CLOSED USE OTHER SIDE CROSS HERE CROSS HERE SIDEWALK DIVERSION DETOUR DETOUR Luis Barba 04/13/2020