Loading...
HomeMy WebLinkAboutPW15-277 - Original - West Coast Signal, Inc. - Traffic Control Signal System & Display Modifications - 08/02/2015 Records ane e`n : KENT Document WAGHfVGT N ry CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: West Coast Signal, Inc. Vendor Number: JD Edwards Number � Contract Number: This is assigned by City Clerk's Office = 1. Project Name: Traffic Control Signal System Traffic Signal Display Modifications _ Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: 8r2�� Contract Effective Date: Date off th a or's si nature 'A ermination Date: 20 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Steve Mullen Department: Engineering Contract Amount: $105,425.00 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Traffic signal display modifications at approximately 9 inte"sections within the downtown core area. As of: 08/27/14 CITY F KENT KING COUNTY, WASHINGTON KENT SPEC I AL PROV I S 1 ONS FOR Traffic Control Signal System Traffic Signal Display Modifications Federal Aid Number: HS I P-000S (370) Project Number: 14-3004 BIDS ACCEPTED UNTIL July 14, 2015 10:00 A.M. B 1 D OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 4^** KENT WASHINGTON Tab 1 Bidder's Package Tab 2 Contract and Contract Bond Tab 3 Table of Contents Tab 4 Amendments Tab 5 General Special Provisions Tab 6 APWA General Special Provisions i Tab 7 Kent Special Provisions Tab 8 Kent Standard Plans Tab 9 WSDOT Standard Plans Tab 10 WSDOT SPCC Plan Template Tab 11 Intersection Modification Diagrams Tab 12 Prevailing Wage Rates Q 32195 �� 'CtnRFCISTER�O ♦�� CITY OFKENT NA1. tiN" KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Traffic Control Signal System Traffic Signal Display Modifications Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 BIDS ACCEPTED UNTIL July 14, 2015 10:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98052-5898 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR - i KENT W A 5 H 1 N G T o N i BIDDER'S NAME West Coast Signal_[M,_® CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Traffic Control Signal System Traffic Signal Display Modifications Federal Aid Number: HSIP-000S t 30 Project Number: 14-3004 BIDS ACCEPTED UNTIL 7uly 14, 2015 10:00 A.M. BID OPENING, IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY ]o LAPORTE, P.E. PUBLIC WORKS DIRECTOR 400 \""47 KENT W AS HI N G 7 0 N P-- t Bid Documents led to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale i ORDER OF CONTENTS Invitation to Bid Information for Bidders Contractor Compliance Statement Declaration - City of Kent Equal Employment Opportunity Policy City of Kent Equal Employment Opportunity Compliance Statement Proposal Required Contract Provisions Federal-Aid Construction Contracts Contractor's Qualification Statement Proposal Signature Page Non-Collusion Declaration Local Agency Certification for Federal-Aid Contracts Combined Declaration Form Bid Bond Form Change Order Bidder's Checklist Contract Contract Bond Table of Contents Amendments General Special Provisions APWA General Special Provisions Kent Special Provisions Kent Standard Plans WSDOT Standard Plans WSDOT SPCC Plan Template Intersection Modification Drawings Prevailing Wage Rates I INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through July 14, 2015 up to 10:00 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following 10:00 a.m. for the City of Kent project named as follows: Traffic Control Signal System Traffic Signal Display Modifications Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 The project consists of traffic signal display modifications at approximately 9 intersections within the downtown core area of Kent. The Engineer's estimated range for this project is approximately $100,000 to $130,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call Steve Mullen at (253) 856- 5585. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $50.00 for each set. Plans and specifications can also be downloaded at no charge at www.kentwa._qqy1prqgurernent. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid is required. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Page 3 } ;"t Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale The (Local Agency) in accordance with Title VT of the Civil flights Act of 1964, 78 atat. 252, 42 U.S.C, 2000d to 20OOd-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. Dated this 17uh day of June, 2015, Ronald F. -Moore, City Clerk ' Published in Kent Reporter on June 26 2015 Daily_Jou.rnal of Commerce on June 23, 30, and July 7, 2015_. Page 4 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale �. INFORMATION FOR BIDDERS Also see the Standard Specifications and the APWA Special Provisions for additional information. 1. Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work.. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). 2. Upon awarding the Contract, the City shall supply to the Contractor, for its own use, five (5) copies of the Plans and five (5) copies of the Specifications. Additional copies can be purchased from the City at the price specified by the City or In the Invitation to Bid. 3. Because of the varying soil composition and ground water levels encountered in various areas and at different seasons of the year, the City makes no representation of such conditions as they may pertain to this project, The Contractor shall be responsible for any and all cribbing, sheet piling, dewatering, or other construction methods or procedures that may be necessary to complete the project, and additional compensation therefore will not be allowed unless otherwise specified in this document. Soils information is included as a reference in these Kent Special Provisions. 4. Prospective bidders may obtain Bid Documents and a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specifled in the "Invitation to Bid." Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. 5. All blanks in the proposal forms must be appropriately filled in. Proposal must contain original signature pages. Facsimiles are not acceptable and are considered non-responsive submittals.. 6. Certified checks are not accepted for bid deposit. 7. All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. Traffic Control Signal Syystem/Mullen 1 6/18/2008 11:03:00 AM I Federal Aid Number: H5IP-000S (370) Project Number: 14-3004 Page 5 ,f Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 8. No person, firm or corporation shall be allowed to make, or file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not thereby disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. 9. The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including - schedules or alternates selected by the City. A bidder who wished to claim error after the Bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used in the preparation of the Bid, requesting relief from the responsibilities of Award. The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used in the preparation of the Bid. The affidavit and the work sheets shall be submitted to the Engineer no later than 5:00 p.m. on the first business day after Bid opening, or the claim will not be considered. The Engineer will review the certified work sheets, to determine validity of the claimed error, and make a recommendation to the City. If the City concurs in the claim of error, the Bidder will be relieved of responsibility, and the Bid Deposit of the Bidder will be returned. Thereafter, at the discretion of the City, all Bids may be rejected or award made to the next lowest responsive, responsible Bidder. 10. The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in two (2) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4. If the successful bidder fails to provide these documents within this 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one calendar day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-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 City. No claim for delay shall be granted to the Contractor due to his failure to submit the required documents to the City in accordance with this schedule. Traffic Contral Signal System/Mullen 2 6/18/2008 11:03:00 AM Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 Page 6 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale i r, 11. Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 12. The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. 13. Refer to the insurance requirements in the APWA Special Provisions, which constitute the Contractor's insurance requirements for this project. Traffic Control signal System/Mullen 3 6/18/2008 11:03:00 AM Federal Aid Number; HSIP-000S (370) Project Number: 14-3004 '.. Page 7 ' Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date July 14, 2015 This statement relates to a proposed contract with the City of Kent named Traffic Control Signal System Traffic Signal Display Modifications Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 I am the undersigned bidder or prospective contractor. I represent that - 1. I _-_X have, _, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. West Coast Signal Inc. NAME OF BIDDER \ 'i�I i By SI6NATU i{ E � . j President _20111 208th Ave SE _______.___ _ Renton WA 98058 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) i raffic Control Signal System/Mullon 4 6/18/2008 11:03:00 AM rederal Aid Number; HSIP-000S (370) Project Number: 14-3004 Page e Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com- Always Verify Scale DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. 1 p!l 1 lv E , ` J p By; _- ✓` . b t ri _ _ For: West Coas�.Signal, Inc`'' Title: President Date: ,l . Traffic Control Signal Sy5tem/M01ien 5 6/18/2008 11,03:00 AM Fcdorai Aid Nurnb., NSrP-OOHS (370) Project Number: 14-3004 Page 0 ',.. Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com -Always Verify Scale CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. "—" I' the undersigned, a duly p 9 represented agent of 9 Company, hereby acknowledge and declare that the before-mentioned company was the prime contract for the contract known as Traffic Control Signal System Traffic Signal Display Modifications/Federal Aid Number: HSIP-000S (370)/Project Number: 14-3004 that was entered into on the (Date) between the firm I represent and the City of Kent. I declare that I compiled fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By: Fo r: Title: Date: Traffic Control Signal 18Mullen S stem 6 6 200B 11:03:00 AM Y / / / Federal Ad Number: HSIP-QO4S (370) Project Number: 14-3004 Page 10 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwe.com-Always Verify Scale `'' PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that West Coast Signal, Inc. has examined the job site and construction details of the work as outlined on the plans and described In the specifications for the project named Traffic Control Signal System Traffic Signal Display Modifications/Federal Aid Number- HSIP-000S (370)/Project Number., 14-3004 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced In this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT)- Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all Items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions appear in more than one schedule of the proposal, the bidder must bid the same unit price. The City shall use the lowest unit price submitted by the bidder for the items in question in each schedule where identical bid item description appears. Bid items with Identically worded descriptions which appear in more than one schedule are denoted with an asterisk (*). EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY _ _ _PRICE_ AMOUNT , 1006 2-03.5 1D0 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. ihaffic Conuol sl9ndl System/Mullen 7 6/18/2008 11:03:00 AM Fadaral A)rJ Number: HSIP-0005 (WO) Pro,lerl. Numher: 14-3004 r Page 11 � � Provided to Builders Exchange of WA, inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale ,�x SCHEDULE V -- TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANYIYY PRICE AMOUNT 5005 1-10.5 160 Off-Duty Uniformed Police $70.00* $11,200.00 KSP HOURS Officer Per HR *Common price to all bidders Schedule V Total $11.200.00 ____ Itafflc Control Signal System/Mullen S 6/15/2015 2:53.00 PM FederalAid Number. HSIP-0005 (310) Project Number: 14-3004 Page 12 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwacom -Always Verify Scale "_s SCHEDULE VI - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO, t�UANTITY PRICE AMOUNT 6000 1-09.7 1 Mobilization $7,500.00 $ 7,500.00 WSDOT LUMP SUM Per LS 6005 8-20.5 1 Traffic Signal Modifications at $ 10,340.00 $ 10,340.00 KSP LUMP SUM 41" Ave N & W Smith St Per LS "IQ 8-20.5 1 Traffic Signal Modifications at + 11,180.00 $11,180.00 KSP LUMP SUM 4`I' Ave N & W James St Per LS 6015 8-20.5 1 Traffic Signal Modifications at $3,785.00 $ 3,785.00 KSP LUMP SUM SR167 NS Ramps/74`i' Ave S Per LS & SR516 (Willis St) 6020 8-20.5 1 Traffic Signal Modifications at $4,075.00 $ 4,075.00 KSP LUMP SUM SR167 SB Ramps & SR516 Per LS (Willis St) 6025 8-20.5 1 Traffic Signal Modifications at $6,365.00 $ 6,365.00 KSP LUMP SUM Central Ave N & Pioneer St Per LS 6030 8-20.5 1 Traffic Signal Modifications at $10,545.00 $10,545.00 KSP LUMP SUM 4"' Ave N & Ramsay Way/RJC Per LS 6035 8-20.5 1 Traffic Signal Modifications at $10,290.00 $ 10,290.00 KSP LUMP SUM 2"d Ave N/Ramsay Way & W Per LS Smith St 6040 8-20.5 1 Traffic Signal Modifications at $12,485.00 $12,485.00 KSP LUMP SUM ShoWare Center,/RJC & W Per LS James St Traffic Conlrul signal System/Mullen 9 6/16/2008 11:03:00 AM Federal Aid Number. 15111000S (370) Project Number; 14-1004 Page 13 '0 - Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 't�J SCHEDULE VI - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6045 8-20.5 1 Traffic Signal Modifications at $14,660.00 $14,660.00 KSP LUMP SUM 4t1i Ave N & W Cloudy St Per LS 6050 1 07.15(i) 1 SPCC Plan $ 1,000.00 $ 1,000.00 WSDOT LUMP SUM Per LS 6055 1-04.4(1) 1 Minor Changes $2,000.00* $2,000.00 WSDOT CALC Per CALC *Common price to all bidders Schedule VI Total $-94,225-Q0 ____ Traffic Control Signal System/Mullen 10 6/18/7008 11:03 00 AM . Federal Aid Number 1-ISIP-0005 (370) Project Number H-3004 I e Page 14 '•, `. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wwwbxwa.com-Always Verify Scale BID SUMMARY Schedule V $ 11 200.00 Schedule VS 94 225.00 TOTAL BID AMOUNT $105,425.00 Tlafflc Control Signal System/Mullen 11 6/18/2 D08 11.03:00 AM Federal Aid Number. I15IP-00o5 (3In) Project Number: 14-3004 Page 16 Provided to Builders Exchange of WA: Inc. For usage Conditions Agreement see wvWJ.bxwa.cQrn-Always Verify Scale �a t I: REQUIRED CONTRACT PROVISIONS FEDERAL,-AID CONSTRUCTION CONTRACTS . FHWA-1273-- Revised May'1, 2012 i I, General II. Nondiscrimination ill. Nonsegregated Facilities IV. Davis:Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract ViL Safety:Accident.Prevention Vill. False Statements Concerning Highway Projects iX Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Govemmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying 1 ATTACHMENTS I A. Employment and Materials Preference for Appalachian Development Highway System of Appalachian Local Access Road Contracts (included in Appalachian contracts only) 1. 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-der 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 series provider. I 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 12 Page 16 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wvvw.bxwa.com-Always Verify Scale 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 tabor: During the performance of this contract,the contractor shall not use convict labor for any purpose within the Gmits 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, l 11, 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 1626-1627, 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. I 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 Speolfications'in41 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 1625-1027. 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 Parts200, 230, and 833. 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, I 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 CFP 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 shalt constitute the EEO and specific affirmative action standards for the contractors project activities under this contract. The provisions of the Americans with Disabilities Act of 1990(442 U.S;C: 12101 et seq.)set forth under28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract.In the execution of this 13 Page 17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale i i i 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 aetionshall 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." I 2. EEO Officer;The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility fdr 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 contractualresponsibilities 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. i 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. i 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 i means. i 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, 14 � ;'. Page 18 _ ;r Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale i I 1 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. 6. 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 I 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. i 8. 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 I at developing full journey level status employees in the type of trade or job classification involved. I� I i Page 19 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale i i I I 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 j may reserve training positions for persons who receive welfare assistance in accordance with 23 U,&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 j 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 contractors 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 EEC 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 j obtain such information. d. in the eventthe union is unable to provide the contractor with a reasonable flowof 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. f I 16 Page 20 i Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale I i I l 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 materlais and leases of equipment, The contractor shall take ail necessary and reasonable steps to l 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 i EEO obligations. 10. Assurance Required by49 CFR 26.13(b): i 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.. I 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 ail or any part of the last payroll period preceding the end of July. I �bt I 17 Page 21 Provided to Builders Exchange of WA, Inc:For usage Conditions Agreement see www.bxwa.com -Always Verify Scale 1 i f 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. i 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 reads 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 E "Contract provisions and related matters"with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. i 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 casts 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 orincurred during such weekly period.Such laborers and 18 •�til' Page 22 ` Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale i l 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(WHA$21)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 i (ii) The classification is utilized in the area by construction industry;and (Ili)The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. i i (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 1 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 i.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 irr the classification_ Page 23 <. .., 1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale c.Whenever the minimum wage rate prescribed in the contract for 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 j the contract. ]n 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 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 under29 CFR 5,6(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-Baron Art,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; i l 20 Page 24 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I I,, I 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:IFwww.dol.govlesetwhd/forms/wh347!nstr.htm or its successor site.The prime contractor is responsible for the submission of copies of payrolis 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 j purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a 1 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§5.6(a)(3)O of Regulations,29 CFR part 5,and that such information is correct and complete; (it)That each laborer or mechanic(including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the foil 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; i (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 Codes I o.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, 21 t, ti. Page 25 - ti"" ; Provided to Builders Fxchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com-Always Verify Scale i I i I 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 US. 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 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 1 listed on the wage determination for the applicable classification. If the Administrator determines I 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 contractorwifl no longer be permitted to utilize apprentices at Jess than the applicable predetermined rate for the work performed until an acceptable program is approved. b.Trainees (programs of the USDOL), j Except as provided in 29 CPR&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 22 e Page 26 l Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wvvw.bxwa.com-Always Verify Scale Individually registered in a program which has received prior approval, evidenced by formal certiFcation 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 he 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 i 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. a 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 34. 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- f aid highway construction programs are not subject to the requirements of paragraph 4 of this f 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, j 6.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 5.6. 7.Contract termination,. debarment. A breach of the contract clauses in 29 CFR 5.5 maybe grounds for termination of the contract; and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12, 23 s Pape 27 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale i i I I 1 S. 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 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 6.12(a)(1). c.The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.G. I 1001. ' i V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT j 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 j 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 Qistrict 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 24 t �;:�%' 'i Page 28 >0�" Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale '� ) i 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. S.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 [)apartment 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. Vt.SUBLETTING OR ASSIGNING THE CONTRACT i This provision is applicable to all Federal-aid construction contracts on National Highway System. I 1. The contractor shall perform wifh 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 maybe 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 M.116). a. The term"perform work with its own organization"refers to workers employed or leased by i 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 ail power to acceptor exclude Individual employees from work on the project;and IN 25 Page 29 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale i I (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, } E b."Specialty Items"shall be construed to be limited to work that requires highly specialized l 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 fumish(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 responsibllityfor 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. i 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 i 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). 26 `. Page30 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale f 1 I 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 i 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). Vill. 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 J engineers,contractors, suppliers,and workers on Federal-aid highway projects, it is essential li 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 1022shall 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: II 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 j Whoever knowingly makes any false statement, false representation,false report orfalse 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 i 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. 365), as amended and supplemented; j I Shall be fined under this title or Imprisoned not more than 5 years or both." 1 IX. IMPLEMUNTATION 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. i 27 Page 31 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wwni.bxwa.com-Always Verify Scale ';' i I f 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, Instructlons for Certification—First Tier Participants: a. By signing and submitting this proposal;the prospective first tier participant is providing the certification set out below. i 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. 1I 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 rE, 28 , Page 32 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale I 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 partieipantwho 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 tower 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. i 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.90V/)r 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 thatwhich is normally possessed by a prudent person in the ordinary course of business dealings. I ]. 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. ! i 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -First Tier Participants: a. The prospective firsttier participant certifies to the best of its knowledge and belief,that it and its principals: i (1) Are not presently debarred,suspended, proposed for debarment, declared ineligible, or i voluntarily excluded from participating in covered transactions by any Federal department or agency; 29 Page 331 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxvva.com-Always Verify Scale " i I. i i (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commissionof 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 (b)(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: i (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, i 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 CFIR I 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 30 .4r £- Page34 �� Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com-Always Verify Scale l I i voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. I f.The prospective lower tier participant further agrees by submitting this proposal that It will I 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:llwww.enls.aov/i,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 a 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. W Wk % k 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, i 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. i I I 4 31 ,4 , : ,' Page 35 1 d Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I I 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 GFR 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 oremployee 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, i 2. This certification 1s 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. i l i I 32 Page36f' Provided to Builders Exohango of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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 maybe, 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 contractwork is situated, or the subregion, or the Appalachian counties of the State wherein the contract work Is situated, except i 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 ('I c)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. I 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 anyjob 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. i i 33 n �' i t Page 37 _ Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CONTRACTOR'S QUALIFICATION STATEMENT (RCw 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK, THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORK! CAREFULLY, Indicia of contractor's responsibility inherently involve subjective determination$ as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder Is or Is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will Issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established In this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that; as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. Traffic Control Signal System/Mullett 34 6/18/2008 11:03:00 AM Federal Ald Number: HSIP-000S (370) t r Project Number: 14-3004 Page 38 `' Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wvvw.bxwa.com-Always Verify Scale If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: West Coast Signal, Inc. NAME: Becky Mogensen ADDRESS: 20111 208th Ave SE Renton, wA 98058 PRINCIPAL OFFICE: _West Coast Signal, Ic. ADDRESS: 20111 208th Ave SE Renton, WA 98058 __-.__ ._-____ PHONE: (206) 579-3675 FAX: N/A 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW, Attached 1.2 Provide your current state unified business identifier number. 603 149 602 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. Attached 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not Traffic conbol slgndi System/Mullen 35 6/18/2008 11:03:00 AM Federal Aid Number: nslf, 000s (370) efoJect Numbel: I t-3004 Page 39 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bma.com -Always Verify Scale cJ Department of Labor and Industries WEST COAST SIGNAL INC PO Box 44450 Olympia, WA 98504-4450 Reg: CC WESTCCS892QG UBI:603-149-602 Registered as provided by Law as: Construction Contractor (GC01) - GENERAL WEST COAST SIGNAL INC Effective Date: 11/7/2011 20111208TH AVE SE Expiration Date:11/?/2015 RENTON WA 98058 i Department of Labor and Industries WEST COAST SIGNAL TNC PO Box 44460 Olympia,WA 98504-4460 Lic: EC WESTCCS8928G UBI: 603-149-602 Licensed as provided by Law as: Electrical Contractor (EC01) -GENERAL WEST COAST SIGNAL INC Effective Date.11/21/2011 20111208TIf AVE SE Expiration Date:-11/21/2015 RENTON WA 98058 WEST COAST SIGNAL INC. Page 1 of 1 54,41 E0rWASHING)7N Department of Labor& Industries !. 3 Certificate of Workers' Compensation Coverage July 12, 2015 WA UBI No. 603 149 602 L&I Account ID 223,621-00 Legal Business Name WEST COAST SIGNAL INC. Doing Business As WEST COAST SIGNAL INC Workers' Comp Premium Status: Account is current. Estimated Workers Reported Quarter 1 of Year 2015 "7 to 10 (See Description Below) Workers" Account Representative T2/HAN CHUNG (360)902-4713 - Email: CHUK235@lni.wa.gov Licensed Contractor? Yes License No. WESTCCS892QG License Expiration 1 1/07120 1 5 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See 1'COA 51 .1 2_050 and 31 .16,13_?). a m emPLvi�Ao\ e -r&X C. lLkGt fit, n � littps://secure.Ini.wa.gov/verify/Details/tiabilityCertificate.aspx?UBI=603149602&LIC=W... 7/12/2015 il� �Ip l �L sTnvq , tiy:Aeo� �= BUSINESS LICENSE �t l STATE OF. WASHINGTON - �� Unified Business ID #z 603 149 602 : Domestic Profit Corporation Business ID #: ` 1 - ' Location:' I � Expiresz04-30-2016 WEST COAST SIGNAL INC. 20111 2'08TH AVE SE r RENTON WA 98056 0208 s TAX REGISTRATION D' t; INDUSTRIAL INSURANCE ��. UNEMPLOYMENT INSURANCE �I I CITY LICENSES/REGISTRATIONS: BELLEVUE GENERAL BUSINESS #1.27128 S BELLINGHAM GENERAL BUSINESS -Id xr..Ji POULSBO GENERAL BUSINESS (EXPIRES 10-31-2015) +' OLY14PIA GENERAL BUSINESS (EXPIRES 08-31-2015) PORT ORCHARD GENERAL BUSINESS (EXPIRES 10-31-2015) ( CLYDE' HILL GENERAL BUSINESS (EXPIRES 07-31-2015) LONGVIEW GENERAL BUSINESS (EXPIRES 10-31-2015) I„ +' SHORELINE GENERAL BUSINESS (EXPIRES 10-31-2015) MARYSVILLE ISSAQUAH GENERAL A BUSINESS 0 BUSINESS (EXPIRES08-31-2015) f tcI LICENSING RESTR ICTIONS- Not licensedhire minors without a Minor Work Permit. REGISTERED TRADE NAMES: E WEST COAST SIGNAL, INC I i«' a "i This documentliststhem@isttations,endorsements,andlicensesauthorizedforthebusiness 17 >' ��Cj named above.Byacceptingthisdocument,thelicenseecetiiflestheinfoimation ontheapplitotinn � i. t€ was comp lete,true and accurate tothe best of hisorherknowledgo;and thak business w+ll be y, F}, conducted in compliaree with all applicable Washington State 4ounly ai city regulations "Director Department of Revenue i a MMD rTA ISO p��f✓` .'s^ ��`p'A STATE Dp, tl OA �jk btate of �yy IA89 Va0bin&n�Oy. � Secretary of State I, SAM REED, Secretary of State of the State of Washington and custodian of its seal, hereby issue this CERTIFICATE OF INCORPORATION to WEST COAST SIGNAL INC. alan WA Profit Corporation. Charter documents are effective on the date indicated below, Date: 10/5/2011 UBI Number: 603-149-602 APPID: 2172539 STATE 0 Given under my hand and the Seal of the State of Washington at Olympia, the State Capital fo Sun Reed,Secretary of State 18 89 y 4 been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). Attached 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 3 years and 9 months 2.2 How many years has your organization been in business under Its present business name? 3 years and 9 months 2.2.1 Under what other or former names has your organization operated? none 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 10/5/2011 2.3.2 State of incorporation: Washington 2.3.3 President's name: Becky Mogensen 2.3.4 Vice-president's name(s): n/a 2.3.5 Secretary's name: BeckyMogensen 2.3.6 Treasurer's name: Roger Sherwood 2.4 If your organization is a partnership, answer the following: n/a 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: n/a 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: n/a I 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and Indicate license numbers, if applicable. Trade Categories: General Construction/Electrical Construction -see attached for jurisdictions. 3.2 List jurisdictions in which your organization's partnership or trade name Is filed. Washington State and the same cities as provided in 3.1. Apply in additional 4. EXPERIENCE cities as needed. 4.1 List the categories of work that your organization normally performs with its own forces. Attached 4.2 Claims and Suits. (If the answer to any of the questions below Is yes, please attach details.) Traftic Control Signal System/Mullen 36 6/16/2006 11:03:00 AM Federal Aid Number: H5IP-0005 (370) Prolect Number: 14-3004 --, Page 40 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bx a.com -Always Verify Scale �r 20111 208th Ave SE Renton, WA 98058 (2o6) 579-3675 July 13, 2015 This letter is to certify that West Coast Signal, Inc. is current on all state and federal reporting and payment. West Coast Signal is not and has not been disqualified from bidding on any public works contract in the past(3) years under RCW39.06.010 or 39.12,065 (3). Sincerely, Becky Moge.,sen President I � V1 West Coast Signal, Inc. City Business License List City Bus Lic#if known Auburn BUS28831 Bellevue 127128 WA Bellingham unknown WA Bothell 10576 Clyde Hill unknown WA Everett 052622 Federal Way 20-12-100610-00-BL Issaquah unknown WA Kent BLOC-2130487 Kirkland OBL-0004780 Lake Forest Park 09301312 Longview 861925 WA Lynnwood 016452 Marysville 43675CON115 WA Mercer Island 130067 Montlake Terrace 29263 Normandy Park 402-2013198 Olympia unknown WA Port Orchard unknown WA Poulsbo unknown WA Puyallup 02009180 Redmond RED00055175 Renton BL.037327 Seattle 744076 Shoreline unknown WA Snoqualmie 000000111877 Tacoma 500084031 West Coast Signal, Inc. Categories of Work "Trenching Conduit J boxes Foundations Wire Poles Display Electrical Service Controllers for traffic signal systems, lighting systems, RRFB systems, Red light camera systems " I �� 4 4.2,1 Has your organization ever failed to complete any work awarded to it? No 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? No 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when It failed to complete a construction contract? (If the answer is yes, please attach details.) No 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. Attached 4.4.1 State total worth of work in progress and under contract: $ 3,549,644.00 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. Attached 4.5.1 State average annual amount of construction work performed during the past five years: $1 ,900,000 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. Attached 4.7 On a separate sheet, list your major equipment. Attached S. REFERENCES 5.1 Trade References: Attached 5.2 Bank References: Attached 5.3 Surety: 5.3.1 Name of bonding company: Attached 5.3.2 Name and address of agent: Attached 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award Itdt is Control Signal System/Mullen 37 b/182008 11:03:00 AM Iederai Ald NUmbeC HSIP-0005 (3/0) Project Number: I4-3004 , Pago 41 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vsnwr.bxwa.com -Always Verify Scale � `*� `•' .t� @ \ / \ \ \ \ \ Qj 00 co uo \ \(Li7 \ — \ \ ) � � � \ { / g ƒ \ } % k % \ / ( ) \ \ / } \ t } \ co 0 0 0 \ { \ ) ( . j { { ) § ( � 0 } O � O) � � 3 � J 3 3 6 ❑ 6 C J Ol N l'J ci ri r-I ci '-I r-1 e-I N e-I `-I ri O O O O O O O O O O O O p N N N N N N N N N N N \ \ \ \ \ \ \ \ \ \ \ 'a N n N e-I Ol �-I M M N O ri 1p E ❑ .� •� I 0 V v n u E 3° p O O O OO O O O O OO O O OO OO O O '. O w O O O O O O O O O O O O O O O O O O O O O O O +' O N 00 h N N N O N O N q 00 N lD N N 01 M N W d' h c-I W Q 00 00 N M W M 01 ti cr vl W' m N tD N (J U n ri N N 1p Ol lD I� n O N N �U1 12 C u o c v V m c O 00 V u a c ^ U C hp m N a o`o c c •' N w N ❑ 3 p w c l7 m N G ^ c m \y C J W N - l` c d E in w Q c Q m mu m e \ p \ O m O u v m 0 Z V Z V LL W 0] �- N Z d K � p v u c d a v m J m c 3 > a o v � Y C w V q'S .ti Q V ❑ � O O O U Y p O N O s O � Y C L 3 U V V 2N m U a lJ O V H Vi N C U Q v „ v O w > E J c N v p c` ❑ E v E ` 21 N (J N N v a ❑ p v ,, v 2 p v m T m u Y m ymj ❑ W Y - � � A� � I c a c ❑ c v EE w oO v 3 v Y O Ol LL N p C N > > O i Y � y L O v O > OO c '6 W O m y C N a a Q > m Z U Q W = > = m Q V�1 e~4 - 2 � U I % Q. C O i L o Y O+ ° C C t6 C iy >• U 3 L O " V OJ N w O N Li C N 'L' C O` + a @ V i W C N �p Ol U 3 O N i y O C7 u c C u U u o u Y to u a W E c u c 'o •� :no > O in a c0 3 in c u a v m °- w e c o m w w m - N E P c Eo •ra .oco E aT'i ai u f6L,, u f0 m m aui a m m m o E m in 3 v E 3 E •o m E E a L E v m C y mY >' N L]. N O > a N N a O x 0xa N T N C O E o v m o E — c c u 0Q. 'n a u E -°° v o3i u v a`°i a'i c -c w c O N ° ° u o f w N rEa + w o u ❑ c O a l7 a c ,Nn no c c ro c u -O mE pcp C C E C C w C N _ U C w >' O C tl0 cm v co ° o o i a O a0 w � aci W c a N ` C 7 y c u to 0 Y 0 Y N N °- N p c .c + N N O c N O C� O N v p m V N a N f6 u a U ` >� U C U W U Q V ti O N v' c m Yn CJ C m � c � � N vi io M u v n E m U L c Q 0 U U M Q m LO U U N c N t0 ' C c c s u � N c •� c a O ` Y a u �- mN N N LL it wf0 OO N �^ O uo C f0 O C c V YO Q. ° o o v R o f a ° v a ° E o w a` c`� a` >• a s �n a ° u c c c �6 frs m o c E E m m N o d y ° g o E `O ° N = E c o c a m c m F U i C N O C N C Z O Q c o `o E O West Coast Signal, Inc. List of Equipment Service Trucks Manlift Auger Truck Dump Truck Mini Excavators Pole Trailer Utility Trailer Electronic Arrow Boards Air Compressor West Coast Signal, Inc. References 5.1. Trade References: 1. City of Bellevue—Doran Beauclair (425-864-8080) 2. Stan Palmer Construction—Tom Abplanalp (360-674-2100) 3. Westwater Construction—Mick Caplis (425-277-3137) 4. Sierra Construction—Kyle Eldred (425-487-5200) More can be provided on request. 5.2 Bank Information Columbia Bank 23924 225'Way SE Maple Valley, WA 98038 (425) 413-8200 (Jennifer, Erin or Marilee) 5.3 Surety Info: 5.3.1 Contractor's Bonding and Insurance Company 3101 Western Avenue, Suite 300 Seattle, WA 98121 5.3.2 Propel Insurance 1201 Pacific Ave, #1000 Tacoma, WA 98402 '. the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing 2014 Reports include the following items: adjustments made by CPA, Robin Malneritch Current Assets (e.g., cash, joint venture accounts, accounts 1731 Cole Street,Suite receivable, notes receivable, accrued income, deposits, materials PO Box740 inventory and prepaid expenses); Enumclaw,WA. Net Fixed Assets; Current Reports provided from West Coast Signal Other Assets,- accounting program. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). Attached 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: n/a i 6.1.3 Is the attached financial statement for the Identical organization named on page one? Yes 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement Is provided (e.g., parent- subsidiary). n/a 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? Yes 7. SIGNATURE 7.1 Dated at this 12 day of 2015. Name of Organization: West Coastgnal, Inc. r r � / y By: ....- Title: President` 7.2 c �y i0ti�' � being duly sworn, deposes and says that the information p bvided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn befope7,o is ` _ day of 2015. f 1' Notary Public: - r ( ✓ " � JENNIFER LEEDEN My Commissiotkkpi NOTARY PUBLIC -E res �_ � r'ch' STATE OF WASHINOTON COMMISSION EXPIRES Traffic Control signal Systan(Mullcn 38 b/1.AMST gosffl6Ara Federal Aid Number: H51P-000$ (370) Project Number. 14-3004 Page 42 Provided 10 Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale 1:07 PM West Coast Signal 07/13/15 Balance Sheet Cash Basis As of December 31, 2014 Dec 31,14 ASSETS Current Assets Checking/Savings 10000-Cash-Checking 10010-Cash-Operating 171,975.50 10020-Cash-Fringe Admin Fund 11,473.16 10040•Cash-Est Tax$ 36,215.00 10000-Cash-Checking-Other 1.50 Total 10000•Cash•Checking 219,665.18 10100-Cash-Savings 10105 Cash-Savings Open 250,833.35 10110 ATS$for Re-Allocation 8,000.00 10100•Cash-Savings-Other 10.30 Total 10100.Cash-Savings 258,843.65 '.. Total Checking/Savings 478,508.83 Accounts Receivable 11000•Accounts Receivable 1,252.77 Total Accounts Receivable 1,252.77 Other Current Assets 12000-Inventory Asset 14,000.00 '.. 12001 -Undeposited Funds 9,964.25 12100-*Inventory Asset -14,000.00 13400•Retainage Receivable 67,032.65 Total Other Current Assets 76,996.90 Total Current Assets 556,758.50 Fixed Assets 15000-Furniture and Equipment 36,810.89 16000-Machinery and Equipment 113,355.02 17000-Accumulated Depreciation -131,254.00 Total Fixed Assets 18,911.91 TOTAL ASSETS 576,670.41 LIABILITIES&EQUITY Liabilities Current Liabilities Other Current Liabilities 22000-Loans from shareholders 22100-Shareholder Loan-Mogensen 25,224.24 22200-Shareholder Loan-Sherwood 15,698.47 Total 22000•Loans from shareholders 40,922.71 24000-Payroll Liabilities 7,554.37 25500-Sales Tax Payable 10,751.66 Total Other Current Liabilities 59,328.73 Total Current Liabilities 59,328.73 Total Liabilities 59,328.73 Equity 30100•Capital Stock 450.00 31400.Shareholder Distributions 31410-Shareholder Dist:Mogensen -41,913.50 31420-Shareholder Dist.-Sherwood -29,550.00 31490-Distributions-Tax Pay(Mogensen) -20,607.50 31495-Distributions-Tax Pay(Sherwood) -13,641.00 Total 31400 Shareholder Distributions -106,712.00 32000-Retained Earnings 188,720.36 33000-Equity Balance 621.44 Net Income 432,361,89 Total Equity 616,341.68 TOTAL LIABILITIES&EQUITY 575,670.41 Page 1 1:05 PM West Cast Signal 07/13/15 Profit & Loss Cash Basis January through December 2014 Jan-Dec 14 Ordinary Income/Expense Income 42600, Construction Income 42690• Other Income 5,879.47 42700• Equipment Rental 781.18 42600-Construction Income-Other 2,517,895.42 Total 42600•Construction Income 2,524,556.07 43000-Cash Discounts -0,01 Total Income 2,524,556.06 Cost of Goods Sold 60100-Blueprints and Reproduction 50110 •Bid plans 231.46 Total 50100• Blueprints and Reproduction 231.45 50200 - Bond Expense 2,204.00 50400 •Construction Materials Costs 788,213.83 50800 -Equipment Rental for Jobs 15,012.64 51900 Other Construction Costs 1,177.99 53600- Subcontractors Expense 118,663.92 53800-Tools and Small Equipment 13,335.30 54100•Worker's Compensation Insurance 20,767.05 Total COGS 959,606.18 Gross Profit 1,564,949.88 Expense 60000•Advertising and Promotion 394.20 60100•Auto and Truck Expenses 60110•Fuel Expense 28,973.73 60120 •Auto&Truck Licensing 1,968.35 60100 •Auto and Truck Expenses-Other 740.21 Total 60100-Auto and Truck Expenses 31,682.29 60400 - Bank Service Charges 60410 -Processing Fees by Others 98.00 60400 •Bank Service Charges-Other 393.33 Total 60400- Bank Service Charges 491.33 61000•Business Licenses and Permits 61010. Flagger Certificate&TCS 575.00 61020. Intents&Affidavits 1,720.00 61030• Electrical Permits 16,571.51 61040-Street Use/ROW Permits 9,901.36 61050• Business Licenses 1,503.90 61060•Other License/Permits 1,430.00 61000- Business Licenses and Permits-Other 5,417.54 Total 61000 -Business Licenses and Permits 37,119.31 61400-Charitable Contributions 2,000.00 61700•Computer and Internet Expenses 2,007.42 62400•Depreciation Expense 55,683.00 62500 -Dues and Subscriptions 6,253.23 63300 • Insurance Expense 63310 -General Liability Insurance 21,561.08 63340 •Drug Testing 50.00 63300 -Insurance Expense-Other 4,843.54 Total 63300• Insurance Expense 26,454.62 63400 -Interest Expense 1,117.22 Page 1 1:05 PM West Coast Signal 07/13/15 Profit & Loss Cash Basis January through December 2014 Jan-Dec 14 64700• Miscellaneous Expense 0.00 64800-Truck Stock 592.95 64900•Office Supplies 6,299,12 66000•Payroll Expenses 66010 •Payroll Liability Expenses -41.02 66000 �Payroll Expenses-Other 716,357.34 Total 66000• Payroll Expenses 716,316.32 66300 •401K Expense 61,556.58 66500 -Postage and Delivery 66550-Freight 725.01 66500-Postage and Delivery-Other 524.87 Total 66500•Postage and Delivery 1,249.88 66700- Professional Fees 2,772,30 67100- Rent Expense 1,686.55 67200- Repairs and Maintenance 67210• Fleet Repairs&Maintenance 16,964,62 67220•Office Bldg/Prop Rprs&Malnt. 2,400.66 67230•Tool/Sm Equip Repair 14.66 67200 •Repairs and Maintenance-Other 1,012.75 Total 67200- Repairs and Maintenance 20,392.69 68000 •Taxes 68010 •Sales Tax Expense 135,683.18 68020 -B&O Taxes 23,157.84 Total 68000•Taxes 158,841.02 '... 68100-Telephone Expense 1,801.94 68400-Travel Expense 64300• Meals and Entertainment 136A7 68405-Airfare 149.00 68410 •Ground Exp&Tolls 129.76 68420- Lodging 227.00 Total 68400 -Travel Expense 642.43 Total Expense 1,134,354.40 Net Ordinary Income 430,595.48 Other Income/Expense Other Income 70200 - Interest Income 24,27 70600 • Recycled Materials 1,742.14 Total Other Income 1,766.41 Net Other Income 1,766A1 Net Income 432,361.89 Page 2 1:07 PM West Coast Signal 07/13/15 Balance Sheet Cash Basis As of June 30,2015 Jun 30,15 ASSETS Current Assets Checking/Savings 10000,Cash-Checking 10010�Cash-Operating 228,782.99 10020-Cash-Fringe Admin Fund 14,841.18 10040 Cash-Est Tax$ 31,403.00 10060•Cash-Egmt fund 26,000.00 10000 Cash-Checking-Other -11.00 Total 10000•Cash-Checking 300,816.17 10100-Cash-Savings 10106•Cash-Savings Open 250,833.35 10110-ATS$for Re-Allocatlon 8,000.00 10100,Cash-Savings-Other 16.69 Total 10100-Cash-Savings 258,850.04 Total Checking/Savings 559,666.21 Accounts Receivable 11000-Accounts Receivable 5,078.33 Total Accounts Receivable 5,078.33 Other Current Assets 12000•Inventory Asset 14,000.00 12001 Undeposited Funds 98,438.38 '.. 12100 'Inventory Asset -14,000.00 13400 Retainage Receivable 126,340.35 Total Other Current Assets 224,778.73 Total Current Assets 789,523.27 Fixed Assets 15000 Furniture and Equipment 36,810.89 16000 Machinery and Equipment 119,236.18 17000 Accumulated Depreciation -131,254.00 Total Fixed Assets 24,792.07 TOTAL ASSETS 814,315.34 LIABILITIES&EQUITY Liabilities Current Liabilities Other Current Liabilities 22000-Loans from shareholders 22100-Shareholder Loan-Mogensen 20,218.62 22200-Shareholder Loan-Sherwood 12,076.19 Total 22000-Loans from shareholders 32,294.81 24000-Payroll Liabilities 14,490.24 25600•Sales Tax Payable 10,751.65 '.. Total Other Current Liabilities 57,536.70 Total Current Liabilities 57,536.70 Total Liabilities 57,536.70 Equity 30100-Capital Stack 450.00 31400-Shareholder Distributions 31410•Shareholder Dist-Mogensen -41,913.50 31420-Shareholder Dist:Sherwood -29,550.00 31490-Dlstrlbutlons-Tax Pay(Mogensen) ,133,769.50 31495-Distributions-Tax Pay(Sherwood) -35,291.00 Total 31400•Shareholder Distributions -240,524.00 !. 32000-Retained Earnings 621,082.24 Net Income 375,770.40 Total Equity 756,778.64 TOTAL LIABILITIES&EQUITY 814,315,34 Page 1 1:05 PM West Coast Signal 07113/15 Profit & Loss Cash Basis January through June 2016 Jan-Jun 15 Ordinary Income/Expense Income 42600 •Construction Income 2,103,805.56 43000- Cash Discounts -942.40 Total Income 2,102,863.16 Cost of Goods Sold 60400•Construction Materials Costs 50410• Misc Electrical Materials 40,963.62 50420•Traffic/Signal Display Malls 416,263.11 50430•Concrete/Rock 23,449.79 50440-Conduit Pipe&Fittings 48,257.13 50450 -Wire/Cable 39,825.97 50460 •Junction Boxes 37,864.85 50470 -Signage 1,691.36 50400 -Construction Materials Costs-Other 218,240.44 Total 50400•Construction Materials Costs 826,556.27 50800- Equipment Rental for Jobs 9,300.15 51900- Other Construction Costs 1,085,09 53600•Subcontractors Expense 53605• Boring Service 8,050.00 53600-Subcontractors Expense-Other 20,201.34 Total 53600 -Subcontractors Expense 28,251.34 53700•Construction Services 53705-Traffic Control Services 5,998.00 53710 -Vacuum Service 15,199.96 53715-Concrete Cutting 8,329.00 53720 •Welding 600.00 Total 53700•Construction Services 30,126.96 53800-Tools and Small Equipment 6,351,57 54100-Worker's Compensation Insurance 13.069.02 Total COGS 914,740.40 Gross Profit 1,188,122.76 Expense 60000•Advertising and Promotion 492.69 60100•Auto and Truck Expenses 60110•Fuel Expense 16,186.38 60120•Auto&Truck Licensing 530.60 60130 -Auto/Truck Certifications 2,225.87 Total 60100•Auto and Truck Expenses 18,942.85 60400 • Bank Service Charges 60410 •Processing Fees by Others 5.73 60400-Bank Service Charges-Other 28.25 Total 60400-Bank Service Charges 33.98 61000• Business Licenses and Permits 61020- Intents&Affidavits 1,200.00 61030 • Electrical Permits 5,568.00 61040•Street UseIROW Permits 31,805,94 61050• Business Licenses 870.50 61060-Other License/Permits 1,100.10 61000-Business Licenses and Permits-Other -812.00 Total 61000- Business Licenses and Permits 39,732.54 61400 •Charitable Contributions 14.58 Pagel 1:05 PM West Coast Signal 07113115 Profit & Loss Cash Basis January through June 2015 Jan-Jun 15 61700-Computer and Internet Expenses 1,099.73 62500• Dues and Subscriptions 1,032,50 63300 Insurance Expense 63310 -General Liability Insurance 23,12628 Total 63300- Insurance Expense 23,126.28 63400•Interest Expense 491.00 64700• Miscellaneous Expense 986.57 64900.Office Supplies 2,140.24 66000- Payroll Expenses 65000• Officer Wages 6.49 66010•Payroll Liability Expenses -7528 66000.Payroll Expenses-Other 511,559.41 Total 66000• Payroll Expenses 611,490.62 66300•401K Expense 45,303.58 66500•Postage and Delivery 66550• Freight 1,619.46 66500- Postage and Delivery-Other 266.35 Total 66500-Postage and Delivery 1,885.81 66700 -Professional Fees 7,651.50 67100 - Rent Expense 9.180.91 67200• Repairs and Maintenance 67210•Fleet Repairs&Maintenance 20,785.39 67220•Office Bldg/Prop Rprs&Maint. 7,497.09 67230•Tool/Sm Equip Repair 37.08 Total 67200 • Repairs and Maintenance 26,319.56 68000•Taxes 68010- Sales Tax Expense 106,940.85 68020. B&O Taxes 10,135.16 Total 68000•Taxes 117,076.01 68100-Telephone Expense 891.87 68300-Training(CEU)/Cert-Expense 1,406.40 68400•Travel Expense 64300• Meals and Entertainment 293.64 68410-Ground Exp&Tolls 91.25 Total 68400•Travel Expense 384.89 68600. Utilities 1,898.85 Total Expense 813,582.96 Net Ordinary Income 374,539.80 Other Income/Expense Other Income 70200- Interest Income 6.39 70600- Recycled Materials 1,224.21 Total Other Income 1,230.60 Net Other Income 1,230.60 Net Income 376,770.40 Page 2 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before five (5) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within 20 working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount Is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s F' , to the plans and/or specifications is hereby acknowledged. Fallure to acknowledge receipt of the addenda may be considered an irregularity in this proposal By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: West Coast Signal Inc. NAME BY: i9BIQDE Signature! k , Becky Mogensen, President (Print Name and Title) 20111 208th Ave SE Address Renton WA 98058 Traffic control signal gNtc.m/Mullen 39 b/13/2008 11:03:00 AM federal Aid Number: HS1P-000S (370) Project Number. 14-3004 Page 43 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verity Scale Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1 . That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. i The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. SR DOT Form 272-0361 EF 40 0712011 Page 44 ( 4, t Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wvvw.bxwa.com -Always Verify Scale Local Agency Certification for Federal-Aid Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) 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. (2) 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. This certification is material representation of the 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 Section 1352, Title 31, U.S. Code. 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 failure. The prospective participant also agrees by submitting his or her bid or Proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. SR DDT Farm 272-040A EF 0712017 41 \ . Page 45 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned persori firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Traffic Control Signal System Traffic Signal Display Modifications Federal Aid Number: HSIP-OOOS (370) Project Number: 14-3004 NAME OF PROJECT West Coast Signal, Inc. NAME OF BIDDER'S FIRM SIGNATURE O /AUTHORIZ REPRESENTATIVE OF BIDDER traffic control signal system/Mullen 42 6/18/2008 11:03:00 AM Federal Aid Number. HSIP-000S (370) Pro(ect Numbers 14-3004 Page 46 v Vi Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale \�i Bidder, The Washington State Department of Transportation has made significant changes to the process for submitting Disadvantaged Business Enterprise(DBE)Condition of Award (COA) Goal documentation. Review the (DBE) specifications In the contract you are bidding for changes In the requirements. A partial list of changes is Included in this letter. Failure to submit DBE documentation as required by the speoifications will result in your bid being considered nonresponsive and will be rejected. YOU MUST INCLUDE IN YOUR BID: 1,A Disadvantaged Business Enterprise Utilization Certification (WSDOT Form#272-056A EF Revised 07/2011) which demonstrates how you will meet the DBE GOA Goal. Be sure to review the instructions for filling out.the form. To assist you in selecting DBE firms,WSDOT and OMWBE have created a Directory of Certified DBE Firms,available at: hUpo/fwww omwbe wa aov/certification/index shtmf.This directory provides a"WSDOT GOA Work Description"foreach DBE firm for purposes of filling out the form, The"Description of Work"on the Disadvantaged Business Enterprise Utilization Certification must be consistent with the "WSDOT GOA Work Description" in the Directory,of Certified DBE Firms or your bid,will be rejected, however do not copy the work Description verbatim if it includes items of work in its title that that are not work items of the contract. Only list those items of work in the Description of Work descriptor that the DBE Subcontractor is going to perform an the Contract For example, if the Contract has work in installation and removal of pavement markings along with striping and you found a certified DBE Subcontractor that has a 'WSDOT COA Work ❑escrpfion" of a descriptor such as, PAVEMENT MARKINGS INSTALLATION AND REMOVAL, INCLUDING STRIPING, GUIDEPOSTS, GLARE SHIELDS, BOLLARDS, RUMBLE STRIPS. If the Contract does not have work items for guideposts, glare shields, bollards and rumble strips then shorten the descriptor to only,those work items in the descriptor that the DBE Subcontractor will be doing such as, PAVEMENT MARKINGS INSTALLATION AND REMOVAL; INCLUDING STRIPING. I 2. You must submit a Disadvantaged Business Enterprise(DBE)Written Confirmation Document(dated 07/2011) for each DBE listed on your Disadvantaged Business Enterprise Utilization Certification.WSDOT has created Form#422-031A EF for this purpose. Keep in mind that bidders and DBEs mayhave a supply of the old forms. Do not use them. Required information has been added to this form therefore use of an earlier version of the form may result In bid rejection. The"Description of Work"and"Amount to be Applied Towards Goal"listed the Disadvantaged.Business Enterprise(DBE)Written Confirmation Document must match the"Description of Work" and`'Amount to be Applied Towards Goal"listed on your Disadvantaged Business Enterprise Utilization Certification or your bid will be rejected. See Special Provision Delivery Of Proposal when this document needs to be submitted. 3. You must submit Good Faith Effort(GFE)Documentation in addition to the Disadvantaged Business Enterprise Utilization Certification ONLY IN THE EVENT your efforts to solicit sufficient DBE participation have been unsuccessful and you are relying upon your Good Faith Effort Documentation in whole or part to meet the goal. See Special Provision Delivery of Proposal when this document needs to be submitted,. WSDOT has posted a copy of our training materials on our website which is available at: /Mww. s c)I.Wa govlbiz/construction/ see"Construction News. The Directory of Certified DBE Firms is available at: littto Awww omwbe wa dov/certificationlih shtml WSDOT Forms are available at http:/Iwwvv:wsdot.wa.ggv/forms/ Note the form#f to easily locate the form. Office of Equal Opportunity: Contract lid &Award; httn•1/www wsdof wa oov/eeualoonortuni� hdi3n#www.wsdc)t,wa.ciov/biz/ContaaI Revised 06/2013 r� SR 43 ,"v � --� Page 47 Provided to sunders Fxcnange of wA, Inc. For usage condrnons Agreement see www.bxwa.com-Always verify Scale BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, West Coast Signal, Inc. as Principal, and 1mernationat Fidelity Insurance Company as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of FivePereent(5%)of BidAmoum Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Traffic Control Signal System Traffic Signal Display Modifications / Federal Aid Number: HSIR-000S (370) /Project Number: 14-3004 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 14th DAY OF July 2015 )Yesst Coast Signal,Inc. PRINCIPAL' International Fidelity Insurance Company SURqTYJulie R. Truitt,Attorney-in-Fact 20 Received return of deposit in the sum of $ Traffic Control Signal System/Mullen Federal Aid Number:HSIP-000S(370) Project Number: 14-3004 44 6/18/2008 11:03:00 AM Tel (973)624-7200 PbW' E' R OF ATTORNET ', INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER,226TH FLOOR NEWARK, NEW JERSEY 07102.5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and,exisfin under the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and exisfing.under the laws of the Stale of Pennsylvania,having their principal office in the City of Newark,Now Jersey,dohereby constitute and appoint KYLE HOWAT, KELLIE HOGAN, CHRISTOPHER KINYON, TAMARA A. RINGEISEN, JAMIE DIEMER, ALICEON A. KELTNER, LISA M,ANDERSON, SANDRA J. KULSETH, PEGGY A. FIRTH, KAREN C. SWANSON, PETER J. COMFORT, JAMES B. BINDER, ERIC A. ZIMMERMAN, CYNTHIA L.JAY, BRENT E. HEILESLIN, WYNTRENE L. MACE, JENNIFER L, SNYDER,,QARLEY ESPIRITU,', JULIE R.TRUITT, KRISTINE A. LAWRENCE, DIANE M. HARDING, JAKE J. OJA Tacoma, WA., their:true and lawful attorneys)-in-fact to ekedute,seal and deliver for,and on Its behalf as surety,any and all bonds and undertakings;contracts of Indemnity and other writin s obligatory in the nature thereof, which are or may be allowed,required or permitted by law statute rule,regulation,contract or otherwise and the execution of such iristrument(s in ursuance.of these presents,shall be as binding upon the said INTERNATIONAL Flo,ELI T.Y.INSURANCL COMPANY and ALLEGHENY CASUAL I�J10MPANY, as fully and amply, to all intents and purposes,as if the same had been duly executed and, acknowledged by their regularly elected officers at their principal offices. COMPANY of ALLEGHENY executed and COMPANY revoked, pursuant to and b authori of the B�,-Laws of INTERNATIONAL FIDELITY,INSURANCE COMPANY and ALLEG ENY CASUALTY CUMPANY and is granted unde t .1ily of the to owing resolution adopted by the Board,of Djreoto's of INTERNATIONAL FIDELITY INSURANCE COMPANY at meeting du held on e 20th day of July,2010 and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the I 5th day of August,�O th (00: "RESOLVED,that (1)the President,Vice Presidept, Chief Executive Officer or Secretary of the Corporation shall have the wer to appoint,and to revoke h appointments Attorneys-in-Fact a jents with power andauthority,as defined or limited in their respective powers of Xmey,and to execute on behalf - powers to Be 82 8 If h r It natilb 2 on he S�2a 0 n an 0 ' " sa�a agents Corporation affix Q a seathereto,b d Und c izancos, Pit acts , n1emm of wn a 0 ass t` a oinf­`to'custodians,a re 0 a y If he n a a " Is a on a 't , signature tu of a y ff Q ft a C 3)the n 0 p a to Corporation's. r 'g y g appoint d contracts r 0 ormin n s 0 2p n an revoke e 0 tt n aty 08 on p behalf If of Corporation; oraff n Co s aa and consents o sen on a a a C sa y I a y p , of attorney or y I I!ii �iv the seal 0 r 0 0at n 0' in n f'and 'he t h pp if of the a 0 0 nature h related thereto; n 2 a such Officers of h 0 a Is ny ct with author! t execute a a Corporation , I may be affixed"obligationd b facsimile to n r f n or thereto, certification on an or an riza 0 ir c in Ityr other r 1 t , tr t 'o r r at r IN 0 a d a a W a 0 0 a indemnity In tenin h n h If u n rn e, n fo t r 0 or 'a t a a ' �f written a thereof a a a such ' atu I I f th cc n a f process, and orne s_' u Officer r of y such of the Corporation or 0 bond, !nd undertaking r gf cc t n h a to U the I t ' f t original 8 s h 0 recognizance, ' r aft P� gra 0 to y Corporation, as , ng, I Wria U" 0 suchofficer It a h no Sea 0 e 0 u u ng In being b adopted b n na 8 8 ce n a Corporation, tj whether h a I I to er valid re 0're or hereafter; an Is 1 a 0 0 Cos p oft 't 3, , h m ... affixed on 11 a, binding up t Corporation tjo with ,s in f r a Ug y ra be it d bind on h a ry �h and th IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 22nd day of July,2014. STATE OF NEW JERSEY County of Essex Ew. 1936 is 4 ROBERT W.MINSTER Chief Executive (International Fidelity Yi:q Nab Insurance Company)and President(Allegheny Casualty Company) On this 22nd day of July 2014, before me came the individual who executed the preceding instrument,to me personally known,and, being by me duly swom, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY.CASUALTY COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have h:,,rounto set my hand affixed my Official Seal, at the City of Newark,New Jersey the ay and year first above written. Y 05H ORG .......... ov NOTAR PUBLIC 04 ANOTARY PUBLIC OF NEW JERSEY MyCommisslon Expires April 16,2019 """,0 FIN 11°1 ...... CERTIFICATION 1,the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Atomey and affidavit,and the copy of the Soclions of the Sy-Laws of said:Companies as set forth in said Power of Attorney, with the originals on file in fhF home office of said companies, and that the same are correct transcripts thereof,and of the whole:. of the said originals,and that the said Power ol'Attomey has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto .,,r4 my hand this day of jwkA, 4,.0 1 tp MAP rA BRANCO,Assistant Secretary This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER Date: Change Order No.: 1 City Project Name: Project Number: Contractor: Original Contract Date: This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain In effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. The section of the Agreement which outlines the Description of Work, is hereby modified as follows: Provide all labor, materials, and equipment necessary to: 2. The contract amount and time for performance are hereby modified as follows: Original Contract Sum, Including $ applicable alternates and WSST. Net Change by Previous Change Orders $ (ind. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Original Time for Completion Working days Revised Time for Completion under 0- Working days prior Change Orders Days Required t for this Change Order -0- Working days Revised Time for Completion Working days Traffic Control Signal System/Mullen 45 6/18/2008 11:03:00 AM Federal Aid Number.. HSIP-000S (370). Project Number: 14-3004 } Page 49 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale i In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest or claim it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothv 1. LaPorte, P.E. Its Its Public Works Director (Title) (Title) DATE: DATE: Traffic Control Signal System/Mullen 46 6/18/2008 11:03:00 AM Federal Aid Number:. HS>13-000S (370) Project Number: 14-3004 Page 50 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale BIDDER'S CHECKLIST The following checklist Is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name................................di, Order of Contents... Ef Invitation to Bid.,.,. Information for Bidders ...... � Contractor Compliance Statement....................................................... ........t� Date. ......., ... .... ... .... ...................................................G�r Have/have not participated acknowledgment.., lyd Signature and address ,........................................... .... ....i Declaration - City of Kent Equal Employment Opportunity Policy ..... 1. ..� Dateand signature.... ......... ......... ......... ........ .... .... Proposal..........................................................................................................M'. First line of proposal - filled in........1 .... ... i' Unit prices are correct ct Required Contract Provisions Federal Aid Construction Contracts . Contractor's Qualification Statement ............. Complete and notarized ......................... .... ...... 1,. ProposalSignature Page.................................................................................a f All Addenda acknowledged 4" Date, signature and address ................ ............................................. Non-Collusion Declaration...............................................................................EK, Local Agency Certification for Federal-Aid Contracts. 6tj Combined Declaration Form ............. .•....... Ef Signature ............. ............. BidBond Form.................................. . .... .... . ......... ......... } Signature; sealed and dated......................................................... .........Hr Powerof Attorney..... __..............................................,...... ......... (Amount of bid bond shall equal 5% of the total bid amount) ChangeOrder Form......................................................................................... / Bidder's Checklist............................................................................................I3 The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement Is to be executed by the successful bidder. B) PAYM_ETJTA_ND PERFORMANCE BOND To be executed by the successful bidder and Its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Traffic Control Signal System/Mullen 47 6/18/2008 11:03:00 AM Federal Aid Number: HSIP-OOOS (370) Project Number: 14-3004 `�'• ;; , ( 4 Page 51 F- Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see w vw.bxwa.com-Always Verify Scale CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and , �i AJ/4'1-„Jo- organized under the I ws of the State of A1=,?�i gLa -; t7j,,J located and doing business at �e ("Contractor"). ` WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: Traffic Control Signal System Traffic Signal Display Modifications/Federal Aid Number: HSIP-000S (370)/Project Number: 14-3004 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2014 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2014 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within five (5) days after the City issues its Notice to Proceed and be completed within 20 working days. The Contractor shall provide and bear all 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 the Contract and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City 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 and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. Traffic Control Signal System/Mullen 48 6/15/2015 2:53:00 PM Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. Traffic Control Signal System/Mullen 49 6/15/2015 2:53:00 PM Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 CITY OF KENT BY: '... ._.r- SUZETTE,?COOKE, MAYOR DATE r �J AyTFE§ fr�s' a ONALD F. M RE, q, CLERK` j APPROV�D AS TO F6RM: .f �f r KENT LAW DEPAR MENT— CONTRACTOR PRINT NAME TITLE: DATE: i S. Central Pavement Rehab&Util. Impr./Madfal 50 June 15, 2015 Federal Aid Number: STPUL-1071 (006) Project Number: 13-3004 I ENT CONTRACT BOND Bond No. DAACSU0682787 TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS, That West Coast Signal, Inc. of Renton,WA , as Principal, and International , Fidelity Insurance Company as Surety, are jointly and severally held and bound unto the CITY OF KENT, in the penal sum of Dollars ($105,425.00 ), the payment of which we jointly and severally bind ourselves, our heirs, executors, administrators, and assigns, and successors and assigns, firmly by these presents. The CONDITION of this bond is such that WHEREAS, on the 22nd day of July A.D., 2015 , the said Principal, herein, executed a certain contract with the CITY OF KENT, by the terms, conditions, and provisions of which contract the said West coast signal, Inc. Principal, herein, agree to furnish all material and do certain work to wit: That West coast signal, Inc. will undertake and complete the construction of Traffic Control Signal System Traffic Signal Display Modifications/Federal Aid Number: HSIP-000S (370)/Project Number: 74-3004 according to the maps, plans and specifications made a part of said contract, which contract as so executed, is hereunto attached, is now referred to and by reference is incorporated herein and made a part hereof as fully for all purposes as if here set forth at length. This bond shall cover all approved change orders as if they were in the original contract. NOW, THEREFORE, if the Principal herein shall faithfully and truly observe 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 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 such contractor or subcontractor with provisions and supplies for the carrying on of such work, and shall in all respects, faithfully perform said contract according to law, then this obligation to be void, otherwise to remain in full force and effect. Traffic Control Signal System/Mullen 51 6/15/2015 2:53:00 PM Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 WITNESS our hands this 28th day of July 2015 West Coast Signal, Inc. r� 4 r,`k,�01i{ Principal) t International Fidelity Insurance Company ( Julie R. Truitt, Attorney-in-Fact (Attorney-in-fact, Surety) Propel Insurance 1201 Pacific Avenue, Suite 1000,Tacoma WA 98402 Name and Address Local Office of Agent APPROVED: City of Kent By: Date: Surety Bond No. DAACSU0682787 City of Kent Contract No. Federal Aid Number: HSIP-000S(370) Project Number: 14-3004 Traffic Control Signal System/Mullen 52 6/15/2015 2:53:00 PM Federal Aid Number: HSIP-0005(370) Project Number: 14-3004 A 624-7200 POWE R 0 F"A TTT07 RN=Y , 1 ,, ,',,, , , 1--., ANTERNATIONALFIDELITY IRS NICE,COMPANY -MCOMPANY- ALLEGHENXP,�SUAL ONE NEWARK CENTER 20THTLQORNEWARK;NEW JERSEY V102-5207 ,: KNOW ALL 11 MEN BY THESE PRESENTS: That INTERNATIONAL'FIDELITY.INSURANCE,COMPANY.,a corporation cirganized and existing under the laws of Ih6 Staffe,of ' �Nc'r"eyicq' ALLEGHENY CASUALTY.COMPANY'a corporation,organized-and exisfingrupcor the laws of the Stafe oPennsylvania,,having fimVr1npa16fein thO City of Newark,'New Jersey;:do hereby constitute and appoint �KYL HOGAN,'CHRISTOPHER KINYON, TAMARAAt RINGEISEN,,JAM1E.DIE0ER, E HOWATKELLIE. ' i 'ALICEONA-KELTNER-LISA'M. ANDERSON,.SA[$IDRAJz KULSETH PEGGY'A FIRTH KAREN C., SWANSON, PETER J. COMFORT, GAMES B. BINDER, ERIC A. 201ME'RMA�, 0)`NtH(tA L. JAY, %F4,tN V..V(NTRENF If. MACE JENNIFER L. SNYDER, CARLEY ESPIRITU; )OLIE WTRUiTT, kRISTNE'A. LAWRENCE, DIANE M.I HARDING,J I AKE J. OJA Tacoma; WA., their true and lawful attomey(Is)-� -I fact to execute,seal and'deffv&forand on Its behalf 69 surety any and all bonds and undertakings,contracts of Indemnity. and,other wrifing Obligatory n the nature thereof, Which.are Or may be allowed,retiuired Or permitted by law,statute,role,reg ulation,contract or otherwise, and the'execu on Of such ln8trumarrt(s� osior�uarice of these presents shalt be as binding upon the,said INTERNA ZONAL FIDELITY INSURANCE OMPANYj. as fully and amply, toalkintents and purposes,as.if I duly d ' COMPANY and ALLEGHENY CASUAL Y he �anne had bear d yoxecute and acknowledged by their regularly elected officers:at their principal offices., Thij Power of Attome is executed,and mg'be revoked. pursdarit to and b authority of the Br-Laws of INTERNATIONAL F,.16ELITY INSURANCE COMPANY andALLEUNYICA81-ALTYC COMPANY arid is granted under and by of the to lowin resolution adopted by ffjte dgoardof Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting dul held on the,20thday of Julyj 20poandl byt4a Board of Dlrector*of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 15th day of August,2000. "RESOLVED;that (1)the President,Vice,President; Chief Executive Officer.or.Secretary.of th( d,orp6iratJoin 6kalt�hava the gwerb appoint,and to revoke th the appointments of,�Aftorneys-in-Fact;or agents with powerand authority as defined or limited in their re�spp authority Corporation's seal a 0 s ad ngson hrim ri=cos, ,revoke I c contracts �ffi 2 a a Iff e th a 1 1 cog nt0 h to�b 7 d ut ly Y pp I is b 5 ll a a a a waivers and consen on a or a I I or Cc T Corporation's 7y 0 m 0 0 n h 1C 6 eae ce o tuc I a hon to ex Cu rney,and to execute on behalf ce a 00 CO 6 a seal may be�affixacl by facsim leto any powerof 0 aW a( f d a ce A orn s_rn c wl a y In Orf if'on an Ix t� r thereof p th n th r or related for 9 1 n I process, an such Officer of h Corporation and the r ra ion attorney or certrtiificeUon.given ffor the,execution of any bond, Indemnity' m I or 0 �T a O� r1ak rc g za c a co it a 0 Irde n ty other written n Ob r aeon In the nature:. re thereof on de in recognizance, nT n a con it u so used wheMe 9 eret0fiom 0 hereafter, being hereby ado ad by the 0 poration as the original signature of sucR officer and fiher original sezi of the' Corporation, rpo fio ,to valid a 1 r no upon-the 0 Corpor fio with t same force d effect as I Ough manually ra n be d ndb d n h a n e an a h IN WITNESS WHEREOF, iNlIEkOATIONAL POELTY INSURANCE COMPANY arid ALLEGHENY CASUALTY COMPANY haveeaoh executed and so attested.these presents on this 26ddqy Of July,2014. STATE,OF.NEW JERSEY CountyofEssoxISp z 1936 R Q OFRT W.MINSTE R Chief Executive Officer(International Fideli L, Insurance Corn pan"y)'and President-(Allegheny Casualty Company) On this 22nd day of July2014,,before me came the individual who executed the preceding instrument,.tomb persona yk nown,and being by me duly aworft, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY'ari.0 ALLEGHENY CASUALTY COMPANY-, that the seals"affixed'to said instrument am the Corporate Seals,of said Companies;that the said Corporate,Seals arid I his'signaturdwem duty affixed by orderof the Boards of Directors of said Companies' .. .... IN TESTIMONY WHEREOF; I have hereunto set rri,hand affixed my Official Seat at the City of Newark,New Jersey the day and year(first above ps K Y C 0 A NOTARY PUBLIC OF,NEW JERSEY My Commission Expires April 16_20,19, CERTIFICATION 1,the'undersignediofficer of INTERNATIONALI FIDELITY INSURANCE COMPANY antl ALLEGHENY CMILIALfYCOMPANY do hereby cortify'th6t I haVo compared the foregoing copy of the Power ofAttorney and.aflidavit,and the copy.!Df the Sections of the by,�av�s,ofs'aid,Cbrr'panies I as a 1 6 1 1 1 forth In said, rip I 'vin uveirofAttan6y; with the originals on Rh in the lhomeoffice of`said companies,.and�that the same are.correct transcripts r Q[W, of the said Originals,and`tHarttho said Power of Attorney has not been revoked and is now in full force and effect. IN U , 0 TESTIMONY :WHEREQF,. I liayr,here hereunto se[ my than this ,0} ,y'of lA� r S d MARIA BRANCO,Adslatoinl Clienthl: 141422 WESTCOAS55 ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE 7/29/2/DD/YYYYi 129I2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER NAME: Sue Martin Propellnsurance HONE 800 499A933 PnX_. . 866.577.1326 AIC No Exl: AIC,No Tacoma Commercial Insurance E-MAIL ADDRESS: srn@propelinsurance.com r0 elinsurance.com 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAICN Tacoma,WA 98402 ecu nsuira- ---_ INsuRERA:Ohio Security Insurance Company 24082 INSURED INSURER B,Ohio Casualty Insurance Company 24074 West Coast Signal, Inc. INsuRERc: 20111 208th Ave SE : Renton,WA 98058 INSURERD ,INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVESEEN ISSUED TOTHE INSURED NAMEDABOVE FORTHE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTRR TYPE OF INSURANCE _NSR_ W_VD_ POLICY NUMBE MMIDUIADDLSUBRYYYYY MM/DDIYYYYY LIMITS A GENERALLIABILITY X X BK555820397 11107120141111/071201 E EACH OCCURRENCE $1000000 X COMMERCIAL GENERAL LIABILITY PREMISES Eaoiou ence $1,000001) CLAIMS-MADE 4 OCCUR MED ENE(Any one person) $15,000 PERSONAL B ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GENT AGGREGATEJECTLIMIT APPLIES PER: PRODUCTS-COMPIOP AGO $2000,000 POLICY X PRO- LOG B AUTOMOBILE LIABILITY x x BAS55820397 11/07/2014 11/07/201 Eee cNEDISINGLELIMIT 1,000,000 X ANYAUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Pereccldent B X UMBRELLA LIAR X OCCUR X X US055820397 11/07/2014 11107/2015 EACH OCCURRENCE $4000000 EXCESS LIAR CLAIMS-MADE AGGREGATE $4,000 000 DED X1 RETENTION$10000 ,` $ WORKERS COMPENSATION BKS55820397 tt' 11/07/2014 11/07/2016 Ta YLIMIJ oTH- AND EMPLOYERS'LIABILITY YIN A ANY PROPRIETORIPARTNERIEXECUTIVE WA Stop Gap E.L.EACH ACCIDENT $1 000 000 OFFICERIMEMBER EXCLUDED? N NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000 000 If yes,describe under I DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1000000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE: Traffic Control Signal System Traffic Signal Display ModificationslFederal Aid Number: HSIP (370)/Project Number: 14-3004 The contracting agency and its officers,elected officials,employees, agents and volunteers are Included as an additional insured as recilred by written contract and per attached endorsements.Coverage is primary and non contributory per attached endorsement.Waiver of subrogation applies per attached endorsements. CERTIFICATE HOLDER CANCELLATION CI of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE II THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 220 Fourth Avenue S ACCORDANCE WITH THE POLICY PROVISIONS. Kent, WA 98032 AUTHORIZED REPRESENTATIVE ©1988.2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S78115741M1565356 MGHOO West Coast Signal,Inc. BKS55820397 COMMERCIAL GENERAL LIABILITY CG 88 10 64 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE NON-OWNED AIRCRAFT 2 NON-OWNED WATERCRAFT 2 PROPERTY DAMAGE LIABILITY-ELEVATORS 2 EXTENDED DAMAGE TO PROPERTY RENTED TO YOU(Tenant's Property Damage) 2 MEDICAL PAYMENTS EXTENSION 3 EXTENSION OF SUPPLEMENTARY PAYMENTS-COVERAGES A AND B 3 ADDITIONAL INSUREDS-BY CONTRACT,AGREEMENT OR PERMIT 3 PRIMARY AND NON-CONTRIBUTORY-ADDITIONAL INSURED EXTENSION 5 ADDITIONAL INSUREDS-EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" 6 WHO IS AN INSURED-INCIDENTAL MEDICAL ERRORSIMALPRACTICE AND WHO IS AN INSURED-FELLOW EMPLOYEE EXTENSION-MANAGEMENT EMPLOYEES 6 NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES 7 FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 7 KNOWLEDGE OF OCCURRENCE,OFFENSE,CLAIM OR SUIT 7 LIBERALIZATION CLAUSE 7 BODILY INJURY REDEFINED 7 EXTENDED PROPERTY DAMAGE 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US- 8 WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU 0 2013 Liberty Mutual Insurance CG 88 10 0413 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 8 West Coast Signal,Inc. BKS55820397 With respect to coverage afforded by this endorsement,the provisions of the policy apply unless modified by the endorsement. A. NON-OWNED AIRCRAFT Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, exclusion g.Aircraft,Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owned by any insured; 2, It is hired,chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate,issued by the duly constituted authority of the United States of America or Canada,designating her or him a commercial or airline pilot;and 4. It is not being used to carry persons or property for a charge. However, the insurance afforded by this provision does not apply If there is available to the insured other valid and collectible insurance,whether primary,excess (other than insurance written to apply specifically in excess of this policy), contingent or on any other basis,that would also apply to the loss covered under this provision. S. NON-OWNED WATERCRAFT Under Paragraph 2.Exclusions of Section 1-Coverage A-Bodily Injury And Property Damage Liability, Subparagraph (2)of exclusion g.Aircraft,Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 52feet long; and (b) Not being used to carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY-ELEVATORS 1. Under Paragraph 2. Exclusions of Section I-Coverage A-Bodily Injury And Property Damage Liabil- ity, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators, For the purpose of this provision,elevators do not include vehicle lifts.Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV - Commercial General Liability Conditions. Condition 4. Other Insurance,Paragraph b. Excess Insurance: The insurance afforded by this provision of this endorsement is excess over any property insurance, whether primary,excess,contingent or on any other basis. 0. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU(Tenants Property Damage) If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2. Exclusions of Section I-Coverage A-Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the follow- ing: Paragraphs(1), (3)and (4)of this exclusion do not apply to"property damage" (otherthan damage byfire,lightning,explosion,smoke,or leakage from an automatic fire protection system)to: (1) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1). (3) and (4) of this exclusion do not apply to "property damage" to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III - Limits of Insurance. O 2013 Liberty Mutual Insurance CG 88 10 04 13 includes copyrighted material of Insurance Services Office,Inc.with its permission. Page 2 of 8 West Coast Signal,Inc. BKS55820397 b. The last paragraph of subsection 2,Exclusions is replaced by the fol towing : Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises white rented to you ortemporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section 111-Limits Of Insurance. 2. Paragraph 6.under Section III-Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5.above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage"to: a. Anyonepremise: (1) While rented to you; or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection sys- tems; or b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU(Tenant's Property Damage)- Paragraph 9.a,of Definitions Is replaced with the fol lowing: 9.a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that Indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents of such premises that are included in your premises rental or lease agreement,is not an "insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded,the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. Insuring Agreement of Section I - Coverage C-Medical Payments, Subparagraph (b)of Paragraph a,is replaced by the following: (b) The expenses are incurred and reported within three years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS-COVERAGES A AND B 1. Under Supplementary Payments-Coverages A and B, Paragraph 1.b.is replaced by the following: b. Up to $3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have tofurnish these bonds. 2. Paragraph 1.d. is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to$500 a day because of time off from work. G. ADDITIONAL INSUREDS-BY CONTRACT,AGREEMENT OR PERMIT 1. Paragraph 2. under Section 11-Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization is an additional insured but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions,or the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreement provided that the "bodily injury" or "property damage" occurs, or the "per- sonal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement; or © 2013 Liberty Mutual Insurance CG 88 10 04 13 tncludos copyrighted material of Insurance Services office,Inc.,with its permission. Page 3 of 8 West Coast Signal,Inc. BKS55820397 b- Pre misesorfaciIities rented by you or used by you; or c. The maintenance, operation or use by you of equipment rented or leased to you by such person or organization;or i Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to "bodily injury", "property damage", or "personal and ad- vertising injury"arising out of the operations performed forthe state or political subdivision; (2) This insurance does not apply to "bodily injury" or "property damage" included within the "completed operations hazard", (3) Insurance applies to premises you own, rent, or control but only with respect to the following hazards: (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar expo- sures; or (b) The construction,erection,or removal of elevators; or (c) The ownership, maintenance,or use of any elevators covered by this insurance. However: 1. The insurance afforded to such additional insured only applies to the extent permitted bylaw; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insur- ance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this endorsement ends when; (1) All work, including materials, parts or equipment furnished in connection with such work,on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional insureds) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project, With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such premises or facilities ends. With respects to Paragraph 1.i above,this insurance does not apply to any "occurrence" which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The insurance provided by this endorsement applies only if the written contract or written agreement is signed priorto the "bodily injury" or"property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence, Offense, Claim Or Suit under Section IV - Commercial General Liability Corl Voris. 9 2013 Liberty Mutual Insurance CG 8810 04 13 ociudes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 4 of 8 West Coast Signal,Inc. BKS55820397 2. With respect to the insurance provided by this endorsement,the following are added to Paragraph 2. Exclusions under Section I-Coverage A-Bodily Injury And Property Damage Liability: This insurance does not apply to: a. "Bodily injury" or"property damage" arising from the sole negligence of the additional insured. b. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or"property damage" occurs, c. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the render- ing of, or the failure to render,any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports,surveys,field orders,change orders or drawings and specifications; or (2) Supervisory, inspection,architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing In the supervision, hiring, employment, training or monitoring of others by that insured, if the "occur- rence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", Involved the rendering of, or the failure to render, any professional architectural,engineering or surveying services. d. "Bodily injury" or"property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project(other then service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project, e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS endorsement is- sued by us and made a part of this policy. 3. With respect to the insurance afforded to these additional insureds,the following is added to Section III -Limits Of Insurance: If coverage provided to the additional insured Is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4. Other insurance of SECTION IV-COMMERCIAL GENERAL LIABILITY CONDITIONS is amend- ed as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contractor written agreement to provide the additional insured coverage on a primary and noncontributory basis,this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. O 20131.1berty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Off ioe,Inc.,with its permission. Page 5 of a West Coast Signal,Inc. BKS55820397 b. The following is added to Paragraph b.Excess Insurance., When a written contract or written agreement,other than a premises lease,facilities rental contract or agreement,an equipment rental or lease contract or agreement,or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the addi- tional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. I. ADDITIONAL INSUREDS-EXTENDED PROTECTION OF YOUR"LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2.Duties In The Event Of Occurrence,Offense,Claim or Suet: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence"or an offense that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a"suit" by the additional insured. 2. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III - Limits of Insurance of this policy, whichever are loss, These limits are Inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED-INCIDENTAL MEDICAL ERRORS/MALPRACTICE WHO IS AN INSURED-FELLOW EMPLOYEE EXTENSION-MANAGEMENT EMPLOYEES Paragraph 2.a.(1)of Section it-Who Is An Insured is replaced with the following: (1) "Bodily injury" or"personal and advertising injury": (a) To you,to your partners or members(if you area partnership or joint venture),to your members(if you area limited liability company), to a co-"employee" while in the course of his or her employ- ment or performing duties related to the conduct of your business, or to your other "volunteer workers"while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co-"employee" or "volunteer worker" as a consequence of Paragraph(1) (a)above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs(1)(a)or(b)above; or (d) Arising out of his or her providing or failing to provide professional health care services.However, if you are not in the business of providing professional health care services or providing profes- sional health care personnel to others, or if coverage for providing professional health care ser- vices is not otherwise excluded by separate endorsement, this provision(Paragraph (d)) does not apply. Paragraphs(a)and(b)above do not applyto "bodily injury"or"personal and advertising injury"caused by an "employee" who is acting In a supervisory capacity for you. Supervisory capacity as used herein means the "empfoyee's" job responsibilities assigned by you, includes the direct supervision of other "employ- ees" of yours. However, none of these "employees" are insureds for "bodily injury" or "personal and a 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Omce,Inc.,with its permission. Page 6 of 8 West Coast Signal,Inc. BKS55820397 advertising injury" arising out of their willful conduct,which is defined as the purposeful or willful intent to cause "bodily injury" or "personal and advertising injury", or caused in whole or in part by their intoxica- tion by liquor or controlled substances. The coverage provided by provision J. is excess over any other valid and colfectabfe insurance available to your "employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3.of Section II-Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the expiration of the policy period in which the entity was acquired orformed by you; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired orformed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insured with respectto the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured underthis provision. L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV-Commercial General Liability Conditions,the following is added to Condition 6. Repre- sentations: Your failure to disclose all hazards or prior "occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior"occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE,OFFENSE,CLAIM OR SUIT Under Section IV-Commercial General Liability Conditions, the following Is added to Condition 2. Duties In The Event of Occurrence,Offense,Claim Or Suit: Knowledge of an "occurrence", offense, claim or "suit" by an agent, servant or "employee" of any insured shall not In Itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Section II -Who Is An Insured or a person who has been designated by them to receive reports of "occurrences", offenses, claims or "suits" shall have received such notice from the agent, servant or "employee". N. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge,your policy wil I automatically provide the coverage as of the day the revision is effective in your state, 0. BODILY INJURY REDEFINED Under Section V-Definitions,Definition 3. is replaced by the following: 3. "Bodily Injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sick- ness or disease. ® 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 7 of 8 West Coast Signal,Inc. BKS55820397 P. EXTENDED PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV-Commercial General Liability Conditions,the following is added to Condition 8. Trans- fer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products-completed operations hazard" provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization; and 2. The injury or damage occurs subsequent to the execution of the written contract or written agree- ment, ® 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 8 of 8 West Coast Signal,Inc. eKS55820397 COMMERCIAL GENERAL LIABILITY CG 85 84 10 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s)or Organization(s): City of Kent 220 Fourth Avenue S '.. Kent,WA 98032 Location And Description of Completed Operations: RE:Traffic Control Signal System Traffic Signal Display Modifications/ Federal Aid Number: HSIP(370)JProject Number: 14-3004The contracting agency and its officers,elected officials,employees,agents and volunteers are includedas an additional insured as reclined by written contract and per attached (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Paragraph 2. under Section II —Who Is An Insured is amended to include as an insured any person or organization shown in the Schedule, whom you have agreed to add as an additional in a written contract or written agreement. Such person or organization is an additional insured but only with respect to liability for"bodily injury" or"property damage': 1. Caused by"your work" performed for that additional insured that is the subject of the written contract or written agreement and at the location designated in and described in the Schedule of this endorsement; and 2. Included in the"products-completed operations hazard". The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the"bodily injury"or"property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit under Section IV—Commercial General Liability Conditions. B. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I—Coverage A—Bodily Injury And Property Damage Liability: CG 85 84 10 09 ©2010 Liberty Mutual Insurance Company. All rights reserved. Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. The insurance does not apply to: 1. "Bodily injury'or"property damage"that occurs prior to you commencing operations at the location where such "bodily injury" or"property damage" occurs. 2. "Bodily injury"or"property damage"arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawing and specifications; and b. Supervisory, inspection, architectural or engineering activities. C. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III —Limits Of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. D. With respect to the insurance afforded by this endorsement, Section IV—Commercial General Liability Conditions is amended as follows: 1. The following is added to Paragraph 2. Duties in The Event Of Occurrence, Offense, Claims Or Suit: An additional insured under this endorsement will as soon as practicable. a. Give written notice of an "occurrence"or an offense that may result in a claim or"suit" under this insurance to us; b. Tender the defense and indemnity of any claim or"suit"to all insurers whom also have insurance available to the additional insured; and C. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part, d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured. 2. Paragraph 4., of Section IV—Commercial General Liability Conditions is amended as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. CG 85 84 10 09 02010 Liberty Mutual Insurance Company. All rights reserved. Page 2 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. COMMERCIAL AUTO CA 88 10 01 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement,the provisions of the policy apply unless modified by the endorsement. COVERAGEINDEX SUBJECT PROVISION NUMBER ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 3 ACCIDENTAL AIRBAG DEPLOYMENT 12 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 19 AMENDED FELLOW EMPLOYEE EXCLUSION 5 AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 13 BROAD FORM INSURED 1 BODILY INJURY REDEFINED 22 EMPLOYEES AS INSUREDS (including employee hired auto) 2 EXTENDED CANCELLATION CONDITION 23 EXTRA EXPENSE—BROADENED COVERAGE 10 GLASS REPAIR—WAIVER OF DEDUCTIBLE 15 HIRED AUTO PHYSICAL DAMAGE (including employee hired auto and loss of use) 6 HIRED AUTO COVERAGE TERRITORY 20 LOAN/LEASE GAP 14 PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) 16 PERSONAL EFFECTS COVERAGE 11 PHYSICAL DAMAGE—ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 8 RENTAL REIMBURSEMENT 9 SUPPLEMENTARY PAYMENTS 4 TOWING AND LABOR 7 TWO OR MORE DEDUCTIBLES 17 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 18 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 20 SECTION II—LIABILITY COVERAGE is amended as follows: 1. BROAD FORM INSURED SECTION II — LIABILITY COVERAGE, paragraph A.I. —WHO IS AN INSURED is amended to include the following as an insured: d. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period. However, "insured" does not include any organization that: (1) Is a partnership or joint venture; or (2) Is an insured under any other automobile policy; or (3) Has exhausted its Limit of Insurance under any other automobile policy. Paragraph d. (2) of this provision does not apply to a policy written to apply specifically in excess of this policy. e. Any organization you newly acquire or form, other than a partnership or joint venture, of which you own more than 50 percent of the voting stock. This automatic coverage is afforded only for 180 days from the date of acquisition or formation. However, coverage under this provision does not apply: (1) If there is similar insurance or a self-insured retention plan available to that organization; ©2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 1 of 7 (2) If the Limits of Insurance of any other insurance policy have been exhausted; or (3) To "bodily injury' or "property damage" that occurred before you acquired or formed the organization. 2. EMPLOYEES AS INSUREDS SECTION II — LIABILITY COVERAGE, paragraph A.I. —WHO IS AN INSURED is amended to include the following as an insured: f. Any"employee" of yours while using a covered "auto'you do not own, hire or borrow, but only for acts within the scope of their employment by you. Insurance provided by this endorsement is excess over any other insurance available to any "employee". g. An "employee of yours while operating an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business and within the scope of their employment. Insurance provided by this endorsement is excess over any other insurance available to the"employee". 3. ADDITIONAL INSURED BY CONTRACT,AGREEMENT OR PERMIT SECTION II — LIABILITY COVERAGE, paragraph A.I. —WHO IS AN INSURED is amended to include the following as an insured: In. Any person or organization with respect to the operation, maintenance or use of a covered "auto", provided that you and such person or organization have agreed in a written contract, agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or governmental or public authority to this policy as an "insured". However, such person or organization is an "insured": (1) Only with respect to the operation, maintenance or use of a covered "auto"; (2) Only for "bodily injury" or "property damage" caused by an "accident" which takes place after you executed the written contract or agreement, or the permit has been issued to you; and (3) Only for the duration of that contract, agreement or permit 4. SUPPLEMENTARY PAYMENTS SECTION II — LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, paragraphs (2) and (4) are replaced by the following: (2) Up to$3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the insured at our request, including actual loss of earnings up to $500 a day because of time off from work. 5. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the employer by the workers compensation exclusivity rule, or similar protection, the following provision is added: SECTION 11—LIABILITY, exclusion B.5.FELLOW EMPLOYEE does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire. SECTION III—PHYSICAL DAMAGE COVERAGE is amended as follows: 6. HIRED AUTO PHYSICAL DAMAGE Paragraph A.4. Coverage Extensions of SECTION III — PHYSICAL DAMAGE COVERAGE, is amended by adding the following: If hired "autos" are covered "autos"for Liability Coverage, and if Comprehensive, Specified Causes of Loss or Collision coverage are provided under the Business Auto Coverage Form for any "auto" you own, then the Physical Damage coverages provided are extended to"autos": a. You hire, rent or borrow; or ©2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance services Office, Inc.,with its permission. Page 2 of 7 b. Your"employes' hires or rents under a written contract or agreement in that "employee's' name, but only if the damage occurs while the vehicle is being used in the conduct of your business, subject to the following limit and deductible: A. The most we will pay for"loss' in any one "accident' or"loss" is the smallest of: (1) $50,000; or (2) The actual cash value of the damaged or stolen property as of the time of the"loss'; or (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality, minus a deductible. B. The deductible will be equal to the largest deductible applicable to any owned"auto'for that coverage. C. Subject to the limit, deductible and excess provisions described in this provision, we will provide coverage equal to the broadest coverage applicable to any covered "auto'you own. D. Subject to a maximum of$1,000 per"accident', we will also cover the actual loss of use of the hired "auto" if it results from an "accident', you are legally liable and the lessor incurs an actual financial loss. E. This coverage extension does not apply to: (1) Any"auto"that is hired, rented or borrowed with a driver; or (2) Any"auto'that is hired, rented or borrowed from your"employes'. For the purposes of this provision, SECTION V—DEFINITIONS is amended by adding the following: 'Total loss'means a "loss' in which the cost of repairs plus the salvage value exceeds the actual cash value. 7. TOWING AND LABOR SECTION III — PHYSICAL DAMAGE COVERAGE, paragraph A.2. Towing, is amended by the addition of the following: We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" classified and rated as a private passenger type, 'light truck' or"medium truck' is disabled: a. For private passenger type vehicles, we will pay up to$50 per disablement. b. For light trucks", we will pay up to $50 per disablement. "Light trucks" are trucks that have a gross vehicle weight(GVW)of 10,000 pounds or less. C. For"medium trucks' , we will pay up to $150 per disablement. "Medium trucks" are trucks that have a gross vehicle weight(GVW)of 10,001 —20,000 pounds. However, the labor must be performed at the place of disablement. 8. PHYSICAL DAMAGE -ADDITIONAL TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a., Coverage Extension of SECTION III — PHYSICAL DAMAGE COVERAGE, is amended to provide a limit of$50 per day and a maximum limit of$1,500 ©2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 3 of 7 9. RENTAL REIMBURSEMENT SECTION III—PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: a. We will pay up to $75 per day for rental reimbursement expenses incurred by you for the rental of an "auto" because of "accident" or "loss", to an "auto" for which we also pay a "loss" under Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those expenses incurred after the first 24 hours following the "accident" or"loss"to the covered"auto." b. Rental Reimbursement will be based on the rental of a comparable vehicle, which in many cases may be substantially less than $75 per day, and will only be allowed for the period of time it should take to repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days. C. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and replace your tools and equipment from the covered "auto". d. This coverage does not apply unless you have a business necessity that other "autos" available for your use and operation cannot fill. e. If"loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under Paragraph 4. Coverage Extension. f. No deductible applies to this coverage. For the purposes of this endorsement provision, materials and equipment do not include "personal effects" as defined in provision 11. 10. EXTRA EXPENSE - BROADENED COVERAGE Under SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, we will pay for the expense of returning a stolen covered "auto"to you. The maximum amount we will pay is $1,000. 11. PERSONAL EFFECTS COVERAGE A. SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: If you have purchased Comprehensive Coverage on this policy for an "auto"you own and that"auto" is stolen, we will pay, without application of a deductible, up to $600 for"personal effects" stolen with the"auto." The insurance provided under this provision is excess over any other collectible insurance. B. SECTION V— DEFINITIONS is amended by adding the following: For the purposes of this provision, "personal effects" mean tangible property that is worn or carried by an insured." "Personal effects" does not include tools, equipment,jewelry, money or securities. 12. ACCIDENTAL AIRBAG DEPLOYMENT SECTION III —PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS is amended by adding the following: If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for"loss" relating to mechanical breakdown does not apply to the accidental discharge of an airbag. Any insurance we provide shall be excess over any other collectible insurance or reimbursement by manufacturer's warranty. However, we agree to pay any deductible applicable to the other coverage or warranty. 13. AUDIO,VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION III — PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS, exception paragraph a. to exclusions 4.c. and 4.d. is deleted and replaced with the following: ©2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 4 of 7 Exclusion 4.c. and 4.d. do not apply to: a. Electronic equipment that receives or transmits audio, visual or data signals, whether or not designed solely for the reproduction of sound, if the equipment is permanently installed in the covered "auto" at the time of the "loss" and such equipment is designed to be solely operated by use of the power from the "auto's" electrical system, in or upon the covered "auto" and physical damage coverages are provided for the covered "auto"; or If the "loss" occurs solely to audio, visual or data electronic equipment or accessories used with this equipment, then our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by a $100 deductible. 14. LOAN /LEASE GAP COVERAGE A. Paragraph C., LIMIT OF INSURANCE of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by adding the following: The most we will pay for a "total loss" to a covered "auto" owned by or leased to you in any one "accident" is the greater of the: 1. Balance due under the terms of the loan or lease to which the damaged covered "auto" is subject at the time of the"loss" less the amount of: a. Overdue payments and financial penalties associated with those payments as of the date of the "loss", b. Financial penalties imposed under a lease due to high mileage, excessive use or abnormal wear and tear, C. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease, d. Transfer or rollover balances from previous loans or leases, e. Final payment due under a"Balloon Loan", f. The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a covered "auto", g. Security deposits not refunded by a lessor, h. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered "auto", I. Any amount representing taxes, j. Loan or lease termination fees; or 2. The actual cash value of the damage or stolen property as of the time of the "loss". An adjustment for depreciation and physical condition will be made in determining the actual cash value at the time of the "loss". This adjustment is not applicable in Texas. B. ADDITIONAL CONDITIONS This coverage applies only to the original loan for which the covered "auto" that incurred the loss serves as collateral, or lease written on the covered "auto"that incurred the loss. C. SECTION V—DEFINTIONS is changed by adding the following: As used in this endorsement provision, the following definitions apply: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. A"balloon loan" is one with periodic payments that are insufficient to repay the balance over the term of the loan, thereby requiring a large final payment. ©2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance Services Office, Inc.,with Its permission. Page 5 of 7 15. GLASS REPAIR -WAIVER OF DEDUCTIBLE Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 16. PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: The deductible does not apply to 'loss" caused by collision to such covered "auto' of the private passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as maximum loaded weight the"auto' is designed to cant'while it is: a. In the charge of an "insured"; b. Legally parked; and C. Unoccupied. The 'loss" must be reported to the police authorities within 24 hours of known damage. The total amount of the damage to the covered "auto' must exceed the deductible shown in the Declarations. This provision does not apply to any`loss" if the covered "auto" is in the charge of any person or organization engaged in the automobile business. 17. TWO OR MORE DEDUCTIBLES Under SECTION III PHYSICAL DAMAGE COVERAGE, if two or more company policies or coverage forms apply to the same accident, the following applies to paragraph D. Deductible: a. If the applicable Business Auto deductible is the smaller(or smallest) deductible it will be waived; or b. If the applicable Business Auto deductible is not the smaller(or smallest) deductible it will be reduced by the amount of the smaller (or smallest) deductible; or C. If the loss involves two or more Business Auto coverage forms or policies the smaller (or smallest) deductible will be waived. For the purpose of this endorsement company means any company that is part of the Liberty Mutual Group. SECTION IV—BUSINESS AUTO CONDITIONS is amended as follows: 18. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV- BUSINESS AUTO CONDITIONS, Paragraph B,2. is amended by adding the following: If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the inception date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, and we have the right to collect additional premium for any such hazard or exposure. 19. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS SECTION IV— BUSINESS AUTO CONDITIONS, paragraph A.2.a. is replaced in its entirety by the following: a. In the event of"accident', claim, "suit'or`loss", you must promptly notify us when it is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. Member, if you are a limited liability company; 4. An executive officer or the "employee" designated by the Named Insured to give such notice, if you are a corporation. ©2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 6 of 7 To the extent possible, notice to us should include: (1) How, when and where the "accident" or"loss"took place; (2) The "insureds" name and address; and (3) The names and addresses of any injured persons and witnesses. 20. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV — BUSINESS AUTO CONDITIONS, paragraph A.5., Transfer of Rights of Recovery Against Others to Us, is amended by the addition of the following: If the person or organization has waived those rights before an "accident" or "loss", our rights are waived also. 21. HIRED AUTO COVERAGE TERRITORY SECTION IV — BUSINESS AUTO CONDITIONS, paragraph B.7., Policy Period, Coverage Territory, is amended by the addition of the following: f. For "autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that the insured's responsibility to pay for damages is determined in a "suit", on the merits, in the United States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with a driver. SECTION V— DEFINITIONS is amended as follows: 22. BODILY INJURY REDEFINED Under SECTION V—DEFINTIONS, definition C. is replaced by the following: "Bodily injury" means physical injury, sickness or disease sustained by a person, including mental anguish, mental injury, shock, fright or death resulting from any of these at any time. COMMMON POLICY CONDITIONS 23. EXTENDED CANCELLATION CONDITION COMMON POLICY CONDITIONS, paragraph A.—CANCELLATION condition applies except as follows: If we cancel for any reason other than nonpayment of premium, we will mail to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation. This provision does not apply in those states which require more than 60 days prior notice of cancellation. ©2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance services Office,Inc.,with its permission. Page 7 of 7 This page has been left blank intentionally, West Coast Signal,Inc. BKS55820397 COMMERCIAL GENERAL LIABILITY CG 88 70 12 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONSTRUCTION PROJECT(S) - GENERAL AGGREGATE LIMIT (PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex- penses caused by accidents under Section I - Coverage C Medical Payments, which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. A separate Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard", and for medical expenses under Cov- erage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit for any other construction project. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex- penses caused by accidents under Section I - Coverage C Medical Payments, which cannot be attrib- uted only to ongoing Operations at a single construction project away from premises owned by or rented to you: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit,whichever is applicable; and 2- Such payments shall not reduce any Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products-completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard" will reduce the Products-Completed Operations Aggregate Limit,and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables,the project will still be deemedto be the same construction project. E. The provisions of Section III - Limits Of Insurance not otherwise modified by this endorsement shall continue to apply. CIS 88 70 12 08 Includes copyrighted material of ISO Properties,Inc.,with its permission. Page 1 of 1 KENT SPECIAL PROVISIONS TABLE OF CONTENTS AMENDMENTS PAGE Introduction ................................................................................AMD-2 1-01 Definitions and Terms..................................................AMD-2 1-02 Bid Procedures and Conditions......................................AMD-2 1-03 Award and Execution of Contract...................................AMD-3 1-04 Scope of the Work ......................................................AMD-3 1-05 Control of Work ..........................................................AMD-7 1-07 Legal Relations and Responsibilities to the Public.............AMD-9 1-08 Prosecution and Progress .............................................AMD-10 1-09 Measurement and Payment ..........................................AMD-11 1-10 Temporary Traffic Control ............................................AMD-11 2-01 Clearing, Grubbing, and Roadside Cleanup .....................AMD-16 j 2-02 Removal of Structures and Obstructions.........................AMD-16 2-03 Roadway Excavation and Embankment ..........................AMD-17 2-09 Structure Excavation ...................................................AMD-18 2-12 Construction Geosynthetic............................................AMD-18 3-04 Acceptance of Aggregate .............................................AMD-18 5-01 Cement Concrete Pavement Rehabilitation......................AMD-18 5-02 Bituminous Surface Treatment......................................AMD-19 5-04 Hot Mix Asphalt ..........................................................AMD-19 5-05 Cement Concrete Pavement .........................................AMD-25 6-01 General Requirements for Structures .............................AMD-26 6-02 Concrete Structures ....................................................AMD-27 6-03 Steel Structures..........................................................AMD-45 6-04 Timber Structures .......................................................AMD-50 6-05 Piling ........................................................................AMD-50 6-06 Bridge Railings ...........................................................AMD-53 6-07 Painting.....................................................................AMD-53 6-09 Modified Concrete Overlays ..........................................AMD-59 6-10 Concrete Barrier .........................................................AMD-63 6-11 Reinforced Concrete Walls............................................AMD-64 6-12 Noise Barrier Walls......................................................AMD-64 6-13 Structural Earth Walls..................................................AMD-66 6-14 Geosynthetic Retaining Walls........................................AMD-68 6-15 Soil Nail Walls ............................................................AMD-69 6-16 Soldier Pile and Soldier Pile Tieback Walls.......................AMD-69 6-17 Permanent Ground Anchors..........................................AMD-71 6-18 Shotcrete Facing.........................................................AMD-72 6-19 Shafts .......................................................................AMD-73 8-01 Erosion Control and Water Pollution Control....................AMD-76 8-02 Roadside Restoration...................................................AMD-80 8-04 Curbs, Gutters, and Spillways.......................................AMD-83 8-09 Raised Pavement Markers ............................................AMD-84 8-11 Guardrail ...................................................................AMD-84 8-18 Mailbox Support .........................................................AMD-85 Traffic Control Signal System/Mullen June 16, 2015 Federal Aid Number: HSIP-000S (370) , Project Number: 14-3004 KENT SPEC I AL PROV 1 S I ONS TABLE OF CONTENTS AMENDMENTS PAGE 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical..........................AMD-85 8-21 Permanent Signing.....................................................AMD-87 8-22 Pavement Marking .....................................................AMD-87 8-23 Temporary Pavement Markings.....................................AMD-87 9-01 Portland Cement........................................................AMD-90 9-02 Bituminous Material ...................................................AMD-91 9-03 Aggregates ...............................................................AMD-92 9-04 Joint and Crack Sealing Materials .................................AMD-94 9-05 Drainage Structures and Culverts.................................AMD-95 9-06 Structural Steel and Related Materials ..........................AMD-95 9-07 Reinforcing Steel .......................................................AMD-95 9-08 Paints and Related Materials.............. .........................AMD-96 9-09 Timber and Lumber....................................................AMD-96 9-10 Piling .......................................................................AMD-97 9-13 Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion and Scour Protection and Rock Walls .................AMD-98 9-14 Erosion Control and Roadside Planting ..........................AMD-99 9-15 Irrigation System.......................................................AMD-101 9-16 Fence and Guardrail ...................................................AMD-101 9-29 Illumination, Signal, Electrical......................................AMD-102 9-31 Elastomeric Bearing Pads ............................................AMD-104 9-32 Mailbox Support ........................................................AMD-104 9-34 Pavement Marking Material .........................................AMD-105 9-35 Temporary Traffic Control Materials AMD-106 GENERAL SPECIAL PROVISIONS Special Provisions ......................................................................... GSP-1 1-02 Bid Procedures and Conditions......................................GSP-2 1-06 Control of Material ...................................................... GSP-2 1-07 Legal Relations and Responsibilities to the Public.............GSP-3 1-08 Prosecution and Progress .............................................GSP-15 1-09 Measurement and Payment .......................................... GSP-17 1-10 Temporary Traffic Control ............................................GSP-17 2-01 Clearing, Grubbing, and Roadside Cleanup .....................GSP-19 2-02 Removal of Structures and Obstructions.........................GSP-19 8-14 Cement Concrete Sidewalks .........................................GSP-20 StandardPlans .............................................................................GSP-21 Traffic Control Signal System/Mullen June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 KENT SPECIAL PROVISIONS TABLE OF CONTENTS APWA GENERAL SPECIAL PROVISIONS.........................PAGE Introduction to the Special Provisions .............................................APWA-1 1-01.3 Definitions ................................................................APWA-1 1-02.1 Qualifications of Bidders .............................................APWA-3 1-02.2 Plans and Specifications..............................................APWA-4 1-02.5 Proposal Forms..........................................................APWA-4 1-02.6 Preparation or Proposal ..............................................APWA-5 1-02.7 Bid Deposit ...............................................................APWA-5 1-02.9 Delivery of Proposal ...................................................APWA-6 1-02.13 Irregular Proposals.....................................................APWA-6 1-02.14 Disqualification of Bidders ...........................................APWA-7 1-02.15 Pre Award Information................................................APWA-7 1-03.1 Consideration of Bids..................................................APWA-8 1-03.4 Contract Bond ...........................................................APWA-9 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda ........................APWA-10 1-05.7 Removal of Defective and Unauthorized Work ................APWA-10 1-05.11 Final Inspection .........................................................APWA-11 1-05.13 Superintendents, Labor and Equipment of Contractor......APWA-13 1-05.15 Method of Service Notices ...........................................APWA-13 1-05.16 Water and Power .......................................................APWA-13 1-05.17 Oral Agreements........................................................APWA-13 1-07.1 Laws to be Observed ..................................................APWA-13 1-07.2 State Sales Tax .........................................................APWA-14 1-07.11 Requirements for Nondiscrimination .............................APWA-16 1-07.18 Public Liability and Property Damage Insurance..............APWA-24 1-07.24 Rights of Way............................................................APWA-27 1-08 Prosecution and Progress ............................................APWA-28 1-08.0 Preliminary Matters....................................................APWA-28 1-08.1 Subcontracting ..........................................................APWA-29 1-08.4 Notice to Proceed and Prosecution of the Work...............APWA-29 1-08.5 Time for Completion...................................................APWA-30 1-08.9 Liquidated Damages...................................................APWA-31 1-09.6 Force Account ...........................................................APWA-31 1-09.9 Payments .................................................................APWA-32 1-09.13 Claim Resolution........................................................APWA-32 KENT SPEC I AL PROV I S I ONS DIVISION GENERAL REQU I REMENTS ................................. 1-1 1-08 Prosecution and Progress ............................................. 1-1 1-09 Measurement and Payment .......................................... 1-4 1-10 Temporary Traffic Control ............................................ 1-5 Traffic Control Signal System/Mullen June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 KENT SPECIAL PROVISIONS PAGE DIVISION 2 EARTHWORK...................................................... 2-1 2-02 Removal of Structures and Obstructions......................... 2-1 DIVISION 8 MISCELLANEOUS CONSTRUCTION ..................... 8-1 8-20 Illumination, Traffic Signal Systems, and Electrical .......... 8-1 DIVISION 9 MATERIALS........................................................ 9-1 9-29 Illumination, Signal, Electrical....................................... 9-1 KENT STANDARD PLANS ............................................................. A-1 WSDOT STANDARD PLANS.......................................................... A-2 WSDOT SPCC PLAN TEMPLATE.................................................... A-3 INTERSECTION MODIFICATION DRAWINGS............................... A-4 PREVAILING WAGE RATES.......................................................... A-5 Traffic Control Signal System/Mullen June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 AMENDMENTS Traffic Control Signal System/Mullen AMD - 1 June 15, 2015 j Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 I INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2014 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. For informational 10 purposes, the date following each Amendment title indicates the implementation date of the 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 15 16 1-01.AP1 17 Section 1-01, Definitions and Terms 18 August 4, 2014 19 1-01.3 Definitions 20 The definition for "Engineer" is revised to read: 21 22 The Contracting Agency's representative who directly supervises the engineering and 23 administration of a construction Contract. 24 25 The definition for"Inspector" is revised to read: 26 27 The Engineer's representative who inspects Contract performance in detail. 28 29 The definition for"Project Engineer' is revised to read: 30 31 Same as Engineer. 32 33 The definition for "Working Drawings" is revised to read: 34 35 Drawings, plans, diagrams, or any other supplementary data or calculations, including a 36 schedule of submittal dates for Working Drawings where specified, which the Contractor 37 must submit to the Engineer. 38 39 1-02.AP1 40 Section 1-02, Bid Procedures and Conditions 41 April 7, 2014 42 1-02.8(1) Noncollusion Declaration 43 The third paragraph is revised to read: 44 AMENDMENTS TO THE 2614 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 2 1 Therefore, by including the Non-collusion Declaration as part of the signed bid Proposal, 2 the Bidder is deemed to have certified and agreed to the requirements of the 3 Declaration. 4 5 1-03.AP1 6 Section 1-03, Award and Execution of Contract 7 January 5, 2015 8 1-03.3 Execution of Contract 9 The first paragraph is revised to read. 10 11 Within 20 calendar days after the Award date, the successful Bidder shall return the 12 signed Contracting Agency-prepared Contract, an insurance certification as required by 13 Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4, and 14 shall be registered as a contractor in the state of Washington. 15 16 1-03.4 Contract Bond 17 The last word of item 3 is deleted. 18 19 Item 4 is renumbered to 5. 20 21 The following is inserted after item 3 (after the preceding Amendments are applied): 22 23 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the 24 project under titles 50, 51, and 82 RCW; and 25 26 1-03.5 Failure to Execute Contract 27 The first sentence is revised to read: 28 29 Failure to return the insurance certification and bond with the signed Contract as 30 required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women's 31 Business Enterprise information if required in the Contract, or failure or refusal to sign 32 the Contract, or failure to register as a contractor in the state of Washington shall result 33 in forfeiture of the proposal bond or deposit of this Bidder. 34 35 1-04.AP1 36 Section 1-04, Scope of the Work 37 August 4, 2014 38 1-04.4 Changes 39 In the third paragraph, item number 1 and 2 are revised to read: 40 41 A. When the character of the Work as altered differs materially in kind or nature from 42 that involved or included in the original proposed construction; or 43 44 B. When an item of Work, as defined elsewhere in the Contract, is increased in excess 45 of 125 percent or decreased below 75 percent of the original Contract quantity. For 46 the purpose of this Section, an item of Work will be defined as any item that qualifies 47 for adjustment under the provisions of Section 1-04.6. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 AMD - 3 1 2 The last two paragraphs are deleted. 3 4 This section is supplemented with the following new subsections: 5 6 1-04.4(2) Value Engineering Change Proposal (VECP) 7 8 1-04.4(2)A General 9 A VECP is a Contractor proposed change to the Contract Provisions which will 10 accomplish the projects functional requirements in a manner that is equal to or 11 better than the requirements in the Contract. The VECP may be: (1) at a less cost 12 or time, or (2) either no cost savings or a minor increase in cost with a reduction in 13 Contract time. The net savings or added costs to the Contract Work are shared by 14 the Contractor and Contracting Agency. 15 16 The Contractor may submit a VECP for changing the Plans, Specifications, or other 17 requirements of the Contract. The Engineer's decision to accept or reject all or part 18 of the proposal is final and not subject to arbitration under the arbitration clause or 19 otherwise subject to litigation. 20 21 The VECP shall meet all of the following: 22 23 1. Not adversely affect the long term life cycle costs. 24 25 2. Not adversely impact the ability to perform maintenance. 26 27 3. Provide the required safety and appearance. 28 29 4. Provide substitution for deleted or reduced Disadvantaged Business 30 Enterprise Condition of Award Work, Apprentice Utilization and Training. 31 32 VECPs that provide a time reduction shall meet the following requirements: 33 34 1. Time saving is a direct result of the VECP. 35 36 2. Liquidated damages penalties are not used to calculate savings. 37 38 3. Administrative/overhead cost savings experienced by either the Contractor 39 or Contracting Agency as a result of time reduction accrue to each party 40 and are not used to calculate savings. 41 42 1-04.4(2)B VECP Savings 43 44 1-04.4(2)B1 Proposal Savings 45 The incentive payment to the Contractor shall be one-half of the net savings of 46 the proposal calculated as follows: 47 48 1. (gross cost of deleted work) — (gross cost of added work) = (gross 49 savings) 50 51 2. (gross savings)— (Contractor's engineering costs)— (Contracting 52 Agency's costs) = (net savings) AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 4 1 2 3. (net savings)/2 = (incentive pay) 3 4 The Contracting Agency's costs shall be the actual consultant costs billed to 5 the Contracting Agency and in-house costs. Costs for personnel assigned to 6 the Engineer's office shall not be included. 7 8 1-04.4(2)B2 Added Costs to Achieve Time Savings 9 The cost to achieve the time savings shall be calculated as follows: 10 11 1. (cost of added work) + (Contractor's engineering costs - Contracting 12 Agency's engineering costs) = (cost to achieve time savings) 13 14 2. (cost to achieve time savings) /2 = (Contracting Agency's share of 15 added cost) 16 17 If the timesaving proposal also involves deleting work and, as a result, creates 18 a savings for the Contracting Agency, then the Contractor shall also receive 19 one-half of the savings realized through the deletion. 20 21 1-04.4(2)C VECPApproval 22 23 1-04.4(2)C1 Concept Approval 24 The Contractor shall submit a written proposal to the Engineer for 25 consideration. The proposal shall contain the following information: 26 27 1. An explanation outlining the benefit provided by the change(s). 28 29 2. A narrative description of the proposed change(s). If applicable, the 30 discussion shall include a demonstration of functional equivalency or a 31 description of how the proposal meets the original contract scope of 32 work. 33 34 3. A cost discussion estimating any net savings. Savings estimates will 35 generally follow the outline below under the section, "Proposal 36 Savings". 37 38 4. A statement providing the Contracting Agency with the right to use all 39 or any part of the proposal on future projects without future obligation 40 or compensation. 41 42 5. A statement acknowledging and agreeing that the Engineer's decision 43 to accept or reject all or part of the proposal is final and not subject to 44 arbitration under the arbitration clause or otherwise be subject to 45 claims or disputes. 46 47 6. A statement giving the dates the Engineer must make a decision to 48 accept or reject the conceptual proposal, the date that approval to 49 proceed must be received, and the date the work must begin in order 50 to not delay the contract. If the Contracting Agency does not approve 51 the VECP by the date specified by the Contractor in their proposal the 52 VECP will be deemed rejected. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 5 1 II 2 7. The submittal will include an analysis on other Work that may have 3 costs that changed as a result of the VECP. Traffic control and 4 erosion control shall both be included in addition to any other impacted 5 Work. 6 7 After review of the proposal, the Engineer will respond in writing with 8 acceptance or rejection of the concept. This acceptance shall not be 9 construed as authority to proceed with any change contract work. Concept 10 approval allows the Contractor to proceed with the Work needed to develop 11 final plans and other information to receive formal approval and to support 12 preparation of a change order. 13 14 1-04.4(2)C2 Formal Approval 15 The Contractor's submittal to the Engineer for formal approval shall include the 16 following: 17 18 1. Deleted Work— Include the calculated quantities of unit price Work to 19 be deleted. Include the proposed partial prices for portions of lump 20 sum Work deleted. For deletion of force account items include the 21 time and material estimates. 22 23 2. Added Work— Include the calculated quantities of unit price Work to 24 be added, either by original unit Contract prices or by new, negotiated 25 unit prices. For new items of Work include the quantities and 26 proposed prices. 27 28 3. Contractor's Engineering Costs — Submit the labor costs for the 29 engineering to develop the proposal; costs for Contractor employees 30 utilized in contract operations on a regular basis shall not be included. 31 32 4. Schedule Analysis— If the VECP is related to time savings, the 33 Contractor shall submit a partial progress schedule showing the 34 changed Work. The submittal shall also include a discussion 35 comparing the partial progress schedule with the approved progress 36 schedule for the project. 37 38 5. Working Drawings—Type 3 Working Drawings shall be submitted; 39 those drawings which require engineering shall be a Type 3E. 40 41 Formal approval of the proposal will be documented by issuance of a change 42 order. The VECP change order will contain the following statements which the 43 Contractor agrees to by signing the change order: 44 45 1. The Contractor accepts design risk of all features, both temporary and 46 permanent, of the changed Work. 47 48 2. The Contractor accepts risk of constructability of the changed Work. 49 50 3. The Contractor provides the Contracting Agency with the right to use 51 all or any part of the proposal on future projects without further 52 obligation or compensation. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 AMD - 6 1 2 VECP change orders will contain separate pay items for the items that are 3 applicable to the Proposal. These are as follows: 4 5 1. Deleted Work. 6 7 2. Added Work. 8 9 3. The Contractor's engineering costs, reimbursed at 100 percent of the 10 Contractor's cost. 11 12 4. Incentive payment to the Contractor. 13 14 When added Work costs exceed Deleted Work costs, but time savings make a 15 viable proposal, then items 3 and 4 above are replaced with the following: 16 17 3. The Contracting Agency's share of added cost to achieve time 18 savings. 19 20 4. The Contractor's share of savings from deleted Work. 21 22 1-04.4(2)C3 Authority to Proceed with Changed Work 23 The authority for the Contractor to proceed with the VECP Work will be 24 provided by one of the following options: 25 26 1. Execution of the VECP change order, or 27 28 2. At the Contractor's request the Contracting Agency may provide 29 approval by letter from the Engineer for the Work to proceed prior to 30 execution of a change order. All of the risk for proceeding with the 31 VECP shall be the responsibility of the Contractor. Additionally, the 32 following criteria are required to have been met: 33 34 a) Concept approval has been granted by the Contracting Agency. 35 36 b) All design reviews and approvals have been completed, including 37 plans and specifications. 38 39 c) The Contractor has guaranteed, in writing, the minimum savings 40 to the Contracting Agency. 41 42 1-05.AP1 43 Section 1-05, Control of Work 44 August 4, 2014 45 1-05.1 Authority of the Engineer 46 In this section, "Project Engineer' is revised to read "Engineer'. 47 48 The second paragraph (up until the colon) is revised to read: 49 50 The Engineer's decisions will be final on all questions including the following: AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 7 1 2 The first sentence in the third paragraph is revised to read: 3 4 The Engineer represents the Contracting Agency with full authority to enforce Contract 5 requirements. 6 7 1-05.2 Authority of Assistants and Inspectors 8 The first paragraph is revised to read: 9 10 The Engineer may appoint assistants and Inspectors to assist in determining that the 11 Work and materials meet the Contract requirements. Assistants and Inspectors have 12 the authority to reject defective material and suspend Work that is being done 13 improperly, subject to the final decisions of the Engineer. 14 15 In the third paragraph, "Project Engineer" is revised to read "Engineer". 16 17 1-05.3 Plans and Working Drawings 18 This section's title is revised to read: 19 20 Working Drawings 21 22 This section is revised to read: 23 24 The Contract may require the Contractor to submit Working Drawings for the 25 performance of the Work. Working Drawings shall be submitted by the Contractor 26 electronically to the Engineer in PDF format; drawing details shall be prepared in 27 accordance with conventional detailing practices. If the PDF format is found to be 28 unacceptable, at the request of the Engineer, the Contractor shall provide paper copies 29 of the Working Drawings with drawings on 11 by 17 inch sheets and calculations/text on 30 8'/a by 11 inch sheets. 31 32 Working Drawings will be Classified under the following categories: 33 34 1. Type 1 —Submitted for Contracting Agency information. Submittal must be 35 received by the Contracting Agency a minimum of 7 calendar days before work 36 represented by the submittal begins. 37 38 2. Type 2 — Submitted for Contracting Agency review and comment. Unless 39 otherwise stated in the Contract, the Engineer will require up to 20 calendar 40 days from the date the Working Drawing is received until it is returned to the 41 Contractor. The Contractor shall not proceed with the Work represented by the 42 Working Drawing until Comments from the Engineer have been addressed. 43 44 3. Type 2E — Same as a Type 2 Working Drawing with Engineering as described 45 below. 46 47 4. Type 3— Submitted for Contracting Agency review and approval. Unless 48 otherwise stated in the Contract, the Engineer will require up to 30 calendar 49 days from the date the Working Drawing is received until it is returned to the 50 Contractor. The Contractor shall obtain the Engineer's written approval before 51 proceeding with the Work represented by the Working Drawing, 52 AMENDMENTS TO THE 2614 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 8 '.. 1 5. Type 3E — Same as a Type 3 Working Drawing with Engineering as described 2 below. 3 4 All Working Drawings shall be considered Type 3 Working Drawings except as 5 specifically noted otherwise in the Contract. Unless designated otherwise by the 6 Contractor, submittals of Working Drawings will be reviewed in the order they are 7 received by the Engineer. In the event that several Working Drawings are received 8 simultaneously, the Contractor shall specify the sequence in which they are to be 9 reviewed. If the Contractor does not submit a review sequence for simultaneous 10 Working Drawing submittals, the review sequence will be at the Engineer's discretion. 11 12 Working Drawings requiring Engineering, Type 2E and 3E, shall be prepared by (or 13 under the direction of) a Professional Engineer, licensed under Title 18 RCW, State of 14 Washington, and in accordance with WAC 196-23-020. Design calculations shall carry 15 the Professional Engineer's signature and seal, date of signature, and registration 16 number on the cover page. The cover page shall also include the Contract number, 17 Contract title and sequential index to calculation page numbers. 18 19 If more than the specified number of days is required for the Engineer's review of any 20 individual Working Drawing or resubmittal, an extension of time will be considered in 21 accordance with Section 1-08.8. 22 23 Review or approval of Working Drawings shall neither confer upon the Contracting 24 Agency nor relieve the Contractor of any responsibility for the accuracy of the drawings 25 or their conformity with the Contract. The Contractor shall bear all risk and all costs of 26 any Work delays caused by rejection or nonapproval of Working Drawings. 27 28 Unit Bid prices shall cover all costs of Working Drawings. 29 30 1-07.AP1 31 Section 1-07, Legal Relations and Responsibilities to the Public 32 January 5, 2015 33 1-07.2 State Taxes 34 This section is revised to read: 35 36 The Washington State Department of Revenue has issued special rules on the state 37 sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The 38 Contracting Agency will not adjust its payment if the Contractor bases a Bid on a 39 misunderstood tax liability. 40 41 The Contracting Agency may deduct from its payments to the Contractor, retainage or 42 lien the bond, in the amount the Contractor owes the State Department of Revenue, 43 whether the amount owed relates to the Contract in question or not. Any amount so 44 deducted will be paid into the proper State fund on the contractor's behalf. For 45 additional information on tax rates and application refer to applicable RCWs, WACs or 46 the Department of Revenue's website. 47 48 1-07.2(1) State Sales Tax: Work Performed on City, County, or Federally- 49 Owned Land 50 This section including title is revised to read. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 9 1 2 1-07.2(1) State Sales Tax: WAC 458-20-171 — Use Tax 3 For Work designated as Rule 171, Use Tax, the Contractor shall include for 4 compensation the amount of any taxes paid in the various unit Bid prices or other 5 Contract amounts. Typically, these taxes are collected on materials incorporated into 6 the project and items such as the purchase or rental of; tools, machinery, equipment, or 7 consumable supplies not integrated into the project. 8 9 The Summary of Quantities in the Contract Plans identifies those parts of the project 10 that are subject to Use Tax under Section 1-07.2(1). 11 12 1-07.2(2) State Sales Tax: Work on State-Owned or Private Land j13 This section including title is revised to read: 14 15 1-07.2(2) State Sales Tax: WAC 458-20-170 — Retail Sales Tax 16 For Work designated as Rule 170, Retail Sales Tax, the Contractor shall collect from 17 the Contracting Agency, Retail Sales Tax on the full Contract price. The Contracting 18 Agency will automatically add this Retail Sales Tax to each payment to the Contractor 19 and for this reason; the Contractor shall not include the Retail Sales Tax in the unit Bid 20 prices or in any other Contract amount. However, the Contracting Agency will not 21 provide additional compensation to the Prime Contractor or Subcontractor for Retail 22 Sales Taxes paid by the Contractor in addition to the Retail Sales Tax on the total 23 contract amount. Typically, these taxes are collected on items such as the purchase or 24 rental of; tools, machinery, equipment, or consumable supplies not integrated into the 25 project. Such sales taxes shall be included in the unit Bid prices or in any other Contract 26 amounts. 27 28 The Summary of Quantities in the Contract Plans identifies those parts of the project 29 that are subject to Retail Sales Tax under Section 1-07.2(2). 30 31 1-07.2(3) Services 32 This section is revised to read: 33 34 Any contract wholly for professional or other applicable services is generally not subject 35 to Retail Sales Tax and therefore the Contractor shall not collect Retail Sales Tax from 36 the Contracting Agency on those Contracts. Any incidental taxes paid as part of 37 providing the services shall be included in the payments under the contract. 38 39 1-07.23(1) Construction Under Traffic 40 In the second paragraph, the following new sentence is inserted after the second sentence: 41 42 Accessibility to existing or temporary pedestrian push buttons shall not be impaired. 43 44 1-08.AP1 45 Section 1-08, Prosecution and Progress 46 May 5, 2014 47 1-08.1 Subcontracting 48 The eighth paragraph is revised to read: 49 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 AMD - 10 1 On all projects, the Contractor shall certify to the actual amounts paid to Disadvantaged, 2 Minority, Women's, or Small Business Enterprise firms that were used as 3 Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service 4 providers on the Contract. This Certification shall be submitted to the Project Engineer 5 on a monthly basis each month between Execution of the Contract and Physical 6 Completion of the contract using the application available at: 7 https://remoteapps.wsdot.wa.gov/mapsdata/tools/dbeparticipation. The monthly report is 8 due 20 calendar days following the end of the month. A monthly report shall be 9 submitted for every month between Execution of the Contract and Physical Completion 10 regardless of whether payments were made or work occurred. 11 12 The ninth paragraph is deleted. 13 14 1-09.AP1 15 Section 1-09, Measurement and Payment 16 January 5, 2015 17 1-09.6 Force Account 18 In the third paragraph of item number 3, the last sentence is revised to read: 19 20 In the event that prior quotations are not obtained and the vendor is not a firm 21 independent from the Contractor or Subcontractor, then after-the-fact quotations may be 22 obtained by the Engineer from the open market in the vicinity and the lowest such 23 quotation may be used in place of submitted invoice. 24 25 1-10.AP1 26 Section 1-10, Temporary Traffic Control 27 August 4, 2014 28 1-10.1(1) Materials 29 The following material reference is deleted from this section: 30 31 Barrier Drums 9-35.8 32 33 1-10.1(2) Description 34 The first paragraph is revised to read: 35 36 The Contractor shall provide flaggers, and all other personnel required for labor for 37 traffic control activities and not otherwise specified as being furnished by the 38 Contracting Agency. 39 40 1-10.2(1) General 41 In the third paragraph, the first two sentences are revised to read: 42 43 The primary and alternate TCS shall be certified by one of the organizations listed in the 44 Special Provisions. Possession of a current Washington State TCS card and flagging 45 card by the primary and alternate TCS is mandatory. 46 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 AMD - 11 1 1-10.2(1)B Traffic Control Supervisor 2 The first paragraph is revised to read: 3 4 A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or 5 other traffic control labor is being utilized or less frequently, as authorized by the 6 Engineer. 7 8 The last paragraph is revised to read: 9 10 The TCS may perform the Work described in Section 1-10.3(1)A Flaggers or in Section 11 1-10.3(1)B Other Traffic Control Labor and be compensated under those Bid items, 12 provided that the duties of the TCS are accomplished. 13 14 1-10.2(2) Traffic Control Plans 15 The first paragraph is revised to read: 16 17 The traffic control plan or plans appearing in the Contract documents show a method of 18 handling vehicle, bicycle, and pedestrian traffic. All construction signs, flaggers, and 19 other traffic control devices are shown on the traffic control plan(s) except for 20 emergency situations. If the Contractor proposes adding the use of flaggers to a plan, 21 this will constitute a modification requiring approval by the Engineer. The modified plans 22 shall show locations for all the required advance warning signs and a safe, protected 23 location for the flagging station. If flagging is to be performed during hours of darkness, 24 the plan shall include appropriate illumination for the flagging station. 25 26 In the second paragraph, the second sentence is revised to read: 27 28 Any Contractor-proposed modification, supplement or replacement shall show the 29 necessary construction signs, flaggers, and other traffic control devices required to 30 support the Work. 31 32 1-10.2(3) Conformance to Established Standards 33 In the second paragraph, the second sentence is revised to read: 34 35 The National Cooperative Highway Research Project (NCHRP) Report 350 and the 36 AASHTO Manual for Assessing Safety Hardware (MASH) have established 37 requirements for crash testing. 38 39 In the third paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH". 40 41 In the fourth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH". 42 43 In the fifth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH". 44 45 1-10.3(1) Traffic Control Labor 46 The first paragraph is revised to read: 47 48 The Contractor shall furnish all personnel for flagging, for the execution of all 49 procedures related to temporary traffic control and for the setup, maintenance and 50 removal of all temporary traffic Control devices and construction signs necessary to 51 control vehicular, bicycle, and pedestrian traffic during construction operations. 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 AMD - 12 I 1-10.3(1)A Flaggers and Spotters 2 This section's title is revised to read: 3 4 Flaggers 5 6 The first paragraph is revised to read: 7 8 Flaggers shall be posted where shown on approved Traffic Control Plans or where 9 directed by the Engineer. All flaggers shall possess a current flagging card issued by 10 the State of Washington, Oregon, Montana, or Idaho. The flagging card shall be 11 immediately available and shown to the Contracting Agency upon request. 12 13 The last paragraph is deleted. 14 15 1-10.3(1)B Other Traffic Control Labor 16 This section is revised to read: 17 18 In addition to flagging duties, the Contractor shall provide personnel for all other traffic 19 control procedures required by the construction operations and for the labor to install, 20 maintain and remove any traffic control devices shown on Traffic Control Plans. 21 22 1-10.3(3)B Sequential Arrow Signs 23 This section is supplemented with the following: 24 25 A sequential arrow sign is required for all lane closure tapers on a multilane facility. A 26 separate sequential arrow sign shall be used for each closed lane. The arrow sign shall 27 not be used to laterally shift traffic. When used in the caution mode, the four corner 28 mode shall be used. 29 30 1-10.3(3)C Portable Changeable Message Signs 31 This section is revised to read: 32 33 Where shown on an approved traffic control plan or where ordered by the Engineer, the 34 Contractor shall provide, operate, and maintain portable changeable message signs 35 (PCMS). A PCMS shall be placed behind a barrier or guardrail whenever possible, but 36 shall at a minimum provide 4 ft. of lateral clearance to edge of travelled lane and be 37 delineated by channelization devices. The Contractor shall remove the PCMS from the 38 clear zone when not in use unless protected by barrier or guardrail. 39 40 1-10.3(3)F Barrier Drums 41 This section including title is deleted in its entirety and replaced with the following: 42 43 1-10.3(3)F Vacant 44 45 1-10.3(3)K Portable Temporary Traffic Control Signal 46 The fifth paragraph is revised to read: 47 48 The Project Engineer or designee will inspect the signal system at initial 49 installation/operation and approve the signal timing. Final approval will be based on the 50 results of the operational inspection. 51 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 AMD - 13 1 1-10.4(2) Item Bids With Lump Sum for Incidentals 2 In the second paragraph, the first and second sentences are revised to read: 3 4 "Flaggers" will be measured by the hour. Hours will be measured for each flagging 5 station, shown on an approved Traffic Control Plan, when that station is staffed in 6 accordance with Section 1-10.3(1)A. 7 8 The first sentence of the last bulleted item in this section is revised to read: 9 10 Installing and removing Barricades, Traffic Safety Drums, Cones, Tubular Markers and 11 Warning Lights and Flashers to carry out approved Traffic Control Plan(s). 12 13 1-10.5(2) Item Bids With Lump Sum for Incidentals 14 This section is deleted and replaced with the following: 15 16 "Traffic Control Supervisor", lump sum. 17 18 The lump sum Contract payment shall be full compensation for all costs incurred by the 19 Contractor in performing the Work defined in Section 1-10.2(1)B. 20 21 'Pedestrian Traffic Control", lump sum. 22 23 The lump sum Contract payment shall be full compensation for all costs incurred by the 24 Contractor in performing the Work for pedestrian traffic control defined in Section 1-10. 25 26 "Flaggers", per hour. 27 28 The unit Contract price, when applied to the number of units measured for this item in 29 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred 30 by the Contractor in performing the Work defined in Section 1-10.3(1)A. 31 32 "Other Traffic Control Labor", per hour. 33 34 The unit Contract price, when applied to the number of units measured for this item in 35 accordance with Section 1-10.4(2), shall be full compensation for all labor costs incurred 36 by the Contractor in performing the Work specified for this item in Section 1-10.4(2). 37 38 "Construction Signs Class A", per square foot. 39 40 The unit Contract price, when applied to the number of units measured for this item in 41 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by 42 the Contractor in performing the Work described in Section 1-10.3(3)A. In the event that 43 "Do Not Pass" and "Pass With Care" signs must be left in place, a change order, as 44 described in Section 1-04.4, will be required. When the Bid Proposal contains the item. 45 "Sign Covering", then covering those signs indicated in the Contract will be measured 46 and paid according to Section 8-21. 47 48 "Sequential Arrow Sign", per hour. 49 50 The unit Contract price, when applied to the number of units measured for this item in 51 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by 52 the Contractor in performing the Work described in Section 1-10.3(3)B. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 14 1 2 "Portable Changeable Message Sign", per hour. 3 4 The unit Contract price, when applied to the number of units measured for this item in 5 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by 6 the Contractor in performing the Work for procuring all portable changeable message 7 signs required for the project and for transporting these signs to and from the project. 8 9 "Transportable Attenuator", per each. 10 11 The unit Contract price, when applied to the number of units measured for this item in 12 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by 13 the Contractor in performing the Work described in Section 1-10.3(3)J except for costs 14 compensated separately under the items "Operation of Transportable Attenuator" and 15 "Repair Transportable Attenuator". 16 17 "Operation of Transportable Attenuator", per hour. 18 19 The unit Contract price, when applied to the number of units measured for this item in 20 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by 21 the Contractor in performing the Work for operating transportable attenuators on the 22 project. 23 24 "Repair Transportable Attenuator', by force account. 25 26 All costs of repairing or replacing transportable attenuators that are damaged by the 27 motoring public while in use as shown on an approved Traffic Control Plan will be paid 28 for by force account as specified in Section 1-09.6. To provide a common Proposal for 29 all Bidders, the Contracting Agency has estimated the amount of force account for 30 "Repair Transportable Attenuator' and has entered the amount in the Proposal to 31 become a part of the total Bid by the Contractor. Transportable attenuators damaged 32 due to the Contractor's operation or damaged in any manner when not in use shall be 33 repaired or replaced by the Contractor at no expense to the Contracting Agency. 34 35 "Other Temporary Traffic Control", lump sum. 36 37 The lump sum Contract payment shall be full compensation for all costs incurred by the 38 Contractor in performing the Work defined in Section 1-10, and which costs are not 39 compensated by one of the above-listed items. 40 41 "Portable Temporary Traffic Control Signal", lump sum. 42 43 The lump sum Contract payment shall be full compensation for all costs incurred by the 44 Contractor in performing the Work as described in Section 1-10.3(3)K, including all 45 costs for traffic control during manual control, adjustment, malfunction, or failure of the 46 portable traffic control signals and during replacement of failed or malfunctioning 47 signals. 48 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416l15 AMD - 15 1 2-01.AP2 2 Section 2-01, Clearing, Grubbing, and Roadside Cleanup 3 August 4, 2014 4 2-01.3(1) Clearing 5 In the second paragraph, item number 3 (up until the colon) is revised to read: 6 7 3. Follow these requirements for all stumps that will be buried deeper than 5 feet from 8 the top, side, or end surface of the embankment or any structure and are in a 9 location that will not be terraced as described in Section 2-03.3(14): 10 11 2-02.AP2 12 Section 2-02, Removal of Structures and Obstructions 13 January 5, 2015 14 2-02.3(2) Removal of Bridges, Box Culverts, and Other Drainage Structures 15 This section is supplemented with the following new subsections: 16 17 2-02.3(2)A Bridge Removal 18 2-02.3(2)A1 Bridge Demolition Plan Submittal 19 The Contractor shall submit a Type 2E Working Drawing consisting of a bridge 20 demolition plan, showing the method of removing the existing bridge(s), or portions 21 of bridges, as specified. 22 23 The bridge demolition plan shall show all equipment, sequence of operations, and 24 details required to complete the work, including containment, collection, and 25 disposal of all debris. The plan shall include a crane foundation stability analysis 26 and crane load calculations for the work. The plan shall detail the containment, 27 collection, and disposal of all debris. The plan shall show all stages of demolition. 28 29 When the bridge removal work includes removal of a truss, and when the 30 Contractor's removal method involves use of a crane or cranes to pick, lift, and 31 remove the truss, the Contractor shall confirm the truss dead load weight prior to 32 beginning the truss removal operation. The operation of confirming the truss dead 33 load shall be performed at both ends of the truss, and shall ensure that the truss is 34 broken free of its support bearings. The Contractor's method of confirming the 35 truss dead load, whether by hydraulic jacks or other means, shall be included in the 36 Contractor's bridge demolition plan submittal. 37 38 When the bridge removal work involves removing portions of existing concrete 39 without replacement, the methods and tools used to achieve the smooth surface 40 and profile specified in Section 2-02.3(2)A2 shall be included in the Contractor's 41 bridge demolition plan submittal. 42 43 2-02.3(2)A2 Removing Portions of Existing Concrete 44 Care shall be taken in removing concrete to prevent overbreakage or damage to 45 portions of the existing Structure which are to remain. Before concrete removal 46 begins, a saw cut shall be made into the surface of the Concrete at the perimeter of 47 the removal limits. The saw cut shall be 3/4-inch deep when the steel AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK _ Revised: 416115 AMD - 16 1 reinforcement is to remain, and may be deeper when the steel reinforcement is 2 removed with the concrete. 3 4 Concrete shall be completely removed (exposing the deformed surface of the bar) 5 from existing steel reinforcing bars which extend from the existing members and 6 are specified to remain. Steel reinforcing bars that are not designated to remain 7 shall be cut a minimum of 1-inch behind the final surface. The void left by removal 8 of the steel reinforcing bar shall be filled with mortar conforming to Section 9- 9 20.4(2). The mortar shall match the color of the existing concrete surface as nearly 10 as practicable. 11 12 The Contractor shall roughen, clean, and saturate existing concrete surfaces, 13 against which fresh concrete will be placed, in accordance with Section 6- 14 02.3(12)B. When a portion of existing concrete is to be removed without 15 replacement, concrete shall be removed to a clean line with a smooth surface of 16 less than 1/16 inch profile. 17 18 2-02.3(2)A3 Use of Explosives for Bridge Demolition 19 Explosives shall not be used for bridge demolition, except as specifically allowed by 20 the Special Provisions. 21 22 2-02.5 Payment 23 This section is supplemented with the following new Bid items: 24 25 "Removing Existing Bridge_", lump sum. 26 27 "Removing Existing Structure_", lump sum. 28 29 "Removing Portion of Existing Bridge_", lump sum. 30 31 "Removing Portion of Existing Structure_", lump sum. 32 33 2-03.AP2 34 Section 2-03, Roadway Excavation and Embankment 35 August 4, 2014 36 2-03.3(14) Embankment Construction 37 The third paragraph is revised to read: 38 39 Hillside Terraces—The Contractor shall terrace the original ground or embankment 40 when the slope of the surface is 2H:1 V or steeper unless otherwise directed by the 41 Engineer. The face of each terrace shall be a minimum of 1 foot and a maximum of 5 42 feet in height and shall be vertical or near vertical as required to remain stable during 43 material placement and compaction. The bench of the terrace shall slope outward to 44 drain and shall not be inclined steeper than 0.05 foot per foot. Terraces damaged 45 during work shall be reestablished. The Engineer may order the Contractor to place 46 gravel backfill, pipe drains or both to drain any seepage. 47 48 2-03.3(14)L Embankment Widening for Guardrail 49 The first sentence is revised to read: 50 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 17 i 1 Embankments widened for the installation of beam guardrail shall be terraced in 2 accordance with the requirements for hillside terraces in Section 2-03.3(14). 3 4 The second sentence is deleted. 5 6 2-09.AP2 7 Section 2-09, Structure Excavation 8 January 5, 2015 9 2-09.4 Measurement 10 The seventh paragraph is revised to read: 11 12 For pipelines the lower limit in measuring structure excavation will be the foundation 13 level as shown in the Plans or as directed by the Engineer. 14 15 2-12.AP2 16 Section 2-12, Construction Geosynthetic 17 January 5, 2015 18 2-12.3(4) Permanent Erosion Control and Ditch Lining 19 In the fourth paragraph, "Section 9-13.2" is revised to read "Section 9-13.1(4)". 20 21 3-04.AP3 22 Section 3-04, Acceptance of Aggregate 23 April 6, 2015 24 3-04.5 Payment 25 In Table 1, the "Maximum Sublot Size (Tons)" value for the item HMA Aggregate is revised 26 to read "2000". 27 28 In Table 2, the row containing the item "HMA Aggregate" is revised to read: 29 9-03.8(2) HMA Aggregate 15 15 Uncompacted Void Content 15 30 31 32 5-01.AP5 33 Section 5-01, Cement Concrete Pavement Rehabilitation 34 August 4, 2014 35 5-01.2 Materials 36 The referenced section for the following item is revised to read: 37 38 Dowel Bars 9-07.5 39 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6/15 AMD - 18 1 5-01.3(4) Replace Portland Cement Concrete Panel 2 In the third paragraph, the last sentence is deleted. 3 4 The seventeenth paragraph (beginning with "The Contractor shall place a bond-breaking 5 material...") is deleted. 6 7 5-02.AP5 8 Section 5-02, Bituminous Surface Treatment 9 August 4, 2014 10 5-02.3(11) Temporary Raised Pavement Markings 11 This section's title is revised to read. 12 13 Temporary Pavement Markings 14 15 The word `raised" is deleted from this section. 16 17 5-04.AP5 18 Section 5-04, Hot Mix Asphalt 19 April 6, 2015 20 5-04.2 Materials 21 The third through eighth paragraphs are deleted and replaced with the following: 22 23 The Contractor may choose to utilize recycled asphalt pavement (RAP) or reclaimed 24 asphalt shingles (RAS) in the production of HMA. The RAP may be from pavements 25 removed under the Contract, if any, or pavement material from an existing stockpile. 26 The RAS may be from reclaimed shingles. 27 28 If greater than 20 percent RAP by total weight of HMA or any amount of RAS is utilized 29 in the production of HMA, the Contractor shall sample and test the RAP and RAS during 30 stockpile construction in accordance with WSDOT FOP for AASHTO T 308 for 31 determination of asphalt binder content and WSDOT FOP for WAQTC/AASHTO T 27/T 32 11 for gradation of the aggregates. The RAP shall be sampled and tested at a 33 frequency of one sample for every 1,000 tons produced and not less than ten samples 34 per project. The RAS shall be sampled and tested at a frequency of one sample for 35 every 100 tons produced and not less than ten samples per project. The asphalt content 36 and gradation test data shall be reported to the Contracting Agency prior to or when 37 submitting the mix design for approval on the QPL. If utilized, the amount of RAS shall 38 not exceed 5-percent of the total weight of the HMA. The Contractor shall include the 39 RAP and RAS as part of the mix design as defined in these Specifications. 40 41 The grade of asphalt binder shall be as required by the Contract. Blending of asphalt 42 binder from different sources is not permitted. For HMA with greater than 20 percent 43 RAP by total weight of HMA or any amount of RAS, the final blended asphalt binder 44 (after inclusion of RAP, RAS, new asphalt binder and recycling agent) shall be the 45 grade as required by the Contract and comply with the requirements of Section 9- 46 02.1(4). 47 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 19 1 The Contractor may only use warm mix asphalt (WMA) processes in the production of III 2 HMA with 20 percent or less RAP by total weight of HMA and no RAS. The Contractor 3 shall submit to the Engineer for approval the process that is proposed and how it will be 4 used in the manufacture of HMA. 5 6 When the Contracting Agency provides aggregates or provides a source for the 7 production of aggregates, the Contract Provisions will establish the approximate 8 percentage of asphalt binder required in the mixture for each class of HMA. 9 10 Production of aggregates shall comply with the requirements of Section 3-01. 11 12 Preparation of stockpile site, the stockpiling of aggregates, and the removal of 13 aggregates from stockpiles shall comply with the requirements of Section 3-02. 14 15 5-04.3(1) Hot Mix Asphalt Mixing Plant 16 The first paragraph is supplemented with the following: 17 18 6. Equipment for Processing RAP and RAS. When producing HMA for mix designs 19 with greater than 20 percent RAP by total weight of HMA or any amount of RAS the 20 HMA plant shall be equipped with screens or a lump breaker to eliminate oversize 21 RAP/RAS particles from entering the pug mill or drum mixer. 22 23 5-04.3(3)A Material Transfer Device/Vehicle 24 The first paragraph is supplemented with the following new sentence: 25 26 At the Contractor's request the Engineer may approve paving without an MTD/V; the 27 Engineer will determine if an equitable adjustment in cost or time is due. 28 29 In the last sentence of the second paragraph, "Project Engineer" is revised to read 30 "Engineer". 31 32 5-04.3(5)A Preparation of Existing Surfaces 33 The first sentence of the last paragraph is revised to read: 34 35 Unless otherwise approved by the Engineer, the tack coat shall be CSS-1 or CSS-1 h 36 emulsified asphalt. 37 38 5-04.3(7) Preparation of Aggregates 39 This section is revised to read: 40 41 The aggregates, RAP and RAS shall be stockpiled according to the requirements of 42 Section 3-02. Sufficient storage space shall be provided for each size of aggregate, 43 RAP and RAS. The Contractor may uniformly blend fine aggregate or RAP with the 44 RAS as a method of preventing the agglomeration of RAS particles. The aggregates, 45 RAP and RAS shall be removed from stockpile(s) in a manner to ensure minimal 46 segregation when being moved to the HMA plant for processing into the final mixture. 47 Different aggregate sizes shall be kept separated until they have been delivered to the 48 HMA plant. 49 50 5-04.3(7)A1 General 51 This section is revised to read: 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6/15 AMD - 20 1 An approved mix design, listed on the Qualified Products List (QPL), is required for all 2 HMA paving. The Contractor shall develop a mix design prior to the initial production of 3 HMA and no more than 3 months prior to submitting for QPL evaluation. The mix design 4 shall be developed in accordance with WSDOT Standard Operating Procedure 732 and 5 meet the requirements of Sections 9-03.8(2) and 9-03.8(6). 6 7 Mix designs shall be submitted by the Contractor to the WSDOT State Materials 8 Laboratory on WSDOT Form 350-042EF. If the mix design is approved it will be listed 9 on the QPL for up to 24 consecutive months. Mix designs not listed on the QPL or past 10 the 24 month approved period shall not be used. After a mix design has been on the 11 QPL for 12 months the listing will be extended provided the Contractor submits a 12 certification letter to the Qualified Products Engineer verifying that the aggregate and 13 asphalt binder have not changed. The Contractor may submit the certification one 14 month prior to expiration of the mix design approval. Within 7 calendar days of receipt of 15 the Contractor's certification the QPL will be updated. The maximum duration for 16 approval of a mix design and listing on the QPL will be 24 months from the date of initial 17 approval or as approved by the Engineer. 18 19 Changes to the job mix formula of a mix design may require the development of a new 20 mix design and resubmittal for QPL approval. Mix designs that require resubmittal for 21 QPL approval must be approved prior to use. 22 23 Changes to aggregate that may require a new mix design include the source of material 24 or a change in the percentage of material from a stockpile greater than 5 percent. 25 Changes to the percentage of material from a stockpile will be calculated exclusive of 26 the RAP content. The Contractor may vary the RAP percentage in accordance with 27 Section 5-04.2. 28 29 Changes to asphalt binder that may require a new mix design include the source of the 30 crude petroleum supplied to the refinery, the refining process, and additives or modifiers 31 in the asphalt binder. 32 33 The Contractor shall include the brand and type of anti-stripping additive in the mix 34 design submittal and provide certification from the asphalt binder manufacture that the 35 anti-stripping additive is compatible with the crude source and formulation of asphalt 36 binder proposed in the mix design. All changes to anti-strip require the submittal of a 37 new mix design for approval. 38 39 Mix designs with 20 percent RAP or less by total weight of HMA and no RAS will be 40 completed without the inclusion of the RAP. For HMA mix designs with greater than 20 41 percent RAP by total weight of HMA or any amount of RAS the Contractor shall develop 42 a mix design including RAP, RAS, recycling agent and new asphalt binder. Asphalt 43 binder contributed from RAS shall be determined in accordance with AASHTO PP 78. 44 The total quantity of asphalt binder from the RAP and RAS shall not exceed 40 percent 45 of the total asphalt binder content of the HMA. 46 47 Once the RAP and RAS stockpiles have been constructed the Contractor shall extract, 48 recover and test the asphalt residue from the RAP and RAS stockpiles to determine the 49 percent of recycling agent and/or grade of new asphalt binder needed to meet the grade 50 of asphalt binder required by the contract. The asphalt extraction testing shall be 51 performed in accordance with AASHTO T 164 or ASTM D 2172 using reagent grade 52 trichloroethylene. The asphalt recovery shall be performed in accordance with AASHTO AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 21 1 R 59 orASTM D 1856, The recovered asphalt residue shall be tested in accordance with 2 AASHTO R 29 to determine the asphalt binder grade in accordance with Section 9- 3 02.1(4). Once the recovered asphalt binder grade is determined the percent of recycling 4 agent and/or grade of new asphalt binder shall be determined in accordance with ASTM 5 D 4887. The final blend of recycling agent, recovered and new asphalt shall be tested in 6 accordance with AASHTO R 29 to confirm that it meets the grade of asphalt binder 7 required by the contract in accordance with Section 9-02.1(4). All recovered and 8 blended asphalt binder test data shall be reported to the Contracting Agency prior to 9 submitting the mix design for approval on the QPL. 10 11 5-04.3(7)A2 Statistical or Nonstatistical Evaluation 12 This section is revised to read: 13 14 The Contractor shall submit WSDOT Form 350-041 EF to the Engineer for approval to 15 use a mix design from the QPL. The Contractor may include changes to the job mix 16 formula that have been approved on other contracts. The request to use a mix design 17 from the QPL may be rejected if production of the HMA from another contract is not in 18 compliance with Section 5-04.3(11)D. 19 20 The Contractor shall submit representative samples of the materials that are to be used 21 in the HMA production to the State Materials Laboratory in Tumwater. For HMA mix 22 designs with 20 percent RAP or less by total weight of HMA and no RAS, the Contractor 23 shall submit representative samples of the mineral materials that are to be used in the 24 HMA production; the submittal of RAP samples is not required for these mix designs. 25 For HMA mix designs with greater than 20 percent RAP by total weight of HMA or any 26 amount of RAS the Contractor shall submit representative samples of the mineral 27 materials, RAP, RAS and 100 grams of recovered asphalt residue from the RAP and 28 RAS that are to be used in the HMA production. The Contracting Agency will use these 29 samples to evaluate the mix design for approval on the QPL in accordance with 30 WSDOT Standard Practice QC-8. 31 32 5-04.3(7)A3 Commercial Evaluation 33 This section is revised to read: 34 35 Approval of a Commercial Evaluation mix design for listing on the QPL will be based on 36 a review of the Contractor's submittal of WSDOT Form 350-042 for conformance to the 37 requirements of Section 9-03.8(2). Testing of the HMA by the Contracting Agency for 38 mix design approval is not required. Mix designs for HMA with greater than 20 percent 39 RAP by total weight of HMA or any amount of RAS may be evaluated in accordance 40 with Section 5-04.3(7)A2. 41 42 For the Bid item Commercial HMA, the Contractor shall select a class of HMA and 43 design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use. 44 45 5-04.3(8) Mixing 46 The first sentence of the second paragraph is revised to read: 47 48 When discharged, the temperature of the HMA shall not exceed the optimum mixing 49 temperature by more than 25°F as shown on the reference mix design report or as 50 approved by the Engineer. 51 52 The last paragraph is supplemented with the following new sentence: AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 22 1 2 After the required amount of mineral materials, RAP, RAS, new asphalt binder and 3 asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until 4 complete and uniform coating of the particles and thorough distribution of the asphalt 5 binder throughout the mineral materials, RAP and RAS is ensured. 6 7 8 5-04.3(8)A4 Definition of Sampling and Sublot 9 The second sentence of the second paragraph is revised to read: 10 11 The sublots shall be approximately uniform in size with a maximum sublot size based 12 on original Plan quantity tons as specified in the following table. 13 14 This section is supplemented with the following new table: 15 HMA Original Plan Quantity(tons) Sublot Size(tons) <20,000 1,000 20,000 to 30,000 1,500 >30,000 2,000 16 17 5-04.3(8)A7 Test Section — HMA Mixtures 18 This section is revised to read. 19 20 For each class of HMA accepted by statistical evaluation with 20 percent RAP or less by 21 total weight of HMA and no RAS, the Contractor may request a single test section to 22 determine whether the mixture meets the requirements of Section 9-03.8(2) and 9- 23 03.8(6). For each HMA mix design accepted by statistical evaluation with greater than 24 20 percent RAP by weight of HMA or any amount of RAS, the Contractor shall construct 25 a test section to determine whether the mixture meets the requirements of Sections 9- 26 03.8(2) and 9-03.8(6). Test sections shall be constructed at the beginning of paving and 27 will be at least 600 tons and a maximum of 1,000 tons or as approved by the Engineer. 28 For a test section to be acceptable the pay factor (PF) for gradation, asphalt binder and 29 Va shall be 0.95 or greater for each constituent and the remaining test requirements in 30 Section 9-03.8(2) (dust/asphalt ratio, sand equivalent, uncompacted void and fracture) 31 shall conform to the requirements of that section. No further wearing or leveling HMA 32 will be paved on any of the four calendar days following construction of the test section. 33 The mixture in the test section will be evaluated as a lot with a minimum of three sublots 34 required. If more than one test section is required, each test section shall be a separate 35 lot. 36 37 5-04.3(10)A General 38 In the first paragraph, "checking" and "cracking" are deleted. 39 40 In the third paragraph, the following new sentence is inserted after the second sentence. 41 42 Coverage with a steel wheel roller may precede pneumatic tired rolling. 43 44 In the third paragraph, the following new sentence is inserted before the last sentence: 45 46 Regardless of mix temperature, a roller shall not be operated in a mode that results in 47 checking or cracking of the mat. 48 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 23 1 5-04.3(10)B1 General 2 In this section, 'Project Engineer" is revised to read "Engineer". 3 4 The first paragraph is revised to read: 5 6 HMA mixture accepted by statistical or nonstatistical evaluation that is used in traffic 7 lanes, including lanes for ramps, truck climbing, weaving, and speed change, and 8 having a specified compacted course thickness greater than 0.10-foot, shall be 9 compacted to a specified level of relative density. The specified level of relative density 10 shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in 11 accordance with Section 1-06.2, using a minimum of 91 percent of the maximum 12 density. The percent of maximum density shall be determined by WSDOT FOP for 13 AASHTO T 729 when using the nuclear density gauge and WSDOT SOP 736 when 14 using cores to determine density. The specified level of density attained will be 15 determined by the statistical evaluation of the density of the pavement. 16 17 The following four new paragraphs are inserted after the first paragraph: 18 19 Tests for the determination of the pavement density will be taken in accordance the 20 required procedures for measurement by a nuclear density gauge or roadway cores 21 after completion of the finish rolling. 22 23 If the Contracting Agency uses a nuclear density gauge to determine density the test 24 procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the 25 mix is placed. 26 27 Roadway cores for density may be obtained by either the Contracting Agency or the 28 Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches 29 unless otherwise approved by the Engineer. Roadway cores will be tested by the 30 Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. 31 32 If the Contract includes the Bid item 'Roadway Core" the cores shall be obtained by the 33 Contractor in the presence of the Engineer on the same day the mix is placed and at 34 locations designated by the Engineer. If the Contract does not include the Bid item 35 "Roadway Core" the Contracting Agency will obtain the cores. 36 37 In the sixth paragraph (after the preceding Amendments are applied), the second sentence 38 is revised to read: 39 40 Sublots will be uniform in size with a maximum sublot size based on original Plan 41 quantity tons of HMA as specified in the table below. 42 43 The following new table is inserted before the second to last paragraph: 44 IIMA Original Plan Quantity(tons) Sublot Size tons <20,000 100 20,000 to 30,000 150 >30,000 200 45 46 5-04.3(10)134 Test Results 47 The first paragraph is revised to read: 48 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 AMD - 24 I The results of all compaction acceptance testing and the CPF of the lot after three 2 sublots have been tested will be available to the Contractor through WSDOT's website. 3 Determination of the relative density of the HMA with a nuclear density gauge requires a 4 correlation factor and may require resolution after the correlation factor is known. 5 Acceptance of HMA compaction will be based on the statistical evaluation and CPF so 6 determined. 7 8 In the second paragraph, the first sentence is revised to read: 9 10 For a sublot that has been tested with a nuclear density gauge that did not meet the 11 minimum of 91 percent of the reference maximum density in a compaction lot with a 12 CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may 13 request that a core be used for determination of the relative density of the sublot. 14 15 In the second sentence of the second paragraph, "moisture-density" is revised to read 16 "density". 17 18 In the second paragraph, the fourth sentence is deleted. 19 20 5-04.3(20) Anti-Stripping Additive 21 This section is revised to read. 22 23 Anti-stripping additive shall be added to the liquid asphalt by the asphalt supplier prior to 24 shipment to the asphalt mixing plant. Anti-stripping additive shall be added in the 25 amount designated on the QPL for the mix design. 26 27 5-04.4 Measurement 28 The following new paragraph is inserted after the first paragraph: 29 30 Roadway cores will be measured per each for the number of cores taken. 31 32 The second to last paragraph is deleted. 33 34 5-04.5 Payment 35 The bid item "Removing Temporary Pavement Marking", per linear foot and paragraph 36 following bid item are deleted. 37 38 The following new bid item is inserted before the second to last paragraph: 39 40 "Roadway Core", per each. 41 42 The Contractor's costs for all other Work associated with the coring (e.g., traffic control) 43 shall be incidental and included within the unit Bid price per each and no additional 44 payments will be made. 45 46 5-05.AP5 47 Section 5-05, Cement Concrete Pavement 48 April 6, 2015 49 5-05.3(1) Concrete Mix Design for Paving 50 In item number 1, the first sentence of the third paragraph is revised to read: AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 AMD - 25 1 I 2 Ground granulated blast furnace slag, if used, shall not exceed 30 percent by weight of 3 the total cementitious material and shall conform to Section 9-23.10. 4 5 The second and third rows of the table in item number 3 are revised to read: 6 Coarse Aggregate +30 Pounds -30 Pounds Pine Aggregate +30 Pounds - 30 Pounds 7 8 5-05.4 Measurement 9 The fourth paragraph is supplemented with the following new sentence: 10 11 Tie bars with drill holes in cement concrete pavement placed under the Contract will not 12 be measured. 13 14 5-05.5 Payment 15 The paragraph following the Bid item "Tie Bar with Drill Hole", per each is supplemented with 16 the following new sentence: 17 18 All costs for tie bars with drill holes in cement concrete pavement placed under the 19 Contract shall be included in the unit Contract price per cubic yard for "Cement Conc. 20 Pavement". 21 22 6-01.AP6 23 Section 6-01, General Requirements for Structures 24 January 5, 2015 25 6-01.6 Load Restrictions on Bridges Under Construction 26 The first sentence of the second paragraph is revised to read: 27 28 If necessary and safe to do so, and if the Contractor requests it through a Type 2E 29 Working Drawing, the Engineer may allow traffic on a bridge prior to completion. 30 31 In the second paragraph, item number 3 (up until the colon) is revised to read: 32 33 3. Provide stress calculations under the design criteria specified in the AASHTO I-RFD 34 Bridge Design Specifications, current edition, including at a minimum the following: 35 36 6-01.9 Working Drawings 37 This section is revised to read: 38 39 All Working Drawings required for bridges and other Structures shall conform to Section 40 1-05.3. 41 42 6-01.10 Utilities Supported by or Attached to Bridges 43 In the second paragraph, "bridge structures" is revised to read "bridges". 44 45 6-01.14 Premolded Joint Filler 46 In the second paragraph, the first sentence is revised to read: 47 48 The Contractor may substitute for the nails any adhesive acceptable to the Engineer. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 26 1 2 6-02.AP6 3 Section 6-02, Concrete Structures 4 April 6, 2015 5 6-02.3(1) Classification of Structural Concrete 6 In paragraph two, item number 1 is revised to read: 7 8 Mix design and proportioning specified in Sections 6-02.3(2), 6-02.3(2)A and 6- 9 02.3(2)A1. 10 11 Item number 3 is renumbered to 4. 12 13 After the preceding Amendments are applied, the following new numbered item is inserted 14 after item number 2. 15 16 3. Temperature and time for placement requirements specified in Section 6-02.3(4)D. 17 18 6-02.3(2) Proportioning Materials 19 In the third paragraph, the first sentence is revised to read: 20 21 The use of fly ash is required for Class 4000P concrete, except that ground granulated 22 blast furnace slag may be substituted for fly ash at a 1:1 ratio. 23 24 In the table titled "Cementitious Requirement for Concrete", the row beginning with "4000D" 25 is deleted. 26 27 The fourth paragraph is revised to read. 28 29 When both ground granulated blast furnace slag and fly ash are included in the 30 concrete mix, the total weight of both these materials is limited to 40 percent by weight 31 of the total cementitious material for concrete class 4000A, and 50 percent by weight of 32 the total cementitious material for all other classes of concrete. 33 34 6-02.3(2)A Contractor Mix Design 35 The first paragraph is revised to read: 36 37 The Contractor shall provide a mix design in writing to the Engineer for all classes of 38 concrete specified in the Plans except for lean concrete and commercial concrete. No 39 concrete shall be placed until the Engineer has reviewed the mix design. The required 40 average 28-day compressive strength shall be selected in accordance with ACI 301, 41 Chapter 4, Section 4.2.3.3. ACI 211.1 shall be used to determine proportions. All 42 proposed concrete mixes except Class 4000D shall meet the requirements in 43 Cementitious Requirement for Concrete in Section 6-02.3(2). 44 45 In the fourth paragraph, the fourth sentence is deleted. 46 47 In the sixth paragraph, the first sentence is deleted. 48 49 In the seventh paragraph, the last sentence is deleted. 50 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 27 1 The eighth paragraph is revised to read: 2 3 Air content for concrete Class 4000D shall conform to Section 6-02.3(2)A1. For all 4 other concrete, air content shall be a minimum of 4.5 percent and a maximum of 7.5 5 percent for all concrete placed above the finished ground line. 6 7 The following new sub-section is added: 8 9 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D 10 All Class 4000D concrete shall be a project specific performance mix design conforming 11 to the following requirements: 12 13 1. Aggregate shall use combined gradation in accordance with Section 9-03.1(5) 14 with a nominal maximum aggregate size of 1-1/2 inches. 15 16 2. Permeability shall be less than 2,000 coulombs at 56 days in accordance with 17 AASHTO T 277. 18 19 3. Freeze-thaw durability shall be provided by one of the following methods: 20 a. The concrete shall maintain an air content between 4.5 and 7.5 percent. 21 b. The concrete shall maintain a minimum air content that achieves a 22 durability factor of 90 percent, minimum, after 300 cycles in accordance 23 with AASHTO T 161, Procedure A. This air content shall not be less than 24 3.0 percent. Test samples shall be obtained from concrete batches of a 25 minimum of 3.0 cubic yards. 26 27 4. Scaling shall have a visual rating less than or equal to 2 after 50 cycles in 28 accordance with ASTM C 672. 29 30 5. Shrinkage at 28 days shall be less than 320 micro strain in accordance with 31 AASHTO T 160. 32 33 6. Modulus of elasticity shall be measured in accordance with ASTM C 469. 34 35 7. Density shall be measured in accordance with ASTM C 138. 36 37 The Contractor shall submit the mix design in accordance with Section 6-02.3(2)A. The 38 submittal shall include test reports for all tests listed above that follow the reporting 39 requirements of the AASHTO/ASTM procedures. Samples for testing may be obtained 40 from either laboratory or concrete plant batches. If concrete plant batches are used, the 41 minimum batch size shall be 3.0 cubic yards. The Contractor shall submit the mix 42 design to the Engineer at least 30 calendar days prior to the placement of concrete in 43 the bridge deck. 44 45 6-02.3(4)D Temperature and Time For Placement 46 The first two sentences are revised to read: 47 48 Concrete temperatures shall remain between 55°F and 90°F while it is being placed, 49 except that Class 4000D concrete temperatures shall remain between 55°F and 75°F 50 during placement. Precast concrete that is heat cured in accordance with Section 6- 51 02.3(25)D shall remain between 50°F and 90°F while being placed. 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AM D - 28 1 6-02.3(5)A General 2 The first paragraph is revised to read: 3 4 Concrete for the following applications will be accepted based on a Certificate of 5 Compliance to be provided by the supplier as described in Section 6-02.3(5)B: 6 7 1. Lean concrete. 8 9 2. Commercial concrete. 10 11 3. Class 4000P concrete for Roadside Steel Sign Support Foundations. 12 13 4. Class 4000P concrete for Type II, III, and CCTV Signal Standard Foundations 14 that are 12'-0" or less in depth. 15 16 5. Class 4000P concrete for Type IV and V Strain Pole Foundations that are 12'-0" 17 or less in depth. 18 19 6. Class 4000P concrete for Steel Light Standard Foundations Types A & B. 20 21 The following new sentence is inserted at the beginning of the second paragraph 22 23 Slip-form barrier concrete will be accepted based on conformance to the requirements 24 for temperature, air content and compressive strength at 28 days for sublots as tested 25 and determined by the Contracting Agency. 26 27 6-02.3(5)B Certification of Compliance 28 In the list within the first paragraph, "Fly ash (if used) brand and Type" is revised to read "Fly 29 ash (if used) brand and Class". 30 31 The first sentence of the second to last paragraph is deleted. 32 33 6-02.3(5)G Sampling and Testing Frequency for Temperature, Consistency, 34 and Air Content 35 In the fifth sentence of the second paragraph, "five truck loads" is revised to read "ten truck 36 loads". 37 38 The second paragraph is supplemented with the following: 39 40 If the remaining quantity to be placed is less than ten truck loads, then a sample shall 41 be randomly taken from one of the remaining truck loads. 42 43 In the last sentence of the third paragraph, "five truck loads" is revised to read "ten truck 44 loads". 45 46 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial Curing 47 The second paragraph is revised to read: 48 49 The Contractor shall provide and maintain a sufficient number of cure boxes in 50 accordance with WSDOT FOP for AASHTO T 23 for curing concrete cylinders. The cure 51 boxes shall be readily accessible and no more than 500 feet from the point of 52 acceptance testing, unless otherwise approved by the Engineer. The Contractor shall AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 29 1 also provide, maintain and operate all necessary power sources and connections N � N y 2 needed to operate the cure boxes. The cure boxes shall be in-place and functioning at 3 the specified temperature for curing cylinders prior to concrete placement. Concrete 4 cylinders shall be cured in the cure boxes in accordance with WSDOT FOP for 5 AASHTO T 23. The cure boxes shall have working locks and the Contractor shall 6 provide the Engineer with one key to each of the locks. Once concrete cylinders are 7 placed in the cure box, the cure box shall not be disturbed until the cylinders have been 8 removed. The Contractor shall retain the cure box Temperature Measuring Device log 9 and provide it to the Engineer upon request. 10 11 The following new paragraph is inserted after the last paragraph. 12 13 All cure box costs shall be incidental to the associated item of work. . 14 15 6-02.3(6)A2 Cold Weather Protection 16 The first sentence in the first paragraph is revised to read: 17 18 This Specification applies when the weather forecast on the day of concrete placement 19 predicts air temperatures below 35°F at any time during the 7 days following placement. 20 21 The first sentence of the second paragraph is revised to read: 22 23 The temperature of the concrete shall be maintained above 50OF during the entire 24 curing period or 7 days, whichever is greater. 25 26 6-02.3(10)A Preconstruction Meeting 27 This section including title is revised to read: 28 29 6-02.3(10)A Pre-Deck Pour Meeting 30 A pre-deck pour meeting shall be held 5 to 10 working days before placing deck 31 concrete to discuss construction procedures, personnel, equipment to be used, 32 concrete sampling and testing and deck finishing and curing operations. Those 33 attending shall include, at a minimum, the superintendent, foremen in charge of placing 34 and finishing concrete, and representatives from the concrete supplier and the concrete 35 pump truck supplier. 36 37 If the project includes more than one bridge deck, and if the Contractor's key personnel 38 change between concreting operations, or at request of the Engineer, additional 39 conferences shall be held before each deck placement. 40 41 6-02.3(10)D Concrete Placement, Finishing, and Texturing 42 This section's content is deleted and replaced with the following new sub-sections: 43 44 6-02.3(10)D1 Test Slab Using Bridge Deck Concrete 45 After the Contractor receives the Engineer's approval for the Class 4000D concrete mix 46 design, and a minimum of seven calendar days prior to the first placement of bridge 47 deck concrete, the Contractor shall construct a test slab using concrete of the approved 48 mix design. 49 50 The test slab may be constructed on grade, shall have a minimum thickness of eight- 51 inches, shall have minimum plan dimensions of 10-feet along all four edges, and shall 52 be square or rectangular. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 30 1 2 During construction of the test slab, the Contractor shall demonstrate concrete sampling 3 and testing, use of the concrete temperature monitoring system, the concrete fogging 4 system, concrete placement system, and the concrete finishing operation. The 5 Contractor shall conduct the demonstration using the same type of equipment to be 6 used for the production bridge decks, except that the Contractor may elect to finish the 7 test slab with a hand-operated strike-board. 8 9 After the construction of the test slab and the demonstration of bridge deck construction 10 operations is complete, the Contractor shall remove and dispose of the test slab in 11 accordance with Sections 2-02.3 and 2-03.3(7)C. 12 13 6-02.3(10)D2 Preparation for Concrete Placement 14 Before placing bridge approach slab concrete, the subgrade shall be constructed in 15 accordance with Sections 2-06 and 5-05.3(6). 16 17 Before any concrete is placed, the finishing machine shall be operated over the entire 18 length of the deck/slab to check screed deflection. Concrete placement may begin only 19 if the Engineer approves after this test. 20 21 Immediately before placing concrete, the Contractor shall check (and adjust if 22 necessary) all falsework and wedges to minimize settlement and deflection from the 23 added mass of the concrete deck/slab. The Contractor shall also install devices, such 24 as telltales, by which the Engineer can readily measure settlement and deflection. 25 26 6-02.3(10)D3 Concrete Placement 27 The placement operation shall cover the full width of the bridge deck or the full width 28 between construction joints. The Contractor shall locate any construction joint over a 29 beam or web that can support the deck/slab on either side of the joint. The joint shall not 30 occur over a pier unless the Plans permit. Each joint shall be formed vertically and in 31 true alignment. The Contractor shall not release falsework or wedges supporting bridge 32 deck placement sections on either side of a joint until each side has aged as these 33 Specifications require. 34 35 Placement of concrete for bridge decks and bridge approach slabs shall comply with 36 Section 6-02.3(6). In placing the concrete, the Contractor shall: 37 38 1. Place it (without segregation) against concrete placed earlier, as near as 39 possible to its final position, approximately to grade, and in shallow, closely 40 spaced piles; 41 42 2. Consolidate it around reinforcing steel by using vibrators before strike-off by the 43 finishing machine; 44 45 3. Not use vibrators to move concrete; 46 47 4. Not revibrate any concrete surface areas where workers have stopped prior to 48 screeding; 49 50 5. Remove any concrete splashed onto reinforcing steel in adjacent segments 51 before concreting them; 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 31 1 6. Maintain a slight excess of concrete in front of the screed across the entire 2 width of the placement operation; 3 4 7. Operate the finishing machine to create a surface that is true and ready for final 5 finish without overfinishing or bringing excessive amounts of mortar to the 6 surface; and 7 8 8. Leave a thin, even film of mortar on the concrete surface after the last pass of 9 the finishing machine pan. 10 11 Workers shall complete all post screeding operations without walking on the concrete. 12 This may require work bridges spanning the full width of the deck/slab. 13 14 After removing the screed supports, the Contractor shall fill the voids with concrete (not 15 mortar). 16 17 If the surface left by the finishing machine is porous, rough, or has minor irregularities, 18 the Contractor shall float the surface of the concrete. Floating shall leave a smooth and 19 even surface. Float finishing shall be kept to the minimum number of passes necessary 20 to seal the surface. The floats shall be at least 4-feet long. Each transverse pass of the 21 float shall overlap the previous pass by at least half the length of the float. The first 22 floating shall be at right angles to the strike-off. The second floating shall be at right 23 angles to the centerline of the span. A smooth riding surface shall be maintained across 24 construction joints. 25 26 The edge of completed roadway slabs at expansion joints and compression seals shall 27 have a 3/8-inch radius. 28 29 After floating, but while the concrete remains plastic, the Contractor shall test the entire 30 deck/slab for flatness (allowing for crown, camber, and vertical curvature). The testing 31 shall be done with a 10-foot straightedge held on the surface. The straightedge shall be 32 advanced in successive positions parallel to the centerline, moving not more than one 33 half the length of the straightedge each time it advances. This procedure shall be 34 repeated with the straightedge held perpendicular to the centerline. An acceptable 35 surface shall be one free from deviations of more than 1/8-inch under the 10-foot 36 straightedge. 37 38 If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete, 39 strike Off, consolidate, and refinish them. High areas shall be cut down and refinished. 40 Retesting and refinishing shall continue until a surface conforming to the requirements 41 specified above is produced. 42 43 6.02.3(10)D4 Monitoring Bridge Deck Concrete Temperature After Placement 44 The Contractor shall monitor and record the concrete temperature and ambient 45 temperature hourly for seven calendar days after placement. The Contractor shall 46 monitor and record concrete temperature by placing two maturity meter temperature 47 monitoring devices in the bridge deck at locations specified by the Engineer. The 48 Contractor shall monitor ambient temperature using maturity meters near the locations 49 where concrete temperature is being monitored. When the bridge deck is being 50 enclosed and heated to meet cold weather requirements, ambient temperature readings 51 shall be taken within the enclosure. The Contractor shall submit the concrete AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 32 1 temperature and ambient temperature data to the Engineer in spreadsheet format within 2 14 calendar days from placing the bridge deck concrete. 3 4 The Contractor shall submit the type and model of maturity meter temperature 5 monitoring device, and the associated devices responsible for recording and 6 documenting the temperature and curing time, to the Engineer at least 14 calendar days 7 prior to the pre-concreting conference for the first bridge deck to be cast. The 8 placement and operation of the temperature monitoring devices and associated devices 9 will be an agenda item at the pre-concreting conference for the first bridge deck to be 10 cast. 11 12 6-02.3(10)D5 Bridge Deck Concrete Finishing and Texturing 13 Except as otherwise specified for portions of bridge decks receiving an overlay or 14 sidewalk under the same Contract, the Contractor shall texture the surface of the bridge 15 deck as follows: 16 17 The Contractor shall texture the bridge deck using diamond tipped saw blades 18 mounted on a power driven, self-propelled machine that is designed to texture 19 concrete surfaces. The grooving equipment shall provide grooves that are 1/8" ± 20 1/64" wide, 3/16" ± 1/16" deep, and spaced at 3/4" ± 1/8". The bridge deck shall 21 not be textured with a metal tined comb. 22 23 The Contractor shall submit the type of grooving equipment to be used to the 24 Engineer for approval 30 calendar days prior to performing the work. The 25 Contractor shall demonstrate that the method and equipment for texturing the 26 bridge deck will not chip, spall or otherwise damage the deck. The Contractor shall 27 not begin texturing the bridge deck until receiving the Engineer's approval of the 28 Contractor's method and equipment. 29 30 Unless otherwise approved by the Engineer, the Contractor shall texture the 31 concrete bridge deck surface either in a longitudinal direction, parallel with 32 centerline or in a transverse direction, perpendicular with centerline. The 33 Contractor shall texture the bridge deck surface to within 3-inches minimum and 34 15-inches maximum of the edge of concrete at expansion joints, within 1-foot 35 minimum and 2-feet maximum of the curb line, and within 3-inches minimum and 9- 36 inches maximum of the perimeter of bridge drain assemblies. 37 38 The Contractor shall contain and collect all concrete dust and debris generated by 39 the bridge deck texturing process, and shall dispose of the collected concrete dust 40 and debris in accordance with Section 2-03.3(7)C. 41 42 If the Plans call for placement of a sidewalk or an HMA or concrete overlay on the 43 bridge deck, the Contractor shall produce the final finish of these areas by dragging a 44 strip of damp, seamless burlap lengthwise over the bridge deck or by brooming it lightly. 45 Approximately 3-feet of the drag shall contact the surface, with the least possible bow in 46 its leading edge. It shall be kept wet and free of hardened lumps of concrete. When the 47 burlap drag fails to produce the required finish, the Contractor shall replace it. When not 48 in use, it shall be lifted clear of the bridge deck. 49 50 After the bridge deck has cured, the surface shall conform to the surface smoothness 51 requirements specified in Section 6-02.3(10)D3. 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 33 1 The surface texture on any area repaired to address out-of-tolerance surface 2 smoothness shall match closely that of the surrounding bridge deck area at the 3 completion of the repair. Methods used to remove high spots shall cut through the 4 mortar and aggregate without breaking or dislodging the aggregate or causing spalls. 5 6 6-02.3(10)D6 Bridge Approach Slab Finishing and Texturing 7 Bridge approach slabs shall be textured either in accordance with Section 6-02.3(10)D5, 8 or using metal tined combs in the transverse direction, except bridge approach slabs 9 receiving an overlay in the same Contract shall be finished as specified in Section 6- 10 02.3(10)D5 only. 11 12 The comb shall be made of a single row of metal tines. It shall leave striations in the 13 fresh concrete approximately 3/16-inch deep by 1/8-inch wide and spaced 14 approximately 1/2-inch apart. The Engineer will decide actual depths at the site. If the 15 comb has not been approved, the Contractor shall obtain the Engineer's approval by 16 demonstrating it on a test section. The Contractor may operate the combs manually or 17 mechanically, either singly or with several placed end to end. The timing and method 18 used shall produce the required texture without displacing larger particles of aggregate. 19 20 Texturing shall end 2-feet from curb lines. This 2-foot untextured strip shall be hand 21 finished with a steel trowel. 22 23 Surface smoothness, high spots, and low spots shall be addressed as specified in 24 Section 6-02.3(10)D5. The surface texture on any area cut down or built up shall match 25 closely that of the surrounding bridge approach slab area. The entire bridge approach 26 slab shall provide a smooth riding surface. 27 28 6-02.3(10)F Bridge Approach Slab Orientation and Anchors 29 In the first paragraph, the following sentence is inserted after the first sentence: 30 31 Unless otherwise shown in the Plans, the pavement end of the bridge approach slab 32 shall be constructed normal to the Roadway centerline. 33 34 The following new paragraph is inserted before the last paragraph: 35 36 The compression seal shall be a 2-1/2 inch wide gland selected from the current 37 Qualified Products List. 38 39 6-02.3(11) Curing Concrete 40 Items number 1 through 4 are deleted and replaced with the following 5 new numbered 41 items: 42 43 1. Bridge sidewalks, roofs of cut and cover tunnels— curing compound covered by 44 white, reflective type sheeting or continuous wet curing. Curing by either method 45 shall be for at least 10 days. 46 47 2. Bridge decks— See Section 6-02.3(11)B. 48 49 3. Bridge approach slabs (Class 4000A concrete) - 2 coats of curing compound and 50 continuous wet cure for at least 10-days. 51 52 4. Concrete barriers and rail bases— See Section 6-02.3(11)A. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 AMD - 34 1 2 5. All other concrete surfaces —continuous wet cure for at least three days. 3 4 In the second paragraph, the first sentence is replaced with the following three new 5 sentences: 6 7 During the continuous wet cure, the Contractor shall keep all exposed concrete surfaces 8 saturated with water. Formed concrete surfaces shall be kept in a continuous wet cure 9 by leaving the forms in place. If forms are removed during the continuous wet cure 10 period, the Contractor shall treat the concrete as an exposed concrete surface. 11 12 The third paragraph is revised to read: 13 14 When curing Class 4000A, two coats of curing compound that complies with Section 9- 15 23.2 shall be applied immediately (not to exceed 15 min.) after tining any portion of the 16 bridge approach slab. The continuous wet cure shall be established as soon as the 17 concrete has set enough to allow covering without damaging the finish. 18 19 In the fifth paragraph, the first sentence is revised to read: 20 21 If the Plans call for an asphalt overlay on the bridge approach slab, the Contractor shall 22 use the clear curing compound (Type 1, Class 3), applying at least 1 gallon per 150 23 square feet to the concrete surface. 24 25 The eighth paragraph is deleted. 26 27 6-02.3(11)A2 Slip-Form Barrier 28 In the fourth paragraph, item number 1, "Type 1 D" is revised to read "Type 1". 29 30 6-02.3(11)B Curing Bridge Decks 31 This new section is supplemented with the following new sub-sections: 32 33 6-02.3(11)B1 Equipment 34 The Contractor shall maintain a wet sheen, without developing pooling or sheeting 35 water, using a fogging apparatus consisting of pressure washers with a minimum nozzle 36 output of 1,500 psi, or other means approved by the Engineer. 37 38 The Contractor shall submit a bridge deck curing plan to the Engineer a minimum 14 39 calendar days prior to the pre-concreting conference. The Contractor's plan shall 40 describe the sequence and timing that will be used to fog the bridge deck, apply pre- 41 soaked burlap, install soaker hoses and cover the deck with white reflective sheeting. 42 43 6-02.3(11)B2 Curing 44 The fogging apparatus shall be in place and charged for fogging prior to beginning 45 concrete placement for the bridge deck. 46 47 The Contractor shall presoak all burlap to be used to cover the deck during curing. 48 49 Immediately after the finishing machine passes over finished concrete, the Contractor 50 shall implement the following tasks: 51 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 AMD - 35 I 1. The Contractor shall fog the bridge deck while maintaining a wet sheen without 2 developing pooling or sheeting water. 3 4 2. The Contractor shall apply the presoaked burlap to the top surface to fully cover 5 the deck without damaging the finish, other than minor marring of the concrete 6 surface. The Contractor shall not apply curing compound. 7 8 3. The Contractor shall continue to keep the burlap wet by fog spraying until the 9 burlap is covered by soaker hoses and white reflective sheeting. The 10 Contractor shall place the soaker hoses and whiter reflective sheeting after the 11 concrete has achieved initial set. The Contractor shall charge the soaker hoses 12 frequently so as to keep the burlap covering the entire deck wet during the 13 course of curing. 14 15 As an alternative to tasks 2 and 3 above, the Contractor may propose a curing system 16 using proprietary curing blankets specifically manufactured for bridge deck curing. 17 Details of the proprietary curing blanket system, including product literature and details 18 of how the system is to be installed and maintained, shall be submitted to the Engineer 19 for approval. 20 21 The wet curing regime as described shall remain in place for at least 14 consecutive 22 calendar days. 23 24 6-02.3(12)A Construction Joints in New Construction 25 The third paragraph is deleted and replaced with the following three new paragraphs: 26 27 If the Plans require a roughened surface on the joint, the Contractor shall strike it off to 28 leave grooves at right angles to the length of the member. Grooves shall be installed 29 using one of the following options: 30 31 1. Grooves shall be Y2 to 1 inch wide, '/4 to '/z inch deep, and spaced equally at 32 twice the width of the groove. Grooves shall terminate approximately 1 '/- 33 inches from the face of concrete. 34 35 2. Grooves shall be 1 to 2 inches wide, a minimum of'/-inch deep, and spaced a 36 maximum of three times the width of the groove. Grooves shall terminate 37 approximately 1 '/-inches from the face of concrete. 38 39 If the Engineer approves, the Contractor may use an alternate method to produce a 40 roughened surface on the joint, provided that such an alternate method leaves a 41 roughened surface of at least a ''/4-inch amplitude. 42 43 If the first strike-off does not produce the required roughness, the Contractor shall 44 repeat the process before the concrete reaches initial set. The final surface shall be 45 clean and without laitance or loose material. 46 47 6-02.3(12)B Construction Joints Between Existing and New Construction 48 The phrase "by method(s) as approved by the Engineer" is deleted from each paragraph in 49 this section. 50 51 6-02.3(13) Expansion Joints 52 The first sentence of the second paragraph is revised to read: AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 36 1 2 Joints made of a vulcanized, elastomeric compound (with neoprene as the only 3 polymer) shall be installed with a lubricant adhesive as recommended by the 4 manufacturer. 5 6 In the third paragraph, "injuring" is revised to read "damaging". 7 8 The following two new subsections are added: 9 10 6-02.3(13)A Strip Seal Expansion Joint System 11 The Contractor shall submit Working Drawings consisting of the strip seal expansion 12 joint shop drawings in accordance with Section 6-03.3(7). These plans shall include, at 13 a minimum, the following: 14 15 1. Plan, elevation, and sections of the joint system and all components, with 16 dimensions and tolerances. 17 18 2. All material designations. 19 20 3. Manufacturer's written installation procedure. 21 22 4. Corrosion protection system used on the metal components. 23 24 5. Locations of welded shear studs, lifting mechanisms, temperature setting 25 devices, and construction adjustment devices. 26 27 6. Method of sealing the system to prevent leakage of water through the joint. 28 29 The strip seal shall be removable and replaceable. 30 31 The metal components shall conform to ASTM A 36, ASTM A 992, or ASTM A 572, and 32 shall be protected against corrosion by one of the following methods: 33 34 1. Zinc metallized in accordance with Section 6-07.3(14). 35 36 2. Hot-dip galvanized in accordance with AASHTO M 111. 37 38 3. Paint in accordance with Section 6-07.3(9). The color of the top coat shall be 39 Federal Standard 595 Color No. 26420. The surfaces embedded in concrete 40 shall be painted only with a shop primer coat of paint conforming to Section 9- 41 08.1(2)C. 42 43 The strip seal gland shall be continuous for the full length of the joint with no splices 44 permitted, unless otherwise shown in the Plans. 45 46 Other than items shown in the Plans, threaded studs used for construction adjustments 47 are the only items that may be welded to the steel shapes provided they are removed 48 by grinding after use, and the area repaired by application of an approved corrosion 49 protection system. 50 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 37 i 1 If the opening between the steel shapes is anticipated to be less than 1-1/2 inches at 2 the time of seal installation, the seal may be installed prior to encasement of the steel 3 shapes in concrete. 4 5 After the joint system is installed, the joint shall be flooded with water and inspected, 6 from below the joint, for leakage. If leakage is observed, the joint system shall be 7 repaired by the Contractor, as recommended by the manufacturer. 8 9 6-02.3(13)B Compression Seal Expansion Joint System 10 Compression seal glands shall be selected from the current Qualified Products List and 11 sized as shown in the Plans. 12 13 The compression seal expansion joint system shall be installed in accordance with the 14 manufacturer's written recommendations. The Contractor shall submit a Type 1 Working 15 Drawing consisting of the manufacturer's written installation procedure and repair 16 procedures if leakage testing fails. 17 18 After the joint system is installed, the joint area shall be flooded with water and 19 inspected, from below the joint, for leakage. If leakage is observed, the joint system 20 shall be repaired by the Contractor, as recommended by the manufacturer. 21 22 6-02.3(14) Finishing Concrete Surfaces 23 The last sentence of the first paragraph is revised to read: 24 25 The Contractor shall clean and refinish any stained or discolored surfaces. 26 27 The following new subsection is added: 28 29 6-02.3(14)D General Requirements for Concrete Surface Finishes Produced by 30 Form Liners 31 Horizontal and vertical joints shall be spliced in accordance with the manufacturer's 32 printed instructions. The Contractor shall submit a Type 1 Working Drawing consisting 33 of the manufacturer's joint splice instructions. 34 35 Horizontal splicing of ABS and plastic form liners to achieve the required height is not 36 permitted and there shall be no horizontal joints. The concrete formed with ABS and 37 plastic form liners shall be given a light sandblast to remove the glossy finish. 38 39 Side forms, traffic barrier forms, and pedestrian barrier forms using these form liners 40 may be removed after 24 hours provided the concrete mix used includes a water- 41 reducing admixture, and the concrete reaches 1,400 psi minimum compressive strength 42 before form removal. Concrete in load supporting forms utilizing these form liners shall 43 be cured in accordance with Section 6-02.3(17)N. Once the forms are removed, the 44 Contractor shall treat the joint areas by patching or light sandblasting as required by the 45 Engineer to ensure that the joints are not visible. 46 47 Form liners shall be cleaned, reconditioned, and repaired before each use. Form liners 48 with repairs, patches, or defects which, in the opinion of the Engineer, would result in 49 adverse effects to the concrete finish shall not be used. 50 51 Care shall be taken to ensure uniformity of color throughout the textured surface. A 52 change in form release agent will not be allowed. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 38 ' 1 2 All surfaces formed by the form liner shall also receive a Class 2 surface finish. Form 3 ties shall be a type that leaves a clean hole when removed. All spalls and form tie holes 4 shall be filled as specified for a Class 2 surface finish. 5 6 6-02.3(14)C Pigmented Sealer for Concrete Surfaces 7 The first sentence (up until the colon) is revised to read: 8 9 The Contractor shall submit a Type 1 Working Drawing consisting of the pigmented 10 sealer manufacturer's written instructions covering, at a minimum, the following: 11 12 The second paragraph is deleted. 13 14 In the last sentence of the third paragraph, "approval" is revised to read "acceptance". 15 16 6-02.3(15) Date Numerals 17 The third sentence in the first paragraph is revised to read: 18 19 When an existing Structure is widened or when traffic barrier is placed on an existing 20 Structure, the date shall be for the year in which the original Structure was completed. 21 22 6-02.3(16) Plans for Falsework and Formwork 23 This section is revised to read: 24 25 The Contractor shall submit all plans for falsework and formwork as Type 2E Working 26 Drawings. Submittal is not required for footing or retaining wall formwork if the wall is 4 27 feet or less in height (excluding pedestal height). 28 29 The design of falsework and formwork shall be based on: 30 31 1. Applied loads and conditions which are no less severe than those described in 32 Section 6-02.3(17)A, Design Loads; 33 34 2. Allowable stresses and deflections which are no greater than those described in 35 Section 6-02.3(17)B, Allowable Stresses and Deflections; 36 37 3. Special loads and requirements no less severe than those described in 38 Section 6-02.3(17)C, Falsework and Formwork at Special Locations; 39 40 4. Conditions required by other Sections of 6-02.3(17), Falsework and Formwork. 41 42 The falsework and formwork plans shall be scale drawings showing the details of 43 proposed construction, including: sizes and properties of all members and components; 44 spacing of bents, posts, studs, wales, stringers, wedges and bracing; rates of concrete 45 placement, placement sequence, direction of placement, and location of construction 46 joints; identification of falsework devices and safe working loads as well as identification 47 of any bolts or threaded rods used with the devices including their diameter, length, 48 type, grade, and required torque. The falsework plans shall show the proximity of 49 falsework to utilities or any nearby Structures including underground Structures. 50 Formwork accessories shall be identified according to Section 6-02.3(17)H, Formwork 51 Accessories. All assumptions, dimensions, material properties, and other data used in 52 making the structural analysis shall be noted on the drawing. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 39 1 2 The Contractor shall furnish associated design calculations to the Engineer as part of 3 the submittal. The design calculations shall show the stresses and deflections in load 4 supporting members. Construction details which may be shown in the form of sketches 5 on the calculation sheets shall be shown in the falsework or formwork drawings as well. 6 Falsework or formwork plans will be rejected in cases where it is necessary to refer to 7 the calculation sheets for information needed for complete understanding of the 8 falsework and formwork plans or how to construct the falsework and formwork. 9 10 Each sheet of falsework and formwork plans shall carry the following: 11 12 1. The initials and dates of all participating design professionals. 13 14 2. Clear notation of all revisions including identification of who authorized the 15 revision, who made the revision, and the date of the revision. 16 17 3. The Contract number, Contract title, and sequential sheet number. These shall 18 also be on any related documents. 19 20 4. Identify where the falsework and formwork plan will be utilized by referencing 21 Contract Plan sheet number and related item or detail. 22 23 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans 24 This section, including title, is deleted in its entirety and replaced with the following: 25 26 6-02.3(16)A Vacant 27 28 6-02.3(16)B Preapproved Formwork Plans 29 This section, including title, is revised to read: 30 31 6-02.3(16)B Pre-Contract Review of Falsework and Formwork Plans 32 The Contractor may request pre-contract review of formwork plans for abutments, 33 wingwalls, diaphragms, retaining walls, columns, girders and beams, box culverts, 34 railings, and bulkheads. Plans for falsework supporting the bridge deck for interior 35 spans between precast prestressed concrete girders may also be submitted for pre- 36 contract review. 37 38 To obtain pre-contract review, the Contractor shall electronically submit drawings and 39 design calculations in PDF format directly to: 40 41 BridgeConstructionSupport@wsdot.wa.gov 42 43 The Bridge and Structures Office, Construction Support Engineer will return the 44 falsework or formwork plan to the Contractor with review notes, an effective date of 45 review, and any revisions needed prior to use. For each contract on which the pre- 46 reviewed falsework or formwork plans will be used, the Contractor shall submit a copy 47 to the Engineer. Construction shall not begin until the Engineer has given concurrence. 48 49 If the falsework or formwork being constructed has any deviations to the preapproved 50 falsework or formwork plan, the Contractor shall submit plan revisions for review and 51 approval in accordance with Section 6-02.3(16). 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 40 1 6-02.3(17)A Design Loads 2 The fifth paragraph is revised to read: 3 4 Live loads shall consist of a minimum uniform load of not less than 25 psf, applied over 5 the entire falsework plan area, plus the greater of: 6 7 1. Actual weights of the deck finishing equipment applied at the rails, or, 8 9 2. A minimum load of 75 pounds per linear foot applied at the edge of the bridge 10 deck. 11 12 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms 13 The second and third to last paragraphs are deleted. 14 15 6-02.3(17)K Concrete Forms on Steel Spans 16 The second sentence of the last paragraph is revised to read: 17 18 The Contractor shall fill the holes with fully torqued ASTM A 325 bolts in accordance 19 with Section 6-03.3(33). 20 21 6-02.3(17)0 Early Concrete Test Cylinder Breaks 22 The third paragraph is revised to read. 23 24 The cylinders shall be cured in the field in accordance with WSDOT FOP for AASHTO T 25 23 Section 10.2 Field Curing. 26 27 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 28 The first five paragraphs are deleted and replaced with the following two new paragraphs: 29 30 Grout shall conform to Section 9-20.3(2) for anchor bolts and for bearing assemblies 31 with bearing plates. Grout shall conform to Section 9-20.3(3) for elastomeric bearing 32 pads and fabric pad bearings without bearing plates. 33 34 Grout shall be a workable mix with a viscosity that is suitable for the intended 35 application. The Contractor shall receive approval from the Engineer before using the 36 grout. 37 38 6-02.3(24)C Placing and Fastening 39 The twelfth paragraph is revised to read: 40 41 In bridge decks, a "mat' is two adjacent and perpendicular layers of reinforcing steel. 42 Top and bottom mats shall be supported adequately to hold both in their proper 43 positions. If No. 4 bars make up the lower layer of steel in a mat, it shall be blocked at 44 not more than 3-foot intervals (or 4-foot intervals for bars No. 5 and larger). Wire ties to 45 girder stirrups shall not be considered as blocking. To provide a rigid mat, the 46 Contractor shall add other supports and tie wires to the top mat as needed. 47 48 In the fourteenth paragraph, the description following "2'/z inches between" is revised to 49 read: 50 51 Adjacent bars in a layer. Bridge deck and bridge approach slab bars and the top of the 52 slab. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 AMD - 41 1 2 In the fourteenth paragraph, the description following °2 inches between" is supplemented 3 with the following new sentence: 4 5 Bars and the surface of concrete when not specified otherwise in this Section or in the 6 Plans. 7 8 In the fourteenth paragraph, the first sentence in the description following "1'/ inches 9 between" is deleted. 10 11 The fifteenth paragraph is revised to read: 12 13 Except for top cover in bridge decks and bridge approach slabs, cover to ties and 14 stirrups may be Yz inch less than the values specified for main bars but shall not be less 15 than 1 inch. 16 17 In the sixteenth paragraph, the first item in the second subparagraph is revised to read: 18 19 The clearance to the top surface of bridge decks 20 and bridge approach slabs +'/4 in/-0". 21 22 6-02.3(24)E Welding Reinforced Steel 23 This section is revised to read: 24 25 Welding of steel reinforcing bars shall conform to the requirements of ANSUAWS D1.4 26 Structural Welding Code - Reinforcing Steel, latest edition, except where superseded by 27 the Special Provisions, Plans, and these Specifications. 28 29 Before any welding begins, the Contractor shall submit a Type 2 Working Drawing 30 consisting of the welding procedure for each type of welded splice to be used, including 31 the weld procedure specifications and joint details. The weld procedure specifications 32 shall be written on a form taken from AWS D1.4 Annex A, or equivalent. Test results of 33 tensile strength, macroetch, and visual examination shall be included. The form shall 34 be signed and dated. 35 36 Welders shall be qualified in accordance with AWS D1.4. The Contractor shall be 37 responsible for the testing and qualification of welders, and shall submit Type 2 Working 38 Drawings consisting of welder qualification and retention records. The weld joint and 39 welding position a welder is qualified in shall be in accordance with AWS D1.4. The 40 welder qualifications shall remain in effect indefinitely unless, (1) the welder is not 41 engaged in a given process of welding for which the welder is qualified for a period 42 exceeding six months, or (2) there is some specific reason to question a welder's ability. 43 44 Filler metals used for welding reinforcing bars shall be in accordance with AWS D1 A 45 Table 5.1. All filler metals shall be low-hydrogen and handled in compliance with low- 46 hydrogen practices specified in the AWS code. 47 48 Short circuiting transfer with gas metal arc welding will not be allowed. Slugging of 49 welds will not be allowed. 50 51 For the purpose of compatibility with AWS D1.4, welded lap splices for spiral or hoop 52 reinforcing shall be considered Flare-V groove welds, indirect butt joints. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 AMD - 42 1 2 The Contractor is responsible for using a welding sequence that will limit the alignment 3 distortion of the bars due to the effects of welding. The maximum out-of-line permitted 4 will be 114 inch from a 3.5-foot straight-edge centered on the weld and in line with the 5 bar. 6 7 The ground wire from the welding machine shall be clamped to the bar being welded. 8 9 Where epoxy-coated steel reinforcing bars are specified to be spliced by welding, the 10 epoxy coating shall be left off or removed from the surfaces to be heated, but in no 11 cases less than six inches of each bar being welded. After the welding is complete, the 12 Contractor shall apply epoxy patching material to the uncoated portions of the bar in 13 accordance with Section 6-02.3(24)H. 14 15 6-02.3(25) Prestressed Concrete Girders 16 In the first paragraph, the last sentence is revised to read: 17 18 WSDOT certification will be granted at, and renewed during, the annual prestressed 19 plant review and approval process in accordance with WSDOT Materials Manual M 46- 20 01.04 Standard Practice QC 6. 21 22 6-02.3(25)1 Fabrication Tolerances 23 In the first paragraph, item number 21 is revised to read: 24 25 21. Differential Camber Between Girders in a Span (measured in place at the job 26 site): 27 For deck bulb tee girders and PCPS Cambers shall be equalized when the members with grouted shear keys: differences in cambers between adjacent girders exceeds t'/,inch For deck bulb tee girders and PCPS Cambers shall be equalized when the members without grouted shear keys: differences in cambers between adjacent girders exceeds 1'/2 inch For all other prestressed concrete Vs inch per 10 feet of girder length girders: 28 29 6-02.3(25)0 Deck Bulb Tee Girder Flange Connection 30 This section, including title, is revised to read: 31 32 Deck Bulb Tee Girder Flange and PCPS Member Connection 33 The Contractor shall submit a method of equalizing deflections as a Type 1 Working 34 Drawing. Any temporary strands in the top flange shall be cut per Section 6-02.3(25)N 35 prior to equalizing girder deflections. 36 37 Deck bulb tee girders and PCPS members with grouted shear keys shall be constructed 38 in the following sequence: 39 40 1. Deflections shall be equalized per the Contractor's equalization plan. 41 42 2. Intermediate diaphragms shall be placed and weld ties shall be welded. 43 Welding ground shall be attached directly to the steel plates being welded when 44 welding the weld-ties. 45 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 43 1 3. The keyways shown in the Plans to receive grout shall be filled flush with the 2 surrounding surfaces using a grout conforming to Section 9-20.3(2). 3 4 4. Equalization equipment shall not be removed and other construction equipment 5 shall not be placed on the structure until intermediate diaphragms have attained 6 a minimum compressive strength of 2,500 psi and keyway grout has achieved a 7 minimum compressive strength of 4000 psi. 8 9 Deck bulb tee girders and PCPS members without grouted shear keys shall be 10 constructed in the following sequence: 11 i 12 1. Deflections shall be equalized per the Contractor's equalization plan. 13 14 2. Intermediate diaphragms shall be placed and weld ties shall be welded. 15 Welding ground shall be attached directly to the steel plates being welded when 16 welding the weld-ties. 17 18 3. Equalization equipment shall not be removed and other construction equipment 19 shall not be placed on the structure until intermediate diaphragms have attained 20 a minimum compressive strength of 2,500 psi. 21 22 6-02.3(26)F Prestressing Reinforcement 23 The last sentence in the fourth paragraph is revised to read: 24 25 If the prestressing reinforcement will not be stressed and grouted for more than 7 26 calendar days after it is placed in the ducts, the Contractor shall place an approved 27 corrosion inhibitor conforming to Federal Specification MIL-1-22110C in the ducts. 28 29 6-02.3(28) Precast Concrete Panels 30 In the first paragraph, the third sentence is revised to read: 31 32 WSDOT Certification will be granted at, and renewed during, the annual precast plant 33 review and approval process in accordance with WSDOT Materials Manual M 46-01.04 34 Standard Practice QC 7. 35 36 6-02.4 Measurement 37 The following three new paragraphs are inserted before the last paragraph: 38 39 Expansion joint system_seal - superstr. will be measured by the linear foot along its 40 completed line and slope. 41 42 Expansion joint modification will be measured by the linear foot of expansion joint 43 modified along its completed line and slope. 44 45 Prestressed concrete girder will be measured by the linear foot of girder specified in the 46 Proposal. 47 48 6-02.5 Payment 49 In the paragraph following the bid item "Commercial Concrete", per cubic yard the second 50 sentence is revised to read: 51 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AM D - 44 I All costs in connection with concrete curing, producing concrete surface finish with form 2 liners, and furnishing and applying pigmented sealer to concrete surfaces as specified, 3 shall be included in the unit contract price per cubic yard for"Conc. Class 4 5 The following new paragraph is inserted after the bid item "Superstructure (name bridge)", 6 lump sum 7 8 All costs in connection with constructing, finishing and removing the bridge deck test 9 slab as specified in Section 6-02.3(10)D1 shall be included in the lump sum Contract 10 price for"Superstructure_" or"Bridge Deck_" for one bridge in each project, as 11 applicable. 12 13 In the paragraph following the bid item "Epoxy-Coated St. Reinf. Bar ", per pound, the 14 first sentence is revised to read: 15 16 Payment for reinforcing steel shall include the cost of drilling holes in concrete for, and 17 setting, steel reinforcing bar dowels with epoxy bonding agent, and furnishing, 18 fabricating, placing, and splicing the reinforcement. 19 20 The bid item "Cure Box", lump sum and paragraph following bid item are deleted. 21 22 The following three new bid items are inserted before the bid item "Bridge Approach Slab", 23 per square yard: 24 25 "Expansion Joint System Superstr.", per linear foot. 26 27 "Expansion Joint Modification - ", per linear foot. 28 29 "Prestressed Conc. Girder ", per linear foot. 30 31 6-03.AP6 32 Section 6-03, Steel Structures 33 April 6, 2015 34 6-03.2 Materials 35 The first sentence in the fifth paragraph is revised to read: 36 37 The Contractor shall submit Type 1 Working Drawings describing the methods for 38 visibly marking the material so that it can be traced. 39 40 6-03.3 Construction Requirements 41 This section is revised to read: 42 43 Structural steel fabricators of plate and box girders, floorbeams, truss members, 44 stringers, cross frames, diaphragms, and laterals shall be certified under the AISC 45 Certification Program for Steel Bridge Fabricators, Advanced Bridges Category. When 46 fracture critical members are specified in the contract, structural steel fabricators shall 47 also meet the supplemental requirements F, Bridges with Fracture-Critical Members, 48 under the AISC Certification Program for Steel Bridge Fabricators. 49 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 45 1 6-03.3(7) Shop Plans 2 This section is revised to read: 3 4 The Contractor shall submit all shop detail plans for fabricating the steel as Type 2 5 Working Drawings. 6 7 If these plans will be submitted directly from the fabricator, the Contractor shall so notify 8 the Engineer in writing. 9 10 No material shall be fabricated until: (1) the Working Drawing review is complete, and 11 (2) the Engineer has accepted the materials source. 12 13 Before physical completion of the project, the Contractor shall furnish the Engineer one 14 set of reproducible copies of the as-built shop plans. The reproducible copies shall be 15 clear, suitable for microfilming, and on permanent sheets that measure no smaller than 16 11 by 17-inches. Alternatively, the shop drawings may be provided in an electronic 17 format with the concurrence of the Engineer. 18 19 6-03.3(7)A Erection Methods 20 The first paragraph is revised to read: 21 22 Before beginning to erect any steel Structure, the Contractor shall submit Type 2E 23 Working Drawings consisting of the erection plan and procedure describing the methods 24 the Contractor intends to use. 25 26 The second paragraph (up until the colon) is revised to read: 27 28 The erection plan and procedure shall provide complete details of the erection process 29 including, at a minimum, the following: 30 31 The third paragraph (up until the colon) is revised to read: 32 33 As part of the erection plan Working Drawings, the Contractor may submit details of an 34 engineered and fabricated lifting bracket bolted to the girder top flanges providing the 35 following requirements are satisfied: 36 37 In the third paragraph, the second sentence of item number 4 is revised to read: 38 39 Certification documentation from a previous project may be submitted; 40 41 The last sentence of the fourth paragraph is deleted. 42 43 The last paragraph is deleted. 44 45 6-03.3(10) Straightening Bent Material 46 In the first paragraph, the last sentence is revised to read: 47 48 A limited amount of localized heat may be applied only if carefully planned and 49 supervised, and only in accordance with the heat-straightening procedure Working 50 Drawing submittal. 51 52 The third paragraph is revised to read: AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 AMD - 46 1 2 After straightening, the Contractor shall inspect the member for fractures using a 3 method proposed by the Contractor and accepted by the Contracting Agency. 4 5 The last paragraph is revised to read: 6 7 The procedure for heat straightening of universal mill (UM) plates by the mill or the 8 fabricator shall be submitted as a Type 2 Working Drawing. 9 10 6-03.3(14) Edge Finishing 11 In the first paragraph, the last sentence is revised to read. 12 13 Corners along exposed edges shall be broken by light grinding or another method 14 acceptable to the Engineer to achieve an approximate 1/1 6-inch chamfer or rounding. 15 16 In the fifth paragraph, the last sentence is revised to read. 17 18 The fabricator shall prevent excessive hardening of flange edges through preheating, 19 post heating, or control of the burning process as recommended by the steel 20 manufacturer. 21 22 The sixth paragraph is revised to read: 23 24 Hardness testing shall consist of testing thermal-cut edges with a portable hardness 25 tester. The hardness tester, and its operating test procedures, shall be submitted as a 26 Type 1 Working Drawing. The hardness tester shall be convertible to Rockwell C scale 27 values. 28 29 In the last paragraph, the last sentence is revised to read: 30 31 If thermal-cutting operations conform to procedures established by the steel 32 manufacturer, and hardness testing results are consistently within acceptable limits, the 33 Engineer may authorize a reduction in the testing frequency. 34 35 6-03.3(15) Planing of Bearing Surfaces 36 This section is supplemented with the following new paragraph: 37 38 Where mill to bear is specified in the Plans, the bearing end of the stiffener shall be 39 flush and square with the flange and shall have at least 75 percent of this area in 40 contact with the flange. 41 42 6-03.3(25) Welding and Repair Welding 43 In the first paragraph, the first sentence is revised to read: 44 45 Welding and repair welding of all steel bridges shall comply with the AASHTO/AWS 46 D1.5M/D1.5, latest edition, Bridge Welding Code. 47 48 In the second paragraph, the last sentence is revised to read: 49 50 No welding, including tack and temporary welds shall be done in the shop or field unless 51 the location of the welds is shown on the shop drawings reviewed and accepted by the 52 Engineer. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD 47 1 2 In the third paragraph, the first sentence is revised to read: 3 4 Welding procedures shall accompany the shop drawing Working Drawing submittal. 5 6 In the fourth paragraph, the first sentence is revised to read: 7 8 Welding shall not begin until completion of the shop plan Working Drawing review as 9 required in Section 6-03.3(7), 10 11 In item number 1 of the ninth paragraph, "approves" is revised to read "concurs". 12 13 6-03.3(25)A3 Ultrasonic Inspection 14 The following new paragraph is inserted before the last paragraph: 15 16 A minimum of 30 percent of complete penetration vertical welds on steel column jackets 17 thicker than 5/16-inch, within 1.50 column jacket diameter of the top and bottom of each 18 column, shall be inspected. If any rejectable flaws are found, 100 percent of the weld 19 within the specified limits shall be inspected. The largest column cross section diameter 20 for tapered column jackets shall constitute one column jacket diameter. 21 22 6-03.3(25)A4 Magnetic Particle Inspection 23 Items number 3 and 4 are revised to read: 24 25 3. Complete penetration groove welds on plates 5/6-inch or thinner (excluding steel 26 column jackets) shall be 100 percent tested by the magnetic particle method. 27 Testing shall apply to both sides of the weld, if backing plate is not used. The ends 28 of each complete penetration groove weld at plate edges shall be tested by the 29 magnetic particle method. 30 31 4. A minimum of 30 percent of complete penetration vertical welds on steel column 32 jackets 5/6-inch or thinner, within 1.50 column jacket diameters of the top and 33 bottom of each column, shall be magnetic particle inspected. The largest column 34 cross section diameter for tapered column jackets shall constitute one column jacket 35 diameter. 36 37 The last paragraph is supplemented with the following new sentence: 38 39 If any rejectable flaws are found in any test length of item 4 above, 100 percent of the 40 weld within the specified limits shall be inspected. 41 42 6-03.3(27) High Strength Bolt Holes 43 The last paragraph is revised to read: 44 45 The Contractor shall submit Type 2 Working Drawings consisting of a detailed outline of 46 the procedures proposed to accomplish the work from initial drilling through shop 47 assembly. 48 49 6-03.3(27)C Numerically Controlled Drilled Connections 50 In the second paragraph, the first sentence is revised to read: 51 AMENDMENT T S O THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 48 1 The Contractor shall submit Type 1 Working Drawings consisting of a detailed outline of 2 proposed N/C procedures. 3 4 6-03.3(29) Welded Shear Connectors 5 This section's content is deleted and replaced with the following: 6 7 Installation, production control, and inspection of welded shear connectors shall 8 conform to Chapter 7 of the AASHTO/AWS D1.5M/D1.52010 Bridge Welding Code. If 9 welded shear connectors are installed in the shop, installation shall be completed prior 10 to applying the shop primer coat in accordance with Section 6-07.3(9)G. If welded shear 11 connectors are installed in the field, the steel surface to be welded shall be prepared to 12 SSPC-SP 11, power tool cleaning, just prior to welding. 13 14 6-03.3(33) Bolted Connections 15 In the second paragraph, the first sentence is revised to read: 16 17 The Contractor shall submit Type 1 Working Drawings providing documentation of the 18 bolt tension calibrator, including brand, capacity, model, date of last calibration, and 19 manufacturer's instructions for use. 20 21 In the second sentence of the second paragraph, the word "approved" is deleted. 22 23 In item number 3 of the fifth paragraph, "approved" is revised to read "specified". 24 25 In the center column header of table 1, "AASHTO M 164" is revised to read "ASTM A 325". 26 27 In the column headings of table 3, W 164" is revised to read "A 325". 28 29 In the tenth paragraph, item number 3, "approved" is revised to read "accepted" in the 30 second and third sentences of the first paragraph. 31 32 In the tenth paragraph, item number 3, the third paragraph is revised to read 33 34 The Contractor shall submit Type 1 Working Drawings of the tension control bolt 35 assembly, including bolt capacities, type of bolt, nut, and washer lubricant, method of 36 packaging and protection of the lubricated bolt, installation equipment, calibration 37 equipment, and installation procedures. 38 39 In the first sentence of the last paragraph, "AASHTO M 164" is revised to read "ASTM A 40 325". 41 42 The second sentence of the last paragraph is revised to read: 43 44 Black ASTM A 325 bolts may be reused once if accepted by the Engineer. 45 In the last paragraph, the fourth sentence is revised to read: 46 47 Bolts to be reused shall be relubricated in accordance with the manufacturer's 48 recommendations. 49 50 6-03.3(33)A Pre-Erection Testing 51 In the fifth sentence of the first paragraph, "approved" is revised to read "accepted". 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 49 1 The third paragraph is revised to read: 2 3 The Contractor shall submit Type 1 Working Drawings consisting of the manufacturer's 4 detailed procedure for pre-erection (rotational capacity) testing of tension control bolt 5 assemblies. 6 7 6-03.3(33)B Bolting Inspection 8 In the last sentence of the first paragraph, "approved" is revised to read "specified". I 9 10 The last paragraph is revised to read: 11 12 The Contractor shall submit Type 1 Working Drawings consisting of the manufacturer's 13 detailed procedure for routine observation to ensure proper use of the tension control 14 bolt assemblies. 15 16 6-03.3(42) Surface Condition 17 The first subparagraph is revised to read: 18 19 Painted steel surfaces shall be cleaned by methods required for the type of staining. 20 The Contractor shall submit a Type 1 Working Drawing of the cleaning method. 21 22 6-04.AP6 23 Section 6-04, Timber Structures 24 January 5, 2015 25 6-04.3(3) Shop Details 26 This section is revised to read: 27 28 The Contractor shall submit Type 2 Working Drawings consisting of shop detail plans 29 for all treated timber. These plans shall show dimensions for all cut, framed, or bored 30 timbers. 31 32 6-05.AP6 33 Section 6-05, Piling 34 January 5, 2015 35 6-05.3(2) Ordering Piling 36 The last paragraph is deleted. 37 38 6-05.3(3)A Casting and Stressing 39 In the second sentence of the first paragraph, "poured" is revised to read "cast". 40 41 6-05.3(4) Manufacture of Steel Casings for Cast-In-Place Concrete Piles 42 This section is revised to read: 43 44 The diameter of steel casings shall be as specified in the Contract. A full-penetration 45 groove weld between welded edges is required. 46 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 50 1 6-05.3(5) Manufacture of Steel Piles 2 This section is revised to read: 3 4 Steel piles shall be made of rolled steel H-pile sections, steel pipe piles, or of other 5 structural steel sections described in the Contract. A full-penetration groove weld 6 between welded edges is required. 7 8 6-05.3(6) Splicing Steel Casings and Steel Piles 9 This section is revised to read. 10 11 The Engineer will normally permit steel piles and steel casings for cast-in-place 12 concrete piles to be spliced. But in each case, the Contractor shall submit Type 2 13 Working Drawings supporting the need and describing the method for splicing. Welded 14 splices shall be spaced at a minimum distance of 10 feet. Only welded splices will be 15 permitted. 16 17 Splice welds for steel piles shall comply with Section 6-03.3(25) and AWS D1.1/D1.1 M, 18 latest edition, Structural Welding Code. Splicing of steel piles shall be performed in 19 accordance with an approved weld procedure. The Contractor shall submit a Type 2 20 Working Drawing consisting of the weld procedure. For ASTM A 252 material, mill 21 certification for each lot of pipe to be welded shall accompany the submittal. The ends 22 of all steel pipe piling shall meet the fit-up requirements of AWS D1.1/D1.1 M, latest 23 edition, Structural Welding Code Section 5.22.3.1, "Girth Weld Alignment (Tubular)," 24 when the material is spliced utilizing a girth weld. 25 26 Splice welds of steel casings for cast-in-place concrete piles shall be the Contractor's 27 responsibility and shall be welded in accordance with AWS D1.1/D1.1 M, latest edition, 28 Structural Welding Code. A weld procedure submittal is not required for steel casings 29 used for cast-in-place concrete piles. Casings that collapse or are not watertight, shall 30 be replaced at the Contractor's expense. 31 32 6-05.3(7)B Precast Concrete Piles 33 The second to last sentence of the second paragraph is revised to read: 34 35 The Contractor shall submit Type 2 Working Drawings consisting of the method of lifting 36 the piles. 37 38 6-05.3(8) Pile Tips and Shoes 39 In the last paragraph, the second and third sentences are deleted and replaced with the 40 following new sentence: 41 42 If pile tips or shoes other than those denoted in the Qualified Products List are 43 proposed, the Contractor shall submit Type 2 Working Drawings consisting of shop 44 drawings of the proposed pile tip along with design calculations, specifications, material 45 chemistry and installation requirements, along with evidence of a pile driving test 46 demonstrating suitability of the proposed pile tip. 47 48 6-05.3(9)A Pile Driving Equipment Approval 49 In the first paragraph, the first sentence is revised to read: 50 51 Prior to driving any piles, the Contractor shall submit Type 2 Working Drawings 52 consisting of details of each proposed pile driving system. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 51 1 2 In the second paragraph, the first sentence is revised to read: 3 4 The Contractor shall submit Type 2E Working Drawings consisting of a wave equation 5 analysis for all pile driving systems used to drive piling with required ultimate bearing 6 capacities of greater than 300 tons. 7 8 In the second paragraph, the second sentence is deleted. 9 10 The last paragraph is revised to read: 11 12 Changes to the pile driving system after completion of the Working Drawing review 13 require a revised Working Drawing submittal. 14 15 6-05.3(9)B Pile Driving Equipment Minimum Requirements 16 In the first paragraph, the first sentence is revised to read: 17 18 For each drop hammer used, the Contractor shall weigh it in the Engineer's presence or 19 submit a Type 1 Working Drawing consisting of a certificate of its weight. 20 21 In the third paragraph, the first sentence is revised to read: 22 23 For each diesel, hydraulic, steam, or air-driven hammer used, the Contractor shall 24 submit a Type 1 Working Drawing consisting of the manufacturer's specifications and 25 catalog. 26 27 In the fourth paragraph, "approval" is revised to read "permission". 28 29 The ninth paragraph is revised to read: 30 31 These requirements for minimum hammer size may be waived if a Type 2E Working 32 Drawing is submitted consisting of a wave equation analysis demonstrating the ability of 33 the hammer to obtain the required bearing capacity and minimum tip elevation without 34 damage to the pile. 35 36 6-05.3(9)C Pile Driving Leads 37 In the third paragraph, "approved" is revised to read "permitted". 38 39 6-05.3(11)F Pile Damage 40 In the first sentence of the second paragraph, "approved" is revised to read "accepted". 41 42 6-05.3(11)G Pile Cutoff 43 In the first paragraph, "Engineer's approval" is revised to read "Engineer's permission". 44 45 6-05.3(11)H Pile Driving From or Near Adjacent Structures 46 In the first paragraph, item number 3 is revised to read: 47 48 3. Type 2E Working Drawings are submitted in accordance with Sections 1-05.3 and 6- 49 02.3(16), showing the structural adequacy of the existing Structure to safely support 50 all of the construction loads. 51 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 AMD - 52 1 6-05.3(12) Determination of Bearing Values 2 In the footnote below the formula, "approved by the Engineer" is revised to read "acceptable 3 to the Engineer'. 4 5 6-05.3(13) Treatment of Timber Pile Heads 6 In the second paragraph, the first sentence is revised to read 7 8 After cutting treated timber piles to correct elevation, the Contractor shall brush three 9 coats of a preservative that meets the requirements of Section 9-09 on all pile heads 10 (except those to be covered with concrete footings or concrete caps). 11 12 6-05.3(15) Completion of Cast-In-Place Concrete Piles 13 In the first paragraph, "approval' is revised to read "acceptance". 14 15 6-06.AP6 16 Section 6-06, Bridge Railings 17 January 5, 2015 18 6-06.3(2) Metal Railings 19 The second paragraph is revised to read: 20 21 Before fabricating the railing, the Contractor shall submit Type 2 Working Drawings 22 consisting of the shop plans. The Contractor may substitute other rail connection details 23 for those shown in the Plans if details of these changes show in the shop plans and if 24 the Engineer accepts them in the Working Drawing response comments. In reviewing 25 the shop plan Working Drawings, the Engineer indicates only that they are adequate 26 and complete enough. The review does not indicate a check on dimensions. 27 28 6-07.AP6 29 Section 6-07, Painting 30 January 5, 2015 31 6-07.3 Painting 32 This section is supplemented with the following new subsections: 33 34 6-07.3(14) Metallic Coatings 35 36 6-07.3(14)A General Requirements 37 This specification covers the requirements for thermal spray metallic coatings, with 38 and without additional paint coats, as a means to prevent corrosion. 39 40 The coating system consists of surface preparation by wash cleaning and abrasive 41 blast cleaning, thermal spray application of a metallic coating using a material 42 made specifically for that purpose, and, when specified, shop primer coat or shop 43 primer coat plus top coat in accordance with Section 6-07.3(11)A. The system also 44 includes inspection and acceptance requirements. 45 46 6-07.3(14)B Reference Standards 47 SSPC-SP 10/NACE No. 2 Near White Blast Cleaning AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 53 1 SSPC CS 23.00 Guide for Thermal Spray Metallic Coating Systems 2 ASTM-C-633 Standard Test Method for Adhesion or Cohesion 3 Strength of Thermal Spray Coatings 4 ASTM D 4417 Standard Test Methods for Field Measurement of 5 Surface Profile of Blast-Cleaned Steel 6 ASTM D 6386 Standard Practice for Preparation of Zinc (Hot-Dip 7 Galvanized) Coated Iron and Steel Product and 8 Hardware Surfaces for Painting 9 ASTM D 4541 Standard Test Method for Pull-Off Strength of Coatings 10 Using Portable Adhesion Testers 11 ANSI/AWS C2.18 Guide for the Protection of Steel with Thermal Sprayed 12 Coatings of Aluminum, Zinc and their Alloys and 13 Composites 14 15 6-07.3(14)C Quality Assurance 16 A representative sample of each lot of the coating material used shall be submitted 17 to the Engineer for analysis prior to use. Zinc shall have a minimum purity of 99.9 18 percent. Zinc Aluminum 85/15 wire shall be 14 percent minimum to 16 percent 19 maximum aluminum. 20 21 The thermal sprayed coating shall have a uniform appearance. The coating shall 22 not contain any blisters, cracks, chips or loosely adhering particles, oil or other 23 surface contaminants, nodules, or pits exposing the substrate. 24 25 The thermal spray coating shall adhere to the substrate with a minimum bond of 26 700 psi. The Contractor's QA program shall include thermal spray coating bond 27 testing. 28 29 The Engineer may cut through the coating with a knife or chisel. If upon doing so, 30 any part of the coating lifts away from the base metal 1/4 in. or more ahead of the 31 cutting blade without cutting the metal, then the bond is considered not effective 32 and is rejected. 33 34 Coated areas which have been rejected or damaged in the inspection procedure 35 described shall have the defective sections blast cleaned to remove all of the 36 thermal sprayed coating and shall then be recoated. Before resubmittal and 37 inspection, those sections where coating has not reached the required thickness 38 shall be sprayed with additional metal until that thickness is achieved. 39 40 6-07.3(14)D Submittals 41 The Contractor shall submit to the Engineer, prior to abrasive blast cleaning, a 12 42 inch square steel plate, of the same material and approximate thickness of the steel 43 to be coated, blasted clean in accordance with Section 6-07.3(14)E. The sample 44 plate will be checked for specified angular surface pattern, the abrasive grit size 45 and type used, and the procedure used. This plate shall be used as the visual 46 standard to determine the acceptability of the cleaned surface. In the event the 47 Contractor's cleaning operation is inferior to the sample plate, the Contractor shall 48 be required to correct the cleaning operation to do a job comparable to the 49 specimen submitted. 50 51 At the same time as submitting the abrasive blast cleaned steel plate sample, the 52 Contractor shall submit to the Engineer, a second 12 inch square steel plate of the AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 54 1 same material and thickness, cleaned and thermal spray coated in accordance with 2 the same processes and with the same equipment as intended for use in applying 3 the thermal spray coatings. The Engineer may request additional cleaned and 4 thermal spray coated samples to be produced and submitted coincident with 5 thermal spray coating of the items specified in the Plans to receive thermal spray 6 coatings. 7 8 6-07.3(14)E Surface Preparation 9 Surface irregularities (e.g., sharp edges and/or carburized edges, cracks, 10 delaminations, pits, etc.) interfering with the application of the coating shall be 11 removed or repaired, prior to wash cleaning. Thermal cut edges shall be ground to 12 reduce hardness to attain the surface profile required from abrasive blast cleaning. 13 14 All dirt, oil, scaling, etc. shall be removed prior to blast cleaning. All surfaces shall 15 be wash cleaned with either clean water at 8000 psi or water and detergent at 2000 16 psi with two rinses with clean water. 17 18 The surface shall be abrasive blast cleaned to near white metal (SSPC-SP 10). 19 The surface profile shall be measured using a surface profile comparator, replica 20 tape, or other method suitable for the abrasive being used in accordance with 21 ASTM D 4417. 22 23 Where zinc coatings up to and including 0.009 inch thick are to be applied, one of 24 the following abrasive grits shall be used with pressure blast equipment to produce 25 a 3.0 mils AA anchor tooth pattern: 26 27 1. Aluminum oxide or silicon carbide 28 mesh size: SAE G-25 to SAE G-40 29 30 2. Hardened steel grit 31 mesh size: SAE G-25 to SAE G-40 32 33 3. Garnet, flint, or crushed nickel or black beauty coal slag 34 mesh size: SAE G-25 to SAE G-50 35 36 Where zinc coatings greater than 0.010 inch thick are to be applied, one of the 37 following abrasive grits shall be used with pressure blast equipment to produce a 38 5.0 mils AA anchor tooth pattern: 39 40 1. Aluminum oxide or silicon carbide 41 mesh size. SAE G-18 to SAE G-25 42 43 2. Hardened steel grit 44 mesh size: SAE G-18 to SAE G-25 45 46 3. Garnet, flint, or crushed nickel or black beauty coal slag 47 mesh size. SAE G-18 to SAE G-25 48 49 The pressure of the blast nozzle, as measured with a needle probe gauge, with 50 pressure type blasting equipment shall be as follows: 51 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416l15 AMD - 55 1 1. With aluminum oxide, silicon carbide, flint, or slag - 50 psi minimum and 60 2 psi maximum. 3 4 2. With garnet or steel grit - 75 psi minimum. 5 6 The pressure at the blast nozzle, with siphon blasting (suction blasting), shall be as 7 follows: 8 9 1. With aluminum oxide, silicon carbide, flint, or slag - 75 psi maximum. 10 11 2. With garnet or steel grit - 90 psi maximum. 12 13 The abrasive blast stream shall be directed onto the substrate surface at a spray 14 angle of 75 to 90 degrees, and moved side to side. The nozzle to substrate 15 distance shall be 4 to 12 inches. 16 17 6-07.3(14)F Application of Metallic Coating 18 No surface shall be sprayed which shows any sign of condensed moisture or which 19 does not comply with Section 6-07.3(14)E. If rust bloom occurs within the holding 20 time between abrasive blast cleaning and thermal spraying, the surface shall be 21 reblasted at a blast angle as close to perpendicular to the surface as possible to 22 achieve a 2.0 to 4.0 mil anchor tooth pattern. Thermal spraying shall not take place 23 when the relative humidity is 90% or greater, when the steel temperature is less 24 than 5°F above the dew point, or when the air or steel temperature is less than 25 40°F. 26 27 Clean, dry air shall be used with not less than 50 psi air pressure at the air 28 regulator. Not more than 50 feet of 318 in. ID hose shall be used between the air 29 regulator and the metallizing gun. The metallizing gun shall be started and 30 adjusted with the spray directed away from the work. During the spraying operation 31 and depending upon the equipment being used, the gun shall be held as close to 32 perpendicular as possible to the surface from 5 to 8 inches from the surface of the 33 work. 34 35 Manual spraying shall be done in a block pattern, typically 2 feet by 2 feet square. 36 The sprayed metal shall overlap on each pass to ensure uniform coverage. The 37 specified thickness of the coating shall be applied in multiple layers. In no case are 38 fewer than two passes of thermal spraying, overlapping at right angles, acceptable. 39 40 At least one single layer of coating shall be applied within 4 hours of blasting and 41 the surface shall be completely coated to the specified thickness within 8 hours of 42 blasting. 43 44 The minimum coating thickness shall be 6 mils unless otherwise shown in the 45 Plans. 46 47 6-07.3(14)G Applications of Shop Coats and Field Coats 48 The surface shall be wiped clean with solvent immediately before applying the 49 wash primer. The wash primer shall have a low viscosity appropriate for absorption 50 into the thermal spray coating, and shall be applied within 8 hours after completion 51 of thermal spraying or before oxidation occurs. The dry film thickness of the wash 52 primer shall not exceed 0.5 mils or be less than 0.3 mils. It shall be applied using AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 AM D - 56 1 an appropriate spray gun except in those areas where brush or roller application is 2 necessary. The subsequent shop primer or field coats shall be applied no less than 3 one-half hour after a wash primer. 4 5 The shop primer coat, when specified, shall be applied in accordance with Section 6 6-07.3(11)A and the paint manufacturer's recommendations. 7 8 All field coats, when specified, shall be applied in accordance with Section 6- 9 07.3(11)A and the paint manufacturer's recommendations. The color of the top 10 coat shall conform to Section 6-03.3(30) as supplemented in these Special 11 Provisions. 12 13 6-07.3(2) Submittals 14 The first paragraph is revised to read: 15 16 The Contractor shall submit Type 2 Working Drawings of the painting plan. 17 18 6-07.3(10)A Containment 19 The second paragraph is revised to read: 20 21 The containment length shall not exceed the length of a span (defined as pier to pier). 22 The containment system shall not cause any damage to the existing structure. All 23 clamps and other attachment devices shall be padded or designed such that they shall 24 not mark or otherwise damage the steel member to which they are attached. All clamps 25 and other attachment devices shall be fully described in the Contractor's painting plan 26 Working Drawing submittal. Field welding of attachments to the existing structure will 27 not be allowed. The Contractor shall not drill holes into the existing structure or through 28 existing structural members except as shown in the Contractor's painting plan Working 29 Drawing submittal. All provisions for dust collection, ventilation and auxiliary lighting 30 within the containment system shall be fully described the Contractor's painting plan 31 Working Drawing submittal. 32 33 In the second to last paragraph, "approved" is revised to read "accepted'. 34 35 6-07.3(10)E Surface Preparation — Full Paint Removal 36 This section is revised to read: 37 38 For structures where full removal of existing paint is specified, the Contractor shall 39 remove any visible oil, grease, and road tar in accordance with SSPC-SP 1. 40 41 Following preparation by SSPC-SP 1, all steel surfaces to be painted shall be prepared 42 in accordance with SSPC-SP 10, near-white metal blast cleaning. Surfaces inaccessible 43 to near-white metal blast cleaning shall be prepared in accordance with SSPC-SP 11, 44 power tool cleaning to bare metal, as allowed by the Engineer. 45 46 6-07.3(10)F Collecting, Testing and Disposal of Containment Waste 47 In the first paragraph, the last sentence before the numbered list is revised (up until the 48 colon) to read: 49 50 The sealed waste containers shall be stored in accordance with Section 1-06.4, the 51 painting plan, and the following requirements: 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 57 1 In the second paragraph, the first sentence is revised to read: 2 3 All material collected by and removed from the containment system shall be taken to a 4 landside staging area, provided by the Contractor, for further processing and storage 5 prior to transporting for disposal. 6 7 The ninth paragraph is revised to read: 8 9 The Contractor shall submit a Type 1 Working Drawing of all TCLP results. 10 11 The first sentence of the last paragraph is revised to read: 12 13 The Contractor shall submit a Type 1 Working Drawing consisting of waste disposal 14 documentation within 15 working days of each disposal. 15 16 6-07.3(10)K Coating Thickness 17 The last paragraph is revised to read: 18 19 If the specified number of coats does not produce a combined dry film thickness of at 20 least the sum of the thicknesses required per coat, or if an individual coat does not meet 21 the minimum thickness, or if visual inspection shows incomplete coverage, the coating 22 system will be rejected, and the Contractor shall discontinue painting and surface 23 preparation operations and shall submit a Type 2 Working Drawing of the repair 24 proposal. The repair proposal shall include documentation demonstrating the cause of 25 the less than minimum thickness along with physical test results, as necessary, and 26 modifications to work methods to prevent similar results. The Contractor shall not 27 resume painting or surface preparation operations until receiving the Engineer's 28 acceptance of the completed repair. 29 30 6-07.3(10)L Environmental Condition Requirements Prior to Application of 31 Paint 32 In the last paragraph, the second to last sentence is revised to read: 33 34 If a paint system manufacturer's recommendations allow for application of a paint under 35 environmental conditions other than those specified, the Contractor shall submit a Type 36 2 Working Drawing consisting of a letter from the paint manufacturer specifying the 37 environmental conditions under which the paint can be applied. 38 39 In the last sentence of the last paragraph, "approval" is revised to read "concurrence". 40 41 6-07.3(11)B1 Submittals 42 The first paragraph (up until the colon) is revised to read: 43 44 The Contractor shall submit Type 2 Working Drawings consisting of the following 45 information: 46 47 6-07.3(11)133 Galvanized Surface Cleaning and Preparation 48 The first paragraph is revised to read: 49 50 Galvanized surfaces receiving the powder coating shall be cleaned and prepared for 51 coating in accordance with ASTM D 6386, and the project-specific powder coating plan. 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 AMD - 58 1 6-07.3(11)134 Powder Coating Application and Curing 2 The first paragraph (up until the colon) is revised to read: 3 4 After surface preparation, the two-component powder coating shall be applied in 5 accordance with the powder coating manufacturer's recommendations, the project- 6 specific powder coating plan, and as follows: 7 8 6-07.3(11)B5 Testing 9 In the fifth sentence of the first paragraph, the phrase "as approved by the Engineer" is 10 deleted. 11 12 The second paragraph is revised to read: 13 14 The results of the QC testing shall be documented in a QC report, and submitted as a 15 Type 2 Working Drawing. 16 17 In the fourth paragraph, the phrase "as approved by the Engineer" is deleted. 18 19 In the last paragraph, "Engineer's approval" is revised to read "Engineer's acceptance". 20 21 6-07.3(11)136 Coating Protection for Shipping 22 The phrase "as approved by the Engineer' is deleted from this section. 23 24 The first sentence of the last paragraph is revised to read: 25 26 After erection, all coating damage due to the Contractor's shipping, storage, handling, 27 and erection operations shall be repaired by the Contractor in accordance with the 28 project-specific powder coating plan. 29 30 6-07.5 Payment 31 The following new paragraph is inserted before the last paragraph: 32 33 All costs in connection with producing the metallic coatings as specified shall be 34 included in the unit contract price for the applicable item or items of work. 35 36 6-09.AP6 37 Section 6-09, Modified Concrete Overlays 38 January 5, 2015 39 6-09.2 Materials 40 The second sentence of the fifth paragraph is revised to read: 41 42 Microsilica will be accepted based on submittal of a Manufacturer's Certificate of 43 Compliance. 44 45 The seventh paragraph is revised to read: 46 47 Latex admixture will be accepted based on submittal of a Manufacturer's Certificate of 48 Compliance. 49 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 59 I 6-09.3(1)H Mobile Mixer for Latex Modified Concrete 2 In item number 2 of the first paragraph, "An approved recording meter" is revised to read "A 3 recording meter". 4 5 In item number 3 of the first paragraph, "an approved flow meter" is revised to read "a flow 6 meter". 7 8 6-09.3(1)J Finishing Machine 9 The last two sentences of the last paragraph are revised to read: 10 11 A machine with a vibrating pan as an integral part may be proposed. Other finishing 12 machines will be allowed subject to concurrence of the Engineer. 13 14 6-09.3(2) Submittals 15 This section is revised to read: 16 17 The Contractor shall submit the following Working Drawings in accordance with Section 18 1-05.3: 19 20 1. A Type 1 Working Drawing of the type of machine (rotary milling, hydro- 21 demolition, or shot blasting) selected by the Contractor for use in this project to 22 scarify concrete surfaces. 23 24 2. A Type 1 Working Drawing of the axle loads and axle spacing of the rotary 25 milling machine (if used). 26 27 3. A Type 2 Working Drawing of the Runoff Water Disposal Plan (if a hydro- 28 demolition machine is used). The Runoff Water Disposal Plan shall describe all 29 provisions for the containment, collection, filtering, and disposal of all runoff 30 water and associated contaminants generated by the hydro-demolition process, 31 including containment, collection and disposal of runoff water and debris 32 escaping through breaks in the bridge deck. 33 34 4. A Type 2 Working Drawing of the method and materials used to contain, collect, 35 and dispose of all concrete debris generated by the scarifying process, 36 including provisions for protecting adjacent traffic from flying debris. 37 38 5, A Type 1 Working Drawing of the mix design for concrete Class M, and either 39 fly ash modified concrete, microsilica modified concrete, or latex modified 40 concrete, as selected by the Contractor for use in this project in accordance 41 with Section 6-09.3(3). 42 43 6. A Type 1 Working Drawing of samples of the latex admixture and the portland 44 cement for testing and compatibility (if latex modified concrete is used). 45 46 7. A Type 2 Working Drawing of the paving equipment specifications and details 47 of the screed rail support system, including details of anchoring the rails and 48 providing rail continuity. 49 50 6-09.3(3)A General 51 In the last paragraph, the phrase "and as approved by the Engineer" is deleted. 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 60 1 6-09.3(4)B Latex Admixture 2 In the second sentence of the second paragraph, the phrase "and as approved by the 3 Engineer is deleted. 4 5 6-09.3(5)A General 6 The second paragraph is deleted. 7 8 In the third and fourth paragraphs, the phrase "and as approved by the Engineer" is deleted. 9 10 In the fifth paragraph, "approved by the Engineer" is revised to read "acceptable to the 11 Engineer". 12 13 6-09.3(5)B Testing of Hydro-Demolition and Shot Blasting Machines 14 In the last sentence of the last paragraph, "approval" is revised to read "acceptance". 15 16 6-09.3(5)C Hydro-Demolishing 17 In the third and fourth paragraphs, the phrase "as approved by the Engineer' is deleted. 18 19 6-09.3(6)B Deck Repair Preparation 20 The second to last paragraph is revised to read the following three new paragraphs: 21 22 The exposed steel reinforcing bars and concrete in the repair area shall be sandblasted 23 or hydro-blasted and blown clean just prior to placing concrete. 24 25 Where existing steel reinforcing bars inside deck repair areas show deterioration 26 exceeding the limits defined in the Plans, the Contractor shall furnish and place steel 27 reinforcing bars alongside the deteriorated bars in accordance with the details shown in 28 the Plans. Payment for such extra Work will be by force account as provided in Section 29 1-09.6. 30 31 Bridge deck areas outside the repair area or steel reinforcing bar inside or outside the 32 repair area damaged by the Contractor's operations, shall be repaired by the Contractor 33 at no additional expense to the Contracting Agency, and to the satisfaction of the 34 Engineer. 35 36 6-09.3(6)C Placing Deck Repair Concrete 37 The third paragraph is supplemented with the following. 38 39 The Work of Type 1 further deck preparation shall consist of removing and disposing of 40 the concrete within the repair area. 41 42 The following new sentence is inserted before the last sentence of the last paragraph: 43 44 The Work of Type 2 further deck preparation shall consist of removing and disposing of 45 concrete within the repair area, and furnishing, placing, finishing, and curing the repair 46 concrete. 47 48 6-09.3(7) Surface Preparation for Concrete Overlay 49 The first sentence of the second paragraph is revised to read: 50 51 If either a rotary milling machine or a shot blasting machine is used for concrete 52 scarification, then the concrete deck shall be sandblasted or shot blasted, using AMENDMENTS TO THE 2614 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 61 1 equipment identified in the Working Drawing submittals, until sound concrete is 2 exposed. 3 4 The third paragraph is revised to read: 5 6 If a hydro-demolition machine is used for concrete scarification, then the concrete deck 7 shall be cleaned by water blasting with 7,000 psi minimum pressure, until sound 8 concrete is exposed. 9 10 In the fourth paragraph, "as approved by the Engineer" is revised to read "accepted by the 11 Engineer". 12 13 In the last sentence of the eighth paragraph, the phrase "as approved by the Engineer" is 14 deleted. 15 16 In the first sentence of the last paragraph, "approved" is revised to read "allowed". 17 18 6-09.3(8)B Quality Assurance for Latex Modified Concrete Overlays 19 The second sentence of the last paragraph is revised to read: 20 21 The technical representative shall be capable of performing, demonstrating, inspecting, 22 and testing all of the functions required for placement of the latex modified concrete as 23 specified in Section 6-09.3(11). 24 25 The fourth sentence of the last paragraph is revised to read: 26 27 Recommendations made by the technical representative on or off the jobsite shall be 28 adhered to by the Contractor at no additional expense to the Contracting Agency. 29 30 6-09.3(10)A Survey of Existing Bridge Deck Prior to Scarification 31 The third sentence of the fourth paragraph is revised to read: 32 33 A Type 1 Working Drawing of each day's survey record shall be provided to the 34 Engineer within three working days after the end of the shift. 35 36 6-09.3(10)B Establishing Finish Overlay Profile 37 In the fourth sentence of the first paragraph, "approved by the Engineer" is revised to read 38 "specified by the Engineer". 39 40 In the second paragraph, the phrase "and as approved by the Engineer" is deleted. 41 42 6-09.3(11) Placing Concrete Overlay 43 In the fourth paragraph, the last sentence of item number 3 is revised to read: 44 45 If the Contractor elects to work at night to meet these criteria, adequate lighting shall be 46 provided at no additional expense to the Contracting Agency. 47 48 6-09.4 Measurement 49 The last paragraph is deleted and replaced with the following: 50 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AM D - 62 1 Further deck preparation for Type 1 deck repair and for Type 2 deck repair will be 2 measured by the square foot of surface area of deck concrete removed in accordance 3 with Section 6-09.3(6). 4 5 6-09.5 Payment 6 The Bid item "Further Deck Preparation", per cubic foot and the paragraph following this Bid 7 item are deleted and replaced with the following two new Bid items. 8 9 "Further Deck Preparation for Type 1 Deck Repair", per square foot. 10 11 "Further Deck Preparation for Type 2 Deck Repair", per square foot. 12 13 The Bid item "Further Deck Preparation", force account and the paragraph following this Bid 14 item are deleted. 15 16 6-10.AP6 17 Section 6-10, Concrete Barrier 18 January 5, 2015 19 6-10.1 Description 20 In the second paragraph, "approved" is revised to read "specified". 21 22 6-10.3 Construction Requirements 23 In the first paragraph, "approved" is revised to read "specified". 24 25 6-10.3(5) Temporary Concrete Barrier 26 The last sentence of the first paragraph is deleted. 27 28 The second paragraph is revised to read: 29 30 If the Contract calls for the removal and resetting of permanent barrier, and the 31 permanent barrier is not required to remain in place until reset, the permanent barrier 32 may be substituted for temporary concrete barrier. Any of the permanent barrier 33 damaged during its use as temporary barrier will become the property of the Contractor 34 and be replaced with permanent barrier when the permanent barrier is reset to its 35 permanent location. 36 37 The third paragraph is revised to read: 38 39 All barrier shall be in good condition, without cracks, chips, spalls, dirt, or traffic marks. If 40 any barrier segment is damaged during or after placement, the Contractor shall 41 immediately repair it to the Engineer's satisfaction or replace it with an undamaged 42 section. 43 44 The following new paragraph is inserted after the third paragraph: 45 46 Delineators shall be placed on the traffic face of the barrier 6 inches from the top and 47 spaced a maximum of 40 feet on tangents and 20 feet through curves. The reflector 48 color shall be white on the right side of traffic and yellow on the left side of traffic. The 49 Contractor shall maintain, replace and clean the delineators when ordered by the 50 Engineer. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 63 ' 1 2 6-11.AP6 3 Section 6-11, Reinforced Concrete Walls 4 January 5, 2015 5 6-11.3(1) Submittals 6 The first paragraph is revised to read: 7 8 The Contractor shall submit Type 2E Working Drawings consisting of excavation 9 shoring plans in accordance with Section 2-09.3(3)D. 10 11 The second paragraph is revised to read: 12 13 The Contractor shall submit Type 2E Working Drawings of falsework and formwork 14 plans in accordance with Sections 6-02.3(16) and 6-02.3(17). 15 16 The third paragraph (up until the colon) is revised to read: 17 18 If the Contractor elects to fabricate and erect precast concrete wall stem panels, Type 19 2E Working Drawings of the following information shall be submitted in accordance with 20 Section 6-02.3(28)A: 21 22 The last paragraph is deleted. 23 24 6-11.3(3) Precast Concrete Wall Stem Panels 25 In the third paragraph, the phrase "as approved by the Engineer" is deleted. 26 27 6-12.AP6 28 Section 6-12, Noise Barrier Walls 29 January 5, 2015 30 6-12.3(1) Submittals 31 In the first paragraph, the second sentence is revised to read: 32 33 The Contractor shall submit a Type 2 Working Drawing consisting of the noise barrier 34 wall access plan. 35 36 The second paragraph (up until the colon) is revised to read: 37 38 For construction of all noise barrier walls with shafts, the Contractor shall submit a Type 39 2 Working Drawing consisting of the shaft construction plan, including at a minimum the 40 following information: 41 42 In the third paragraph, the first sentence is revised to read: 43 44 For construction of precast concrete noise barrier walls, the Contractor shall submit 45 Type 2 Working Drawings consisting of shop drawings for the precast concrete panels 46 in accordance with Section 6-02.3(28)A. 47 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AM D - 64 1 6-12.3(2) Work Access and Site Preparation 2 In the first paragraph, the first sentence is revised to read: 3 4 The Contractor shall construct work access in accordance with the work access plan- 5 6 6-12.3(3) Shaft Construction 7 The first paragraph is revised to read: 8 9 The Contractor shall excavate and construct the shafts in accordance with the shaft 10 construction plan. 11 12 In the last sentence of the third paragraph, "approved by the Engineer" is revised to read 13 "acceptable to the Engineer'. 14 15 The fourth paragraph is revised to read: 16 17 When caving conditions are encountered, the Contractor shall stop further excavation 18 until implementing the method to prevent ground caving as specified in the shaft 19 construction plan. 20 21 In the last sentence of the fifth paragraph, "approved" is revised to read "accepted". 22 23 In the seventh paragraph, "approval" is revised to read "acceptance". 24 25 In the eighth paragraph, the third sentence is revised to read: 26 27 The Contractor shall install the steel reinforcing bar cage as specified in the shaft 28 construction plan. 29 30 In the second sentence of the last paragraph, "approval" is revised to read "acceptance". 31 32 In the fourth sentence of the last paragraph, the word "approved" is deleted. 33 34 6-12.3(6) Precast Concrete Panel Fabrication and Erection 35 In item number 3, the second paragraph is revised to read: 36 37 After receiving the Engineer's review of the shop drawings, the Contractor shall cast 38 one precast concrete panel to be used as the sample panel. The Contractor shall 39 construct the sample panel in accordance with the procedure and details specified in 40 the shop drawings. The Contractor shall make the sample panel available to the 41 Engineer for acceptance. 42 43 In item number 3, the first sentence of the third paragraph is revised to read: 44 45 Upon receiving the Engineer's acceptance of the sample panel, the Contractor shall 46 continue production of precast concrete panels for the noise barrier wall. 47 48 In item number 3, the third sentence of the third paragraph is revised to read: 49 50 The sample panel shall be retained at the fabrication site until all precast concrete 51 panels have been fabricated and accepted. 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 AMD - 65 i 1 6-12.3(10) Finish Line Ground Dressing 2 In the last sentence of the second paragraph, the phrase "as approved by the Engineer" is 3 deleted. 4 5 6-13.AP6 6 Section 6-13, Structural Earth Walls 7 January 5, 2015 8 6-13.3(1) Quality Assurance 9 In the first paragraph, the first sentence is revised to read: 10 11 The structural earth wall manufacturer shall provide a qualified and experienced 12 representative to resolve wall construction problems. 13 14 In the first paragraph, the last sentence is revised to read: 15 16 Recommendations made by the structural earth wall manufacturer's representative shall 17 be followed by the Contractor. 18 19 In the second paragraph, item number 4 is revised to read: 20 21 4. The base of the structural earth wall excavation shall be within three inches of the 22 staked elevations, unless otherwise accepted or specified by the Engineer. 23 24 In the second paragraph, item number 6 is revised to read: 25 26 6. The backfill reinforcement layers shall be located horizontally and vertically within 27 one inch of the locations shown in the structural earth wall working drawings. 28 29 6-13.3(2) Submittals 30 In the first paragraph, the first sentence is revised to read: 31 32 The Contractor, or the supplier as the Contractor's agent, shall furnish a Manufacturer's 33 Certificate of Compliance certifying that the structural earth wall materials conform to 34 the specified material requirements. 35 36 The second paragraph is revised to read: 37 38 A Type 1 Working Drawing of all test results, performed by the Contractor or the 39 Contractor's supplier, which are necessary to assure compliance with the specifications, 40 shall submitted along with each Manufacturer's Certificate of Compliance. 41 42 In the third paragraph, the first sentence is revised to read: 43 44 Before fabrication, the Contractor shall submit a Type 1 Working Drawing consisting of 45 the field construction manual for the structural earth walls, prepared by the wall 46 manufacturer. 47 48 In the fourth paragraph, the first sentence is revised to read: 49 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 AMD - 66 I The Contractor, through the license/patent holder for the structural earth wall system, 2 shall submit Type 2E Working Drawings consisting of detailed design calculations and 3 details. 4 5 The last paragraph is deleted. 6 7 6-13.3(3) Excavation and Foundation Preparation 8 In the first paragraph, the last two sentences are revised to read: 9 10 The foundation for the structure shall be graded level for a width equal to or exceeding 11 the length of reinforcing as shown in the structural earth wall working drawings and, for 12 walls with geogrid reinforcing, in accordance with Section 2-12.3. Prior to wall 13 construction, the foundation, if not in rock, shall be compacted as accepted by the 14 Engineer. 15 16 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection 17 The first two sentences are revised to read: 18 19 The Contractor shall erect the welded wire wall reinforcement in accordance with the 20 wall manufacturer's field construction manual. Construction geotextile for wall facing 21 shall be placed between the backfill material within the reinforced zone and the coarse 22 granular material immediately behind the welded wire wall facing, as shown in the Plans 23 and the structural earth wall working drawings. 24 25 6-13.3(7) Backfill 26 The third paragraph is revised to read: 27 28 Misalignment or distortion of the precast concrete facing panels or concrete blocks due 29 to placement of backfill outside the limits of this specification shall be corrected in a 30 manner acceptable to the Engineer. 31 32 In item number 4 of the fifth paragraph, the phrase "as approved by the Engineer" is deleted. 33 34 The last paragraph is deleted. 35 36 6-13.3(8) Guardrail Placement 37 In the first sentence of the second paragraph, "approval" is revised to read "permission". 38 39 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier 40 The first paragraph (up until the colon) is revised to read: 41 42 The Contractor, in conjunction with the structural earth wall manufacturer, shall design 43 and detail the SEW traffic barrier and SEW pedestrian barrier in accordance with 44 Section 6-12.3(2) and the above ground geometry details shown in the Plans. The 45 barrier Working Drawings and supporting calculations shall be Type 2E and shall 46 include, at a minimum, the following: 47 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 67 I 6-14.AP6 2 Section 6-14, Geosynthetic Retaining Walls 3 January 5, 2015 4 6-14.2 Materials 5 In the first paragraph, the section number next to "Anchor rods and associated nuts, washers 6 and couplers" is revised to read: 7 8 9-06.5(4) 9 10 The following new paragraph is inserted after the first paragraph: 11 12 Anchor plate shall conform to ASTM A 36, ASTM A 572 Grade 50, or ASTM A 588. 13 14 6-14.3(2) Submittals 15 The first paragraph (up until the colon) is revised to read: 16 17 The Contractor shall submit Type 2 Working Drawings consisting of detailed plans for 18 each wall. As a minimum, the submittals shall include the following: 19 20 6-14.3(4) Erection and Backfill 21 In the second sentence of the second paragraph, "approved by" is revised to read 22 "acceptable to". 23 24 In the last sentence of the fifth paragraph, "approval' is revised to read "permission". 25 26 The sixth paragraph is deleted. 27 28 In item number 5 in the eighth paragraph, the phrase "as approved by the Engineer" is 29 deleted. 30 31 In the ninth paragraph, the first sentence is revised to read: 32 33 The Contractor shall construct wall corners at the locations shown in the Plans, and in 34 accordance with the wall corner construction sequence and method in the Working 35 Drawing submittal. 36 37 In the last paragraph, the first sentence is revised to read: 38 39 Where required by retaining wall profile grade, the Contractor shall terminate top layers 40 of retaining wall geosynthetic and backfill in accordance with the method in the Working 41 Drawing submittal. 42 43 6-14.5 Payment 44 In the paragraph following the Bid item "Concrete Fascia Panel', per square foot, "concrete 45 leveling pad" is revised to read "concrete footing". 46 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 AMD - 68 1 6-15.AP6 2 Section 6-15, Soil Nail Walls 3 January 15, 2015 4 6-15.3(3) Submittals 5 The first paragraph (excluding the numbered list) is revised to read: 6 7 The Contractor shall submit Type 2 Working Drawings of the following information: 8 9 6-15.3(6) Soil Nailing 10 In the first paragraph, the last sentence is revised to read: 11 12 Damaged or defective encapsulation shall be repaired in accordance with the 13 manufacturer's recommendations. 14 15 The eighth paragraph is revised to read: 16 17 If sections of the wall are constructed at different times than the adjacent soil nail 18 sections, the Contractor shall use stabilizing berms, temporary slopes, or other 19 measures acceptable to the Engineer, to prevent sloughing or failure of the adjacent Soil 20 nail sections. 21 22 6-15.3(8) Soil Nail Testing and Acceptance 23 In the first paragraph, the second sentence is revised to read: 24 25 The Contractor shall submit Type 1 Working Drawings of all test data. 26 27 The last sentence of the seventh paragraph is revised to read: 28 29 The Contractor shall submit Type 2E Working Drawings of the reaction frame. 30 31 6-15.3(8)A Verification Testing 32 In the third paragraph, the first sentence is revised to read: 33 34 The Contractor shall submit Type 2E Working Drawings consisting of design details of 35 the verification testing, including the system for distributing test load pressures to the 36 excavation surface and appropriate nail bar size and reaction plate. 37 38 6-16.AP6 39 Section 6-16, Soldier Pile and Soldier Pile Tieback Walls 40 January 5, 2015 41 6-16.3(2) Submittals 42 The first paragraph is revised to read: 43 44 The Contractor shall submit Type 2 Working Drawings consisting of shop plans as 45 specified in Section 6-03.3(7) for all structural steel, including the steel soldier piles, and 46 shall submit Type 2 Working Drawings consisting of shop plans and other details as 47 specified in Section 6-17.3(3) for permanent ground anchors. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 AMD - 69 1 2 The second paragraph is revised to read: 3 4 The Contractor shall submit Type 1 Working Drawings consisting of the permanent 5 ground anchor grout mix design and the procedures for placing the grout. 6 7 The third paragraph (excluding the numbered list) is revised to read: 8 9 The Contractor shall submit Type 2E Working Drawings consisting of forming plans for 10 the concrete fascia panels, as specified in Sections 6-02.3(16) and 6-02.3(17). 11 12 In the fourth paragraph, the first sentence is revised to read: 13 14 The Contractor shall submit Type 2 Working Drawings consisting of a shaft installation 15 plan. 16 17 The last paragraph is deleted. 18 19 6-16.3(3) Shaft Excavation 20 In the third paragraph, the last sentence is revised to read: 21 22 A temporary casing, slurry, or other methods specified in the shaft installation plan shall 23 be used if necessary to ensure such safety and stability. 24 25 The fourth paragraph is revised to read: 26 27 Where caving in conditions are encountered, no further excavation will be allowed until 28 the Contractor has implemented the method to prevent ground caving as submitted in 29 accordance with item 4 of the Shaft Installation Plan. 30 31 32 The sixth paragraph is revised to read: 33 The excavated shaft shall be inspected and receive acceptance by the Engineer prior to 34 proceeding with construction. 35 36 6-16.3(6)B Temporary Lagging 37 The second paragraph (up until the colon) is revised to read: 38 39 The Contractor shall submit Type 2E Working Drawings consisting of the soldier pile 40 wall lagging design details and supporting design calculations. The submittal shall 41 include, at a minimum, the following: 42 43 In item number 4 of the second paragraph, "approved by" is revised to read "acceptable to". 44 45 The last paragraph (excluding the table) is revised to read: 46 47 Notwithstanding the requirements of Section 1-06.1, steel materials used by the 48 Contractor as temporary lagging may be salvaged steel provided that the use of such 49 salvaged steel materials shall be subject to visual inspection and acceptance by the 50 Engineer. For salvaged steel materials where the grade of steel cannot be positively 51 identified, the design stresses for the steel shall conform to the Section 6-02.3(17)B 52 requirements for salvaged steel, regardless of whether rivets are present or not. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK '.. Revised: 416115 AMD - 70 1 2 6-16.3(6)D Installing Lagging and Permanent Ground Anchor 3 In the last sentence of the second paragraph, the phrase "as approved by the Engineer' is 4 deleted. 5 6 In the last sentence of the fourth paragraph, the phrase "as approved by the Engineer" is 7 deleted. 8 9 6-16.3(8) Concrete Fascia Panel 10 In the first paragraph, the phrase "as approved by the Engineer' is deleted. 11 12 13 6-17.AP6 14 Section 6-17, Permanent Ground Anchors 15 January 5, 2015 16 6-17.3(3) Submittals 17 The first paragraph is revised to read: 18 19 The Contractor shall submit Type 2 Working Drawings consisting of details and 20 structural design calculations for the ground anchor system or systems intended for use. 21 22 The second paragraph is revised to read: 23 24 The Contractor shall submit a Type 1 Working Drawing consisting of a detailed 25 description of the construction procedure proposed for use. 26 27 The third paragraph (up until the colon) is revised to read: 28 29 The Contractor shall submit a Type 2 Working Drawing consisting of ground anchor 30 schedule giving: 31 32 In the fourth paragraph, the first sentence is revised to read: 33 34 The Contractor shall submit a Type 2 Working Drawing detailing the ground anchor 35 tendon and the corrosion protection system. 36 37 In the fourth paragraph, item number 3 is revised to read: 38 39 3. Unbonded length corrosion protection system, including the permanent rubber seal 40 between the trumpet and the tendon unbonded length corrosion protection and the 41 transition between the tendon bond length and the unbonded tendon length 42 corrosion protection. 43 44 The last five paragraphs are deleted and replaced with the following four new paragraphs: 45 46 The Contractor shall submit Type 2 Working Drawings consisting of shop plans as 47 specified in Section 6-03.3(7)for all structural steel, including the permanent ground 48 anchors. 49 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS HOOK Revised: 4/6/15 AMD - 71 I The Contractor shall submit Type 1 Working Drawings consisting of the mix design for 2 the grout conforming to Section 9-20.3(4) and the procedures for placing the grout. The 3 Contractor shall also submit the methods and materials used in filling the annulus over 4 the unbonded length of the anchor. 5 6 The Contractor shall submit Type 2 Working Drawings consisting of the method 7 proposed to be followed for the permanent ground anchor testing. This shall include all 8 necessary drawings and details to clearly describe the method proposed. 9 10 The Contractor shall submit Type 2 Working Drawings consisting of calibration data for 11 each load cell, test jack, pressure gauge and master pressure gauge to be used. The 12 calibration tests shall have been performed by an independent testing laboratory and 13 tests shall have been performed within 60 calendar days of the date submitted. 14 15 6-17.3(5) Tendon Fabrication 16 In the tenth paragraph, the last sentence is deleted. 17 18 The twelfth paragraph is revised to read: 19 20 The total anchor length shall not be less than that indicated in the Plans or the Working 21 Drawing submittal. 22 23 In the last paragraph, the phrase "as approved by the Engineer" is deleted. 24 25 6-17.3(7) Installing Permanent Ground Anchor 26 In the second paragraph, the third sentence is revised to read: 27 28 The Contractor's method to prevent ground movement shall be submitted as a Type 2 29 Working Drawing. 30 31 In the second paragraph, the second to last sentence is revised to read: 32 33 At the point of entry the ground anchor shall be installed within plus or minus three 34 degrees of the inclination from horizontal shown in the Plans or the Working Drawing 35 submittal. 36 37 6-18.AP6 38 Section 6-18, Shotcrete Facing 39 January 5, 2015 40 6-18.3(1) Submittals 41 In the first paragraph, the first sentence (up until the colon) is revised to read: 42 43 The Contractor shall submit Type 2 Working Drawings consisting of the following: 44 45 In the first paragraph, item number 2 is revised to read: 46 47 2. Method and equipment used to apply, finish and cure the shotcrete facing, 48 49 The last paragraph is deleted. 50 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 72 1 6-18.3(2) Mix Design 2 In the first paragraph, the second and third sentences are deleted. 3 4 In the last sentence of the second paragraph, "and approved by the Engineer" is deleted. 5 6 6-18.3(3)A Preproduction Testing 7 In the last sentence, "approved" is revised to read "accepted". 8 9 6-18.3(7) Shotcrete Application 10 In the last paragraph, the first sentence is revised to read: 11 12 If field inspection or testing, by the Engineer, indicates that any shotcrete produced, fails 13 to meet the requirements, the Contractor shall immediately modify procedures, 14 equipment, or system, as necessary to produce specification material. 15 16 6-19.AP6 17 Section 6-19, Shafts 18 April 6, 2015 19 6-19.3(2) Shaft Construction Submittal 20 The last sentence is revised to read: 21 22 The submittals shall be Type 2 Working Drawings, except the shaft slurry technical 23 assistance submittal shall be Type 1. 24 25 6-19.3(3) Shaft Excavation 26 In the first paragraph, the phrase "as approved by the Engineer' is deleted. 27 28 6-19.3(3)B4 Temporary Telescoping Shaft Casing 29 In the first paragraph, the first sentence of item number 1 is revised to read: 30 31 The Contractor shall submit the request to use temporary telescoping casing as a Type 32 2 Working Drawing. 33 34 6-19.3(3)D Bottom of Shaft Excavation 35 In the first sentence of the second paragraph, "approved" is revised to read "accepted". 36 37 6-19.3(3)E Shaft Obstruction 38 In the last sentence, "approved" is revised to read "accepted". 39 40 6-19.3(3)F Voids Between Permanent Casing and Shaft Excavation 41 In the last sentence, the words "and as approved by the Engineer' are deleted. 42 43 6-19.3(3)G Operating Shaft Excavation Equipment From an Existing Bridge 44 The second sentence is revised to read: 45 46 If necessary and safe to do so, and if the Contractor submits a Type 2 Working Drawing 47 consisting of a written request in accordance with Section 6-01.6, the Engineer may 48 permit operation of drilling equipment on a bridge. 49 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4l6I15 AMD - 73 1 6-19.3(3)H Seals for Shaft Excavation in Water 2 The first paragraph is revised to read: 3 4 When shafts are constructed in water and the Plans show a seal between the casing 5 shoring and the upper portion of the permanent casing of the shaft, the Contractor shall 6 construct a seal in accordance with the shaft installation narrative specified in Section 6- 7 19.3(2)B Item 7. 8 9 The last sentence of the last paragraph is revised to read: 10 11 If the Contractor uses a casing shoring diameter other than that specified in the Plans, 12 the Contractor shall submit a revised seal design in accordance with Section 6-19.3(2)B 13 Item 7. 14 15 6-19.3(4)C Slurry Sampling and Testing 16 The second to last sentence of the first paragraph is revised to read: 17 18 Synthetic slurry shall conform to Section 9-36.2(2), the quality control plan included in 19 the shaft installation narrative in accordance with Section 6-19.3(2)B Item 4. 20 21 The second sentence of the second paragraph is revised to read: 22 23 These records shall be submitted as a Type 1 Working Drawing once the slurry system 24 has been established in the first drilled shaft on the project. 25 26 6-19.3(4)E Maintenance of a Stable Shaft Excavation 27 In the last sentence of the first paragraph, "approval' is revised to read "review'. 28 29 6-19.3(4)F Disposal of Slurry and Slurry Contacted Spoils 30 This section is revised to read: 31 32 The Contractor shall manage and dispose of the slurry wastewater in accordance with 33 Section 8-01.3(1)C. Slurry-contacted spoils shall be disposed of as specified in the 34 shaft installation narrative in accordance with Section 6-19.3(2)B, item 8, and in 35 accordance with the following requirements: 36 37 1. Uncontaminated spoils in contact with water-only slurry may be disposed of as 38 clean fill. 39 40 2. Uncontaminated spoils in contact with water slurry mixed with flocculants 41 approved in Section 8-01.3(1)C3 may be disposed of as clean fill away from 42 areas that drain to surface waters of the state. 43 44 3. Spoils in contact with synthetic slurry or water slurry with polymer-based 45 additives or flocculants not approved in Section 8-01.3(1)C3 shall be disposed 46 of in accordance with Section 2-03.3(7)C. With permission of the Engineer, the 47 Contractor may re-use these spoils on-site. 48 49 4. Spoils in contact with mineral slurry shall be disposed of in accordance with 50 Section 2-03.3(7)C. With permission of the Engineer, the Contractor may re-use 51 these spoils on-site. 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 AMD - 74 1 6-19.3(5)A Steel Reinforcing Bar Cage Assembly 2 In the second to last sentence of the first paragraph, the phrase "as approved by the 3 Engineer" is deleted. 4 5 6-19.3(5)D Steel Reinforcing Bar Cage Support at Base of Shaft Excavation 6 The first sentence is revised to read: 7 8 For shafts with temporary casing within 15-feet of the bottom of shaft elevation as 9 specified in the Plans, the Contractor may place quarry spalls or other rock backfill 10 acceptable to the Engineer into the shaft below the specified bottom of shaft elevation 11 as a means to support the steel reinforcing bar cage, provided that the materials and 12 means to accomplish this have been addressed by the shaft installation narrative, as 13 specified in Section 6-19.3(2)B Item 9. 14 15 6-19.3(6)C Care for CSL Access Tubes From Erection Through CSL Testing 16 In the last sentence, "as approved by the Engineer" is revised to read "acceptable to the 17 Engineer". 18 19 6-19.3(8)C Requirements for Leaving Temporary Casing in Place 20 Item number 1 (up until the colon) is revised to read: 21 22 1. The Contractor shall submit a Type 2E Working Drawing of the following 23 information: 24 25 In item C of item number 1, the phrase "in accordance with Section 6-01.9" is deleted. 26 27 Item number 2 is deleted. 28 29 6-19.3(9)D Requirements to Continue Shaft Excavation Prior to Acceptance of 30 First Shaft 31 This section is revised to read: 32 33 Except as otherwise noted, the Contractor shall not commence subsequent shaft 34 excavations until receiving the Engineer's acceptance of the first shaft, based on the 35 results and analysis of the crosshole sonic log testing for the first shaft. The Contractor 36 may commence subsequent shaft excavations prior to receiving the Engineer's 37 acceptance of the first shaft, provided the following condition is satisfied: 38 39 The Engineer permits continuing with shaft construction based on the Engineer's 40 observations of the construction of the first shaft, including, but not limited to, 41 conformance to the shaft installation narrative in accordance with Section 6- 42 19.3(2)B, and the Engineer's review of Contractor's daily reports and Inspector's 43 daily logs concerning excavation, steel reinforcing bar placement, and concrete 44 placement. 45 46 6-19.3(9)F Contractor's Investigation and Remedial Action Plan 47 This section is revised to read 48 49 For all shafts determined to be unacceptable, the Contractor shall submit a Type 2 50 Working Drawing consisting of a plan for further investigation or remedial action. All 51 modifications to the dimensions of the shafts, as shown in the Plans, required by the 52 investigation and remedial action plan shall be supported by calculations and working AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 75 1 drawings. All investigation and remedial correction procedures and designs shall be 2 submitted. 3 4 6-19.3(9)H Cored Holes 5 The first sentence of the second paragraph is revised to read: 6 7 Prior to beginning coring, the Contractor shall submit Type 2 Working Drawings 8 consisting of the method and equipment used to drill and remove cores from shaft 9 concrete. 10 11 8-01.AP8 12 Section 8-01, Erosion Control and Water Pollution Control 13 January 5, 2015 14 8-01.2 Materials 15 This section is supplemented with the following new paragraph: 16 17 For all seed the Contractor shall furnish the Engineer with the following documentation: 18 19 1. The state or provincial seed dealer license and endorsements. 20 21 2. Copies of Washington State Department of Agriculture (WSDA) test results on 22 each lot of seed. Test results must be within six months prior to the date of 23 application. 24 25 8-01.3(1)A Submittals 26 The first sentence in the second paragraph is revised to read: 27 28 Modified TESC Plans shall meet all requirements of the current edition of the WSDOT 29 Temporary Erosion and Sediment Control Manual M 3109. 30 31 8-01.3(1)C Water Management 32 Items number 1 through 3 are deleted. 33 34 This section is supplemented with the following new subsections: 35 36 8-01.3(1)C1 Disposal of Dewatering Water 37 When uncontaminated groundwater with a pH range of 6.5— 8.5 is encountered in an 38 excavation, it may be disposed of as follows: 39 40 1. When the turbidity of the groundwater is 25 NTU or less, it may bypass 41 detention and treatment facilities and be discharged into the stormwater 42 conveyance system at a rate that will not cause erosion or flooding in the 43 receiving surface water body. 44 45 2. When the turbidity of the groundwater is not more than 25 NTU above or 125% 46 of the turbidity of the site stormwater runoff, whichever is greater, the same 47 detention and treatment facilities as used to treat the site runoff may be used. 48 I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 76 1 3. When the turbidity of the groundwater is more than 25 NTU above or 125% of 2 the turbidity of the site stormwater runoff, whichever is greater, the groundwater 3 shall be treated separately from the site stormwater. 4 5 Alternatively, the Contractor may pursue independent disposal and treatment 6 alternatives that do not use the stormwater conveyance system. 7 8 8-01.3(1)C2 Process Wastewater 9 Wastewater generated on-site as a byproduct of a construction process shall not be 10 discharged to surface waters of the State. Some sources of process wastewater may be 11 infiltrated in accordance with the NPDES Construction Stormwater General Permit. 12 13 8-01.3(1)C3 Shaft Drilling Slurry Wastewater 14 Wastewater generated on-site during shaft drilling activity shall be managed and 15 disposed of in accordance with the requirements below. No shaft drilling slurry 16 wastewater shall be discharged to surface waters of the State. Neither the sediment nor 17 liquid portions of the shaft drilling slurry wastewater shall be contaminated, as 18 detectable by visible or olfactory indication (e.g., chemical sheen or smell). 19 20 1. Water-only shaft drilling slurry or water slurry with approved flocculants may be 21 infiltrated on-site. Flocculants used shall meet the requirements of Section 9- 22 14.5(1) or shall be chitosan products listed as General Use Level Designation 23 (GULD) on the Department of Ecology's stormwater treatment technologies 24 webpage for construction treatment. Infiltration is permitted if the following 25 requirements are met: 26 27 a. Wastewater shall have a pH of 6.5— 8.5 prior to discharge. 28 29 b. The source water meets drinking water standards or the Groundwater 30 Quality Criteria listed in WAC 173-200-040. 31 32 c. The amount of flocculant added to the slurry shall be kept to the minimum 33 needed to adequately settle out solids. The flocculant shall be thoroughly 34 mixed into the slurry. 35 36 d. Infiltration locations shall be at least 100 feet away from surface waters, 37 wells, on-site sewage systems, aquifer-sensitive recharge areas, sole 38 source aquifers, and well-head protection areas. Before infiltration begins, 39 there shall be a minimum of 5 feet of unsaturated soil between the soil 40 surface receiving the wastewater for infiltration and the groundwater 41 surface (i.e., saturated soil). 42 43 e. The slurry removed from the shaft shall be contained in a leak proof cell or 44 tank for a minimum of 3 hours. 45 46 f. Within a 24 hour period, a maximum of 21,000 gallons of slurry wastewater 47 may be infiltrated in an infiltration location. The infiltration rate shall be 48 reduced if needed to prevent wastewater from leaving the infiltration 49 location. The infiltration site shall be monitored regularly during infiltration 50 activity. All wastewater discharged to the ground must fully infiltrate and 51 discharges must stop before the end of each work day. 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 77 1 g. After infiltration activity is complete, loose sediment in the infiltration 2 location that may have resulted from the infiltration activity or the removal 3 of BMPs used to manage infiltration activity shall be stabilized to prevent 4 mobilization by stormwater runoff. 5 6 h. Drilling spoils and settled sediments remaining in the containment cell or 7 tank shall be disposed of in accordance with Section 6-19.3(4)F. 8 9 i. Infiltration locations shall be marked on the on-site temporary erosion and 10 sediment control (TESC) plan sheets before the infiltration activity begins. 11 12 j. Prior to infiltrating water-only shaft drilling slurry or water slurry with 13 approved flocculants, the Contractor shall submit a Shaft Drilling Slurry i 14 Wastewater Management and Infiltration Plan as a Type 2 Working 15 Drawing. This Plan shall be kept on-site, adapted if needed to meet the 16 construction requirements, and updated to reflect what is being done in the 17 field. The Working Drawing shall include, at a minimum, the following 18 information: 19 20 i. Plan sheet showing the proposed infiltration location and all surface 21 waters, wells, on-site sewage systems, aquifer-sensitive recharge 22 areas, sole source aquifers, and well-head protection areas within 23 150 feet. 24 25 ii. The proposed elevation of soil surface receiving the wastewater for 26 infiltration and the anticipated phreatic surface (i.e., saturated soil). 27 28 iii. The source of the water used to produce the slurry. 29 30 iv. The estimated total volume of wastewater to be infiltrated. 31 32 v. The approved flocculant to be used (if any). 33 34 vi. The controls or methods (e.g., trenches, traps, berms, silt fence, 35 dispersion, or discharge metering devices) that will be used to 36 prevent surface wastewater runoff from leaving the infiltration 37 location. The Working Drawing shall include all pertinent design 38 details (e.g., sizing of trenches or traps, placement or height of 39 berms, application techniques) needed to demonstrate the proposed 40 controls or methods are adequate to prevent surface wastewater 41 runoff from leaving the infiltration location. 42 43 vii. The strategy for removing slurry wastewater from the shaft and 44 containing the slurry wastewater once it has been removed from the 45 shaft. 46 47 viii. The strategy for monitoring infiltration activity and adapting methods 48 to ensure compliance. 49 50 ix. A contingency plan that can be implemented immediately if it 51 becomes evident that the controls in place or methods being used 52 are not adequate. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 78 1 2 x. The strategy for cleaning up the infiltration location after the infiltration 3 activity is done. Cleanup shall include stabilizing any loose sediment 4 on the surface within the infiltration area generated as a byproduct of 5 suspended solids in the infiltrated wastewater or soil disturbance 6 associated with BMP placement and removal. 7 8 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives not 9 approved for infiltration shall be contained and disposed of by the Contractor at 10 an approved disposal facility in accordance with Section 2-03.3(7)C. Spoils that 11 have come into contact with mineral slurry shall be disposed of in accordance 12 with Section 6-19.3(4)F. 13 14 8-01.3(1)C4 Management of Off-Site Water 15 Prior to disruption of the normal watercourse, the Contractor shall intercept the off-site 16 surface water and pipe it either through or around the project site. This water shall not 17 be combined with on-site stormwater. It shall be discharged at its preconstruction outfall 18 point in such a manner that there is no increase in erosion below the site. The 19 Contractor shall submit a Type 2 Working Drawing consisting of the method for 20 performing this Work. 21 22 8-01.3(2)A Preparation for Application 23 This section's content is deleted and replaced with the following two new subsections: 24 25 8-01.3(2)A1 Seeding 26 Areas to be cultivated are shown in the Plans or specified in the Special Provisions. The 27 areas shall be cultivated to the depths specified to provide a reasonably firm but friable 28 seedbed. Cultivation shall take place no sooner than 2 weeks prior to seeding. 29 30 All areas to be seeded, including excavated slopes shall be compacted and prepared 31 unless otherwise specified or ordered by the Engineer. A cleated roller, crawler tractor, 32 or similar equipment that forms longitudinal depressions at least 2 inches deep shall be 33 used for compaction and preparation of the surface to be seeded. 34 35 The entire area shall be uniformly covered with longitudinal depressions formed 36 perpendicular to the natural flow of water on the slope. The soil shall be conditioned 37 with sufficient water so the longitudinal depressions remain in the soil surface until 38 completion of the seeding. 39 40 Prior to seeding, the finished grade of the soil shall be 1 inch below the top of all curbs, 41 junction and valve boxes, walks, driveways, and other Structures. The soil shall be in a 42 weed free and bare Condition. 43 44 All bags of seed shall be brought to the site in sealed bags and shall have seed labels 45 attached showing the seed meets the Specifications. Seed which has become wet, 46 moldy, or otherwise damaged in transit or storage will not be accepted. 47 48 8-01.3(2)A2 Temporary Seeding 49 A cleated roller, crawler tractor, or similar equipment that forms longitudinal depressions 50 at least 2 inches deep shall be used for compaction and preparation of the surface to be 51 seeded. The entire area shall be uniformly covered with longitudinal depressions formed 52 perpendicular to the natural flow of water on the slope. The soil shall be conditioned AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/0N5 AMD - 79 1 with sufficient water so the longitudinal depressions remain in the soil surface until 2 completion of the seeding. 3 4 8-01.3(2)B Seeding and Fertilizing 5 In the list in the second paragraph, item numbers 1-5 are revised to read: 6 7 1. A hydro seeder that utilizes water as the carrying agent, and maintains continuous 8 agitation through paddle blades. It shall have an operating capacity sufficient to 9 agitate, suspend, and mix into a homogeneous slurry the specified amount of seed 10 and water or other material. Distribution and discharge lines shall be large enough to 11 prevent stoppage and shall be equipped with a set of hydraulic discharge spray 12 nozzles that will provide a uniform distribution of the slurry. 13 14 2. Blower equipment with an adjustable disseminating device Capable of maintaining a 15 constant, measured rate of material discharge that will ensure an even distribution of 16 seed at the rates specified. 17 18 3. Helicopters properly equipped for aerial seeding. 19 20 4. Power-drawn drills or seeders. 21 22 5. Areas in which the above methods are impractical may be seeded by hand 23 methods. 24 25 8-01.3(2)C Liming 26 This section including title is deleted in its entirety and replaced with the following: 27 28 8-01.3(2)C Vacant 29 30 8-01.3(2)D Mulching 31 The first sentence of the second paragraph is revised to read: 32 33 Distribution of straw mulch material shall be by means that utilizes forced air to blow 34 mulch material on seeded areas. 35 36 8-01.3(11) Outlet Protection 37 In the last sentence, "Section 9-13.6" is revised to read "Section 9-13.1(5)". 38 39 8-01.4 Measurement 40 In the twelfth paragraph, "liming" is deleted. 41 42 8-01.5 Payment 43 The bid item "Liming", per acre is deleted. 44 45 8-02.AP8 46 Section 8-02, Roadside Restoration 47 January 5, 2015 48 8-02.3(1) Responsibility During Construction 49 The last sentence of the second paragraph is revised to read: AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 80 1 2 This Work shall include keeping the planted and seeded areas free from insect 3 infestation, weeds or unwanted vegetation, litter, and other debris along with retaining 4 the finished grades and mulch in a neat uniform condition. 5 6 8-02.3(2) Roadside Work Plan 7 This section's title is revised to read: 8 9 Work Plans 10 11 This section's content is deleted in its entirety and replaced with the following new 12 subsections: 13 14 8-02.3(2)A Roadside Work Plan 15 Before starting any Work that disturbs the earth and as described in Sections 8-01, 8-02 16 and 8-03, the Contractor shall submit a roadside work plan. The roadside work plan 17 shall be submitted as a Type 1 Working Drawing and shall define the Work necessary to 18 provide all Contract requirements, including: wetland excavation, soil preparation, 19 habitat structure placement, planting area preparation, seeding area preparation, bark 20 mulch and compost placement, seeding, planting, plant replacement, irrigation, and 21 weed control in narrative form. 22 23 The Roadside Work Plan shall also include a copy of the approved progress schedule. 24 25 8-02.3(2)B Weed and Pest Control Plan 26 The Weed and Pest Control Plan shall be submitted as a Type 1 Working Drawing. The 27 weed and pest control plan shall include scheduling and methods of all control 28 measures required under the Contract or proposed by the Contractor including soil 29 preparation methods to meet the required soil surface conditions in the planting, bark 30 mulch, and wetland areas. The weed control plan shall show general weed control 31 including hand, mechanical and chemical methods, timing, application of herbicides 32 including type, rate, use and timing, mowing, and noxious weed control. Target weeds 33 and unwanted vegetation to be removed shall be identified and listed in the weed 34 control plan. 35 36 The plan shall be prepared and signed by a licensed Commercial Pest Control Operator 37 or Consultant when chemical pesticides are proposed. The plan shall include methods 38 of weed control; dates of weed control operations; and the name, application rate, and 39 Material Safety Data Sheets of all proposed herbicides. In addition, the Contractor shall 40 furnish the Engineer with a copy of the current product label for each pesticide and 41 spray adjuvant to be used. These product labels shall be submitted with the weed 42 control plan for approval. 43 44 8-02.3(2)C Plant Establishment Plan 45 The Plant Establishment Plan shall be prepared in accordance with the requirements of 46 Section 8-02.3(13) and submitted as a Type 1 Working Drawing. The Plan shall show 47 the proposed scheduling of activities, materials, equipment to be utilized for the first- 48 year plant establishment, and an emergency contact person. The Plan shall include the 49 management of the irrigation system, when applicable. Should the plan become 50 unworkable at any time during the first-year plant establishment, the Contractor shall 51 submit a revised plan prior to proceeding with further Work. 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 AMD - 81 1 8-02.3(3) Weed and Pest Control 2 This section is supplemented with the following new paragraph: 3 4 Grass, including grass applied in accordance with Section 8-01, growing within the 5 mulch ring of a plant shall be considered a weed and be controlled on the project in 6 accordance with the weed and pest control plan. 7 8 8-02.3(4) Topsoil 9 The last sentence of the first paragraph is revised to read: 10 11 After the topsoil has been spread, all large clods, hard lumps, and rocks 2 inches in 12 diameter and larger, and litter shall be raked up, removed, and disposed of by the 13 Contractor. 14 15 The following new paragraph is inserted after the first paragraph: 16 17 Topsoil stockpiled for project use shall be protected to prevent erosion and weed 18 growth. Weed growth on topsoil stockpile sites shall be immediately eliminated in 19 accordance with the approved Weed and Pest Control Plan. 20 21 8-02.3(4)C Topsoil Type C 22 The last sentence is revised to read: 23 24 Topsoil Type C shall meet the requirements of Sections 8-02.3(4), 8-02.3(4)B, and 9- 25 14.1(3). 26 27 8-02.3(12) Completion of Initial Planting 28 Item number 4 in the last paragraph is deleted. 29 30 8-02.3(13) Plant Establishment 31 The first sentence of the second paragraph is deleted. 32 33 The second paragraph is supplemented with the following new sentence: 34 35 The 1 calendar year shall be extended an amount equal to any periods where the 36 Contractor does not comply with the plant establishment plan. 37 38 The first sentence of the fourth paragraph is revised to read: 39 40 During the first year of plant establishment under PSIPE (Plant Selection Including Plant 41 Establishment), the Contractor shall meet monthly with the Engineer for the purpose of 42 joint inspection of the planting material on a mutually agreed upon schedule. 43 44 The last two paragraphs are deleted. 45 46 8-02.4 Measurement 47 This section is supplemented with the following: 48 49 Plant selection will be measured per each. 50 51 PSIPE_ (Plant Selection Including Plant Establishment) will be measured per each. 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 AMD - 82 1 8-02.5 Payment 2 The paragraph following the bid item "Topsoil Type ", per acre is revised to read: 3 4 The unit Contract price per acre for"Topsoil Type_" shall be full payment for all 5 costs for the specified Work. 6 7 The bid item "PSIPE ", per each and the paragraph following the bid item are revised to 8 read: 9 10 "PSIPE ", per each. 11 12 The unit Contract price for "Plant Selection _ per each, and "PSIPE _", per each, 13 shall be full pay for all Work necessary for weed per within the planting area, 14 planting area preparation, fine grading, planting, cultivating, plant storage and 15 protection, fertilizer and root dip, staking, cleanup, and water necessary to complete 16 planting operations as specified to the end of first year plant establishment. 17 18 The bid item "Plant Establishment- Year" is deleted. 19 20 8-04.AP8 21 Section 8-04, Curbs, Gutters, and Spillways 22 January 5, 2015 23 8-04.2 Materials 24 The referenced section for the following item is revised to read: 25 26 Hand Placed Riprap 9-13.1(4) 27 28 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 29 The first sentence in the fourth paragraph is revised to read: 30 31 Expansion joints in the curb or curb and gutter shall be spaced as shown in the Plans, 32 and placed at the beginning and ends of curb returns, drainage Structures, bridges, and 33 cold joints with existing curbs and gutters. 34 35 In the third sentence of the fourth paragraph, "'/<-inch" is revised to read "%-inch". 36 37 8-04.3(1)A Extruded Cement Concrete Curb 38 The second sentence in the second paragraph is revised to read: 39 40 Cement concrete curbs shall be anchored to the existing pavement by placing steel 41 reinforcing bars 1 foot on each side of every joint. 42 43 The third paragraph is revised to read: 44 45 Steel reinforcing bars shall meet the dimensions shown in the Standard Plans. 46 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 83 1 8-09.AP8 2 Section 8-09, Raised Pavement Markers 3 April 7, 2014 4 8-09.3(6) Recessed Pavement Marker 5 The following sentence is inserted after the first sentence of the first paragraph: 6 7 The Contractor shall ensure that grinding of the pavement does not result in any 8 damage, (e.g. chipping, spalling or raveling) to the pavement to remain. 9 j 10 8-11.AP8 11 Section 8-11, Guardrail 12 April 7, 2014 13 8-11.3(1) Beam Guardrail 14 15 After the below Amendments to 8-11.3(1)F and 8-11.3(1)G are applied, this section is 16 supplemented with the following new sub-section: 17 18 8-11.3(1)F Removing and Resetting Beam Guardrail 19 The Contractor shall remove and reset existing guardrail posts, rail element, hardware 20 and blocks to the location shown in the Plans. The mounting height of reset rail element 21 shall be at the height shown in the Plans. The void caused by the removal of the post 22 shall be backfilled and compacted. 23 24 The Contractor shall remove and replace any existing guardrail posts and blocks that 25 are not suited for re-use, as staked by the Engineer. The void caused by the removal of 26 the post shall be backfilled and compacted. The Contractor shall then furnish and install 27 a new guardrail post to provide the necessary mounting height. 28 29 8-11.3(1)A Erection of Posts 30 The second paragraph in this section is deleted. 31 32 8-11.3(1)C Terminal and Anchor Installation 33 The last sentence in the last paragraph is deleted. 34 35 8-11.3(1)F Plans 36 This section number is revised to: 37 38 8-11.3(1)G 39 40 8-11.3(1)G Guardrail Construction Exposed to Traffic 41 This section number is revised to: 42 43 8-11.3(1)H 44 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 AMD - 84 1 8-18.AP8 2 Section 8-18, Mailbox Support 3 August 4, 2014 4 8-18.3(1) Type 3 Mailbox Support 5 In the third paragraph, the first sentence is revised to read: 6 7 With the Engineer's consent, a Type 3 Mailbox Support design, made of steel or other 8 durable material, that meets the NCHRP 350 or the Manual for Assessing Safety 9 Hardware (MASH) crash test criteria may be used in place of the design shown in the 10 Standard Plans. 11 12 8-20.AP8 13 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation 14 Systems, and Electrical 15 April 6, 2015 16 8-20.2(1) Equipment List and Drawings 17 The second sentence of the second paragraph is revised to read: 18 19 Supplemental data would include such items as catalog cuts, product Specifications, 20 shop drawings, wiring diagrams, etc. 21 22 The third paragraph (up until the colon) is revised to read: 23 24 If the luminaires are not listed in the Qualified Products List, the Contractor shall submit 25 the following information for each different type of luminaire required on the Contract: 26 27 The fourth paragraph (up until the colon) is revised to read: 28 29 The Contractor shall submit for approval Type 3E Working Drawings in accordance with 30 Section 1-05.3 for each of the following types of standards called for on this project: 31 32 The fifth paragraph is revised to read: 33 34 The Contractor will not be required to submit shop drawings for approval for light 35 standards and traffic signal standards conforming to the preapproved plans listed in the 36 Special Provisions. The Contractor may use preapproved plans posted on the WSDOT 37 website with a more current revision date than published in the Special Provisions. 38 39 8-20.3(1) General 40 The following six new paragraphs are inserted after the second paragraph: 41 42 If a portion of an existing communication conduit system is damaged due to the 43 Contractor's activities, the affected system shall be restored to original condition. 44 Conduit shall be repaired. Communication cables shall be replaced and the 45 communication system shall be made fully operational within 24 hours of being 46 damaged. 47 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 AMD - 85 I Damaged communication cable shall be replaced between existing termination or splice 2 points. No additional termination or splice points will be allowed. An existing 3 termination or splice point is defined as a location where all existing fiber strands or 4 twisted pair wires are terminated or spliced at one point. Communication cable shall be 5 defined as either copper twisted pair or fiber optic cables. The Contractor may use 6 temporary splices to restore Contracting Agency communication systems until the 7 permanent communication cable system is restored. 8 9 When damage to an existing communication system has occurred, the Contractor shall 10 perform the following in addition to other restoration requirements: 11 12 1. Inspect the communication raceway system including locate wire or tape to 13 determine the extent of damage. 14 15 2. Contact the Engineer for Fiber Optic Cable and Twisted Pair (TWP) Copper 16 Cable acceptance testing requirements and communication system restoration 17 requirements. 18 19 3. Initially perform the acceptance tests to determine the extent of damage and 20 also perform the acceptance tests after repairs are completed. Provide written 21 certification that the communication cable system, including the locate wire or 22 tape, is restored to test standard requirements. 23 24 Communication cables shall be restored by Contractor personnel that are WSDOT 25 prequalified for communication installation work. Restoration shall be considered 26 electrical work when the path of the communication system interfaces with electrical 27 systems. Electrical work of this nature shall be performed by Contractor personnel that 28 are WSDOT prequalified for work on both electrical and communication systems. 29 30 If the Contractor or Subcontractors are unable or unqualified to complete the restoration 31 work, the Engineer may have the communication or electrical systems restored by other 32 means and subtract the cost from the money that will be or is due the Contractor. 33 34 When field repair of existing conduit, innerduct or outerduct is required, the repair kits 35 shall be installed per manufacturer's recommendations. Repair kits and each 36 connection point between the repair kit and the existing raceway system shall be sealed 37 to prevent air leakage during future cable installation. 38 39 8-20.3(8) Wiring 40 The second sentence in the eleventh paragraph is revised to read: 41 42 Every conductor at every wire termination, connector, or device shall have an approved 43 wire marking sleeve bearing, as its legend, the circuit number indicated in the Contract. 44 45 8-20.3(13)A Light Standards 46 In the third paragraph, the last sentence of item number 1 is revised to read: 47 48 Conduit shall extend a maximum of 1 inch above the top of the foundation, including 49 grounding end bushing or end bell bushing. 50 51 In the fourth paragraph, the second sentence of item number 1 is revised to read: 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 AMD - 86 I Conduits shall be cut to a maximum height of 2 inches above the foundation including 2 grounding end bushing or end bell bushing. 3 4 8-21.AP8 5 Section 8-21, Permanent Signing 6 April 6, 2015 7 8-21.3(9)F Foundations 8 The first sentence of the first paragraph is revised to read: 9 10 The excavation and backfill shall conform to the requirements of Section 2-09.3. 11 12 8-22.AP8 13 Section 8-22, Pavement Marking 14 April 6, 2015 15 8-22.3(6) Removal of Pavement Markings 16 The second and third sentences of the first paragraph are revised to read: 17 18 Grinding to remove pavement markings is allowed prior to application of a Bituminous 19 Surface Treatment. Grinding to remove pavement marking from hot mix asphalt and 20 cement concrete pavements is allowed to a depth just above the pavement surface, 21 then water blasting or shot blasting shall be required to remove the remaining markings. 22 23 8-23.AP8 24 Section 8-23, Temporary Pavement Markings 25 January 5, 2015 26 This section's content is deleted in its entirety and replaced with the following new sub- 27 sections. 28 29 8-23.1 Description 30 The Work consists of furnishing, installing, and removing temporary pavement 31 markings. Temporary pavement markings shall be provided where noted in the Plans; 32 for all lane shifts and detours resulting from construction activities; or when permanent 33 markings are removed because of construction operations. 34 35 8-23.2 Materials 36 Materials for temporary markings shall be paint, plastic, tape, raised pavement markers 37 or flexible raised pavement markers. Materials for pavement markings shall meet the 38 following requirements: 39 40 Raised Pavement Markers 9-21 41 Temporary Marking Paint 9-34.2(6) 42 Plastic 9-34.3 43 Glass Beads for Pavement Marking Materials 9-34.4 44 Temporary Pavement Marking Tape 9-34.5 45 Temporary Flexible Raised Pavement Markers 9-34.6 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 AMD - 87 1 I 2 8.23.3 Construction Requirements 3 4 8-23.3(1) General 5 The Contractor shall select the type of pavement marking material in accordance 6 with the Contract. 7 8 8-23.3(2) Preliminary Spotting 9 All preliminary layout and marking in preparation for application or removal of 10 temporary pavement markings shall be the responsibility of the Contractor. 11 12 8-23.3(3) Preparation of Roadway Surface 13 Surface preparation for temporary pavement markings shall be in accordance with 14 the manufacturer's recommendations. 15 16 8-23.3(4) Pavement Marking Application 17 18 8-23.3(4)A Temporary Pavement Markings— Short Duration 19 Temporary pavement markings — short duration shall meet the following 20 requirements: 21 22 Temporary Center Line—A BROKEN line used to delineate adjacent 23 lanes of traffic moving in opposite directions. The broken pattern shall be 24 based on a 40-foot unit, consisting of a 4-foot line with a 36-foot gap if 25 paint or tape is used. If temporary raised pavement markers are used, the 26 pattern shall be based on a 40-foot unit, consisting of a grouping of three 27 temporary raised pavement markers, each spaced 3 feet apart, with a 34 28 foot gap. 29 30 Temporary Edge Line —A SOLID line used on the edges of Traveled 31 Way. The line shall be continuous if paint or tape is used. If temporary 32 raised pavement markers are used, the line shall consist of markers 33 installed continuously at 5-foot spacing. 34 35 Temporary Lane Line —A BROKEN line used to delineate adjacent lanes 36 with traffic traveling in the same direction. The broken pattern shall be 37 based on a 40-foot unit, consisting of a 4-foot line with a 36-foot gap, if 38 paint or tape is used. If temporary raised pavement markers are used, the 39 pattern shall be based on a 40-foot unit, consisting of a grouping of three 40 temporary raised pavement markers, each spaced 3 feet apart, with a 34 41 foot gap. 42 43 Lane line and right edge line shall be white in color. Center line and left edge 44 line shall be yellow in color. Edge lines shall be installed only if specifically 45 required in the Contract. All temporary pavement markings shall be 46 retroreflective. 47 48 8-23.3(4)A1 Temporary Pavement Marking Paint 49 Paint used for short duration temporary pavement markings shall be 50 applied in one application at a thickness of 15 mils or 108 square feet per 51. gallon. Glass beads shall be in accordance with Section 8-22.3(3)G. 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 88 1 8-23.3(4)A2 Temporary Pavement Marking Tape 2 Application of temporary pavement marking tape shall be in conformance 3 with the manufacturer's recommendations. 4 5 Black mask pavement marking tape shall mask the existing line in its 6 entirety. 7 8 8-23.3(4)A3 Temporary Raised Pavement Markers 9 Temporary raised pavement markers are not allowed on bituminous 10 surface treatments. 11 12 8-23.3(4)A4 Temporary Flexible Raised Pavement Markers 13 Flexible raised pavement markers are required for new applications of 14 bituminous surface treatments. Flexible raised pavement markers are not 15 allowed on other pavement types unless otherwise specified or approved 16 by the Engineer. Flexible raised pavement markers shall be installed with 17 the protective cover in place. The cover shall be removed immediately 18 after spraying asphaltic material. 19 20 8-23.3(4)B Temporary Pavement Markings — Long Duration 21 Application of paint, pavement marking tape and plastic for long duration 22 pavement markings shall meet the requirements of Section 8-22.3(3); 23 application of raised pavement markers shall meet the requirements of Section 24 8-09.3; and application of flexible pavement markings shall be in conformance 25 with the manufacturer's recommendations. 26 27 8-23.3(4)C Tolerance for Lines 28 Tolerance for lines shall conform to Section 8-22.3(4). 29 30 8-23.3(4)D Maintenance of Pavement Markings 31 Temporary pavement markings shall be maintained in serviceable condition 32 throughout the project until permanent pavement markings are installed. As 33 directed by the Engineer; temporary pavement markings that are damaged, 34 including normal wear by traffic, shall be repaired or replaced immediately. 35 Repaired and replaced pavement markings shall meet the requirements for the 36 original pavement marking. 37 38 8-23.3(4)E Removal of Pavement Markings 39 Removal of temporary paint is not required prior to paving; all other temporary 40 pavement markings shall be removed. 41 42 All temporary pavement markings that are required on the wearing course prior 43 to construction of permanent pavement markings and are not a part of the 44 permanent markings shall be completely removed concurrent with or 45 immediately subsequent to the construction of the permanent pavement 46 markings. Temporary flexible raised pavement markers on bituminous surface 47 treatment pavements shall be cut off flush with the surface if their location 48 conflicts with the alignment of the permanent pavement markings. All other 49 temporary pavement markings shall be removed in accordance with Section 8- 50 22.3(6). 51 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 89 1 All damage to the permanent Work caused by removing temporary pavement 2 markings shall be repaired by the Contractor at no additional cost to the 3 Contracting Agency. 4 5 8-23.4 Measurement 6 Temporary pavement markings will be measured by the linear foot of each installed line 7 or grouping of markers, with no deduction for gaps in the line or markers and no 8 additional measurement for the second application of paint required for long duration 9 paint lines. Short duration and long duration temporary pavement markings will be 10 measured for the initial installation only. 11 12 8-23.5 Payment 13 Payment will be made in accordance with Section 1-04.1, for each of the following Bid 14 items that are included in the Proposal: 15 16 `Temporary Pavement Marking —Short Duration", per linear foot. 17 18 `Temporary Pavement Marking — Long Duration", per linear foot. 19 20 The unit Contract price per linear foot for "Temporary Pavement Marking — Short 21 Duration" and "Temporary Pavement Marking — Long Duration" shall be full pay for 22 all Work. 23 24 9-01.AP9 25 Section 9-01, Portland Cement 26 January 5, 2015 27 9-01.2(3) Low Alkali Cement 28 This section is revised to read: 29 30 When low alkali portland cement is required, the percentage of alkalies in the cement 31 shall not exceed 0.60 percent by weight calculated as Na20 plus 0.658 K20. This 32 limitation shall apply to all types of portland cement. 33 34 9-01.2(4) Blended Hydraulic Cement 35 The first paragraph is revised to read: 36 37 Blended hydraulic cement shall be either Type IP(X)(MS) or Type IS(X)(MS) cement 38 conforming to AASHTO M 240 or ASTM C 595, except that the portland cement used to 39 produce blended hydraulic cement shall not contain more than 0.75 percent alkalies by 40 weight calculated as Na20 plus 0.658 K20 and shall meet the following additional 41 requirements: 42 43 1. Type IP(X)(MS) - Portland-Pozzolan Cement where (X) equals the targeted 44 percentage of fly ash, the fly ash is limited to a maximum of 35 percent by 45 weight of the cementitious material; (MS) indicates moderate sulfate resistance. 46 47 2. Type IS(X)(MS) - Portland Blast- Furnace Slag Cement, where: (X) equals the 48 targeted percentage of ground granulated blast-furnace slag, the ground 49 granulated blast furnace slag is limited to a maximum of 50 percent by weight 50 of the cementitious material; (MS) indicates moderate sulfate resistance. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 90 1 2 The first sentence of the second paragraph is revised to read: 3 4 The source and weight of the fly ash or ground granulated blast-furnace slag shall be 5 certified on the cement mill test report or cement certificate of analysis and shall be 6 reported as a percent by weight of the total cementitious material. 7 8 9-01.3 Tests and Acceptance 9 The first paragraph is revised to read: 10 11 Cement may be accepted by the Engineer based on the cement mill test report number 12 or cement certificate of analysis number indicating full conformance to the 13 Specifications. All shipments of the cement to the Contractor or concrete supplier shall 14 identify the applicable cement mill test report number or cement certificate of analysis 15 number and shall be provided by the Contractor or concrete supplier with all concrete 16 deliveries. 17 18 The second paragraph is revised to read: 19 20 Cement producers/suppliers that certify portland cement or blended cement shall 21 participate in the Cement Acceptance Program as described in WSDOT Standard 22 Practice QC 1. 23 24 9-01.4 Storage on the Work Site 25 This section is revised to read: 26 27 At the request of the Engineer, the Contractor shall provide test data to show that 28 cement stored on site for longer than 60 days meets the requirements of 9-01. Tests 29 shall be conducted on samples taken from the site in the presence of the Engineer. Test 30 results that meet the requirements of 9-01 shall be valid for 60 days from the date of 31 sampling, after which the Engineer may require further testing. 32 33 9-02.AP9 34 Section 9-02, Bituminous Materials 35 April 6, 2015 36 9-02.1(4) Performance Graded Asphalt Binder (PGAB) 37 The first paragraph is supplemented with the following: 38 39 For HMA with greater than 20 percent RAP by total weight of HMA or any amount of 40 RAS the new asphalt binder, recycling agent and recovered asphalt (RAP and/or RAS) 41 when blended in the proportions of the mix design shall meet the PGAB requirements of 42 AASHTO M 320 Table 1 for the grade of asphalt binder specified by the Contract. 43 44 This section is supplemented with the following: 45 46 The recycling agent used to rejuvenate the recovered asphalt from recycled asphalt 47 pavement (RAP) and reclaimed asphalt shingles (RAS) shall meet the specifications in 48 Table 1 49 Table 1 RA 1 RA 5 RA 25 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 91 Test ASTM Test Min. Max. Min. Max. Min. Max. Method Viscosity @ D2170 or 50 150 200 800 1000 4000 140T cSt D2171 Flashpoint D92 400 400 400 COC, "F Saturates,Wt. D2007 30 30 30 Specific D70 or D2198 Report Report Report Gravity Tests on Residue from D2872 RTFC Viscosity Ratio) 3 3 3 Mass Change 4 4 4 f% 'Viscosity Ratio=RTFC Viscosity C6O 140°F cSt Original Viscosity CJ, 140"F, cSt 1 2 3 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS-2P 4 In the ninth row of the table, "Test' is revised to read "Tests". 5 6 The eleventh row in the table is revised to read: 7 Elastic Recove % T 301 50 8 9 The last two rows of the table are deleted. 10 11 Footnote 2 below the table is revised to read: 12 13 2 The residue material for T 301 shall come from the modified distillation per note 1. 14 15 Footnote 3 below the table is deleted. 16 17 The last paragraph is deleted. 18 19 9-03.AP9 20 Section 9-03, Aggregates 21 April 6, 2015 22 9-03.1(2)C Use of Substandard Gradings 23 This section including title is deleted in its entirety and replaced with the following: 24 25 Vacant 26 27 9-03.1(4)C Grading 28 In the second paragraph, the first sentence is deleted. 29 30 The third paragraph is deleted. AMENDMENTS TO THE 2614 STANDARD SPECIFICATIONS BOOK '.. Revised: 416/15 AMD - 92 '.. 1 2 9-03.1(5)B Grading 3 The last paragraph is revised to read: 4 5 The Contracting Agency may sample each aggregate component prior to introduction to 6 the weigh batcher or as otherwise determined by the Engineer. Each component will be 7 sieve analyzed separately in accordance with WSDOT FOP for WAQTC/AASHTO Test 8 Method T-27/11. All aggregate components will be mathematically re-combined by the 9 proportions (percent of total aggregate by weight) provided by the Contractor on 10 Concrete Mix Design Form 350-040. 11 12 9-03.8(1) General Requirements 13 The first paragraph up until the colon is revised to read: 14 15 Preliminary testing of aggregates for source approval shall meet the following test 16 requirements: 17 18 The list in the first paragraph is supplemented with the following: 19 20 Sand Equivalent 45 min. 21 22 The following new paragraph is inserted after the first paragraph: 23 24 Aggregate sources that have 100 percent of the mineral material passing the No. 4 25 sieve shall be limited to no more than 5 percent of the total weight of aggregate. 26 27 9-03.8(2) HMA Test Requirements 28 The second paragraph (up until the colon) is revised to read: 29 30 The mix design shall produce HMA mixtures when combined with RAP, RAS, coarse 31 and fine aggregate within the limits set forth in Section 9-03.8(6) and mixed in the 32 laboratory with the designated grade of asphalt binder, using the Superpave gyratory 33 compactor in accordance with WSDOT FOP for AASHTO T 312, and at the required 34 gyrations for N initial, N design, and N maximum with the following properties: 35 36 The third paragraph is revised to read: 37 38 The mix criteria for Hamburg Wheel-Track Testing and Indirect Tensile Strength do not 39 apply to HMA accepted by commercial evaluation. 40 41 9-03.8(3)B Gradation — Recycled Asphalt Pavement and Mineral Aggregate 42 This section is supplemented with the following: 43 44 For HMA with greater than 20 percent RAP by total weight of HMA the RAP shall be 45 processed to ensure that 100 percent of the material passes a sieve twice the size of 46 the maximum aggregate size for the class of mix to be produced. 47 48 When any amount of RAS is used in the production of HMA the RAS shall be milled, 49 crushed or processed to ensure that 100 percent of the material passes the inch 50 sieve. Extraneous materials in RAS such as metals, glass, rubber, soil, brick, tars, 51 paper, wood and plastic shall not exceed 2.0 percent by mass as determined on 52 material retained on the No. 4 sieve. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 93 2 9-03.14(3) Common Borrow 3 This section is revised to read: 4 5 Material for common borrow shall consist of granular or nongranular soil and/or 6 aggregate which is free of deleterious material. Deleterious material includes wood, 7 organic waste, coal, charcoal, or any other extraneous or objectionable material. The 8 material shall not contain more than 3 percent organic material by weight. The plasticity 9 index shall be determined using test method AASHTO T 89 and AASHTO T 90. 10 11 The material shall meet one of the options in the soil plasticity table below. 12 13 Soil Plasticity Table 14 Plasticity Option Sieve Percent Passing Index No. 1 200 0 - 12 NIA No. 2 200 12.1 - 35 6 or Less No. 3 200 Above 35 0 15 All percentages are by weight. 16 17 If requested by the Contractor, the plasticity index may be increased with the approval 18 of the Engineer. 19 20 9-03.14(4) Gravel Borrow for Structural Earth Wall 21 In the second table, the row beginning with "pH" is revised to read: 22 pH WSDOT Test 4.5 - 9 5 — 10 Method T 417 23 24 9-03.21(1) General Requirements 25 The following new paragraph is inserted after the second paragraph: 26 27 Reclaimed asphalt shingles samples shall contain less than the maximum percentage of 28 asbestos fibers based on testing procedures and frequencies established in conjunction 29 with the specifying jurisdiction and state or federal environmental regulatory agencies. 30 31 9-04.AP9 32 Section 9-04, Joint and Crack Sealing Materials 33 January 5, 2015 34 9-04.1(4) Elastomeric Expansion Joint Seals 35 In this section, "AASHTO M 220" is revised to read "ASTM D 2628". 36 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 94 '.. 1 9-04.2(1) Hot Poured Joint Sealants 2 In the first paragraph, "AASHTO M 324" is revised to read "ASTM D 6690". 3 4 9-04.2(2) Poured Rubber Joint Sealer 5 In item number 9, "WSDOT Test Method No. 412" is revised to read "ASTM D 5329". 6 7 9-05.AP9 8 Section 9-05, Drainage Structures and Culverts 9 April 7, 2014 10 9-05.13 Ductile Iron Sewer Pipe 11 The first paragraph is deleted. 12 13 9-06.AP9 14 Section 9-06, Structural Steel and Related Materials 15 January 5, 2015 16 9-06.5(4) Anchor Bolts 17 The third sentence of the second paragraph is revised to read: 18 19 Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall conform to 20 ASTM A 563, Grade A or DH. 21 22 9-07.AP9 23 Section 9-07, Reinforcing Steel 24 January 6, 2014 25 9-07.5(1) Epoxy-Coated Dowel Bars (for Cement Concrete Pavement 26 Rehabilitation) 27 This section is revised to read: 28 29 Epoxy-coated dowel bars shall be round plain steel bars of the dimensions shown in the 30 Standard Plans. They shall conform to AASHTO M 31, Grade 60 or ASTM A 615, 31 Grade 60 and shall be coated in accordance with ASTM A 1078 Type 2 coating, except 32 that the bars may be cut to length after being Coated. Cut ends shall be coated in 33 accordance with ASTM A 1078 with a patching material that is compatible with the 34 coating, inert in concrete and recommended by the coating manufacturer. The thickness 35 of the epoxy coating shall be 10 mils plus or minus 2 mils. The Contractor shall furnish a 36 written Certification that properly identifies the coating material, the number of each 37 batch of coating material used, quantity represented, date of manufacture, name and 38 address of manufacturer, and a statement that the supplied coating material meets the 39 requirements of ASTM A 1078 Type 2 coating. Patching material, compatible with the 40 coating material and inert in concrete and recommended by the manufacturer shall be 41 supplied with each shipment for field repairs by the Contractor. 42 43 9-07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement) 44 This section's title is revised to read: 45 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 95 1 9-07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement and 2 Cement Concrete Pavement Rehabilitation) 3 4 9-08.AP9 5 Section 9-08, Paints and Related Materials 6 January 5, 2015 7 9-08.1(2)H Top Coat, Single Component, Moisture-Cured Polyurethane 8 The second paragraph is revised to read: 9 10 Color and Gloss: As specified in the Plans or Special Provisions 11 12 The last item in the requirements list is revised to read: 13 14 The top coat shall be a gloss or semi-gloss 15 16 9-08.1(8) Standard Colors 17 The second paragraph is deleted. 18 19 The third paragraph is revised to read: 20 21 Unless otherwise specified, all top or finish coats shall be gloss or semi-gloss, with the 22 paint falling within the range of greater than 70 for gloss and 35 to 70 for semi-gloss on 23 the 60-degree gloss meter. 24 25 9-09.AP9 26 Section 9-09, Timber and Lumber 27 January 6, 2014 28 9-09.3(1) General Requirements 29 The fourth paragraph is revised to read: 30 31 All orders of treated timber and lumber shall be accompanied by a Certificate of 32 Treatment record. The Certificate of Treatment showing conformance to this 33 specification and AWPA standards shall include the following information: 34 35 Name and location of the wood preserving company, 36 37 Customer identification, 38 39 Date of treatment and charge number, 40 41 Type of chemical used and amount of retention, 42 43 Treating process and identification of the Specification used, 44 45 Boring records verifying treatment penetration for timber and lumber with a nominal 46 dimension of 6" x 6" or larger, 47 48 Description of material that was treated, and AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 96 1 2 Signature of a responsible plant official. 3 4 The fifth paragraph is deleted. 5 6 The first sentence in the last paragraph is revised to read: 7 8 All timber and lumber to be used in aquatic environments, unless specified otherwise in 9 the Contract, shall be chemically treated using Western Wood Preservers Institute Best 10 Management Practices (BMPs). 11 12 9-10.AP9 13 Section 9-10, Piling 14 March 3, 2014 15 9-10.5 Steel Piling 16 This section is revised to read: 17 18 The material for rolled steel piling H-piling and pile splices shall conform to ASTM A 36, 19 ASTM A 572 or ASTM A 992. The material for steel pipe piling and splices shall 20 conform to one of the following requirements except as specifically noted in the Plans: 21 22 1. API 5L Grade X42 or X52 material may be used for longitudinal seam welded or 23 helical (spiral) seam submerged-arc welded pipe piles of any diameter. 24 25 2. ASTM A 252 Grade 2 or 3 material may be used for longitudinal seam welded 26 or helical (spiral) seam submerged-arc welded pipe piles of any diameter. For 27 the purposes of welding and prequalification of base metal, steel pipe pile 28 designated as ASTM A 252 may be treated as prequalified provided the 29 chemical composition conforms to a prequalified base metal classification listed 30 in Table 3.1 of the AWS D1.1/D1.1M, latest edition, Structural Welding Code, 31 the grade of pipe piling meets or exceeds the grade specified in the Plans, and 32 the carbon equivalent (CE) is a maximum of 0.45-percent. 33 34 3. ASTM A 572 or ASTM A 588 material may be used for longitudinal seam 35 welded piles of any diameter. 36 37 For helical (spiral) seam submerged-arc welded pipe piles, the maximum radial offset of 38 strip/plate edges shall be 1/8 inch. The offset shall be transitioned with a taper weld and 39 the slope shall not be less than a 1 in 2.5 taper. The weld reinforcement shall not be 40 greater than 3/16 inches and misalignment of weld beads shall not exceed 1/8 inch. 41 42 Steel soldier piles, and associated steel bars and plates, shall conform to ASTM A 36, 43 ASTM A 572 or ASTM A 992, except as otherwise noted in the Plans. 44 45 All steel piling may be accepted by the Engineer based on the Manufacturer's 46 Certificate of Compliance submitted in accordance with Section 1-06.3. The 47 manufacturer's certificate of compliance submittal for steel pipe piles shall be 48 accompanied by certified mill test reports, including chemical analysis and carbon 49 equivalence, for each heat of steel used to fabricate the steel pipe piling. 50 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AM D - 97 i 1 9-13.AP9 2 Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion 3 and Scour Protection and Rock Walls 4 January 5, 2015 5 This section's content is deleted. 6 7 9-13.1 Loose Riprap 8 This section's content, including title and subsections, is revised to read the following: 9 10 9-13.1 Riprap and Quarry Spalls 11 12 9-13.1(1) General 13 Riprap and quarry spalls shall consist of broken stone or broken concrete rubble 14 and shall be free of rock fines, soil, or other extraneous material. Concrete rubble 15 shall not be contaminated by foreign materials such as fibers, wood, steel, asphalt, 16 sealant, soil, plastic and other contaminants or deleterious material. Concrete 17 rubble that is imported to the job site will require testing and certification for toxicity 18 characteristics per Section 9-03.21(1). 19 20 The grading of the riprap shall be determined by the Engineer by visual inspection 21 of the load before it is dumped into place, or, if so ordered by the Engineer, by 22 dumping individual loads on a flat surface and sorting and measuring the individual 23 rocks contained in the load. Should the riprap contain insufficient spalls, as defined 24 in Section 9-13.1(5), the Contractor shall furnish and place supplementary spall 25 material. 26 27 Riprap and quarry spalls shall be free from segregation, seams, cracks, and other 28 defects tending to destroy its resistance to weather and shall conform to the 29 following requirements for quality. 30 Aggregate Property Test Method Requirement Degradation Factor WSDOT T 113 15 minimum Los Angeles Wear, 500 Rev. AASIITO T 96 50%maximum Specific Gravity, SSD AASHTO T 85 2.55 mnnmum 31 32 9-13.1(2) Heavy Loose Riprap 33 Heavy loose riprap shall meet the following requirements for grading: 34 Minimum Size Maximum.Size 40%to 90% 1 ton('/z cubicyd.) 70%to 90% 3001bs. 2 cu.ft. 10%to 30% 3 inch 50 lbs. (spalls) 35 36 37 9-13.1(3) Light Loose Riprap 38 Light loose riprap shall meet the following requirements for grading: 39 Size Range Maximum Size 20%to 90% 300 lbs.to I ton (2 cu. R, to %cu. d. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 98 15%to 80% 50 lbs.to 1 ton (%,cu.ft.to cu.yd. 10%to 20% 3 inch 50 lbs.(s alls) 1 2 9-13.1(4) Hand Placed Riprap 3 Hand placed riprap shall be as nearly rectangular as possible, 60 percent shall 4 have a volume of not less than 1 cubic foot. No stone shall be used which is less 5 than 6 inches thick, nor which does not extend through the wall. 6 7 9-13.1(5) Quarry Spalls 8 Quarry spalls shall meet the following requirements for grading: 9 Sieve Size Percent Passing 8" 100 3" 40 max. '/a„ 10 max. 10 11 9-13.2 Hand Placed Riprap 12 This section, including title, is deleted in its entirety and replaced with the following: 13 14 9-13.2 Vacant 15 16 9-13.4 Rock for Erosion Control and Scour Protection 17 The last sentence is revised to read: 18 19 The use of recycled materials and concrete rubble is not permitted for this application. 20 21 9-13.6 Quarry Spalls 22 This section, including title, is deleted in its entirety and replaced with the following: 23 24 9-13.6 Vacant 25 26 9-14.AP9 27 Section 9-14, Erosion Control and Roadside Planting 28 January 5, 2015 29 9.14.1 Soil 30 This section, including title, is revised to read: 31 32 9-14.1 Topsoil 33 Topsoil shall not contain any recycled material, foreign materials, or any listed Noxious 34 and Nuisance weeds of any Class designated by authorized State or County officials. 35 Aggregate shall not comprise more than 10% by volume of Topsoil and shall not be 36 greater than two inches in diameter. 37 38 9-14.1(2) Topsoil Type B 39 The last sentence of the second paragraph is deleted. 40 41 9-14.2 Seed 42 This section is revised to read: 43 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 AMD - 99 i 1 Seed of the type specified shall be certified in accordance with WAC 16-302. Seed 2 mixes shall be commercially prepared and supplied in sealed containers. The labels 3 shall show: 4 5 (1) Common and botanical names of seed 6 7 (2) Lot number 8 9 (3) Net weight 10 11 (4) Pounds of Pure live seed (PLS) in the mix 12 13 (5) Origin of seed 14 15 All seed vendors must have a business license issued by supplier's state or provincial 16 Department of Licensing with a "seed dealer" endorsement. 17 18 9-14.4(3) Bark or Wood Chips 19 This section's title is revised to read: 20 21 Bark or Wood Chip Mulch 22 23 The first paragraph is revised to read: 24 25 Bark or wood chip mulch shall be derived from fir, pine, or hemlock species. It shall not 26 contain resin, tannin, or other compounds in quantities that would be detrimental to 27 plant life. Sawdust shall not be used as mulch. Mulch produced from finished wood 28 products or construction debris will not be allowed. 29 30 9-14.4(6) Gypsum 31 The first sentence is revised to read: 32 33 Gypsum shall consist of Calcium Sulfate (CaSO4 2H20) in a pelletized or granular form. 34 35 9-14.4(7) Tackifier 36 This section is revised to read: 37 38 Tackifiers are used as a tie-down for soil, compost, seed, and/or mulch. Tackifiers shall 39 contain no growth or germination-inhibiting materials and shall not reduce infiltration 40 rates. Tackifiers shall hydrate in water and readily blend with other slurry materials. 41 42 The Contractor shall provide test results documenting the tackifier meets the 43 requirements for Acute Toxicity, Solvents, and Heavy Metals as required in Table 1 in 44 Section 9-14.4(2). The tests shall be performed at the manufacturer's recommended 45 application rate. 46 47 9-14.4(8) Compost 48 The second paragraph is revised to read: 49 50 Compost production and quality shall comply with WAC 173-350, 51 AMENDMENTS TO THE 2614 STANDARD SPECIFICATIONS BOOK Revised: 416115 AM D - 100 1 9-14.4(8)A Compost Submittal Requirements 2 Item 2 is revised to read: 3 4 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the 5 Jurisdictional Health Department in accordance with WAC 173-350 (Minimum 6 Functional Standards for Solid Waste Handling). 7 8 9-14.6(1) Description 9 Item number 3 in the fourth paragraph is revised to read: 10 11 3. Live pole Cuttings shall have a diameter between 2 inches and 3.5 inches. Live 12 poles shall have no more than three branches which must be located at the top end 13 of the pole and those branches shall be pruned back to the first bud from the main 14 stem. 15 16 9-14.6(2) Quality 17 The second and third paragraphs in this section are revised to read: 18 19 All plant material shall comply with State and Federal laws with respect to inspection 20 for plant diseases and insect infestation. Plants must meet Washington State 21 Department of Agriculture plant quarantines and have a certificate of inspection. Plants 22 originating in Canada must be accompanied by a phytosanitary certificate stating the 23 plants meet USDA health requirements. 24 25 All plant material shall be purchased from a nursery licensed to sell plants in their state 26 or province. 27 28 9-15.AP9 29 Section 9-15, Irrigation System 30 August 4, 2014 31 9-15.18 Detectable Marking Tape 32 In the second paragraph, the table is supplemented with the following new row: 33 Non-Potable Water Purple 34 35 36 9-16.AP9 37 Section 9-16, Fence and Guardrail 38 August 4, 2014 39 9-16.2(1)B Wood Fence Posts and Braces 40 In the table, the row beginning with "ACA" is deleted. 41 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 AMD - 101 1 9-29.AP9 2 Section 9-29, Illumination, Signal, Electrical 3 April 6, 2015 4 9-29.1 Conduit, Innerduct, and Outerduct 5 This section is supplemented with the following new subsection: 6 7 9-29.1(9) Repair 8 Manufacturer repair kits shall be used for field repair of existing conduit, Innerduct and 9 outerduct. The conduit repair kit shall be manufactured specifically for the repair of 10 existing damaged conduit, inner duct and outer duct. The repair kit shall be 11 prepackaged and include the split conduit and split couplings necessary to restore the 12 damaged conduit to the original inside dimensions including a water and air tight seal. 13 14 9-29.2(1)B Heavy Duty Junction Boxes 15 The second paragraph is revised to read: 16 17 The Heavy-Duty Junction Box steel frame, lid support and lid fabricated from steel plate 18 and shapes shall be painted with a shop applied, inorganic zinc primer in accordance 19 with Section 6-07.3. Ductile iron and gray iron castings shall not be painted. 20 21 The following new paragraph is inserted after the second paragraph: 22 23 The concrete used in Heavy-Duty Junction Boxes shall have a minimum compressive 24 strength of 4,000 psi. 25 26 In the fourth paragraph (after the preceding Amendment is applied), the table is revised to 27 read: 28 Materials Requirement Concrete Section 6-02 Reinforcing Steel Section 9-07 Lid ASTM A 786 diamond plate steel,rolled from plate complying with ASTM A 572,grade 50 or ASTM A 588,and having a min.CVN toughness of 20 ft-lb at 40 degrees F. Or Ductile iron casting meeting Section 9-05.15 Frame and stiffener plates ASTM A 572 grade 50 or ASTM A 588,both with min.CV N toughness of 20 ft-lb at 40 degrees F Or Gray iron casting meeting Section 9-05.15 Anchors(studs) Section 9-06.15 Threaded Anchors for Gray Iron Frame ASTM F1554 grade 55 Headed Anchor Requirements Bolts, Studs,Nuts, Washers ASTM F 593 or A 193,Type 304 or 316,or Stainless steel grade 302,304,or 316 in accordance with approved shop drawings Hinges and Locking and Latching In accordance with approved shop drawings Mechanism and associated Hardware and Bolts AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 AMD - 102 Safety Bars In accordance with approved shop drawings 1 2 The last paragraph is revised to read: 3 4 The bearing seat and lid perimeter shall be free from burrs, dirt, and other foreign debris 5 that would prevent solid seating. Bolts and nuts shall be liberally coated with anti-seize 6 compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter shall 7 be machined to allow a minimum of 75 percent of the bearing areas to be seated with a 8 tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area 9 percentage will be measured for each side of the lid as it bears on the frame. 10 11 9-29.2(2) Standard Duty and Heavy-Duty Cable Vaults and Pull Boxes 12 This section's title is revised to read: 13 14 Small Cable Vaults, Standard Duty Cable Vaults, Heavy-Duty Cable Vaults, 15 Standard Duty Pull Boxes, and Heavy-Duty Pull Boxes 16 17 In the first paragraph, the first sentence is revised to read. 18 19 Small, Standard Duty and Heavy-Duty Cable Vaults and Standard Duty and Heavy-Duty 20 Pull Boxes shall be constructed as a concrete box and as a concrete lid. 21 22 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 23 This section's title is revised to read: 24 25 Small Cable Vaults, Standard Duty Cable Vaults, and Standard Duty Pull Boxes 26 27 The first paragraph is revised to read: 28 29 Small and Standard Duty Cable Vaults and Standard Duty Pull boxes shall be concrete 30 and have a minimum load rating of 22,500 pounds and be tested in accordance with 31 Section 9-29.2(1)C for Concrete Standard Duty Junction Boxes. 32 33 In the second paragraph, the first sentence is revised to read. 34 35 Concrete for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall 36 have a minimum compressive strength of 4,000 psi. 37 38 In the third paragraph, the first sentence is revised to read: 39 40 All Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes placed in 41 sidewalks, walkways, and shared-use paths shall have slip-resistant surfaces. 42 43 The fourth paragraph (up until the colon) is revised to read: 44 45 Materials for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall 46 conform to the following: 47 48 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 49 This section is supplemented with the following new subsection: 50 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 103 1 9-29.3(3) Wire Marking Sleeves 2 Wire marking sleeves shall be full-circle in design, non-adhesive, printable using an 3 indelible ink and shall fit snugly on the wire or cable. Marking sleeves shall be made 4 from a PVC or polyolefin, and provide permanent identification for wires and cables. 5 6 9-29.3(2)A4 Location Wire 7 This section is revised to read: 8 9 Location wire shall be steel core copper clad minimum size AWG 14 insulated 10 conductor. The insulation shall be orange High Molecular Weight High Density 11 Polyethylene (HMHDPE). 12 13 9-29.16 Vehicular Signal Heads, Displays, and Housing 14 The last sentence of the last paragraph is revised to read: 15 16 A 1-inch-wide strip of yellow retro-reflective, type IV prismatic sheeting, conforming to 17 the requirements of Section 9-28.12, shall be applied around the perimeter of each 18 backplate with the exception of installations where all sections of the display will be dark 19 as part of normal operation such as ramp meters, hawk signals and tunnels. 20 21 9-31.AP9 22 Section 9-31, Elastomeric Bearing Pads 23 August 4, 2014 24 This section's title is revised to read: 25 26 Elastomeric Pads 27 28 9-31.1 Requirements 29 In the first paragraph, the word "bearing" is deleted from the first sentence. 30 31 In the first sentence of the second paragraph, the word "bearing" is deleted and replaced - 32 with "elastomeric". 33 34 In the last sentence of the second paragraph, the word "Bearing" is deleted and replaced 35 with "Elastomeric". 36 37 In the third paragraph, the word "bearing" is deleted and replaced with the word 38 "elastomeric". 39 40 9-32.AP9 41 Section 9-32, Mailbox Support 42 August 4, 2014 43 9-32.7 Type 2 Mailbox Support 44 The first sentence is revised to read: 45 46 Type 2 mailbox supports shall be 2-inch 14-gage steel tube and shall meet the NCHRP 47 350 or the Manual for Assessing Safety Hardware (MASH) crash test criteria. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 AMD - 104 1 2 9-34.AP9 3 Section 9-34, Pavement Marking Material 4 January 5, 2015 5 9-34.2 Paint 6 The second paragraph is revised to read. 7 8 Blue and black paint shall comply with the requirements of yellow paint in Section 9- 9 34.2(4) and Section 9-34.2(5), with the exception that blue and black paints do not need 10 to meet the requirements for titanium dioxide, directional reflectance, and contrast ratio. 11 12 9-34.4 Glass Beads for Pavement Marking Materials 13 In the third paragraph, the table titled "Metal Concentration Limits" is revised to read: 14 Metal Concentration Limits Element Test Method Max.Parts Per Million( m Arsenic EPA 3052 SW-846 6010C 10.0 Barium EPA 3052 SW-846 6010C 100.0 Cadmium EPA 3052 S W-846 6010C 1.0 Chromium EPA 3052 SW-846 6010C 5.0 Lead EPA 3052 SW-846 6010C 50.0 Silver EPA 3052 SW-846 6010C 5.0 Mermy EPA 3052 SW-846 7471B 4.0 15 16 17 9-34.5 Temporary Pavement Marking Tape 18 This section is revised to read: 19 20 Biodegradable tape with paper backing is not allowed. 21 22 This section is supplemented with the following new sub-sections: 23 24 9-34.5(1) Temporary Pavement Marking Tape— Short Duration 25 Temporary pavement marking tape for short duration shall conform to ASTM D4592 26 Type II except that black tape, black mask tape and the black portion of the contrast 27 removable tape, shall be non-reflective. 28 29 9-34.5(2) Temporary Pavement Marking Tape — Long Duration 30 Temporary pavement marking tape for long duration shall conform to ASTM D4592 31 Type I. Temporary pavement marking tape for long duration, except for black tape, 32 shall have a minimum initial coefficient of retroreflective luminance of 200 mcd*m Z'Ix 1 33 when measured in accordance with ASTM E 2832 or ASTM E 2177, Black tape, black 34 mask tape and the black portion of the contrast removable tape, shall be non-reflective. 35 36 9-34.6 Temporary Raised Pavement Markers 37 This section's title is revised to read: 38 39 Temporary Flexible Raised Pavement Markers 40 41 The second paragraph is deleted. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 AMD - 105 1 2 9-35.AP9 3 Section 9-35, Temporary Traffic Control Materials 4 August 4, 2014 5 9-35.0 General Requirements 6 The following item is deleted from the list of temporary traffic control materials: 7 8 Barrier Drums 9 10 The last sentence of the second paragraph is revised to read: 11 12 Certification for crashworthiness according to NCHRP 350 or the Manual for Assessing 13 Safety Hardware (MASH) will be required as described in Section 1-10.2(3). 14 15 9-35.2 Construction Signs 16 The first sentence is revised to read: 17 18 Construction signs shall conform to the requirements of the MUTCD and shall meet the 19 requirements of NCHRP Report 350 for Category 2 devices or MASH. 20 21 9-35.7 Traffic Safety Drums 22 The third paragraph is revised to read: 23 24 Drums and light units shall meet the crashworthiness requirements of NCHRP 350 or 25 MASH as described in Section 1-10.2(3). 26 27 9-35.8 Barrier Drums 28 This section including title is deleted in its entirety and replaced with the following: 29 30 9-35.8 Vacant 31 32 9-35.12 Transportable Attenuator 33 In the first paragraph, the fourth sentence is revised to read: 34 35 The Contractor shall provide certification that the transportable attenuator complies with 36 NCHRP 350 Test level 3 or MASH Test Level 3 requirements. 37 38 9-35.13 Tall Channelizing Devices 39 In the sixth paragraph, the last sentence is revised to read: 40 41 The method of attachment must ensure that the light does not separate from the device 42 upon impact and light units shall meet the crashworthiness requirements of NCHRP 350 43 or MASH as described in Section 1-10.2(3). 44 45 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 AMD - 106 �, i I I SPECIALGENERAL SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2014 Standard Specifications for Road, Bridge, and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision (******) Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regions' date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Project Specific Special Provisions normally appear only in the contract for which they were developed. Traffic Control Signal System/Mullen GSP - 1 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 Division 1 General Requirements DESCRIPTION OF WORK (March 13, 1995) This Contract provides for the improvement of Central Avenue S. Street from Willis Street to the Green River Bridge including new sidewalks and ADA ramp improvements, water main replacement, asphalt roadway repairs, and a full width asphalt overlay, and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. Bid Procedures and Conditions Preparation of Proposal (August 2, 2004) The fifth and sixth paragraphs of Section 1-02.6 are deleted. Control of Material Section 1-06 is supplemented with the following: Buy America (August 6, 2012) 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. Traffic Control Signal System/Mullen GSP - 2 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 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. 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. Legal Relations and Responsibilities to the public Section 1-07 is supplemented with the following: Wages Traffic Control Signal System/Mullen GSP - 3 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 Genera/ Section 1-07.9(1) is supplemented with the following: (January 12, 2015) 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. WA150001. The State rates incorporated in this contract are applicable to all construction activities associated with this contract. Requirements for Nondiscrimination Section 1-07.11 is supplemented with the following: (August 5, 2013) 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 Traffic Control Signal System/Mullen GSP - 4 June 15, 2015 Federal Aid Number: HSIP-0005 (370) Project Number: 14-3004 WA Walla Walla. 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 Counties6.17 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 Traffic Control Signal System/Mullen GSP - 5 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 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 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 -7thStreet, Suite 18-300 San Francisco, CA 94103(415) 625-7800 Phone (415) 625-7799 Fax Additional information may be found at the U.S. Department of Labor website: http://www,dol.gov/ofccp/TAguides/ctaguide.htm 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 10 (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. Traffic Control Signal System/Mullen GSP - 6 June 15, 2015 Federal Aid Number: HSIP-0005 (370) Project Number: 14-3004 (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 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, Traffic Control Signal System/Mullen GSP - 7 June 15, 2015 '... Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 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 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 Traffic Control Signal System/Mullen GSP - 8 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 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., 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. Traffic Control Signal System/Mullen GSP - 9 June 15, 2015 j Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 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. I. 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. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. B. 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. Traffic Control Signal System/Mullen GSP - 10 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 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 37 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 CFR 60-4.8.41 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 Traffic Control Signal System/Mullen GSP - 11 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 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/equalol?portunity/default.htm Federal Agency Inspection Section 1-07.12 is supplemented with the following: (July 30, 2012) Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised May 1, 2012 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 are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273 included in this Contract require that the Contractor insert the FHWA 1273 in each Subcontract, together with the wage rates which are part of the FHWA 1273. Also, a clause shall be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 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 applicable wage rates, and this Special Provision. Traffic Control Signal System/Mullen GSP - 12 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: (April 2, 2007) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Centuryl-ink Comcast Nevie Jake Jerry Steele (253) 372-5368 (253) 288-7532 (425) 761-0471 (cell) (206) 391-1763 (cell) Puget Sound Energy Verizon Anita Yurovchak Brad Landis (253) 476-6304 (425) 201-0901 (425) 766-1740 (cell) Public Liability and Property Damage Insurance Item No. 2 of the first paragraph of Section 1-07.18 is revised to read: (April 1, 2013) 2. Commercial General Liability (CGL) Insurance written under ISO Form CG0001 or its equivalent, with minimum limits of $1,000,000 per occurrence and in the aggregate for each 1-year policy period. This coverage may be any combination of primary, umbrella, or excess liability coverage affording total liability limits of not less than $1,000,000 per occurrence and in the aggregate. Products and completed operations coverage shall be provided for a period of 3 years following Substantial Completion of the Work. Public Convenience and Safety Construction under Traffic Section 1-07.23(1) is supplemented with the following: (January 2, 2012) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. Traffic Control Signal System/Mullen GSP - 13 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 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: RPAtory,"eiguDistance tom `�Pcz�t��Speed,„ `Tiravele�fVi(a�i� (feet); 35 mph or less 10* 40 mph 15 45 to 44 mph 20 60 mph or greater 30 * or 2-feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance (January 5, 2015) Lane closures are subject to the following restrictions: Two lanes shall be maintained for southbound traffic between 2:00 PM and 6:00 PM. Two lanes shall be maintained for northbound traffic between 6:00 AM and 9:00 AM. These restrictions shall apply to the entire project limits. If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. Traffic Control Signal System/Mullen GSP - 14 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 The contractor shall maintain a safe ADA accessible pedestrian facility on at least one side of the roadway that is well marked and free from construction equipment and materials at all times. Lane closures are not allowed on any of the following: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend, and 4. Before 10:00 AM on the day after the holiday or holiday weekend. Prosecution and Progress Subcontracting Section 1-08.1 is supplemented with the following: (October 12, 1998) 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 (Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal-aid Projects (Form 420-004). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all Subcontractors and lower tier Subcontractors shall be available and open to similar inspection or audit for the same time period. Traffic Control Signal System/Mullen GSP - 15 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 Subcontract Completion and Return of Retainage Withheld Section 1-08.1(1) is revised to read: (August 4, 2014) The following procedures shall apply to all subcontracts entered into as a part of this Contract: Requirements 1. The Prime Contractor or Subcontractor shall make payment to the Subcontractor not later than ten days after receipt of payment from the Contracting Agency for work satisfactorily completed by the Subcontractor, to the extent of each Subcontractor's interest therein. 2. Prompt and full payment of retainage from the Prime Contractor to the Subcontractor shall be made within 30 days after Subcontractor's Work is satisfactorily completed. 3. For purposes of this Section, a Subcontractor's work is satisfactorily completed when all task and requirements of the Subcontract have been accomplished and including any required documentation and material testing. 4. Failure by a Prime Contractor or Subcontractor to comply with these requirements may result in one or more of the following: a. Withholding of payments until the Prime Contractor or Subcontractor complies b. Failure to comply shall be reflected in the Prime Contractor's Performance Evaluation c. Cancellation, Termination, or Suspension of the Contract, in whole or in part d. Other sanctions as provided by the subcontract or by law under applicable prompt pay statutes. Conditions This clause does not create a contractual relationship between the Contracting Agency and any Subcontractor as stated in Section 1-08.1. Also, it is not intended to bestow upon any Subcontractor, the status of a third-party beneficiary to the Contract between the Contracting Agency and the Contractor. Payment The Contractor will be solely responsible for any additional costs involved in paying retainage to the Subcontractors. Those costs shall be incidental to the respective Bid Items. Traffic Control Signal System/Mullen GSP - 16 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 Time for Completion Section 1-08.5 is supplemented with the following: (March 13, 1995) This project shall be physically completed within twenty (20) working days. Measurement and Payment Payments Retainage Section 1-09.9(1) content and title is deleted and replaced with the following: (June 27, 2011) Vacant Temporary Traffic Control Traffic Control Management General Section 1-10.2(1) is supplemented with the following: (December 1, 2008) 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 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 Traffic Control Signal System/Mullen GSP - 17 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 Measurement Item Bids With Lump Sum for Incidentals Section 1-10.4(2) is supplemented with the following: (August 2, 2004) The bid proposal does not contain the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(2) shall apply. Traffic Control Signal System/Mullen GSP- 18 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 Division 2 Earthwork Clearing, Grubbing, and Roadside Cleanup Description Section 2-01.1 is supplemented with the following: (March 13, 1995) Clearing and grubbing on this project shall be performed within the following limits: Within the existing right of way. Payment The first and second paragraphs of Section 2-01.5 are revised to read: (January 5, 1998) Payment will be made in accordance with Section 1-04.1 for the following bid items when they are included in the proposal: All costs for clearing and grubbing on this project shall be included in the unit contract price per lump sum. Removal of Structures and Obstructions Description Section 2-02.1 is supplemented with the following: (March 13, 1995) This work shall consist of removing miscellaneous traffic items. Construction Requirements Section 2-02.3 is supplemented with the following: (March 13, 1995) Removing Miscellaneous Traffic Items The following miscellaneous traffic items shall be removed and disposed of: Concrete light standard base Payment Section 2-02.5 is revised by the following: (September 30, 1996) "Removing Miscellaneous Traffic Item", lump sum. Traffic Control Signal System/Mullen GSP - 19 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 Division 8 Miscellaneous Construction Cement Concrete Sidewalks Construction Requirements Section 8-14.3 is supplemented with the following: (April 4, 2011) The Contractor shall request a pre-meeting with the Engineer to be held to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include: 1. The Prime Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2. Project Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb ramp or pedestrian access route Work. Items to be discussed in this meeting shall include, at a minimum, the following: 1. Slopes shown on the Plans. 2. Inspection 3. Traffic control 4. Pedestrian control, access routes and delineation 5. Accommodating utilities 6. Form work 7. Installation of detectable warning surfaces Traffic Control Signal System/Mullen GSP - 20 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 (April 6, 2015) Standard Plans The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 14-046, effective August 4, 2014 is made a part of this contract. The Standard Plans are revised as follows: A-40.20 Plan Title, Bridge Transverse Joint Seals is revised to read: Bridge Paving Joint Seals Note 3, replace the phrase "sawing out" with "saw cutting" Add Note 4. For Details 1, 2, 3, and 4 the item "HMA Sawcut and Seal" shall be used for payment. For Details 5 and 6, the item "Paved Panel Joint Seal" shall be used for payment. For Detail 7, the item "Sealing Existing Longitudinal and Transverse Joint" shall be used for payment. Details 5 and 6, callout "Waterproofing Membrane (Deck Seal)" delete "(Deck Seal)" A-50.10 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C-14a is revised to C-70.10 A-50.20 Sheet 2 of 2, Plan, with Anchored Barrier, reference C-14a is revised to C-70.10 A-50.30 Sheet 2 of 2, Plan (top), reference C-14a is revised to C-70.10 A-60.10 Sheet 2, Section B, callout, WAS-"New Tie Bar — #5 x 30" (IN) Epoxy Coated Reinforcing Bar" is revised to read: "New Tie Bar — #5 x 30" (IN)" B-10.20 and B-10.40 Substitute "step" in lieu of"handhold" on plan B-15.60 Table, Maximum Knockout Size column, 120" Diann., 42" is revised to read; 96" B-25.20 Add Note 7. See Standard Specification Section 8-04 for Curb and Gutter requirements B-55.20 Metal Pipe elevation, title is revised to read; "Metal Pipe and Steel Rib Reinforced Polyethylene Pipe" B-90.40 Offset & Bend details, add the subtitle, "Plan View" above titles Traffic Control Signal System/Mullen GSP - 21 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 C-1 Assembly Detail, Steel Post, (post) callout - was - "W6 x 9 or W6 x 15" is revised to read; "W6x8.5orW6x9orW6x15" C-la General Note 1, first sentence, was - "Type 10 post shall be 6x8 timber or W6x9." Is revised to read; "Type 10 post shall be 6 x 8 timber, or W6 x 9 or W6 x 8.5 steel." C-lb General Note 3, first sentence, was - "W6x9 steel posts and timber blocks are alternates for 6 x 8 timber posts and blocks." Is revised to read; "W6 x 8.5 or W6 x 9 steel posts and timber blocks are alternates for 6 x 8 timber posts and blocks." Sheet 2, steel post detail, dimension, was - "1 1/8" for W6x9" is revised to read;"i 1/8" for W6 x 9 or W6 x 8.5" C-10 General Note 1, first sentence, was - "Length of W8 x 35 and W6 x 9 shall be determined by measurement from top of ground to top of grout pad." Is revised to read; "Length of W8 x 35 and W6 x 8.5 or W6 x 9 shall be determined by measurement from top of ground to top of grout pad." Sheet 1, Post Base Plate Detail, callout, was - "W6 x 9" is revised to read; "W6 x 8.5orW6x9" Sheet 1, Box Culvert Guardrail Steel Post Type 2 detail, callout, was - "W6 x 9 Steel Post" is revised to read;" "W6 x 8.5 or W6 x 9 Steel Post" Sheet 1, Post Anchor Attachment Detail, callout, was - "W6 x 9 - See Note 1" is revised to read; "W6 x 8.5 or W6 x 9 - See Note 1" Sheet 1, Detail A, callout, was - "W6 x 9 Steel Post - See Note 1" is revised to read; "W6 x 8.5 or W6 x 9 Steel Post - See Note 1" Sheet 2, Box Culvert Guardrail Steel Post Type 1, callout, was - "W6 x 9 x 27.5" Steel Post" is revised to read; "W6 x 8.5 x 27.5" (IN) or W6 x 9 x 27.5" (IN) Steel Post" Sheet 2, Detail B, callout, was - "W6 x 9 x 27.5" Steel Post" is revised to read; "W6 x 8.5 x 27.5" (IN) or W6 x 9 x 27.5" (IN) Steel Post" C-16a Note 1, reference C-28.40 is revised to C-20.10 C-16b Note 3, reference C-28.40 is revised to C-20.10 C-20.10 Typical Section - without Curb &Typical Section - with Curb, callout, was - 116 x 8 Timber Post or W6 x 9 Steel Post (See Notes 1 & 5)" is revised to read; "6 x 8 Timber Post, or W6 x 8.5, or W6 x 9 Steel Post (See Notes 1 & 5)" Wood Block, Plan View, callout, was - 116 x 8 Timber Post or W6 x 9 Steel Post (See Notes 1 & 5)" is revised to read; "6 x 8 Timber Post, or W6 x 8.5 or W6 x 9 Steel Post (See Notes 1 & 5)" Isometric View, callout, was - "6 x 8 Timber Post or W6 x 9 Steel Post (Typ.)" is revised to read; "6 x 8 Timber Post, or W6 x 8.5 or W6 x 9 Steel Post (Typ)" Traffic Control Signal System/Mullen GSP - 22 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 Isometric View, callout, was - "W6 x 9 x 6' Long Steel Post (See Notes 1 & 5)" is revised to read; "W6 x 8.5 x 6' (FT) or W6 x 9 x 6' (FT) Long Steel Post (See Notes 1 & 5)" C-20.40 Plan View, Elevation View and Span with Headwall Detail, callout, was - "6 x 8 Timber Post or W6x9 Steel Post (Typ.) (See Note 3)" is revised to read; "6 x 8 Timber Post, or W6 x 8.5 or W6 x 9 Steel Post (Typ.) (See Note 3)" C-20.41 Plan View, Box Culvert Post detail and Section A, callout, was - "W6 x 9 Steel Post" is revised to read; "W6 x 8.5 or W6 x 9 Steel Post" C-20.42 Case 22A-31 (Plan View), callout, was - "6 x 8 Timber Post or W6 x 9 Steel Post (Typ.)" is revised to read; "6 x 8 Timber Post, or W6 x 8.5 or W6 x 9 Steel Post (Typ.)„ C-22.14 Plan, callout, was - "Location of Post (Without Block) - W6 x 9 Steel Post Only" is revised to read; "Location of Post (Without Block) - W6 x 8.5 or W6 x 9 Steel Post Only" Elevation, callout, was - "Location of Post (Without Block) - W6 x 9 Steel Post Only" is revised to read; "Location of Post (Without Block) - W6 x 8.5 or W6 x 9 Steel Post Only" C-22.16 Plan, 2x callout, was - "W6 x 9 Steel Post Only (without Block)" are revised to read; "W6 x 8.5 or W6 x 9 Steel Post Only (without Block)" Elevation, callout, was - "Location of Posts without Blocks - W6 x 9 Steel Posts Only" is revised to read; "Location of Posts without Blocks - W6 x 8.5 or W6 x 9 Steel Posts Only" C-22.41 Note 4, Third sentence, Was - "A maximum flare rate of 25 : 1 or flatter over the length of the terminal is allowed for the SKT-MGS (TL-3)." Is revised to read; "A maximum flare rate of 25 : 1 or flatter over the length of the terminal is allowed for the SKT-MGS (TL-3), with a maximum offset of 7.4" (in) over 50' (ft)." Plan View, dimension callout, was - "(SEE NOTE 5)" is revised to read; "(SEE NOTE 4)„ C-25.18 General Note 6, was - "Posts 1 and 2 are 10 x 10 timber posts or W6 x 15 steel posts: 7' - 6" long. Posts 3 through 9 are 6 x 8 timber posts or W6 x 9 steel posts: 6' - 0" long." Is revised to read; "Posts 1 and 2 are 10 x 10 timber posts or W6 x 15 steel posts: 7' - 6" long. Posts 3 through 9 are 6 x 8 timber posts, or W6 x 8.5 or W6 x 9 steel posts: 6' - 0" long." Traffic Control Signal System/Mullen GSP - 23 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 C-25.20 elevation view, dimension, was - ""W6 x 9 N 6' - 0" Long Steel Post with 6 x 12 Block" is revised to read;"W6 x 8.5 or W6 x 9 - 6' - 0" Long Steel Post with 6 x 12 Block C-25.22 elevation view, dimension, was - ""W6 x 9 - 6' - 0" Long Steel Post with 6 x 12 Block" is revised to read;"W6 x 8.5 or W6 x 9 N 6' - 0" Long Steel Post with 6 x 12 Block" C-25.26 elevation view, dimension, was - ""W6 x 9 - 6' - 0" Long Steel Post with 6 x 12 Block" is revised to read;"W6 x 8.5 or W6 x 9 - 6' - 0" Long Steel Post with 6 x 12 Block" F-10.12 Section Title, was - "Depressed Curb Section" is revised to read: "Depressed Curb and Gutter Section" G-20.10 Multiple Sign Post Installation in Ditch Section, dimension "7' MIN." is revised to read; "3' MIN.", add dimension at third post on the right, add dimension from post and backslope junction vertically to under side of the sign, callout = "7' MIN." G-50.10 Delete - Plan View (bottom center of sheet) Delete - Mounting Bracket and Steel Strap Detail Add Note 5, "5. For signs installed back to back on a single post no bracing is required." G-60.10 Sheet 4, Screen Detail, callout - "drill and Tap for 1/4" diameter Cap Screw - Spacing approx. 9" o.c. ASTM F593, w/S.S. washer Liberally coat the threads with Anti-seize compound (TYP.)" is revised to read: "*Drill and Tap '/4" (IN) Diam. x 1" (IN) Cap Screw with washer N space approx.. 9" o.c. - Liberally coat threads with Anti-seize compound (TYP.)" Add Boxed note: * Bolts, Nuts, and washers - ASTM F593 or A193 Type 304 or Type 316 Stainless Steel (S.S.) G-60.20 Side View, callout, "Anchor Rod - 1-3/4" Diam. x 4'-4" Threaded 8" Min. Each End; W/ 2 Washers & 4 Heavy Hex Nuts - Galvanize Exposed Anchor Rod End for 1'-0" Min." is revised to read; "Anchor Rod - 1-3/4" Diam. x 4'-4" Threaded 8" Min. Each End; W/ 2 Washers & 6 Heavy Hex Nuts - Galvanize Exposed Anchor Rod End for 1'-0" Min." G-60.30 End View, callout, "Anchor Rod - 1-3/4" Diam. x 4'-4" Threaded 8" Min. Each End; W/ 2 Washers & 4 Heavy Hex Nuts - Galvanize Exposed Anchor Rod End for V-0" Min." is revised to read; "Anchor Rod - 1-3/4" Diam. x 4'-4" Threaded 8" Min. Traffic Control Signal System/Mullen GSP - 24 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 Each End; W/ 2 Washers & 6 Heavy Hex Nuts - Galvanize Exposed Anchor Rod End for 1'-0" Min." G-70.10 Sheet 4, Screen Detail, callout - "drill and Tap for diameter Cap Screw - Spacing approx. 9" o.c. ASTM F593, w/S.S. washer Liberally coat the threads with Anti-seize compound (TYP.)" is revised to read: "*Drill and Tap t/4" (IN) Diam. x 1" (IN) Cap Screw with washer N space approx.. 9" o.c. - Liberally coat threads with Anti-seize compound (TYP.)" Add Boxed note: * Bolts, Nuts, and washers N ASTM F593 or A193 Type 304 or Type 316 Stainless Steel (S.S.) H-70.20 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan I- 70.10 is revised to H-70.10 J-3b Sheet 2 of 2, Plan View of Service Cabinet, Boxed Note, "SEE STANDARD PLAN 3- 6C..." is revised to read: "SEE STANDARD PLAN J-10.10..." \ Sheet 2 of 2, Plan View of Service Cabinet Notes, references to Std. Plan 3-9a are revised to 3-60.05 (3 instances). Sheet 2 of 2, "Right Side of Service Cabinet" detail, callout, "1 5/8" x 2 7/16" 12 GA. SLOTTED STEEL CHANNEL BRACKETS (3 REQ'D), EMBED 12"MIN. IN FOUNDATION." Is revised to read: "1-5/8" x 3-1/4", 12 GA. BACK TO BACK SLOTTED STEEL CHANNEL BRACKETS (3 REQ D), EMBED 12 MIN. IN FOUNDATION" J-10.22 Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp - 120/277 volt "T" rated). Is revised to read: "Test Switch (SPDT snap action, positive close 15 amp - 120/277 volt "T" rated)." J-20.11 Sheet 2, Foundation Detail, Elevation, callout - "Type 1 Signal Pole" is revised to read: "Type PS or Type 1 Signal Pole" Sheet 2, Foundation Detail, Elevation, add note below Title, "(Type 1 Signal Pole Shown)" J-22.15 Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0" J-28.50 Section D, callout, was - Backup Strip (ref. to key note 3) is revised to read; "Continuous Backup Strip (ref. to key note 3)" Key Note 3, was — 1/4" Thick, or No thinner than pole wall thickness. Tack weld or seal weld to Base plate. Is revised to read; "1/4" Thick, or No thinner than Pole wall thickness. Tack weld in root or continuous seal weld to Base plate or Pole wall." Traffic Control Signal System/Mullen GSP - 25 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 J-28.70 Detail C, dimension, 2" MAX. is revised to read: 1" MAX. Detail D, dimension, 2" MAX. is revised to read: 1" MAX. J-29.10 Galvanized Welded Wire Mesh detail, callout - "Drill and Tap for 1/4" Diam. Cap Screw, 3 Places, @ 9" center, all 4 edges S.S. Screw, ASTM F593 and washer" 36 Is revised to read; "*Drill and Tap '/4" (IN) Diam. x 1" (IN) Cap Screw with washer - space approx.. 9" o.c. - Liberally coat threads with Anti-seize compound (TYP.)" Add Boxed note: * Bolts, Nuts, and washers - ASTM F593 or A193 Type 304 or Type 316 Stainless Steel (S.S.) J-29.15 Title, `Camera Pole Standard" is revised to read; "Camera Pole Standard Details" J-29-16 Title, "Camera Pole Standard Details" is revised to read; "Camera Pole Details" J-60.14 All references to J-16b (6x) are revised to read; 3-60.11 J-90.10 Section B, callout, "Hardware Mounting Rack N S. S. 1-5/8" Slotted Channel" is revised to read: "Hardware Mounting Rack (Typ.) - Type 304 S. S. 1-5/8" Slotted Channel" J-90.20 Section B, callout, "Hardware Mounting Rack (Typ.) - S. S. 1-5/8" Slotted Channel" is revised to read: "Hardware Mounting Rack (Typ.) N Type 304 S. S. 1- 5/8" Slotted Channel" K-80.10 Sign Installation (Fill Section), dimension, 6' TO 12' MIN. is revised to read: 12' MIN. Sign Installation (Sidewalk and Curb Section), dimension, 6' TO 12' MIN. is revised to read: 12' MIN. Sign Installation (Behind Traffic Barrier Section), Delete dimensions - 6' TO 12' MIN. and 6' MIN. Sign with Supplemental Plaque Installation (Fill Section), dimension, 6' TO 12' MIN. is revised to read: 12' MIN. Sign Installation (Ditch Section), dimension, 6' TO 12' MIN. is revised to read: 12' MIN. Delete dimension - 6' MIN. K-80.30 In the NARROW BASE, END view, the reference to Std. Plan C-8e is revised to Std. Plan K-80.35 Traffic Control Signal System/Mullen GSP - 26 June 15, 2015 Federal Aid Number: HSIP-0005 (370) Project Number: 14-3004 L-20.10 Sheet 1, Type 3 elevation view, callout, was "Knuckled Selvage (Typ.)" located at the top of the fence elevation, is revised to read; "Twisted and Braided (Typ.)" 27 Sheet 2, Type 3, elevation view, callout, was "End or Corner (Brace) Post" is revised to read; "End or Corner Post" Sheet 2, Type 4, elevation view, callout, was "End or Corner (Brace) Post" is revised to read; "End or Corner Post" The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00 ..... 8/7/07 A-30.35-00......10/12/07 A-50.20-01 ..... 9/22/09 A-10.20-00 ..... 10/5/07 A-40.00-00......8/11/09 A-50.30-00 ..... 11/17/08 A-10.30-00 ..... 10/5/07 A-40.10-02......6/2/11 A-50.40-00 ..... 11/17/08 A-20.10-00 ..... 8/31/07 A-40.15-00......8/11/09 A-60.10-02 ..... 6/17/14 A-30.10-00 ..... 11/8/07 A-40.20-02......5/29/13 A-60.20-02 ..... 6/2/11 A-30.15-00 ..... 11/8/07 A-40.50-01......6/2/11 A-60.30-00 ..... 11/8/07 A-30.30-01 ..... 6/16/11 A-50.10-00......11/17/08 A-60.40-00 ..... 8/31/07 B-5.20-01 ....... 6/16/11 B-30.50-01 ......4/26/12 B-75.20-01 ..... 6/10/08 B-5.40-01 ....... 6/16/11 B-30.70-03......4/26/12 B-75.50-01 ..... 6/10/08 B-5.60-01 ....... 6/16/11 B-30.80-00......6/8/06 B-75.60-00 ..... 6/8/06 B-10.20-01 ..... 2/7/12 B-30.90-01......9/20/07 B-80.20-00 ..... 6/8/06 B-10.40-00 ..... 6/1/06 B-35.20-00......6/8/06 B-80.40-00 ..... 6/1/06 B-10.60-00 ..... 6/8/06 B-35.40-00......6/8/06 B-82.20-00 ..... 6/1/06 B-15.20-01 ..... 2/7/12 B-40.20-00......6/1/06 B-85.10-01 ..... 6/10/08 B-15.40-01 ..... 2/7/12 B-40.40-01......6/16/10 B-85.20-00 ..... 6/1/06 B-15.60-01 ..... 2/7/12 B-45.20-00......6/1/06 B-85.30-00 ..... 6/1/06 B-20.20-02 ..... 3/16/12 B-45.40-00......6/1/06 B-85.40-00 ..... 6/8/06 B-20.40-03 ..... 3/16/12 B-50.20-00......6/1/06 B-85.50-01 ..... 6/10/08 B-20.60-03 ..... 3/15/12 B-55.20-00......6/1/06 B-90.10-00 ..... 6/8/06 B-25.20-01 ..... 3/15/12 B-60.20-00......6/8/06 B-90.20-00 ..... 6/8/06 B-25.60-00 ..... 6/1/06 B-60.40-00......6/1/06 B-90.30-00 ..... 6/8/06 B-30.10-01 ..... 4/26/12 B-65.20-01......4/26/12 B-90.40-00 ..... 6/8/06 B-30.20-02 ..... 4/26/12 B-65.40-00......6/1/06 B-90.S0-00 ..... 6/8/06 B-30.30-01 ..... 4/26/12 B-70.20-00......6/1/06 B-9S.20-01 ..... 2/3/09 B-30.40-01 ..... 4/26/12 B-70.60-00......6/1/06 B-95.40-00 ..... 6/8/06 C-1 ................ 6/16/11 C-6.................5/30/97 C-23.60-03 ..... 6/11/14 C-la .............. 10/14/09 C-6a ...............10/14/09 C.24.10-01...... 6/11/14 C-1b .............. 6/16/11 C-6c ...............1/6/00 C-2S.18-04 ..... 6/11/14 C-lc............... 5/30/97 C-6d ...............5/30/97 C-2S.20-05 ..... 7/2/12 C-id .............. 10/31/03 C-6f................7/25/97 C-25.22-04 ..... 7/2/12 C-2 ................ 1/6/00 C-7.................6/16/11 C-25.26-02 ..... 7/2/12 C-2a .............. 6/21/06 C-7a ...............6/16/11 C-25.80-03 ..... 6/11/14 C-2b .............. 6/21/06 C-8.................2/10/09 C-40.14-02 ..... 7/2/12 C-2c............... 6/21/06 C-8a ...............7/25/97 C-40.16-02 ..... 7/2/12 C-2d .............. 6/21/06 C-8b...............6/27/11 C-40.18-02 ..... 7/2/12 C-2e .............. 6/21/06 C-8e ...............2/21/07 C-70.10-01 ..... 6/17/14 C-2f............... 3/14/97 C-8f................6/30/04 C-75.10-01 ..... 6/11/14 C-2g .............. 7/27/01 C-10 ...............6/3/10 C-75.20-01 ..... 6/11/14 C-2h .............. 3/28/97 C-16a .............6/3/10 C-75.30-01 ..... 6/11/14 C-2i ............... 3/28/97 C-16b .............6/3/10 C-80.10-01 ..... 6/11/14 Traffic Control Signal System/Mullen GSP - 27 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 '', C-2j ............... 6/12/98 C-20.10-02......6/11/14 C-80.20-01 ..... 6/11/14 C-2k .............. 7/27/01 C-20.14-03......6/11/14 C-80.30-01 ..... 6/11/14 C-2n .............. 7/27/01 C-20.15-02......6/11/14 C-80.40-01 ..... 6/11/14 C-2o .............. 7/13/01 C-20.18-02......6/11/14 C-80.50-00 ..... 4/8/12 C-2p .............. 10/31/03 C-20.19-02......6/11/14 C-85.10-00 ..... 4/8/12 C-3 ................ 7/2/12 C-20.40-04......6/11/14 C-85.11-00 ..... 4/8/12 C-20.41-00......6/30/14 C-3a .............. 10/4/05 C-20.42-04......6/11/14 C-85.14-01 ..... 6/11/14 C-3b .............. 6/27/11 C-20.45.01 ......7/2/12 C-85.15-01 ..... 6/30/14 C-3c............... 6/27/11 C-22.14-03......6/11/14 C-85.16-01 ..... 6/17/14 C-4b .............. 6/8/06 C-22.16-04......6/11/14 C-85-18-01 ..... 6/11/14 C-4e .............. 2/20/03 C-22.40-04......10/23/14 C-85.20-01 ..... 6/11/14 C-22.41-01......10/23/14 C-4f............... 7/2/12 C-22.45.01 ......10/23/11 C-90.10-00 ..... 7/3/08 D-2.04-00........11/10/05 D-2.48-00........11/10/05 D-3.17-01 ....... 5/17/12 D-2.06-01........1/6/09 D-2.64-01........1/6/09 D-4 ................ 12/11/98 D-2.08-00........11/10/05 D-2.66-00........11/10/05 D-6 ................ 6/19/98 D-2.14-00........11/10/05 D-2.68-00........11/10/05 D-10.10-01 ..... 12/2/08 D-2.16-00........11/10/05 D-2.80-00........11/10/05 D-10.15-01 ..... 12/2/08 D-2.18-00........11/10/05 D-2.82-00........11/10/05 D-10.20-00 ..... 7/8/08 D-2.20-00........11/10/05 D-2.84-00........11/10/05 D-10.25-00 ..... 7/8/08 D-2.32-00........11/10/05 D-2.86-00........11/10/05 D-10.30-00 ..... 7/8/08 D-2.34-01........1/6/09 D-2.88-00........11/10/05 D-10.35-00 ..... 7/8/08 D-2.36-03........6/11/14 D-2.92-00........11/10/05 D-10.40-01 ..... 12/2/08 D-2.42-00........11/10/05 D-3.09-00........5/17/12 D-10.45-01 ..... 12/2/08 D-2.44-00........11/10/05 D-3.10-01 .......5/29/13 D-15.10-01 ..... 12/2/08 D-2.60-00........11/10/05 D-3.11-03 .......6/11/14 D-15.20-02 ..... 6/2/11 D-2.62-00........11/10/05 D-3.15-02 .......6/10/13 D-15.30-01 ..... 12/02/08 D-2.46-01........6/11/14 D-3.16-02 .......5/29/13 E-1 ................ 2/21/07 E-4.................8/27/03 E-2 ................ 5/29/98 E-4a ...............8/27/03 F-10.12-03 ..... 6/11/14 F-10.62-02 ......4/22/14 F-40.15-02...... 6/20/13 F-10.16-00 ..... 12/20/06 F-10.64-03 ......4/22/14 F-40.16-02...... 6/20/13 F-10.18-00 ..... 6/27/11 F-30.10-03 ......6/11/14 F-45.10-01...... 6/21/12 F-10.40-02 ..... 6/21/12 F-40.12-02 ......6/20/13 F-80.10-03...... 6/11/14 F-10.42-00 ..... 1/23/07 F-40.14-02 ......6/20/13 G-10.10-00..... 9/20/07 G-24.60-03......6/17/14 G-70.20-02 ..... 6/10/13 G-20.10-01 ..... 6/11/14 G-25.10-04......6/10/13 G-70.30-02 ..... 6/10/13 G-22.10-02..... 6/17/14 G-30.10-03......6/17/14 G-90.10-01 ..... 5/11/11 G-24.10-00..... 11/8/07 G-50.10-01......6/20/13 G-90.20-02 ..... 3/22/13 G-24.20-01 ..... 2/7/12 G-60.10-02......6/10/13 G-90.30-02 ..... 3/22/13 G-24.30-01 ..... 2/7/12 G-60.20-01......6/27/11 G-90.40-01 ..... 10/14/09 G-24.40-04..... 6/17/14 G-60.30-01......6/27/11 G-95.10-01 ..... 6/2/11 G-24.50-03..... 6/17/14 G-70.10-02......6/10/13 G-95.20-02 ..... 6/2/11 G-9 5.30-02 ..... 6/2/11 H-1b.10-00 ..... 7/3/08 H-32.10-00......9/20/07 H-70.10-01 ..... 2/7/12 H-10.15-00 ..... 7/3/08 H-60.10-01......7/3/08 H-70.20-01 ..... 2/16/12 H-30.10-00 ..... 10/12/07 H-60.20-01......7/3/08 H-70.30-02 ..... 2/7/12 I-10.10-01...... 8/11/09 I-30.20-00.......9/20/07 I-40.20-00 ...... 9/20/07 I-30.10-02...... 3/22/13 I-30.30-01.......6/10/13 I-50.20-01 ...... 6/10/13 I-30.15-02...... 3/22/13 I-30.40-01.......6/10/13 I-60.10-01 ...... 6/10/13 Traffic Control Signal System/Mullen GSP - 28 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 I-30.16-00...... 3/22/13 I-30.60-00.......5/29/13 I-60.20-01 ...... 6/10/13 I-30.17-00...... 3/22/13 I-40.10-00.......9/20/07 I-80.10-01 ...... 8/11/09 J-3................. 8/1/97 J-26.15-01 ......5/17/12 J-40.40-00 ...... 5/20/13 J-26.20-00 ......6/11/14 J-3b ............... 3/4/05 J-27.10-00 ......3/15/12 J-50.10-00 ...... 6/3/11 J-3c ............... 6/24/02 J-27.15-00 ......3/15/12 J-50.11-00 ...... 6/3/11 J-10 ............... 7/18/97 J-28.10-01 ......5/11/11 J-50.12-00 ...... 6/3/11 J-10.10-02...... 6/11/14 J-28.22-00 ......8/07/07 J-50.15-00 ...... 6/3/11 J-10.15-01...... 6/11/14 J-28.24-00 ......8/07/07 J-50.16-01 ...... 3/22/13 J-10.22-00...... 5/29/13 J-28.26-01 ......12/02/08 J-50.20-00 ...... 6/3/11 J-15.10-01...... 6/11/14 J-28.30-03 ......6/11/14 J-50.25-00 ...... 6/3/11 J-15.15-01...... 6/11/14 J-28.40-02 ......6/11/14 J-S0.30-00 ...... 6/3/11 J-28.42-01 ......6/11/14 J-60.05-00 ...... 6/16/11 J-28.43-00 ......6-11/14 J-28.45-02 ......6/11/14 J-60.11-00 ...... 5/20/13 J-20.10-03...... 6/30/14 J-28.50-02 ......6/2/11 J-60.12-00 ...... 5/20/13 J-20.11-02...... 6/30/14 J-28.60-01 ......6/2/11 J-60.13-00 ...... 6/16/10 J-20.15-03...... 6/30/14 J-28.70-01 ......5/11/11 J-60.14-00 ...... 6/16/10 J-20.16-02...... 6/30/14 J-29.10-00 ......6/27/11 J-75.10-01 ...... 5/11/11 J-20.20-02...... 5/20/13 J-29.15-00 ......6/27/11 J-75.20-00 ...... 2/10/09 3-20.26-01...... 7/12/12 J-29.16-01 ......6/20/13 J-75.30-01 ...... 5/11/11 J-21.10-04...... 6/30/14 J-40.10-03 ......5/20/13 J-75.40-01 ...... 6/11/14 1-75.41-00 ...... 6/11/14 J-21.15-01...... 6/10/13 J-40.20-02 ......6/11/14 J-75.45-01 ...... 6/11/14 J-21.16-01...... 6/10/13 J-40.30-03 ......5/20/13 J-90.10-01 ...... 6/27/11 J-21.17-01...... 6/10/13 J-40.35-01 ......5/29/13 J-90.20-01 ...... 6/27/11 J-21.20-01...... 6/10/13 J-40.36-01 ......S/20/13 J-90.21-00 ...... 6/30/14 J-22.15-01...... 6/10/13 J-40.37-01 ......5/20/13 J-22.16-02...... 6/10/13 J-40.38-01 ......5/20/13 J-26.10-02...... 3/15/12 J-40.39-00 ......5/20/13 K-70.20-00 ..... 2/15/07 K-80.10-00 ...,. 2/21/07 -- K-80.20-00 ..... 12/20/06 K-8 0.3 0-0 0 ..... 2/21/07 K-80.35-00 ..... 2/21/07 K-80.37-00 ..... 2/21/07 L-10.10-02...... 6/21/12 L-40.10-02 ......6/21/12 L-70.10-01...... 5/21/08 L-20.10-02...... 6/21/12 L-40.15-01 ......6/16/11 L-70.20-01...... 5/21/08 L-30.10-02...... 6/11/14 L-40.20-02 ......6/21/12 M-1.20-03 ...... 6/24/14 M-9.60-00 .......2/10/09 M-40.10-03 ..... 6/24/14 M-1.40-02 ...... 6/3/11 M-11.10-01 .....1/30/07 M-40.20-00 ..... 10/12/07 M-1.60-02 ...... 6/3/11 M-15.10-01 .....2/6/07 M-40.30-00 ..... 9/20/07 M-1.80-03 ...... 6/3/11 M-17.10-02 .....7/3/08 M-40.40-00 ..... 9/20/07 M-2.20-02 ...... 6/3/11 M-20.10-02 .....6/3/11 M-40.50-00 ..... 9/20/07 M-3.10-03 ...... 6/3/11 M-20.20-01 .....1/30/07 M-40.60-00 ..... 9/20/07 M-3.20-02 ...... 6/3/11 M-20.30-02 .....10/14/09 M-60.10-01 ..... 6/3/11 M-3.30-03 ...... 6/3/11 M-20.40-03 .....6/24/14 M-60.20-02 ..... 6/27/11 M-3.40-03 ...... 6/3/11 M-20.50-02 .....6/3/11 M-65.10-02 ..... 5/11/11 M-3.50-02 ...... 6/3/11 M-24.20-01 .....5/31/06 M-80.10-01 ..... 6/3/11 M-5.10-02 ...... 6/3/11 M-24.40-01 .....5/31/06 M-80.20-00 ..... 6/10/08 M-7.50-01 ...... 1/30/07 M-24.50-00 .....6/16/11 M-80.30-00 ..... 6/10/08 M-9.50-02 ...... 6/24/14 M-24.60-04 .....6/24/14 Traffic Control Signal System/Mullen GSP - 29 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 i SPECIALAPWA GENERAL PROVISIONS INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2014 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) Also incorporated into the Contract Documents by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition The current edition of the "National Electrical Code." City of Kent Design and Construction Standards, 2009 Contractor shall obtain copies of these publications, at Contractor's own expense. 1-01.3 Definitions (March 8, 2013 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Traffic Control Signal System/Mullen � Federal Aid Number: HSIP-0005 (370) Project Number: 14-3004 APWA - 1 Tune 15, 2015 I Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State" "Department of Transportation'; "Washington State Transportation Commission", "Co,mmission; "Secretary of Transportation", "Secretary", Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". All references to "final contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency. Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APwA - 2 June 15, 2015 The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in j 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. i, 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. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 3 June 15, 2015 1-02.1 Qualifications of Bidder (January 24, 2071 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Basis of Distribution Sets Contract Provisions 5 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. 1-02.5 Proposal Forms (June 27, 2071 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 4 June 15, 2015 i, 1-02.6 Preparation of Proposal (June 27, 2017 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.7 Bid Deposit (March B, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. '.. Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 5 June 15, 2015 If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (August 15, 2012 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. If the project has FHWA funding and requires DBE Written Confirmation Documents or Good Faith Effort Documentation, then to be considered responsive, the Bidder shall submit with their Bid Proposal, written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272-056A EF, as required by Section 1-02.6. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. 1-02.13 Irregular Proposals (March 73, 2012 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required,- b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; C. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 6 June 15, 2015 j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or I. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1-02.14 Disqualification of Bidders (March 3, 2013 APWA GSP, Option A) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. As evidence that the Bidder meets the mandatory bidder responsibility criteria, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. The Contracting Agency also reserves the right to obtain information from third parties concerning a Bidder's compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency, The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. 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: Traffic Control signal System/Mullen j Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 7 June 15, 2015 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03.1 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. 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 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APwA - 8 June 15,2015 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 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (December 8, 2074 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency-furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 9 June 15,2015 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. City of Kent Design and Construction Standards 2009 and S. WSDOT Standard Plans for Road Bridge, and Municipal Construction. 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 and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 10 June 15, 2015 j No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11 (1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11 (2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 11 June 15, 2015 Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11 (3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 12 3une 15, 2015 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) j Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as a-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. Add the following new section: 1-05.17 Oral Agreements (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-07.1 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. Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 13 June 15, 2015 � I The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 State Taxes Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2017 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract- related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 14 June 15, 2015 to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. 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). Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 ) APWA - 15 June 15, 2015 1-07.11 Requirements for Nondiscrimination (December 8, 2074 APWA GSP, Option A) Supplement this section with the following: Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 apply to this Contract. As such, the requirements of this Contract are to make affirmative efforts to solicit DBEs, provide information on who submitted a Bid or quote and to report DBE participation quarterly as described elsewhere in these Contract Provisions. No preference will be included in the evaluation of Bids/Proposals, no minimum level of DBE participation shall be required as a Condition of Award and Bids/Proposals may not be rejected or considered non- responsive on that basis. DBE Goals No DBE goals have been assigned as part of this Contract. Affirmative Efforts to Solicit DBE Participation DBE firms shall have an equal opportunity to compete for subcontracts in which the Contractor enters into pursuant to this Contract. Contractors are encouraged to: 1. Advertise opportunities for Subcontractors or suppliers in a timely and reasonably designed manner to provide notice of the opportunity to DBEs capable of performing the Work. All advertisements should include a Contract Provision encouraging participation by DBE firms. This may be accomplished through general advertisements (e.g. newspapers, journals, etc.) or by soliciting Bids/Proposals directly from DBEs. Note: A Directory of Certified DBE Firms denoting the Description of Work the DBE Contractors are certified to perform is available at: www.omwbe,wa.gov/certification/index.shtml. The directory provides a plain language on the Description of Work that the listed DBE's have been certified by the Office of Minority and Women's Business Enterprises (OMWBE) to perform. 2. Establish delivery schedules that encourage participation by DBEs and other small businesses. 3. Participate with a DBE as a joint venture. Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 16 June 15, 2015 DBE Eligibility/Selection of DBEs for Reporting Purposes Only Contractors may take credit for DBEs utilized on this Contract only if the firm is certified for the Work being performed. Absent a mandatory goal, all DBE participation that is attained on this project will be considered as "race neutral" participation and shall be reported as such. Crediting DBE Participation for Reporting Purposes Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces shall be credited. DBE Prime Contractor A DBE Prime Contractor may 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. DBE Subcontractor When a DBE firm participates as a Subcontractor, only that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces shall be credited. • Include the cost of supplies and materials obtained by the DBE for the Work in the Contract including supplies purchased or equipment leased by the DBE. However, you may not take credit supplies, materials, and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliate. In addition, Work performed by a DBE, utilizing resources of the Prime Contractor or its affiliates shall not be credited. • In very rare situations, a DBE firm may utilize equipment and/or personnel from a non-DBE firm other than the Prime Contractor or its affiliates. Should this situation arise the arrangement must be short-term and have prior written approval from the Office of Equal Opportunity (OEO). The arrangement must not impact a DBE firm's ability to perform a Commercially Useful Function (CUF). • Count the entire value of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, managerial services, or for providing bonds or insurance. Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) !, Project Number: 14-3004 APWA - 17 rune 15, 2015 • When a DBE subcontracts to another firm, the value of the subcontracted Work may be counted as participation only if the DBE's lower tier Subcontractor is also a DBE. • When non-DBE Subcontractor further subcontracts to a lower-tier Subcontractor or supplier who is a certified DBE, then that portion of the Work further subcontracted may be credited as DBE participation, so long as it is a distinct clearly defined portion of the Work that the DBE is performing with its own forces. • If a firm is not certified as a DBE at the time of the execution of the contract, their participation cannot be counted toward any DBE goals. Trucking Use the following factors in determining DBE credit and whether a DBE trucking company is performing a Commercially Useful Function (CUF): 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which credit is being claimed. 2. The DBE must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the Contract. 3. The DBE receives credit only 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. For purposes of this requirement a lease must indicate that the DBE has exclusive use of and control over the truck. 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 first priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 4. The DBE may lease trucks from another DBE firm including an owner-operator provided they are certified as a DBE for trucking. The DBE who leases trucks from another DBE may claim participation for the total value of the transportation services the lessee DBE provides on the Contract. 5. The DBE may also lease trucks from a non-DBE firm and may enter into an agreement with an owner-operator who is a non- DBE. The DBE shall only receive credit for the number of additional non-DBE trucks equal or less than the number of DBE trucks the firms owns or has leased/subcontracted through another DBE trucking company. The DBE must control the work of the non-DBE trucks. If the non-DBE is performing the Work Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 18 June 15, 2015 without supervision of that Work by the DBE, the DBE is not performing a Commercially Useful Function (CUF). 6. In any lease or owner-operator situation, as described in requirement #4 and #5 above, the following rules shall apply: a. A written lease/rental agreement is required for all trucks leased or rented; documenting the ownership and the terms of the agreement. The agreements must be submitted and approved by the Contracting Agency prior to the beginning of the Work. The agreement must show the leaser's name, truck description and agreed upon amount and method of payment (hour, ton, or per load). All lease agreements shall be for a long-term relationship, rather than for the individual project. (This requirement does not apply to owner-operator arrangements.) b. Only the vehicle, (not the operator) may be leased or rented. (This requirement does not apply to owner- operator arrangements.) 7. Credit may only be claimed for DBE trucking firms operating under a subcontract or a written agreement approved by the Contracting Agency prior to performing Work. Expenditures paid to other DBEs Expenditures paid to other DBEs for materials or supplies may be counted toward DBE goals as provided in the following: Manufacturer You may claim DBE credit for 100 percent of value of the materials or supplies obtained from a DBE manufacturer. A manufacturer is a 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 manufacturer shall include firms that produce finished goods or products from raw or unfinished material or that purchases and substantially alters goods and materials to make them suitable for construction use before reselling them. In order to receive credit as a DBE Manufacturer, the firm must be certified by OMWBE as a manufacturer in a NAICS code that falls within the 31XXXX to 33XXXX classification. Regular Dealer You may claim credit for 60 percent of the value of the materials or supplies purchased from a DBE regular dealer. Rules applicable to regular dealer status are contained in 49 CFR Part 26.55.e.2. Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 19 June 15, 2015 To be considered a regular dealer you must meet the following criteria: 1. WSDOT considers and recognizes a regular dealer, as a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of the Contract and described by the specifications of the Contract are bought, kept in stock and regularly sold or leased to the public in the usual course of business. 2. Sixty percent (60%) of the cost of materials or supplies purchased from an approved regular dealer may be credited as DBE participation. Regular dealer status is granted on a contract-by-contract basis. A firm wishing to be approved as a regular dealer for WSDOT contracted projects or Highways & Local Program administered projects must submit a request in writing to the OEO no later than seven days prior to bid opening. Once the OEO has received the request, an onsite review will be set up with the firm and a review conducted to determine the firm's qualifications. If it is determined that the firm qualifies as a regular dealer the OEO will list the firm on an approved regular dealers List. The list may be accessed through the OEO Home website is at: www.wsdot.wa.gov/egualopportunity Note: Requests to be listed as a regular dealer will only be processed if the requesting firm is certified by the Office of Minority and Women's Business Enterprises in a NAICS code that fall within the 42XXXX NAICS Wholesale code section. Materials or Supplies Purchased from a DBE With regard to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer you may claim credit for the following: 1. Fees or commissions charged for assistance in the procurement of the materials and supplies. 2. Fees or transportation charges for the delivery of materials or supplies. In either case, you may not take credit for any part of the cost of the materials and supplies. Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: -14-3004 APWA - 20 June 15, 2015 Joint Checking Allowance Prime Contractors and DBEs must receive pre-approval by the OEO before using a joint check. Joint check requests shall be submitted, by the Prime Contractor to the Contracting Agency for approval. When requesting approval for use of a joint checking allowance, the Contractor must distribute a written joint check agreement among the parties (including the suppliers involved) providing full and prompt disclosure of the expected use of the joint checks. The agreement shall contain all the information concerning the parties' obligations and consequences or remedies if the agreement is not fulfilled or a breach occurs. The joint check request shall be submitted to the Contracting Agency for approval prior to signing the Contract agreement. The following are some general conditions that must be met by all parties regarding joint check use: a. It is understood the Prime Contractor acts as the guarantor of a joint check. b. The DBE's own funds are used to pay supplier of materials. The Prime Contractor does not make direct payment to supplier. In order to be performing a Commercially Useful Function (CUF), the DBE must release the check to the supplier (paying for the materials it-self and not be an extra participant in a transaction). c. If the Prime Contractor makes joint checks available to one DBE Subcontractor, the service must be made available to all Subcontractors (DBE and non-DBE). d. The relationship between the DBE and its suppliers should be established independently of and without interference by the Prime Contractor. The DBE has final decision-making responsibility concerning the procurement of materials and supplies, including which supplier to use. e. The Prime Contractor and DBE shall be able to provide receipts, invoices, cancelled checks and/or certification statements of payment if requested by the Contracting Agency. f. The DBE remains responsible for all other elements of 49 CFR 26.55(c) (1). Failure by the Prime Contractor to request and to receive prior approval of a joint check arrangement will result in the joint check amount not counting towards the Prime Contractor's DBE goal. Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 21 June 15, 2015 Commercially Useful Function (CUF) In any case, you may only take credit when the associated DBE that is determined to be performing a Commercially Useful Function (CUF). • A DBE performs a CUF when it is responsible for execution of a distinct element of Work and is carrying out its responsibilities by performing, managing and supervising the Work involved. The DBE must also be responsible with respect to materials and supplies used on the Contract. For example; negotiating price, determining quality, determining quantities, ordering, installing (if applicable) and paying for the material itself. • A 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 funds are passed. Procedures Between Award and Execution After award and prior to Execution of the Contract, the successful Bidder shall provide additional information as described below. Failure to comply may result in the forfeiture of the Bidder's Proposal bond or deposit. A list of all firms who submitted a Bid or quote in an attempt to participate in this project whether they were successful or not. Include the correct business name, federal employer identification number (optional) and a mailing address. The firms identified by the Prime Contractor may be contacted by Contracting Agency to solicit general information as follows: 1. Age of the firm. 2. Average of its gross annual receipts over the past three years. Procedures after Execution Reporting Quarterly Report of Amounts Credited as DBE Participation Form #422-102 The Prime Contractor shall submit a Quarterly Report of Amounts Credited as DBE Participation form (422-102 EF) on a quarterly basis for any calendar quarter in which DBE Work is accomplished or upon completion of the project, as appropriate. This is a record of payments to the DBE that the Prime Contractor is taking credit for as DBE participation. The dollars reported as specified in Crediting DBE Participation for Reporting Purposes section of this contract provision. In the event that the payments to a DBE have been made by an entity other than the Prime Contractor (as in the case of a lower- Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 22 June 15, 2015 tier Subcontractor or supplier), then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency. Payment Compensation for all costs associated with complying with the conditions of this specification shall be included in payment for the associated Contract items of Work. Prompt Payment Prompt payment to all Subcontractors shall be in accordance with Section 1-08.1(1) of the Contract Provisions. Damages for Noncompliance The Prime Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. The Prime Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of Contracts, which contain funding assistance from the United States Department of Transportation. Failure by the Prime 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. (July 1, 2013) Small Business Enterprise Participation The Small Business Enterprise (SBE) Program is an element of the Disadvantaged Business Enterprise (DBE) Program in accordance with the requirements of 49 CFR Part 26.39. As such, the requirements of this contract establish affirmative efforts to utilize SBE certified firms on construction projects. No preference will be included in the evaluation of Bids/Proposals. No minimum level of SBE participation shall be required as a Condition of Award and Bids/Proposals may not be rejected or considered non-responsive on that basis. Voluntary SBE Goals A voluntary goal amount of ten percent of the Contract bid amount is established. The goal is voluntary, but achievement of the goal is encouraged. No preference will be included in the evaluation of bids/proposals. Bidders may contact the Washington State Office of Minority and Women's Business Enterprises (OMWBE) at 360-664-9750 or visit www.omwbe.wa.gov to obtain information on certified SBE firms. Required SBE Participation Plan The Contractor shall submit a SBE Participation Plan prior to commencing contract work. Although the goal is voluntary, the outreach efforts to provide SBE maximum practicable opportunities are not. Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 23 June 15, 2015 For SBE Participation Plan Drafting Guidelines, please visit: www.wsdot.wa.aov/egualopportun ity. Definitions Regardless of race or gender, a SBE is one certified by OMWBE as such, where the firm's: • Three year averaged gross receipts are less than $22.41 million dollars, with smaller industry standards applicable • Is at least 51% owned and controlled by an individual or individuals with a personal net worth less than $1.32 million dollars • A Micro Small Business Enterprise is a firm certified as an SBE with average gross receipts for three years less than one million dollars 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 24, 2017 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 24 ]une 15, 2015 l D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subContractors' insurance coverage shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self- insurance, or insurance pool coverage. F. The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. j I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. 1 All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. Traffic Control Signal System/Mullen Federal Aid Number: HSIP-0005 (370) Project Number: 14-3004 APWA - 25 ]une 15, 2015 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1-O7.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises/Operations Liability Products/Completed Operations - for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 26 ]une 15, 2015 i I $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1-07.18(5)B Automobile Liability Automobile Liability for owned, non-owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1-07.18(5)F Excess or Umbrella Liability (May 90, 2006 APWA GSP) The Contractor shall provide Excess or Umbrella Liability coverage at limits of 2 million per occurrence and annual aggregate. This excess or umbrella liability coverage shall apply, at a minimum, to both the Commercial General and Auto insurance policy coverage. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverage, or any combination thereof. 1-07.24 Rights of Way (October 9, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. i Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 27 June 15,2015 J rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) - Project Number: 14-3004 APWA - 28 June 15, 2015 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1-08.1 Subcontracting (December 8, 2014 APWA GSP) Revise the eighth paragraph to read: On all projects funded with federal assistance the Contractor shall submit "Quarterly Report of Amounts Credited as DBE Participation" (form 422-102 EF) on a quarterly basis, in which DBE Work is accomplished, for every quarter in which the Contract is active or upon completion of the project, as appropriate. The quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters. 1-08.4 Prosecution of Work Delete this section in its entirety, and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 APWA GSP) Notice to Proceed will be given after the Contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within five days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 29 June 15, 2015 1-08.5 Time for Completion (August 14, 2013 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved 'Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. Property owner releases per Section 1-07.24 Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 30 June 15, 2015 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. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. I The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 31 Iune 15, 2015 Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09.9 Payments (March 13, 2012 APWA GSP) Supplement this section with the following: Lump sum item breakdowns are not required when the bid price for the lump sum item is less than $20,000. 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 APWA - 32 ]une 15, 2015 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. Traffic Control Signal System/Mullen Federal Aid Number: HSIP-000S (370) '... Project Number: 14-3004 APWA - 33 June 15, 2015 i Client#:141422 WESTCOAS55 ACORD. CERTIFICATE OF LIABILITY INSURANCE DA 712912 orvrvv) 29/20 01 5 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(les)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAM ACT Sue Martin Propel Insurance ,�,HONa Ex1:800 499.0933 FAXxo.866.577.1326 Tacoma Commercial Insurance aLogE$9, sm@propelinsurance.com 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC# Tacoma,WA 98402 INSURERA:Ohio Security Insurance Company 24082 INSURED INSURER B:Ohio Casualty Insurance Company 24074 West Coast Signal, Inc. INSURER C_ 20111 208th Ave SE INSURER D: _. Renton,WA 98058 INSURER E: I INSURER F: '. - REVISION NUMBER: COVERAGES . CERTIFICATE NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTHE INSURED NAMEDABOVE FORTHE POLICYPERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR %DDL'UB POLICYEFF POMcyy EESXP LIMITS LTR TYPE OF INSURANCE $R yyA POLICYNUMBER _ (MM/DD/YYYYI (MMfDDIYYVY)_ _ -- A — GENERALLIABILITY X X BKS55820397 11107/2014 11/07/2015 EACH OCCURRENCE $1 000,000___ Dpqq,�N}}ppGE TO ELATED X COMMERCIALGENERAL LIABILITY - PREMISES _eENTEcnoo- §7 OOO OOO CLAIMS-MADE FXIOGCUR MED UP(Any one person) $15000 PERSONAL&ADV INJURY $1000,000 l GENERALAGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPlOPAGG $2000,000 POLICY X PRO- __ LOC __ __ $ BCOMBINED SINGLE LIMB AUTOMOBILE LIABILITY x x BAS55820397 11107/207411107/201 Esendaam $1000,000 X ANY AUTO BODILY INJURY(Per peson) S ALL OWNED SCHEO ULED BODILY INJURY(Per.cddent) § AUTOS NON-OWNED PROPERTY DAMAGE $ X HIREDAUT09 X AUTOS er m $ B �( UMBRELLA LIAB X. OCCUR X X US055820397 11/07/2014111071201 EACHOCCURRENCE $4000000 FXOESS LIAB CLAIMS-MADE AGGREGATE $4 000 000 DED ..X RETE TION810000 _ __ ----- § WORKERS COMPENSATION BKS55820397 11107/2014 111071201 WCy_LyHSTATU OTH- AND EMPLOYERS'LIABILITY ORYINIQ - —` A ANY PROpk(ETOR/PARTNER/EXECUTIVEa WA Stop Gap E.L.EACH ACCIDENT $1000,900 OFFICER/MEMBEft BXCLUDE07 fl NIA EL DISEASE-EA EMPLOYEE $7 OOO 000 (Mandatory In NH)' Ifyes,deecdbe under E.L.DISEASE-POLICY LIMIT $1000000 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS IVEHICLES(Attach ACORO 101,Additional Remarks Schedule,If more space Is required) RE:Traffic Control Signal System Traffic Signal Display ModlflcationslFederai Aid Number:HSIP (370)/Project Number: 14-3004 The contracting agency and its officers,elected officials, employees, agents and volunteers are included j as an additional insured as reclined by written contract and per attached endorsements.Coverage is primary and non contributory per attached endorsement.Waiver of subrogation applies per attached endorsements. CERTIFICATE HOLDER CANCELLATION I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN � 220 Fourth Avenue S ACCORDANCE WITH THE POLICY PROVISIONS, Kent,WA 98032 !i AUTHORIZED REPRESENTATIVE f•�.a+Va..af..N�--`. ©1988.2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010105) 1 of 1 The ACORD name and logo are registered marks of ACORD #S18115741M1565356 MGH00 i West Coast Signal,Inc BKS55920397 i COMMERCIAL GENERAL LIABILITY CG 8B 10 0413 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY, COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided underthe following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE NON-OWNED AIRCRAFT 2 NON-OWNED WATERCRAFT 2 PROPERTY DAMAGE LIABILITY-ELEVATORS 2 EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) 2 MEDICAL PAYMENTS EXTENSION 3 EXTENSION OF SUPPLEMENTARY PAYMENTS-COVERAGES A AND B 3 ADDITIONAL INSUREDS-BY CONTRACT,AGREEMENT OR PERMIT 3 PRIMARY AND NON-CONTRIBUTORY-ADDITIONAL INSURED EXTENSION 5 ADDITIONAL INSUREDS-EXTENDED PROTECTION OF YOUR"LIMITS OF INSURANCE" 6 WHO IS AN INSURED-INCIDENTAL MEDICAL ERRORS/MALPRACTICE AND WHO IS AN INSURED-FELLOW EMPLOYEE EXTENSION-MANAGEMENT EMPLOYEES 6 NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES 7 FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 7 KNOWLEDGE OF OCCURRENCE,OFFENSE,CLAIM OR SUIT 7 LIBERALIZATION CLAUSE 7 BODILY INJURY REDEFINED 7 EXTENDED PROPERTY DAMAGE 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US- 8 WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU I i i I i i � I i I ® 2013 Liberty Mutual Insurance CO 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc„with its permission. Page 1 Of B I West Coast Signal,Inc. RK866820307 With respect to coverage afforded by this endorsement,the provisions of the policy apply unless modified by the endorsement. A. NON-OWNED AIRCRAFT Under Paragraph 2. Exclusions of Section I - Coverage A- Bodily Injury And Property Damage Liability, exclusion g.Aircraft,Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owned by any insured; 2, It is hired,chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate,issued by the duly constituted authority of the United States of America or Canada,designating her or him a commercial or airline pilot;and 4. It is not being used to carry persons or property for a charge. However, the Insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance,whether primary,excess(other than insurance written to apply specifically in excess of this policy), contingent or on any other basis,that would also apply to the foss covered under this provision. B. NON-OWNED WATERCRAFT Under Paragraph 2.Exclusions of Section I-Coverage A-Bodily Injury And Property Damage Liability, Subparagraph(2)of exclusion g.Aircraft,Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less then 52 feet long;and (b) Not being used to carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY-ELEVATORS 1. Under Paragraph 2. Exclusions of Section I-Coverage A-Bodily Injury And Property Damage Llabil. Ity, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision,elevators do not include vehicle lifts.Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV - Commercial General Liability Conditions, Condition 4. Other Insurance,Paragraph b,Excess Insurance: The insurance afforded by this provision of this endorsement Is excess over any property insurance, whether primary,excess,contingent or on any other basis. 0. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU(Tenant's Property Damage) If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2.Exclusions of Section I-Coverage A-Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the follow- ing: Paragraphs(1),(3)and (4)of this exclusion do not apply to "property damage" (other than damage by fire,lightning,explosion,smoke,or leakage from an automatic fIre protection system)to: (i) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III - Limits of Insurance. ® 2013 Liberty Mutual Insurance CG 801d 04 13 includes copyrighted material of Insurance Services office,Inc.,with its permission. Page 2 of 8 I West Coast Signal,Inc, BKS55820397 b. The last paragraph of subsection 2.Exclusions Is replaced by the following: Exclusions c, through It. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III-Limits Of Insurance. 2. Paragraph 6.under Section III-Limits Of Insurance is replaced by the following: 6. Subject to Paragraph S.above,the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of"property damage"to: a. Any one premise: (1) While rented to you; or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection sys- tems;or f b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU(Tenant's Property Damage) - Paragraph 9.a.of Definitions is replaced with the following; 9.a.A contract for a lease of premises. However,that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents of such premises that are included In your premises rental or lease agreement,is not an"Insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medicat Payments Is not otherwise excluded,the Medical Payments provided by this policy are amended as follows: Under Paragraph 1, Insuring Agreement of Section I-Coverage C-Medical Payments,Subparagraph (b)of Paragraph a.Is replaced by the following: (b) The expenses are Incurred and reported within three years of the date of the accident;and F. EXTENSION OF SUPPLEMENTARY PAYMENTS-COVERAGES A AND B 1. Under Supplementary Payments-Coverages A and B,Paragraph 1.h.is replaced by the following: b. Up to$3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies.We do not have to furnish these bonds. 2. Paragraph 1.d.is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the Investigation or defense of the claim or "suit", including actual loss of earnings up to$500 a day because of time off from work. G. ADDITIONAL INSUREDS-BY CONTRACT,AGREEMENT OR PERMIT 1, Paragraph 2, under Section 11-Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization Is an additional insured but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused In whole or in partby: a. Your acts or omissions,or the acts or omissions of those acting on your behalf,in the performance of your on going operations for the additional Insured that are the subject of the written contract or written agreement provided that the "bodily injury" or "property damage" occurs, or the "per- sonal and advertising injury" is committed,subsequent to the signing of such written contract or written agreement; or c4 2013 Liberty Mutual Insurance CG 88 10 0413 Includes copyrighted material of Insurance Services office,Inc,with Its permission. Page 3 of 8 West coast signal.Inc, BK5556203s7 b. Promises or facilities rented by you or used by you;or c- The maintenance,operation or use by you of equipment rented or leased to you by such person or organization;or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to "bodily injury", "properly damage", or "personal and ad- vertising injury"arising out of the operations performed for the state or political subdivision; (2) This insurance does not apply to "bodily injury" or "property damage" included within the "completed operations hazard". (3) Insurance applies to premises you own, rent,or control but only with respect to the following hazards: (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar expo- sures;or (b) The construction,erection,or removal of elevators;or (c) The ownership,maintenance,or use of any elevators covered by this insurance. However: 1. The insurance afforded to such additional Insured only applies to the extent permitted bylaw; and 2. If coverage provided to the additional Insured is required by a contract or agreement, the insur- ance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional Insured. With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this endorsement ends when: (1) All work, including materials, parts or equipment furnished in connection with such work,on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project, With respect to Paragraph t.b. above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such premises or facilities ends. With respects to Paragraph 1.c.above,this insurance does not apply to any "occurrence" which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The insurance provided by this endorsement applies only if the written contractor written agreement is signed prior to the"bodily injury"or"property damage We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2- Duties In the Pvent Of Occurrence,Offense, Claim Or Suit under Section IV-Commercial General Liability Condi- tions. d 2013 Liberty Mutual Insurance CG 8810 04 13 Includes copyrighted material of Insurance Services office,Inc.,with its permission. Page 4 of 8 West Coast Signal,Inc. BKS55920397 2. With respect to the insurance provided by this endorsement,the following are added to Paragraph 2. Exclusions under Section I-Coverage A-Bodily Injury And Property Damage Liability: This insurance does not apply to: a. "Bodily injury"or"property damage"arising from the sole negligence of the additional insured. b. "Bodily Injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or"property damage"occurs. c. "Bodily injury", "property damage"or"personal and advertising injury" arising out of the render- ing of, or the failure to render,any professional architectural, engineering or surveying services, including: j (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports,surveys,field orders,change orders or drawings and specifications;or (2) Supervisory,inspection,architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occur- rence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", Involved the rendering of, or the failure to render,any professional architectural, engineering or surveying services. d. "Bodily injury"or"property damage"occurring after: (1) All work,including materials, parts or equipment furnished in connection with such work,on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations fora principal as part of the same project. I e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS endorsement is. sued by us and made a part of this policy. 3. With respect to the insurance afforded to these additional insureds,the following Is added to Section III -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of Insurance: a. Required by the contractor agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional Insured under any form or endorsement under this policy. Condition 4.Other Insurance of SECTION IV-COMMERCIAL GENERAL LIABILITY CONDITIONS Is amend- ed as follows; a, The following is added to Paragraph a.Primary Insurance: If an additional Insured's policy has an Other Insurance provision making Its policy excess,and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis,this policy shall be primary and we will not seek contribution from the additional Insured's policy for damages we cover. i © 2013 Liberty Mutual lnsuranoe CO 8810 04 13 Includes copyrighted material of insurance Services office,Ino.,with its permission, Page 5 of 8 I West Coast Signal,Inc. BKS55820397 b. The following is added to Paragraph b.Excess Insurance: When a written contract or written agreement,other than a premises lease, facilities rental contractor agreement,an equipment rental or lease contractor agreement,or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory,this Insurance is excess over any other insurance for which the addi- tional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional Insured on other policies. I. ADDITIONAL INSUREDS-EXTENDED PROTECTION OF YOUR"LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2.Duties In The Event Of Occurrence,Offense,Claim or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense that may result in a claim or"suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have Insurance available to the additional insured; and c. Agree to make available any other insurance which the additional Insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a"suit"by the additional insured. 2. The limits of Insurance applicable to the additional insured are those specified In a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III - Limits of Insurance of this policy, whichever are less. These limits are Inclusive of and not in addition to the limits of Insurance available under this policy. J. WHO IS AN INSURED-INCIDENTAL MEDICAL ERRORS/MALPRACTICE WHO IS AN INSURED-FELLOW EMPLOYEE EXTENSION-MANAGEMENT EMPLOYEES Paragraph 2.a.(1)of Section It-Who Is An Insured is replaced with the following: (1) "Bodily injury" or"personal and advertising injury": (a) To you,to your partners or members(if you are a partnership or)ointventure),to your members(if you area limited liability company),to a co-"employee" while in the course of his or her employ- ment or performing duties related to the conduct of your business, or to your other "volunteer workers"while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co-"employee" or "volunteer worker" as a consequence of Paragraph(1)(a)above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs(1)(a)or(b)above; or (d) Arising out of his or her providing or failing to provide professional health care services. However, If you are not in the business of providing professional health care services or providing profes- sional health care personnel to others, or if coverage for providing professional health care ser- vices is not otherwise excluded by separate endorsement,this provision(Paragraph (d))does not apply. Paragraphs(a)and(b)above do not apply to"bodily injury"or"personal and advertising injury"caused by an "employee" who is acting In a supervisory capacity for you. Supervisory capacity as used herein means the "employee's" job responsibilities assigned by you, includes the direct supervision of other "employ- ees" of yours. However, none of these "employees" are insureds for "bodily injury" or "personal and O 2013 Liberty Mutw insurance , CG 88 10 04 13 Includes copyrighted material of Insursnco Services Office,Inc.,with its permission. Page 6 of 8 West Coast signal.Inc. BK855820397 advertising Injury"arising out of their Willful conduct,which Is defined as the purposeful or willful intent to cause "bodily injury" or "personal and advertising injury",or caused in whole or in part by their intoxica- tion by liquor or controlled substances. The coverage provided by provision J. Is excess over any other valid and collectable insurance available to your"employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3.of Section 11-Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization,However: a. Coverage under this provision is afforded only until the expiration of the policy period In which the entity was acquired orformed by you; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization;and c, Coverage B does not apply to "personal and advertising injury" arising out of an offense j committed before you acquired orformed the organization, d. Records and descriptions of operations must be maintained by the first Named insured. No person or organization is an insured with respect to the conduct of any current or past partnership,joint ! venture or limited liability company that is not shown as a Named Insured in the Declarations or qualities as an Insured under this provision, L. FAILURETO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV-Commercial General Liability Conditions,the following is added to Condition 8.Repre- sentations: Your failure to disclose all hazards or prior "occurrences"existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or i prior"occurrences" is not intentional. I M. KNOWLEDGE OF OCCURRENCE,OFFENSE,CLAIM OR SUIT Under Section IV-Commercial General Liability Conditions,the following is added to Condition 2.Duties In The Event of Occurrence,Offense,Claim Or Suit: Knowledge of an "occurrence", offense, claim or "suit" by an agent, servant or "employee" of any insured shall not in Itself constitute knowledge of the insured unless an insured listed under Paragraph ! 1, of Section II-Who Is An Insured or a person who has been designated by them to receive reports of "occurrences", offenses, claims or "suits" shall have received such notice from the agent, servant or "employee". i N. LIBERALIZATION CLAUSE i If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge,your policy will automatically providathe coverage as of the day the revision is effective In your state, 0. BODILY INJURY REDEFINED Under Section V-Definitions,Definition 3.Is replaced by the following: 3. "Bodily Injury" means physical Injury, sickness or disease sustained by a person. This includes mental anguish, mental injury,shock, fright or death that results from such physical Injury, sick- ness or disease, i ® 2013 Liberty Mutual insurance ' CG 8810 0413 Includes copyrighted material of Insurance Services Office,Inc.,with Its permission. Page 7 of 8 West Coast Signal,Inc. BKS55B20397 P. EXTENDED PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV-Commercial General Liability Conditions,the following is added to Condition 8,Trans- for Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have against a person or organization because of payments we make for Injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and Included in the "products-completed operations hazard" provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization;and 2. The injury or damage occurs subsequent to the execution of the written contract or written agree- ment. ® 2013 Liberty Mutual Insurance CO 8810 04 13 Includes copyr:ghted material of Insurance Servioes Office,Inc.,with its permission. Page 8 of 8 eKSe5820397 COMMERCIAL GENERAL LIABILITY CG 85 8410 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s)or Organization(s): City of Kent 220 Fourth Avenue S Kent,WA 98032 ', Location And Description of Completed Operations: RE:Traffic Control Signal System Traffic Signal Display Modifications/ Federal Aid Number:HSIP(370)/Project Number:14.3004The contracting agency and its officers,elected officials,employees,agents and volunteers are includedas an additional insured as.reglred by written contract and per attached (information required to complete this Schedule, if not shown above,will be shown in the Declarations.) A. Paragraph 2. under Section [I—Who Is An Insured is amended to Include as an Insured any person or organization shown In the Schedule,whom you have agreed to add as an additional in a written contract or written agreement. Such person or organization is an additional Insured but only with respect to liability for"bodily injury"or"property damage": 1. Caused by"your work" performed for that additional insured that is the subject of the written contract or written agreement and at the location designated in and described in the Schedule of this endorsement; and 2. Included in the"products-completed operations hazard The insurance provided by this endorsement applies only If the written contract or written agreement is signed prior to the"bodily injury"or"property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a"suit'by the additional insured as required in Paragraph b.of Condition 2.Duties In The Event Of Occurrence, Offense,Claim Or Suit under Section IV—Commercial General Liability Conditions. B. With respect to the insurance provided by this endorsement,the following are added to Paragraph 2. Exclusions under Section I—Coverage A—Bodily Injury And Property Damage Liability: CG 85 84 10 09 ©2010 Liberty Mutual Insurance Company. All rights reserved. Page 1 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. The insurance does not apply to: 1. "Bodily injury" or"property damage'that occurs prior to you commencing operations at the location where such"bodily injury"or"property damage' occurs, 2. "Bodily injury'or"property damage"arising out of the rendering of, or the failure to render,any professional architectural,engineering or surveying services including: a. The preparing, approving or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys,field orders, change orders or drawing and specifications;and b. Supervisory, inspection, architectural or engineering activities. C. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III—Limits Of Insurance of this policy,whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. D. With respect to the insurance afforded by this endorsement, Section IV—Commercial General Liability Conditions is amended as follows: 1. The following is added to Paragraph 2. Duties in The Event Of Occurrence,Offense, Claims Or Suit: An additional insured under this endorsement will as soon as practicable. a. Give written notice of an "occurrence"or an offense that may result in a claim or"suit" under this insurance to us; b. Tender the defense and indemnity of any claim or"suit"to all insurers whom also have insurance available to the additional insured;and C. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a"suit" by the additional insured. 2. Paragraph 4.,of Section IV—Commercial General Liability Conditions is amended as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. b. The following is added to Paragraph b. Excess Insurance. When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement,or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory,this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured,this insurance is excess over any other Insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. CG 85 84 10 09 ©2010 Liberty Mutual Insurance Company. All rights reserved. Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc.,with its permission, i West Coast Signal, Inc. COMMERCIAL AUTO BA555820397 CA 88 10 01 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement,the provisions of the policy apply unless modified by the endorsement. COVERAGE INDEX SUBJECT PROVISION NUMBER ADDITIONAL INSURED BY CONTRACT,AGREEMENT OR PERMIT 3 ACCIDENTAL AIRBAG DEPLOYMENT 12 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 19 AMENDED FELLOW EMPLOYEE EXCLUSION 5 13 AUDIO,VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 1 BROAD FORM INSURED 22 BODILY INJURY REDEFINED EMPLOYEES AS INSUREDS(including employee hired auto) 2 23 EXTENDED CANCELLATION CONDITION EXTRA EXPENSE—BROADENED COVERAGE 10 GLASS REPAIR—WAIVER OF DEDUCTIBLE 15 HIRED AUTO PHYSICAL DAMAGE (including employee hired auto and loss of use) 6 HIRED AUTO COVERAGE TERRITORY 20 LOAN I LEASE GAP 14 PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) 16 PERSONAL EFFECTS COVERAGE 11 PHYSICAL DAMAGE—ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 8 RENTAL REIMBURSEMENT g SUPPLEMENTARY PAYMENTS 4 7 TOWING AND LABOR 17 TWO OR MORE DEDUCTIBLES 18 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 20 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US j SECTION 11—LIABILITY COVERAGE is amended as follows: 1. BROAD FORM INSURED SECTION II — LIABILITY COVERAGE, paragraph A.I. —WHO IS AN INSURED is amended to include the following as an insured: d. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the Policy period. However, 'Insured"does not include any organization that: 0) Is a partnership or joint venture; or (2) Is an insured under any other automobile policy;or (3) Has exhausted its Limit of Insurance under any other automobile policy. Paragraph d. (2) of this provision does not apply to a policy written to apply specifically in excess of this policy. e. Any organization you newly acquire or form, other than a partnership or joint venture, of which you own more than 50 percent of the voting stock. This automatic coverage is afforded only for 180 days from the date of acquisition or formation. However,coverage under this provision does not apply: (1) If there is similar insurance or a self-insured retention plan available to that organization; ©2013 Liberty Mutual Insurance CA 88 10 0111 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 7 West Coast Signal, Inc. BAS55820397 (2) If the Limits of Insurance of any other insurance policy have been exhausted; or (3) To "bodily injury" or "property damage" that occurred before you acquired or formed the organization. 2. EMPLOYEES AS INSUREDS SECTION II — LIABILITY COVERAGE, paragraph A.1. —WHO IS AN INSURED is amended to include the following as an insured: f. Any"employee" of yours while using a covered "auto"you do not own, hire or borrow, but only for acts within the scope of their employment by you. Insurance provided by this endorsement is excess over any other insurance available to any"employee". g. An "employee" of yours while operating an "auto' hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business and within the scope of their employment. Insurance provided by this endorsement is excess over any other insurance available to the"employee". 3. ADDITIONAL INSURED BY CONTRACT,AGREEMENT OR PERMIT SECTION II — LIABILITY COVERAGE, paragraph A.1. —WHO IS AN INSURED is amended to include the following as an insured: h. Any person or organization with respect to the operation, maintenance or use of a covered "auto", provided that you and such person or organization have agreed in a written contract, agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or governmental or public authority to this policy as an"insured". However,such person or organization is an"insured": (1) Only with respect to the operation, maintenance or use of a covered"auto"; (2) Only for "bodily injury" or "property damage" caused by an "accident" which takes place after you executed the written contract or agreement, or the permit has been issued to you;and (3) Only for the duration of that contract, agreement or permit 4. SUPPLEMENTARY PAYMENTS SECTION II — LIABILITY COVERAGE, Coverage Extensions, 2.a.Supplementary Payments, paragraphs (2) and (4) are replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an"accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the insured at our request, including actual loss of earnings up to $500 a day because of time off from work. 5. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the employer by the workers compensation exclusivity rule, or similar protection,the following provision is added: SECTION II—LIABILITY, exclusion B.5. FELLOW EMPLOYEE does not apply if the"bodily injury"results from the use of a covered"auto"you own or hire, SECTION III—PHYSICAL DAMAGE COVERAGE is amended as follows: 6. HIRED AUTO PHYSICAL DAMAGE Paragraph A.4. Coverage Extensions of SECTION III — PHYSICAL DAMAGE COVERAGE, is amended by adding the following: If hired "autos" are covered "autos"for Liability Coverage, and if Comprehensive, Specified Causes of Loss or Collision coverage are provided under the Business Auto Coverage Form for any "auto" you own, then the Physical Damage coverages provided are extended to"autos": a. You hire, rent or borrow; or ©2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 2 of 7 b. Your "employee" hires or rents under a written contract or agreement in that "employee's" name, but only if the damage occurs while the vehicle is being used in the conduct of your business, subject to the following limit and deductible: A. The most we will pay for"loss" in any one"accident" or"loss"is the smallest of: (1) $50,000; or (2) The actual cash value of the damaged or stolen property as of the time of the"loss';or (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality, minus a deductible. B. The deductible will be equal to the largest deductible applicable to any owned"auto"for that coverage. C. Subject to the limit, deductible and excess provisions described in this provision, we will provide coverage equal to the broadest coverage applicable to any coveted"auto"you own. D. Subject to a maximum of$1,000 per "accident", we will also cover the actual loss of use of the hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss. E. This coverage extension does not apply to: (1) Any"auto"that is hired, rented or borrowed with a driver, or (2) Any"auto"that is hired, rented or borrowed from your"employee". For the purposes of this provision, SECTION V—DEFINITIONS is amended by adding the following: "Total loss"means a"loss"in which the cost of repairs plus the salvage value exceeds the actual cash value. 7. TOWING AND LABOR SECTION III—PHYSICAL DAMAGE COVERAGE, paragraph A.2. Towing, is amended by the addition of the following: We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" classified and rated as a private passenger type, "light truck"or"medium truck" is disabled: a. For private passenger type vehicles,we will pay up to$50 per disablement. b. For "light trucks", we will pay up to $50 per disablement. "Light trucks" are trucks that have a gross vehicle weight(GVW)of 10.000 pounds or less. C. For"medium trucks", we will pay up to $150 per disablement. "Medium trucks" are trucks that have a gross vehicle weight(GVW)of 10,001 —20,000 pounds. However,the labor must be performed at the place of disablement. 8. PHYSICAL DAMAGE-ADDITIONAL TRANSPORTATION EXPENSE COVERAGE Paragraph AA.a., Coverage Extension of SECTION III — PHYSICAL DAMAGE COVERAGE, Is amended to provide a limit of$50 per day and a maximum limit of$1,500 ©2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 3 of 7 9. RENTAL REIMBURSEMENT SECTION III—PHYSICAL DAMAGE COVERAGE,A. COVERAGE, is amended by adding the following: a. We will pay up lu $75 pel day fur rental reimbursement expenses incurred by you for the rental of an "auto" because of "accident" or "loss", to an "auto' for which we also pay a "loss" under Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those expenses incurred after the first 24 hours following the "accident"or"loss"to the covered "auto." b. Rental Reimbursement will be based on the rental of a comparable vehicle,which in many cases may be substantially less than $75 per day, and will only be allowed for the period of time it should take to repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days. C. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and replace your tools and equipment from the covered "auto" d. This coverage does not apply unless you have a business necessity that other "autos" available for your use and operation cannot fill. e. If"loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under Paragraph 4. Coverage Extension. f. No deductible applies to this coverage. For the purposes of this endorsement provision, materials and equipment do not include "personal effects" as defined in provision 11. 10. EXTRA EXPENSE-BROADENED COVERAGE Under SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, we will pay for the expense of returning a stolen covered"auto"to you. The maximum amount we will pay is$1,000. 11. PERSONAL EFFECTS COVERAGE A. SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: If you have purchased Comprehensive Coverage on this policy for an "auto'you own and that"auto' is stolen, we will pay,without application of a deductible, up to$600 for"personal effects"stolen with the"auto," The insurance provided under this provision is excess over any other collectible insurance. B. SECTION V—DEFINITIONS is amended by adding the following: For the purposes of this provision, "personal effects" mean tangible property that is worn or carried by an insured." "Personal effects"does not include tools, equipment,jewelry, money or securities. 12. ACCIDENTAL AIRBAG DEPLOYMENT SECTION III—PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS is amended by adding the following: If you have purchased Comprehensive or Collision Coverage under this policy,the exclusion for"loss" relating to mechanical breakdown does not apply to the accidental discharge of an airbag. Any insurance we, provide shall be excess over any other collectible insurance or reimbursement by manufacturer's warranty. However, we agree to pay any deductible applicable to the other coverage or warranty. 13. AUDIO,VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION III — PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS, exception paragraph a. to exclusions 4.c.and 4.d.is deleted and replaced with the following: ©2013 Liberty Mutual Insurance CA 88 10 0113 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 4 of 7 Exclusion 4.c. and 4.d.do not apply to: a. Electronic equipment that receives or transmits audio, visual or data signals,whether or not designed solely for the reproduction of sound, if the equipment is permanently installed in the covered "auto" at the time of the"loss" and such equipment is designed to be solely operated by use of the power from the "auto's" electrical system, In or upon the covered "auto" and physical damage coverages are provided for the covered"auto";or If the "loss" occurs solely to audio, visual or data electronic equipment or accessories used with this equipment,then our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by a$100 deductible. 14. LOAN I LEASE GAP COVERAGE A. Paragraph C., LIMIT OF INSURANCE of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by adding the following: The most we will pay for a "total loss" to a covered "auto" owned by or leased to you in any one "accident"is the greater of the: 1. Balance due under the terms of the loan or lease to which the damaged covered "auto" is subject at the time of the"loss"less the amount of: a. Overdue payments and financial penalties associated with those payments as of the date of the"loss", b, Financial penalties imposed under a lease due to high mileage, excessive use or abnormal wear and tear, c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease, d. Transfer or rollover balances from previous loans or leases, e. Final payment due under a"Balloon Loan f. The dollar amount of any unrepaired damage which occurred prior to the"total loss"of a covered "auto", g, Security deposits not refunded by a lessor, h, All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered"auto", 1. Any amount representing taxes, j; Loan or lease termination fees;or 2. The actual cash value of the damage or stolen property as of the time of the"loss". An adjustment for depreciation and physical condition will be made in determining the actual cash value at the time of the"loss". This adjustment is not applicable in Texas. B. ADDITIONAL CONDITIONS This coverage applies only to the original loan for which the covered "auto" that incurred the loss serves as collateral, or lease written on the covered"auto"that incurred the loss. C. SECTION V—DEFINTIONS Is changed by adding the following: As used in this endorsement provision,the following definitions apply, "Total loss" means a"loss" In which the cost of repairs plus the salvage value exceeds the actual cash value. A"balloon loan" is one with periodic payments that are Insufficient to repay the balance over the term of the loan,thereby requiring a large final payment. ©2013 Liberty Mutual Insurance CA 88 10 0113 Includes copyrighted material of Insurance Services office,Inc.,with its permission. Page 5 Of 7 15. GLASS REPAIR-WAIVER OF DEDUCTIBLE Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 16. PARKED AUTO COLLISION COVERAGE(WAIVER OF DEDUCTIBLE) Paragraph D. Deductible of SECTION III— PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: The deductible does not apply to "loss" caused by collision to such covered "auto" of the private passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as maximum loaded weight the "auto"is designed to carry while it is: a. In the charge of an "insured"; b. Legally parked; and C. Unoccupied. The"loss" must be reported to the police authorities within 24 hours of known damage. The total amount of the damage to the covered "auto" must exceed the deductible shown in the Declarations. This provision does not apply to any"loss" if the covered "auto" is in the charge of any person or organization engaged in the automobile business. 17. TWO OR MORE DEDUCTIBLES Under SECTION III PHYSICAL DAMAGE COVERAGE, if two or more company policies or coverage forms apply to the same accident,the following applies to paragraph D. Deductible: a. If the applicable Business Auto deductible is the smaller(or smallest)deductible it will be waived; or b. If the applicable Business Auto deductible is not the smaller(or smallest)deductible it will be reduced by the amount of the smaller(or smallest)deductible; or C. If the loss involves two or more Business Auto coverage forms or policies the smaller (or smallest) deductible will be waived. For the purpose of this endorsement company means any company that is part of the Liberty Mutual Group. SECTION IV—BUSINESS AUTO CONDITIONS is amended as follows: 18. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV-BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following: If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the inception date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, and we have the right to collect additional premium for any such hazard or exposure. 19. AMENDED DUTIES IN THE EVENT OF ACCIDENT,CLAIM, SUIT, OR LOSS SECTION IV—BUSINESS AUTO CONDITIONS, paragraph A.2.a. is replaced in its entirety by the following: a. In the event of"accident", claim,"suit"or"loss', you must promptly notify us when it is known to: 1. You,.ifyou are an individual; 2. A partner, if you are a partnership; 3. Member, if you are a limited liability company; 4. An executive officer or the"employee" designated by the Named Insured to give such notice, if you are a corporation. ©2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 6 of 7 To the extent possible, notice to us should include: (1) How,when and where the"accident' or"loss"took place; (2) The"insureds" name and address; and (3) The names and addresses of any injured persons and witnesses. 20. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV — BUSINESS AUTO CONDITIONS, paragraph A.5., Transfer of Rights of Recovery Against Others to Us, is amended by the addition of the following: If the person or organization has waived those rights before an"accident"or "loss", our rights are waived also. 21. HIRED AUTO COVERAGE TERRITORY SECTION IV — BUSINESS AUTO CONDITIONS, paragraph B.7., Policy Period, Coverage Territory, is amended by the addition of the following: f. For "autos" hired 30 days or less, the coverage territory Is anywhere in the world, provided that the insured's responsibility to pay for damages is determined in a "suit", on the merits, in the United States,the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. I This extension of coverage does not apply to an"auto" hired, leased, rented or borrowed with a driver. SECTION V—DEFINITIONS is amended as follows: 22. BODILY INJURY REDEFINED Under SECTION V—DEFINTIONS,definition C. is replaced by the following' I j "Bodily Injury" means physical injury, sickness or disease sustained by a person, including mental anguish, mental injury, shock,fright or death resulting from any of these at any time. COMMMON POLICY CONDITIONS 23. EXTENDED CANCELLATION CONDITION COMMON POLICY CONDITIONS, paragraph A.—CANCELLATION condition applies except as follows: i If we cancel for any reason other than nonpayment of premium, we will mail to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation. This provision does not apply in those states which require more than 60 days prior notice of cancellation. i I i j i ®2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance Services Office,Inc.,with Its permission. Page 7 of 7 i BKS55820397 COMMERCIAL GENERAL LIABILITY CG 88 70 12 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONSTRUCTION PROJECT(S) . GENERAL AGGREGATE LIMIT (PER PROJECT) This endorsement modifies insurance provided under the fallowing: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex- penses caused by accidents under Section I - Coverage C Medical Payments, which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. A separate Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations, . 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard", and for medical expenses under Cov- erage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or I c. Persons or organizations making claims or bringing "suits". 1 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit for any other construction project. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex- penses caused by accidents under Section I - Coverage C Medical Payments, which cannot be attrib- uted only to ongoing operations at a single construction project away from premises owned by or rented to you: i 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit,whichever is applicable; and 2. Such payments shalt not reduce any Construction Project General Aggregate Limit. j C. When coverage for liability arising out of the "products-completed operations hazard" is provided,any payments for damages because of "bodily injury" or "property damage" included In the "products- completed operations hazard" will reduce the Products-Completed Operations Aggregate Limit,and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables,the project will still be deemed to be the same construction project. E. The provisions of Section III - Limits Of Insurance not otherwise modified by this endorsement shall continue to apply. i ` CG 88 70 12 08 Includes copyrighted material of I50 Properties,Inc.,with its permission. Page I of 1 The following Kent Special Provisions ("Kent Special Provisions") modify and supersede any conflicting provisions of the 2014 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract, Each specification contains all current specifications applicable to the particular work j and may include references which do not apply to this particular project. Q I V I S I ON 1 — GENERAL REQU I REMENTS 1-08 PROSECUTION AND PROGRESS THE SECOND PARAGRAPH OF SECTION 1-08.0(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.0(2) Hours of Work Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 6:00 p.m. Monday through Friday, and 5:00 a.m. on the following day unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. It may be necessary to restrict work locations or work hours if there is conflict with significant events at ShoWare Center. Dates of known events include May 29, 2015, June 26, 2015, July 3, 2015, and July 17, 2015. There may be additional events. The restrictions as to location and/or work hours will be discussed at the preconstruction conference. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 1. If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the Traffic Control Signal System/Mullen 1 - 1 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. The original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. Traffic Control Signal System/Mullen 1 - 2 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 SECTION 1-08.6 IS REVISED BYDELET/NG THE FIFTHAND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended, for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension, if (1) the performance would have been suspended, by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended, for an unreasonable period of time and such suspension, is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. Traffic Control Signal System/Mullen 1 - 3 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 ',. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- 05.1. ITEM 1 IN PARAGRAPH 7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1. Failure to obtain all materials and workers. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts The City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees and charges of public authorities or municipalities. 3. Liquidated damages. 4. Engineering and inspection fees beyond Completion Date. 5. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 6. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11 (3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor Traffic Control Signal System/Mullen 1 - 4 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.1 General The work is expected to cause short duration closures for the single lane above which the work is conducted, and will not require a formal lane closure. If, in the opinion of the Engineer, conditions are such that additional traffic control measures are needed, the contractor will provide a Uniformed Off-Duty Police Officer for traffic control purposes. The contractor should contact Sergeant Tim Barbour, Kent Police Department, telephone number 253-856-5815, to arrange for uniformed off-duty police officers to provide traffic control. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment The unit bid price per hour for "Uniformed Off-Duty Police Officer" will be complete compensation for the utilization of a uniformed off-duty Police Officer for traffic control purposes. Cost is per hour for each hour an Officer is on the project with a minimum call out time of 4 hours. The Contracting Agency (City of Kent) has set the unit price for "Uniformed Off-Duty Police Officer" When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Traffic Control Signal System/Mullen 1 - 5 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 Contractor shall estimate these costs based on the Contractor's contemplated work procedures. Traffic Control Signal System/Mullen 1 - 6 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements The City has identified the following materials that are marked for removal, but that will be salvaged as part of this project: 1. Aluminum traffic control signs 2. Traffic signal heads The salvaged materials listed above shall be removed, hauled and stored at the following site(s): 1. City of Kent Shops, 5821 S. 2401h St, Kent, WA 2. City of Kent Traffic Signal Shop, 1621 South Central Avenue, Unit 25, Kent, WA All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. Traffic Control Signal System/Mullen 2 - 1 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.3(14)E Signal Standards ITEMS IS REVISED AS FOLLOWS: 8. All tenons shall be field installed using Astro-Braem AB-3008 Clamp Kits, or pre-approved equal. SECTION S-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment The lump sum contract price for "Traffic Signal Display Modifications at ," shall be full pay for all equipment, tools, materials and labor necessary for the modification of existing traffic signal displays, removing, relocating and installing vehicle signal heads; removing and relocating overhead traffic control signs; relocating Opticom emergency vehicle detectors, covering abandoned tenons or other holes in mast arms from abandoned attachment points; removing LED vehicle signal modules from signal heads removed from signal mast arms,and reinstalling those traffic signal modules in other new signal housings restoring facilities destroyed or damaged during construction, , salvaging existing materials, making all required tests, and Labor and Industries electrical inspection. . The work is expected to cause short duration closures for the single lane above which the work is conducted, and will not require a formal lane closure. Work vehicles must be equipped with sequential arrow boards to direct approaching vehicles past the work vehicle. Inclusion of the sequential arrow boards and any supplemental warning beacons shall be included in the lump sum contract price. All additional materials and labor, not shown in the plans or called for herein and which are required to complete the signal system, shall be included in the lump sum contract price The contract price shall also include equipment, tools, materials and labor necessary for the temporary operation of the existing traffic signal system during the modification. Traffic Control Signal System/Mullen 8 - 1 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 DIVISION 9 - MATERIALS 9-29 ILLUMINATION, SIGNAL, ELECTRICAL SECTION 9-29. 13(7) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.13(7) Traffic-Actuated Controllers The traffic-actuated controller for all City traffic signals shall be a Econolite Cobalt ATC controller. 9-29.16 Vehicular Signal Heads, Displays, and Housing SECTION 9-29. 16(2)A IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.16(2)A Optical Units 1. Light emitting diode (LED) light sources are required for all signal displays. a. Wattage (maximum): 35 watts. b. Voltage: The operating voltages shall be between 85 VAC and 130 VAC. c. Temperature: Temperature range shall be -35 C to +70 C. d. LED Types: Red balls shall be Dialite TM, part number 433- 1210-003, or approved equal; red arrows shall be DialiteTM part number 432-1314-001, or approved equal; green balls shall be Dialite TM, part number 433-2220-001, or approved equal; green arrows shall be Dialite TM, part number 432- 2374-001, or approved equal; yellow balls shall be Dialite TM, part number 433-3230-805, or approved equal; yellow arrows shall be Dialite TM, part number 431-3334-001 or approved equal. e. Enclosure: The enclosure for the LEDs and associated circuitry shall be dust and water-resistant. f. Lens: The lens shall be a polycarbonate lens. The lens shall be free from bubbles, flaws, and other imperfections and shall not be diffused. g. Warranty: A five-year written manufacturer's warranty from date of installation on parts and materials will be provided. h. Label: A label shall be provided on the LED housing. The Contractor shall mark the label with a permanent marker to note the installation date. SECTION 9-29. 16(2)B 3RD AND 4TH SENTENCES IN PARAGRAPH 5 HAVE BEEN MODIFIED AS FOLLOWS: 9-29.16(2)B Signal Housing In the third sentence of paragraph 5, all words following the words "stabilized polycarbonate plastic" shall be deleted. The fourth sentence Traffic Control Signal System/Mullen 9 - 1 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 in paragraph 5 is replaced with "Visors shall be flat black in color inside and shall be dark green on the outside". SECTION 9-29.96(3) POLYCARBONATE TRAFFIC SIGNAL HEADS IS DELETED IN ITS ENTIRETY. Traffic Control Signal System/Mullen 9 - 2 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 AKENT STANDARD The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. STREET 6-85 Mast Arm Mounted Street Name Sign Traffic Control Signal System/Mullen A - 1 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 VARIES I ... .........__......... ..._. - _ _.........._ ...._...._... — E240 S,T... WT '.. VARIES '1...0. EW n811,...AVE :..�,�,S�E...... .. MATERIALS: SIGN: GREEN,REFLECTIVE"3M DIAMOND GRADE VIP" (OR EQUIVALENT) NUMBERS AND LETTERS: WHITE, 12"SER.C BORDER: WHITE,3\4"BONDER TAPE SC)SEPiZ NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT WAS/y, AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT Sz THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, r y CITY KENT (`27 ENGINEERING DEPARTMENT A�oF �FCJ ERA° < MAST ARM MOUNTED F G� KENT STREET NAME SIGN SS/�AIAL E� DESIGNM DWH SCALE NDNE STANDARD PLAN DRAWN BB CHECKED DATE — C—Q p APPROVED aowux V VJ Sep ernCer2009 WSDOT STANDARD PLAN ILLUMINATION, SIGNALS, AND ITS J-75.20-00 Signal Head Mounting Details Mast Arm and Span Wire Mountings i I� Traffic Control Signal System/Mullen A - 2 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 '... 22(3 A 6 a ° .R c .mc 10 E m E.No @C Pi D�z Li 6 o rnu o m m nri, Z m a [ 0 . T� t _ F o OWE o 9 � � �� a QQ RI 6 m .. m °, v�U ��`'" aLLI ka' ® ww mnn rnQ v,m min 42 5:'' mE Ems_ '�XJ. PRo QQZO E16 EE ED E� nm nUn OO C^� 0 N®� H IIP �o �- ncr za m a 0 U 6 Y TN \ i _..LJ—. �g man lwww w'w ol Xj U o� o Uz _, oN" w °G "y ow olp w3 � i _ � a °W'myoWz o _ c� � "� �x �rcri._3 wok rwm Wr G ? WW WWO ¢p a w 6 V O 0 � ? p Ul zCC ow. . . CCom= = dCz mo C-jc (9O nC)�� P C6 n n C�n�C�C WSDOT SPCC PLAN TEMPLATE i Traffic Control Signal System/Mullen A - 3 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004 '.. WSDOT SPCC Plan Template Revised April 4, 2011 Check on WSDOT's Website for an updated version: http://www.wsdot.wa.gov/Environmental/Hazmat/SpillPrevention.htm Instructions for use: • WSDOT designed this template for WSDOT contractors to use to develop Spill Prevention, Control and Countermeasures Plans (SPCC Plans) that satisfy the current WSDOT Standard Specification 1-07.15(1) and National PeAutant ischar a Piiminati-an Systern (NPDES) r6GWremPtJts., • Regn!ac the kilp h 'hlii§0 a,, szt with ojecti ; e ific information • Yellow highlighted text describes or provides an example of what needs to be written. Using this text as a guide, add a description tailored to the project and then delete the yellow highlighted text. • Create the table of contents (Page ii) for the completed plan by clicking anywhere within the Table of Contents, pressing F9, and selecting "Update Entire Table" and verify that the associated Plan sections/page numbers are consistent and complete. • Delete this front page before printing the plan and submitting it to WSDOT. Spill Prevention, Control and Countermeasures Plan �,r.ak et+.Y 4 ..v�. A_..z' e*e ^: v.a ,...,. , ss•.:. �fftiw . Prepared by WSDOT Prime Contractor, Executive: ae WSDOT Prime Contractor, Project Manager WSDOT Prime Contractor, Superintendent: 0401 �\ I nAl` � 1 Prr i SHALL MhNT 114 A COMPLETE, UPDATED COPY OF IN An A CES&BLE'LOCATFON k'tHE PROJECT SITE AT ALL TIMES. WSDOT Project Engineer (PE) flame N}1 WSDOT PE Office Phone ' WSDOT Project Chief Inspector: Name_ - Office Phone- - Cell Phone mr WSDOT Project Chief Inspector: Please forward electronic versions of WSDOT and Contractor updated versions of electronic Project SPCC Plans and final versions of Project schedules to Trent Ensminger(ensmint(a)wsdot.wa.gov)where a copy will be filed for future WSDOT site inspections. S P C C Plan StiF al(3 rt k,0Pak Page i Table of Contents SPCC Plan Implementation Requirements ..................................................................... 1 SPCCPlan Elements ......................................................................................................2 1. Responsible Personnel........................................................................................... 2 2. Spill Reporting ........................................................................................................ 3 3. Project and Site Information ................................................................................... 5 4. Potential Spill Sources............................................................................................6 5. Pre-Existing Contamination ....................................................................................8 6. Spill Prevention and Response Training................................................................. 9 7. Spill Prevention..................................................................................................... 10 8.. Spill Response...................................................................................................... 12 9. Project Site Map ................................................................................................... 16 10. Spill Report Form(s)............................................................................................ 17 11. Plan Approval,. ........ ......... ......... ..... .................... 18 SPCC Plan Acknowledgement i=orm (t€:,bea�gned by adl Project personnel)................ 19 Figures Figure 2.1 WSDOT Hazardous Materials Event Contractor Minimum Reporting Requirements.......................................................................................................4 Appendix APPENDIX A EXAMPLE SPILL REPORT FORM........................................................A-1 SPCC Plan, WSGQT Pm4ect Name PIan,D`ate Page ii SPCC Plan Implementation Requirements WSDOT Standard Specification 1-07.15(1) and Project-specific special provisions (if applicable) require a Spill Prevention, Control and Countermeasures Plan (SPCC Plan or Plan) to be developed for each WSDOT project. The purpose of an SPCC Plan is to protect human health and the environment from spills and releases of"hazardous materials," a generic term WSDOT uses in Chapter 447 of its Environmental Procedures Manual to mean dangerous waste, problem waste, petroleum products, and hazardous substances. The SPCC Plan shall also address conditions that may be required by Section 3406 of the current International Fire Code, or as approved by the local Fire Marshal. the Prime Contractor for W, QQ�k ?t �; .� ��s�,+tizG���;'�l^., -f c a? " (Project), has developed this SPCC Plan to satisfy WSDOT Standard Specification 1- 07.15(1) for the Project. W,8 bTt-ftt tr ti shall update this SPCC Plan throughout the Project so that the written Plan reflects actual site conditions and ractices T At a minimum MOOT ita will update this Plan annually. 3� fSr ; tc shall fully implement this SPCC Plan, as accepted and updated, at all times. No on-site Project construction activities may commence until WSDOT reviews and accepts this Project-Specific SPCC Plan. SPCC Plan, ViFEiTj1bf Page 1 SPCC Plan Elements 1. Responsible Personnel Table 1.1 identifies the name(s), title(s), and contact information for the personnel responsible for implementing and updating the SPCC Plan, and for responding to spills. If spill response Subcontractor(s)will be used for spill response (as described in Section 8, Spill Response, below), the Subcontractor(s) company name(s) and contact information are also included in Table 1.1. Complete Table 1. Table 1 Responsible Personnel Responsibility Name and Title Contact Information Implementing and Updating Company: SPCC Plan (primary Office Phone: contact person) Cell Phone: Implementing and Updating Company: SPCC Plan(secondary Office Phone: contact person) Cell Phone: On-Site Spill Responder Company: Office Phone: Cell Phone: On-Site Spill Responder' Company: 0 N..e Phone ' Spill Response Company:_ Subcontractor ----- Office Ph 11 one- (see Section 8, below) Cell Phone: (delete this line if not applicable; add lines if more than one Subcontractor will be used) '... SPCC Plan, UVSbOT F rbject Name Plant t Page 2 2. Spill Reporting In the event of a spill, SCC7F ' tnitra shall the WSDOT Project Engineer and shall notif the Federal, State, and Local Agencies listed in Figure 2 and Table 2. �iSC�t�T�P3f�e O�tint„ ter will also notify the WSDOT Project Chief Inspector. Complete Table 2 including for each agency the agency name the agency notification telephone number, and when the agency shall be notified. At aminimum Table 2"must include and WSDOT Prime Contractor must make the notifications shown in Figure 2. I\t 3 IZN - .. SPCC Plan, � ESji r� Page 3 Figure 2 WSDOT Hazardous Materials Event Contractor Minimum Reporting Requirements Event: Hazardous Material Spill, Release or Encounter If a spill or release is caused by the Contractor, the Contractor reports it to the WSDOT Project Engineer (PE) and to the regulatory agencies as indicated below. If an encounter of unknown pre-existing contamination or an UST, the Contractor reports it to the WSDOT PE. The PE follows the WSDOT Environmental Compliance Assurance Procedure (ECAP, in WSDOT's Construction Manual M 41-01.06 at 1-2.2K), to determine internal and external reporting procedures to ensure compliance as indicated below. Spill or Release to Spill or Release to Soil Underground Storage Water Tank (UST) Including ponds,wetlands,ditches, Including encounters of pre-existing &seasonally dry streams contamination If an lrTum tate threM,to Immediately call all nealth;or envirommnt three of the folio : , e:' explosive, 24-hour numbers: ( 9 p if confirmed release from flammable, or toxic UST, report to Ecology's • National Response vapors; nearby water Regional Office'within 24 Center body; shallow hours 1-800-424-8802 groundwater; etc.) • Washington State immediately call Ecology's Regional Division of Office' Management 1-800-258-5990 • Washington State After removal of regulated Department S If NOT an immediate UST, provide reports to Ecology (Ecology) threat but may be a Ecology's Regional Office Regional Office' threat to health or the within 20 and 30190 days environment, report to per WAC 173-340 and Ecology's Regional 173-360. Office' within 90 days Ecology Regional Office Numbers Eastern (Spokane): 509-329-3400 Northwest (Bellevue): 425-649-7000 Central (Yakima): 509-575-2490 Southwest (Lacey): 360-407-6300 Ecology regional lines and the type of information needed is provided on Ecology's spill reporting website at http://www.ecy.wa.gov/programs/spills/other/re portasp i l l.htrn ® it Table 2 Project-Specific Federal, State, and Local Agencies to be Notified in the Event of a Spill Agency Name Agency Notification When Agency Shall be Agency Region Telephone Number Notified (e.g-, Department of (e.g., 1-425 649 7000) (e.g., spill or release to soil (e.g., Northwest Regional Ecology) that is an immediate threat Office) to human health or the environment or spill or release to water or a confirmed release or spill from a UST) (e.g., National Response (e.g., 1-800 424-8802) (e.g., spilt or release to (e.g., Not applicable) Center) water) (e.g., Washington State (e.g., 1-800-258-5990) (e.g., spill or release to (e.g., Not applicable) Division of Emergency water) Management) (e I I Department of (e.g.,1-425-649-7000) (e.g., spill or release to (e.g , Northwest Regional Ecology) water during over water Office) work per Project specific Special Provision or other permit requirement) s SPCC Plan, 1 } T aj q j e PIKS � Page 4 I 3. Project and Site Information Please describe the following:items: A. The Project work: (briefly describe the construction activities that will take place) B. The site location and boundaries: (include city, county, and starting/ending mileposts -as well as Project boundaries if Project work is not exclusively on a highway corridor) C. The drainage pathways from the site: (either provide information here or complete Table 3) D. Nearby waterways and sensitive areas and their distances from the site: (either provide information here or complete Table 3) Either complete Table 3, below, or provide information above for 3.0 and 3.D. and delete Table 3 Table 3 Nearby Waterways' and Sensitive Areas2 Waterway' or Distance from Direction of Flow Runoff Drainage Pathway Sensitive Areal Project Site from Project Site from Site (e.g., Derby Creek) (e.g., 35 feet (e.g., downhill towards (e.g., downhill to northeast from east of Project the northeast) the Project staging area to the Site) lower reach of Derby Creek) (e.g., Milwaukee Ditch) (e.g., 350 feet (e.g., across the (e.g., across the pavement east of south of Project pavement to the east) the roundabout, into the catch site) basin,and into Milwaukee Ditch) Notes: Waterways Include s°rcams, creeks, sloughs, rivers, Puget >und;atc. Sensitive areas are areas-that tY 3c fly contra n pooulatons t1jat could be particularlysensitive to a hazardous materials spill or release, Suchlareas ineludc�wetlands, areas:that provide hatatat Icr threatened or endangered species, nursing Piomes hospitals, child care"centers, etc. Sensitive areas also include areas where groundwater is used for drinking water, such as wellhead protection zones and sole source aquifer recharge areas. **If a Project-specific soil management plan (SMP), water management plan (WMP), temporary erosion and sediment control (TESC) plan, contaminated media management plan (CMMP) or other plan concerning contaminated materials has been prepared for known SPCC-related Project conditions, please briefly refer to them here and attach final versions to this Plan. SPCC Plan, WO T Pr'ojgct Narn'e Plattaie Page 5 4. Potential Spill Sources A description of each potential fuel, petroleum product and other hazardous material brought or generated on-site is set forth in Table 4.1. The potential fuel, petroleum product and other hazardous materials listed on Table 4.1 include materials used for operating, refueling, maintaining, and cleaning equipment - including equipment used below the ordinary high water line. Complete Table 4, listing information for EACH fuel, petroleum product and hazardous material. . ... SPCC Plan-1fT ] Ftt [ e Page 6 _ .m 00 z O O N 0 N J N Q U 0 N N a•- L U) �L O M 0 o f w O N M N C a3 .00 'n 7 cis u aZm 3 c o � U 3 'O O a7 'O C Y L y O -0 t a d :,0 CO ._ 0 m C O W N '0 as V a3 - M O @ 7U a) O 'QA O] M •� o a3 O N R t0 0 ) O O 70 N m I a) N N N C 0) 0f 1 ... 0) E C L 7 N d Q O C � a) C o U r X O yD =7 O '6 OU O �'v..� o > a) a` , .., U MN 7 E o o a (LL) 0 U C (n N d , 7 ,tp p, O N 00 V .� N -O d c QEc.=-0 � N u° a c aci o 0) `O ❑ fA W W U NCo u '� cu f6 m m m L) ~ •N U N '� j L o V N d f6 .y N f6 L a] Q_ � rn � cn � L 3 cvi 0 0 Z n to Cl) 5. Pre-Existing Contamination Describe any pre-existing contamination and contaminant sources (such as buried pipes, buried tanks, buried drums or other buried containers) in the Project area that are described in the Contract documents;and Identify equipment and work practices that will be used to,prevent the release of contamination. - if no pre-existing contamination or contaminant sources - are described in the Contract documents, write `N/A" Example: Soil contaminated with petroleum products is suspected of existing near the southeast corner of the intersection of SR 99 and Cordane Street. If soil that is suspected of being contaminated is encountered, it will be stockpiled in the vicinity of the excavation for characterization sampling and determination of disposal options. Soil that is suspected of being contaminated will be stockpiled separately from soil showing no indication of contamination. Soil that is suspected of being contaminated will be stockpiled on an impervious surface and will be set up to allow for ease of sampling and load-out once characterization is complete. Stockpiles of suspected contaminated soil will be covered with plastic sheeting when not being worked; stormwater that could run into the base of such stockpiles will be diverted from the area. SPCC Plan, [r4t? rpt {(�a Page 8 6. Spill Prevention and Response Training Describe how and when all Project personnel (including refueling personnel and other subcontractors)shall be trained in spill prevention, containment, and response and the location of spill response kits. sPCC Plan, Mt'ipT,;Pro W Nance Plan Date Page 9 7. Spill Prevention A. Spill response kit contents and location(s) (see Table 7). Appropriately stocked spill response kits shall be maintained in close proximity to hazardous materials and equipment and shall be immediately accessible to all Project personnel. Complete Table 7. Table 7 Spill Response Kit Contents and Locations Type of Spill Kit Spill Kit Contents Spill Kit Location(s) (e.g. vehicle kit, (e.g., air horn to get attention of those (e.g., adjacent to in-water work, drum kit, conex kit) working nearby, personal protective on bridge ramp,within 1,000' of equipment (PPE, such as safety glasses, active construction areas, next to gloves, coveralls, boot covers), spill pads, Honey Buckets,on large absorbent,booms, catch basin covers, equipment, outside main job anti-static shovels, garbage bags; plastic trailer, in staging area conex, on sheeting,overpack or disposal drum, mitigation site, below north end of complete copy of SPCC Plan;etc.) bridge, etc..) B. Security measures for potential spill sources. Describe the security measures that will be maintained to prevent accidental spills and vandalism, e.g., the staging area will be surrounded by a secured fence, hazardous materials will be stored inside a locked storage shed, equipment will be equipped with locked fuel caps, etc. C. Methods used ,'? prevent stormwater frpm o tact ig fuel, petroleum products and hazardous materiais De &bhe rretissiat tie us", to preen`t`stormwater contact with hazardoup matesalc.,,e.g c nt ninated oil!M11 be pled on k rmed;plastic and covered. ... D. Secondary containment for each potential spill source listed in Section 4, above. Describe here or in Table 4.1 the practices and structures that will be used to store and contain potential fuel, petroleum product and hazardous materials as well as the practices and structures that will be used,to store and contain'equipment used to transfer potential fuel, petroleum product and hazardous materials. The description must at least incorporate'the following'requirements: Secondary containment structures shall be in accordance with Section S9.D.9 (http://www.ecy.wa.gov/proa ra ms/wq/stormwater/construction/perm itdocs/cswgppermit 1 20110.pdf#page=32)of Ecology's Construction Stormwater-General NPDES Permit, (http://www.ecy.wa.goy/programs/wq/stormwater/construction/)..where secondary containment means placing tanks or containers within an impervious structure capable of containing 110% of the volume contained in the largest tank within the containment structure. This NPDES Permit does not require additional secondary containment for double-walled tanks. Any more stringent secondary containment requirements (including for double-walled tanks)required by a 401 Permit, Special Provision or other Permit/Contract requirement for work in or over water. Attach a'copy of the 401 Permit, Special Provision or other Permit/Contractdocument indicating the more stringent requirement. Any more stringent secondary containment (including double-walled tanks) required,by an IFC official(local fire marshal). "Attach a copy of the lFC official documentation indicating the more stringent requirement. S P C C Plan,MOOVW0 MOAN Page 10 Secondary containment BMPs, as presented by Ecology (http`://www.ecy.wa.00v/pubs/0510030.pdf#page=96),are required during fueling activity from fuel tanks, including double-walled tanks. E. Best Management Practices (BMP) Methods used to prevent discharges to ground or water during mixing and transfers of hazardous materials, petroleum product and fuel. Describe here methods to control pollutants using BMPs in accordance with Ecology's Construction Stormwater General NPDES'Permit. BMPs guidance is provided in Ecology's Stormwater Management Manuals, such as Volume II —Construction Stormwater Pollution Prevention, BMP C153 (http://www.ecy.wa.gov/pubs/0510030.pdf#paae=96)and Volume IV Source Control BMPs (http://www.ecy.wa.gov/pubs/0510032.pdf). F. Refueling procedures for equipment that cannot be moved from below the ordinary high water line. Describe these procedures. Write N/A if no work will be performed below the ordinary high waterline G. Daily inspection and cleanup procedures that ensure all equipment used below the ordinary high water line is free of all external petroleum-based products. Describe these procedures. Write NIA if no work will be performed below the ordinary high water line. H. Routine equipment, storage area, and structure inspection and maintenance practices to prevent drips, leaks or failures of hoses, valves, fittings, containers, pumps, or other systems that contain or transfer hazardous materials. .,l�escrik2 .the equipme,r?t anfl structure inspection and rn'aintehancepractice:.a' I. Site inspection proce tares ar3d iregizsncy. Uescnb 'the sits inspecf"snn frequency and site inspection proi adurels. I SPCC Plan, WSDO'1 Project,Name PIag;Da'te Page 11 8. Spill Response Tables 8A and 8B, below, outline the response procedures that shall follow for the scenarios described in the tables below, indicating that if hazardous materials are encountered or spilled to soil or water including stormwater, as described in Section 7C) during construction, the 1x+ t rte G tb shall do everything possible to control and contain the material until appropriate measures can be taken. The response procedures include a description of the actions thatCIQ t?' git` F shall take to address each task shown in the tables as well as the specific on-site, spill response equipment that shall be used to perform each task Complete Tables 8A'and'8B. IfNSiJT ieprtrctp will use a Subcontractor for spill response, provide contact information for the Subcontractor in Table 1 and, in the appro riate table below, identify when the Subcontractor shall be used and the actions that shall take at the site while waiting for the Subcontractor to respond. Add Subcontractor information to Tables18A and 8B accordingly. encounters unanticipated pre-existing contamination within the Project area during Project work, WSDOT Prime Contractor shall immediately notify the WSDOT Project PE. n SPCC Plan, SE}(JTzMAt.,f t l ;R Page 12 n O - - :p v 3 0 3 3 s.'o .L c E '2 m N c m '= m.N .Y7 c, E -L N go L !mt R0E UN 'J34 v E m m rna t ' m 3.3 a m E p ac _ ',. m WV op Nc m �.� 0 - m � �O p to n 3a a c m o n U N E E oom is ma c � - mm G C _ U N r.a) m o ° m E m `orno mmc 0 U v o +. L fn E p C N'jco L O L L N OE N .a 2 ..^' m M 0 a) "C N m o ' m T...Q « w m (.cm > N p O a a c v N'E c y 7 •Od oGl O= W O o m - @ N c .O�- -m0 E O Ny>. C 3 N c m N 0 .2 O c a d' m a G �p U O_L m d W P - o W CL ° U � m � 0 m v E �9 o La) c c p a) o m Ems° 3 r y � E ' Na ED A m s m L M '.@ m d CL 0 f6 00 N p UO >,Y O m d y a w I - m o m � a N O o > >. N O c .,Q;N rn m CL m c 9 E m O 3 m 'a 'gym - Na 1 co c a o c m m c@ m 3 a yOT� NN Cr mw- LLL i c 'nc � .ow E�i m m ai 3 N �Z� R O y L m "0, fd..L U m N N O.n d ~ N m cn C SN " mac N = om ++ 0 >,CL cu E N c o m c o co E m N N 'm N p 'o a p N U) =$ m m n� w L L a)E T� ❑"O .. Y E y o. m Ui a) N N 0.-00 Otp- p,'O O C "1 ? � w � do � EEC c '- O O 0)CL p- N C m _..+U• fU6 _a ° C C O U N . � a s N. a) ,EN aN) m � p � oU U m mE ° q n Ls ° . �• 0 :C ° J a N N C N m .� W `Q 2 C L N N ? � E cao3 � ccc m0 o .,mL. � .pd �p d co d (n m ) o m m o c o ° m c o ..� d n.c zt o > oN1- aO Z� Cn L @ V t L i� t r U @ @ N N 10 Q N N cm m O m Q a m @ y 0 a) ,o �L C U O N Q N U @ N C m a U U a alcc p O70 0 U 0- imEm mmosya�i � aN '.CFOE w _ p Nwa CL a m y ma �m0 �pa� 0 a) `D o. � o p GE3 m0 mom Emo mL o CL oo C: E ..3 -00 0 E 3 O '6 �o q a �. .O >' 7i O y N y N N 0 m C 1. a) > > Y d d O C.N @ Y. L) E " E_ L 'ocp;a o 'o NON Co Z m vw o o E o; 2 `o .3 W W;:a 7 0 3 m o m U o =_ E E o m C N a - 0 C) i lC N N R �O C p O (D L- N � F L9 ( m QQ) 0 @ a ❑ _ c m:3 o d ma) �' ta� O W � m O v YN > Ta N " m m e E m o 39) O a L a)a O = ,0 .a op NmN 70 N �3.N W N N .� l0 i, �. .o v L -F 6 00 Ow (V N (9' y a) cy C �0 O d y V N � aEaion `" F- O:.O � Z` O Q G N C C N 2 O m O U O E y E E y �� m � $ N E m w ! 0 0 0. m N. iE'. 0 � � mm Enmm ao Q 2 :- O iNS y o o; o.a � oc; -0 C °' a) 'p,., m m c m 7� o Limo a� o � �- aa m t "O- vOi o `o °' o - QE m 3 o N 3 � : - m v 0 E 0 p — ' 1 d � p � U ~ N D °' oaE NvQi -0 O: C: U _ Q1 N N N O 0_ at � 3 z (4 9. Project Site Map A Project site map, clearly showing each of the following required or recommended items, is attached (attach such a map): A. Site location and boundaries; B. Site access roads; C. Drainage pathways from the site; D. Nearby waterways and sensitive areas (Waterways include streams, creeks, sloughs, rivers, Puget Sound, etc. Sensitive areas are areas that typically contain populations that could be particularly sensitive to a hazardous materials spill or release. Such areas include wetlands, areas that provide habitat for threatened or endangered species, nursing homes, hospitals, child care centers, etc. Sensitive areas also include areas where groundwater is used for drinking water, such as wellhead protection zones and sole source aquifer recharge areas.); E. Hazardous materials, equipment, and decontamination areas identified in Section 4 (Potential Spill Sources), above; F. Pre-existing contamination or contaminant sources described in Section 5 (Pre-Existing Contamination), above; G. Spill prevention and response equipment described in Section 7 (Spill Prevention) and Section 8 (Spill Response), above; H. Recommend providing the WSDOT Prime Contractor Executive, WSDOT Prime Contractor Project Manager and WSDOT Prime Contractor Superintendent initial sign-off; and I. Recommend using Project-specific Plan Sheets or a consistent map scale with identifiable or readable maD 5ymbols for Bach P„rpiect SPCC ap..,, SPCC Plan, tE) 2 }�t3 Caf Page 16 10. Spill Report Form(s) A copy of the spill report form that WSDOT Prime Contractor shall use in the event of a release or spill is attached (attach such a form; an example is attached at the end of this template). SPCC Plan, U1t5DOT Projec(,Ne iiQ Old 7-04te Page 17 11. Plan Approval This SPCC Plan is supported by the executives, project manager and the superintendents of ��r!�' �ggtrtQG having the authority to commit the necessary resources, including labor, equipment, and materials, to expeditiously control and remove any harmful quantity of fuel, petroleum product or hazardous materials spilled or released to the waters or land of the State of Washington. �X`2C'r�U�e`'�Sf1d1�F�2; OW ? X� F 4 r �I tf ON ., . S P C C Plan, M-0Tv f4144NA Page 18 SPCC Plan Acknowledgement Form (to be signed by all Project personnel) This is to certify that I have read this Project SPCC Plan and understand its contents. I have attended a Project orientation meeting discussing the elements of this SPCC Plan and the safety and health hazards associated with SPCC operations to be performed at this Project. Failure to comply with the requirements contained in this SPCC Plan may result in my removal from the Project. PRINT NAME SIGNATURE DATE x SPCC Plan, Wa Obi Projee#'Name P1 (1,t),aYe Page 19 APPENDIX A EXAMPLE SPILL OR INCIDENT REPORT FORM Instructions: Complete for any type of petroleum product or hazardous materials/waste spill or incident. Provide a copy of this report to management. 1. WSDOT Personnel Involved in Spill Reporting: Project Office: Name, Title, and Phone Number: Regional Environmental Office: Name, Title, and Phone Number: 2. Contractor: Name and Title of Person Responsible for Spill Response: Phone Number: 3. General Spill Information: Common Name,rsfss pilisd Subzi(ance �� . Quantity Spilled (F,sstarnate) Describe Concentratiornuf Mab&na1(Estj, ate) Date of Spill: 'i Time Spill Started: AM PM Time Spill Ended: AM PM 4. Spill Location and Conditions: Project Title: Street Address and/or Milepost, City: Weather Conditions: If Spill to Water, Name of Water Body (if ditch or culvert, identify the water body that the structure discharges to): Identify the Discharge Point: Estimate the Depth and Width of the Water Body: Estimate Flow Rate (i.e., slow, moderate, or fast): Describe Environmental Damage (i.e., fish kill?): 5. Actions Taken: To Contain Spill or Impact of Incident: Page A-1 To Cleanup Spill or Recover from Incident: To Remove Cleanup Material: To Document Disposal: To Prevent Reoccurrence: 6. Reporting the Spill: Spills to water: Immediately call the National Response Center(1-800-424-8802), Emergency i I Management(1-800-258-5990), and the appropriate Ecology Regional Office. Spills to soil that may be an immediate threat to health or the environment(i.e., explosive, flammable,toxic vapors, shallow groundwater, nearby creek, etc.): Call the appropriate Ecology Regional Office immediately. If not immediately threatening, but may be a threat to human health List all agencies contacted; include names, dates, and phone numbers for people you spoke with: Record ERTS#, if issued by Ecology: 7. Person Res6onsible for Maiaagiiig Te 4mi lationti.losure of I cidbnt or Sp Name and Phone: Address and Fax. 8. Additional NoteslInformation (if necessary): Page A-2 I NTERSECTI DIAGRAMS Vicinity Map Map Intersection with Traffic Signal Display Modifications i Traffic Control Signal System/Mullen A - 4 June 15, 2015 Federal Aid Number: HSIP-000S (370) Project Number: 14-3004. 1 _ � I� 3snavet oN 3sInV Z ty- tA�- �Tm as ntl a9l dl I � � Jw ' L_ 39 AV Zft - ` L 1 � r [ _ J � -"3s Atl biq- �� L -I }� as-nv s,. d.✓'' ] _ - - O - AV LtIJ O O 3fsAa661 —E yT, tt e iF -� aioe V,� sae 1tli - 7—i"Hr[zs "� / .� `l � � �� ram.. .� � J i • - 5 ` rj \ O F � i I sse oa3 / sl na 9e �a�rT <N3� �u sAv ltlalrv30 Z LU - I P�� sna 9L N4tlb a - w����+F� xu co t� - - 2 _9 AV U. L SAMH A3llVA 153M I p L S+ SAtl SS L —s Vv sc,i r tj`�; V .p�5. �IJVIH JIdlpbtl � � �l� _ SAPeP _ T I__ - P �h 9 \ F m � - I I ' Se0 M31A 3NIeyW —� _ _ a n ny�a�Suexaly Uoua) �- - -� ml z o col N U in o[„S V u 1 as A a) C ff N <.. `' e a ue ,_.....r;nd ,.Qv,� p�b4p�64�s � r ��_....,_, W �oodl�._.._ <° \ep C9 0 . N A10N 10 I IICO 4 E a 9j. _N eon WY s -...�_ _ �, ,N nV�aa auua , a a III a) 'p°aM �' G um w I ...�._ C W� llJ leaS � i__ N ny alelS � S nV a AJV `d e A m _. N I � uap � � C�ntral Av IS rr_ Z w it .a.a.N.2 N AV Paoallab w S AV eoilleN W V II � ti �_ aaNs o � v - N nV l SIN V Z o �. ti WAN Z T a NIdZ a L r. _w �y w„e -N AV 6� w a IdS � c III z o ndb Swb r �r z Y` N""5 W III <Z 0z �W 65 f U ° s""AV s V � aadn LL III aadn NnVu 0 jll �I S nV uepeN LL �II N AV uosdwoy� L96 b U)�� .�. NAV ;� y o' - NI III p E N .a swe � N fV uo 4 M �4 �. ... S ny uo; u._..... nn N AV Uo a se "— II 6i Tr 3 S Id L9 a u! M a'e . ,.a y sawep fa4 n alna6p;� ac nr , i m v y4 4Y 1 a i q4,d CLO O (Jo w 6 -O u- ' a O aJ mO •� COOOE C O O c C O v 0 u as E &. 1 a) .� O fl_ )' J Lf) O E 'iR. . W O '3 E cc -so- -Do U N „N a O (o @ aJ L y — O O u Y 30 o 7 a0+ O 'L aJ N V -O O 3 m -0 O to E c E O_ o c 'O E v*'i aJ m mU o J c 6 E ao 3 m C- v 7 E a) M -C 0 O a) 0 7 C O_ s. O O ++ C u 0 0 V O o �_ a) a T c E c-0 -o ,�i 3 m a y L C m y F c v +-' aJ N '6 O a r w 6 z o N E rl c 'in -O -6Qj aJ m _C .0 aJ �` k s t �J LO QJ a E C U H 0 6 f0 Q E ao � u � o i1 n' Q) QJ �-' c aJ o ar o aJ C c t. > maJ c u L a) L c aJ N '.. — o E Qo m 'o oa c E v ai ao o to z .. Ou 1m .n .3 i I I� q linI: O rr' i, i O f "S 010 I LI 1 •♦ Lam. CL I Y il 1 " S' Y • qp O I Ct�� i s+ ai 97 C O ID o Ga > U 7 c O L m (: I C C $ UvCi E+ O T O fa (Oo � YIp ��s N .3 4 O C E 1Y/1 a) m f0 Y p 10 3 m E c 3 m ° E L O L Y A 3„`� x •€ . E m E v 3 3 (0 C Qj T C 3 o v Io a ,� +' N aJ -a -6 In N yL,, 54 "=t >3 'tl Y#t r t�O vl L C C p, si iv 1+*S,¢Gr,,- c-I p E ++ C a) N y u. yin tla a a a) a) a) r� a WbD ` z L D U) co 3 L N z E 4 Cj4. " E 0 � CE � m ° " + _ Ln on u on O N ++ C aJ a/ in a/ N C .Ta* N v) Q C ati p rL.+ N .0 C > m a) .Y.�m..�.r 53 f„�' apa pg+ `• J f�` ." C _ O E Of C o E H� �,�s+ i 3 O O L w P 4 #Y Gri� n s N 00 O M 00 `.- C fa J O .� .O � N � v O E f _ if Y O 9P Y v c 0 3 0 ,ea N ' Ln -' O 0- O f6 OL a (� W� k' a y} 4- Y aJ O U Y C C f0 -6 b g i O O U 0 f0 '6 0 O 3 _0 o 3 c E � x Q o o c E yYj N f0 (0 Y O m [6 E C U Q c s.? C ` f0 as E N mL O F 'Y O O O m E m Y m a, N m o •c v 3 c o v oGi oa E aJ O n f w Fa m t 0 E N q. l c-I L 00 0 W M m Q -O 0 m Ar 00 a ob a a) c n YL v m m m N O f0 >- Y ,L C C 1A r 0 a) c u N t U W m F c 3 — '47- m E E bn U bA O M M N o gy. v v v c c # li > v c u t c v --- , ° i A I µ 40 b.0 flti, it Y j i U m � 'E p Up I� g N o N E H ba ,U o Q p J � •� O 1 p w £ U N Y a T @ M 0 aJ 6 L Y — Y a p U m m m 7 N p I 3 N 3 Q o ° ° G o E o 0 m o m p m E c U p_ C v 3 a aj e, o c a bq L o ° w s O U1 - t, Q Y 3 N m a) T p y E m a) N `' L nai C C C to 'E m i N IY/1 L C C �o N tii \ .t+ 4 Ln D cL U a) `� C 7, -p 7 -0 (0 M iM I� N i m 4— C a! y ^' ai L i N C CM N NCL N 3 U ^ .� -a UO m C Y L -0 C C C p a) ++ m O m .— co bA +u U O U a1 _ 7 -C a) E ro c m m p (u x m m 3 U bD o m 3 (U L � Y C al O 4! U1 m N O C C v m v U L a L c v p E O m c m cz: Y Y pU m E V1 C -0 Y I I I� 1J 1� G YY m k � a of ' 11 i tt ppk �9A4�) ri�}ask rx i C C cu > a) O` H -0 C L a) y Ca O 0 m 0 c�0i a y0 , C N N r E V O- N al O N a5 y ti`sK p a] .N >• 0 p- -Ca) Y F �n v w Y C al ! f L o a w 0 c s > ads uy �?r y N C y m �: U W E O U O V 4 c v 'u v c 3 o u ,m aA x 0 w 3 0 o m 0 0 c ^ V U a) E m _p f6 a) N Y O C bA tao 0 a1 C C -p O a) C v L L O_ N �6 O v, 0 0 — Y C E k \ mm -p a �' c a) 3 Y o Yaj E 6 E C E 0 O. aL-+ O Y OGJ J U f6 U a O •C �� }i 7 C L a) 0O O t O F 0 7 2 -0 U ca N y ad "O C Y p ^ ha C m y C 3:U0 0 — a n I C O aj O a) '6 Z '� bA E fa a0+ f9 Sri c (Li0 v v 'v� fa to L p Y Q O Q a"' w p it — Q L (a >• O a\ y bA O — c aJ c c ro c E ai c , � � L .cCc C O � C n7 C (0 m c-i — C m •Y s_ O iI ad o (D N >_ v v v . s L -0 ao a m p c c j0 Q al C N � -6 m bCA m C al hq L C C w a) ao 6p o m N 3 °�° 3 n c 0 a z x E c p E � v E 0 v a, m y am m c 3 0 £ L 3 L m p z v Yn E a) — m a c c ° o v c m Y 0 c c a) a) E > m a _ c E t _ a>) U 0 a) L L E o y m ' �, y > L L a ay � _� E a1 ( UI L L Vf y Y Y > C a r ?'rY al '� w p C a) a) C O al � Y y y a � � s 3 � U U O M 00 b17 i ua i. i C -C C N > hiD O J '> m N Cc, O c Y e C O c \ O Y N 6 L bA NN m pg�P Q N aJ -0 n (0 aj N Y m Y aJ N C mc > .� O yam, C O ++ N U w E O U MLU > C '6 ij -6 -O 4- GA N '� 'N 0 3 O m c C c c ❑ ' ' x r f.n L m N Y O pp 3 O E E c E a c c '�on O Ln C E al hA of Y p J V y Sj y' m L m 3 E aJ Q c ° ' € .p• o f a, m E m m E E Y ncn o p m u o -o c o „� .. �.. . i N Y LaJ ti a '6 Ln E E 7 m aJ -6 N Y H s O -o v 'C) 0 cw E v v z C) m O m Y m ai cu t c -o E '� m _c c ❑ O N �, aJ ?, J N C N m ci \ -+ Cq -O U tlA m N 1 m v a aJ 3 L .0 w O E c z L k $a m m 7 = in — c 'Y L m O Y a) OL -o m E E y C N i N C W p_ 00 aJ : aJ O m i LW y aJ v c c N ... ra Q = 3 u c -O 'in a .a m m .N f 3 bz C m C Y y aJ C cc vi w •L.. ❑ aJ '� y s O w 3 m m O m .E c •3 s F$ y ai V O t .0 m .N � ' N N _ °� E t o ° v 4 ax E` aci +' E m m v y m m m o m Q v f #1 o c 3 3 s a`J O m o s > m o c U s v c a v > E ° > m Q — 3 aJ U o E o o o v > g 3 = E a`J ° E y K y y U m C CG U u cc >- ,� o m 0 I rn W No c m _ 'c bb ,�- U m W aJ V •� c .. -..., CO L C p c -p O .N M aJ N 00 C 3 Y m s v m UD Ern Ln o v to ° v m m v o UO m O p O m •� . ° c E °' rOa c J ,^ aJ Q a) E m Y O J V C imp C O vi V O- C m O m 0 aJ 0 7 N z { L O O O y> m '6 cPZ c x t O al ? inO O -° O V U '.. C m -600 M O m W aJ c V Z b0 E — m aJ m..c L a v�i S Y N L m C M ° U 00 Cl bo O a-� '° °° O D O m °o 00 ci .0 N m m V w `^ C 3 O -0 m ° l m ° v ° 11 O — N O C — � c 'yr Cj, C N aJ p_ by aJ N a .... — b0 a-+ aJ N C c N aJ m m .N -o m m .N M c bo ® . ba v ° m o ° m m N 3 m ° m � 00 W '6 00 W — - a+ c aJ M -6 w aJ aJ ° i 5 in d' y aJ M ° N to Q m aJ aJ +� s+ m aJ v- ° +� aJ ++ > v c c aJ L O aJ = > 3 0 ° aJ v > +� L > m , o = a = o m t a o f a m e v a O (D ai 7 ry iy O ' M O CD + c� n. s S I CLO , 00 O p ° u m a O 3 'c °f C W O Y N N •E O ai O N N d' O_ YO > U O i -O O aJ m i9 N m N al-6 � Y m }yV 4 N D L I � LOC) C p u bD O u m ' O U O a O J lf) m () w O u + V ` C N -O -O vl Ii �vl U 0 3 O T 3 C C a) U oa D CL • ai fLo u -O 0 vYi E ° 0 m -O N s Y 3 a E — C Y ++ C 3 i N E •C N C 3 CL o —° m a '. L• O ° E a ° ao no — L O E O C N m E m .c 3 N m UD O Y N O C 7 aJ 'i ai m ci O C C -O fV -° 0) -O y ai v v Y ° m a) 4! on E a of U a) a) O m � v m vYi s -c a-i tjo •in -O "6 m — C I- a) N aj C m N E al al O m L .0 � C O E C C 0 -C — E m u Y O N m u m .0 E ,� v c v v N a Co ° •a N Y -° [0 N D_ v 3N .N m m � O bA m C Y L -° C C C Oa Y _O -03 m P r °' � 3 c •� CLJ C 3 c°n o ^ m a) v o E m m _0E , (U m E 3 L O L O @ m C a Y C N O a1 � aJ a) C � m c w Y C > m a) C u L N L C O a> > E +�+ > N C ° E o m c ° m ° u 0 W W O E a r `x, v _ c o n° ° v " a o a° aa, t Y Y U m E '� _0 3 u u � Y Y �. 5 3 O i} q iA X -t JI i � t � r r I � i { N R I': ll k + + 4 + { C� z o i N W a d j f.- V� 3 � tto C: O1 N JaGyz,jk a c E v v m v o o ° � L OJ O - Q E E F m .C12 {" O L C c Q pf E +-' NNOU J J m of 'a C Q > V m 0 0 U m of 0 O C s o E m m .- O o c w v i a m Q 3 v a v * o v w O ID 0 a) U ci a L U p �' °k s •. Ln OL m u u w -p p '� -O v L r m c c `m c o Qm ...� d. p O hA a) p O70 I� hA m m Q1 > C Q! N O x�t �aa•w, m O a T N r 1 -C O- 7 01 -6 N O O Q- O p o m m y E -a O E U N '> O n ' UQ ++ p E L p .N O _ E } . Q1 p- `� N L'i c LU v m -o 0 vO o v E o Q � v o `� m C: X no .c t m 3 m Q) c .... (Li O c o v 'c_ v v a) I-- to > c > -0 -o n c > O O O p G N '6 tlA O m -O n m L N Ol m v O C c e-I O N O CG m 4- CC N I� O O — L ? y „•t€ M .. m bi I , d VII 41 xx( ua su i -O 30 m >> 'ztF 9 c. .3 E v� r" m L a + 3 c MM Oc a .... ..Q ''"' N. �. J Y L Y tU O C > ._ L u on E o u � a, v ' L ._ a � o v oc� w c > aJ u p ..m i w N O c� V 7 O p N�-Y a uJ Y L — 0 AI Qj L O N O C TE '3 0 E — a o eb 3 E � E vY a m o Y O U C +m YD 7 m E L L U C1 C H i aJ m f0 C N � E c C7. D O O 'p O m E m E aJ N aO+ 3 r�o 'O C O ? p t' v C c° v 3 o v a o o a ® ' 41 U = m aJ N — >, m L E 3 m o C — E m v r` p - aa) v v a n o a -o v m ' cw E a m t o << O tL Y -O t"I E QJ W \ hC0 to v bA C O o m Y a - C N C \ L ,C 6 C m N E aJ m ) O E C O C , v E C u N EL m v m u a C p Q Q N w t a .� rN m -E m O O_ .. + v Z) aJ — b m C 3 t -C c c ao m m V1 Q (0 VI � W E co E � 0 LJ t .ir_ 5,' E tip � u m v v m v ° a, ° °� a E a) m c 3 L •C, 75 '` 3 -Ca s n o z c o Y C aJ 0 0 -p ,o aJ Cai c +J m aJ w m y, 3 >O m Q. O :bU v u p N y OL > m F , E o m o c n m a o E 1 ; E N al tY/1 C bA s. tY/1 3 Y E Y > C E w ail � Y i-/aj pU m J -a 3 .E Ou U = if If- i•d4. fin:'. o , m o Ln CU } .W ?r 1 A i re a, tao O O > I � u O L � u O � aO O aO+ 3 O O .� N O a 10 V a N a s -O m O E a L a � -6 L a L cn C > a C -6 `$ u bA E O •VWL) p a m N O Ln ` � v 'o w E o v fo u 'G O N O 0 — O C Q a 2 n`n 3 v Y E —_ E E E c a m o ai -0 O a`o ° O E a gFV E b0 0 ? N M a C 3 O C O Eaj Y° E H as a ° ° L L c 9 a �"# O O '6 a a0 a b0 E L -O a +L+ �6 '"'' Z O �' a N a + UI }a+ a -6 L V1 (6 L L f6 • ry -FuC ci a a) 76 >� _ a E C ` p a E + o as u a a a a a a v a L .on +• ._ - r O O a E co c 3 E w u x L � r) a a O X an d u m ' a° o a 6 a co 3 3 v > o ° c u c o c a a E a3F O E O i- E � O a a a V L t6 -6 Can R L E a a C w L a� a+ E +� > C �9ftr u is o 3 .E ou rp t x:f sn r =4 'C — O O bD � O N IN O. -p N 30 £ 7 a) H '6 O N (a > J c C L ++ al T p > c c p 3 u na E o uru a`i o 0- cm: o Ln @ o c i v 7 bq h0 `� Ae Y a) O aJ C bA f a — 7 .L a) V C R 7 N Q p y O 0 -6 Q �_ C F h a1 a) Y O —� V 7 !6 k, O i V y 7 L [c Q c .tt--- ( v Y c t Y fa L/ a) C m N CO m O 7 'a) 70 C d 7 O O a h0 c fO 0 � c oQJ L J p 4 C V O Y u) 2 m L in ++ N T C d 0 \ 71 bn u1 M -p V ai aJ O .ti C 'un -p L ro — `^ c Ln � M u m f° c m (L)714 =3 - 11 of 6i E c u Lin m E o u J L a. ++ N C W Q Ga w u — a) v- a) -O hp ++ N h c c 1 �l to Q .L.+ W '� "O 'cc M O t: c fa C 3 L L c c C M b9 O Cu +, O M ton ++ ++ L O l77 Ca C N kJ v a 3 L a N Z 3 in is 4-- in '6 •.- v 1 N O E am o ° a m t C .x n7 C O E a, L •� 7 L 3 L v L H N kt ;,J ai j (J O L O C C N v j E aL.� O fs�irft 0 Qj k , E aa) aa) C: ao 0 i0 3 _ > u0 to OV u ' �� i L t � 4-- 0 n4 i bn Y � coti -0 o E w m m o a, N O 0 00 y M N m , Iu-o -c oU v s '� sao u �P Y Y 0m -0 -6 t0 p N 00 > ,v N U s x V O ci o0 0 _ L 0 w O U - -O O L J l.fl — m w " c � al � •� � N ,y � L T i Q Y �6 @ CG v o E E Q Y a �n oai a) E O T O C fl_ ' E U CO fl_ NmoO' w o ° 0 U C m U '3 C 7 7 Q 0 a _6 Q O M W m 0 m ei r bA mC aA OA W a) Y W 3 a c y LO L O v vY�i y +L�'' � a1 m vi m Y � s � Q iL-+ F• �.. co o ao c � v 'o � a) .N v — m Lc a, m v U 0 M s m -0tw Y VI Y c m w •j in v m a m m bo , p� O C C no t -o 0 00 E •c am c Y c a ai > s CC 'in s G os E vsa-im0) > O — o o O 0)E on L E CN Lao O ma SKK- Ua t4� Y � x � y . ` $ 00 6 Q) W � 1 I ti OR 4 bA e w Q O � Q C H ro N V a w CL m O q m � . @ ? c Z5 m � 0 3 0 — m o W C -qro ro rsi s .xa f 3 d "€. rm u UO n� I w a s ro as o G n a v ❑0Ln q Caa G "0 ,z dC7 t5 ' t N uJ rf C g m G c. M m L L Q) a �, a; iU Q G 2 Q C3 ++ m a a E o a u c c g q l�J �u �v C t aY 6 F-n sm r�l% -. a; aJ , n — E Cad. # 4e, � IN � -o � � � � c as ,�' � F�t� a '� c c ' oo z5 b Fd=l 1 a m m c° o x m , ;rr s ,liaMm s m a`J #`` "xv � N L pp = F dam-+ P '' -rya { of � ti o — — rv, .. I } R • } A= r s CD m 3 E v v c c V !0 v a o L cC, o o � .'s. 9 a�i 'c f O C'C u N o O OU b0 t0 ` v OQ y Q C L 6 L 1 v O p H Y0 0 m N 00 �O "1 N v O C� t6 Q 15 N L O p .3 w - G O O ro +O+ E O 2 cm o— N O in Y E m _ N O m Q O 0 0 N p .� sn o —0- a) C G' 'c a N O O GO p m E ° o a) 0 L p L a v C u E E o o s - ' • Y {ma`s;.7 Y y O O bCD M 3 c o a c v w E m a o m °1 3 0 m R '� H - O � C pp O. 4 m _^a t tt7e Sll h0 L4t6 O O a .3 — v v o — N n m o m _ 3 m 3 j m v v E Ym Y II ij ro N tDLC If rl ' S � 4 �fu I s� Al r r. o- + L N O j C > 0 O L B . CCU O m N U O = 3 N p Q O 0 c 3 + N O O N U C ! k y �"f a) U p O- A J Ln uo rj q O ,. E O 3 U1 U a�i _0 o m s m li �� i y bhp N O C� M L u L p — O E Q t r rt '6 O_ OL C C N N r s + C E 0 OJ o CL m p bA >i m C C N m v Ov x,= 00 o -O � " �• R� no ou 3 0 x O L L C1 v -0 '6 M C N O 'O ItO on 'E L u! m bA m L M CO 'j W C O W O 0 � t fl- -0 U N aj l ^ s „ by d, m a = mcu to 3 „ J,.J p •„ ro M C v m c w 3 2 .f N •c aJ o v v aJ c v / r :�� psr cy > m CL N r c 'p .ten 9'•t 5+g '* yl' 0 E 0 m c -� i0 Cu 3 •c .. CU �^ o •°0 p �^ v m CC a m 'm w g �v v " a �' t ! 1 ''� k, � M Y p ^N1 Q) g O O N O .qo Il N N IL6 7 U (a6 33 ' +3t '&* i 3 r �� � &y m o �< a , o O E aJ o; v 0 u tin v .0 00 v a ° o cr r{ L Y 0 G m 4 O C E d�i�p{i aka 4 a O OCU N y J ft a F 3 aJ L to O E QJ k{ 0 7 C Q O 0 aj ono m o a+ a O u 0 0 u �? u 00 � a) ? O c a v — on E a3 v m ° v t m � s � m a y a m t I 'o E O \ Y as ^ 0 CL a u r, C aa`a) taco .L {4 t'tt t`rapf? L f0 E Y c aJ F"i (R CL N N � r N a 4 % 4 c 3 c t � � o a Y o m in 3 u '3 ) v y_, ti a u � o v E 3 0 3 �; a, O v a t m r c m , a E o m a o ° a 3 t E o oa O m E s 3 } i fr,= st O M i •' (9 d i v Qj O C O O r -O aj O O C Y aJ — m 1+ . p N " O }' -°aJ 0 c-I bn C U U > fYp O \ . E O E O U ry �H s" 3 O 0 E O L ,...,....ro.,..I C W •> V � � OI 3 Q a1 OL -0 ` O C Q C O Z3 -0O C E -p O` a C O N U J O ,j°, rj U u + EE f6 •vf .0 m CD 3 (p '6 •.. Y o 0) v tin a .� M N lA "6 m C s t c-i OD m w E c � v v CL O w L4 3 � t I O v Y M o v ro O M L Y u 3 bz E -Op N hC0 C Y > C N in O E C 3 •vi ao v }.r y t U Y 3 W tln al YO N b0 Oi J VOf N N d' L f0 m O M a, on v c o 6 aj o c > c v o — p c — v a — D E o -0 -o c N � o n m m c OU _ J O m i N lZ I ti i .x I s � LU CL - c — H ao � c un — m ra c c c v m ° c •— E E: v.. L � a) 'VI Ln 73 � � m -p 7 . a) -O. O m O N 3 m O 0 E O E + 3 G L +-' '�' C a) O L O a) C h0 E Y ° V +' ra L O v O m L u OA U C m m al aJ L -° 4-- -0 a ,r cow bD O s m m a1 a1 t c. Q—_ � a) a) �'' Ln 'O m a! > O ° w 3 •pq Y C � U 3 am E c v m 1 3 W C_ s p cV v a t N m E J N C m alt PL!i rti O O w °- C 'a to r4 > +m+ vL- c N N m 'O G 'N -r N 'O c m O_ 7 c al M Q bD m c-1 c N aim N O L Ln N aJ m t A c w ++ hi Ln .0 'v '� C — L fl , xz ul Ln M G Y v N m 3 a a aj u4 v 3 0) zc c ot � c upUJ E E p° o E m t�� 7 m ai in aJon L l70 aJ aJ CC X Y N + C in N a) '� •� N x .ao a) o m m � v b4 -0 t m V1 � � L m y .� 0) C 'O N aJ O tla O c cu °CC E O Q m ° m OE E 41W m O Ln C C m 0 n c Q ..-,tea�r $'a. f=•f str ,h}iye. 1 5 A x,,id N a) ru � I ) 1' bO J 4°- aJ N u c YI L L ai y • O N O ++ L U N O n N i 7 u E bA > 7 0 -0 � •N C c m 0 -° ca O O in N N - 3 C -° U O rj li O O D OV m c0 +a)+ co- a1 W Ln 3 f6 > 0 3 Y o a CL u + O o E E Y v 3 E o 00 r °A a w v c v u E o o E oz v E a m � ° ! i O. O ++ a 'O a+ C N -C N c w C a) O -O c E m v ° u _a °° c c E ai m L ° n U o L 0 7 c Q y m 0 0 a) aJ aJ y _O bA OU 7 O to -O 3 a) u C U -° -° m E C m Q y f6 ++ O a) -O a) C bO E va)i L a) �.. ._ N y a ° IMP vyi L 'C J O u O to ij W ? C `-I 4-- 'C C v a) \ twm ° c- o E ° a I [�6 C C m c -0 -2 O ± a E C , r o c c 3 s tio v ° ° \ n0 m a E E ro O. a) a) L `� �n CO W O L C 3 m _ m 110 •O Wes-' O m O N fNo O OD — C V a) 3 L cli V L y c E �.,. E Q cr m c E m COa) u v c L U on Oaj a1 +� L x O _ C E v s o o m ° y^ .ec_n ti v Q N rc u u m E 'F S u m = 0 'u) i .r� a a� Q0 N N 21 C x� 3 3a y 3 sa�} Ln e oz v v r v O — 0 0 p ate+ L U I a) ++ i\ N ++ c E (u w bn ° ',N- in-� c 5 3 -6 m `� U c c ai— N +.+ N c O N 3 U N 7 d' +�+ a) 'U O Q >' O Ln = -p o w E o a ya o c p u ' p m ti4 0 Y v 3 L c w c O U i+ O a1 J u) •c a) U O O C E m a o m E E v v o Y o cw o 3 £ (Ij i v o w o I. o f a o u a c -p p q o > a m E m E v c tw o > 3 a) v a , Y N m E a w u O O c a) c N s -..;. 3 F -p m O_ � al C kl Oa) N '}6 O .c o tea) L :.. (tea L Co a 7 � O "� s v- -6 L c-1 .0 c ++ ai (a aJ c-I fa c OU ^$ a) E c U I, ma 0- a) a) ro � d• U . c m c a° s t ° � " Er afj o m o . c 3 c a"i � 3 p c v c E v n N c c aJ a) Y E O_ � ra c )n fY7 v tpi '6 N :. .,. U no v Z XO c ....,,._. N as a. 'in 3 L 3 3 ate-+ ao .C: > QJ > (6 Y c U L O c c 3 y i O E N N -O c o m a) is c +�N a E c 0A r� p > a0 c-I a) fl_ K +a O O m J vp U U - U vi I, K O un J rxr { yk O �,; e; .,.-. s ,\,Y x2h*'deli�`�,' .Y'z3',+ #MiaT�%• k .. y I I tic Fz oa J vo v m v C m 3 N L v L 75 a av# v @ v v N x. v c O N O U m to N m` o — O a o aj { m _O O m Q O E v v vro m O m U E 3 E 9 05 w o O c a Y m o o m m E v > av c r w 3 m 3 E v s � ',� ` d U O 3 C T v a v v v m O m a y � E 3 L v m I— O U a) O m m 7 — ++ E - „y Z O C ai N eA - o 0- a E v a '. am O m e o 3 "` 2� +� — m OOa m C N L -CS C 'O O m 1� a) .y O a) +J O cw " E � v 3 '� oXE Ca o +a,� N O ay U > m > C O -0 C 76 � OO CEa) > \ Qj O O 'C c v O_ UUm E U + ad„ 39i • ❑C O '7 ') ' r •` i •YW I �Itl 1V�� �p �¢m'i. �� Eis Ex OM k, f — 00 a I. E A t tx bYi,:� 5 f •• r� r bD O Cc: O �o S m N N C .�.. �c Q L gg 3 a, E c c L o 0 0 ❑ °° E N jZv .0 O O tt- E O 3 c ,n ro •, .; , V b17 w Y N i '�'' _ N D 'C N U L J f0 dF f6 7 f0 E N fl- C Yc # 3 v o c v ' 5 E v m L O c o " Eo E v 3 y` � 3 a� c {q 0 u O 3 c > 6 c-0 -o v m aci vaj C o a w E i N c is fT� �� ti 3z Ln c •v, -6 "O to K ,p�'���I,i (u � (0 L .0 N E +�+ L _ ai Qj aD a.) EE c i f6 O. N v VI U o O 3 y �n -O — mci •. bA N C y _6 C c C m u; O -0M c: .0 o ro O •��s§ acD v a 3t ajca Eai � Y w tO ri vi '6 w L N N E • m c E n m o c y . o c 3 ti v 3 c m c > y N c O O a) N N c O E 3 E aj 4 yn c hq O c y y „ E a) 'a) v L t O = bA l ❑. E E 0� 3 cc o i i O M ry .. . N Cl) r , W L p. a I un O c _s U +' °' o p ` ai p a 1 — t v m D 3 m s >Qj 00 � > ID ri can 0 �• a) b p a O L Q t 1�, iL G v m c E no o j E Ry m O v } v m 3 s i 1 • ° :�r p u 00 O 7. N .w, f6 m -� m yl z is . 1 U C 0-0 p 0 v —° c 5n E v a v c Ms :+`sIN w o E as 00 Qj c m v = m v m � .a m o m m ac O _4., ...fi��xt u w o `n s '; 4$ v O m w > E o v v v > r 'r• ,�rm b _ a � n as v i" m dl p ' � 16 t I � ryry o CL I � ma Ci y j nomm Ica � = ; s O w a Q ag tn ✓ "6 J Nmo r-I C '12 a v tic E w v c� Onr m � � �r o m ..� _ .� I � � I h 91 m C tU O G m m v E c v 41 3 v m <n m v uo vt S v m , ry '� cc PREVA I L I NG WAGE RATES Traffic Control Signal System/Mullen A - 5 June 15, 2015 Federal Aid Number: HSIP-0005 (370) Project Number: 14-3004 Page 1 of 17 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime.calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 07/14/2015 Count Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $42.67 5D 1 H King Boilermakers Journey Level $64.291 5N I IC King Brick Mason Brick And Block Finisher $44.46 5A 1M King Brick Mason Journey Level $51.32 5A iM King Brick Mason Pointer-Caulker-Cleaner $51.32 5A iM King Building Service Employees Janitor $21.29 5S 2F King Building Service Employees Traveling Waxer/Shampooer $21.70 5S 2F King Building Service Employees Window Cleaner (Non- $24.94 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $25.80 5S 2F King Cabinet Makers fin Shoi)) Journey Level $22.74 1 King Carpenters Acoustical Worker $52.32 5D 4C King Carpenters Bridge, Dock And Wharf $52.32 5D 4C Carpenters King Carpenters Carpenter $52.32 5D 4C King Carpenters Carpenters on Stationary Tools $52.451 5D 4C King Carpenters Creosoted Material $52.42 5D 4C King Carpenters Floor Finisher $52.32 5D 4C King Carpenters Floor Layer $52.32 5D 4C King Car ep nters Scaffold Erector $52.32 5D 4C King Cement Masons Journey Level $52.38 7A 1M King Divers & Tenders Diver $105.37 5D 4C 8A King Divers a Tenders Diver On Standby $59.50 SD 4C King Divers & Tenders Diver Tender $54.82 SD 4C King Divers 8 Tenders Surface Rcv It Rov Operator $54.82 5D 4C King Divers 8 Tenders Surface Rcv Et Rov Operator $51.07 5A 4C Tender King Dredge Workers Assistant Engineer $54.75 5D 3F King Dredge Workers Assistant Mate (Deckhand) $54.33 5D 3F King Dredge Workers Boatmen $54.75 5D 3F httnr //Pn ri-race ni� nnv/Ini/ n �nolnn Lim/nniUlonolnnLm ocrw G/4/'�111C I Page 2 of 17 King Dredge Workers Engineer Welder $55.79 5D 3F King Dredge Workers Leverman, Hydraulic $56.92 5D 3F King Dredge Workers Mates $54.75 5D 3F King Dredge Workers Oiler $54.33 5D 3F King Drywall Applicator Journey Level $52.32 5D 1 H King Drywall Tapers Journey Level $52.37 5P 1 E King Electrical Fixture Maintenance Journey Level $26.59 5L 1E Workers King Electricians - Inside Cable Splicer $66.76 7C 4E j King Electricians - Inside Cable Splicer (tunnel) $71.67 7C 4E King Electricians - Inside Certified Welder $64.54 7C 4E King Electricians - Inside Certified Welder (tunnel) $69.22 7C 4E King Electricians - Inside Construction Stock Person $37.19 7C 4E King Electricians - Inside Journey Level $62.30 7C 4E King Electricians - Inside Journey Level (tunnel) $66.76 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $69.95 5A 4D Construction King Electricians - Powerline Certified Line Welder $63.97 5A 4D Construction King Electricians - Powerline Groundperson $43.62 5A 4D Construction King Electricians - Powertine Heavy Line Equipment $63.97 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $63.97 5A 4D Construction King Electricians - Powerline Line Equipment Operator $53.81 5A 4D Construction King Electricians - Powerline Pole Sprayer $63.97 5A 4D Construction King Electricians - Powerline Powderperson $47.55 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $82.67 7D 4A King Elevator Constructors Mechanic in Charge $89.40 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $15.90 5B 1R Products Work Only King Fence Erectors Fence Erector $15.18 1 King FtaRgers Journey Level $36.171 7A 31 King Glaziers Journey Level $54.91 7L 1y King Heat Et Frost Insulators And Journeyman $61.18 5J 15 Asbestos Workers King Heating Equipment Mechanics Journey Level $70.37 7F 1 E King Hod Carriers Et Mason Tenders Journey Level $44.00 7A 31 King Industrial Power Vacuum Journey Level $9.47 1 Cleaner King Inland Boatmen Boat Operator $54.57 5B 1K httnc•//fnrfraee XA/a nnv/Ini/ Aanalnnlcnn/nrv1A/analnnLnn acne R/R/'JfNrz Page 3of17 King Inland Boatmen Cook $50.951 513 1K King Inland Boatmen Deckhand $51.19 5B 1K King Inland Boatmen Deckhand Engineer $52.18 5B 1K King Inland Boatmen Launch Operator $53.40 5B 1K King Inland Boatmen Mate $53.40 5B 1K "King Inspection/Cleaning/Seating Cleaner Operator, Foamer $31.49 1 Of Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer It Water Systems By Remote Control King Inspection/Cleaning/Seating Head Operator $24.91 1 Of Sewer Et Water Systems BV Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cteaning/Sealing Tv Truck Operator $20.45 1 Of Sewer Et Water Systems BV Remote Control King Insulation Applicators Journey Level $52.32 5D 4C _ King Ironworkers Journeyman $61.62 7N 10 King Laborers Air, Gas Or Electric Vibrating $42.67 7A 31 Screed King Laborers Airtrac Drill Operator $44.00 7A 31 King Laborers Ballast Regular Machine $42.67 7A 31 King Laborers Batch Weighman $36.171 7A 31 King Laborers Brick Pavers $42.67 7A 31 King Laborers Brush Cutter $42.67 7A 31 King Laborers Brush Hog Feeder $42.67 7A 31 King Laborers Burner $42.67 7A 31 King Laborers Caisson Worker $44.00 7A 31 King Laborers Carpenter Tender $42.67 7A 31 King Laborers Caulker $42.67 7A 31 King Laborers Cement Dumper-paving $43.46 7A 31 King Laborers Cement Finisher Tender $42.67 7A 31 King Laborers Change House Or Dry Shack $42.67 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $42.67 7A 31 King Laborers Chipping Gun(30 Lbs. And $43.46 7A 31 Over) King Laborers Choker Setter $42.67 7A 31 King Laborers Chuck Tender $42.67 7A 31 King Laborers Clary Power Spreader $43.46 7A 31 ;King Laborers Clean-up Laborer $42.67 7A 31 King Laborers Concrete Dumper/chute $43.46 7A 31 Operator King Laborers Concrete Form Stripper $42.67 7A 31 King Laborers Concrete Placement Crew $43.46 7A 31 htfnc•//fnrtracc XAIa MAW/Ini/iArano Inn leI in/nrvUlana Inn Unn acne Page 4 of 17 King Laborers Concrete Saw Operator/core $43.46 7A 31 Driller King Laborers Crusher Feeder $36.17 7A 31 King Laborers Curing Laborer $42.67 7A 31 King Laborers Demolition: Wrecking B $42.67 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $42.67 7A 31 King Laborers Diver $44.001 7A 31 King Laborers Drill Operator $43.46 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $42.67 7A 31 King Laborers Dump Person $42.67 7A 31 King Laborers Epoxy Technician $42.67 7A 31 King Laborers Erosion Control Worker $42.67 7A 31 King Laborers Faller Ft Bucker Chain Saw $43.461 7A 31 King Laborers Fine Graders $42.67 7A 31 King Laborers Firewatch $36.17 7A 31 King Laborers Form Setter $42.67 7A 31 King Laborers Gabian Basket Builders $42.67 7A 31 King Laborers General Laborer $42.67 7A 31 King Laborers Grade Checker Ft Transit $44.00 7A 31 Person King Laborers Grinders $42.67 7A 31 King Laborers Grout Machine Tender $42.67 7A 31 King Laborers Groutmen (pressure)including $43.46 7A 31 Post Tension Beams King Laborers Guardrail Erector $42.67 7A 31 ;King Laborers Hazardous Waste Worker $44.00 7A 31 (level A) King Laborers Hazardous Waste Worker $43.46 7A 31 (level B) King Laborers Hazardous Waste Worker $42.67 7A 31 (level C) King Laborers High Scaler $44.00 7A 31 King Laborers Jackhammer $43.46 7A 31 King Laborers Laserbeam Operator $43.461 7A 31 King Laborers Maintenance Person $42.67 7A 31 King Laborers Manhole Builder-mudman $43.46 7A 31 King La rers Material Yard Person $42.67 7A 31 King Laborers Motorman-dinky Locomotive $43.46 7A 31 King Laborers Nozzleman (concrete Pump, $43.46 7A 31 Green Cutter When Using Combination Of High Pressure Air 8 Water On Concrete Ft Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $43.46 7A 31 httnc //fn rtrocc �nra nnv/Ini/�nran olnnlsnn Mr�i1ltlan elnnLnn acne tiIQ11)r1-1 C Page 5 of 17 King Laborers Pilot Car $36.171 7A 31 King Laborers Pipe Layer Lead $44.00 7A 31 King Laborers Pipe Layer/tailor $43.46 7A 31 King Laborers Pipe Pot Tender $43.46 7A 31 King Laborers Pipe Reliner $43.46 7A 31 King Laborers Pipe Wrapper $43.46 7A 31 King Laborers Pat Tender $42.67 7A 31 King Laborers Powderman $44.00 7A 31 King Laborers Powderman's Helper $42.67 7A 31 King Laborers Power Jacks $43.46 7A 31 - - i "King Laborers Railroad Spike Puller - Power $43.46 7A 31 King Laborers Raker - Asphalt $44.00 7A 31 King Laborers Re-timberman $44.00 7A 31 King Laborers Remote Equipment Operator $43.46 7A 31 King Laborers Rigger/signal Person $43.46 7A 31 King Laborers Rip Rap Person $42.67 7A 31 King Laborers Rivet Buster $43.46 7A 31 King Laborers Rodder $43.46 7A 31 King La orers Scaffold Erector $42.67 7A 31 King Laborers Scale Person $42.67 7A 31 King Laborers Sloper (over 20") $43.46 7A 31 King Laborers SloperSprayer $42.67 7A 31 (King Laborers Spreader (concrete) $43.46 7A 31 King Laborers Stake Hopper $42.67 7A 31 King Laborers Stock Piler $42.67 7A 31 King Laborers Tamper Et Similar Electric, Air $43.46 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple Ii Self- $43.46 7A 31 propelled) King Laborers Timber Person - Sewer $43.46 7A 31 (lagger, Shorer Ft Cribber) King Laborers Toolroom Person (at Jobsite) $42.67 7A 31 King Laborers Topper $42.671 7A 31 King Laborers Track Laborer $42.67 7A 31 King Laborers Track Liner (power) $43.46 7A 31 King Laborers Traffic Control Laborer $38.68 7A 31 8R King Laborers Traffic Control Supervisor $38.68 7A 31 8R King Laborers Truck Spotter $42.67 7A 31 King Laborers Tugger Operator $43.46 7A 31 King Laborers Tunnel Work-Compressed Air $64.99 7A 31 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $70.02 7A 31 8Q Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $73.70 7A 31 8g Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $79.40 7A 31 8g Worker 54.01-60.00 psi hffnc- //fnrfracc %Aia nnv/InihAlanalnnLiin/nrvUlanalnnlsiin acne r/A/,)nlr Page 6 of 17 i King Laborers Tunnel Work-Compressed Air $81.52 7A 31 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $86.62 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $88.52 7A 31 Worker 68.01-70.00 psi ;King Laborers Tunnel Work-Compressed Air $90.52 7A 31 8� Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $92.52 7A 31 Worker 72.01-74.00 psi j King Laborers Tunnel Work-Guage and Lock $44.10 7A 31 S Tender King Laborers Tunnel Work-Miner $44.10 7A 31 8�( King Laborers Vibrator $43.46 7A 31 King Laborers Vinyl Seamer $42.67 7A 31 King Laborers Watchman $32.87 7A 31 King Laborers Welder $43.46 7A 31 King Laborers Well Point Laborer $43.46 7A 31 King Laborers Window Washer/cleaner $32.87 7A 31 King Laborers - Underground Sewer General Laborer Et Topman $42.67 7A 31 & Water King Laborers - Underground Sewer Pipe Layer $43.46 7A 31 & Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $52.32 5D 1H King Marble Setters Journey Level $51.32 5A 1M King Metal Fabrication (In Shop) Fitter $15.861 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $53.42 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildines Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildines Production Worker $9.47 1 King Modular Buildines Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $37.80 6Z 2B King Pile Driver Journey Level $52.57 5D 4C King Plasterers Journey Level $50.42 1R hffnc-//fnrtracc XAIA acnv A/A/Milt Page 7 of 17 King Plawround a Park Equipment Journey Level $9.47 1 Installers King Plumbers a Pipefitters Journey Level $74.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $55.24 7A 3C 8P King Power Equipment Operators Assistant Engineer $51.97 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $54.75 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $54.75 7A 3C 8P Concrete King Power Equipment Operators Bobcat $51.971 7A 3C I 8P King Power Equipment Operators Brokk - Remote Demolition $51.97 7A 3C 8P Equipment King Power Equipment Operators Brooms $51.97 7A 3C 8P King Power Equipment Operators Bump Cutter $54.75 7A 3C 8P King Power Equipment Operators Cableways $55.24 7A 3C 8P King Power Equipment Operators Chipper $54.75 7A 3C 8P King Power Equipment Operators Compressor $51.97 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $55.24 A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $51.97 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $54.33 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $54.75 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $54.33 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P Under King Power Equipment operators Cranes: Friction 100 Tons $56.36 7A 3C 8P Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $56.92 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $56.92 7A 3C 8P Of Boom (including Jib With Attachments) King Power Equipment Operators $54.33 7A 3C 8P htfnc•//fnrtracc IAia nnv/Ini/Aranalnnhnn/nrvlNanalnnLiin acne ti/Q/,)rt-r s Page 8 of 17 Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons i King Power Equipment Operators Crusher $54.75 7A 3C 8P King Power Equj ment 0 erP ators Deck Engineer/deck Winches $54.75 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $55.24 7A 3C 8P lKing Power Equipment Operators Dozers D-9 Et Under $54.33 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $54.751 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $51.97 7A 3C 8P + Permanent And Shaft Type King Power Equipment ORerators Finishing Machine, Bidwell $54.75 7A 3C 8P And Gamaco it Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $54.33 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P With Attachments King Power Equ mp ent Operators Grade Engineer: Using Blue $54.75 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $51.97 7A 3C 8P King Power Equipment Operators Guardrail Punch $54.75 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $55.24 7A 3C 8P Articulating Off- Road Equipment 45 Yards. @ Over King Power Equipment Operators Hard Tail End Dump $54.75 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $54.33 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $54.75 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $54.33 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $51.97 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. & $55.79 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. $55.24 7A 3C 8P But Not Including 8 Yards King Power E uipment Operators Loaders, Overhead Under 6 $54.75 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $54.75 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $54.33 7A 3C 8P King Power Equipment Operators Locomotives, All $54.751 7A 3C 8P King Power Equipment Operators Material Transfer Device $54.75 7A 3C 8P lKing Power Equipment Operators $55.79 7A 3C 8P hH-nc• //fnrfrocc �nr� nnv/Ini/ nrnnolnn Lnn/n rvVhJnnolnn Li rn �cnv r;/4/'�M C Page 9 of 17 Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Grader - Non- $54.33 7A 3C 8P finishing King Power Equipment Operators Motor Patrol Graders, $55.24 7A 3C 8P Finishing King Power Equipment Operators Mucking Machine, Mole, $55.24 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equi mp ent Operators Oil Distributors, Blower $51.97 7A 3C 8P Distribution Ft Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $54.33 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $54.75 7A 3C 813 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $55.79 7A 3C 8P Tons And Over 'King Power Equipment Operators Overhead, Bridge Type: 45 $55.24 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $51.97 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $54.75 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P King Power E ui ment Operators Posthole Digger, Mechanical $51.97 7A 3C 8P King Power Equipment Operators Power Plant $51.97 7A 3C 8P King Power Equipment Operators Pumps - Water $51.97 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $51.97 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $55.24 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $51.97 7A 3C 8P King Power Equipment Operators Rollagon $55.24 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $51.97 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P Materials King Power Equipment Operators Roto-milt, Roto-grinder $54.75 7A 3C 8P King Power E ui ment Operators Saws - Concrete $54.33 7A 3C 8P King Power Equiment Operators Scraper, Self Propelled Under $54.75 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete a Carry $54.33 7A 3C 8P All =King Power Equipment Operators Scrapers, Self-propelled: 45 $55.24 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $54.331 7AI 3C I 8P King Power Equipment Operators Shotcrete/gunite Equipment $51.971 7A 3C 8P h#nC. 1/fnri-rcCC 1AIn nnv/I ni hn��nolnnLiin/n rv1Al�nolnnliiin xnv G/4/')lli C Page 10 of 17 King Power Ee u mp ent Operators Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Tractors Under 15 Metric Tons. King Power Eauipment Operators Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment O erp ators Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $55.24 7A 3C 8P r King Power Equipment 0 erp ators Spreader, Topsider Et $55.24 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $54.75 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $54.33 7A 3C 8P King Power Equipment Operators Tower Crane Over 175'in $56.36 7A 3C 8P Height, Base To Boom King Power Equipment Operators Tower Crane Up To 175' In $55.79 7A 3C 813 'r Height Base To Boom King Power Equipment Operators Transporters, All Track Or $55.24 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $54.33 7A 3C 813 King Power Equipment Operators Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P Tons And Over ,King Power Equipment Operators Truck Crane Oiler/driver $54.33 7A 3C 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $54.75 7A 3C 8P 'I Conveyor King Power Equipment Operators Welder $55.24 7A 3C 8P King Power Eauipment Operators Wheel Tractors, Farman Type $51.97 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $54.75 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $54.75 7A 3C 813 Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $51.97 7A 3C 8P 'I Underground Sewer 8 Water King Power Equipment Operators- Brokk - Remote Demolition $51.97 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $54.75 7A 3C 8P Underground Sewer Et Water hffnc• //fnrfracc 1AIn nenv Page 11 of 17 King Power Equipment Operators- Cableways $55.24 7A I 3C 8P Underground Sewer a Water King Power Equipment Operators- Chipper $54.75 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Compressor $51.97 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Concrete Pump: Truck Mount $55.24 7A 3C 8P Underground Sewer a Water With Boom Attachment Over 42 M ;King Power Equipment Operators- Concrete Finish Machine -laser $51.97 7A 3C 8P Underground Sewer a Water Screed King Power Equuiment Operators- Concrete Pump - Mounted Or $54.33 7A 3C 8P Underground Sewer a Water Trailer High Pressure Line Pump, Pump High Pressure. :King Power Equipment Operators- Concrete Pump: Truck Mount $54.75 7A 3C 8P Underground Sewer It Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $54.33 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Underground Sewer a Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $55.79 7A 3C 8P ' Underground Sewer a Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Underground Sewer & Water Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 $55.24 7A 3C 8P I' Underground Sewer a Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P Underground Sewer a Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $56.36 7A 3C 8P Underground Sewer a Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $56.92 7A 3C 8P Underground Sewer a Water Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $54.33 7A 3C 8P Underground Sewer a Water Attachments A-frame Over 10 Tons lKing Power Equipment Operators- Crusher $54.75 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Deck Engineer/deck Winches $54.75 7A 3C 8P Underground Sewer a Water (power) King Power Equipment Operators- Derricks, On Building Work $55.24 7A 3C 8P Underground Sewer a Water King lPower Equipment Operators- Dozers D-9 a Under $54.33 7A 3C 8P Underground Sewer a Water hi-fnc• //fnrl-rccc v.IM /0/7llIC Page 12 of 17 King Power Equipment Operators- Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P Underground Sewer B Water Or Crane Mount King Power Equipment Operators- Drilling Machine $54.75 7A 3C 8P Underground Sewer B Water King Power Equipment Operators- Elevator And Man-lift: $51.97 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $54.75 7A 3C 8P Underground Sewer Et Water And Gamaco B Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $54.33 7A 3C 8P i Underground Sewer B Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $54.75 7A 3C 8P Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $51.97 7A 3C 8P Underground Sewer B Water King Power Equipment Operators- Guardrail Punch $54.75 7A 3C 8P Underground Sewer B Water King Power Equipment Operators- Hard Tail End Dump $55.24 7A 3C 8P Underground Sewer a Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $54.75 7A 3C 8P Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $54.33 7A 3C 8P Underground Sewer B Water Locator King Power Equipment Operators- Horizontal/directional Drill $54.75 7A 3C 8P Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $54.33 7A 3C 8P Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $51.97 7A 3C 8P Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $55.79 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $55.24 7A 3C 8P l Underground Sewer Et Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $54.75 7A 3C 8P Underground Sewer B Water Yards King Power Equipment Operators- Loaders, Plant Feed $54.75 7A 3C 8P Underground Sewer B Water King Power Equipment Operators- Loaders: Elevating Type Belt $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $55.79 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Grader - Non- $54.33 7A 3C 8P Underground Sewer Et Water finishing hftner //fnrfroce in/m in menu AIQ11)mc Page 13 of 17 King Power Equipment Operators- Motor Patrol Graders, $55.24 7A 3C 8P Underground Sewer It Water Finishing King Power Equipment Operators- Mucking Machine, Mole, $55.24 7A 3C 8P Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $51.97 7A 3C 8P Underground Sewer Et Water Distribution & Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $54.33 7A 3C 8P Underground Sewer & Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $54.75 7A 3C 8P Underground Sewer & Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $55.79 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $55.24 7A 3C 8P Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $54.75 7A 3C 8P Underground Sewer Et Water Mount) ;King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, DID And Over $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $51.97 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $55.24 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $51.97 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Rollagon $55.24 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Roller, Other Than Plant Mix $51.97 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $54.75 7A 3C 8P Underground Sewer > Water King Power Equipment Operators- Saws - Concrete $54.33 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Scraper, Self Propelled Under $54.75 7A 3C 8P Underground Sewer 8 Water 45 Yards King $54.33 7A 3C 8P h1-tnc• //fn rhrnec thin r,/Q/7 r1-1C Page 14 of 17 Power Equipment Operators- Scrapers - Concrete & Carry Underground Sewer a Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $55.24 7A 3C 8P Underground Sewer &Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $54.33 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Shotcrete/gunite Equipment $51.97 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Underground Sewer & Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Underground Sewer @Water Over 30 Metric Tons To 50 Metric Tons King Power E ui ment Operators- Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Underground Sewer & Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $55.79 7A 3C 81) Underground Sewer & Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Underground Sewer & Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $55.24 7A 3C 8P Underground Sewer & Water Screedman King Power Equipment Operators- Subgrader Trimmer $54.75 7A 3C 8P ' Underground Sewer &Water King Power Equipment Operators- Tower Bucket Elevators $54.33 7A 3C 813 Underground Sewer & Water King Power Equipment Operators- Tower Crane Over 175'in $56.36 7A 3C 8P Underground Sewer & Water Height, Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In $55.79 7A 3C 2P Underground Sewer & Water Height Base To Boom King Power Equipment Operators- Transporters, All Track Or $55.24 7A 3C 8P Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $54.33 7A 3C 8P Underground Sewer&Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P Underground Sewer & Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $54.33 7A 3C 8P Underground Sewer & Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $54.75 7A 3C 8P Underground Sewer & Water Conveyor King Power Equipment Operators- Welder $55.24 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Wheel Tractors, Farman Type $51.97 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Yo Yo Pay Dozer $54.75 7A 3C 813 Underground Sewer&Water King Power Line Clearance Tree Journey Level In Charge $45.75 SA 4A Trimmers hffnc• //fnrfrccc Min nn%I/In i/Anronc Inn Li n/n...AAhnnInnlLnn c,v r;/Q/''MIr Page 15 of 17 King Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers iKing Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers King Refrigeration a Air Journey Level $73.51 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $51.32 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Journey Level $40.14 5D 4C Applicators King Residential Drywall Tapers Journey Level $52,371 5P 1E !, King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $37.30 7L 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers a Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $73.51 6Z 1G Conditioning Mechanics ;King Residential Sheet Metal Journey Level (Field or Shop) $42.58 7F 1R Workers King Residential Soft Floor Layers Journey Level $42.41 5A 3D King Residential SDrinkler Fitters Journey Level $42.48 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $51.32 5A 1M King Residential Terrazzo Workers Journey Level $46.96 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $45.711 5A 3H King Roofers Using Irritable Bituminous $48.71 5A 3H Materials %King Sheet Metal Workers Journey Level (Field or Shop) $70.37 7F 1 E King Shipbuilding Et Ship Repair Boilermaker $39.82 7M 1 H King Shipbuilding a Ship Repair Carpenter $39.24 7T 2B King Shipbuilding a Ship Repair Electrician $40.16 7T 4B King Shipbuilding a Ship Repair Heat a Frost Insulator $61.18 5J 1S King Shipbuilding Et Ship Repair Laborer $40.19 7T 4B King Shipbuilding a Ship Repair Machinist $40.18 7T 4B King Shipbuilding a Ship Repair Operator $40.11 7T 4B hffnc• //fnri-rccc Inrn r-/Q/7rNC Page 16 of 17 Kin Shipbuilding Et Ship Repair Painter g � p $40.161 7T 46 King Shipbuilding Et Ship Repair Pipefitter $40.11 7T 4B King Shipbuilding & Ship Re>airr Rigger $40.19 7T 4B King Shipbuilding Et Ship Repair Sheet Metal $40.14 7T 4B j King Shipbuilding Er Ship Repair Shipfitter $40.19 7T 4B King Shipbuilding Et Ship Repair Trucker $40.03 7T 4B King Shipbuilding & Ship Repair Warehouse $40.08 7T 4B King Shipbuilding & Ship Repair Welder/Burner $40.19 7T 4B King Sign Makers Et Installers Sign Installer $22.92 1 (Electrical) King Sign Makers Ee Installers Sign Maker $21.36 1 (Electrical) King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electricatl King Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical King Soft Floor Lavers Journey Level $42.41 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $69.74 5C 1X ' Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 StructuraU King Stone Masons Journey Level $51.32 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers „King Surveyors Assistant Construction Site $54.33 7A 3C 8P Surveyor King Surveyors Chainman $53.81 7A 3C 8P King Surveyors Construction Site Surveyor $55.241 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $36.96 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $20.49 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $35.40 5A 2B Outside ;King Telephone Line Construction - Special Aparatus Installer 1 $36.96 5A 2B Outside King Telephone Line Construction - Special Apparatus Installerll $36.19 5A 2B Outside King Telephone Line Construction - Telephone Equipment $36.96 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $34.34 5A 2B Outside Operator (Light) King Telephone Line Construction - Telephone Lineperson $34.34 5A 2B Outside King Telephone Line Construction - Television Groundperson $19.45 5A 2B Outside hffnc• //fnrt-rccc loin nnli/In i ANnno Inn Li i n/nr\/VUnno I not� r-/Q/7n1r Page 17 of 17 King Telephone Line Construction - Television $25.89 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $30.97 5A 2B Outside King Telephone Line Construction - Television Technician $27.77 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34,34 5A 2B Outside King Terrazzo Workers Journey Level $46.96 SA 1M King Tile Setters Journey Level $21.65 1 j 'King Tile, Marble Et Terrazzo Finisher $37.79 5A 113 Finishers ;King Traffic Control Stripers Journey Level $43.11 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. $49.85 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $49.01 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck & Trailer $49.851 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $49.01 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $49.85 5D 3A 8L P Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers & Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers & Irrigation Pump Oiler $12.97 1 Installers King Well Drillers & Irrigation Pump Well Driller $18.D0 1 Installers hffnc• //fnrfrccc Mn C/Q 11r)iC Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. L ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEED SHALL BE PAID AT ONE AND ONE-HALF TIMES THE,HOURLY RATE OF WAGE. if B. All hours worked on Saturdays shall be paid at one and one-half tithes 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(9)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 tunes the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12).hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is last due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 i 1. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays,holidays and after twelve (12)hours,Monday through Friday and after ten (10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The fast 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 Limes 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. Alll hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday,Friday,and the day after Sunday,Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays(except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key— Effective 3-4-2015 thru 9-1-2015 2. ALL HOURS WORKED IN EXCESS OF EIGIIT (8) IIOURS 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 tines the hourly rate of wage. i j 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 wages 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 fist eight(8)hours on Saturday shall be paid atone 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 thm 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 SHALh 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.Horns worked over twelve hours(12)in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 3 Benefit Code I(ey—Effective 3-4-2015 thru 9-1-2015 3. C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or 1 outside the normal shift,and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. ',. D. All how:s worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday,shall be paid at a premium rate of 15%over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays,shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week,once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sunday shall be paid at two tines the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two(2) times the regular rate of pay.Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. L All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate, However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED 1N EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday,the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4) day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be.paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday,the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Iolidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Code Key— Effective 3-4-2015 thru 9-1-2015 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 homly rate of wage.All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines,switching stations,regulating,capacitor stations, generating plants,industrial plants,associated installations and substations,except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday,shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2) - times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2) times the hourly rate of wage. All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible horns 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 ter 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(1%)times the regular shift rate for the first eight(8)hours.All other hours worked Monday through Saturday,and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday, shall be paid at a premium rate of 20%over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays-shall be paid at double the hourly rate of wage. '.. Holidav Codes S. 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 hriday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day, Independence Day,Thanksgiving Day, the Day after Thanksgiving Day, And Christmas(6). L Holidays:New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day,Memorial Day, Independence Day,Thanksgiving Day,Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). 5 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 5. 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 Ding Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday day After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6) R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9) Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(8). Holiday Codes Continued 6. A. Paid Holidays: Now Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Tbanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day,Day After Thanksgiving Day, Christmas Day, And A Half-Day On Christmas Eve Day. (9 1/2). G. Paid Holidays:New Year's Day,Martin Luther King Jr.Day,Presidents' Day,Memorial Day,Independence Day, Labor Day, Veterans'Day,Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And Christmas Eve Day(11). H. Paid Holidays: New Years 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). L Paid Holidays: New Year's Day,Memorial Day,Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9). 6 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 6. Z. Holidays: Now Year's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday, If a holiday falls on Sunday, the following Monday shall be considered as the holiday. Holiday Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: Now Year's Day, Martin Luther King Jr. Day, Memorial Day, independence Day, Labor Day, '.. Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, hndependence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. '... H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 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. IIolidays: 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. 7 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day, And the Day after or before Christmas Day 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: Now Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays:New Year's Day,the day after or before New Year's Day,President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and the day after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be - considered a holiday and compensated accordingly. S. Paid IIolidays: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 1)ay, '. Independence Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,and The Day After Or Before Christmas Day. (10). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes 8. A. In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more: Over 50'To 100'-$2.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$4.00 per Foot for Each Foot Over 150 Feet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet 8 i Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 8. C. In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more: Over 50'To 100'-$1.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$1.50 per Foot for Each Foot Over 100 Feet Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $0.75,Level B: $0.50,And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows:Levels A&B: $1.00,Levels C&D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00,Level B: $0.75,Level C: $0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourlypremimns as follows -Class A Suit: $2.00,Class B Suit: j S1.50,Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15)minutes during the shift shall be used in determining the scale paid. R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle, and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a.current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.These classifications are only effective on or after August 31,2012, S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All daggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana, or Idaho.This classification is only effective on or after August 31,2012. T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle,and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon,Montana,or Idaho, This classification is only effective on or after August 31,2012. 9 V T Keaz?'" Agenda Item: Bids - 913 TO: City Council DATE: July 21, 2015 SUBJECT: Traffic Control System Traffic Signal Display Modifications Project - Award MOTION: Move to award the Traffic Control System Traffic Signal Display Modifications Project to West Coast Signal, Inc. in the amount of $105,425.00 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The project consists of traffic signal display modifications at approximately 9 intersections within the downtown core area of Kent to display flashing yellow arrows for permissive left turn movements. EXHIBITS: Memo Dated July 14, 2015 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: The modification of the traffic signal displays is the final phase of a project funded entirely by a federal grant (Highway Safety Improvement Program). i Business Licensing Service:License Query Search Page 1 of 1 • Contact us • Fgnns + Abpp[us Hie CB VOw I,JSn&S$ • C�ce c cpds e Your tusiress Inforrnanor • How lc renew vpur Iir:e rse Search Business Licenses License Information: Entity Name: WEST COAST SIGNAL INC. Business Name: WEST COAST SIGNAL INC. License Type: Washington State Business Entity Tvue• Profit Corporation UBI: 603149602 Business ID:001 Location ID:0001 Status: To check the status of this company,go to Secretary nf'State and Department of Revenue. Location Address: Mailing Address: 20111 2O8TH AVE SE 20111 208TH AVE SE RENTON,WA,98058-0208 RENTON,WA,98058-0208 Status Expires First Issued Licenses Held at this location BeIhnoham General Bus'uess A vg 06/07/2013 CkLl0 fiiil General Eus!ness p ye 10/31/2015 08/25/2O14 I seq+j,h r anc-a Busing Active 10/31/2015 08/18/2014 ,ncpl em rrwl Busness A:6ve 10/31/2015 07/23/2013 h a isille General Busm-ess Actve 04/30/2016 05/15/2015 Oismola General Bu tress Act,- 10/31/2015 08/18/2014 Fort Orchard General Busm-ss Act,,F 10/31/2015 04/15/2013 Po dsbo General Nosiness Actve 10/31/2015 01/16/2013 Shurelne Genera.`1`1u-11nol ACLv_ 10/31/2015 03/31/2014 Registered Trade Names: WEST COAST SIGNAL,INC Active N/A 10/28/2011 Governing Peps BECKY MOGENSEN ROGER SHERWOOD Information Current as of 08/03/201S 8:47AM Pacific Time New Search This site is limited to searching for business licenses issued through the Washington State Business Licensing Service. • _l6_c_t_a_c_t us ''. • F0.1115 Abokit r s Pnv-c✓ ©2011 Washin ton State Department of Revenue and its licensors.All rights reserved. http://bls.dor.wa.gov/LicenseSearch/lgsLicenseDetail.aspx?ReRD=624788 8/3/2015 REQUEST FOR MAYOR'S SIGNATURE .fn '.Routing Information TALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPf4RTME1$T'�' APprovec�by D _QE!9 inator:Steve Mullen Phone (C3riginatorj' 5585 Date Sent: Date Required: Return ;Signed Document to: NancyNoshitake Contract Termination Date:20 working days VENDOR NAME: Date Finance Notified: Inc. (Only required on contracts 7/21/15 West Coast Signal, 10 002 and over or on any Grant) DATE OF COUNCIL APPROVAL: Date Risk Manager Notified N/A 7/21/15 (Required on:Non-City Standard Contra ctslA ree nen s Has this Document been;Spec'fit call Account Number: R20032 Authorized in the Bud et? ® YES NO Brief Explanation of Document: The attached construction agreement with West Coast Signal consists of traffic signal display modifications at approximately 4 intersections:within the downtown core area for the Traffic Control Signal System Traffic Signal Display Modifications project, For additional information, see the attached Council motion sheet. b All Contracts Must Be Routed Through The Law Department r, ("fit s dre, .$e completed by the Law D partmpnt) y Received. y7 Approval of Law Dept.: Law Dept, Comments Date Forwarded to Mayor; ; r ! d �> (I Shaded Areas To Be Completed By Administration? #gam, jspn k{2' Sx e Received; ED Recommendations and Comments: r¢ r ` Disposition: ' XvF 2d� � fiu.. Date Returned: a\croffDrmvvponrer soea=wesi(o.nzvouasnem adr,.