Loading...
14-223.00 Poe Asphalt Paving: Street & Stormwater MaintenanceCONSTRUCTION AGREEMENT Poe Asphalt Paving Inc. 2015 Street and Stormwater Maintenance and Repair SVPW 14-048 THIS CONSTRUCTION AGREEMENT (the "Agreement") is made by and between the City of Spokane Valley, a code City of the State of Washington ("City") and Poe Asphalt Paving Inc., ("Contractor") jointly referred to as the "Parties". IN CONSIDERATION of the terms and conditions contained herein the Parties agree as follows: 1. Work to Be Performed. Contractor shall do all work and furnish all labor, supervision, tools, materials, supplies and equipment and other items necessary for the construction and completion of the 2015 Street and Stormwater Maintenance and Repair Project (the "Work") in accordance with documents described in Exhibit 1 and in accordance with this Agreement (which are by this reference incorporated herein and made part hereof (the "Contract Documents")), and shall perform any changes in the work in accordance with the Contract Documents. The terms and provisions in this Agreement shall control over any inconsistent or incompatible terms in any other Contract Document. Contractor shall, for the amount set forth in paragraph 4, below, assume and be responsible for the cost and expense of all work required for constructing and completing the Work and related activities provided for in the Contract Documents to City's satisfaction, within the time limits prescribed in the Contract Documents. The City Manager, �r designee, shall administer and be the primary contact for Contractor. Upon notice from City, Contractor shall promptly corrnnence work, complete the same in a timely manner, and cure any failure in performance under this Agreement. Unless otherwise directed by City, all work shall be performed in conformance with the Contract Documents, and all City, State and federal standards, codes, ordinances, regulations and laws as now existing or as maybe adopted or amended. 2. Performance Period. This contract shall be in effect from January 1, 2015 to December 31, 2015. The City may extend the contract for up to four additional one year terms, which will commence on or about January 1 of each year and end on December 31 of that year. The City will give the contractor written notice of its intent to extend the contract at least sixty days before the contract term expires. The total duration of the Contract shall not exceed 5 years. 3. Liquidated Damages. Does not apply to this contract. 4. Compensation. In consideration of Contractor performing the Work, City agrees to pay Contractor in accordance with the Contract Documents a total not to exceed $1,366,663 based on the bid submitted by the contractor. 5. Payment. Contractor may elect to be paid in monthly installments, upon presentation of an application for payment in a form satisfactory to City. Applications for payment shall be sent to the City Finance Departurent at the below stated address. Pursuant to Chapter 60.28 RCW, five percent of the compensation due Contractor shall be retained by City. Construction Agreement Page 1 of 6 � �% � LL 2L City reserves the right to withhold payment under this Agreement which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Contract Documents, City standards, City Code, and federal or state standards. 6. Notice. Notice other than applications for payment shall be given in writing as follows: TO THE CITY: TO THE CONTRACTOR: Name: Christine Bainbridge, City Clerk Name: Poe Asphalt Paving Inc. Phone: (509) 921-1000 Phone: 208-777-0498 Address: 11707 East Sprague Ave, Suite 106 Address: 2732 N. Beck Road Spokane Valley, WA 99206 Post Falls, ID 83854 7. Applicable Laws and Standards. The Parties, in the performance of this Agreement, agree to comply with all applicable federal, state, and local laws, codes and regulations. 8. Certification Regarding Debarment, Suspension, and Other Responsibility Matters — Primary Covered Transactions. A. By executing this Agreement, the Consultant certifies to the best of its knowledge and belief, that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; 2. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or 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 statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph (A)(2) of this certification; and 4. Have not within a three-year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. B. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this Agreement. 9. Prevailing Wages on Public Works. Contractor, any subcontractor, or other person doing work under this Agreement, shall comply with the requirements of RCW 39.12, and shall pay each employee an amount not less than the Prevailing Rate of Wage, as specified by the Industrial Statistician of the Washington State Department of Labor and Industries ("L&P'). If employing labor in a class not shown, Contractor shall request a determination of the correct wage rate for the class and locality from the Industrial Statistician. Contractor shall provide a copy of any such determinations to City. Before commencing, during, and upon completion of the work, Contractor shall file all forms and pay all fees required by L&I and shall indemnify and hold City harmless from any claims related to its failure to comply with RCW 39.12. Construction Agreement Page 2 of 6 The following information is provided pursuant to RCW 39.12.030: A. State of Washington prevailing wage rates applicable to this public works project, published by L&I are located at the L&I website address: http s://fortress.wa.gov/lni/wagelookup/prvWagel ookup. aspx B. This Project is located in Spokane County. C. The effective prevailing wage date is the same date as the bid due date as referenced in the original request for bids and as may be revised by addenda. A copy of the applicable prevailing wage rates is also available for viewing at the offices of City located at 11707 East Sprague, Suite 106, Spokane Valley, WA 99206. Upon request, City will mail a hard copy of the applicable prevailing wages for this project. 10. Relationship of the Parties. It is understood, agreed and declared that Contractor shall be an independent contractor, and not the agent or employee of City, that City is interested in only the results to be achieved, and that the right to control the particular manner, method and means in which the services are performed is solely within the discretion of Contractor. Any and all employees who provide services to City under this Agreement shall be deemed employees solely of Contractor. Contractor shall be solely responsible for the conduct and actions of all its employees under this Agreement and any liability that may attach thereto. 11. Ownership of Documents. All drawings, plans, specifications, and other related documents prepared by Contractor under this Agreement are and shall be the property of City, and may be subject to disclosure pursuant to RCW 42.56 or other applicable public record laws. 12. Records. The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of Contractor's records with respect to all matters covered in this Agreement. Such representatives shall be permitted to audit, examine and Make excerpts or transcripts from such records and to make audits of all contracts, invoices, materials, payrolls and record of matters covered by this contract for a period of three years from the date final payment is made hereunder. 13. Warranty. Unless provided otherwise in the Contract Documents, Contractor warrants that all Work and materials performed or installed under this Agreement are free from defect or failure for a period of one year following final acceptance by City, unless a supplier or manufacturer has a warranty for a greater period, which warranty shall be assigned or transferred to City. In the event a defect or failure occurs in work or materials, Contractor shall, within the warranty period, remedy the same at no cost or expense to City. This warranty provision shall not be construed to establish a period of limitation with respect to Contractor's other obligations under this Agreement. 14. Contractor to Be Licensed And Bonded. Contractor shall be duly licensed, registered and bonded by the State of Washington at all times this Agreement is in effect. 15. Insurance. Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by Contractor, its agents, representatives, or employees. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: Construction Agreement Page 3 of 6 1. Automobile liability insurance covering all owned, non -owned, hired, and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial general liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products - completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The commercial general liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the commercial general liability insurance for liability arising from explosion, collapse or underground property damage. City shall be named as an insured under Contractor's commercial general liability insurance policy with respect to the work performed for City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers' compensation coverage as required by the industrial insurance laws of the State of Washington. B. Minimum Amounts of Insurance. Contractor shall maintain the following insurance limits: 1. Automobile liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial general liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate, and a $2,000,000 products -completed operations aggregate limit. C. Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain, the following provisions for automobile liability, professional liability and commercial general liability insurance: 1. Contractor's insurance coverage shall be primary insurance with respect to City. Any insurance, self-insurance, or insurance pool coverage maintained by City shall be excess of Contractor's insurance and shall not contribute with it. 2. Contractor shall fax or send electronically in .pdf format: a copy of insurer's cancellation notice within two business days of receipt by Contractor. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Evidence of Coverage, As evidence of the insurance coverages required by this Agreement, Contractor shall furnish acceptable insurance certificates to City at the time Contractor returns the signed Agreement. The certificate shall specify all of the parties who are additional insureds, and will include applicable policy endorsements, and the deduction or retention level. Insuring companies or entities are subject to City acceptance. If requested, complete copies of insurance policies shall be Construction Agreement Page 4 of 6 provided to City. Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions, and/or self-insurance. 16. Indemnification and Hold Harmless. Contractor shall, at its sole expense, defend, indemnify and hold harmless City and its officers, agents, and employees, from any and all claims, actions, suits, liability, loss, costs, attorney's fees and costs of litigation, expenses, injuries, and damages of any nature whatsoever relating to or arising out of the wrongful or negligent acts, errors or omissions in the services provided by Contractor, Contractor's agents, subcontractors, subconsultants and employees to the fullest extent permitted by law, subject only to the limitations provided below. Contractor's duty to defend, indemnify and hold harmless City shall not apply to liability for damages arising out of such services caused by or resulting from the sole negligence of City or City's agents or employees. Contractor's duty to defend, indemnify and hold harmless City against liability for damages arising out of such services caused by the concurrent negligence of (a) City or City's agents or employees, and (b) Contractor, Contractor's agents, subcontractors, subconsultants and employees, shall apply only to the extent of the negligence of Contractor, Contractor's agents, subcontractors, subconsultants and employees. Contractor's duty to defend, indemnify and hold City harmless shall include, as to all claims, demands, losses and liability to which it applies, City's personnel -related costs, reasonable attorneys' fees, and the reasonable value of any services rendered by the office of the City Attorney, outside consultant costs, court costs, fees for collection, and all other claim -related expenses. Contractor specifically and expressly waives any immunity that may be granted it under the Washington State Industrial Insurance Act, Title 51 RCW. These indemnification obligations shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable to or for any third party under workers' compensation acts, disability benefit acts, or other employee benefits acts. Provided, that Contractor's waiver of immunity by the provisions of this paragraph extends only to claims against Contractor by City, and does not include, or extend to, any claims by Contractor's employees directly against Contractor. Contractor hereby certifies that this indemnification provision was mutually negotiated. 17. Waiver. No officer, employee, agent or other individual acting on behalf of either party has the power, right or authority to waive any of the conditions or provisions of this Agreement. No waiver in one instance shall be held to be waiver of any other subsequent breach or nonperformance. All remedies afforded in this Agreement or by law, shall be taken and construed as cumulative, and in addition to every other remedy provided herein or by law. Failure of either party to enforce at any time any of the provisions of this Agreement or to require at any time performance by the other party of any provision hereof shall in no way be construed to be a waiver of such provisions nor shall it affect the validity of this Agreement or any part thereof. 18. Assignment and Delegation. Neither party shall assign, transfer, or delegate any or all of the responsibilities of this Agreement or the benefits received hereunder without first obtaining the written consent of the other party. 19. Confidentiality. Contractor may, from time to time, receive information which is deemed by City to be confidential. Contractor shall not disclose such information without the prior express written consent of City or upon order of a Court of competent jurisdiction. 20. Disputes. All disputes arising under or related to this Agreement that cannot be resolved through informal Construction Agreement Page 5 of 6 discussion and negotiations shall be resolved by litigation filed in the Superior Court for Spokane County, unless otherwise required by applicable federal or state law. 21. Subcontractor Responsibility. As required by RCW 39.06.020, Contractor shall verify responsibility criteria for each first tier subcontractor and its subcontractors of any tier that hires other subcontractors shall verify responsibility criteria for each of its subcontractors. Verification shall include that each subcontractor, at the time of subcontract execution, meets the responsibility criteria listed in RCW 39.04.350(1) and possesses an electrical contractor license, if required by chapter 19.28 RCW, or an elevator contractor license if required by chapter 70.87 RCW. This verification requirement must be included in every subcontract of every tier. 22. Jurisdiction and Venue. This Agreement is entered into in Spokane County, Washington. Venue shall be in Spokane County, State of Washington. 23. Entire Agreement. This Agreement constitutes the entire and complete agreement between the parties and supercedes any prior oral or written agreements. This Agreement may not be changed, modified or altered except in writing signed by the Parties. 24. Anti -kickback. No officer or employee of City, having the power or duty to perform an official act or action related to this Agreement shall have or acquire any interest in this Agreement, or have solicited, accepted or granted a present or future gift, favor, service or other thing of value from any person with an interest in this Agreement. 25. Business Registration. Prior to commencement of Work under this Agreement, Contractor shall register with the City as a business. 26. Severability. If any section, sentence, clause or phrase of this Agreement should be held to be invalid for any reason by a court of competent jurisdiction, such invalidity shall not affect the validity of any other section, sentence, clause or phrase of this Agreement. 27. Exhibits. Exhibits attached and incorporated into this Agreement are: 1. Contract Provisions — Street and Stormwater Maintenance and Repair Services 2. Contract Rates 3. Insurance Endorsements The Parties have executed this Agreement this CITY OF SPOKANE VALLEY: Mike Jack n, City Manager ATTES hristine Bainbridge, City Clerk Construction Agreement day of / Ukw1 e Contractor: ,20/V APPROVE b AS TO FORM: Office of t City Atto ey Page 6 of 6 CONT' CT PROVISIONS FOR CONSTRUCTION OF: STREET AND STORMWATER MAINTENANCE AND REPAIR SERVICES BID NO.: SVPW 14-048 SOOkane Valley® Bid Set This page left blank for double sided printing. PART 1 INTRODUCTION Advertisement for Bids Table of Contents ADVERTISEMENT FOR BIDS CITY OF SPOKANE VALLEY PUBLIC WORKS DEPARTMENT BID #14-048 STREET AND STORMWATER MAINTENANCE AND REPAIR SERVICES Notice is hereby given that the City of Spokane Valley, Spokane County, Washington will accept sealed bids for the Street and Stormwater Maintenance and Repair Services. The project consists of asphalt repair, roadway shoulder repair and grading, gravel road grading, crack sealing, sidewalk and path repair, guardrail repair, fencing repair, drainage structure repair and installation, curb and gutter and inlet repair and installation and other related work. Copies of the bid packet including specifications and plans may be obtained in PDF format by downloading from the Spokane Valley FTP site. To obtain the FTP site password and to submit a bid for this project, Contractors must contact Deven Nickerson, Spokane Valley Public Works, at 720-5008 or by email at dnickerson@spokanevalley.org, Monday through Friday from 8:00 a.m. to 5:00 p.m. Contractors will then be placed on the City's Planholder's list. Any addenda to this project will be sent only to those listed on the Planholder's list. All bids must be accompanied by a bid deposit in the form of a surety bond, postal money order, cash, cashier's check, or certified check in an amount equal to five percent of the amount of the bid proposed. Failure to furnish a bid bond in compliance with the City's bid deposit surety bond form shall make the bid non-responsive and cause the bid to be rejected. Bids must be submitted in sealed envelopes addressed to the City Clerk of the City of Spokane Valley, 11707 E. Sprague Avenue, Suite 106, Spokane Valley, Washington, 99206, and received not later than 10:00 a.m. PSDT, Thursday, September 18, 2014. Bid openings will be held immediately thereafter and read aloud in the City Council Chambers, Suite 101. The City of Spokane Valley reserves the right to waive any irregularities or informalities and to reject any or all bids. No bidder may withdraw his bid after the time announced for the bid opening, or before the award and execution of the contract, unless the award is delayed for a period exceeding 60 days. PUBLISH: Spokane August 29 and September 5, 2014 Christine Bainbridge, MMC Spokane Valley City Clerk STREET AND STORMWATER MAINTENANCE AND REPAIR TABLE OF CONTENTS PART 1 - INTRODUCTION Advertisement for Bids Table of Contents PART 2 - BID PROPOSAL DOCUMENTS Bid Proposal Checklist Proposal Form Bid Deposit Form Bid Deposit Surety Bond Form Bid Question Form PART 3 - CONTRACT FORMS Contract Contractor's Performance and Payment Bond to Dual Obligees PART 4 - AMENDMENTS TO 2014 WSDOT STD SPECS PART 5 - GENERAL SPECIAL PROVISIONS Division 1 General Requirements Division 2 Earthwork Division 5 Surface Treatments and Pavements Division 6 Structures Division 7 Drainage, Storm, Sewer, etc. Division 9 Materials PART 6 - WAGE RATE INFORMATION WA St. Prevailing Wage Rates for Public Works Contracts PART 7 — STANDARD PLANS This page left blank for double sided printing. PART 2 BID PROPOSAL DOCUMENTS Bid Proposal Checklist Proposal Form Bid Deposit Form Bid Deposit Surety Bond Form Non -Collusion Declaration Bid Question Form BIDDERS PACKET Street and Stormwater Maintenance and Repair Services BID NO. 14-048 BID PROPOSAL CHECKLIST This Checklist and the documents listed below constitute a complete Bid Proposal. Failure to execute any of the following documents, or any addition, condition or limitation in writing to the form of the bid, not explicitly invited in the Bid Documents or Specifications may become cause for rejection of the bid as irregular. The BIDDER shall check each respective box indicating inclusion of each signed and dated item: [ ] Bid Proposal Checklist [ ] Bid Proposal Form [ ] Bid Deposit Form [ ] Bid Deposit Surety Bond Form (Use only if submitting Bond for Bid Deposit) [ ] Non -Collusion Declaration The above forms have been inserted in a sealed envelope, properly identified and delivered at the place and time described in the Notice to Contractors form. Signature: Date: Title: Company: 2015 Street and Stormwater Maintenance and Repair Contract Bid Proposal Form The undersigned individual represents and warrants that he or she is duly authorized to execute the bid on behalf of any partnership, joint venture or corporation. **The hours below represent an average year and are subject to change Company Name: Signature: Printed Name: SCHEDULE A - REGULAR HOURS Estimated Item # Trade Occupation Reg. Hours ** Rate Total 1 Cement Masons Journey Level 240 2 Fence Erectors Fence Erector 20 3 Flaggers Journey Level 1900 4 Laborers General Laborer 2300 5 Laborers Asphalt Raker 120 6 Laborers Concrete Crewman 220 7 Laborers Guard Rail 10 8 Laborers Pipelayer 130 9 Laborers Traffic Control Supervisor 40 10 Power Equipment Operators Blade(finish & bluetop) 200 11 Power Equipment Operators H.D. Mechanic 30 12 Power Equipment Operators Paving Machine 200 13 Power Equipment Operators Rollerman 400 14 Power Equipment Operators Screed Operator 200 15 Power Equipment Operators Power Broom 90 16 Power Equipment Operators Backhoes & Hoe Ram 30 17 Power Equipment Operators Vactor Guzzler, Super Sucker 10 18 Power Equipment Operators Roto Mill 90 19 Power Equipment Operators Posthole Auger or Punch 10 20 Power Equipment Operators Backhoe (45,000 GW & under) 380 21 Truck Drivers Dump Truck (E. WA -690) 800 22 Truck Drivers Dump Truck & Trailer (E. WA -690) 500 Rate Total 23 Truck Drivers Other Trucks (E. WA -690) 30 24 Truck Drivers Transit Mixer 10 Schedule A - Regular Hours Flaggers SCHEDULE B - OVERTIME HOURS Estimated Item # Trade Occupation OT Hours Rate Total 25 Cement Masons Journey Level 20 26 Fence Erectors Fence Erector 5 27 Flaggers Journey Level 50 28 Laborers General Laborer 75 29 Laborers Asphalt Raker 25 30 Laborers Concrete Crewman 20 31 Laborers Guard Rail 5 32 Laborers Pipelayer 15 33 Laborers Traffic Control Supervisor 5 34 Power Equipment Operators Blade(finish & bluetop) 20 35 Power Equipment Operators H.D. Mechanic 5 36 Power Equipment Operators Paving Machine 20 37 Power Equipment Operators Rollerman 40 38 Power Equipment Operators Screed Operator 20 39 Power Equipment Operators Power Broom 10 40 Power Equipment Operators Backhoes & Hoe Ram 5 41 Power Equipment Operators Vactor Guzzler, Super Sucker 5 42 Power Equipment Operators Roto Mill 5 43 Power Equipment Operators Posthole Auger or Punch 5 44 Power Equipment Operators Backhoe (45,000 GW & under) 30 45 Truck Drivers Dump Truck (E. WA -690) 5 46 Truck Drivers Dump Truck & Trailer (E. WA -690) 40 47 Truck Drivers Other Trucks (E. WA -690) 10 48 Truck Drivers Transit Mixer 5 Schedule B - Overtime Hours - EQUIPMENT HOURS JW,1V• vrr v Unit Type Item # Equipment Type Hour 49 1 Ton Truck Hour 50 1 Ton/Trailer Hour 51 1/2 Ton Truck Hour 52 160 Blade Hour 53 3 Axle Tilt Trailer Wheel/Lowboy Hour 54 5th Day 55 Arrowboard Hour 56 Asphalt Saw Hour 57 Backhoe Broom Hour 58 Broce Saw Hour 59 Chop Sealer Hour 60 Crack/Joint Hour 61 DD -110 Roller or Equivalent Roller or Equivalent Hour 62 DD -34 Hour 63 End Dump Truck Hour 64 End Dump/Pup Roller Hour 65 Grade Hour 66 Hoe Pack Jack Wacker Hour 67 Jumping Hour 68 Nuclear Densometer Hour 69 Paver Wacker Hour 70 Plate Hour 71 Skippy Dump Hour 72 Super Hour 73 Traffic Control Vehicle Variable Message Sign Day 74 Truck - LG Hour 75 Water Truck - SM Hour 76 Water Quantity Hourly Rate 600 25 150 250 75 125 50 25 25 150 20 250 50 300 400 200 35 20 30 150 150 10 200 450 400 40 200 200 Schedule C - Equipment Hours Total SCHEDULE D - MATERIALS Unit Prices include materials only. Labor and Equipment will be paid separately. Item # Material Type Unit Type Quantity Unit Price Total 77 HMA 3/8" PG 64-28 50 Gyro Ton 500 78 HMA 1/2" PG 64-28 50 Gyro Ton 3500 79 HMA 1/2" PG 70-28 75 Gyro Ton 1200 80 HMA 1/2" PG 70-28 100 Gyro Ton 500 81 CRUSHED SURFACING TOP COURSE Ton 1500 82 CRUSHED SURFACING BASE COURSE Ton 200 83 GRAVEL BACKFILL FOR DRYWELLS Ton 700 84 TACK OIL Gallon 1500 85 PRECAST CONCRETE DRYWELL TYPE A EA 7 86 PRECAST CONCRETE DRYWELL TYPE B EA 7 87 CATCH BASIN TYPE 1 EA 5 88 CATCH BASIN TYPE 2 EA 5 89 TYPE 1 INLET EA 3 90 GRATE INLET TYPE 2, WSDOT EA 3 Schedule D - Materials SCHEDULE A SCHEDULE B SCHEDULE C SCHEDULE D TOTAL SCHEDULE A -D BID DEPOSIT FORM OF BID DEPOSIT - CHECK ONE: Please submit this sheet with the bid deposit. CASH. Attach the deposit behind this sheet. SURETY BOND - Attach bid bond behind this sheet. IT IS STRONGLY RECOMMENDED THAT YOU USE THE ATTACHED FORM. BID DEPOSIT REQUIRED. No bid may be considered for public work unless it is accompanied by a bid deposit in the form of a surety bond, postal money order, cash, cashier's check, or certified check in an amount equal to five percent of the amount of the bid proposed. If the bidder to whom the contract is awarded fails to enter into the contract and furnish the contractor's bond as required within ten days after notice of the award, exclusive of the day of notice, the amount of the bid deposit shall be forfeited to the City and the contract awarded to the next lowest and best bidder. If the deposit is "cash" and is in the form of a postal money order, cashier's check, or certified check, the checks are to be made payable to the City of Spokane Valley. Cash bid deposits are to be accompanied by this form. Cash bid deposits of all unsuccessful bidders shall be returned after the contract is awarded and the required contractor's bond and proof of insurance given by the successful bidder is accepted by the City of Spokane Valley. If the bid deposit is in the form of a surety bond it must be of a corporate surety licensed to do business in the State of Washington. The City strongly recommends the use of the attached City Bid Deposit Surety Bond Form. If the City's Bid Deposit Surety Bond Form is not used, the bidder is warned to take special care in assuring that the form used does not materially alter, qualify or conflict with the terms and conditions set forth in the City's Bid Deposit Surety Bond Form. The failure to furnish a bid bond in compliance with the City's Bid Deposit Surety Bond Form shall make the bid non-responsive and shall cause the bid to be rejected by the City. Person/Entity Name: Signature Of Bidder: Company: Date: Spokane Valley BOND NO: CONTRACTOR'S BID DEPOSIT SURETY BOND to City of Spokane Valley, Washington We, , as Principal, existing under and by virtue of the laws of the State of Washington and authorized to do business in the State of Washington, and as Surety, organized and existing under the laws of the State of , are held and firmly bound unto the City of Spokane Valley, a Washington municipality, as Obligee, in the penal sum of 5% of the total amount bid, not to exceed $ , for the payment of which we jointly and severally bind ourselves, and our legal representatives and successors. WHEREAS, the Principal has submitted a bid for [Insert bid/project name]. NOW THEREFORE, the condition of the obligation is such that if the Obligee shall accept the bid of Principal and make timely award to the Principal according to the terms of the bid documents; and the Principal shall, within ten days after notice of the award, exclusive of the day of notice, enter into the contract with the Obligee and furnish the contractor's bonds (performance and payment bonds) with Surety satisfactory to the Obligee in an amount equal to 100% of the amount of the bid proposed including additives, alternatives and Washington State sales tax, then this obligation shall be null and void; otherwise if the Principal fails to enter into the contract and fails to furnish the contractor's bonds within ten days of notice of award, exclusive of the day of notice, the amount of the bid deposit shall be forfeited to the Obligee, payable by the Surety; but in no event will the Surety's liability exceed the face amount of this bid bond. This bond may be executed in two original counterparts, and shall be signed by the parties' duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL (CONTRACTOR) SURETY Principal Signature Date Surety Signature Date Printed Name Printed Name Title Title Name, address, and telephone of local office/agent of Surety Company is: Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON -COLLUSION DECLARATION 1, 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: 'l. 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, t 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. 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. DOT Revised 272-036H OB EF Bid Question Form Street and Stormwater Maintenance and Repair Services Bid # 14-048 In accordance with Section 1-02.4(1) General, the following form is provided for noting errors or conflicts found in the plans or specifications or for asking questions that are pertinent to bidding the contract. Submit the form by faxing to (509) 688-0261 or emailing to sarlt@spokanevalley.org Attention: Shane Arlt Public Works Department City of Spokane Valley All faxes shall be received 48 hours prior to the Bid opening to allow the City time to respond. The Engineer shall issue clarifications via addenda, faxed to questioner and all prospective Bidders listed on the Planholder's List. I have the following question: Specification Reference: or Page No: Detail No. Plan Sheet No Please respond to: Name: Company: Address: Fax Number: 18 PART 3 CONTRACT FORMS Contract Contractor's Performance and Payment Bond to Dual Obligees CONSTRUCTION AGREEMENT <Contractor> 2015 Street and Stormwater Maintenance and Repair THIS CONSTRUCTIONAGREEMENT (the "Agreement") is made by and between the City of Spokane Valley, a code City of the State of Washington ("City") and ("Contractor") jointly referred to as the "Parties". IN CONSIDERATION of the terms and conditions contained herein the Parties agree as follows: 1. Work to Be Performed. Contractor shall do all work and furnish all labor, supervision, tools, materials, supplies and equipment and other items necessary for the construction and completion of the 2015 Street and Stormwater Maintenance and Repair Project (the "Work") in accordance with documents described in Exhibit 1 and in accordance with this Agreement (which are by this reference incorporated herein and made part hereof (the "Contract Documents")), and shall perform any changes in the work in accordance with the Contract Documents. The terms and provisions in this Agreement shall control over any inconsistent or incompatible terms in any other Contract Document. Contractor shall, for the amount set forth in paragraph 4, below, assume and be responsible for the cost and expense of all work required for constructing and completing the Work and related activities provided for in the Contract Documents to City's satisfaction, within the time limits prescribed in the Contract Documents. The City Manager, or designee, shall administer and be the primary contact for Contractor. Upon notice from City, Contractor shall promptly commence work, complete the same in a timely manner, and cure any failure in performance under this Agreement. Unless otherwise directed by City, all work shall be performed in conformance with the Contract Documents, and all City, State and federal standards, codes, ordinances, regulations and laws as now existing or as may be adopted or amended. 2. Performance Period. This contract shall be in effect from January 1, 2015 to December 31, 2015. 3. Liquidated Damages. Does not apply to this contract. 4. Compensation. In consideration of Contractor performing the Work, City agrees to pay Contractor in accordance with the Contract Documents a total not to exceed $1,366,663 based on the bid submitted by Contractor. 5. Payment. Contractor may elect to be paid in monthly installments, upon presentation of an application for payment in a form satisfactory to City. Applications for payment shall be sent to the City Finance Department at the below stated address. Pursuant to Chapter 60.28 RCW, five percent of the compensation due Contractor shall be retained by City. City reserves the right to withhold payment under this Agreement which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Contract Documents, City standards, City Code, and federal or state standards. 6. Notice. Notice other than applications for payment shall be given in writing as follows: Construction Agreement Page 1 of 6 TO THE CITY: TO THE CONTRACTOR: Name: Christine Bainbridge, City Clerk Name: Phone: (509) 921-1000 Phone: Address: 11707 East Sprague Ave, Suite 106 Address: Spokane Valley, WA 99206 7. Applicable Laws and Standards. The Parties, in the performance of this Agreement, agree to comply with all applicable federal, state, and local laws, codes and regulations. 8. Certification Regarding Debarment, Suspension, and Other Responsibility Matters — Primary Covered Transactions. A. By executing this Agreement, the Consultant certifies to the best of its knowledge and belief, that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; 2. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or 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 statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph (A)(2) of this certification; and 4. Have not within a three-year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. B. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this Agreement. 9. Prevailing Wages on Public Works. Contractor, any subcontractor, or other person doing work under this Agreement, shall comply with the requirements of RCW 39.12, and shall pay each employee an amount not less than the Prevailing Rate of Wage, as specified by the Industrial Statistician of the Washington State Department of Labor and Industries ("L&I"). If employing labor in a class not shown, Contractor shall request a determination of the correct wage rate for the class and locality from the Industrial Statistician. Contractor shall provide a copy of any such determinations to City. Before commencing, during, and upon completion of the work, Contractor shall file all forms and pay all fees required by L&I and shall indemnify and hold City harmless from any claims related to its failure to comply with RCW 39.12. The following information is provided pursuant to RCW 39.12.030: Construction Agreement Page 2 of 6 A. State of Washington prevailing wage rates applicable to this public works project, published by L&I are located at the L&I website address: https://fortress.wa. gov/lni/wagelookup/prvWagelookup. aspx B. This Project is located in Spokane County. C. The effective prevailing wage date is the same date as the bid due date as referenced in the original request for bids and as may be revised by addenda. A copy of the applicable prevailing wage rates is also available for viewing at the offices of City located at 11707 East Sprague, Suite 106, Spokane Valley, WA 99206. Upon request, City will mail a hard copy of the applicable prevailing wages for this project. 10. Relationship of the Parties. It is understood, agreed and declared that Contractor shall be an independent contractor, and not the agent or employee of City, that City is interested in only the results to be achieved, and that the right to control the particular manner, method and means in which the services are performed is solely within the discretion of Contractor. Any and all employees who provide services to City under this Agreement shall be deemed employees solely of Contractor. Contractor shall be solely responsible for the conduct and actions of all its employees under this Agreement and any liability that may attach thereto. 11. Ownership of Documents. All drawings, plans, specifications, and other related documents prepared by Contractor under this Agreement are and shall be the property of City, and may be subject to disclosure pursuant to RCW 42.56 or other applicable public record laws. 12. Records. The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of Contractor's records with respect to all matters covered in this Agreement. Such representatives shall be permitted to audit, examine and make excerpts or transcripts from such records and to make audits of all contracts, invoices, materials, payrolls and record of matters covered by this contract for a period of three years from the date final payment is made hereunder. 13. Warranty. Unless provided otherwise in the Contract Documents, Contractor warrants that all Work and materials performed or installed under this Agreement are free from defect or failure for a period of one year following final acceptance by City, unless a supplier or manufacturer has a warranty for a greater period, which warranty shall be assigned or transferred to City. In the event a defect or failure occurs in work or materials, Contractor shall, within the warranty period, remedy the same at no cost or expense to City. This warranty provision shall not be construed to establish a period of limitation with respect to Contractor's other obligations under this Agreement. 14. Contractor to Be Licensed And Bonded. Contractor shall be duly licensed, registered and bonded by the State of Washington at all times this Agreement is in effect. 15. Insurance. Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by Contractor, its agents, representatives, or employees. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: 1. Automobile liability insurance covering all owned, non -owned, hired, and leased vehicles. Construction Agreement Page 3 of 6 Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial general liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products -completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The commercial general liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the commercial general liability insurance for liability arising from explosion, collapse or underground property damage. City shall be named as an insured under Contractor's commercial general liability insurance policy with respect to the work performed for City using ISO Additional Insured endorsement CG 2010 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers' compensation coverage as required by the industrial insurance laws of the State of Washington. B. Minimum Amounts of Insurance. Contractor shall maintain the following insurance limits: 1. Automobile liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial general liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate, and a $2,000,000 products -completed operations aggregate limit. C. Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain, the following provisions for automobile liability, professional liability and commercial general liability insurance: 1. Contractor's insurance coverage shall be primary insurance with respect to City. Any insurance, self-insurance, or insurance pool coverage maintained by City shall be excess of Contractor's insurance and shall not contribute with it. 2. Contractor shall fax or send electronically in .pdf format a copy of insurer's cancellation notice within two business days of receipt by Contractor. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Evidence of Coverage. As evidence of the insurance coverages required by this Agreement, Contractor shall furnish acceptable insurance certificates to City at the time Contractor returns the signed Agreement. The certificate shall specify all of the parties who are additional insureds, and will include applicable policy endorsements, and the deduction or retention level. Insuring companies or entities are subject to City acceptance. If requested, complete copies of insurance policies shall be provided to City. Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions, and/or self-insurance. Construction Agreement Page 4 of 6 16. Indemnification and Hold Harmless. Contractor shall, at its sole expense, defend, indemnify and hold harmless City and its officers, agents, and employees, from any and all claims, actions, suits, liability, loss, costs, attorney's fees and costs of litigation, expenses, injuries, and damages of any nature whatsoever relating to or arising out of the wrongful or negligent acts, errors or omissions in the services provided by Contractor, Contractor's agents, subcontractors, subconsultants and employees to the fullest extent permitted by law, subject only to the limitations provided below. Contractor's duty to defend, indemnify and hold harmless City shall not apply to liability for damages arising out of such services caused by or resulting from the sole negligence of City or City's agents or employees. Contractor's duty to defend, indemnify and hold harmless City against liability for damages arising out of such services caused by the concurrent negligence of (a) City or City's agents or employees, and (b) Contractor, Contractor's agents, subcontractors, subconsultants and employees, shall apply only to the extent of the negligence of Contractor, Contractor's agents, subcontractors, subconsultants and employees. Contractor's duty to defend, indemnify and hold City harmless shall include, as to all claims, demands, losses and liability to which it applies, City's personnel -related costs, reasonable attorneys' fees, and the reasonable value of any services rendered by the office of the City Attorney, outside consultant costs, court costs, fees for collection, and all other claim -related expenses. Contractor specifically and expressly waives any immunity that may be granted it under the Washington State Industrial Insurance Act, Title 51 RCW. These indemnification obligations shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable to or for any third party under workers' compensation acts, disability benefit acts, or other employee benefits acts. Provided, that Contractor's waiver of immunity by the provisions of this paragraph extends only to claims against Contractor by City, and does not include, or extend to, any claims by Contractor's employees directly against Contractor. Contractor hereby certifies that this indemnification provision was mutually negotiated. 17. Waiver. No officer, employee, agent or other individual acting on behalf of either party has the power, right or authority to waive any of the conditions or provisions of this Agreement. No waiver in one instance shall be held to be waiver of any other subsequent breach or nonperformance. All remedies afforded in this Agreement or by law, shall be taken and construed as cumulative, and in addition to every other remedy provided herein or by law. Failure of either party to enforce at any time any of the provisions of this Agreement or to require at any time performance by the other party of any provision hereof shall in no way be construed to be a waiver of such provisions nor shall it affect the validity of this Agreement or any part thereof. 18. Assignment and Delegation. Neither party shall assign, transfer, or delegate any or all of the responsibilities of this Agreement or the benefits received hereunder without first obtaining the written consent of the other party. 19. Confidentiality. Contractor may, from time to time, receive information which is deemed by City to be confidential. Contractor shall not disclose such information without the prior express written consent of City or upon order of a Court of competent jurisdiction. 20. Disputes. All disputes arising under or related to this Agreement that cannot be resolved through informal discussion and negotiations shall be resolved by litigation filed in the Superior Court for Spokane Construction Agreement Page 5 of 6 County, unless otherwise required by applicable federal or state law. 21. Subcontractor Responsibility. As required by RCW 39.06.020, Contractor shall verify responsibility criteria for each first tier subcontractor and its subcontractors of any tier that hires other subcontractors shall verify responsibility criteria for each of its subcontractors. Verification shall include that each subcontractor, at the time of subcontract execution, meets the responsibility criteria listed in RCW 39.04.350(1) and possesses an electrical contractor license, if required by chapter 19.28 RCW, or an elevator contractor license if required by chapter 70.87 RCW. This verification requirement must be included in every subcontract of every tier. 22. Jurisdiction and Venue. This Agreement is entered into in Spokane County, Washington. Venue shall be in Spokane County, State of Washington. 23. Entire Agreement. This Agreement constitutes the entire and complete agreement between the parties and supercedes any prior oral or written agreements. This Agreement may not be changed, modified or altered except in writing signed by the Parties. 24. Anti -kickback. No officer or employee of City, having the power or duty to perform an official act or action related to this Agreement shall have or acquire any interest in this Agreement, or have solicited, accepted or granted a present or future gift, favor, service or other thing of value from any person with an interest in this Agreement. 25. Business Registration. Prior to commencement of Work under this Agreement, Contractor shall register with the City as a business. 26. Severability. If any section, sentence, clause or phrase of this Agreement should be held to be invalid for any reason by a court of competent jurisdiction, such invalidity shall not affect the validity of any other section, sentence, clause or phrase of this Agreement. 27. Exhibits. Exhibits attached and incorporated into this Agreement are: 1. Contract Provisions 2. Insurance Endorsements The Parties have executed this Agreement this day of , 20_. CITY OF SPOKANE VALLEY: Contractor: Mike Jackson, City Manager Owner ATTEST: APPROVED AS TO FORM: Christine Bainbridge, City Clerk Office of the City Attorney Construction Agreement Page 6 of 6 Spokane Valley BOND NO: CONTRACTOR'S PERFORMANCE BOND to City of Spokane Valley, Washington The City of Spokane Valley, Washington, in Spokane County, has awarded to (Contractor), as Principal, a contract for the construction of the project designated as (PROJECT NAME), Project No. (Proiect #) in Spokane Valley, Washington, and said Principal is required under the terms of the Contract to furnish a performance bond in accordance with chapter 39.08 Revised Code of Washington (RCW). The Principal, and (Surety), a corporation, organized under the laws of and licensed to do business in the State of Washington as surety and named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Spokane Valley, as Obligee, in the sum of $ total Contract amount (including Washington State sales tax), subject to the provisions herein. This performance bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall well and faithfully perform all of the Principal' s obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; shall warranty the work as provided in the Contract and shall indemnify and hold harmless the Obligee from any defects in the workmanship and materials incorporated into the work for the period identified in the Contract; and if such performance obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two original counterparts, and shall be signed by the parties' duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL (CONTRACTOR) SURETY Principal Signature Date Surety Signature Date Printed Name Title Name, address, and telephone of local office/agent of Surety Company is: Printed Name Title Revised 1.14. 13 Spolkane Valley BOND NO: CONTRACTOR'S PAYMENT BOND (NON -FEDERALLY FUNDED PROJECT) to City of Spokane Valley, Washington The City of Spokane Valley, Washington, in Spokane County, has awarded to (Contractor), as Principal, a contract for the construction of the project designated as (PROJECT NAME), Project No. (Project #1 in Spokane Valley, Washington, and said Principal is required under the terms of the Contract to furnish a payment bond in accordance with chapter 39.08 Revised Code of Washington (RCW). The Principal, and (Surety), a corporation organized under the laws and licensed to do business in the State of Washington as surety and named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Spokane Valley, as Obligee, in the sum of $ total Contract amount (including Washington State sales tax), subject to the provisions herein. This payment bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall pay all persons in accordance with chapters 39.08 and 39.12 RCW, including all workers, laborers, mechanics, subcontractors, and materialmen, and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work; and shall indemnify and hold harmless the Obligee from all loss, cost or damage which Obligee may suffer by reason of the failure of Principal to make such required payments; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, except as provided herein, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two original counterparts, and shall be signed by the parties' duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL (CONTRACTOR) SURETY Principal Signature Date Surety Signature Date Printed Name Printed Name Title Title Name, address, and telephone of local office/agent of Surety Company is: 1� e-vised 1.14.13 This page left blank for double sided printing. PART 4 AMENDMENTS TO 2014 WSDOT STANDA SPECIFICATIONS INTRO.AP1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2014 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. 1-01.AP1 Section 1-01, Definitions and Terms August 4, 2014 1-01.3 Definitions The definition for "Engineer" is revised to read: The Contracting Agency's representative who directly supervises the engineering and administration of a construction Contract. The definition for "Inspector" is revised to read: The Engineer's representative who inspects Contract performance in detail. The definition for "Project Engineer" is revised to read: Same as Engineer. The definition for "Working Drawings" is revised to read: Drawings, plans, diagrams, or any other supplementary data or calculations, including a schedule of submittal dates for Working Drawings where specified, which the Contractor must submit to the Engineer. 1-02.AP1 Section 1-02, Bid Procedures and Conditions April 7, 2014 1-02.8(1) Noncollusion Declaration The third paragraph is revised to read: 1 Therefore, by including the Non -collusion Declaration as part of the signed bid Proposal, the Bidder is deemed to have certified and agreed to the requirements of the Declaration. 1-03.AP 1 Section 1-03, Award and Execution of Contract March 3, 2014 1-03.4 Contract Bond The last word of item 3 is deleted. Item 4 is renumbered to 5. The following is inserted after item 3 (after the preceding Amendments are applied): 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 1-04.AP1 Section 1-04, Scope of the Work August 4, 2014 1-04.4 Changes In the third paragraph, item number 1 and 2 are revised to read: A. When the character of the Work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or B. When an item of Work, as defined elsewhere in the Contract, is increased in excess of 125 percent or decreased below 75 percent of the original Contract quantity. For the purpose of this Section, an item of Work will be defined as any item that qualifies for adjustment under the provisions of Section 1-04.6. The last two paragraphs are deleted. This section is supplemented with the following new subsections: 1-04.4(2) Value Engineering Change Proposal (VECP) 1-04.4(2)A General A VECP is a Contractor proposed change to the Contract Provisions which will accomplish the projects functional requirements in a manner that is equal to or better than the requirements in the Contract. The VECP may be: (1) at a less cost or time, or (2) either no cost savings or a minor increase in cost with a reduction in Contract time. The net savings or added costs to the Contract Work are shared by the Contractor and Contracting Agency. The Contractor may submit a VECP for changing the Plans, Specifications, or other requirements of the Contract. The Engineer's decision to accept or reject all or part of 2 the proposal is final and not subject to arbitration under the arbitration clause or otherwise subject to litigation. The VECP shall meet all of the following: 1. Not adversely affect the long term life cycle costs. 2. Not adversely impact the ability to perform maintenance. 3. Provide the required safety and appearance. 4. Provide substitution for deleted or reduced Disadvantaged Business Enterprise Condition of Award Work, Apprentice Utilization and Training. VECPs that provide a time reduction shall meet the following requirements: 1. Time saving is a direct result of the VECP. 2. Liquidated damages penalties are not used to calculate savings. 3. Administrative/overhead cost savings experienced by either the Contractor or Contracting Agency as a result of time reduction accrue to each party and are not used to calculate savings. 1-04.4(2)6 VECP Savings 1-04.4(2)61 Proposal Savings The incentive payment to the Contractor shall be one-half of the net savings of the proposal calculated as follows: 1. (gross cost of deleted work) — (gross cost of added work) = (gross savings) 2. (gross savings) — (Contractor's engineering costs) — (Contracting Agency's costs) = (net savings) 3. (net savings) / 2 = (incentive pay) The Contracting Agency's costs shall be the actual consultant costs billed to the Contracting Agency and in-house costs. Costs for personnel assigned to the Engineer's office shall not be included. 1-04.4(2)62 Added Costs to Achieve Time Savings The cost to achieve the time savings shall be calculated as follows: 1. (cost of added work) + (Contractor's engineering costs - Contracting Agency's engineering costs) = (cost to achieve time savings) 2. (cost to achieve time savings) / 2 = (Contracting Agency's share of added cost) 3 If the timesaving proposal also involves deleting work and, as a result, creates a savings for the Contracting Agency, then the Contractor shall also receive one-half of the savings realized through the deletion. 1-04.4(2)C VECP Approval 1-04.4(2)C1 Concept Approval The Contractor shall submit a written proposal to the Engineer for consideration. The proposal shall contain the following information: 1. An explanation outlining the benefit provided by the change(s). 2. A narrative description of the proposed change(s). If applicable, the discussion shall include a demonstration of functional equivalency or a description of how the proposal meets the original contract scope of work. 3. A cost discussion estimating any net savings. Savings estimates will generally follow the outline below under the section, "Proposal Savings". 4. A statement providing the Contracting Agency with the right to use all or any part of the proposal on future projects without future obligation or compensation. 5. A statement acknowledging and agreeing that the Engineer's decision to accept or reject all or part of the proposal is final and not subject to arbitration under the arbitration clause or otherwise be subject to claims or disputes. 6. A statement giving the dates the Engineer must make a decision to accept or reject the conceptual proposal, the date that approval to proceed must be received, and the date the work must begin in order to not delay the contract. If the Contracting Agency does not approve the VECP by the date specified by the Contractor in their proposal the VECP will be deemed rejected. 7. The submittal will include an analysis on other Work that may have costs that changed as a result of the VECP. Traffic control and erosion control shall both be included in addition to any other impacted Work. After review of the proposal, the Engineer will respond in writing with acceptance or rejection of the concept. This acceptance shall not be construed as authority to proceed with any change contract work. Concept approval allows the Contractor to proceed with the Work needed to develop final plans and other information to receive formal approval and to support preparation of a change order. 1-04.4(2)C2 Formal Approval The Contractor's submittal to the Engineer for formal approval shall include the following: 1. Deleted Work — Include the calculated quantities of unit price Work to be deleted. Include the proposed partial prices for portions of lump sum 4 Work deleted. For deletion of force account items include the time and material estimates. 2. Added Work — Include the calculated quantities of unit price Work to be added, either by original unit Contract prices or by new, negotiated unit prices. For new items of Work include the quantities and proposed prices. 3. Contractor's Engineering Costs - Submit the labor costs for the engineering to develop the proposal; costs for Contractor employees utilized in contract operations on a regular basis shall not be included. 4. Schedule Analysis — If the VECP is related to time savings, the Contractor shall submit a partial progress schedule showing the changed Work. The submittal shall also include a discussion comparing the partial progress schedule with the approved progress schedule for the project. 5. Working Drawings — Type 3 Working Drawings shall be submitted; those drawings which require engineering shall be a Type 3E. Formal approval of the proposal will be documented by issuance of a change order. The VECP change order will contain the following statements which the Contractor agrees to by signing the change order: 1. The Contractor accepts design risk of all features, both temporary and permanent, of the changed Work. 2. The Contractor accepts risk of constructability of the changed Work. 3. The Contractor provides the Contracting Agency with the right to use all or any part of the proposal on future projects without further obligation or compensation. VECP change orders will contain separate pay items for the items that are applicable to the Proposal. These are as follows: 1. Deleted Work. 2. Added Work. 3. The Contractor's engineering costs, reimbursed at 100 percent of the Contractor's cost. 4. Incentive payment to the Contractor. When added Work costs exceed Deleted Work costs, but time savings make a viable proposal, then items 3 and 4 above are replaced with the following: 3. The Contracting Agency's share of added cost to achieve time savings. 4. The Contractor's share of savings from deleted Work. 5 1-04.4(2)C3 Authority to Proceed with Changed Work The authority for the Contractor to proceed with the VECP Work will be provided by one of the following options: 1. Execution of the VECP change order, or 2. At the Contractor's request the Contracting Agency may provide approval by letter from the Engineer for the Work to proceed prior to execution of a change order. All of the risk for proceeding with the VECP shall be the responsibility of the Contractor. Additionally, the following criteria are required to have been met: a) Concept approval has been granted by the Contracting Agency. b) All design reviews and approvals have been completed, including plans and specifications. c) The Contractor has guaranteed, in writing, the minimum savings to the Contracting Agency. 1-05.AP1 Section 1-05, Control of Work August 4, 2014 1-05.1 Authority of the Engineer In this section, "Project Engineer" is revised to read "Engineer". The second paragraph (up until the colon) is revised to read: The Engineer's decisions will be final on all questions including the following: The first sentence in the third paragraph is revised to read: The Engineer represents the Contracting Agency with full authority to enforce Contract requirements. 1-05.2 Authority of Assistants and Inspectors The first paragraph is revised to read: The Engineer may appoint assistants and Inspectors to assist in determining that the Work and materials meet the Contract requirements. Assistants and Inspectors have the authority to reject defective material and suspend Work that is being done improperly, subject to the final decisions of the Engineer. In the third paragraph, "Project Engineer" is revised to read "Engineer". 1-05.3 Plans and Working Drawings This section's title is revised to read: 6 Working Drawings This section is revised to read: The Contract may require the Contractor to submit Working Drawings for the performance of the Work. Working Drawings shall be submitted by the Contractor electronically to the Engineer in PDF format; drawing details shall be prepared in accordance with conventional detailing practices. If the PDF format is found to be unacceptable, at the request of the Engineer, the Contractor shall provide paper copies of the Working Drawings with drawings on 11 by 17 inch sheets and calculations/text on 8%2 by 11 inch sheets. Working Drawings will be classified under the following categories: 1. Type 1 — Submitted for Contracting Agency information. Submittal must be received by the Contracting Agency a minimum of 7 calendar days before work represented by the submittal begins. 2. Type 2 — Submitted for Contracting Agency review and comment. Unless otherwise stated in the Contract, the Engineer will require up to 20 calendar days from the date the Working Drawing is received until it is returned to the Contractor. The Contractor shall not proceed with the Work represented by the Working Drawing until comments from the Engineer have been addressed. 3. Type 2E — Same as a Type 2 Working Drawing with Engineering as described below. 4. Type 3 — Submitted for Contracting Agency review and approval. Unless otherwise stated in the Contract, the Engineer will require up to 30 calendar days from the date the Working Drawing is received until it is returned to the Contractor. The Contractor shall obtain the Engineer's written approval before proceeding with the Work represented by the Working Drawing. 5. Type 3E — Same as a Type 3 Working Drawing with Engineering as described below. All Working Drawings shall be considered Type 3 Working Drawings except as specifically noted otherwise in the Contract. Unless designated otherwise by the Contractor, submittals of Working Drawings will be reviewed in the order they are received by the Engineer. In the event that several Working Drawings are received simultaneously, the Contractor shall specify the sequence in which they are to be reviewed. If the Contractor does not submit a review sequence for simultaneous Working Drawing submittals, the review sequence will be at the Engineer's discretion. Working Drawings requiring Engineering, Type 2E and 3E, shall be prepared by (or under the direction of) a Professional Engineer, licensed under Title 18 RCW, State of Washington, and in accordance with WAC 196-23-020. Design calculations shall carry the Professional Engineer's signature and seal, date of signature, and registration number on the cover page. The cover page shall also include the Contract number, Contract title and sequential index to calculation page numbers. 7 If more than the specified number of days is required for the Engineer's review of any individual Working Drawing or resubmittal, an extension of time will be considered in accordance with Section 1-08.8. Review or approval of Working Drawings shall neither confer upon the Contracting Agency nor relieve the Contractor of any responsibility for the accuracy of the drawings or their conformity with the Contract. The Contractor shall bear all risk and all costs of any Work delays caused by rejection or nonapproval of Working Drawings. Unit Bid prices shall cover all costs of Working Drawings. 1-07.AP 1 Section 1-07, Legal Relations and Responsibilities to the Public January 6, 2014 1-07.2 State Taxes This section is revised to read: 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 Contracting Agency will not adjust its payment if the Contractor bases a Bid on a misunderstood tax liability. The Contracting Agency may deduct from its payments to the Contractor, retainage or lien the bond, in the amount the Contractor owes the State Department of Revenue, whether the amount owed relates to the Contract in question or not. Any amount so deducted will be paid into the proper State fund on the contractor's behalf. For additional information on tax rates and application refer to applicable RCWs, WACs or the Department of Revenue's website. 1-07.2(1) State Sales Tax: Work Performed on City, County, or Federally -Owned Land This section including title is revised to read: 1-07.2(1) State Sales Tax: WAC 458-20-171 — Use Tax For Work designated as Rule 171, Use Tax, the Contractor shall include for compensation the amount of any taxes paid in the various unit Bid prices or other Contract amounts. Typically, these taxes are collected on materials incorporated into the project and items such as the purchase or rental of; tools, machinery, equipment, or consumable supplies not integrated into the project. The Summary of Quantities in the Contract Plans identifies those parts of the project that are subject to Use Tax under Section 1-07.2(1). 1-07.2(2) State Sales Tax: Work on State -Owned or Private Land This section including title is revised to read: 8 1-07.2(2) State Sales Tax: WAC 458-20-170 — Retail Sales Tax For Work designated as Rule 170, Retail Sales Tax, the Contractor shall collect from the Contracting Agency, Retail Sales Tax on the full Contract price. The Contracting Agency will automatically add this Retail Sales Tax to each payment to the Contractor and for this reason; the Contractor shall not include the Retail Sales Tax in the unit Bid prices or in any other Contract amount. However, the Contracting Agency will not provide additional compensation to the Prime Contractor or Subcontractor for Retail Sales Taxes paid by the Contractor in addition to the Retail Sales Tax on the total contract amount. Typically, these taxes are collected on items such as 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 prices or in any other Contract amounts. The Summary of Quantities in the Contract Plans identifies those parts of the project that are subject to Retail Sales Tax under Section 1-07.2(2). 1-07.2(3) Services This section is revised to read: Any contract wholly for professional or other applicable services is generally not subject to Retail Sales Tax and therefore the Contractor shall not collect Retail Sales Tax from the Contracting Agency on those Contracts. Any incidental taxes paid as part of providing the services shall be included in the payments under the contract. 1-08.AP1 Section 1-08, Prosecution and Progress May 5, 2014 1-08.1 Subcontracting The eighth paragraph is revised to read: On all projects, the Contractor shall certify to the actual amounts paid to Disadvantaged, Minority, Women's, or Small Business Enterprise firms that were used as Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the Contract. This Certification shall be submitted to the Project Engineer on a monthly basis each month between Execution of the Contract and Physical Completion of the contract using the application available at: https://remoteapps.wsdot.wa.gov/mapsdata/tools/dbeparticipation. The monthly report is due 20 calendar days following the end of the month. A monthly report shall be submitted for every month between Execution of the Contract and Physical Completion regardless of whether payments were made or work occurred. The ninth paragraph is deleted. 9 1-10.AP1 Section 1-10, Temporary Traffic Control August 4, 2014 1-10.1(1) Materials The following material reference is deleted from this section: Barrier Drums 9-35.8 1-10.1(2) Description The first paragraph is revised to read: The Contractor shall provide flaggers, and all other personnel required for labor for traffic control activities and not otherwise specified as being furnished by the Contracting Agency. 1-10.2(1) General In the third paragraph, the first two sentences are revised to read: The primary and alternate TCS shall be certified by one of the organizations listed in the Special Provisions. Possession of a current Washington State TCS card and flagging card by the primary and alternate TCS is mandatory. 1-10.2(1)B Traffic Control Supervisor The first paragraph is revised to read: A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or other traffic control labor is being utilized or less frequently, as authorized by the Engineer. The last paragraph is revised to read: The TCS may perform the Work described in Section 1-10.3(1)A Flaggers or in Section 1- 10.3(1)B Other Traffic Control Labor and be compensated under those Bid items, provided that the duties of the TCS are accomplished. 1-10.2(2) Traffic Control Plans The first paragraph is revised to read: The traffic control plan or plans appearing in the Contract documents show a method of handling vehicle, bicycle, and pedestrian traffic. All construction signs, flaggers, and other traffic control devices are shown on the traffic control plan(s) except for emergency situations. If the Contractor proposes adding the use of flaggers to a plan, this will constitute a modification requiring approval by the Engineer. The modified plans shall show locations for all the required advance warning signs and a safe, protected location for the flagging station. If flagging is to be performed during hours of darkness, the plan shall include appropriate illumination for the flagging station. In the second paragraph, the second sentence is revised to read: 10 Any Contractor -proposed modification, supplement or replacement shall show the necessary construction signs, flaggers, and other traffic control devices required to support the Work. 1-10.2(3) Conformance to Established Standards In the second paragraph, the second sentence is revised to read: The National Cooperative Highway Research Project (NCHRP) Report 350 and the AASHTO Manual for Assessing Safety Hardware (MASH) have established requirements for crash testing. In the third paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH". In the fourth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH". In the fifth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH". 1-10.3(1) Traffic Control Labor The first paragraph is revised to read: The Contractor shall furnish all personnel for flagging, for the execution of all procedures related to temporary traffic control and for 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. 1-10.3(1)A Flaggers and Spotters This section's title is revised to read: Flaggers The first paragraph is revised to read: Flaggers shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. The flagging card shall be immediately available and shown to the Contracting Agency upon request. The last paragraph is deleted. 1-10.3(1)B Other Traffic Control Labor This section is revised to read: In addition to flagging duties, the Contractor shall provide personnel for all other traffic control procedures required by the construction operations and for the labor to install, maintain and remove any traffic control devices shown on Traffic Control Plans. 1-10.3(3)B Sequential Arrow Signs This section is supplemented with the following: 11 A sequential arrow sign is required for all lane closure tapers on a multilane facility. A separate sequential arrow sign shall be used for each closed lane. The arrow sign shall not be used to laterally shift traffic. When used in the caution mode, the four corner mode shall be used. 1-10.3(3)C Portable Changeable Message Signs This section is revised to read: Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate, and maintain portable changeable message signs (PCMS). A PCMS shall be placed behind a barrier or guardrail whenever possible, but shall at a minimum provide 4 ft. of lateral clearance to edge of travelled lane and be delineated by channelization devices. The Contractor shall remove the PCMS from the clear zone when not in use unless protected by barrier or guardrail. 1-10.3(3)F Barrier Drums This section including title is deleted in its entirety and replaced with the following: 1-10.3(3)F Vacant 1-10.3(3)K Portable Temporary Traffic Control Signal The fifth paragraph is revised to read: The Project Engineer or designee will inspect the signal system at initial installation/operation and approve the signal timing. Final approval will be based on the results of the operational inspection. 1-10.4(2) Item Bids With Lump Sum for Incidentals In the second paragraph, the first and second sentences are revised to read: "Flaggers" will be measured by the hour. Hours will be measured for each flagging station, shown on an approved Traffic Control Plan, when that station is staffed in accordance with Section 1-10.3(1)A. The first sentence of the last bulleted item in this section is revised to read: Installing and removing Barricades, Traffic Safety Drums, Cones, Tubular Markers and Warning Lights and Flashers to carry out approved Traffic Control Plan(s). 1-10.5(2) Item Bids With Lump Sum for Incidentals This section is deleted and replaced with the following: "Traffic Control Supervisor", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1-10.2(1)B. "Pedestrian Traffic Control", lump sum. 12 The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work for pedestrian traffic control defined in Section 1-10. "Flaggers", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1-10.3(1)A. "Other Traffic Control Labor", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all labor costs incurred by the Contractor in performing the Work specified for this item in Section 1-10.4(2). "Construction Signs Class A", per square foot. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1-10.3(3)A. In the event that "Do Not Pass" and "Pass With Care" signs must be left in place, a change order, as described in Section 1-04.4, will be required. When the Bid Proposal contains the item "Sign Covering", then covering those signs indicated in the Contract will be measured and paid according to Section 8-21. "Sequential Arrow Sign", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1-10.3(3)B. "Portable Changeable Message Sign", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work for procuring all portable changeable message signs required for the project and for transporting these signs to and from the project. "Transportable Attenuator", per each. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1-10.3(3)J except for costs compensated separately under the items "Operation of Transportable Attenuator" and "Repair Transportable Attenuator". "Operation of Transportable Attenuator", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work for operating transportable attenuators on the project. 13 "Repair Transportable Attenuator", by force account. All costs of repairing or replacing transportable attenuators that are damaged by the motoring public while in use as shown on an approved Traffic Control Plan will be paid for by force account as specified in Section 1-09.6. To provide a common Proposal for all Bidders, the Contracting Agency has estimated the amount of force account for "Repair Transportable Attenuator" and has entered the amount in the Proposal to become a part of the total Bid by the Contractor. Transportable attenuators damaged due to the Contractor's operation or damaged in any manner when not in use shall be repaired or replaced by the Contractor at no expense to the Contracting Agency. "Other Temporary Traffic Control", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1-10, and which costs are not compensated by one of the above -listed items. "Portable Temporary Traffic Control Signal", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work as described in Section 1-10.3(3)K, including all costs for traffic control during manual control, adjustment, malfunction, or failure of the portable traffic control signals and during replacement of failed or malfunctioning signals. 2-01.AP2 Section 2-01, Clearing, Grubbing, and Roadside Cleanup August 4, 2014 2-01.3(1) Clearing In the second paragraph, item number 3 (up until the colon) is revised to read: 3. Follow these requirements for all stumps that will be buried deeper than 5 feet from the top, side, or end surface of the embankment or any structure and are in a location that will not be terraced as described in Section 2-03.3(14): 2-03.AP2 Section 2-03, Roadway Excavation and Embankment August 4, 2014 2-03.3(14) Embankment Construction The third paragraph is revised to read: Hillside Terraces — The Contractor shall terrace the original ground or embankment when the slope of the surface is 2H:1V or steeper unless otherwise directed by the Engineer. The face of each terrace shall be a minimum of 1 foot and a maximum of 5 feet in height and shall be vertical or near vertical as required to remain stable during material placement and compaction. The bench of the terrace shall slope outward to drain and shall not be inclined steeper than 0.05 foot per foot. Terraces damaged during work shall be reestablished. The 14 Engineer may order the Contractor to place gravel backfill, pipe drains or both to drain any seepage. 2-03.3(14)L Embankment Widening for Guardrail The first sentence is revised to read: Embankments widened for the installation of beam guardrail shall be terraced in accordance with the requirements for hillside terraces in Section 2-03.3(14). The second sentence is deleted. 3-04.AP3 Section 3-04, Acceptance of Aggregate August 4, 2014 3-04.5 Payment In Table 2, the row containing the item "HMA Aggregate" is revised to read: 9-03.8(2) HMA Aggregate 15 15 Uncompacte d Void Content 15 5-01.AP5 Section 5-01, Cement Concrete Pavement Rehabilitation August 4, 2014 5-01.2 Materials The referenced section for the following item is revised to read: Dowel Bars 9-07.5 5-01.3(4) Replace Portland Cement Concrete Panel In the third paragraph, the last sentence is deleted. The seventeenth paragraph (beginning with "The Contractor shall place a bond -breaking material...") is deleted. 5-02.AP5 Section 5-02, Bituminous Surface Treatment August 4, 2014 5-02.3(11) Temporary Raised Pavement Markings This section's title is revised to read: 15 Temporary Pavement Markings The word "raised" is deleted from this section. 5-04.AP5 Section 5-04, Hot Mix Asphalt August 4, 2014 5-04.3(7)A3 Commercial Evaluation The second sentence in the first paragraph is revised to read: Mix designs for HMA accepted by commercial evaluation shall be submitted to the Project Engineer on WSDOT Form 350-042. 5-04.3(10)A General In the first paragraph, "checking" and "cracking" are deleted. In the third paragraph, the following new sentence is inserted after the second sentence: Coverage with a steel wheel roller may precede pneumatic tired rolling. In the third paragraph, the following new sentence is inserted before the last sentence: Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. 5-04.3(10)B1 General In this section, "Project Engineer" is revised to read "Engineer". The first paragraph is revised to read: HMA mixture accepted by statistical or nonstatistical evaluation that is used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 -foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a minimum of 91 percent of the maximum density. The percent of maximum density shall be determined by WSDOT FOP for AASHTO T 729 when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. The specified level of density attained will be determined by the statistical evaluation of the density of the pavement. The following four new paragraphs are inserted after the first paragraph: Tests for the determination of the pavement density will be taken in accordance the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. 16 If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4 -inches unless other approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item "Roadway Core" the Contracting Agency will obtain the cores. 5-04.3(10)64 Test Results The first paragraph is revised to read: The results of all compaction acceptance testing and the CPF of the lot after three sublots have been tested will be available to the Contractor through WSDOT's website. Determination of the relative density of the HMA with a nuclear density gauge requires a correlation factor and may require resolution after the correlation factor is known. Acceptance of HMA compaction will be based on the statistical evaluation and CPF so determined. In the second paragraph, the first sentence is revised to read: For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 91 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. In the second sentence of the second paragraph, "moisture -density" is revised to read "density". In the second paragraph, the fourth sentence is deleted. 5-04A Measurement The following new paragraph is inserted after the first paragraph: Roadway cores will be measured per each for the number of cores taken. The second to last paragraph is deleted. 5-04.5 Payment The bid item "Removing Temporary Pavement Marking", per linear foot and paragraph following bid item are deleted. The following new bid item is inserted before the second to last paragraph: "Roadway Core", per each. 17 The Contractor's costs for all other Work associated with the coring (eg., traffic control) shall be incidental and included within the unit Bid price per each and no additional payments will be made. 5-05.AP5 Section 5-05, Cement Concrete Pavement August 4, 2014 5-05.3(1) Concrete Mix Design for Paving The second and third rows of the table in item number 3 are revised to read: Coarse Aggregate + 30 Pounds - 30 Pounds Fine Aggregate + 30 Pounds - 30 Pounds 5-05.4 Measurement The fourth paragraph is supplemented with the following new sentence: Tie bars with drill holes in cement concrete pavement placed under the Contract will not be measured. 5-05.5 Payment The paragraph following the Bid item "Tie Bar with Drill Hole", per each is supplemented with the following new sentence: All costs for tie bars with drill holes in cement concrete pavement placed under the Contract shall be included in the unit Contract price per cubic yard for "Cement Conc. Pavement". 6-02.AP6 Section 6-02, Concrete Structures August 4, 2014 6-02.3(1) Classification of Structural Concrete In paragraph two, item number 1 is revised to read: Mix design and proportioning specified in Sections 6-02.3(2), 6-02.3(2)A and 6-02.3(2)A1. Item number 3 is renumbered to 4. After the preceding Amendments are applied, the following new numbered item is inserted after item number 2: 3. Temperature and time for placement requirements specified in Section 6-02.3(4)D. 6-02.3(2) Proportioning Materials In the third paragraph, the first sentence is revised to read: The use of fly ash is required for Class 4000P concrete, except that ground granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio. 18 In the table titled "Cementitious Requirement for Concrete", the row beginning with "4000D" is deleted. The fourth paragraph is revised to read: When both ground granulated blast furnace slag and fly ash are included in the concrete mix, the total weight of both these materials is limited to 40 percent by weight of the total cementitious material for concrete class 4000A, and 50 percent by weight of the total cementitious material for all other classes of concrete. 6-02.3(2)A Contractor Mix Design The first paragraph is revised to read: The Contractor shall provide a mix design in writing to the Engineer for all classes of concrete specified in the Plans except for lean concrete and commercial concrete. No concrete shall be placed until the Engineer has reviewed the mix design. The required average 28 -day compressive strength shall be selected in accordance with ACI 318, Chapter 5, Section 5.3.2. ACI 211.1 and ACI 318 shall be used to determine proportions. All proposed concrete mixes except Class 4000D shall meet the requirements in Cementitious Requirement for Concrete in Section 6-02.3(2). In the fourth paragraph, the fourth sentence is deleted. In the sixth paragraph, the first sentence is deleted. In the seventh paragraph, the last sentence is deleted. The eighth paragraph is revised to read: Air content for concrete Class 4000D shall conform to Section 6-02.3(2)A1. For all other concrete, air content shall be a minimum of 4.5 percent and a maximum of 7.5 percent for all concrete placed above the finished ground line. The following new sub -section is added: 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D All Class 4000D concrete shall be a project specific performance mix design conforming to the following requirements: 1. Aggregate shall use combined gradation in accordance with Section 9-03.1(5) with a nominal maximum aggregate size of 1-1/2 inches. 2. Permeability shall be less than 2,000 coulombs at 56 days in accordance with AASHTO T 277. 3. Freeze -thaw durability shall be provided by one of the following methods: a. The concrete shall maintain an air content between 4.5 and 7.5 percent. b. The concrete shall maintain a minimum air content that achieves a durability factor of 90 percent, minimum, after 300 cycles in accordance with AASHTO T 161, Procedure A. This air content shall not be less than 3.0 percent. Test 19 samples shall be obtained from concrete batches of a minimum of 3.0 cubic yards. 4. Scaling shall have a visual rating less than or equal to 2 after 50 cycles in accordance with ASTM C 672. 5. Shrinkage at 28 days shall be less than 320 micro strain in accordance with AASHTO T 160. 6. Modulus of elasticity shall be measured in accordance with ASTM C 469. 7. Density shall be measured in accordance with ASTM C 138. The Contractor shall submit the mix design in accordance with Section 6-02.3(2)A. The submittal shall include test reports for all tests listed above that follow the reporting requirements of the AASHTO/ASTM procedures. Samples for testing may be obtained from either laboratory or concrete plant batches. If concrete plant batches are used, the minimum batch size shall be 3.0 cubic yards. The Contractor shall submit the mix design to the Engineer at least 30 calendar days prior to the placement of concrete in the bridge deck. 6-02.3(4)D Temperature and Time For Placement The first two sentences are revised to read: Concrete temperatures shall remain between 55°F and 90°F while it is being placed, except that Class 4000D concrete temperatures shall remain between 55°F and 75°F during placement. Precast concrete that is heat cured in accordance with Section 6-02.3(25)D shall remain between 50°F and 90°F while being placed. 6-02.3(5)A General The first paragraph is revised to read: Concrete for the following applications will be accepted based on a Certificate of Compliance to be provided by the supplier as described in Section 6-02.3(5)B: 1. Lean concrete. 2. Commercial concrete. 3. Class 4000P concrete for Roadside Steel Sign Support Foundations. 4. Class 4000P concrete for Type II, III, and CCTV Signal Standard Foundations that are 12'-0" or Tess in depth. 5. Class 4000P concrete for Type IV and V Strain Pole Foundations that are 12'-0" or less in depth. 6. Class 4000P concrete for Steel Light Standard Foundations Types A & B. The following new sentence is inserted at the beginning of the second paragraph: 20 Slip -form barrier concrete will be accepted based on conformance to the requirements for temperature, air content and compressive strength at 28 days for sublots as tested and determined by the Contracting Agency. 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial Curing The second paragraph is revised to read: The Contractor shall provide and maintain a sufficient number of cure boxes in accordance with WSDOT FOP for AASHTO T 23 for curing concrete cylinders. The cure boxes shall be readily accessible and no more than 500 feet from the point of acceptance testing, unless otherwise approved by the Engineer. The Contractor shall also provide, maintain and operate all necessary power sources and connections needed to operate the cure boxes. The cure boxes shall be in-place and functioning at the specified temperature for curing cylinders prior to concrete placement. Concrete cylinders shall be cured in the cure boxes in accordance with WSDOT FOP for AASHTO T 23. The cure boxes shall have working locks and the Contractor shall provide the Engineer with one key to each of the locks. Once concrete cylinders are placed in the cure box, the cure box shall not be disturbed until the cylinders have been removed. The Contractor shall retain the cure box Temperature Measuring Device log and provide it to the Engineer upon request. The following new paragraph is inserted after the last paragraph: All cure box costs shall be incidental to the associated item of work. 6-02.3(6)A2 Cold Weather Protection The first sentence in the first paragraph is revised to read: This Specification applies when the weather forecast on the day of concrete placement predicts air temperatures below 35°F at any time during the 7 days following placement. The first sentence of the second paragraph is revised to read: The temperature of the concrete shall be maintained above 50°F during the entire curing period or 7 days, whichever is greater. 6-02.3(10)D Concrete Placement, Finishing, and Texturing This section is supplemented with the following new sub -sections: 6-02.3(10)D1 Test Slab Using Bridge Deck Concrete After the Contractor receives the Engineer's approval for the Class 4000D concrete mix design, and a minimum of seven calendar days prior to the first placement of bridge deck concrete, the Contractor shall construct a test slab using concrete of the approved mix design. The test slab may be constructed on grade, shall have a minimum thickness of eight - inches, shall have minimum plan dimensions of 10 -feet along all four edges, and shall be square or rectangular. During construction of the test slab, the Contractor shall demonstrate concrete sampling and testing, use of the concrete temperature monitoring system, the concrete fogging 21 system, concrete placement system, and the concrete finishing operation. The Contractor shall conduct the demonstration using the same type of equipment to be used for the production bridge decks, except that the Contractor may elect to finish the test slab with a hand -operated strike -board. After the construction of the test slab and the demonstration of bridge deck construction operations is complete, the Contractor shall remove and dispose of the test slab in accordance with Sections 2-02.3 and 2-03.3(7)C. 6-02.3(10)D2 Preparation for Concrete Placement Before placing bridge approach slab concrete, the subgrade shall be constructed in accordance with Sections 2-06 and 5-05.3(6). Before any concrete is placed, the finishing machine shall be operated over the entire length of the deck/slab to check screed deflection. Concrete placement may begin only if the Engineer approves after this test. Immediately before placing concrete, the Contractor shall check (and adjust if necessary) all falsework and wedges to minimize settlement and deflection from the added mass of the concrete deck/slab. The Contractor shall also install devices, such as telltales, by which the Engineer can readily measure settlement and deflection. 6-02.3(10)D3 Concrete Placement The placement operation shall cover the full width of the bridge deck or the full width between construction joints. The Contractor shall locate any construction joint over a beam or web that can support the deck/slab on either side of the joint. The joint shall not occur over a pier unless the Plans permit. Each joint shall be formed vertically and in true alignment. The Contractor shall not release falsework or wedges supporting bridge deck placement sections on either side of a joint until each side has aged as these Specifications require. Placement of concrete for bridge decks and bridge approach slabs shall comply with Section 6-02.3(6). In placing the concrete, the Contractor shall: 1. Place it (without segregation) against concrete placed earlier, as near as possible to its final position, approximately to grade, and in shallow, closely spaced piles; 2. Consolidate it around reinforcing steel by using vibrators before strike -off by the finishing machine; 3. Not use vibrators to move concrete; 4. Not revibrate any concrete surface areas where workers have stopped prior to screeding; 5. Remove any concrete splashed onto reinforcing steel in adjacent segments before concreting them; 6. Maintain a slight excess of concrete in front of the screed across the entire width of the placement operation; 22 7. Operate the finishing machine to create a surface that is true and ready for final finish without overfinishing or bringing excessive amounts of mortar to the surface; and 8. Leave a thin, even film of mortar on the concrete surface after the last pass of the finishing machine pan. Workers shall complete all post screeding operations without walking on the concrete. This may require work bridges spanning the full width of the deck/slab. After removing the screed supports, the Contractor shall fill the voids with concrete (not mortar). If the surface left by the finishing machine is porous, rough, or has minor irregularities, the Contractor shall float the surface of the concrete. Floating shall leave a smooth and even surface. Float finishing shall be kept to the minimum number of passes necessary to seal the surface. The floats shall be at least 4 -feet long. Each transverse pass of the float shall overlap the previous pass by at least half the length of the float. The first floating shall be at right angles to the strike -off. The second floating shall be at right angles to the centerline of the span. A smooth riding surface shall be maintained across construction joints. The edge of completed roadway slabs at expansion joints and compression seals shall have a 3/8 -inch radius. After floating, but while the concrete remains plastic, the Contractor shall test the entire deck/slab for flatness (allowing for crown, camber, and vertical curvature). The testing shall be done with a 10 -foot straightedge held on the surface. The straightedge shall be advanced in successive positions parallel to the centerline, moving not more than one half the length of the straightedge each time it advances. This procedure shall be repeated with the straightedge held perpendicular to the centerline. An acceptable surface shall be one free from deviations of more than 1/8 -inch under the 10 -foot straightedge. If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete, strike off, consolidate, and refinish them. High areas shall be cut down and refinished. Retesting and refinishing shall continue until a surface conforming to the requirements specified above is produced. 6-02.3(10)D4 Monitoring Bridge Deck Concrete Temperature After Placement The Contractor shall monitor and record the concrete temperature and ambient temperature hourly for seven calendar days after placement. The Contractor shall monitor and record concrete temperature by placing two maturity meter temperature monitoring devices in the bridge deck at locations specified by the Engineer. The Contractor shall monitor ambient temperature using maturity meters near the locations where concrete temperature is being monitored. When the bridge deck is being enclosed and heated to meet cold weather requirements, ambient temperature readings shall be taken within the enclosure. The Contractor shall submit the concrete temperature and ambient temperature data to the Engineer in spreadsheet format within 14 calendar days from placing the bridge deck concrete. The Contractor shall submit the type and model of maturity meter temperature monitoring device, and the associated devices responsible for recording and documenting the 23 temperature and curing time, to the Engineer at least 14 calendar days prior to the pre - concreting conference for the first bridge deck to be cast. The placement and operation of the temperature monitoring devices and associated devices will be an agenda item at the pre -concreting conference for the first bridge deck to be cast. 6-02.3(10)D5 Bridge Deck Concrete Finishing and Texturing Except as otherwise specified for portions of bridge decks receiving an overlay or sidewalk under the same Contract, the Contractor shall texture the surface of the bridge deck as follows: The Contractor shall texture the bridge deck using diamond tipped saw blades mounted on a power driven, self-propelled machine that is designed to texture concrete surfaces. The grooving equipment shall provide grooves that are 1/8" ± 1/64" wide, 3/16" ± 1/16" deep, and spaced at 3/4" ± 1/8". The bridge deck shall not be textured with a metal tined comb. The Contractor shall submit the type of grooving equipment to be used to the Engineer for approval 30 calendar days prior to performing the work. The Contractor shall demonstrate that the method and equipment for texturing the bridge deck will not chip, spall or otherwise damage the deck. The Contractor shall not begin texturing the bridge deck until receiving the Engineer's approval of the Contractor's method and equipment. Unless otherwise approved by the Engineer, the Contractor shall texture the concrete bridge deck surface either in a longitudinal direction, parallel with centerline or in a transverse direction, perpendicular with centerline. The Contractor shall texture the bridge deck surface to within 3 -inches minimum and 15 -inches maximum of the edge of concrete at expansion joints, within 1 -foot minimum and 2 -feet maximum of the curb line, and within 3 -inches minimum and 9 -inches maximum of the perimeter of bridge drain assemblies. The Contractor shall contain and collect all concrete dust and debris generated by the bridge deck texturing process, and shall dispose of the collected concrete dust and debris in accordance with Section 2-03.3(7)C. If the Plans call for placement of a sidewalk or an HMA or concrete overlay on the bridge deck, the Contractor shall produce the final finish of these areas by dragging a strip of damp, seamless burlap lengthwise over the bridge deck or by brooming it lightly. Approximately 3 -feet of the drag shall contact the surface, with the least possible bow in its leading edge. It shall be kept wet and free of hardened lumps of concrete. When the burlap drag fails to produce the required finish, the Contractor shall replace it. When not in use, it shall be lifted clear of the bridge deck. After the bridge deck has cured, the surface shall conform to the surface smoothness requirements specified in Section 6-02.3(10)D3. The surface texture on any area repaired to address out -of -tolerance surface smoothness shall match closely that of the surrounding bridge deck area at the completion of the repair. Methods used to remove high spots shall cut through the mortar and aggregate without breaking or dislodging the aggregate or causing spalls. 24 6-02.3(10)D6 Bridge Approach Slab Finishing and Texturing Bridge approach slabs shall be textured either in accordance with Section 6-02.3(10)D5, or using metal tined combs in the transverse direction, except bridge approach slabs receiving an overlay in the same Contract shall be finished as specified in Section 6-02.3(10)D5 only. The comb shall be made of a single row of metal tines. It shall leave striations in the fresh concrete approximately 3/16 -inch deep by 1/8 -inch wide and spaced approximately 1/2 - inch apart. The Engineer will decide actual depths at the site. If the comb has not been approved, the Contractor shall obtain the Engineer's approval by demonstrating it on a test section. The Contractor may operate the combs manually or mechanically, either singly or with several placed end to end. The timing and method used shall produce the required texture without displacing larger particles of aggregate. Texturing shall end 2 -feet from curb lines. This 2 -foot untextured strip shall be hand finished with a steel trowel. Surface smoothness, high spots, and low spots shall be addressed as specified in Section 6-02.3(10)D5. The surface texture on any area cut down or built up shall match closely that of the surrounding bridge approach slab area. The entire bridge approach slab shall provide a smooth riding surface. 6-02.3(11) Curing Concrete Items number 1 through 4 are deleted and replaced with the following 5 new numbered items: 1. Bridge sidewalks, roofs of cut and cover tunnels — curing compound covered by white, reflective type sheeting or continuous wet curing. Curing by either method shall be for at least 10 days. 2. Bridge decks — See Section 6-02.3(11)B. 3. Bridge approach slabs (Class 4000A concrete) - 2 coats of curing compound and continuous wet cure for at least 10 -days. 4. Concrete barriers and rail bases – See Section 6-02.3(11)A. 5. All other concrete surfaces — continuous wet cure for at least three days. In the second paragraph, the first sentence is replaced with the following three new sentences: During the continuous wet cure, the Contractor shall keep all exposed concrete surfaces saturated with water. Formed concrete surfaces shall be kept in a continuous wet cure by leaving the forms in place. If forms are removed during the continuous wet cure period, the Contractor shall treat the concrete as an exposed concrete surface. The third paragraph is revised to read: When curing Class 4000A, two coats of curing compound that complies with Section 9-23.2 shall be applied immediately (not to exceed 15 min.) after tining any portion of the bridge approach slab. The continuous wet cure shall be established as soon as the concrete has set enough to allow covering without damaging the finish. 25 In the fifth paragraph, the first sentence is revised to read: If the Plans call for an asphalt overlay on the bridge approach slab, the Contractor shall use the clear curing compound (Type 1, Class B), applying at least 1 gallon per 150 square feet to the concrete surface. The eighth paragraph is deleted. 6-02.3(11)B Curing Bridge Decks This new section is supplemented with the following new sub -sections: 6-02.3(11)61 Equipment The Contractor shall maintain a wet sheen, without developing pooling or sheeting water, using a fogging apparatus consisting of pressure washers with a minimum nozzle output of 1,500 psi, or other means approved by the Engineer. The Contractor shall submit a bridge deck curing plan to the Engineer a minimum 14 calendar days prior to the pre -concreting conference. The Contractor's plan shall describe the sequence and timing that will be used to fog the bridge deck, apply pre-soaked burlap, install soaker hoses and cover the deck with white reflective sheeting. 6-02.3(11)B2 Curing The fogging apparatus shall be in place and charged for fogging prior to beginning concrete placement for the bridge deck. The Contractor shall presoak all burlap to be used to cover the deck during curing. Immediately after the finishing machine passes over finished concrete, the Contractor shall implement the following tasks: 1. The Contractor shall fog the bridge deck while maintaining a wet sheen without developing pooling or sheeting water. 2. The Contractor shall apply the presoaked burlap to the top surface to fully cover the deck without damaging the finish, other than minor marring of the concrete surface. The Contractor shall not apply curing compound. 3. The Contractor shall continue to keep the burlap wet by fog spraying until the burlap is covered by soaker hoses and white reflective sheeting. The Contractor shall place the soaker hoses and whiter reflective sheeting after the concrete has achieved initial set. The Contractor shall charge the soaker hoses frequently so as to keep the burlap covering the entire deck wet during the course of curing. As an alternative to tasks 2 and 3 above, the Contractor may propose a curing system using proprietary curing blankets specifically manufactured for bridge deck curing. Details of the proprietary curing blanket system, including product literature and details of how the system is to be installed and maintained, shall be submitted to the Engineer for approval. The wet curing regime as described shall remain in place for at least 14 consecutive calendar days. 26 6-02.3(12)A Construction Joints in New Construction The third paragraph is deleted and replaced with the following three new paragraphs: If the Plans require a roughened surface on the joint, the Contractor shall strike it off to leave grooves at right angles to the length of the member. Grooves shall be installed using one of the following options: 1. Grooves shall be % to 1 inch wide, '/ to % inch deep, and spaced equally at twice the width of the groove. Grooves shall terminate approximately 1 '/-inches from the face of concrete. 2. Grooves shall be 1 to 2 inches wide, a minimum of %-inch deep, and spaced a maximum of three times the width of the groove. Grooves shall terminate approximately 1 %-inches from the face of concrete. If the Engineer approves, the Contractor may use an alternate method to produce a roughened surface on the joint, provided that such an alternate method leaves a roughened surface of at least a 1/4 -inch amplitude. If the first strike -off does not produce the required roughness, the Contractor shall repeat the process before the concrete reaches initial set. The final surface shall be clean and without laitance or loose material. 6-02.3(15) Date Numerals The third sentence in the first paragraph is revised to read: When an existing Structure is widened or when traffic barrier is placed on an existing Structure, the date shall be for the year in which the original Structure was completed. 6-02.3(16) Plans for Falsework and Formwork This section is revised to read: The Contractor shall submit all plans for falsework and formwork as Type 2E Working Drawings. Submittal is not required for footing or retaining wall formwork if the wall is 4 feet or less in height (excluding pedestal height). The design of falsework and formwork shall be based on: 1. Applied loads and conditions which are no less severe than those described in Section 6-02.3(17)A, Design Loads; 2. Allowable stresses and deflections which are no greater than those described in Section 6-02.3(17)B, Allowable Stresses and Deflections; 3. Special loads and requirements no less severe than those described in Section 6- 02.3(17)C, Falsework and Formwork at Special Locations; 4. Conditions required by other Sections of 6-02.3(17), Falsework and Formwork. 27 The falsework and formwork plans shall be scale drawings showing the details of proposed construction, including: sizes and properties of all members and components; spacing of bents, posts, studs, wales, stringers, wedges and bracing; rates of concrete placement, placement sequence, direction of placement, and location of construction joints; identification of falsework devices and safe working loads as well as identification of any bolts or threaded rods used with the devices including their diameter, length, type, grade, and required torque. The falsework plans shall show the proximity of falsework to utilities or any nearby Structures including underground Structures. Formwork accessories shall be identified according to Section 6-02.3(17)H, Formwork Accessories. All assumptions, dimensions, material properties, and other data used in making the structural analysis shall be noted on the drawing. The Contractor shall furnish associated design calculations to the Engineer as part of the submittal. The design calculations shall show the stresses and deflections in load supporting members. Construction details which may be shown in the form of sketches on the calculation sheets shall be shown in the falsework or formwork drawings as well. Falsework or formwork plans will be rejected in cases where it is necessary to refer to the calculation sheets for information needed for complete understanding of the falsework and formwork plans or how to construct the falsework and formwork. Each sheet of falsework and formwork plans shall carry the following: 1. The initials and dates of all participating design professionals. 2. Clear notation of all revisions including identification of who authorized the revision, who made the revision, and the date of the revision. 3. The Contract number, Contract title, and sequential sheet number. These shall also be on any related documents. 4. Identify where the falsework and formwork plan will be utilized by referencing Contract Plan sheet number and related item or detail. 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans This section, including title, is deleted in its entirety and replaced with the following: 6-02.3(16)A Vacant 6-02.3(16)B Preapproved Formwork Plans This section, including title, is revised to read: 6-02.3(16)B Pre -Contract Review of Falsework and Formwork Plans The Contractor may request pre -contract review of formwork plans for abutments, wingwalls, diaphragms, retaining walls, columns, girders and beams, box culverts, railings, and bulkheads. Plans for falsework supporting the bridge deck for interior spans between precast prestressed concrete girders may also be submitted for pre -contract review. To obtain pre -contract review, the Contractor shall electronically submit drawings and design calculations in PDF format directly to: 28 BridgeConstructionSupport@wsdot.wa.gov The Bridge and Structures Office, Construction Support Engineer will return the falsework or formwork plan to the Contractor with review notes, an effective date of review, and any revisions needed prior to use. For each contract on which the pre -reviewed falsework or formwork plans will be used, the Contractor shall submit a copy to the Engineer. Construction shall not begin until the Engineer has given concurrence. If the falsework or formwork being constructed has any deviations to the preapproved falsework or formwork plan, the Contractor shall submit plan revisions for review and approval in accordance with Section 6-02.3(16). 6-02.3(17)A Design Loads The fifth paragraph is revised to read: Live loads shall consist of a minimum uniform load of not less than 25 psf, applied over the entire falsework plan area, plus the greater of: 1. Actual weights of the deck finishing equipment applied at the rails, or; 2. A minimum load of 75 pounds per linear foot applied at the edge of the bridge deck. 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms The second to last paragraph is deleted. 6-02.3(17)0 Early Concrete Test Cylinder Breaks The third paragraph is revised to read: The cylinders shall be cured in the field in accordance with WSDOT FOP for AASHTO T 23 Section 10.2 Field Curing. 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings The first five paragraphs are deleted and replaced with the following two new paragraphs: Grout shall conform to Section 9-20.3(2) for anchor bolts and for bearing assemblies with bearing plates. Grout shall conform to Section 9-20.3(3) for elastomeric bearing pads and fabric pad bearings without bearing plates. Grout shall be a workable mix with a viscosity that is suitable for the intended application. The Contractor shall receive approval from the Engineer before using the grout. 6-02.3(26)F Prestressing Reinforcement The last sentence in the fourth paragraph is revised to read: If the prestressing reinforcement will not be stressed and grouted for more than 7 calendar days after it is placed in the ducts, the Contractor shall place an approved corrosion inhibitor conforming to Federal Specification MIL -I -22110C in the ducts. 29 6-02.5 Payment In the paragraph following the bid item "Commercial Concrete", per cubic yard the second sentence is revised to read: All costs in connection with concrete curing, and furnishing and applying pigmented sealer to concrete surfaces as specified, shall be included in the unit contract price per cubic yard for "Conc. Class ". The following new paragraph is inserted after the bid item "Superstructure (name bridge)", lump sum: All costs in connection with constructing, finishing and removing the bridge deck test slab as specified in Section 6-02.3(10)D1 shall be included in the lump sum Contract price for "Superstructure_" or "Bridge Deck" for one bridge in each project, as applicable. The bid item "Cure Box", lump sum and paragraph following bid item are deleted. 6-03.AP6 Section 6-03, Steel Structures August 4, 2014 6-03.3(25)A3 Ultrasonic Inspection The following new paragraph is inserted before the last paragraph: A minimum of 30 percent of complete penetration vertical welds on steel column jackets thicker than 5/16 -inch, within 1.50 column jacket diameter of the top and bottom of each column, shall be inspected. If any rejectable flaws are found, 100 percent of the weld within the specified limits shall be inspected. The largest column cross section diameter for tapered column jackets shall constitute one column jacket diameter. 6-03.3(25)A4 Magnetic Particle Inspection Items number 3 and 4 are revised to read: 3. Complete penetration groove welds on plates 5/16 -inch or thinner (excluding steel column jackets) shall be 100 percent tested by the magnetic particle method. Testing shall apply to both sides of the weld, if backing plate is not used. The ends of each complete penetration groove weld at plate edges shall be tested by the magnetic particle method. 4. A minimum of 30 percent of complete penetration vertical welds on steel column jackets 5/6 -inch or thinner, within 1.50 column jacket diameters of the top and bottom of each column, shall be magnetic particle inspected. The largest column cross section diameter for tapered column jackets shall constitute one column jacket diameter. The last paragraph is supplemented with the following new sentence: If any rejectable flaws are found in any test length of item 4 above, 100 percent of the weld within the specified limits shall be inspected. 30 6-03.3(29) Welded Shear Connectors This section's content is deleted and replaced with the following: Installation, production control, and inspection of welded shear connectors shall conform to Chapter 7 of the AASHTO/AWS D1.5M/D1.5:2010 Bridge Welding Code. If welded shear connectors are installed in the shop, installation shall be completed prior to applying the shop primer coat in accordance with Section 6-07.3(9)G. If welded shear connectors are installed in the field to a surface prepared in accordance with Section 6-07.3(9)G, no further surface preparation is necessary provided the shear connectors pass the production control testing required by Chapter 7 of the AASHTO/AWS D1.5M/D1.5:2010 Bridge Welding Code. 6-05.AP6 Section 6-05, Piling March 3, 2014 6-05.3(4) Manufacture of Steel Casings for Cast -In -Place Concrete Piles This section is revised to read: The diameter of steel casings shall be as specified in the Contract. A full -penetration groove weld between welded edges is required. 6-05.3(5) Manufacture of Steel Piles This section is revised to read: Steel piles shall be made of rolled steel H -pile sections, steel pipe piles, or of other structural steel sections described in the Contract. A full -penetration groove weld between welded edges is required. 6-05.3(6) Splicing Steel Casings and Steel Piles This section is revised to read: The Engineer will normally permit steel piles and steel casings for cast -in-place concrete piles to be spliced. But in each case, the Contractor shall obtain approval on the need and the method for splicing. Welded splices shall be spaced at a minimum distance of 10 feet. Only welded splices will be permitted. Splice welds for steel piles shall comply with Section 6-03.3(25) and AWS D1.1/D1.1 M, latest edition, Structural Welding Code. Splicing of steel piles shall be performed in accordance with an approved weld procedure. The Contractor shall submit a weld procedure to the Engineer for approval prior to welding. For ASTM A 252 material, mill certification for each lot of pipe to be welded shall accompany the submittal. The ends of all steel pipe piling shall meet the fit -up requirements of AWS D1.1/D1.1M, latest edition, Structural Welding Code Section 5.22.3.1, "Girth Weld Alignment (Tubular)," when the material is spliced utilizing a girth weld. Splice welds of steel casings for cast -in-place concrete piles shall be the Contractor's responsibility and shall be welded in accordance with AWS D1.1/D1.1 M, latest edition, Structural Welding Code. A weld procedure submittal is not required for steel casings used 31 for cast -in-place concrete piles. Casings that collapse or are not watertight, shall be replaced at the Contractor's expense. 6-07.AP6 Section 6-07, Painting January 6, 2014 6-07.3(10)E Surface Preparation — Full Paint Removal This section is revised to read: For structures where full removal of existing paint is specified, the Contractor shall remove any visible oil, grease, and road tar in accordance with SSPC-SP 1. Following preparation by SSPC-SP 1, all steel surfaces to be painted shall be prepared in accordance with SSPC-SP 10, near -white metal blast cleaning. Surfaces inaccessible to near -white metal blast cleaning shall be prepared in accordance with SSPC-SP 11, power tool cleaning to bare metal, as allowed by the Engineer. 6-14.AP6 Section 6-14, Geosynthetic Retaining Walls April 7, 2014 6-14.2 Materials In the first paragraph, the section number next to "Anchor rods and associated nuts, washers and couplers" is revised to read: 9-06.5(4) The following new paragraph is inserted after the first paragraph: Anchor plate shall conform to ASTM A 36, ASTM A 572 Grade 50, or ASTM A 588. 8-01.AP8 Section 8-01, Erosion Control and Water Pollution Control August 4, 2014 8-01.2 Materials This section is supplemented with the following new paragraph: For all seed the Contractor shall furnish the Engineer with the following documentation: 1. The state or provincial seed dealer license and endorsements. 2. Copies of Washington State Department of Agriculture (WSDA) test results on each lot of seed. Test results must be within six months prior to the date of application. 32 8-01.3(1)A Submittals The first sentence in the second paragraph is revised to read: Modified TESC Plans shall meet all requirements of the current edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109. 8-01.3(2)A Preparation for Application This section's content is deleted and replaced with the following two new subsections: 8-01.3(2)A1 Seeding Areas to be cultivated are shown in the Plans or specified in the Special Provisions. The areas shall be cultivated to the depths specified to provide a reasonably firm but friable seedbed. Cultivation shall take place no sooner than 2 weeks prior to seeding. All areas to be seeded, including excavated slopes shall be compacted and prepared unless otherwise specified or ordered by the Engineer. A cleated roller, crawler tractor, or similar equipment that forms longitudinal depressions at least 2 inches deep shall be used for compaction and preparation of the surface to be seeded. The entire area shall be uniformly covered with longitudinal depressions formed perpendicular to the natural flow of water on the slope. The soil shall be conditioned with sufficient water so the longitudinal depressions remain in the soil surface until completion of the seeding. Prior to seeding, the finished grade of the soil shall be 1 inch below the top of all curbs, junction and valve boxes, walks, driveways, and other Structures. The soil shall be in a weed free and bare condition. All bags of seed shall be brought to the site in sealed bags and shall have seed labels attached showing the seed meets the Specifications. Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be accepted. 8-01.3(2)A2 Temporary Seeding A cleated roller, crawler tractor, or similar equipment that forms longitudinal depressions at least 2 inches deep shall be used for compaction and preparation of the surface to be seeded. The entire area shall be uniformly covered with longitudinal depressions formed perpendicular to the natural flow of water on the slope. The soil shall be conditioned with sufficient water so the longitudinal depressions remain in the soil surface until completion of the seeding. 8-01.3(2)B Seeding and Fertilizing In the list in the second paragraph, item numbers 1-5 are revised to read: 1. A hydro seeder that utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. 33 2. Blower equipment with an adjustable disseminating device capable of maintaining a constant, measured rate of material discharge that will ensure an even distribution of seed at the rates specified. 3. Helicopters properly equipped for aerial seeding. 4. Power -drawn drills or seeders. 5. Areas in which the above methods are impractical may be seeded by hand methods. 8-01.3(2)C Liming This section including title is deleted in its entirety and replaced with the following: 8-01.3(2)C Vacant 8-01.3(2)D Mulching The first sentence of the second paragraph is revised to read: Distribution of straw mulch material shall be by means that utilizes forced air to blow mulch material on seeded areas. 8-01.4 Measurement In the twelfth paragraph, "liming" is deleted. 8-01.5 Payment The bid item "Liming", per acre is deleted. 8-02.AP8 Section 8-02, Roadside Restoration August 4, 2014 8-02.3(1) Responsibility During Construction The last sentence of the second paragraph is revised to read: This Work shall include keeping the planted and seeded areas free from insect infestation, weeds or unwanted vegetation, litter, and other debris along with retaining the finished grades and mulch in a neat uniform condition. 8-02.3(2) Roadside Work Plan This section's title is revised to read: Work Plans This section's content is deleted in its entirety and replaced with the following new subsections: 8-02.3(2)A Roadside Work Plan Before starting any Work that disturbs the earth and as described in Sections 8-01, 8-02 and 8-03, the Contractor shall submit a roadside work plan. The roadside work plan shall be submitted as a Type 1 Working Drawing and shall define the Work necessary to provide 34 all Contract requirements, including: wetland excavation, soil preparation, habitat structure placement, planting area preparation, seeding area preparation, bark mulch and compost placement, seeding, planting, plant replacement, irrigation, and weed control in narrative form. The Roadside Work Plan shall also include a copy of the approved progress schedule. 8-02.3(2)B Weed and Pest Control Plan The Weed and Pest Control Plan shall be submitted as a Type 1 Working Drawing. The weed and pest control plan shall include scheduling and methods of all control measures required under the Contract or proposed by the Contractor including soil preparation methods to meet the required soil surface conditions in the planting, bark mulch, and wetland areas. The weed control plan shall show general weed control including hand, mechanical and chemical methods, timing, application of herbicides including type, rate, use and timing, mowing, and noxious weed control. Target weeds and unwanted vegetation to be removed shall be identified and listed in the weed control plan. The plan shall be prepared and signed by a licensed Commercial Pest Control Operator or Consultant when chemical pesticides are proposed. The plan shall include methods of weed control; dates of weed control operations; and the name, application rate, and Material Safety Data Sheets of all proposed herbicides. In addition, the Contractor shall furnish the Engineer with a copy of the current product label for each pesticide and spray adjuvant to be used. These product labels shall be submitted with the weed control plan for approval. 8-02.3(2)C Plant Establishment Plan The Plant Establishment Plan shall be prepared in accordance with the requirements of Section 8-02.3(13) and submitted as a Type 1 Working Drawing. The Plan shall show the proposed scheduling of activities, materials, equipment to be utilized for the first-year plant establishment, and an emergency contact person. The Plan shall include the management of the irrigation system, when applicable. Should the plan become unworkable at any time during the first-year plant establishment, the Contractor shall submit a revised plan prior to proceeding with further Work. 8-02.3(3) Weed and Pest Control This section is supplemented with the following new paragraph: Grass, including grass applied in accordance with Section 8-01, growing within the mulch ring of a plant shall be considered a weed and be controlled on the project in accordance with the weed and pest control plan. 8-02.3(4) Topsoil The last sentence of the first paragraph is revised to read: After the topsoil has been spread, all large clods, hard lumps, and rocks 2 inches in diameter and larger, and litter shall be raked up, removed, and disposed of by the Contractor. The following new paragraph is inserted after the first paragraph: 35 Topsoil stockpiled for project use shall be protected to prevent erosion and weed growth. Weed growth on topsoil stockpile sites shall be immediately eliminated in accordance with the approved Weed and Pest Control Plan. 8-02.3(4)C Topsoil Type C The last sentence is revised to read: Topsoil Type C shall meet the requirements of Sections 8-02.3(4), 8-02.3(4)B, and 9- 14.1(3). 8-02.3(13) Plant Establishment The first sentence of the second paragraph is deleted. The second paragraph is supplemented with the following new sentence: The 1 calendar year shall be extended an amount equal to any periods where the Contractor does not comply with the plant establishment plan. The first sentence of the fourth paragraph is revised to read: During the first year of plant establishment under PSIPE (Plant Selection Including Plant Establishment), the Contractor shall meet monthly with the Engineer for the purpose of joint inspection of the planting material on a mutually agreed upon schedule. 8-02.5 Payment The paragraph following the bid item "Topsoil Type ", per acre is revised to read: The unit Contract price per acre for "Topsoil Type " shall be full payment for all costs for the specified Work. The bid item "Plant Establishment - Year" is deleted. 8-04.AP8 Section 8-04, Curbs, Gutters, and Spillways August 4, 2014 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways The first sentence in the fourth paragraph is revised to read: Expansion joints in the curb or curb and gutter shall be spaced as shown in the Plans, and placed at the beginning and ends of curb returns, drainage Structures, bridges, and cold joints with existing curbs and gutters. In the third sentence of the fourth paragraph, "'/4 -inch" is revised to read "%-inch". 8-04.3(1)A Extruded Cement Concrete Curb The second sentence in the second paragraph is revised to read: 36 Cement concrete curbs shall be anchored to the existing pavement by placing steel reinforcing bars 1 foot on each side of every joint. The third paragraph is revised to read: Steel reinforcing bars shall meet the dimensions shown in the Standard Plans. 8-09.AP8 Section 8-09, Raised Pavement Markers April 7, 2014 8-09.3(6) Recessed Pavement Marker The following sentence is inserted after the first sentence of the first paragraph: The Contractor shall ensure that grinding of the pavement does not result in any damage, (e.g. chipping, spalling or raveling) to the pavement to remain. 8-11.AP8 Section 8-11, Guardrail April 7, 2014 8-11.3(1) Beam Guardrail After the below Amendments to 8-11.3(1)F and 8-11.3(1)G are applied, this section is supplemented with the following new sub -section: 8-11.3(1)F Removing and Resetting Beam Guardrail The Contractor shall remove and reset existing guardrail posts, rail element, hardware and blocks to the location shown in the Plans. The mounting height of reset rail element shall be at the height shown in the Plans. The void caused by the removal of the post shall be backfilled and compacted. The Contractor shall remove and replace any existing guardrail posts and blocks that are not suited for re -use, as staked by the Engineer. The void caused by the removal of the post shall be backfilled and compacted. The Contractor shall then furnish and install a new guardrail post to provide the necessary mounting height. 8-11.3(1)A Erection of Posts The second paragraph in this section is deleted. 8-11.3(1)C Terminal and Anchor Installation The last sentence in the last paragraph is deleted. 8-11.3(1)F Plans This section number is revised to: 8-11.3(1)G 37 8-11.3(1)G Guardrail Construction Exposed to Traffic This section number is revised to: 8-11.3(1)H 8-18.AP8 Section 8-18, Mailbox Support August 4, 2014 8-18.3(1) Type 3 Mailbox Support In the third paragraph, the first sentence is revised to read: With the Engineer's consent, a Type 3 Mailbox Support design, made of steel or other durable material, that meets the NCHRP 350 or the Manual for Assessing Safety Hardware (MASH) crash test criteria may be used in place of the design shown in the Standard Plans. 8-20.AP8 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical August 4, 2014 8-20.2(1) Equipment List and Drawings The fifth paragraph is revised to read: The Contractor will not be required to submit shop drawings for approval for light standards and traffic signal standards conforming to the preapproved plans listed in the Special Provisions. The Contractor may use preapproved plans posted on the WSDOT website with a more current revision date than published in the Special Provisions. 8-20.3(8) Wiring The second sentence in the eleventh paragraph is revised to read: Every conductor at every wire termination, connector, or device shall have an approved wire marking sleeve bearing, as its legend, the circuit number indicated in the Contract. 8-20.3(13)A Light Standards In the third paragraph, the last sentence of item number 1 is revised to read: Conduit shall extend a maximum of 1 inch above the top of the foundation, including grounding end bushing or end bell bushing. In the fourth paragraph, the second sentence of item number 1 is revised to read: Conduits shall be cut to a maximum height of 2 inches above the foundation including grounding end bushing or end bell bushing. 38 823.AP8 Section 8-23, Temporary Pavement Markings April 14, 2014 This section's content is deleted in its entirety and replaced with the following new sub -sections: 8-23.1 Description The Work consists of furnishing, installing, and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the Plans; for all lane shifts and detours resulting from construction activities; or when permanent markings are removed because of construction operations. 8-23.2 Materials Materials for temporary markings shall be paint, plastic, tape, raised pavement markers or flexible raised pavement markers. Materials for pavement markings shall meet the following requirements: Raised Pavement Markers 9-21 Temporary Marking Paint 9-34.2(6) Plastic 9-34.3 Glass Beads for Pavement Marking Materials 9-34.4 Temporary Pavement Marking Tape 9-34.5 Temporary Flexible Raised Pavement Markers 9-34.6 8.23.3 Construction Requirements 8-23.3(1) General The Contractor shall select the type of pavement marking material in accordance with the Contract. 8-23.3(2) Preliminary Spotting All preliminary layout and marking in preparation for application or removal of temporary pavement markings shall be the responsibility of the Contractor. 8-23.3(3) Preparation of Roadway Surface Surface preparation for temporary pavement markings shall be in accordance with the manufacturer's recommendations. 8-23.3(4) Pavement Marking Application 8-23.3(4)A Temporary Pavement Markings — Short Duration Temporary pavement markings — short duration shall meet the following requirements: Temporary Center Line — A BROKEN line used to delineate adjacent lanes of traffic moving in opposite directions. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 foot gap. 39 Temporary Edge Line — A SOLID line used on the edges of Traveled Way. The line shall be continuous if paint or tape is used. If temporary raised pavement markers are used, the line shall consist of markers installed continuously at 5 -foot spacing. Temporary Lane Line — A BROKEN line used to delineate adjacent lanes with traffic traveling in the same direction. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap, if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 foot gap. Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. Edge lines shall be installed only if specifically required in the Contract. All temporary pavement markings shall be retroreflective. 8-23.3(4)A1 Temporary Pavement Marking Paint Paint used for short duration temporary pavement markings shall be applied in one application at a thickness of 15 mils or 108 square feet per gallon. Glass beads shall be in accordance with Section 8-22.3(3)G. 8-23.3(4)A2 Temporary Pavement Marking Tape Application of temporary pavement marking tape shall be in conformance with the manufacturer's recommendations. Black mask pavement marking tape shall mask the existing line in its entirety. 8-23.3(4)A3 Temporary Raised Pavement Markers Temporary raised pavement markers are not allowed on bituminous surface treatments. 8-23.3(4)A4 Temporary Flexible Raised Pavement Markers Flexible raised pavement markers are required for new applications of bituminous surface treatments. Flexible raised pavement markers are not allowed on other pavement types unless otherwise specified or approved by the Engineer. Flexible raised pavement markers shall be installed with the protective cover in place. The cover shall be removed immediately after spraying asphaltic material. 8-23.3(4)B Temporary Pavement Markings — Long Duration Application of paint, pavement marking tape and plastic for long duration pavement markings shall meet the requirements of Section 8-22.3(3); application of raised pavement markers shall meet the requirements of Section 8-09.3; and application of flexible pavement markings shall be in conformance with the manufacturer's recommendations. 8-23.3(4)C Tolerance for Lines Tolerance for lines shall conform to Section 8-22.3(4). 40 8-23.3(4)D Maintenance of Pavement Markings - Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent pavement markings are installed. As directed by the Engineer; temporary pavement markings that are damaged, including normal wear by traffic, shall be repaired or replaced immediately. Repaired and replaced pavement markings shall meet the requirements for the original pavement marking. 8-23.3(4)E Removal of Pavement Markings Removal of temporary paint is not required prior to paving; all other temporary pavement markings shall be removed. All temporary pavement markings that are required on the wearing course prior to construction of permanent pavement markings and are not a part of the permanent markings shall be completely removed concurrent with or immediately subsequent to the construction of the permanent pavement markings. Temporary flexible raised pavement markers on bituminous surface treatment pavements shall be cut off flush with the surface if their location conflicts with the alignment of the permanent pavement markings. All damage to the permanent Work caused by removing temporary pavement markings shall be repaired by the Contractor at no additional cost to the Contracting Agency. 8-23.4 Measurement Temporary pavement markings will be measured by the linear foot of each installed line or grouping of markers, with no deduction for gaps in the line or markers and no additional measurement for the second application of paint required for long duration paint lines. Short duration and long duration temporary pavement markings will be measured for the initial installation only; maintenance of lines will not be measured. 8-23.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following Bid items that are included in the Proposal: "Temporary Pavement Marking — Short Duration", per linear foot. "Temporary Pavement Marking — Long Duration", per linear foot. The unit Contract price per linear foot for "Temporary Pavement Marking — Short Duration" and "Temporary Pavement Marking — Long Duration" shall be full pay for all Work. 9-03.AP9 Section 9-03, Aggregates August 4, 2014 9-03.1(2)C Use of Substandard Gradings This section including title is deleted in its entirety and replaced with the following: 41 Vacant 9-03.1(4)C Grading In the second paragraph, the first sentence is deleted. The third paragraph is deleted. 9-03.1(5)B Grading The last paragraph is revised to read: The Contracting Agency may sample each aggregate component prior to introduction to the weigh batcher or as otherwise determined by the Engineer. Each component will be sieve analyzed separately in accordance with WSDOT FOP for WAQTC/AASHTO Test Method T- 27/11. All aggregate components will be mathematically re -combined by the proportions (percent of total aggregate by weight) provided by the Contractor on Concrete Mix Design Form 350-040. 9-03.8(1) General Requirements The first paragraph up until the colon is revised to read: Preliminary testing of aggregates for source approval shall meet the following test requirements: The list in the first paragraph is supplemented with the following: Sand Equivalent 45 min. The following new paragraph is inserted after the first paragraph: Aggregate sources that have 100 percent of the mineral material passing the No. 4 sieve shall be limited to no more than 5 percent of the total weight of aggregate. 9-03.14(3) Common Borrow This section is revised to read: Material for common borrow shall consist of granular or nongranular soil and/or aggregate which is free of deleterious material. Deleterious material includes wood, organic waste, coal, charcoal, or any other extraneous or objectionable material. The material shall not contain more than 3 percent organic material by weight. The plasticity index shall be determined using test method AASHTO T 89 and AASHTO T 90. The material shall meet one of the options in the soil plasticity table below. Soil Plasticity Table Option Sieve Percent Passing Plasticity Index 1 No. 200 0 - 12 N/A 42 A 1 percentages are by weight. If requested by the Contractor, the plasticity index may be increased with the approval of the Engineer. 9-03.14(4) Gravel Borrow for Structural Earth Wall In the second table, the row beginning with "pH" is revised to read: pH No. 4.5 - 9 5 —10 2 200 12.1 - 35 6 or Less No. 3 200 Above 35 0 A 1 percentages are by weight. If requested by the Contractor, the plasticity index may be increased with the approval of the Engineer. 9-03.14(4) Gravel Borrow for Structural Earth Wall In the second table, the row beginning with "pH" is revised to read: pH WSDOT Test 4.5 - 9 5 —10 Method T 417 9-05.AP9 Section 9-05, Drainage Structures and Culverts April 7, 2014 9-05.13 Ductile Iron Sewer Pipe The first paragraph is deleted. 9-07.AP9 Section 9-07, Reinforcing Steel January 6, 2014 9-07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement) This section's title is revised to read: 9-07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement and Cement Concrete Pavement Rehabilitation) 9-09.AP9 Section 9-09, Timber and Lumber January 6, 2014 9-09.3(1) General Requirements The fourth paragraph is revised to read: All orders of treated timber and lumber shall be accompanied by a Certificate of Treatment record. The Certificate of Treatment showing conformance to this specification and AWPA standards shall include the following information: Name and location of the wood preserving company, Customer identification, Date of treatment and charge number, 43 Type of chemical used and amount of retention, Treating process and identification of the Specification used, Boring records verifying treatment penetration for timber and lumber with a nominal dimension of 6" x 6" or larger, Description of material that was treated, and Signature of a responsible plant official. The fifth paragraph is deleted. The first sentence in the last paragraph is revised to read: All timber and lumber to be used in aquatic environments, unless specified otherwise in the Contract, shall be chemically treated using Western Wood Preservers Institute Best Management Practices (BMPs). 9-10.AP9 Section 9-10, Piling March 3, 2014 9-10.5 Steel Piling This section is revised to read: The material for rolled steel piling H -piling and pile splices shall conform to ASTM A 36, ASTM A 572 or ASTM A 992. The material for steel pipe piling and splices shall conform to one of the following requirements except as specifically noted in the Plans: 1. API 5L Grade X42 or X52 material may be used for longitudinal seam welded or helical (spiral) seam submerged -arc welded pipe piles of any diameter. 2. ASTM A 252 Grade 2 or 3 material may be used for longitudinal seam welded or helical (spiral) seam submerged -arc welded pipe piles of any diameter. For the purposes of welding and prequalification of base metal, steel pipe pile designated as ASTM A 252 may be treated as prequalified provided the chemical composition conforms to a prequalified base metal classification listed in Table 3.1 of the AWS DI.1/D1.1 M, latest edition, Structural Welding Code, the grade of pipe piling meets or exceeds the grade specified in the Plans, and the carbon equivalent (CE) is a maximum of 0.45 -percent. 3. ASTM A 572 or ASTM A 588 material may be used for longitudinal seam welded piles of any diameter. For helical (spiral) seam submerged -arc welded pipe piles, the maximum radial offset of strip/plate edges shall be 1/8 inch. The offset shall be transitioned with a taper weld and the slope shall not be less than a 1 in 2.5 taper. The weld reinforcement shall not be greater than 3/16 inches and misalignment of weld beads shall not exceed 1/8 inch. Steel soldier piles, and associated steel bars and plates, shall conform to ASTM A 36, ASTM A 572 or ASTM A 992, except as otherwise noted in the Plans. All steel piling may be accepted by the Engineer based on the Manufacturer's Certificate of Compliance submitted in accordance with Section 1-06.3. The manufacturer's certificate of compliance submittal for steel pipe piles shall be accompanied by certified mill test reports, 44 including chemical analysis and carbon equivalence, for each heat of steel used to fabricate the steel pipe piling. 9-14.AP9 Section 9-14, Erosion Control and Roadside Planting August 4, 2014 9.14.1 Soil This section, including title, is revised to read: 9-14.1 Topsoil Topsoil shall not contain any recycled material, foreign materials, or any listed Noxious and Nuisance weeds of any Class designated by authorized State or County officials. Aggregate shall not comprise more than 10% by volume of Topsoil and shall not be greater than two inches in diameter. 9-14.1(2) Topsoil Type B The last sentence of the second paragraph is deleted. 9-14.2 Seed This section is revised to read: Seed of the type specified shall be certified in accordance with WAC 16-302. Seed mixes shall be commercially prepared and supplied in sealed containers. The labels shall show: (1) Common and botanical names of seed (2) Lot number (3) Net weight (4) Pounds of Pure live seed (PLS) in the mix (5) Origin of seed All seed vendors must have a business license issued by supplier's state or provincial Department of Licensing with a "seed dealer" endorsement. 9-14.4(3) Bark or Wood Chips This section's title is revised to read: Bark or Wood Chip Mulch The first paragraph is revised to read: Bark or wood chip mulch shall be derived from fir, pine, or hemlock species. It shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust shall not be used as mulch. Mulch produced from finished wood products or construction debris will not be allowed. 9-14.4(6) Gypsum The first sentence is revised to read: 45 Gypsum shall consist of Calcium Sulfate (CaSO4-2H20) in a pelletized or granular form. 9-14.4(7) Tackifier This section is revised to read: Tackifiers are used as a tie -down for soil, compost, seed, and/or mulch. Tackifiers shall contain no growth or germination -inhibiting materials and shall not reduce infiltration rates. Tackifiers shall hydrate in water and readily blend with other slurry materials. The Contractor shall provide test results documenting the tackifier meets the requirements for Acute Toxicity, Solvents, and Heavy Metals as required in Table 1 in Section 9-14.4(2). The tests shall be performed at the manufacturer's recommended application rate. 9-14.4(8) Compost The second paragraph is revised to read: Compost production and quality shall comply with WAC 173-350. 9-14.4(8)A Compost Submittal Requirements Item 2 is revised to read: 5. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department in accordance with WAC 173-350 (Minimum Functional Standards for Solid Waste Handling). 9-14.6(2) Quality The second and third paragraphs in this section are revised to read: All plant material shall comply with State and Federal laws with respect to inspection for plant diseases and insect infestation. Plants must meet Washington State Department of Agriculture plant quarantines and have a certificate of inspection. Plants originating in Canada must be accompanied by a phytosanitary certificate stating the plants meet USDA health requirements. All plant material shall be purchased from a nursery licensed to sell plants in their state or province. 9-15.AP9 Section 9-15, Irrigation System August 4, 2014 9-15.18 Detectable Marking Tape In the second paragraph, the table is supplemented with the following new row: Non -Potable Water Purple 46 9-16.AP9 Section 9-16, Fence and Guardrail August 4, 2014 9-16.2(1)B Wood Fence Posts and Braces In the table, the row beginning with "ACA" is deleted. 9-29.AP9 Section 9-29, Illumination, Signal, Electrical August 4, 2014 9-29.2(1)B Heavy Duty Junction Boxes The second paragraph is revised to read: The Heavy -Duty Junction Box steel frame, lid support and lid fabricated from steel plate and shapes shall be painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3. Ductile iron and gray iron castings shall not be painted. The following new paragraph is inserted after the second paragraph: The concrete used in Heavy -Duty Junction Boxes shall have a minimum compressive strength of 4,000 psi. In the fourth paragraph (after the preceding Amendment is applied), the table is revised to read: 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 -Ib 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. CVN toughness of 20 ft -Ib 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 Mechanism and associated Hardware and Bolts In accordance with approved shop drawings Safety Bars In accordance with approved shop drawings 47 The last paragraph is revised to read: The bearing seat and lid perimeter shall be free from burrs, dirt, and other foreign debris that would prevent solid seating. Bolts and nuts shall be liberally coated with anti -seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter shall be machined to allow a minimum of 75 percent of the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area percentage will be measured for each side of the lid as it bears on the frame. 9-29.2(2) Standard Duty and Heavy -Duty Cable Vaults and Pull Boxes This section's title is revised to read: Small Cable Vaults, Standard Duty Cable Vaults, Heavy -Duty Cable Vaults, Standard Duty Pull Boxes, and Heavy -Duty Pull Boxes In the first paragraph, the first sentence is revised to read: Small, Standard Duty and Heavy -Duty Cable Vaults and Standard Duty and Heavy -Duty Pull Boxes shall be constructed as a concrete box and as a concrete lid. 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes This section's title is revised to read: Small Cable Vaults, Standard Duty Cable Vaults, and Standard Duty Pull Boxes The first paragraph is revised to read: Small and Standard Duty Cable Vaults and Standard Duty Pull boxes shall be concrete and have a minimum load rating of 22,500 pounds and be tested in accordance with Section 9- 29.2(1)C for concrete Standard Duty Junction Boxes. In the second paragraph, the first sentence is revised to read: Concrete for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall have a minimum compressive strength of 4,000 psi. In the third paragraph, the first sentence is revised to read: All Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes placed in sidewalks, walkways, and shared -use paths shall have slip -resistant surfaces. The fourth paragraph (up until the colon) is revised to read: Materials for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall conform to the following: 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable The following new subsection is added: 48 9-29.3(3) Wire Marking Sleeves Wire marking sleeves shall be full -circle in design, non -adhesive, printable using an indelible ink and shall fit snugly on the wire or cable. Marking sleeves shall be made from a PVC or polyolefin, and provide permanent identification for wires and cables. 9-31.AP9 Section 9-31, Elastomeric Bearing Pads August 4, 2014 This section's title is revised to read: Elastomeric Pads 9-31.1 Requirements In the first paragraph, the word "bearing" is deleted from the first sentence. In the first sentence of the second paragraph, the word "bearing" is deleted and replaced with "elastomeric". In the last sentence of the second paragraph, the word "Bearing" is deleted and replaced with "Elastomeric". In the third paragraph, the word "bearing" is deleted and replaced with the word "elastomeric". 9-32.AP9 Section 9-32, Mailbox Support August 4, 2014 9-32.7 Type 2 Mailbox Support The first sentence is revised to read: Type 2 mailbox supports shall be 2 -inch 14 -gage steel tube and shall meet the NCHRP 350 or the Manual for Assessing Safety Hardware (MASH) crash test criteria. 9-34.AP9 Section 9-34, Pavement Marking Material August 4, 2014 9-34.2 Paint The second paragraph is revised to read: Blue and black paint shall comply with the requirements of yellow paint in Section 9-34.2(4) and Section 9-34.2(5), with the exception that blue and black paints do not need to meet the requirements for titanium dioxide, directional reflectance, and contrast ratio. 9-34.5 Temporary Pavement Marking Tape This section is revised to read: 49 Biodegradable tape with paper backing is not allowed. This section is supplemented with the following new sub -sections: 9-34.5(1) Temporary Pavement Marking Tape — Short Duration Temporary pavement marking tape for short duration shall conform to ASTM D4592 Type II except that black tape, black mask tape and the black portion of the contrast removable tape, shall be non -reflective. 9-34.5(2) Temporary Pavement Marking Tape — Long Duration Temporary pavement marking tape for long duration shall conform to ASTM D4592 Type I. Temporary pavement marking tape for long duration, except for black tape, shall have a minimum initial coefficient of retroreflective luminance of 200 mcd*m"2*Ix' when measured in accordance with ASTM E 2832 or ASTM E 2177. Black tape, black mask tape and the black portion of the contrast removable tape, shall be non -reflective. 9-34.6 Temporary Raised Pavement Markers This section's title is revised to read: Temporary Flexible Raised Pavement Markers The second paragraph is deleted. 9-35.AP9 Section 9-35, Temporary Traffic Control Materials August 4, 2014 9-35.0 General Requirements The following item is deleted from the list of temporary traffic control materials: Barrier Drums The last sentence of the second paragraph is revised to read: Certification for crashworthiness according to NCHRP 350 or the Manual for Assessing Safety Hardware (MASH) will be required as described in Section 1-10.2(3). 9-35.2 Construction Signs The first sentence is revised to read: Construction signs shall conform to the requirements of the MUTCD and shall meet the requirements of NCHRP Report 350 for Category 2 devices or MASH. 9-35.7 Traffic Safety Drums The third paragraph is revised to read: Drums and light units shall meet the crashworthiness requirements of NCHRP 350 or MASH as described in Section 1-10.2(3). 50 9-35.8 Barrier Drums This section including title is deleted in its entirety and replaced with the following: 9-35.8 Vacant 9-35.12 Transportable Attenuator In the first paragraph, the fourth sentence is revised to read: The Contractor shall provide certification that the transportable attenuator complies with NCHRP 350 Test level 3 or MASH Test Level 3 requirements. 9-35.13 Tall Channelizing Devices In the sixth paragraph, the last sentence is revised to read: The method of attachment must ensure that the light does not separate from the device upon impact and light units shall meet the crashworthiness requirements of NCHRP 350 or MASH as described in Section 1-10.2(3). 51 PART 5 GENERAL SPECIAL PROVISIONS Division 1 General Requirements Division 2 Earthwork Division 5 Surface Treatments and Pavements Division 6 Structures Division 7 Drainage Structures, Storm Sewers, Sanitary Sewer Division 9 Materials 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) (May 1, 2013 SC GSP) Spokane County General Special Provision (May 1, 2013 COSV GSP) City of Spokane Valley General Special Provision Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Spokane Valley Street Standards • Spokane County Road Standards • Inland Northwest Regional Pavement Cut Policy Contractor shall obtain copies of these publications, at Contractor's own expense. 52 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This Contract provides for Street and Stormwater Maintenance and Repair and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 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: 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. 53 Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". All references to "final contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency. The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. 54 Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 Bid Procedures and Conditions 1-02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: 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. 55 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 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of 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. 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. 1-02.12 Public Opening of Proposals (February 18, 2014 COSV GSP) Replace this item with the following: Sealed bids are to be received at the Spokane Valley City Hall, 11707 E Sprague, Suite 106, Spokane Valley, WA 99206, prior to the time and date specified in the Advertisement For Bids. Bids shall be publicly opened and read in Suite 101, the Council Chambers immediately thereafter. 56 1-02.15 Pre Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 Award and Execution of Contract 1-03.2 Award of Contract (July 28, 2014 COSV GSP) Supplement this section with the following: Initial and Option Terms. The contract shall commence in early 2015 and continue to December 31, 2015. The City may extend the contract for up to four additional one year terms, which will commence on or about January 1 of each year and end on December 31 of that year. The City will give the contractor written notice of its intent to extend the contract at least sixty days before the contract term expires. The total duration of the Contract shall not exceed 5 years. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 14 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 required by the Contracting Agency. 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 - 57 furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 7 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency -furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied bv a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed bv an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-04 Scope Of The Work 1-04.1 Intent of the Contract (July 28, 2014 COSV GSP) Supplement this section with the following: City Direction (Responsibilities) The City shall oversee and direct repair operations as deemed to be in the best interest of the City. All activities shall be directed by the Street Maintenance Superintendent. The Maintenance Superintendent and Contractor will work together to schedule projects as they 58 come up. The City reserves the right to approve the number of personnel and type of equipment to be used at any time. Contractor Responsibilities Contractor shall submit weekly reports to the City when work is performed. The weekly reports shall include the daily breakdown of work performed including labor, equipment, and material usage. Work Plan The City shall develop the yearly work plan. This includes activities listed under Section 1.04.1 (1). The City shall set up a meeting at the beginning of the year to outline the plan. The Work plan is subject to change throughout the year based on need. Daily or Weekly Work Plans The Contractor shall submit an email to City designated staff documenting the daily or weekly work plans, including where the Contractor will be working and what activities will be performed. 1-04.1 (1) Bid Items Included in the Proposal (July 28, 2014 COSV GSP) Supplement this section with the following: Asphalt Repair— Pavement Removal and Replacement Including Overlays The work includes traffic control, mobilization, excavating, and disposal of up to 4" +/- of existing pavement, preparation for new pavement, and placement and compaction of up to 4" +/- of HMA in accordance with the currently adopted WSDOT Standard Spedifications, the currently adopted Spokane Regional Pavement Cut Policy, and the Special Provisions. This intent is to match existing pavement by repairing larger problem areas identified by City personnel. Contractor shall provide a paving crew that has the capability of saw cutting, removing and replacing asphalt in areas up to, but not limited to 40' x 1000' (approximate). Shouldering roadways without curbs shall also be required after the asphalt repair is complete. Width, length and depth of the shouldered areas will vary. The Contractor shall have the means to provide a small paving crew that has the capability of saw cutting, removing, replacing, and compacting new asphalt for pothole repair ranging in size from 2' x 2' up to 10' x 10'. This work may also include slurry seals, micro seals or other surface treatments. Shoulder Repair and Grading The work consists of grading the gravel portion of the roadway adjacent to the pavement on streets without curbing. General shoulder repair requires the use of a motor grader for excavating and grading the shoulders, dump truck for hauling off excavated debris, and delivering additional crushed gravel materials if needed, roller for compacting the placed materials, and a 2,000 gallon minimum water truck for providing dust control if performed outside of the wet season. Street sweeping shall be required after shouldering to clean any remaining materials from traveled surfaces. This work is generally accomplished in the early spring. Gravel Road Grading The work consists of grading the unpaved streets in the City. Traffic control may be required in these areas. Gravel or dirt streets shall be crowned and graded to a two percent cross 59 slope to remove potholes and ruts. This activity may be accomplished with a motor grader, roller for compacting the placed materials and 2,000 minimum gallon water truck. This work is generally accomplished in the early spring and late fall. Crack Sealing The work consists of crack sealing activities on City arterials and local access streets. Proper methods and techniques shall be utilized for Crack Sealing procedures. Grazing and cleaning the cracks with compressed air shall be utilized in the preparation prior to filling. Crack seal material may be supplied by the City. Sidewalk and Path Repair The work consists of removal and replacement of damaged or displaced Portland cement concrete sidewalks and asphalt pathway segments. Work performed in this service shall conform to the currently adopted WSDOT Standard Specifications. Guardrail Repair The work consists of the repair or replacement of existing guardrails damaged by accidents occurring within the City. Work performed in this service shall conform to the currently adopted WSDOT Standard Specifications. Fencing Repair The work consists of the repair or replacement of existing chain link fencing damaged by accidents occurring within the City. Work performed in this service shall conform to the currently adopted WSDOT Standard Specifications. Drainage Structure Repair and Installation The work consists of installation and repair of drainage structures, excavation and disposal of material. Drainage structures include but are not limited to catchbasins, drainage pipe, culverts, pervious gravel sump drains, and drywells. Repair of drywells shall also include saw cutting existing pavement, removal and replacement of drain rock. Work performed in this service shall conform to the currently adopted WSDOT Standard Specifications and the City of Spokane Valley Standard Plans. Curb, Gutter and Inlet Repair and Installation The work consists of the removal and replacement of damaged or displaced curbs, gutter, and drainage inlets. The services performed shall confirm to the currently adopted WSDOT Standard Specifications. Miscellaneous Services This work may consist of miscellaneous street and stormwater maintenance and repair services needed to maintain the City street systems. This work may include sinkhole repair, water charges, storm event cleanup, and other miscellaneous needs. 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): 60 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if anv), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Changes (August 1, 2014 COSV GSP) Delete this section in its entirety, and replace it with the following: The City reserves the right to make, at any time during the work, such changes in quantities and such alterations in the Work as are necessary to satisfactorily complete the project. Such changes in quantities and alterations shall not invalidate the Contract nor release the Surety, and the Contractor agrees to perform the Work as altered. Among others, these changes and alterations may include: Deleting any part of the work 1. Increasing or decreasing quantities 2. Altering Specifications, designs, or both. 3. Altering the way the Work is to be done. 4. Adding new Work. 5. Altering facilities, equipment, materials, services, or sites, provided by the Contracting Agency. 6. Ordering the Contractor to speed up or delay the work. 1-04.6 Variation in Estimated Quantities Supplement this Section with the following: The bid quantities for have been entered into the Proposal only to provide a common proposal for bidders. Actual quantities will be determined in the field as the work progresses, and will be paid at the original bid price, regardless of final quantity. These bid items shall not be subject to the provisions of 1-04.6 of the Standard Specifications. 1-05 Control of Work 1-05.6 Inspection of Work and Materials (July 28, 2014 COSV GSP) Supplement this section with the following: 61 City Inspections The City shall provide inspectors for each project deemed necessary. Asphalt testing shall be required on all projects. Quality Control shall be provided by the Contractor, and additional testing may take place at the discretion of the City. Daily Reports Daily records shall be kept that show the services performed, including the total amount of labor, equipment, and materials that have been used on each activity. Daily reports shall accompany the monthly invoice by activity and be available at the request of the City. Monthly Reports The Monthly report shall be a summary of all daily reports associated with each activity. This shall accompany the invoice as the backup. Subcontractor's invoices shall also be included in the monthly report. All invoices shall provide adequate backup for the charges shown. 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 Toss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 62 1-05.9 Equipment (July 28, 2014 COSV GSP) Supplement this section with the following: The Contractor shall submit a detailed list of equipment to the City including the type and number of available equipment. This list shall include make, model, year, mileage, and any other pertinent information. The equipment list shall include a description of the condition of the equipment. The contractor shall notify the City of any additions or deletions. Equipment shall conform to all deferral, state and local regulations. The machinery and equipment shall be modern, clean, and maintained in proper working condition at all times consistent with the current standard of industry and subject to approval of the City. The quantity of equipment used by the Contractor shall be sufficient to perform the work required herein. All vehicles used by the Contractor shall be clearly identified with the name of the company. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-06 Control of Material 1-06.1(4) Fabrication Inspection Expense (June 27, 2011 AWPA GSP) Delete this section in its entirety. 1-07 Legal Relations and Responsibilities To The Public Laws To Be Observed (April 3, 2006) Section 1-07.1 is supplemented with the following: Confined Space Confined spaces are known to exist at the following locations: 1. Vaults 2. Manholes 3. Excavations The Contractor shall be fully responsible for the safety and health of all on-site workers and compliant with Washington Administrative Code (WAC 296-809). The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractors Confined Space program shall be sent to the contracting agency at least 30 days prior to the contractor beginning work in or 63 adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Project Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency's and Contractor's workers when working in or near a confined space. All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 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 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, 64 the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.13 Contractor's Responsibility for Work 1-07.13(4) Repair of Damage Section 1-07.13(4) is revised to read: (August 6, 2001) The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property (July 28, 2014 COSV GSP) Supplement this section with the following: The City shall not provide shop facilities, work space, or office space as part of this contract. Limited parking at City's Maintenance Facility: As approved by the Contract Manager, the City may allow the Contractor to temporarily park equipment at the City's street maintenance facility located at 17002 E. Euclid, Spokane Valley. Use of the City's maintenance facility for such parking is at the sole risk of the Contractor. The City shall not be responsible for any 65 damage to or from the Contractor's equipment or the personal vehicle(s) of the Contractor's employee. The Contractor shall be responsible for providing all other support facilities at its own location. The Contractor shall furnish, at its own expense, storage and/or repair facilities for equipment. The Contractor is not required to locate such facilities within the City. 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, 2011 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(s) of the Contract and for thirty (30) days thereafter, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance 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. 66 I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 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. 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. 67 1-07.18(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 $1,000,000 $1,000,000 Each Accident Disease - Policy Limit 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. 1-07.22 Use of Explosives (February 18, 2014 COSV GSP) Delete this section and replace with the following: Blasting is not allowed on City of Spokane Valley public works projects. Rock excavation shall be accomplished by other methods. 68 1-07.23(1) Construction Under Traffic (February 4, 2014 COSV GSP) Section 1-07.23(1) is supplemented with the following: Garbage Collection "The Contractor shall notify the garbage collection service of street closures. The Contractor shall be responsible for moving garbage cans and other garbage containers to a temporary pickup point, if necessary, and returning the empty garbage cans to the property." 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. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Regulatory Posted Speed Distance From Traveled Way (Feet) 35 mph or Tess 10* 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk 69 Minimum Work Zone Clear Zone Distance 1-08 Prosecution and Progress Add the following new section: 1-08.1 Subcontracting Section 1-08.1 is supplemented with the following: (July 28, 2014COSV GSP) The Prime Contractor shall account for at least the 40 percent of the Awarded Contract price. The Contractor shall neither subcontract nor assign any obligation or interest in this Contract without approval of the City. All subcontracted work shall remain the sole responsibility of the general Contractor. The Contractor shall designate a supervisor for the work. The supervisor shall have the authority to represent and act for the Contractor. The supervisor shall have the authority to approve change orders, coordinate the work and make other decisions pertinent to the Contract. 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 diligently pursue the work 70 1-09.3 Scope of Payment (July 28, 2014 COSV GSP) Supplement this section with the following: The three types of rates include Labor, Equipment and Materials. (A) Labor Payment shall be made at the Hourly Labor Rates, for Items 1 through 48 on the Bid Proposal Form. The hourly rates: a) Shall include wages at not less than the Prevailing Rate of Wages established by the State of Washington Department of Labor and Industries. b) Shall be fully loaded, i.e., shall include all costs associated with the labor, including (i) all payroll related costs including, Federal Insurance Compensation Act (FICA), Federal Unemployment Tax Act (FUTA), State Unemployment Act (SUCA), (ii) all fringe benefits paid on behalf of labor by the Contractor, (iii) all other costs paid to, for or on behalf of the laborer, (iv) all profit, field overhead, offsite general, office and home office overhead and insurance, including State of Washington Industrial Insurance and Medical Aid Premiums. c) The Contractor will not be reimbursed for subcontractors at rates in excess of the Hourly Labor Rate bid by the Contractor for the category of work performed. (B) Equipment Rates Payment shall be made at the Hourly Equipment Rates, for Items 49 through 76 on the Bid Proposal Form. The hourly rates: a) Shall include all compensation for overhead, profit , handling, storage, lubrication and all other costs associated with supplying and operating the equipment. Labor to operate equipment shall be paid at the Hourly Labor Rates. b) Are for hours equipment is actually operating / working. Unless requested by the City, the Contractor shall not be paid for equipment on standby or otherwise idle. a) Equipment not included in the Bid Proposal shall be paid at rates to be agreed upon or rates based on the Rental Rate Blue Book for Construction Equipment or at rates agreed to by the City and Contractor before the equipment is used. Any rental equipment will be paid at direct cost plus markup of 10% for all overhead and profit and all other costs incurred in furnishing the equipment. (C) Material Rates Payment shall be made at the Unit Prices for Items 77 through 90 on the bid proposal form. b) These Unit Prices shall include all profit, offsite general, office and home office overhead and insurance and all associated and ancillary costs associated with furnishing the material, including handling, storage and all other costs associated with supplying the materials. 71 c) Material not included in the Bid Proposal shall be paid at actual direct cost plus markup of 10% for all overhead and profit and all other costs incurred in furnishing the material. Payments shall be made after review, approval, and authorization by the City. Payment authorization shall be conditioned upon the submittal of an invoice setting forth a breakdown of Work and services that have been provided. Invoices shall be submitted on a regular monthly basis when work has been completed during the previous 30 days. Invoices shall be broken out by work type. Backup documentation shall be submitted with each invoice that details the labor, equipment, and materials used on a daily basis with a monthly summary sheet. Any other type of invoicing shall be approved by the City. If any additional option years are exercised, the Contractor shall update and pay prevailing wages to the most recently published and effective Washington State Department of Labor & Industries rates for the next contract option year period. Hourly Labor Rates for each option period will be adjusted by the amount, if any that the prevailing rate of wage for that category, as of January 1st of the option year is greater or lesser than the prevailing wage in effect as of the date the contract or most recent option period commenced. Equipment rates will stay constant for each option year exercised. 1-09 Measurement and Payment 1-09.7 Mobilization (July 28, 2014 COSV GSP) Supplement this section with the following: Mobilization costs within a 30 mile radius of Spokane Valley City Hall shall be included in the daily activity cost. Mobilization of more than 30 miles shall be at the sole expense of the Contractor unless approved in writing by the City. 1-10 Temporary Traffic Control 1-10.2 Traffic Control Management 1-10.2(1) 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 72 401 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 DIVISION 2 ROADWAY EXCAVATION AND EMBANKMENT 2-03 Roadway Excavation and Embankment 2-03.3(7)C Contractor -Provided Disposal Site (July 28, 2014 COSV GSP) Supplement this section with the following: The Contractor shall be responsible for immediately handling and transporting all excavated asphalt and gravel materials. Handling and transporting means transporting the materials from the City to an approved disposal location. The Contractor is responsible for providing all documentation for proper reimbursement. Disposal shall be in accordance with all applicable laws. DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 Hot Mix Asphalt (May 7, 2014 COSV GSP) 5-04.1 Description Add the following: Joint Adhesive consists of applying a modified asphalt adhesive material at construction joints in bituminous pavements or at boundaries of bituminous pavements and concrete pavements. 5-04.2 Materials Add the following: Joint adhesive material shall conform to the following requirements: 73 Test Cone Penetration, 778F (258C) (ASTM D 5329) Flow, 1408F (608C) (ASTM D 5329) Resilience, 778F (258C) (ASTM D 5329) Ductility, 778F (258C) (ASTM D 113) Ductility, 39.28F (28C) (ASTM D 113) Adhesion, 778F (258C) (ASTM D 5329) Softening Point (ASTM D 36) Asphalt Compatibility (ASTM D 5329) Specification 60 - 100 5 mm maximum 30% minimum 30 cm minimum 30 cm minimum 500% minimum 1708F(778C) minimum Pass 5-04.3(3)A Material Transfer Device/Vehicle Section 5-04.3(3)A is deleted in its entirety. 5-04.3(7)A2 Statistical or Nonstatistical Evaluation Section 5-04.3(7)A2 Statistical or Nonstatistical Evaluation is revised as follows: When The Contract calls for either of these evaluation methods, the Contractor shall submit representative samples of the mineral materials that are to be used in the HMA production to WSDOT, or another Laboratory approved by the Engineer for verification testing. The verification agency will use these samples to determine anti -strip requirements, if any, in accordance with WSDOT test method T-718 and will also conduct verification testing of the proposed mix design. Verification testing of HMA mix designs proposed by the Contractor that include RAP will be completed with the inclusion of the RAP. All HMA will be evaluated as nonstatistical unless otherwise designated in the contract documents. 5-04.3(8)A5 Acceptance Sampling and Testing -HMA Mixture Section 5-04.3(8)A5 Test Results, first 2 paragraphs are revised as follows: The results of all acceptance testing performed in the field and the Composite Pay Factor (CPF) of the lot after three sublots have been tested will be available to the Contractor upon request to the Engineer. Sublot sample test results may be challenged by the Contractor. To challenge test results, the Contractor shall submit a written challenge within 7 -calendar days after receipt of the specific test results. A split of the original acceptance sample will be tested by an Independent Materials Lab, hired by the City that did not test the original sample. The Contractor may witness and observe the testing of the challenge sample. The sample will be tested for a complete gradation analysis, asphalt binder content, and Va, and the results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $250 per sample. 5-04.3(8)A7 Test Section - HMA Mixture Section 5-04.3(8)A7 Test Section - HMA Mixture is deleted. 74 5-04.3(9) Spreading and Finishing Replace the first paragraph with the following: The mixture shall be laid upon approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. The temperature of the mixture at point of transfer into the paver shall not be lower than the recommended compaction temperature as stated on the mix -design. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 3/4" and HMA Class 1/2" wearing course 0.17 -feet other courses 0.35 -feet 5-04.3(10)B1 General Revise the second sentence of the first paragraph of Section 5-04.3(10)B1 to read: The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a minimum of 92.0 - percent of the reference maximum density as determined by WSDOT FOP for AASHTO T209. 5-04.3(10)B2 Cyclic Density Revise the second sentence of the first paragraph of Section 5-04.3(10)B2 to read: Low cyclic density areas are defined as spots or streaks in the pavement that are Tess than 91.0- percent of the reference maximum density. Add the following: 5-04.3(10)B3 Longitudinal Joint Density The Project Engineer will evaluate the HMA wearing surface for low density at the longitudinal joint in accordance with WSDOT SOP 735. Low density is defined as less than 91.0- percent of the reference maximum density. If one density reading, at the longitudinal joint is below 91.0 -percent of the reference maximum density, a $200 price adjustment will be assessed for that subiot. 5-04.3(10)B4 Test Results Revise the first paragraph to read: The Project Engineer will furnish the Contractor with a copy of the results of all compaction acceptance testing on the afternoon of the next working day. Determination of the relative density of the HMA with a nuclear moisture -density gauge requires a correlation factor and 75 may require resolution after the correlation factor is known. Acceptance of HMA compaction will be based on the statistical evaluation and CPF so determined. Revise the first sentence of the second paragraph to read: For a sublot that did not meet the minimum 92.0 -percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. Revise the last sentence of the second paragraph to read: When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core. Add the following sentence after the second paragraph: The Contractor shall pay for all traffic control costs associated with coring, regardless of the coring results. 5-04.3(12)A Transverse Joints Replace the first sentence in the second paragraph with the following: The Contractor shall construct and maintain asphalt wedges with the following ratios: • Drop offs less than 3 -inches: 1 vertical to 12 horizontal • Drop offs greater than or equal to 3 -inches: 1 vertical to 30 horizontal. 5-04.3(12)B Longitudinal Joints Section 5-04.3(12)B is supplemented with the following: The Contractor shall install Joint Adhesive to all joints (longitudinal or transverse) of wearing course lifts that are not hot lapped or as designated by the Engineer in addition to all HMA longitudinal step wedge joint locations. Equipment used for performing the joint adhesive application shall be maintained in satisfactory working condition at all times. Prior to the application of the joint adhesive the face of the joint shall be thoroughly dry and free from any loose material, dust, or other debris that would inhibit adhesion. One week prior to installation, the Contractor shall supply the Engineer with a copy of the manufacturer's equipment and installation recommendations. Application procedure and timing of joint adhesive shall be in accordance with manufacture recommendations. Unless the written manufacturer's application procedures state otherwise, longitudinal joint adhesive shall be applied concurrent with HMA placement and application shall be limited to the surfaces that will be paved during the same working shift. 76 Application of the joint adhesive shall be in a continuous, 1/8 inch thick band over the entire vertical face of the longitudinal and transverse joints and over the vertical face of the HMA longitudinal step wedge joint Longitudinal step wedge joint A continuous longitudinal step wedge joint shall be constructed along the longitudinal joint at centerline as shown on the Plans. The HMA step joint shall consist of a vertical step not less than 3/ -inch or more than one-half the compacted lift thickness. The remaining depth below the vertical step shall be tapered at a slope not steeper than 4:1. The sloped portion of the HMA step wedge joint shall be uniformly compacted. Longitudinal Joint Adhesive shall be applied on the vertical face of the joint prior to placing the adjoining hot mix asphalt. The longitudinal step wedge joint need not be constructed within culdesacs or on residential streets with a centerline length Tess than 300 feet. 5-04.3 Surface Smoothness 5-04.3(13) Add the following: Any paved areas that do not shed water, but pond it; shall be counted as an excessive defect. The last paragraph of Section 5-04.3(13) is deleted and replaced with the following: 5-04.3(13) B Frames, grates and lids for sewer manholes, storm water manholes and catch basins, water valve boxes, gas valve boxes, communication and power vaults, monument cases, pull boxes and junction boxes in the travelled way shall be adjusted prior to placing the top lift or wearing course of hot mix asphalt in the following manner: On multiple lift asphalt paving projects and resurfacing projects, after the leveling or pre - leveling course is placed and prior to paving the top lift of asphalt, previous lifts of asphalt shall be cut down to the level necessary to remove the protective plate and properly place the utilities casting. A jackhammer or other suitable device should be used to cut the asphalt without lifting or damaging the abutting pavement. The edge shall be uniform, vertical, and shall be cleaned of loose material. Disturbed crushed rock or sub -grade shall be re -compacted to the satisfaction of the Engineer. The Contractor shall fill the area with either HMA or lean concrete. When HMA is used it shall be the same type used for the surrounding leveling course. The cut shall be a minimum of 12 -inches and a maximum of 18 -inches larger than the outermost portion of the casting. The edge of the pavement and the outside of the casting shall be tacked and the HMA shall be compacted in maximum 2 -inch lifts with a jumping jack or other device approved by the Engineer.. The HMA shall be the same depth and flush with and the leveling course surrounding the adjustment. 77 When lean concrete is used the cut shall be a minimum of 6 -inches and a maximum of 18 - inches larger than the outermost portion of the casting. The lean concrete mix shall have 3 -sacks of concrete per cubic yard of mix and the maximum aggregate size shall be 3/8 - inch. A non -chloride accelerant may he added to decrease set time. The lean concrete mix shall be the same depth and flush with the surface of the surrounding leveling course. The Engineer will determine if the lean concrete has cured sufficiently to allow placement of the final lift of HMA. The Engineer may require the use of HMA around utility adjustments where the extents of the patch are more than 18 -inches larger than the outermost portion of the casting. Frames, grates and lids for sewer manholes, storm water manholes and catch basins, water valve boxes, gas valve boxes, communication and power vaults, monument cases, pull boxes and junction boxes in the travelled way shall be adjusted prior to paving so that upon completion of paving the rim elevations will be between 1/8 inch to 3/8 inches below the surrounding final pavement. Catch basin inlets, set in or adjacent to curbing, shall be set IA inch below gutter grade. If the average rim depth, (measured longitudinal and transverse to traffic below surrounding travelled way finish grade) is outside the above tolerances, the Contractor shall re -adjust the utility structure so that it is within the tolerance. Each adjustment made subsequent to paving the wearing course shall be subject to a penalty of $1,000, deducted from the Contractor's payment. The Contractor may not use pre -manufactured frame inserts. 5-04.3(14) Planing Bituminous Pavement Add the following: The Contractor shall perform the planing operations no more than 2 calendar days ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by the Engineer in writing. Planing edges, transverse to the direction of vehicular traffic shall have a full depth vertical edge extending to the curb or planning area corner. The vertical edge may be made with a sawcut and manual removal of the thin edge or by smaller specialty grinders approved by the Engineer. 5-04.3(14) Planing Bituminous Pavement Add the following: The Contractor shall perform the planing operations no more than 2 calendar days ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by the Engineer in writing. Planing edges, transverse to the direction of vehicular traffic shall have a full depth vertical edge extending to the curb or planning area corner. The vertical edge may be made with a sawcut and manual removal of the thin edge or by smaller specialty grinders approved by the Engineer. 78 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Delete this section and replace with: The maximum CPF of a compaction lot is 1.00. For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in square yards, and the unit contract price per square yard of the mix. (Note: If the bid is for multiple lifts the NCCF will also be multiplied by the percent of the total lift thickness represented.) 5-04.5(2) Asphalt Cost Price Adjustment Add the following: The Contractor will make an Asphalt Cost Price Adjustment, either a credit or a payment, for qualifying changes in the reference cost of asphalt binder. The adjustment will be applied to partial payments made according to Section 1-09.9. The adjustment is not a guarantee of full compensation for changes in the cost of asphalt binder. The Contracting Agency does not guarantee that asphalt binder will be available at the reference cost. The Contracting Agency will establish the asphalt binder reference cost twice each month and post the information on the Agency website at: http://www.wsdot.wa.gov/Business/Construction/EscalationClauses.htm The reference cost will be determined using posted prices furnished by Poten & Partners, Inc. If the selected price source ceases to be available for any reason, then the Contracting Agency will select a substitute price source to establish the reference cost. The base cost established for this contract is the reference cost posted on the Agency website for the period immediately preceding the bid opening date. Adjustments will be based on the most current reference cost for Eastern Washington as posted on the Agency website, depending on where the work is performed. For work completed after all authorized working days are used, the adjustment will be based on the posted reference cost during which contract time was exhausted. The adjustment will be calculated as follows: No adjustment will be made if the reference cost is within 5% of the base cost. If the reference cost is greater than or equal to 105% of the base cost, then Adjustment = (Current Reference Cost —(1.05 x Base Cost)) x (Q x 0.056). 79 If the reference cost is Tess than or equal to 95% of the base cost, then Adjustment = (Current Reference Cost —(0.95 x Base Cost)) x (Q x 0.056). Where Q = total tons of all classes of HMA paid in the current month's progress payment. 5-05 Cement Concrete Pavement 5-05.3(1) Concrete Mix Design for Paving (March 1, 2014 COSV GSP) Insert the following before the first paragraph: All concrete pavement for this project shall utilize the same mix design and the cement shall be from a single mill source. The minimum cementitious material for any mix design shall be 750 pounds minimum of Type I or II, or 705 pounds minimum of Type III cement per cubic yard. The first paragraph of Item 2 (Submittals) is supplemented with the following: The average minimum 28 -compressive strength of the 5 sets of cylinders shall be 4,000 psi. Insert the following before the first paragraph of Item 3 (Conformance to Mix Design): When approved by the Engineer, an admixture shall only be added to the mix at the batching plant. 5-05.3(3)E Smoothness Testing Equipment Delete this paragraph in its entirety and refer to Section 5-05.3(12) Surface Smoothness. 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement The first four paragraphs of Section 5-05.3(4)A are deleted in their entirety and replaced with the following: Acceptance of portland cement concrete pavement shall be as provided under statistical acceptance. Delete the first paragraph under Statistical Acceptance in Section 5-05.3(4)A and replace it with the following: The results of all acceptance testing performed in the field and the Composite Pay Factor (CPF) of the lot after three sublots have been tested will be available to the contractor within three days after the tests have been completed. Insert the following after the last paragraph of Section 5-05.3(4)A: The maximum CPF for "Portland Cement Concrete Compliance Adjustment" shall be 1.0. 5-05.3(6) Subgrade Section 5-05.3(6) is supplemented with the following: 80 The subgrade may be trimmed by equipment other than automatically controlled machine using reference lines. Where thickened edges for pavements are required, such as shown on the Standard Plans, the subgrade shall be excavated and shaped to provide for the section shown. Wherever possible, vehicles shall be kept off the finished subgrade. If vehicles must travel on the subgrade ahead of the paving, a power drag shall be carried immediately ahead of placing concrete. Irregularities in the subgrade caused by trucks during the placement of concrete shall be smoothed out and compacted immediately ahead of placing the concrete. Preformed Traffic Induction Loops shall be installed in the crushed surfacing, in accordance with Section 8-20, prior to placement of Portland cement concrete pavement. The Contractor shall mark the location of the induction loops and lead-ins after placement and prevent damage to the loops from construction activities such as dowel bar basket placement. The Contractor shall furnish and install 3/ inch plywood panels (4' x 8') over all induction loops and lead-ins prior to any vehicles driving or turning over the buried loops and associated work. 5-05.3(7)W Irregular Curbs Add the following new Subsection 5-05.3(7)W: 1. Irregular Curb Adjoining New Pavement. An existing curb with irregular below -grade surfacing, which would create undesirable bonding of the curb to new concrete pavement shall be removed and disposed of in a legal manner by the Contractor. Integral sidewalk and driveway approaches would likewise be removed and disposed of by the Contractor. The Engineer will determine which areas require this replacement. Areas removed without the Engineer's approval will be replaced by the Contractor at no additional expense to this Contracting Agency. Payment for this work shall be under the Bid Item "Remove Cement Concrete Curb and Gutter". 2. Additional Pavement Forming at Irregular Curb Areas. At removed irregular curb locations, if construction sequencing requires placing concrete pavement before the curbing is replaced, forming along the outside roadway edge shall be utilized for retaining the pavement concrete. If the Engineer directs that a sawcut be made to remove an irregular curb surface, parallel to gutterline, payment will be by the linear inch -foot in accordance with the Bid Item "Sawcut Cement Concrete Pavement". 5-05.3(8)C Construction Joints The first paragraph of Section 5-05.3(8)C is supplemented with the following: The Contractor shall construct a thickened concrete transition section wherever concrete pavement transitions to asphalt concrete at a transverse joint. The transition section shall be constructed as shown on the Plans. 81 5-05.3(10) Tie Bars and Corrosion Resistant Dowel Bars The seventh paragraph of Section 5-05.3(10) is supplemented with the following: Tie bars and dowels out of compliance with these tolerances shall be cut off or removed and new bars drilled and epoxy grouted into place at no additional cost to the Contracting Agency. 5-05.3(11) Finishing The last paragraph of Section 5-05.3(11) is deleted in its entirety. 5-05.3(16) Protection of Pavement The last sentence of the second paragraph in Section 5-05.3(16) is supplemented with the following: ...and applying traffic striping and markings. The second paragraph in Section 5-05.3(16) is further supplemented with the following: When concrete is being placed adjacent to an existing pavement or sidewalk, that part of the equipment which is supported on the existing pavement or sidewalk shall be equipped with protective pads on crawler tracks or rubber -tired wheels on which the bearing surface is offset to run a sufficient distance from the edge of the pavement or sidewalk to avoid breaking the pavement or sidewalk edge. Paving operations adjacent to and abutting the concrete pavement shall not be scheduled until the average of cylinder strength tests exceed 3,000 psi. DIVISION 6 STRUCTURES 6-02.3(2)B Commercial Concrete (March 1, 2008 COSV GSP) Add the following after the second paragraph: Coarse aggregate for commercial concrete shall conform to Sections 9-03.1(4). The nominal maximum size aggregate shall be no Tess than 3/4 -inch and no more than 1 1/2 -inches. The use of mobile mixers that measure material by volume shall not be allowed unless pre - authorized in writing by the Engineer. 6-02.3(2)D Lean Concrete (December 2, 2009 COSV GSP) 82 Add the following: Lean concrete shall not be used as backfill in conjunction with underground utility construction. Instead, Controlled Density Fill (CDF) meeting the requirements of Section 2- 09.3(1)E or as amended by this document shall be used. DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-05 Manholes, Inlets, Catch basins, and Drywells (March 1, 2014 COSV) 7-05.2 Materials Add the following: Manhole Steps and Entry Couplings Manhole steps are required for all manholes except Type 111 manholes. Manhole steps shall be reinforced copolymer polypropylene plastic as manufactured by Lane International Corporation or an alternate acceptable to the Engineer. Manhole steps shall have integral restraints to prevent side slippage of feet. Entry couplings shall be Kor-N-Seal or a PVC manhole adapter as manufactured by GPK Products, Inc. or a Dura -Seal III gasket as manufactured by Dura -Tech, Inc., or acceptable alternate. Gasket material shall comply with the provision of ASTM D-2000 3 BA715. Kor- N-Seal shall be installed at the manhole manufacturer's plant. Field installation will not be permitted. Locking Manhole Lids All manholes not located within paved public roads shall have locking manhole covers conforming to Spokane County Standard Plan U-14. Manhole Cone Section All manholes shall be constructed with gasketed eccentric cone sections, unless otherwise specified by the Engineer. 7-05.3(1) Adjusting Manholes, Drywells and Catch Basins to Grade Section 7-05.3(1) is supplemented with the following: Frames and grates of manholes and catch basins that will be replaced shall be salvaged by the contractor and delivered to the City Maintenance Yard at 17002 E. Euclid Avenue, Spokane Valley, WA. Manhole Rim Elevations 83 When adjusting existing structures to new grades the maximum vertical distance between the top of storm drain or sanitary sewer structure slab or cone section and the bottom of grate shall be 13 inches and the minimum vertical distance shall be 2 inches. If this vertical distance is exceeded, the Contractor shall remove the existing cone or lid; furnish and install a barrel section; reset the lid or cone; before furnishing and installing all necessary concrete collars or rings. All adjustments of manholes, drywells, catch basins, and other surface features shall be complete prior to placement of the final lift of HMA. The Contractor shall prevent soil or debris entering manholes, catchbasins, drywells or inlets during construction. The Contractor shall remove any debris from an active storm drain or sanitary sewer system within 24 hours. Prior to final acceptance the Contractor shall jet all storm drain and sanitary sewer pipes and clean out all catchbasins, inlets and manholes within the project limits to the next manhole, catchbasin or drywell downstream of the project. 7-05.3(2) Abandon Existing Manholes, Drywells and Catch Basins Delete and replace with the following: Where shown on the plans or directed by the Engineer, existing manholes, drywells, inlets and catch basins shall be abandoned or removed in accordance with Section 2-02. 7-05.3(5) Pre -Cast Concrete Drywells Add the following: This provision covers the work required for removal and installation of precast concrete drywells, connecting to existing drywells and restoration of drywells partially exposed for trench excavation. Prior to connecting to an existing drywell the Contractor shall clean the existing drywell of debris, soil, and water by vactoring. Precast concrete drywells shall be constructed or replaced per the standard details as shown on the plans and as directed by the Engineer. Alternate drywells equal and similar to those shown on the plans may be furnished subject to the approval of the Engineer, in writing. All cement concrete for the precast sections shall be Class "4000" meeting the requirements of Section 6-02 of the Standard Specifications. All components of the dry well shall be subject to the inspection and approval of the Engineer. The Contractor at his expense shall replace any defective component. The cast -in-place concrete cap shall be poured to the diameter of the excavation. The Contractor shall replace the fabric liner, special backfill, and concrete cap as directed by the Engineer for drywells partially exposed for trench excavation. 84 DIVISION 9 MATERIALS 9-03 Aggregates 9-03.8(3) Grading 9-03.8(3)B Gradation -Recycled Asphalt Pavement and Mineral Aggregate (March 1, 2014 COSV GSP) The first sentence is replaced with the following: The RAP utilized in the production of HMA shall be sized prior to entering the mixer with 100 percent passing a 1 inch sieve so that a uniform and thoroughly mixed HMA is produced in the mixer. 9-03.12 Gravel Backfill 9-03.12(5) Gravel Backfill for Drywells (March 1, 2014 COSV GSP) Delete and replace with the following: Special backfill for drywells shall consist of primarily unfractured naturally occurring free draining material conforming to the following gradation: Sieve 3" 1" U.S. #200 % Passing 100 15 2 max. Fracture shall be 20 percent max. All percentages are by weight. 9-05 Drainage Structures and Culverts 9-05.15 Metal Castings 9-05.15(1) Manhole Ring and Cover (March 1, 2014 COSV GSP) Add the following: Frames shall have all gussets removed if installed in a PCC pavement. 85 This page left blank for double sided printing. PART 6 WAGE RATE INFORMATION Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project is 9/18/2014. The wage rates are as follows. The State of Washington prevailing wage rates applicable for this public works project, which is located in Spokane County, may be found at the following website address of the Department of labor and Industries: https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 86 Page 1 of 10 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: 9/18/2014 Count Trade Job Classification Wa e Holiday Overtime Note 1 Spokane Asbestos Abatement Workers Journey Level $20.82 1 Spokane Boilermakers Journey Level $64.44 5N 1C Spokane Brick Mason Journey Level $43.35 5A 1M {Spokane Building Service Employees Janitor $12.74 5G, 1 Spokane Building Service Employees Shampooer $13.25 5Q( 1 Spokane Building Service Employees Waxer $13.25 ,5, 1 $Spokane Building Service Employees Window Cleaner $14.72 5S 1 `k Spokane Cabinet Makers (In Shop) Journey Level $14.30 1 Spokane Carpenters Carpenters $40.20 5A 1B 8N Spokane Cement Masons Journey Level $38.85 7B 1N ISpokane Divers a Tenders Diver $85.18 5A 1B 8A Spokane Divers Et Tenders Diver on Standby $49.16 5A 1B tSpokane Divers Et Tenders Diver Tender $48.16 5A 1B Spokane Divers & Tenders Diving Master $57.86 5A 1B Spokane Divers & Tenders Surface RCV & ROV Operator $48.16 5A 1B Spokane Divers & Tenders Surface RCV & ROV Operator Tender $46.41 5A 1B Spokane Dredge Workers Assistant Engineer $53.00 5D 3F Spokane Dredge Workers Assistant Mate (Deckhand) $52.58 5D 3F Spokane Dredge Workers Boatmen $52.30 5D 3F Spokane Dredge Workers Engineer Welder $54.04 5D 3F Spokane Dredge Workers Leverman, Hydraulic $55.17 5D 3F !Spokane Dredge Workers Mates $52.30 5D 3F Spokane Dredge Workers Oiler $52.58 5D 3F Spokane Drywall Applicator Journey Level $40.20 5A 1B 8N Spokane Drywall Tapers Journey Level $35.00 7E 1P Spokane Electrical Fixture Maintenance Journey Level $30.89 1 Workers 'Spokane Electricians - Inside Journeyman $45.22 7G 1E Spokane Electricians - Motor Shop Craftsman $15.37 1 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/29/2014 Page 2 of 10 !Spokane Electricians - Motor Shop Journey Leve $14.69 1 Spokane Electricians 'Powerline Cable Splicer $68.33 5A 44 Construction Spokane Electricians 'Powerline Certified Line WeLder $62.50 5A 4A Construction ;Spokane Electricians - Powerline Groundperson $42.56 5A 44 Construction ;Spokane Eiectricians' Powerline Heavy Line Equipment Operator $62.50 5A 4A Construction ;Spokane , Electricians - Powerline Journey Level Lineperson $62.50 5A 4A Construction ;Spokane Electricians - Powerline Line Equipment Operator $52.47 5A 44 Construction Spokane Electricians - Powerline Pole Sprayer $62.50 5A 4k Construction �Spokone Electricians ' Powerline Powderperson $46.55 5A 4A Construction Spokane Electronic Technicians Journey Level $18.75 1 Spokane Elevator Constructors Mechanic $80.14 70 4A Spokane Elevator Constructors Mechanic In Charge $86.77 7D 4A Spokane Fabricated Precast Concrete Journey Level - In -Factory Work Only $20.23 1 Products ;Spokane Fence Erectors Fence Erector $31.41 1 ;Spokane Fiaqqers Journey Level $33.O1 78 1M Spokane Glaziers Journey Level $20.08 1 Spokane Heat Et Frost Insulators And Journey Level $24.23 1 Asbestos Workers Spokane Heating Ecjuipment Mechanics Journey Level $48.71 6Z 18 Spokane Hod Carriers & Mason Tenders Journey Level $36.34 78 10 Spokane Industrial Power Vacuum Journey Level $9.32 1 Cleaner Spokane Inland Boatmen Journey Level $9.32 1 Spokane Inspection/Cleaning/Sealing Cleaner Operator, Foamer Operator $9.73 1 Of Sewer Et Water Systems By Remote Control Spokane Inspection/Cleaning/Sealing Of Sewer Et Water Systems By Grout Truck Operator $11.48 1 Remote Control Spokane Inspection/Cleaning/Sealing Head Operator $12.78 1 Of Sewer & Water Systems By Remote Control Spokane Inspection/Cleaning/Sealing Technician $9.32 1 Of Sewer & Water Systems By Remote Control Spokane X Inspection/Cleaning/Sealing Of Sewer & Water Systems By Tv Truck Operator $10.53 1 Remote Control ;Spokane Insulation Applicators Journey Level $40.20 5A YB 8N �Spokane Ironworkers Journeyman $54.68 7N 10 Spokane Laborers Air And HydrauLic Track Drill $35.65 7B 1M 8/29/2014 Page 3 of 10 ;Spokane Laborers Asphalt Raker $35.65 7B 1M Spokane Laborers Asphalt Roller, Walking $35.38 7B 1M 'Spokane Laborers Brick Pavers $35.11 7B 1M Spokane Laborers Brush Hog Feeder $35.11 7B 1M Spokane Laborers Brush Machine $35.65 7B 1M Spokane Laborers Caisson Worker, Free Air $35.65 7B 1M Spokane Laborers Carpenter Tender $35.11 7B 1M Spokane Laborers Cement Finisher Tender $35.38 7B 1M Spokane Laborers Cement Handler $35.11 7B 1M Spokane Laborers Chain Saw Operator a Faller $35.65 7B 1M Spokane Laborers Clean-up Laborer $35.11 7B 1M Spokane Laborers Compaction Equipment $35.38 7B 1M Spokane Laborers Concrete Crewman $35.11 7B 1M Spokane Laborers Concrete Saw, Walking $35.38 7B 1M Spokane Laborers Concrete Signalman $35.11 7B 1M Spokane Laborers Concrete Stack $35.65 7B 1M Spokane Laborers Confined Space Attendant $35.11 7B 1M� ,Spokane Laborers Crusher Feeder $35.11 7B 1M 'Spokane Laborers Demolition $35.11 7B 1M Spokane Laborers Demolition Torch $35.38 7B 1M Spokane Laborers Dope Pot Fireman, Non- mechanical $35.38 7B 1M Spokane Laborers Drifter Helper (when Required To Move Et Position Machine) $35.38 7B 1M Spokane Laborers Drills With Dual Masts $35.93 7B 1M Spokane Laborers Dry Stack Walls $35.11 7B 1M ,Spokane Laborers Dumpman $35.11 7B 1M S okane P Laborers Erosion Control Laborer $35.11 7B 1M Spokane } Laborers Final Detail Cleanup (i.e., Dusting, Vacuuming, Window Cleaning; Not Construction Debris Cleanup) $33.01 7B 1M Spokane Laborers Firewatch $35.11 7B 1M Spokane Laborers Form Cleaning Machine Feeder, Stacker $35.11 7B 1M 'Spokane Laborers Form Setter, Paving $35.38 7B 1M `Spokane Laborers General Laborer $35.11 7B 1M Spokane Laborers Grade Checker $37.64 7B 1M Spokane Laborers Grout Machine Header Tender $35.11 7B 1M Spokane Laborers Guard Rail $35.11 7B 1M Spokane Laborers Gunite $35.65 7B 1M Spokane Laborers Hazardous Waste Worker (level A) $35.93 7B 1M Spokane Laborers Hazardous Waste Worker (level B) $35.65 7B 1M Spokane Laborers Hazardous Waste Worker (level C) $35.38 7B 1M https://fortress.wa.gov/lni/wagelookup/pniWagelookup.aspx 8/29/2014 Page 4 of 10 Spokane Hazardous Waste Worker (level D) $35.11 71 1M 'Laborers Spokane Laborers Hdpe Or Similar Liner Installer $35.11 7B 1M Spokane Laborers High Scaler $35.65 7B 1M Spokane Laborers Jackhammer Operator Miner, Class "b" $35.38 76 1M Spokane Laborers Laser Beam Operator $35.65 76 1M ISpokane Laborers Miner, Class "a" $35.11 76 1M Spokane Laborers Miner, Class "c" $35.65 7B 1M !Spokane Laborers Miner, Class "d" $35.93 7B 1M Spokane Laborers Monitor Operator, Air Track Or Similar Mounting $35.65 7B 1M Spokane Laborers Mortar Mixer $35.65 7B 1M Spokane Laborers Nipper $35.11 7B 1M Spokane Laborers Nozzleman $35.65 76 1M Spokane Laborers Nozzleman, Water (to Include Fire Hose), Air Or Steam $35.38 7B 1M Spokane Laborers Pavement Breaker, 90 Lbs. a Over $35.65 78 1M Spokane Laborers Pavement Breaker, Under 90 Lbs. $35.38 78 1M Spokane Laborers Pipelayer $35.65 76 1M (Spokane Laborers Pipelayer, Corrugated Metal Culvert And Multi -plate $35.38 76 1M Spokane Laborers Pipewrapper $35.65 7B 1M Spokane Laborers Plasterer Tenders $35.65 7B 1M 'Spokane Laborers Pot Tender $35.38 7B 1M Spokane Laborers Powderman $37.30 76 1M Spokane Laborers Powderman Helper $35.38 7B 1M Spokane Laborers Power Buggy Operator $35.38 7B 1M Spokane Laborers Power Tool Operator, Gas, Electric, Pneumatic $35.38 76 1M Spokane Laborers Railroad Equipment, Power Driven, Except Dual Mobile $35.38 7B 1M Spokane Laborers Railroad Power Spiker Or Puller, Dual Mobile $35.38 76 1M ISpokane Laborers Remote Equipment Operator $35.93 78 1M Spokane Laborers Remote Equipment Operator (i.e. Compaction And Demolition) $35.38 76 1M Spokane Laborers Rigger/signal Person $35.38 7B 1M Spokane Laborers Riprap Person $35.11 76 1M Spokane Laborers RodderEt Spreader $35.38 76 1M Spokane Laborers Sandblast Tailhoseman $35.11 7B 1M Spokane Laborers Scaffold Erector, Wood Or Steel $35.11 7B 1M , Spokane Laborers Stake Jumper $35.11 76 1M Spokane Laborers Structural Mover $35.11 7B 1M I k https://fortress.wa.gov/lni/wagelookup/priVagelookup.aspx 8/29/2014 Page 5 of 10 ;Spokane Laborers Tailhoseman (water Nozzle) $35.11 76 1M Spokane Laborers Timber Bucker Et Faller (by Hand) $35.11 76 1M "Spokane Laborers Track Laborer (rr) $35.11 76 1M "Spokane Laborers Traffic Control Laborer $33.01 7B 1M 8T' "Spokane Laborers Traffic Control Supervisor $34.01 7B 1M 8S Spokane Laborers Trencher, Shawnee $35.38 7B 1M Spokane Laborers Trenchless Technology Technician $35.65 7B 1M Spokane Laborers Truck Loader $35.11 76 1M 'Spokane Laborers Tugger Operator $35.38 76 1M "Spokane Laborers Vibrators, All $35.65 7B 1M Spokane Laborers Wagon Drills $35.38 7B 1M "Spokane Laborers Water Pipe Liner $35.38 7B 1M Spokane Laborers Welder, Electric, Manual Or Automatic (hdpe Or Similar Pipe And Liner) $35.93 76 1M Spokane Laborers Well -point Person $35.11 76 1M 1Spokane Laborers Wheelbarrow, Power Driven $35.38 76 1M Spokane Laborers - Underground Sewer General Laborer a Topman $35.11 76 1M Et Water 'Spokane Laborers - Underground Sewer Pipe Layer $35.65 7B 1M Et Water Spokane Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.65 1 Spokane Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.22 - 1 ;Spokane Landscape Construction Landscaping Or Planting Laborers $11.46 1 'Spokane Lathers Journey Level $40.20 5A 16 8N Spokane Marble Setters Journey Level $43.35 5A 1M "Spokane Metal Fabrication In Sho Fitter $12.59 _ 1 Spokane Metal Fabrication (In Shop) Laborer $9.32 1 "Spokane Metal Fabrication (In Shop) Machine Operator $13.26 1 Spokane Metal Fabrication (In Shop) Painter $10.27 _ 1 ;Spokane Metal Fabrication (In Shop) Welder $10.80_ 1 Spokane Millwright Journey Level $54.25 5A 16 8N "Spokane "Spokane Modular Buildings Journey Level $9.32 1 Painters Journey Level $29.36 6Z 1W Spokane Pile Driver Journey Level $41.21 5A 16 8N Spokane Plasterers Journey Level $16.79 _ 1 `Spokane Playground Et Park Equipment Journey Level $9.32 1 Installers :Spokane Plumbers Et Pipefitters Journey Level $58.35 7E 1J "Spokane i Power Equipment Operators A -frame Truck (2 Or More Drums) $39.94 76 1M 8D "Spokane Power Equipment Operators A -frame Truck (single Drum) $39.33 76 1M 8D ;Spokane Power Equipment Operators Asphalt Plant Operator $40.54 76 1M 8 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/29/2014 Page 6 of 10 Spokane Power Equipment Operators Assistant Plant Operator, Fireman Or Pugmixer (asphalt) $39.33 7B I 1M 8D ;Spokane Power Equipment Operators Assistant Refrigeration Plant & Chiller Operator (over 1000 Ton) $39.94 7B 1M 8D ;Spokane ! Power Equipment Operators Assistant Refrigeration Plant (under 1000 Ton) $39.33 7B 1M 8D Spokane Power Equipment Operators Automatic Subgrader (ditches & Trimmers) $40.54 7B 1M 8D Spokane '`s Power Equipment Operators Backfillers (cleveland &t Similar) $39.94 7B 1M 8D ?Spokane Power Equipment Operators Backhoe & Hoe Ram (under 3/4 Yd.) $40.26 7B 1M 8D !Spokane Power Equipment Operators Backhoe (45,000 Gw & Under) $40.26 7B 1M 8D Spokane Power Equipment Operators Backhoe (45,000 Gw To 110,000 Gw) $40.54 7B 1M 8D !Spokane Power Equipment Operators Backhoe (over 110,000 Gw) $40.81 7B 1M 8D Spokane ` Power Equipment Operators Backhoes &t Hoe Ram (3 Yds &t Over) $40.81 7B 1M 8D ;Spokane Power Equipment Operators Backhoes &t Hoe Ram (3/4 Yd. To3Yd.) $40.54 7B 1M 8D Spokane Power Equipment Operators Bagley Or Stationary Scraper $39.33 7B 1M 8D !Spokane Power Equipment Operators Batch & Wet Mix Operator (multiple Units, 2 & Incl. 4) $40.54 7B 1M 8D ;Spokane Power Equipment Operators Batch Plant & Wet Mix Operator, Single Unit (concrete) $39.94 7B 1M 8D !Spokane Power Equipment Operators Batch Plant (over 4 Units) $40.54 7B 1M 8D !Spokane Power Equipment Operators Belt Finishing Machine $39.33 7B 1M 8D %Spokane Power Equipment Operators Belt Loader (kocal Or Similar) $39.94 7B 1M 8D !Spokane Power Equipment Operators Belt-crete Conveyors With Power Pack Or Similar $39.94 7B 1M 8D !Spokane Power Equipment Operators Bending Machine $39.94 7B 1M 8D 'Spokane Power Equipment Operators Bit Grinders $39.01 76 1M 8D !Spokane Power Equipment Operators Blade (finish & Bluetop), Automatic, Cmi, Abc, Finish Athey & Huber & Similar When Used As Automatic $40.81 7B 1M 8D Spokane Power Equipment Operators Blade Operator (motor Patrol & Attachments) $40.54 7B 1M 8D !Spokane Power Equipment Operators Blower Operator (cement) $39.33 713 1M 8D i4 :Spokane Power Equipment Operators Boat Operator $39.01 76 1M 8D !Spokane Power Equipment Operators Bob Cat (skid Steer) $39.94 7B 1M 8D !Spokane Power Equipment Operators Bolt Threading Machine $39.01 7B 1M 8D Spokane Power Equipment Operators Boom Cats (side) $40.54 7B 1M 8D i? !Spokane Power Equipment Operators Boring Machine (earth) $39.94 7B 1M 8D !Spokane Power Equipment Operators Boring Machine (Rock Under 8" Bit - Quarry Master, Joy Or Similar) $39.94 7B 1M 8D ;Spokane Power Equipment Operators $39.94 7B 1M 8D https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 8/29/2014 Page 7 of 10 https://fortress.wa.gov/Ini/wagelookup/pryWagelookup.aspx 8/29/2014 Bump Cutter (wayne, Saginau Or Similar) { Spokane Power Equipment Operators Cableway Controller (dispatcher) $40.54 7B 1M 8D Spokane Power Equipment Operators Cableway Operators $40.81 7B 1M 8D Spokane Power Equipment Operators Canal Lining Machine (concrete) $39.94 7B 1M 8D Spokane Power Equipment Operators Carrydeck Et Boom Truck (under 25 Tons) $40.26 76 1M 8D Spokane Power Equipment Operators Cement Hog $39.33 7B 1M 8D Spokane Power Equipment Operators Chipper (without Crane) Cleaning Et Doping Machine (pipeline) $39.94 7B 1M 8D Spokane Power Equipment Operators Clamshell, Dragline $41.91 7B 1M 8D Spokane Power Equipment Operators Compactor (self-propelled With Blade) $40.54 7B 1M 8D Spokane Power Equipment Operators Compressor (2000 Cfm Or Over, 2 Or More, Gas Diesel Or Electric Power) $39.33 7B 1M 8D Spokane Power Equipment Operators Compressors (under 2000 Cfm, Gas, Diesel Or Electric Power) $39.01 7B 1M 8D� Spokane Power Equipment Operators Concrete Cleaning / Decontamination Machine Operator $40.81 7B 1M 8D Spokane Power Equipment Operators Concrete Pump Boon Truck $40.54 7B 1M 8D Spokane Power Equipment Operators Concrete Pumps (squeeze- crete, Flow-crete, Whitman Et Similar) $40.10 7B 1M 8D Spokane Power Equipment Operators Concrete Saw (multiple Cut) $39.33 7B 1M 8D fiSpokane Power Equipment Operators Concrete Slip Form Paver $40.54 7B 1M 8D :Spokane Power Equipment Operators Conveyor Aggregate Delivery Systems (c.a.d.) $40.54 7B 1M 8D :Spokane Power Equipment Operators Crane Oiler- Driver (cdl Required) Et Cable Tender, Mucking Machine $39.01 7B 1M 8D :Spokane Power Equipment Operators Cranes (25 Tons Et Under), All Attachments Incl. Clamshell, Dragline $40.26 7B 1M 8D Spokane Power Equipment Operators Cranes (25 Tons To And Including 45 Tons), All Attachments Incl. Clamshell, Dragline $40.54 7B 1M 8D :Spokane Power Equipment Operators Cranes (45 Tons To 85 Tons), All Attachments Incl. Clamshell And Dragline $40.81 7B 1M 8D Spokane Power Equipment Operators Cranes (85 Tons Et Over) And All Climbing, Overhead, Rail Et Tower. All Attachments Incl. $41.91 7B 1M 8D 'Spokane Power Equipment Operators Crusher Feeder $39.01 7B 1M 8D Spokane Power Equipment Operators Crusher, Grizzle Et Screening Plant Operator $40.54 7B 1M 8D https://fortress.wa.gov/Ini/wagelookup/pryWagelookup.aspx 8/29/2014 Page 8 of 10 Spokane Power Equipment Operators Curb Extruder Or Concrete) $40.10 7B 1M 8D Power Equipment Operators Deck Engineer $39.94 7B 1W OD Spokane Power Equipment Operators Deck Hand $39.O1 7B 1M 8D Spokane Power Equipment Operators Derricks Et3dffiegs (65 Tons Et Over) $40.81 7B 1W BD Power Equipment Operators Derricks Et Stifflegs (under 65 Tons) $40.26 7B 1W 8D Spokane Power Equipment Operators DistributorLeverman $39.33 7B 1W 8D ;Spokane Power Equipment Operators Ditch Witch Or Similar $39.33 713 1W 8D ;Spokane Power Equipment Operators Dope Pots (power Agitated $39.33 7B 1M 8D Spokane Power Equipment Operators Dozer / Tractor (up To D-6 Or Equivalent) And Traxcavatur $39.94 7B 00 DD Spokane Power Ecuipment Operators Dozer / Tractors (d'6a Equivalent a Over) $40.54 713 1M DD ;Spokane Power Eciuipment Operators Dozer, 834 R/t Et Similar $40.54 78 1M 8D ;Spokane Power Equipment Operators Drill Doctor $40.54 7B 1M 8D Spokane Power Equipment Operators Driller Licensed $41.91 713 10 DD ;Spokane Power Equipment Orerators Drillers Helper $39.O1 78 1W 8D ;Spokane Power Equipment Operators DriRing Equipment (8' Bit & Over - Robbins, Reverse Circulation Et Similar) $40.26 78 1W 8D Spokane Power Equfpment Operators DriRs (churn, Core, Cayx Or Diamond) $40.10 78 1W DD ;Spokane Power Equipment Operators Elevating Belt (holland Type) $40.81 7B OW DD Spokane Power Equipment Operators Etevating Belt -type Loader (eucUd, Barber Green Et Similar) $39.94 78 1W 8D ;Spokane Power Equipment Oierators Etevating Grader -type Loader (dumor, Adams Or Similar) $39.94 713 OW 8D Spokane Power Equipment Operators Elevator Hoisting Materials $39.33 7B 1M 8D Spokane Power Equipment Operators Equipment Serviceman, Greaser & Oiler $40.1O 7B 1W DD Spokane Power Equipment Operators Fireman a Heater Tender $39.O1 78 OW 8D Spokane Power Equipment Operators Fork Lift Or Lumber Stacker, Hydra -life Et Similar $39.33 78 1W 8D Spokane Power Equipment Operators Generator Nant Engineers (diese Or Electric) $39.94 7B 1M 8D Spokane Power Equipment Operators Gin Trucks (pipetine) $39.33 7B 1W 8D ;Spokane Power Equfpment Operators Grade Checker $40.26 7B 1W 8D Spokane Power Equipment Operators GuniteCombination Mixer Et Compressor $39.94 713 1M 8D ;Spokane Power Equipment Operators H.d. Mechanic $40.81 7B 1M 8D Spokane Power Equipment Operators H.d.VYe\der $40.81 78 1M 8D Spokane Power Equipment Operators Helicopter Pilot $41.91 78 1W 8D Spokane Power Equipment Operators Helper, Mechanic DrWelder, H.D $39.O1 78 1M 8D Spokane Power Equipment Operators Hoe Ram $40.26 78 1M 8D Spokane Power Equipment Operators $40.10 7B 1W 8D 8/29/2014 Page 9of10 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 8/29/2014 Hoist (2 Or More Drums Or Tower Hoist) Spokane Power Equipment Operators Hoist, Single Drum $39.33 7B 1M 8D Spokane Power Equipment Operators Hydraulic Platform Trailers (goldhofer, Shaurerly And Similar) $40.81 7B 1M 8D ti Spokane Power Equipment Operators Hydro -seeder, Mutcher, Nozzleman $39.01 7B 1M 8D Spokane Power Equipment Operators Lime Batch Tank Operator (recycle Train) $40.54 76 1M 8D Spokane Power Equipment Operators Lime Brain Operator (recycle Train) $40.54 7B 1M 8D Spokane Power Equipment Operators Loader (360 Degrees Revolving Koehring Scooper Or Similar) $40.81 7B 1M 8D Spokane Power Equipment Operators Loader Operator (front-end Et Overhead, 4 Yds. Incl. 8 Yds.) $40.54 76 1M 8D Spokane Power Equipment Operators Loaders (bucket Elevators And Conveyors) $39.33 76 1M 8D Spokane Power Equipment Operators Loaders (overhead Et Front- end, Over 8 Yds. To 10 Yds.) $40.81 76 1M 8D Spokane ,, Power Equipment Operators Loaders (overhead Et Front- end, Under 4 Yds.. R/t) $40.10 76 1M 8D ;Spokane Power Equipment Operators Loaders (overhead And Front- end, 10 Yds. Et Over) $41.91 7B 1M 8D Spokane Power Equipment Operators Locomotive Engineer $39.94 7B 1M 8D Spokane Power Equipment Operators Longitudinal Float $39.33 7B 1M 8D Spokane Power Equipment Operators Master Environmental Maintenance Technician $40.81 7B 1M 8D Spokane Power Equipment Operators Mixer (portable - Concrete) $39.33 7B 1M 8D Spokane Power Equipment Operators Mixermobile $39.94 7B 1M 8D Spokane Power Equipment Operators Mobile Crusher Operator (recycle Train) $40.54 7B 1M 8D gSpokane Power Equipment Operators Mucking Machine $39.94 7B 1M 8D Spokane Power Equipment Operators Multiple Dozer Units With Single Blade $40.54 7B 1M 8D Spokane Power Equipment Operators Pavement Breaker, Hydra- hammer Et Similar $39.33 76 1M 8D Spokane Power Equipment Operators Paving (dual Drum) $40.26 75 1M 8D Spokane Power Equipment Operators Paving Machine (asphalt And Concrete) $40.54 7B 1M 8D Spokane Power Equipment Operators Piledriving Engineers $40.26 76 1M 8D ;Spokane Power Equipment Operators Plant Oiler $39.01 76 1M 8D Spokane Power Equipment Operators Posthole Auger Or Punch $39.94 76 1M 8D Spokane Power Equipment Operators Power Broom $39.33 76 1M 8D Spokane Power Equipment Operators Pump (grout Or Jet) $39.94 7B 1M 8D Spokane Power Equipment Operators Pumpman $39.01 76 1M 8D Spokane Power Equipment Operators Quad -track Or Similar Equipment $40.54 76 1M 8D Spokane Power Equipment Operators Railroad Ballast Regulation Operator (self-propelled) $39.33 76 1M 8D https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 8/29/2014 Page 10 of 10 ;Spokane Power Equipment Operators Railroad Power Tamper Operator (self-propelled) $39.33 7B 1M 8D Spokane Power Equipment Operators Railroad Tamper Jack Operator (self-propelled) $39.33 7B 1M 8D Spokane Power Equipment Operators Railroad Track Liner Operator (self-propelled) $40.26 7B 1M 8D Spokane Power Equipment Operators Refrigeration Plant Engineer (1000 Tons a Over) $40.26 7B 1M 8D Spokane Power Equipment Operators Refrigeration Plant Engineer (under 1000 Ton) $40.10 7B 1M 8D Spokane Power Equipment Operators Rollerman (finishing Asphalt Pavement) $40.54 7B 1M 8D Spokane Power Equipment Operators Rollers, All Types On Subgrade, Including Seal And Chip Coating (farm Type, Case, John Deere And Similar,or Compacting Vibrator), Except When Pulled B $39.01 7B 1M 8D Spokane Power Equipment Operators Roto Mill (pavement Grinder) $40.54 7B 1M 8D ,,Spokane Power Equipment Operators Rotomill Groundsman $40.10 7B 1M 8D Spokane Power Equipment Operators Rubber -tired Scrapers (multiple Engine With Three Or More Scrapers) $40.81 7B 1M 8D Spokane Power Equipment Operators Rubber -tired Skidders (r/t With Or Without Attachments) $40.10 7B 1M 8D Spokane Power Equipment Operators Scrapers, All, Rubber -tired $40.54 7B 1M 8D Spokane Power Equipment Operators https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/29/2014 This page left blank for double sided printing. PART 7 STANDARD PLANS FACE OF CURB VARIES ir T024" FACE OF CURB FACE OF CURB FACE OF CURB MATCH ROADWAY SLOPE ROADWAY 117 R. 1 1' R. MATCH ROADWAY SLOPE 112" R. ROADWAY 111/2' DUAL -FACED CEMENT CONCRETE TRAFFIC CURB AND GUTTER CEMENT CONCRETE OR ASPHALT CONCRETE sloe/mu< OR PATH 3/8" PREMOLDED JOINT MUER (WHEN ADJACENT TO CEMENT 178' PREMOLDED CONr..RtSIDEWAUO . . JOINT FILLER .• .•• CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS, LANDDms, AND DRIVEWAY ENTRANCES CEMENT CONCRETE TRAFFIC CURB AND GUTTER 112" FC VARIES FROM I- ir 10 O" 1/2'R. CEMENTCONCRETE OMB RAMP. LANDING, OR DRIVEWAY ENTRANCE CEMENT CONCRETE PEDESTRIAN CURB DUAL -FACED CEMENT CONCRETE TRAFFIC CURB 1/2" R. ES 1/2" 1' R. .• FACE OF CURB .• ROADWAY 81/4' CEMENT CONCRETE TRAFFIC CURB IS /2" VARIES FROM ETD 0", MAINTAIN 111: 61/ SLOPE ON SIDE OF CURB MATCH ROADWAY SLOPE /a. /_ ROADWAY DEPRESSED CURB SECTION AT CURB RAMPSAND DRIVEWAY ENTRANCES NOTE 1. See Standard Plan F40.10 for Curb Expansion and Contraction Joint spacing. FLUSH WON GUTTER PAN AT CURB <> RAMP ENTRANCE -III" VERTICAL UP AT DRIVEWAY ENTRANCE MOUNTABLE CEMENT CONCRETE TRAFFIC CURB 11111 C. CEMENT CONCRETE CURES STANDARD PLAN F-10.12-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBUCATION Pasco Bakotich III 0646-11 IITA1E110.1611 =INVER DATE i317 1/11o4Ington Skrho Poparimont alTremportoden :4'*- e" MIN; SEE CONTRACT PLANS • '.:58"•EXPANSION JOINT (TYP.) SEE STANDARD PIAN F40.10 : CURB AND GUTTER LANDING ,...„„,,„.., \air �,!„,,,I ,,,",�,„ - . 4...c.„... (Pin - SEE CONTRACT PLANS -.. -.. mei RAMP PETES7RAN CURB SEE NOTE 9 • FACE OF CURB CROSSWALK : ::PIANVIEW :TYPE PARALLEL' A' SIDEWALK 4'-0" MIN, • SEE CONTRACTPLANS are" WANSICN.JOIN! (TYP.) -• • SEE STANDARD PLANT' -30.10 LANDING DETECTABLE WARNING SURFACE'- .-. SEE STANDARD PLAN F15.10 DEPRESSED CURB & GUTTER 'SIDEWALK CURB a GUTTER CURB RAMP 4'.0" MIN. (IYPJ'" ...:SEE CONTRACT PLANS FACE OF CURB -*EI ABLE V.pARNtNG SURFACE SEE STANDARD PLAN Fos 10 • :4'.S"MDL • GRADE BREAK ' PEDESTRIAN CURB - :SEE NOTE 1L 111111i1111%, w ' CROSSIMALK NOTES 1. Provide a separate Curb Ramp for each marked or unmarked crosswalk. Curb Ramp location shall be placed within the width of the associated crosswalk, oras shown In the Contract Plans. 2. Where "GRADE BREAK is called out, the entire length of tho grade break between the two adjacent surface planes shall be flush. 3. Do not place Gratings, Junction Boxes, Access Covers, er other appurte- nances in front of the Curb Ramp or on any part of the Curb Ramp or Landing. 4. See Contract Plans for the curb design specified. See Standard Plan F-10.12 for Curb. Curb and Gutter, Depressed Curb and Gutter, and DETTCTAELE WARNING SURFACE- Pedestrian Curb details. SEE STANDARD PUN F49.10 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. See Contact Plans for width and placement of sidewalk. B. The Bid Item "Cement Concrete Curb Ramp Type _' does not include the adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, Pedestrian Curb, or Sidewalks. 7. The Curb Ramp nlaidmum running slope shall not require the ramp length to exceed 15 feet to avoid chasing the slope indefinitely when connecting to steep grades. When appiytng the 15 -foot max. length, the running slope of the curb ramp shall be as Sat as feasible. 8. Curb Ramp, Landing, and Flares shall receive broom fmish. See Standard Specifications 844. 9. Pedestrian Curb may be emitted If the ground surface at the back of the Curb Ramp andfor Landrng will be at the same elevation as the Curb Ramp or Landing and there will be no material to retain. DEED CURB 5 GUTTER PLAN VIEW :TYPE PARALLEL: B • TOP OF . ROADWAY CEMENC CONCRETESECESTR1AN .CURB- SEE NOTE LANDING SECTION DEPRtSSED:CURB & GUTTER - SEE STANDARD PLAN F10.12 AND NOTE e . SBE NOTE 7 •GRADE BREAK • I'S-0":MAX SEE NOTE 7 GRADE BREAK • SIDEWALK CURB RAMP ' 3re E%PANSION JOINT Mtn .. SEE 'STANDARD PLAN F-30.19 SECTION SEE NOTE 7 "GRADE BREAK 8.3%MAX a -0' P51 CURB RAMP GRADE BREAK EN Ere" E4 PANStON'JOINT (TYR) SEE STANDARD PLAN Fame ' : CEMENT' CONCRETE CURB RAMP 'ME :PARALLEL B- PAY LIMIT - SEE NOTE LANDING SECTION O ISOMETRIC VIEW TYPE PARALLEL A PAY LIMIT ISOMETRIC VIEW TYPE PARALLEL SPAY UMf1 LEGEND PEDESTRIAN CURB SEE NOTE 0 SLOPE IN EITHER DIRECTION PARALLEL CURB RAMP STANDARD PLAN F -40A2.02 SHEET I OFI SHEET APPROVED FOR PUBLICATION Pasco BakoSclt 11! 6/20/13 STAMM:MON 010111L'Yt Gik %Wanton Sem* anpmbwH of Tl megork iron DRAWN BY: FERN IIDDELL TRUNCATED DOME SPACING SEE NOTE 3 } �D--� TRUNCATED DOME SECTION O SEE STANDARD SPECIFICATIONS FOR COLOR OF SURFACE wTRUNCATED DOME DETAILS oFFSEr CURB RAMP, LANDING. CUT - THROUGH OR WALKWAY WN, MAX A 1.50" 240" B nes" C 0.45' 0,90' D 0a• 1.40" E ex DETECTABLE WARNING SURFACE(DWS)- SEE NOTE 3 BACK OF CURB - SEE NOTE 2 CURB ANO GUTTER 2'-?MIN.- TYP. OF ALL APPUCATIONS MATCH TO WIDTH OF CURe_RAhAP LANDttNG.CCUTTHROUGH OR WALKWAY DETECTABLE WARNING SURFACE DETAIL SINGLE DIRECTION CURB RAMP (GRADE BREAK BETWEEN CURB ANO LANDING 55 FT. FROM BACK OF CURB) (SEE NOTE 6) CURB RAMP WALKWAY LANDING DIRECTION OF TRAWL SWF.1MDT OF BACKOFCURB- SEE NOTE 2 SINGLE DIRECTION CURB RAMP (GRADE BREAK BETWEEN CURB AND LANDING r 5 FT. FROM BACK OF CURB) (SEE NOTE 6) CURB RAMP WALKWAY LANDING BACK OF CURB - SLE NOTE 2 DETECTABLE WARNING SURFACE (DWS) - SE NOTE 3 WWDTH OF CURB RAMP PERPENDICULAR CURB RAMP (SEE NOTES) DETECTABLE WARNING SURFACE (DWS) SEE NOTE CURB RAMP DETECTABLE WARNING SURFACE (DWS) - SEE NOTES 4 57 WALKWAY BACK OF CURB» SEE NOTE 2 DETECTABLE WARNING SURFACE (DWS) -55E NOTE3 PARALLEL CURB RAMP (SEENOTE6) WIDTH OF CURB RAMP, LANDING, OR WALKWAY To Tn V IIMP ANIkt RAIL WiD1H OF CUT -THROUGH (rYP4 DETECTABLEWARNING SURFACE (TYP.)- SEE NOTE 3 PATH OR WAUANAY PEDESTRIAN RAILROAD CROSSING DETECTABLE WARNING SURFACE (TYP.) - SEE NOTE 3 BACKOF CURB - SEE NO7E 2 ISLAND CUT -THROUGH NOTES 1. The Detectable Warning Surface (DWS) shall extend tho RAI width of tho curb rarnp (exclusive of flares) or the landing. 2. The Detectable Waning Surface shall be placed at the back of curb, and need net follow the radius, a The rows of truncated domes shall be aligned to be perpendicular to the grade bmak at the back of curb. 4. The rows of truncated domes shall be aligned to be parallel to the direction oftraveL 5. If curb and gutter are not present, such as a shared -use path connection, the Detectable Warning Surface shall be placed at the pavement edge. 6. See Standard Plans for sidewalk and curb ramp details. 7. If a curb ramp is required, the location of the Detectable Waning Surface must be at the bottom of the ramp and within the required distance from the rail. 8. When the grade break between the curb ramp and the landing is less than or equal to 5 ft from the back of curb at all points, place the Detectable Warning Surface on the bottom of the curb ramp. -1 WIDTH OF CUT -THROUGH (te) CSC SEEBACOF TE2RB- SEE NOTE2 BACK OF CURS - 5EE NOTE 2 0' MIN. MEDIAN CUT T1tROUGH WIDTH OF SHARED - USE PATH OR WALKWAY (TYP.) WIDTH OF CUT -THROUGH (Ra ROUNDABOUT SPUTTER ISLAND PAVEMENT EDGE DETECTABLE WARNING SURFACE (DWS) - SEE NOTES 4 & PLACEMENT GUIDELINES SHARED -USE PATH OR WAUONAY SHOULDER SHARED -USE PATH CONNECTION 2-0- MIN. DETECTABLE WARNING SURFACE STANDARD PLAN F-45.10-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakot5ch 111 06/21112 T BTATBU®IONCIWINHBR MSL' wmNn5a, Ba. n.oBnm.nc.rr..B.p,RBlis. L TOP VIEW 37" SECTION TWO PIECE BASE VI" MIN. SECTION (B) "IWOO PIECk BASE 5 4 MIN. UNIT "N" L J _ AS REQUIRED + UNITS S S 9C 4" MIN. 5 112' MIN. SECTION { A) ONE PIECE BASE PIPE ALLOWANCES MAXIMUM PIPE MATERIAL INSIDE DIAMETER REINFORCED OR PLAIN CONCRETE 18" ALL METAL PIPE 21" CPSSP * (STD. SPEC. 9-0520) 78" SOLID WALL PVC (STD. SPEC. 9-05.12(1)) 21' PROFILE WALL PVC (STD. SPEC. 9.05.12(2)) 26" 3 SPACES @ APPROX 11" 3T SECTION (B) "IWOO PIECk BASE 5 4 MIN. UNIT "N" L J _ AS REQUIRED + UNITS S S 9C 4" MIN. 5 112' MIN. SECTION { A) ONE PIECE BASE PIPE ALLOWANCES MAXIMUM PIPE MATERIAL INSIDE DIAMETER REINFORCED OR PLAIN CONCRETE 18" ALL METAL PIPE 21" CPSSP * (STD. SPEC. 9-0520) 78" SOLID WALL PVC (STD. SPEC. 9-05.12(1)) 21' PROFILE WALL PVC (STD. SPEC. 9.05.12(2)) 21" * CORRUGATED POLYETHYLENE STORM SEWER PIPE SECTION { B) ONE PIECE BASE i EXPIRES JULY I. 200T dill Ehg GRATE INLET TYPE 2 STANDARD PLAN B-35.40-00 SHEET 1 OF 2 SHEEPS APPROVED FOR PUBUCATION Harold J. Petarfeso 06-08-06 4111. urwmaeMONolaNca! wm Wm14qun SImN Depmlwunf N7mwpoN4dbrt '01 SECTION UNIT"J" SECTION UNIT "KC" 2' 33/8' 54' 42' T 1 4(;) E .„.,4„:.,...,,.:„.,.:,,,„,,,p,......,....,..„ , ;,[ T. — N 47114^ UNIT "H" 3318' GRATE SEE NOTES SECTION UNIT "H" at ml BAR LIST .„.,4„:.,...,,.:„.,.:,,,„,,,p,......,....,..„ , 7 LOCATION arr. SIZE ,,,/ DESCRIPTION SECTION UNIT "H" at ml BAR LIST BENDING DIAGRAM (ALL DIMENSIONS ARE OUT TO OUT) MARK LOCATION arr. SIZE LENGTH DESCRIPTION 0 ®' 11 x v--9"rD ID '7_ ' Nle ^ N ©0000 11Y"o 0 BOTTOM SIASAND SIDE WALL 3 3 5'-9" BOTTOM SLAB AND SIDE WALL 2 12'_5" ® BOTTOM SLAB AND SIDE WALL 2 T-2" 0 BOTTOM SLAB AND SIDE WALL 2 2'-r STRAIGHT 02.9" 2-712" 0 WALL 4 9'-1' HOOP 204'-2' ®4'-2" ®4'_28 Q4 -x 114'-2 ®.1-1" Cty-g^ 0 4'-2" 0 SIDEWALL 3 14'-8" HOOP 0 UNTTH 2 14'-2" HOOP 0 UNITJ 2 14 -2" HOOP 0 UNIT K 3 14'-2" HOOP 0 UNIT K 4 0'-9" STRAIGHT 10 SIDE WALL 8 2'-8" STRAIGHT Yn f` L'a w� NNtvty 800© ® 0 3 Q BOTTOM SLAB AND SIDE WALL 4 7' - 5- Q BOTTOM SLAB AND SIDE WALL 3 8'-0" 13 SIDEWALL 4 14'-6" HOOP NOTES 1. The Steel Angles shall be set so that each bearing bar of prefabricated grate shall have full bearing on both ends. The finished top of concrete shall be even with the grate surface. 2. Top of Inlet grata shall be placed at ground level to present en unobstructed ditch or median section. 3. Alt exposed concrete edges shall be finished with a 1/2" radlus. 4. Pipes may enter through the knockouts on any side at any reasonable angle. provided the outside of the pipe can be contained between two apposite walls. 5. The flow line of the outlet pipe shall be 18" minimum above the inside bottom of the Inlet structure. S. The grade line of the top inside of any inlet pipe shall enter no lower than the grade line of the top inside dela cutlet pipe. 7. Unit 1-1" and optional extension units "J" and "K' shall be grouted in place to the satisfaction of the Engineer. 8. All pickup holes shall be grouted full after the basin has been placed. 8. See contract for type of grate specified. See Standard Plan 5-4020 and 5-40.40 for grate details. oro., Mir STEEL ANGLE �.� SIEELAGLE 5112"x1112"x 1t4" 114 Mal (3 BEL OTH GLES ENS) /�' (3 BOTH iT1a5} d 1 EXPIRES JULY I. 2007 f GRATE INLET TYPE 2 STANDARD PLAN 5.35.40-00 SHEEP OF2 SHEETS APPROVED FOR PU8LJCATYON Harold J Peterfesso 06-08-06 6iAlGa®"x pawEx akm ""/••• WmhLgkn Slat. D peienonT WLaelwNtyh WEAKENED PLANE JOINT • GENERAL NOTES PORTLAND CEMENT CONCRME SHAU. BE CLASS 3000. AIR ENTRAINED. 2. WEAKENED PLANE JOINTS FOR PORTLAND CEMENT CONCRETE SHALL BE FLA= AT 2 TIMES SIDEWALK WIDTH OR TO' MAX. AND SHALL MATCH SCORES IN SIDEMAIK WHERE APPLICABLE 4. ;J_Tr EXPANSION TAIERIAL SHALL BE PLACED AT ALL CURB RETURNS. 4 TO BE USED ONLY IN SPECIAL CASES WITH APPROVAL OF THE DEVELOPMENT SERVICES SENIOR ENGINEER. S. 95% COMPACTION UNDER CURET. 6. EXPANSION JOINT SHALL BE PLACED AT AU. RADIUS RETURNS. 7. 24 MIN. CRUSHED ROCK UNDER ALL CURB. 8. FOR "DUMP" CURB APPLICATIONS, GUTTER SHALL sun AWAY FROM CURB AT 8.1% a. TYPE 1 INLETS ROOMED PER SPOKANE REGIONAL S1ORMWA1ER MANUAL PORTLAND. 2" TYPESRISE TYPE 'R" CETTENT " coN0RIEIE QUANTITY = .041555 C."4 LF. QUANTITY a.0.047657 DN. / L. SEE NOTE 4 EXPIRES W2...47/Z olo Ammitommuomm 14/61 CURBING STANDARD PLAN Na R-102 GENERAL NOTES 1. TOOL JOINTS SHALL BE PLACED EVERY S FEET AND MATCH CURB JOINTS. 2. EXPANSION JOINTS SHALL BE PLACED EVERY 20 FEET INTH FELT EXPANSION MATERIAL EXTENDING THE FULL SIDEWALK DEPTH. Z. EXPANSION LtA ER1AL IS REQUIRED SEMEN A DRIVEWAYSLAB AND THE SIDEWALK. IT IS ALSO REQUIRED BETWEEN THE SIDEWALK AND THE DRIVEWAY APPROACH. EXPANSION MATERIA!. SHAU- EXTEND THE FULL DEPTH OF THE SIDEWALK. 4. SIDEWALK SHALL SLOPE TOWARD&THE CURB AT 2x. S. SIDEWALK 'SHALL BE 4" THICK EXCEPT VINES PART OF A DRIVEWAY MERE IT SHALL 8E 6` THICK. 6. Su i SIDE TOP OF WALK LEVEL MTh TOP OF CURB. 7.4" MIN. COMPACTED CRUSHED SURFACING TOP COURSE UNDER SIDEWAUf 8.90% COMPACTION. UNDER SIDEWALK. 9. REFER TO TABLES 7.2 & 7.5 IN ME SPOKANE VALLEY STREET STANDARDS FOR SIDEWAII( YdDTTi. 10. MAX. LONGITUDINAL GRADE OF SIDEWALK IS 5X. 13. PAIRORTLAND CEMINT CONCRETE SHAD. 8E CLASS 5000, 5r tris SRO CONTRACTION ,POINT EXPANSION JOINT MIN. 4" COMPACTED CRUSHED SURFACING TOP COURSE JOINT AND FINISH DETAIL FINISH O EXPANSION JOINT DETAIL +- 1/0' — 1/4' A OCOMMOTION JOINT DETAIL �EXPIRES q/29/2ora DEVELOPMENTSERVIGE89EP$OR ENGDIEER 4PPAOVEDFDAPIXIXATION f Z/tb SIDEWALK STANDARD PLAN NO. R-103 EXPANSION JOINT SIDEWALK SEE CURB PROFILE • *01 01114441,yll Chi CitR TACTILE WARNING SURFACE CSCE NOTE 1) PLANTER STRIP APPLICATION GENERAL NOTES 1. TACTILE WARNING SURFACES SHALL BE FEDERAL Yt7.t.W. CAST IN PLACE DETECTABLE UNITS AS MANUFACTURED BY ARMOR TILE TACTILE SYSTEMS, OR AN APPROVED EQUAL TRUNCATED DOME SIZE AND SPADING SHALL COMPLY WITH THE ACCESS BOARD GUIDELINES FOR PUBUC RIGHTS—OF—WAY (SECIION R30_- d). UNITS SHALL. BE INSTALLED PER .MANUFACTURERS RECOMMENDATIONS. SEE CURB .PROFILE SWALE APPLICATION 2'x4' TACTILE WARNING SURFACE CSEE NCTTE 1) 3' CENTER LTF CURB ARC 2.TAGTILE WARNING SURFACES SHALL BE 24" MIN. IN THE DIRECTION OF TRAVEL. 3. A 4' LANDING SHALL BE PROVIDED .BEEUND ALL PEDES'iRIAN RAMPS. --"4-'-4'.."+"—*6+--..I NO LSP 8' DEPTH 4. NO DRAINAGE STRUCTURES SMALL BE PLACED IN FRONT OF RAMPS. 5. CURB FRONTING PEDEVIRiAN RAMPS SHALL BE. AT A SUFFICIENT CURB GuTTER GRADE TO PREVENT. PUDDLING. el 44.44k/VW 4' CDNPACTED CRUSHED 5' THICK RAMP, SECT7ONA A SURFACING TOP COURSE, WINGS, AND LANDING 947. MODIFIED PROCTOR. CURB PROFILE 6..RAMPS SHALL CONFORM TO AU. APPUCABLE A.U.A. GUIDELINES. WITH A MAX. 8Z SLOPE %PO .CEMENT CONCRETE SHALL BE CLASS 3000, AIR EXPIRES 972.91Z 6") nEVE OPMENTSERVIC,ESSEMOR.ENG1NEER APPROVEDI o u3 cATJoJ /2 /o9 PEDESTRIAN RAMPS TYPICAL. STANDARD PLAN NO. .R-105 TYPE 'A' CURB (SEE STD. PLAN R-102) 4' EXPANSION JOINT SINGLE CROSSING APPLICATIONS GENERAL NOTES 1. TACTILE WARNING SURFACES SHALL BE FEDERAL YELLOW, CAST IN PLACE DETECTABLE UNITS AS MANUFACTURED BY ARMOR TILE TACTILE SYSTEMS. OR AN APPROVED EQUAL. TRUNCATED DOME AND SPACING SHALL COMPLY WITH IRE ACCESS BOARD GUIDELINES FOR PUBLIC RIGHTS-OF-WAY (SECTION R304). UNITS SHALL BE INSTALLED PER. MANUFACTURERS RECOMMENDATIONS 2. TACTILE WARNING SURFACES SEMI. BE 24° MIN. IN THE DIRECTION OF TRAVEL. 3.A 4' LANDING SHALL. BE PROVIDED BEHIND ALL .PEDESTRIAN. RAMPS. 4, NO DRAINAGE STRUCTURES SHALL BE PLACED IN FRONT OF RAMPS. CURB5, CURB FRONTING PEDESTRIAN RAMPS SHALL BE AT A SUFFICIENT GUTTER GRADE TO PREVENT PUDDLING. &ISIOE RAMPS SHALL CONFORM TO AU. APPLICABLE A.D.A.ADA. UNES, vim A MAX. G% SLOPE. 7. PORTLAND CEMENT CONCRETE SHALL BE. CLASS 3000, AIR ENTRAINED. EXPANSION JOINT SEE CURB PROFILE BROOM FINISH PARALLEL TD CURB PE 'A' GR "B" CURB CENTER OF CURD ARC SEE CURB PROFILE 2'x4' TACTILE WARNING •SURFACE <SEE NOTE 11 ADJACENT SIDEWALK APPLICATION SIZE OF CURB ARC ND LIP CURB PROFILE 8' DEPTH 5' THICK RAMP, WINGS, AND LANDING ¢CAGTDRSESECTIONAA suRFCINOCU, 90X MODIFIED PROCTOR. 'EXPIRES 7/Z9/26/ 1 OEVELOPMENTsERVICESSENORENG, R .ippnastavorououormou /2,/v �! Shu PEDESTRIAN RAMPS MIDBLOCKAND ADJACENT SIDEWALK STANDARD PLAN NO, .R-106 _. TRANSITION AREA 3/8' EXPANSION UMW THS leizt4H —PROJECTED TOP OF CURB ELEVATION 6" PORTLAND CEMENT CONCRETE SECTION A -A GENERAL NOTES 1. EXPANSION ,JOINT MATERIAL SHALL BE PLACED IN liiE 'OMER OF ALL DRIVEWAYS OVER 20' IN WIDTH. 2. EXPANSION JOINT REQUIRED F POUR. INCLUDES ADDITIONAL DRIVEWAY AREA. 3. PORTLAND CEMENT CONCRETE SHALL BE CLASS 3000. AIR ENTRAINED. 4. ALL EXTERNAL. EDGES TO BE TROWELLED WITH 1/4" RADIUS EDGER. S.SIDEWALK TO BE SCORED EVERY 5'. 3/8" EXPANSION JOINT TO BE INST'ALLED AT LOCATIONS WHERE SIDEWALK INTERSECTS OTHER SDEWAU<S AND DRIVEWAYS. 6. MIN. 4" THICK CRUSHED SURFACING TOP COURSE LAYER UNDER DRIVE APPROACH. 7..FIRSF 2' OF DRIVE APPROACH (AT CURB SIDE) SHALL BE "THICKENED TO MATCH BOTTOM OF CURB. BOAT WIDTH D SMIN.DES 'TYPE MAX. COMM.II 30' 40' RES. 16' 30' EXPIRES 9/29/? of a 1 DEVELOPMENrSEiiViCESSWIM ENGINEER topmost+ponetmecnmu /2/O? DRIVEWAY APPROACH ADJACENT SIDEWALK STANDARD PLAN NO. 8-112 NMA WEARING COURSE 0.0625' -- 0.07W 4:p 0, �.` tip.. �s,� *fel � .�. ! «. +►1 �► + l w ! w.•l rr ! .r ! �r! yr!40, w1••os.t !ipr ! w•� �.A .AM /bft �hyllA~'�A+I1~.,� �A �EA A / im /bird.* EXISIING BASE MP.) NOTES: i. THE LONGITUDINAL -40W .SMALL 8E A 'CONTINUOUS STEP WEDGE LOCATED ON CENTERLINE OF ROADWAY. 2. THE SLOPED PORTION OF TmIE WEDGE JOINT SHALL BE UNIFORMLY COMPACTED. S. THE WEDGE JOINT SNAIL RECEIVE iWO SEPARATE APPLICATIONS OF AN APPROVED TACK COAT PRIOR TO PLACEMENT OF THE ABUTTING PAVEMENT. 4. AU. OTHER LONGITUDINAL JOINTS SHAU..LIE HOT LAP JOINTS,,CONSTRUCTED BY 115E OF MULTIPLE PAVERS. 5. SHALL BE USED AT STREET CENTERLINE JOINT FOR U. ARTERIALS AND CAPITAL IMPROVEMENT PROJECTS, AND AT OTHER LOCATIONS AS REWIRED eY THE PUBLIC WORKS DIRECTOR. EXPIRES 91/29/2cwc DEVELOPMCNTSERVICES:SENiOR ENGINEER APPROVEDfORAUBUCATmfl /2/0 o re Valley' LONGITUDINAL STEP WEDGE COLD JOINT STANDARD PLAN NO. R-127 GENERAL NOTES 1. GRAVEL .BACIOFILL QUANTITY FOR DRYWEUS TYPE `A" --.30 CUBIC YARDS MINIMUM / 42 TONS. TYPE "9" -- 40 CUBIC YARDS MINIMUM / 5S TONS. OR AS SPECIFIED ON ROAD PLANS 2 SPECIAL BACKFILL MATERIAL FOR DRYWELLS SHAD. CONSIST OF WASHED GRAVEL GRADED FROM 1" TO 3" WITH P. MAXIMUM OF SZ PASSING THE U.S. No. 200 SCREEN, AS' MEASURED BY WEIGHT. A MAXIMUM OF lox OF THE AGGREGATE, AS MEASURED BY WEIGHT. MAY BE CRUSHED OR FRACTURED -ROCK. THE REMAINING 903 SHALL BE NATURALLY OCCURRING UNFRACTURED MATERIAL 3. FABRIC SHALL'BE MODERATE SURVIVABILITY AS OUTUNED IN WASHOOT'STANDARD SPECIFICATION 9-33. FABRIC SHAD. NOT BE WRAPPED AROUND DRW ELL BARRELS. 4. CONCRETE SLAB SHALL.'BE CLASS 3000 CONCRETE. S.SEE'STANDARD PLANS SHEETS S-103 TO S-105 FOR PRECAST CONCRETE DETAILS. S. ADJUSTMENT BLOCKS 'SHALL BE CEMENT CONCRETE. 7. PRECAST RISERMAY BE USED IN COMBINATION WITH OR IN LIEU OF ADJUSTING BLOCKS. B.WHEN PVC PIPE IS USED A PVC ADAPTER SHALL BE INSTALLED. &PIPES SHAD. BE GROUTED INTO- DRYWE LS. DRYWELL -- TYPE 'A' SWALE IInuIHi� GR LL BARREL OR CATCH BASIN WAU. _ PE (TYP.) are VC ADAPTER PVC ADAPTER (SAND COLLAR) METAL FRAME TYPE 4 GRATE TYPE 4 SEE 5-1C4^ NOTE PVC PIPE ADAPTERS AND GASKET MAY VARY IN SHAPE AND SIZE, AND SH . M ON 0-303H-78 SOR35 SP TOPSOIL MAY BE MOUNDED AROUND FRAME (TYP.) !EXPIRES q%/2.9/24z,Ja DEVELOPMENT SERVICES SENIOR • ENGINEER M?M40VEDFORpu ucATION /2/159 Sj�kaie Valley DRYWELL - TYPE 'B' SWALE .PRECASTDFtYWELLS PLACED IN SWALE STANDARD PLAN NO. 8-101 OENERAL NOTES 1. GRAVEL BACKFILL QUANTITY FOR WAVE= : TYPE "A" — 30 CUBIC YARDS MINIMUM / 42 TONS. TYPE "B" — 40 CUBIC YARDS MINIMUM / 56 TONS. OR AS SPECIFIED ON ROAD PLANS. %SPECIAL BACKFILL' MATERIAL FOR DRYWELLZ SHALL CONSIST CF WASHED GRAVEL. GRADED FROM1" TO 3" WITH A MAXIMUM OF 5R PASSING THE U.S. No. 200 SCREEN. AS MEASURED SY WEIGHT A MAXIMUM OF 10% OF THE AGGREGATE, AS MEASURED BY ViEIGH% MAY BE CRUSHED OR FRACTURED ROCK. THE REMAINING 90X SHALL -BE NATURALLY OCCURRING UNFRACTURED MATERIAL. 3. FABRIC SHALL BE MODERATE SURVIVABILITY AS OUTLINED IN WASHDOT STANDARD SPECIFICATION 9-33. FABRIC SHALL NOT BE WRAPPED AROUND :ORYWELL.BARRELS. 4. CONCRE'1E SLAB SHALL BE CLASS 3000 CONCRETE. 5. SEE STANDARD PLANS SHEETS S-103 TO 5-105 FOR PRECAST CONCRETE DETAILS. 0.ADJUSIMENT BLOCKS SHALL BE CEMENT CONCRETE %PRECAST RISER MAY BE USED IN COMBINATION S Th OR IN ITEM OF ADJUSTING BLOCKS. B.WHEN PVC PIPE 1S USED A PVC ADAPTER SHALL BE INSTAL. ED. WIPES SHALL BE GROUTED INTO DRYWEL S. SOUD COVER. FINISHED GRADE SEE 8-404 (PAVEMENT) /////{///l///////I///////I7/1/////+ INLET PIPE DRYWELL -- TYPE 'A' aua a ABRIC LINER PVC ADAPTER (SAND COLLAR) NOTE PVC PIPE ADAPTERS AND GASKET MAY VARY IN SHAPE AND SIZE, AND SHALL MEET ASTM D-3031.1-78 SDR35 SPECIFICATIONS. `EXPIRES 9/2q/2 6, DRYWELL - TYPE 'B' PRECAST DRYWELLS PLACED 1N ASPHALT STANDARD PLAN NO. S-102 or. 3. Ica __ tasirf (TW) fzEi rasa ia2 tI 71E2B 2a3 1E9 F. 0.4 • C29 2=9 ESI CT 7itzsramm-___L r 329 PED IEEZI -77 cm.) DRYWELL BARREL (ELEVATION) DRYWELL BARREL (PLAN) 1/2' cLENI/LNCE 14 BARS 0 10" EACH WAY 4* -8" DIA. Atoit DRYWELL BASE (ELEVATION) DRAW= pon BASE DRAIN HOLE DETAIL (PLAN) L 0" SECTION D—D •GENERAL NOTES 1. CONCRETE DRYWELL HENS SHALL BE CONSTRUCTED WITH• THE BARRELS AND C.ONES REINFORCED WWI 0.12 SQ. IN. STEEL GRADE 40. PER UNEAL FOOT OF WAtl.. 2. TOLERANCE OF DUWENSIONS FOR DRAINAGE PORTS 3. EACH BARREL SEOWON SHALL HAVE A MINIMUM OF 0 ROWS OF DRAINAGE PORTS VERTICALLY AND A MINDAUM OF 10 DRAINAGE PORTS AROUND THE CIRCUMFERENCE OF THE BARREL. SECTION C—C DCPIRES f/z9/7 orb DEWIL0PMENTSERV10ESSEMORENGINEER •APPSIOVEErFORPUOUOATION DRAINAGE PORT DRYWELL DETAILS STANDARD PLAN NO. 8-103 GENERAL NOTES 1. FRAME SHAD. BE GRAY .IRON CONFORMING TO AS.T.M. A48-90, GRADE 30. THE GRAZE OSHA BE DUG= IRON CONFORMING TO AS.T.U. A536-84, CLASS 2. METAL FRAME AND GRATE'TYPE 4 SHALL ONLY BE USED WHERE SHOWN ON THE. CONSTRUCTION PLANS. IT SMALL NOT BE USED AT A CURB LJNE 3. DRAINAGE SLOTS SHALL BE PLACED PARALLEL TO THE DIRECTION OF FLOW. . 34 118"' own, R9.R IR%iSR�Rj`R\`R CR �Y•,� ..Ii moi;_ SECTION A—A SECTION H—H 26 3/16' -r 1 -1'1 5/8" 2 VerVir s/s 2 7/8" SECTION 8—B EXPIRES F/241/4 b/o 1 DEVELOPMENT SERVICES SENIOR EMINCER APPROVEDIMPUBLICASION MIN. WEIGHT 168 LBS. FRAME — TYPE 4 GRATE -- TYPE 4 SOLID COVER MIN.. WEIGHT 11B LBS. DRYWELL.FRAME AND. GRATES. STANDARD PLAN Na S-104 GENERAL NOTES 1. 1. CONCRETE ITEMS SHALL BE CONSTRUCTED IN ACCORDANCE Wall ASTM C 478 (AASIITO 1,1199) 8c ASTM 0 890 UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN me PROJECT SPECIAL P0SIONS. SECTION E—E SECTION F—F 2-18 RE9AR SECTION E—E SECTION .F—F 4.-1 1+- 1 173 REELAR LONG ve BENDING RISER, TYPE 1 SECTION C—C SECTION D—D RtSER, TYPE 2 CONCENTRIC CONE !EXPIRES 9//z DEVELOPMSNTsEPWIcEssEMoR ENGINEER APPROVEITFORMICAMODI /09 PRECAST DRYWELL & INLET DETAILS STANDARD PLAN NO. S-105 GENERAL NOTES 1. DIE TOP OF GRATE SHALL BE INSTALLED r LOWER THAN THE PROJEGIED GUTTER GRADE. 2. THE PRECAST GoNGRETE INLET SHALL BE PLACED ON THE SAME GRADE AS THE CURB. f -a sir MAE UV 2 PROJECTED ROAD CROSS S..014E EXPIRES 7/Z9/�1'o 1 DEVELOPMENTSFAVICES SENIOR ENGINMER APPROVEDFORAUBUCAMON CATCH BASIN Sc INLET TYPE 1 CATCH BASIN & INLET TYPE 2 CATCH BASIN & INLET INSTALLA'TION Sfkolane Va11ey£ 2015 Street and Stormwater Maintenance and Repair Contract Bid Proposal Form The undersigned individual represents and warrants that he or she is duly authorized to execute the bid on behalf of any partnership, joint venture or corporation. **The hours below represent an average year and are subject to change Company Name: Signature: Printed Name: SCHEDULE A - REGULAR HOURS Estimated Item # Trade Occupation Reg. Hours ** Rate Total 1 Foreman 500 5'q.' 2„ 21 1ipo.17ts 2 Cement Masons Journey Level 240 444,40 is; 6.14..0t> 3 Fence Erectors Fence Erector 20 77. ip9 j 653.2 4 Flaggers Journey Level General Laborer Asphalt Raker Concrete Crewman Guard Rail Pipelayer 1900 2300 120 220 10 130 H g'. Lp6 10.197. y4 ,62. (OCU 41.50 SS', 3D 1-11,, :76 sq 4 2. 541, 32, 62 .S7 t 24 j l 3'-, 101) 22 jg, to 45q41 . Lib pi 2748. ab Lf i,5, CZ 1.51teb 11? -10.01) l bj Sb 4,0'0, 1) V29 . 100 f b y-N.10D 5 laborers 6 Laborers 7 Laborers 8 Laborers 9 laborers 10 Laborers Traffic Control Supervisor Blade(finish & bruetop) H.D. Mechanic Paving Machine 40 200 30 200 11 Power Equipment Operators 12 Power Equipment Operators 13 Power Equipment Operators 14 Power Equipment Operators Rollerman Screed Operator Power Broom Backhoes & Hoe Ram Vactor Guzzler, Super Sucker Roto Mill 400 200 90 30 10 90 gz.3i 5Z. 37 5'1,37 62,31 194,0b (pii. !?b 42 .70 52,37 20) 449,24) 1b0 414. LO ilii f g . 0 1,511 . aq (otoD .01) tj, q 4b , j'j0 I. /lb 1'. RDt.141 15 Power Equipment Operators 16 Power Equipment Operators Power Equipment Operators Power Equipment Operators 17 18 19 Power Equipment Operators 20 Power Equipment Operators Posthole Auger or Punch Backhoe (45,000 GW & under) 10 380 21 Power Equipment Operators 22 Truck Drivers Dump Truck (E. WA -690) 800 yQ.(gyp 3q 23 Truck Drivers Dump Truck & Trailer (E. WA -690) 500 i#1.132 ,i2430 24, 1ST, aa 24 Truck Drivers Other Trucks (E. WA -690) 30 49.1$ 1, ygr'O. 2$ 25 Truck Drivers Transit Mixer 10 4q. gs (3 g, to Schedule A - Regular Hours q2Z , Lin too SCHEDULE B - OVERTIME HOURS Estimated Item # Trade Occupation OT Hours Rate Total 26 Foreman 40 lb . 22. g $, k;o 27 Cement Masons Journey Level 20 ci1.35 f.gb 1:911. vb 28 Fence Erectors Fence Erector 5 q4. t9 le .9'7 29 Flaggers Journey Level 50 59 . qp 2.910, $D 30 Laborers General Laborer 75 LOC). 15- 4 S l 1 . 2s- 31 Laborers Asphalt Raker 25 tpb.15' !iS#D3•l6 32 Laborers Concrete Crewman 20 40. as' 1 94 , Ob 33 Laborers Guard Rail 5 '`74,Z6 3 i 1, Z 5 34 Laborers Pipelayer 15 ; ., ,' a 1 Sb . 35 Laborers Traffic Control Supervisor 5 ,1 . , b SD ` , bb 36 Power Equipment Operators Blade(finish & bluetop) 20 `7.5.22.. 1 Lib li. 37 Power Equipment Operators H.D. Mechanic 5 1t22. 35I. t2 38 Power Equipment Operators Paving Machine 20 1 ' 4 S. Alp 39 Power Equipment Operators Rollerman 40 107. AN ,Z'j Wil .17. 40 Power Equipment Operators Screed Operator 20 ,`7, LI 1 si4 vets, 41 Power Equipment Operators Power Broom Backhoes & Hoe Ram Vector Guzzler, Super Sucker 10 © 5 PBCNIIIMICVII to .q g`$, pj) Z31. 0,137) 42 Power Equipment Operators 43 Power Equipment Operators 44 Power Equipment Operators Roto Mill 5 q9. Cib l•{ 15i , op 45 Power Equipment Operators Posthole Auger or Punch 5 /.2.0 g . CD 46 Power Equipment Operators Backhoe (45,000 GW & under) Dump Truck (E. WA -690) 30 5 (ter%. jj 2.52, 2, 023.2. "t g I2, . 5/ 47 Truck Drivers 48 Truck Drivers Dump Truck & Trailer (E. WA -690) Other Trucks (E. WA -690) Transit Mixer 111111111111MEIMEM Schedule 40FgEn 10 B - Overtime FM Hours 0.14b 33, 14Z1. 67 49 Truck Drivers 50 Truck Drivers SCHEDULE C - EQUIPMENT HOURS Item # Equipment Type Unit Type Quantity Hourly Rate Total 51 1Ton Truck Hour 600 14.5$' 1 I17?JD.QD 52 1 Ton/Trailer Hour 25 g, Ob /fib 1. 25. 53 1/2 Ton Truck Hour 150 Leib )I DaS. (}D 54 160 Blade Hour 250 '7pi,76 1 g, Ms -b. 55 3 Axle Tilt Trailer Hour 75 S 1 v o5 s2 2.48,l'7 56 5th Wheel/Lowboy Hour 125 9_5.1s- t 111(0'43.1$ 57 Arrowboard Day 50 La 2� 311 102 .51, 58 Asphalt Saw Hour 25 21.8 y (p X25 59 Backhoe Hour 25 /44 vim 1 1 SD , CD 60 Broce Broom Hour 150 '79. rj r 114)1. Sb 61 Chop Saw Hour 20 2.30 H 1,,. Ob 62 Crack/Joint Sealer Hour 250 IA, b 1 1101 111. n 63 DD -110 Roller or Equivalent Hour 50 '71,75 5r1Si. Sb 64 OD -34 Roller or Equivalent Hour 300 3j'1.q6.-*. 111 3Ss, + 65 End Dump Truck Hour 400 (p2.10 Zii1334iC . cb 66 End Dump/Pup Hour 200 e1. los' )6 asp. OD 67 Grade Roller Hour 35 141. 15' 1' toSb .Z5' 68 Hoe Pack Hour 20 44. 1p -M . b6 69 6ingJack Wacker Hour 30 .So ,i,13D 70 Nuclear Densometer Hour 150 g.7s S(p'Z .s -D 71 Paver Hour 150 1118.25 2b,131.9) 72 Plate Wacker Hour 10 .30 3 , CD 73 Skippy Hour 200 142.S6-' 216 b . jty 74 Super Dump Hour 450 79.3e 36,101, 5b 75 Traffic Control Vehicle Hour 400 17.25 (p . OD 76 Variable Message Sign Day 40 2bj.25 19bb eg,bsp, 6D 77 Water Truck - LG Hour 200 51,7,0 i 1, C1ipp , lav 78 Water Truck - SM Hour 200 gulp 9t� tP0� Schedule C- Equipment Hours �,1 . if 2.4 a SCHEDULE D - MATERIALS Unit Prices include materials only. Labor and Equipment will be paid separately. Item # Material Type Unit Type Quantity Unit Price Total 79 HMA 3/8" PG 64-28 50 Gyro Ton 500 101,41 3b:163. 10 45 80 HMA 1/2" PG 64-28 50 Gyro Ton 3500 58.10 2b3, 356, .fib 81 HMA 1/2" PG 70-28 75 Gyro Ton 1200 Sjo .82, L 2,1 go ,tto 82 HMA 1/2" PG 70-28100 Gyro Ton 500 61. 22 21, l4b , tr 83 CRUSHED SURFACING TOP COURSE Ton 1500 G.25— 117`rj.1n) 84 CRUSHED SURFACING BASE COURSE Ton 200 6.26 )1 bS, t)b 85 GRAVEL BACKFILL FOR DRYWELLS Ton 700 tj,,25' %^','al s'.iJb 86 TACK OIL Galion EA 1500 7 2 .432 431,24 t4 01,x.., sb p 3i 012. �' 1 87 PRECAST CONCRETE DRYWELL TYPE A 88 PRECAST CONCRETE DRYWELL TYPE B CATCH BASIN TYPE 1 EA EA EA EA EA 7 5 5 3 3 7s5,iz ZZ2 , 5;f 1251.25 141.419 UV. Zg 5s a g?, s 1 t 12,. iv9 10 ,2.210 .2s-* f li 134 . gi r,54S, C LI 89 90 CATCH BASIN TYPE 2 91 TYPE 1 INLET 92 GRATE INLET TYPE 2, WSDOT Schedule D - Materials Stop, 1424. '(o SCHEDULE SCHEDULE SCHEDULE C SCHEDULE D TOTAL SCHEDULE A -D A Intl 143 t. bo S31421.0/ ?'It, J4211 Jog 344 w 24.86 11bb% "T)Z.Z1 POEASPH-01 CASHBY AC , �, CERTIFICATEOF LIABILITY INSURANCE DATE (MM/DD/YYYY) 11/10/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 Stonebraker McQuary 616 5th St. PO Box 9 Clarkston, WA 99403 CONTACTNAME: PHONE 509 758-5529 10 No. Ext): (509) FAX No): (509) 758-5311 E IL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Phoenix Insurance Company 25623 INSURED Poe Asphalt Paving, Inc. PO Box 449 Lewiston, ID 83501 INSURER B : The Charter Oak Fire Ins Co 25615 INSURER C : Travelers Property Casualty Insurance Company 36161 INSURER D : Idaho State Insurance Fund 37129 INSURER E : Ohio Casualty Ins Co 24074 INSURER F : • aU V CITNV CO vin , Al .vn . ,_ Am.......,.... s. - -- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. (LTR TYPE OF INSURANCE ADDL NSD SWVD POLICY NUMBER EFF (UBR MMIDD ) (CY MM/D /D/YY YYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X DTC01537P996PHX14 11/01/2014 11/01/2015 EACH OCCURRENCE $ 1,000,000 DAMAGETORENTED PREMISES {Ea occurrence) $ 300,000 CLAIMS -MADE X OCCUR MED EXP (Anyone person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'LAGGREGATE POLICY OTHER: X LIMIT APPLIES PROT- JEC PER: LOC PRODUCTS-COMP/OPAGG $ 2,000,000 $ B AUTOMOBILE X X LIABILITY ANY AUTO ALL OVVNED AUTOS HIRED AUTOS X SCHEDULED AUTOS NON -OWNED AUTOS DT8101537P996C0F14 11/01/2014 11/01/2015 SINGLE LIMIT CO eBI dEDtj $ 1,000,000 BODILYINJURY(Perperson) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE DTSMCUP1537P996TIL14 11/01/2014 11/01/2015 EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 $ DED X RETENTION $ 10,000 D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY500,000 ANY PROPRIETOR/PARTNER/EXECUTIVE Y OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below / N N /A 578551 10/01/2014 10/01/2015 X PTATUTE OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT $ 500,000 E Equipment Floater BM01555811380 11/01/2014 11/01/2015 Leased Hired Rented DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Rerrerks Schedule, may be attached if more space is required) This Certificate of Insurance neither affirmatively nor negatively amends, extends, nor alters the coverage afforded by the policy or policies numbered in this certificate. The City of Spokane Valley is additional insured on general liability as respects the 2015 Street & Stormwater Maintenance project. Insurance is Primary and NonContributory. CERTIFICATE HOLDER CANCELLA City of Spokane Valley 11707 E Sprague Ave Ste 103 (Spokane Valley, WA 99206 ACORD 25 (2014/01) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD BOND NO:. 106142027 CONTRACTOR'S PAYMENT BOND. (NON -FEDERALLY FUNDED PROJECT) to City. of Spokane Valley, Washington The City of Spokane Valley, Washington, in' Spokane. County, has awarded ko Poe Asphalt Paving Inc. (Contractor): as Principal, a:contract for the construction of"the;pi`oject designated as 2015 Street and Storrnwater Maintenance and Repair, Project No. 14-048 in Spokane Valley; VYashington, and said Principal is required under the terms of the Contract to furnish payment botidin accordance' with Chapter 39,0a ReViseti Code of Washington (RCW), The Principal, andT-•.. .. a (Surety); a corporation organized under the laws, of Connecticut and licensed to do business in the:State of Washington as surety and named_ in the curtent.list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Star lilxreau of Accounts: U.S- Treasury Dept., are jolj1tly and severally held and firmly bound to the City of Spokane Valley, as Obligee, in the sum. of 51,366,663 total Contract amount (including Washington State sales tax); subject to the provisions herein. This payment bond shall become null and void, if and .vrhen.the Principal, its heirs, executors, administrators, successors, or assigns shall pay all persons in accordance with chapters 39:08 and 39.12 ROW, including all workers, laborers, mechanics, subcontractors, and materiahnen, and alt persons who. shall supply: such contractor or subcontractor with provisions and supplies for the carrying on of sued work; and shall indemnify and hold harmless the Obligee from all loss, cost or damage. which Obligee may suffer by reason of the failure of Principal to make such required payments; and if such payment obligations have not been fulfilled, tins bond shall remain in full :force and effect. The Surety for vaiue.teceived agrees that do change, extension of time, alteration or addition to the terms oftlte Contract, the specifications accompany* the Contzact, or'to'the work to be performed under theContract shall in, any way affect its. obligation onthis bond, except as. provided hereri, and waives notice of any obattge, extension of time, alteration or addition to the teras of the Contract or the workperforined The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety nn this bond and notice to. Surety lr not;required for such increased obligation. This bond uaay be executed h two original counterparts, and shall be signed by the parties' duly authorized officers. This bond will only he accepted if it is accompanied b\+ a fully executed and original power of attorney for the officer executing on behalf of the surety, DIVISION MANN FR Title SUrtETY Trave �rs Casualty an. Surety Company of America }date \"� Surety Signature rher/I Ashby Printed Name Attorney In Fact Title Name; addtess,,and telephone of:loeal ratelagenz of Surety Company is: Stonebraker McQuary Agency ! 509-758-5529 PO Box 9 Clarkston WA 99403 TRAVELERS J WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Attorney -In Fact No. 227798 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 005960119 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Cheryl Ashby, Della J. Allen, James M. Hewitt, Karol J. McBride, Lisa Smith, Vonda Hall, Robert E. Keller, Sharon Slaybaugh, Roland Thomason, Don McQuary, and Lesha Lehmitz of the City of Clarkston , State of Washington , their true and lawful Attorne s -in-Fact, YO each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their,,kusiness of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Comp2014have caused this instrwrfentto be signed and Juneday of State of Connecticut City of Hartford ss. en corporate seals to be hereto affixed, this 25th Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company By: 401 Robert L. Raney, enior Vice President On this the 25th day of June 2014 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016. 58440-8-12 Printed in U.S.A. \_CtAiAi C, Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 00ND NO_ 106142027 CONTI ACTOR'S PERFORMANCE BON to City of Spokane Valley, Washington The City of Spokane Valley, Washington, itx Spokane County, has awarded to Poe Aapbalt Pavit* Inc. (Contractor); as Principal, a eotttraet for the construction of the, project:: designated as,2O15,Street and Stormwater Maintenance and Repair Project.Nv.14-04s lit Spokane Valley, W,aslw gtoxy aid said Principal is required under the terms of the Contract to fundsha performance bond, in accordance with &Weir 39:0$ Revised Code of Washington (RCW). The Principal, and Travelers Casualty and Surety Company of America (Surety), a corporation, orgat.lzed under the laws of Connecticut and licensed.to do business in the State of Washington as surety and named in the current list of "Surety Coiupanies Acceptable in Federal Bonds"as published in the Federal Register by the Audit StatTBtu eau of Accounts, U.S. Treasury D.kpt.; are jointly and severally hold and firmly bound to the City of Spokane Valley, as Obligee, inthe stuff of $1466;661 total Couc act amount (including Washington. Stela. salts tax), subject to the provisions herein. This perfgrznance bond Shall beeoitie null and void, if and'when the Principal: its heirs, executors, administrators., successors, ok assigns 04) Well and faithfully perform all ofthc. Principal's obligations under. the Contract: and fullxll all. the terms and conditions of all duly authorized rodiBcatiious, itxont; and changes to said Contract that may hereafter be made, at the tine and irk the-iatmar therein specified; shall i airanty the work es provided in:the Contract and shall indemnify and hold harmless the: Obligee from any defects in the wort mansbip andmaterials incorporated into the work for the period identified in the Contract; and i 'such l crfo rano obligatiphs have not been fulfilled; this bend shall remain in full fovea and effect. The Surety for value receiV ed agrees that no change, extension of time, alteration or addition to the terns of the Contract; the. specification's acooinpanving the Contract, or: Lathe Work:' to be performed under the Contract shall in any way affect its obligation on this bond,:and waives notice of any Change, extension of time, alteration. or addition to the terms of the Contract or the work performed, The Surety agrees that a-1aodiftcations and changes to the terms and conditions of the Contract that. ixrcremethe total amount to be paid the Principal sl}a{l automatically' increase the obligation of the Surety on this bend and notice to Surety is not required for such: increaSed`,obligation. This bond n*ay be executed in two original cow tezparts, and aliall be signed by the parties' duly authorized of£ccxs. This bond will only be accepted if it is actompanicd by a fully executed and original power of attorney for the officer executing on behalf of lite surety Milted Nacre DIVISION 4G_' Title SU->tTY Travelers Casualty and Surety Company of America Surety Signer,- e6 " Date Cheryl Ashby Printed Name Attorney In Fact Title Name, address, and telephone oflocal office/agenit of Surety Company is;. StnnehrAker;MeQuaryAgenry 5(I,9-711-5579 PO gnv 9, cyartnn, INA .9403 Ke Ncie 4.1 TRAVELERS WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Attorney -In Fact No. 227798 Certificate No. 005960118 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Cheryl Ashby, Della J. Allen, James M. Hewitt, Karol J. McBride, Lisa Smith, Vonda Hall, Robert E. Keller, Sharon Slaybaugh, Roland Thomason, Don McQuary, and Lesha Lehmitz of the City of Clarkston , State of Washington , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their, .business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted" in any actions or ptoceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this inshurrlent to be signed' and their` corpaffixed, orate seals to be hereto axed, this 25th day of June 2014 State of Connecticut City of Hartford ss. Farmington Casualty Cpnipany Fidelity and Guaranty Insuranlce: Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company By: Robert L. Raney, enior Vice President On this the 25th day of June 2014 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016. 58440-8-12 Printed in U.S.A. \.(kiith Marie C. Tetreault, Notary Public WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER SV Public Works 1LI POEASPH-01 DALLEN "-'• `-371.111 L i LU1b CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 5/12/2016 THIS ( �pp � CERTIFICATEDIO MATIVELY OR ! NEGATIVELY TAMENDEXTEND OR ALTER RIGHTS CERTIFICATE THE COVERGE AFFORDED BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. BY THE POLICIES AUTHORIZED IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) 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 Stonebraker McQuary 616 5th St. PO Box 9 Clarkston, WA 99403 CONTACT PHONE (, Ext): (509) 758-5529 rat, (A/c, No): (509) 758-5311 E-MAIL ADDRESS: CustomerService@stonebrakermcquary.com LIMITS INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : The Travelers Indemnity Co 25658 INSURED - BNSF Railway Co 5324 E Trent Spokane, WA 99212 r+A\IGn A a•.,c- ..�. _ - __ - "- -_ __ —_ INSURER B INSURER C : EACH INSURER D : INSURER E INSURER F : • -----' ----- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE INDICATED. NOTWITHSTANDING ANY REQUIREMENT, CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS INSR RGY IJIu1V IVuivioem: LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/Y1'YY) POLICY EXP (MM/DD/YYYY) LIMITS A COMMERCIAL GENERAL LIABILITY EACH 2,000,000 OCCURRENCE $ CLAIMS -MADE OCCUR SPS4G464313IND 05/12/2016 05/12/2017 DAMAGE RENTED X RR Protective PREMISES (TO Ea occurrence) $ Liab MED EXP (Any one person) PERSONAL & ADV INJURY $ GE 'L AGGREGATE LIMIT APPLIES PRO- PER: GENERAL AGGREGATE $ $ 6,000,000 POLICY JECT LOC PRODUCTS - COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ ANY AUTO ALL OWNED SCHEDULED BODILY INJURY (Per person) $ AUTOS _ AUTOS NON -OWNED BODILY INJURY (Per accident) $ HIRED AUTOS AUTOS PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ DED RETENTON$ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/ N PER STATUTE OTH- ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N / A E.L. EACH ACCIDENT $ (Mandatory in NH) If yes, describe under E.L. DISEASE - EA EMPLOYEE $ DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Evidence of insurance as respects the Evergreen Road l University Road project. LI, \..,") r^correinArr ui.r r.Gr. CANCELLATION BNSF Railway Co 5324 E Trent (Spokane, WA 99212 ACORD 25 (2014/01) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POEASPH-01DALLEN DATE (MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 11/2/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER NAME: Stonebraker McQuary PHONEFAX (509) 758-5529(509) 758-5311 (A/C, No, Ext):(A/C, No): 616 5th St. E-MAIL CustomerService@stonebrakermcquary.com PO Box 9 ADDRESS: Clarkston, WA 99403 INSURER(S) AFFORDING COVERAGENAIC # Phoenix Insurance Company25623 INSURER A : The Charter Oak Fire Ins Co25615 INSURED INSURER B : Travelers Property Casualty Insurance Company 36161 Poe Asphalt Paving, Inc. INSURER C : PO Box 449 Idaho State Insurance Fund37129 INSURER D : Lewiston, ID 83501 INSURER E : INSURER F : COVERAGESCERTIFICATE NUMBER:REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFPOLICY EXP INSRADDLSUBR TYPE OF INSURANCEPOLICY NUMBERLIMITS (MM/DD/YYYY)(MM/DD/YYYY) LTRINSDWVD A 1,000,000 X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE$ 300,000 DAMAGE TO RENTED X DTCO1537P996PHX1611/01/201611/01/2017 CLAIMS-MADEOCCUR X $ PREMISES (Ea occurrence) 10,000 MED EXP (Any one person)$ 1,000,000 PERSONAL & ADV INJURY$ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE$ 2,000,000 X PRO- POLICYLOC PRODUCTS - COMP/OP AGG$ JECT Stop Gap Liab1,000,000 OTHER:$ B 1,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY $ (Ea accident) X DT8101637P996COF1611/01/201611/01/2017 ANY AUTO BODILY INJURY (Per person)$ OWNEDSCHEDULED AUTOS ONLYAUTOSBODILY INJURY (Per accident)$ PROPERTY DAMAGE XX HIREDNON-OWNED (Per accident)$ AUTOS ONLYAUTOS ONLY $ C 4,000,000 X UMBRELLA LIAB OCCUR EACH OCCURRENCE$ DTSMCUP1537P996TIL1611/01/201611/01/2017 4,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE$ 10,000 X DEDRETENTION$ $ D PEROTH- WORKERS COMPENSATION STATUTEER AND EMPLOYERS' LIABILITY Y / N 57855110/01/201610/01/2017 500,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT$ N / A OFFICER/MEMBER EXCLUDED? 500,000 (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE$ If yes, describe under 500,000 DESCRIPTION OF OPERATIONS belowE.L. DISEASE - POLICY LIMIT$ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) This Certificate of Insurance neither affirmatively nor negatively amends, extends, nor alters the coverage afforded by the policy or policies numbered in this certificate. The City of Spokane Valley is additional insured on general liability as respects the 2016 Street & Stormwater Maintenance project. Insurance is Primary and NonContributory. CERTIFICATE HOLDERCANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE City of Spokane Valley 11707 E Sprague Ave Ste 103 Spokane Valley, WA 99206 ACORD 25 (2016/03)© 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD I LI 1222 BTAT�c :IIF oy - l''14Z 1899 t' STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES PO Box 44274 Olympia, Washington 98504-4274 June 23, 2017 SPOKANE VALLEY, CITY OF 11707 EAST SPRAGUE AVE STE 106 SPOKANE VALLEY WA 99206 - — - -- - - - - - - __ _ _ - - 0 CERTIFICATE TO RELEASE L&I'S HOLD ON RETAINAGE 0 0 The Washington State Department of Labor& Industries is granting approval to release our hold on the w retained amount for 2016 STREET AND STORMWATER MAINTENANCE AND REPAIR 0 SVPW, Contract 14-223.01,to the following contractor: O g POE ASPHALT PAVING INC 191,377-00 409 018 683 0 0 0 0 We have determined that all workers' compensation premiums, increases, and penalties for this contractor have been paid in full or are readily collectible without recourse to the retained funds,per chapter 60.28 RCW. The contractor may still be liable for payment if we later determine they owe additional premiums related to this contract or other activities. Before final payment can be made to the contractor, you will also need to receive releases from the Departments of Revenue and Employment Security Department in addition to ensuring: • All liens against retainage have been satisfied • All Affidavit of WagesPaid forms have been filed -Thank you, - T - - ------ Tara Omoru Contract Release Specialist (360)902-4776 BRTV235@LNI.WA.GOV cc: POE ASPHALT PAVING INC BOX 449 LEWISTON ID 83501 Page 2 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES PO Box 44274 Olympia WA 98504-4274 SPOKANE VALLEY, CITY OF 11707 EAST SPRAGUE AVE STE 106 SPOKANE VALLEY WA 99206 w - � 0 0 w 0 0 0 w coco 0 0 0 0 0 0 0 0 0 a+'ca+ cn _ _ __ Page 1 POEASPH-01DALLEN DATE (MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 10/09/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER NAME: Stonebraker McQuary PHONEFAX (509) 758-5529(509) 758-5311 (A/C, No, Ext):(A/C, No): 616 5th St. E-MAIL CustomerService@stonebrakermcquary.com PO Box 9 ADDRESS: Clarkston, WA 99403 INSURER(S) AFFORDING COVERAGENAIC # Phoenix Insurance Company25623 INSURER A : Travelers Property Casualty Insurance Company 36161 INSURED INSURER B : Idaho State Insurance Fund37129 Poe Asphalt Paving, Inc. INSURER C : PO Box 449 INSURER D : Lewiston, ID 83501 INSURER E : INSURER F : COVERAGESCERTIFICATE NUMBER:REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFPOLICY EXP INSRADDLSUBR TYPE OF INSURANCEPOLICY NUMBERLIMITS (MM/DD/YYYY)(MM/DD/YYYY) LTRINSDWVD A 1,000,000 X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE$ 300,000 DAMAGE TO RENTED X DT-CO-1537P996-PHX-1811/01/201811/01/2019 CLAIMS-MADEOCCUR X $ PREMISES (Ea occurrence) 10,000 MED EXP (Any one person)$ 1,000,000 PERSONAL & ADV INJURY$ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE$ 2,000,000 X PRO- POLICYLOC PRODUCTS - COMP/OP AGG$ JECT WA Stop Gap1,000,000 OTHER:$ A 1,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY $ (Ea accident) X DT-810-1537P996-PHX-1811/01/201811/01/2019 ANY AUTO BODILY INJURY (Per person)$ OWNEDSCHEDULED AUTOS ONLYAUTOSBODILY INJURY (Per accident)$ PROPERTY DAMAGE XX HIREDNON-OWNED (Per accident)$ AUTOS ONLYAUTOS ONLY $ B 4,000,000 X UMBRELLA LIAB OCCUR EACH OCCURRENCE$ CUP-7H492823-18-2611/01/201811/01/2019 4,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE$ 10,000 X DEDRETENTION$ $ C PEROTH- X WORKERS COMPENSATION STATUTEER AND EMPLOYERS' LIABILITY Y / N 57855110/01/201810/01/2019 500,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT$ N / A OFFICER/MEMBER EXCLUDED? 500,000 (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE$ If yes, describe under 500,000 DESCRIPTION OF OPERATIONS belowE.L. DISEASE - POLICY LIMIT$ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) This Certificate of Insurance neither affirmatively nor negatively amends, extends, nor alters the coverage afforded by the policy or policies numbered in this certificate. The City of Spokane Valley is additional insured on general liability as respects the 2018 Street & Stormwater Maintenance project. Insurance is Primary and NonContributory. CERTIFICATE HOLDERCANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE City of Spokane Valley 11707 E Sprague Ave Ste 103 Spokane Valley, WA 99206 ACORD 25 (2016/03)© 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD