+ All Categories
Home > Documents > CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The...

CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The...

Date post: 19-Jul-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
464
CITY OF SOAP LAKE GRANT COUNTY WASHINGTON CONTRACT PROVISIONS for GINKGO STREET AND FEMA REPAIRS CFDA NO.: 10.760 TIB NO.: 6-E-865(004)-1 STATE NO.: D17-141 FEMA NO.: 025-65345-00 G&O #18061 JULY 2019
Transcript
Page 1: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

CITY OF SOAP LAKE GRANT COUNTY WASHINGTON

CONTRACT PROVISIONS

for

GINKGO STREET AND FEMA REPAIRS

CFDA NO.: 10.760 TIB NO.: 6-E-865(004)-1

STATE NO.: D17-141 FEMA NO.: 025-65345-00

G&O #18061 JULY 2019

Page 2: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

CITY OF SOAP LAKE GRANT COUNTY WASHINGTON

CONTRACT PROVISIONS

for

GINKGO STREET AND FEMA REPAIRS

G&O #18061 JULY 2019

Page 3: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

CB-1

CALL FOR PROPOSALS

CITY OF SOAP LAKE

GINKGO STREET AND FEMA REPAIRS

Sealed Proposals will be received by the undersigned at the City of Soap Lake, City Hall, 239 Second Avenue SE, Soap Lake, Washington 98851 up to 10:00 AM; local time on August 7, 2019, for furnishing the necessary labor, materials, equipment, tools, and guarantees thereof to construct the Ginkgo Street and FEMA Repairs project. This Contract provides for three (3) schedules of work, all in accordance with the attached Contract Plans, these Special Provisions, and the Standard Specifications: SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including but not limited to pulverizing the existing pavement, excavation, grading, subgrade preparation, driveway entrances, cement treated base, hot mix asphalt pavement, pavement marking, miscellaneous surface restoration, traffic control and all other appurtenances required to complete the work. SCHEDULE A: GROUP 2: GINKGO STREET SIDEWALK IMPROVEMENTS (TIB NO. 6-E-865(004)-1) The construction of the overlay of approximately 1,900 lineal feet of sidewalk along Ginkgo Street, including but not limited to excavation, grading, subgrade preparation, storm drainage improvements, cement concrete curb, gutters, curb ramps, sidewalks, gravel parking, miscellaneous surface restoration, traffic control and all other appurtenances required to complete the work. SCHEDULE B: GROUP 1: EVERGREEN STREET & HEMLOCK STREET ROADWAY REPAIRS (FEMA NO. 025-65345-00) The construction of the overlay of approximately 600 lineal feet of Evergreen Street and 600 lineal feet of Hemlock Street, including but not limited to pulverizing the existing pavement, excavation, grading, subgrade preparation, storm drainage improvements, cement concrete curb, gutters, curb ramps, sidewalks, driveway entrances, cement treated base, hot mix asphalt pavement, pavement marking, miscellaneous surface restoration, traffic control and all other appurtenances required to complete the work. SCHEDULE B: GROUP 2: FEMA STREET REPAIRS (FEMA NO. 025-65345-00) The construction of the repair of pavement and subgrade in multiple locations throughout the City, including, but not limited to, excavation, grading, subgrade preparation, crushed surfacing aggregate courses, hot mix asphalt pavement, traffic control, and all other work required to complete the work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications.

Page 4: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

CB-2

SCHEDULE C: WATER MAIN IMPROVEMENTS (CFDA NO. 10.760) The replacement of approximately 650 lineal feet of 8-inch water main along Ginkgo Street, 1,140 lineal feet of 8-inch water main along Evergreen Street, and 650 lineal feet of 8-inch water main along Dogwood Street including valves, fittings, thrust blocks, meters, service piping and all other appurtenances required to complete the work. The Work shall be substantially complete within 65 working days after the commencement date stated in the Notice to Proceed. All bidding and construction is to be performed in compliance with the Contract Documents for this project and any addenda issued thereto that are on file at the office of the City of Soap Lake, City Hall, 239 Second Avenue SE, Soap Lake, Washington 98851. The Proposals will be publicly opened and read aloud shortly after the time and date stated above. Proposals are to be submitted only on the form provided with the Bid Documents. All Proposals must be accompanied by a certified check, money order, or proposal bond payable to the “City of Soap Lake” and in an amount of not less than five percent (5%) of the total proposal amount. Bid Documents for this project are available free-of-charge at the following website: http://gobids.grayandosborne.com. Bidders are encouraged to register in order to receive automatic email notification of future addenda and to be placed on the Planholders List. For assistance, please call (509) 453-4833. Contract questions shall be directed only to the office of the Project Engineer. Schedule C: Water Main Improvements is subject to Section 746 of Title VII of the Consolidated Appropriations Act of 2017 (Division A - Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2017) and subsequent statutes mandating domestic preference applies an American Iron and Steel requirement to Schedule C of this project. All listed iron and steel products used in this project must be produced in the United States. The term "iron and steel products" means the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. The deminimis and minor components waiver apply to this contract. Financing for the Project has been provided by the United States Department of Agriculture Rural Development, Federal Emergency Management Agency (FEMA), the State Emergency Management Division, Washington State Transportation Improvement Board, and the City of Soap Lake. The City of Soap Lake expressly reserves the right to reject any or all proposals and to waive minor irregularities or informalities and to award the project to the lowest responsive, responsible Bidder as best services the interests of the Contracting Agency. The basis of award shall be the combined total of all project schedules as available funding allows and as it best serves the interest of the Contracting Agency.

(Signed) NIC TIJERINA CITY ADMINISTRATOR

Page 5: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

TC-1

CONTRACT PROVISIONS

TABLE OF CONTENTS

CITY OF SOAP LAKE

GINKGO STREET AND FEMA REPAIRS

PAGE NO.

CALL FOR BIDS PART 1. BID DOCUMENTS

BIDDER’S CHECKLIST ........................................................................... BC-1 PROPOSAL ....................................................................................... P-1 – P-13 PROPOSAL BOND .................................................................................... PB-1 COMPLIANCE STATEMENT CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS CERTIFICATION FOR CONTRACTS, GRANTS AND LOANS

PART 2. AGREEMENT AND BONDS

AGREEMENT .................................................................................. A-1 – A-12 WASHINGTON PERFORMANCE BOND .............................. PRB-1 – PRB-3 WASHINGTON PAYMENT BOND ....................................... PYB-1 – PYB-3

PART 3. SPECIAL PROVISIONS

DIVISION 1 – GENERAL REQUIREMENTS ..............................1-1 TO 1-82 DIVISION 2 – EARTHWORK .......................................................2-1 TO 2-16 DIVISION 3 – AGGREGATE PRODUCTION AND

ACCEPTANCE .................................................................... 3-1 DIVISION 4 – BASES ......................................................................4-1 TO 4-2 DIVISION 5 – SURFACE TREATMENTS AND

PAVEMENTS ........................................................5-1 TO 5-35 DIVISION 7 – DRAINAGE STRUCTURES, STORM SEWERS,

SANITARY SEWERS, WATER MAINS, AND CONDUITS ............................................................7-1 TO 7-28

DIVISION 8 – MISCELLANEOUS CONSTRUCTION ...............8-1 TO 8-16 DIVISION 9 – MATERIALS ...........................................................9-1 TO 9-2

Page 6: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

TC-2

PART 4. AMENDMENTS TO THE STANDARD SPECIFICATIONS PART 5. WAGE RATES PART 6. STATE AND FEDERAL LAWS TO BE OBSERVED PART 7. APPENDIX

Appendix A – Property Release Appendix B – Funding Agency Forms Appendix C – Plan and Procedures for the Unanticipated Discovery of

Cultural Resources and Human Skeletal Remains Appendix D – Supplemental Bidder Responsibility Criteria

Page 7: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

PART 1

BID DOCUMENTS

Page 8: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Kenison Boiler, September 12, 2017) BC-1

BIDDER’S CHECKLIST

1. REQUIRED FORMS

The Bidder shall submit the following forms, which must be executed in full and submitted with the Proposal.

a. Proposal (including Statement of Bidder’s Qualifications) (Pages P-1 – P-13) b. Bid Deposit or Proposal Bond (B-1) c. Total cost must be shown in both written words and figures d. If Proposal amount exceeds $10,000, signed Compliance Statement (RD 400-6).

Refer to specific equal opportunity requirements set forth in the Contract Documents

e. If Proposal amount exceeds $25,000, signed Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transactions (AD-1048)

f. If Proposal amount exceeds $100,000, signed RD Instruction 1940-Q, Exhibit A-1, Certification for Contracts, Grants, and Loans

2. AGREEMENT FORMS

The following forms (a., b., c. and e. through k.) are to be executed and the following Certificate of Insurance (d.) is to be provided after the Contract is awarded and prior to Notice to Proceed.

a. Agreement (Pages A-1 – A-12) b. Washington Performance Bond (Pages PRB-1 – PRB-3) c. Washington Payment Bond (Pages PYB-1 – PYB-3) d. Certificate of Insurance

Form to be furnished by Contractor’s insurance company. Forty-five (45)

day cancellation notice by certified mail and hold harmless statement required. A copy of the endorsement naming the City, its officials, employees and Engineer as additional insureds must be attached to the Certificate of Insurance.

e. Indemnity Agreement f. Declaration for Option for Management of Statutory Retained Percentage g. Statement of Intent to pay Prevailing Wages h. Evidence that a City Business License has been obtained (or applied for) i. Progress Schedule j. Itemized Schedule of Costs k. List of Subcontractors

Page 9: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Kenison Boiler, September 12, 2017) BC-2

The following forms are to be executed in conjunction with the date of project acceptance: l. Affidavit of Wages Paid

Submitted by prime Contractor and all subcontractors m. Release of Liens n. As-Built Drawings

Page 10: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Kenison Boiler, September 12, 2017) P-1

GINKGO STREET AND FEMA REPAIRS

PROPOSAL City of Soap Lake 239 Second Avenue SE Soap Lake, Washington The undersigned has examined the Work site(s), local conditions, the Contract, and all applicable laws and regulations covering the Work. The following unit and lump sum prices are tendered as an offer to perform the Work in accordance with all of the requirements set forth in the Contract and all applicable laws and regulations. As required by the Contract, a postal money order, certified check, cashier’s check or Proposal bond made payable to the Contracting Agency is attached hereto. If this Proposal is accepted and the undersigned fail(s) or refuse(s) to enter into a contract and furnish the required performance bond, labor and material payment bond, special guarantee bonds (if required), required insurance and all other required documentation, the undersigned will forfeit to the Contracting Agency an amount equal to five percent of the Proposal amount. After the date and hour set for submitting the Proposals, no bidder may withdraw its Proposal, unless the Award of the contract is delayed for a period exceeding 60 consecutive calendar days. The undersigned agrees that in the event it is Awarded the contract for the Work, it shall employ only Contractors and Subcontractors that are duly licensed by the State of Washington and remain so at all times they are in any way involved with the Work. The undersigned agrees that the Contracting Agency reserves the right to reject any or all Proposals and to waive any minor irregularities and informalities in any Proposal. The undersigned agrees that the Contracting Agency reserves the right to Award the Contract to the lowest responsible, responsive bidder whose Proposal is in the best interest of the Contracting Agency.

Page 11: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Kenison Boiler, September 12, 2017) P-2

SCHEDULE A-1: GINKO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) NO. ITEM QUANTITY UNIT PRICE AMOUNT 1. Mobilization, Clean-up, and

Demobilization 1 LS $____________ $___________ 2. SPCC Plan 1 LS $____________ $___________ 3. Project Temporary Traffic Control 1 LS $____________ $___________ 4. Excavation, Embankment and

Grading, Incl. Haul 1,210 CY $____________ $___________ 5. Pulverize Existing Asphalt 9,900 SY $____________ $___________ 6. Cement Treated Base 4,510 SY $____________ $___________ 7. Cement for Cement Treated Base 110 TN $____________ $___________ 8. Commercial HMA, Cl. ½-In., PG

64H-28 540 TN $____________ $___________ 9. Commercial HMA, Cl. ½-In., for

Pre-leveling, PG 64H-28 270 TN $____________ $___________ 10. Commercial HMA Pavement

Repair, Type 1 100 SY $____________ $___________ 11. Cement Conc. Driveway Entrance 700 SY $____________ $___________ 12. Adjust Valve Box 2 EA $____________ $___________ 13. Erosion/Water Pollution Control 1 LS $____________ $___________ 14. Painted Crosswalk Line 1,490 SF $____________ $___________ 15. Painted Stop Line 90 LF $____________ $___________

Subtotal (Schedule A-1): .......................................................................$_____________________ Washington State Sales Tax (0%)*: ......................................................$ 0.00 TOTAL CONSTRUCTION COST (SCHEDULE A-1): .......................$_____________________ (Write the total construction cost amount in words) Note: A bid must be received on all items. If any unit prices or extensions are left blank, they will be entered

as $0.00. *Per Washington State Revenue Rule 171. See Special Provisions Section 1-07.2 and WAC 458-20-171

Page 12: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Kenison Boiler, September 12, 2017) P-3

SCHEDULE A-2: GINKO STREET SIDEWALK IMPROVEMENTS (TIB NO. 6-E-865(004)-1) NO. ITEM QUANTITY UNIT PRICE AMOUNT 1. Trench Excavation Safety Systems 1 LS $____________ $___________ 2. Excavation, Embankment and

Grading, Incl. Haul 390 CY $____________ $___________ 3. Crushed Surfacing Repair 2,600 SY $____________ $___________ 4. Landscaping Area, Type 1 1,320 SY $____________ $___________ 5. Landscaping Area, Type 2 200 SY $____________ $___________ 6. Topsoil and Grass Seed 220 SY $____________ $___________ 7. Controlled Density Fill 20 CY $____________ $___________ 8. Storm Sewer Pipe, 12-In. Diam. (Incl.

Bedding) 430 LF $____________ $___________ 9. Catch Basin, Type 1 19 EA $____________ $___________ 10. Concrete Inlet 1 EA $____________ $___________ 11. Precast Concrete Drywell, 48-In.

Diam. 9 EA $____________ $___________ 12. Cement Conc. Sidewalk 1,370 SY $____________ $___________ 13. Cement Conc. Curb Ramp 16 EA $____________ $___________ 14. Cement Conc. Traffic Curb and Gutter 730 LF $____________ $___________ 15. Cement Conc. Rolled Curb and Gutter 3,210 LF $____________ $___________ 16. Cement Conc. Pedestrian Curb 100 LF $____________ $___________ 17. Permanent Signing 1 LS $____________ $___________ Subtotal (Schedule A-2): .......................................................................$_____________________ Washington State Sales Tax (0%)*: ......................................................$ 0.00 TOTAL CONSTRUCTION COST (SCHEDULE A-2): .......................$_____________________ (Write the total construction cost amount in words) Note: A bid must be received on all items. If any unit prices or extensions are left blank, they will be entered

as $0.00.

Page 13: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Kenison Boiler, September 12, 2017) P-4

*Per Washington State Revenue Rule 171. See Special Provisions Section 1-07.2 and WAC 458-20-171

SCHEDULE B-1: EVERGREEN STREET & HEMLOCK STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) NO. ITEM QUANTITY UNIT PRICE AMOUNT 1. Mobilization, Clean-up, and

Demobilization 1 LS $____________ $___________ 2. SPCC Plan 1 LS $____________ $___________ 3. Project Temporary Traffic Control 1 LS $____________ $___________ 4. Erosion/Water Pollution Control 1 LS $____________ $___________ 5. Trench Excavation Safety Systems 1 LS $____________ $___________ 6. Excavation, Embankment and

Grading, Incl. Haul 650 CY $____________ $___________ 7. Pulverize Existing Asphalt 6,070 SY $____________ $___________ 8. Cement Treated Base 2,870 SY $____________ $___________ 9. Cement for Cement Treated Base 70 TN $____________ $___________ 10. Controlled Density Fill 10 CY $____________ $___________ 11. Commercial HMA, Cl. 1/2”, PG 64H-

28 340 TN $____________ $___________ 12. Commercial HMA, Cl. 1/2”, for Pre-

leveling, PG 64H-28 170 TN $____________ $___________ 13. Commercial HMA Pavement Repair,

Type 1 40 SY $____________ $___________ 14. Crushed Surfacing Repair 2,500 SY $____________ $___________ 15. Storm Sewer Pipe, 12 In. Diam. (Incl.

Bedding) 261 LF $____________ $___________ 16. Catch Basin, Type 1 13 EA $____________ $___________ 17. Concrete Inlet 1 EA $____________ $___________ 18. Precast Concrete Drywell, 48 In.

Diam. 6 EA $____________ $___________

Page 14: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Kenison Boiler, September 12, 2017) P-5

19. Cement Conc. Sidewalk 340 SY $____________ $___________ 20. Cement Conc. Driveway Entrance 610 SY $____________ $___________ 21. Cement Conc. Curb Ramp 9 EA $____________ $___________ 22. Cement Conc. Traffic Curb and Gutter 290 LF $____________ $___________ 23. Cement Conc. Rolled Curb and Gutter 2,340 LF $____________ $___________ 24. Cement Conc. Pedestrian Curb 30 LF $____________ $___________ 25. Painted Crosswalk Line 550 SF $____________ $___________ 26. Painted Stop Line 40 LF $____________ $___________ 27. Permanent Signing 1 LS $____________ $___________ Subtotal (Schedule B-1): ........................................................................$_____________________ Washington State Sales Tax (0%)*: ......................................................$ 0.00 TOTAL CONSTRUCTION COST (SCHEDULE B-1): .......................$_____________________ (Write the total construction cost amount in words) Note: A bid must be received on all items. If any unit prices or extensions are left blank, they will be entered

as $0.00. *Per Washington State Revenue Rule 171. See Special Provisions Section 1-07.2 and WAC 458-20-171 SCHEDULE B-2: FEMA STREET REPAIRS (FEMA NO. 025-65345-00) NO. ITEM QUANTITY UNIT PRICE AMOUNT 1. Mobilization, Cleanup, and

Demobilization 1 LS $____________ $___________ 2. Project Temporary Traffic Control 1 LS $____________ $___________ 3. Sawcutting 1,400 LF $____________ $___________ 4. Unsuitable Foundation Excavation,

Incl. Haul 25 CY $____________ $___________ 5. Commercial HMA Pavement Repair,

Type 1 4,980 SY $____________ $___________ 6. Adjust Valve Box 16 EA $____________ $___________

Page 15: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Kenison Boiler, September 12, 2017) P-6

7. Cast-In-Place Monument 3 EA $____________ $___________ Subtotal (Schedule B-2): ........................................................................$_____________________ Washington State Sales Tax (0%)*: ......................................................$ 0.00 TOTAL CONSTRUCTION COST (SCHEDULE B-2): .......................$_____________________ (Write the total construction cost amount in words) Note: A bid must be received on all items. If any unit prices or extensions are left blank, they will be entered

as $0.00. *Per Washington State Revenue Rule 171. See Special Provisions Section 1-07.2 and WAC 458-20-171 SCHEDULE C: WATER IMPROVEMENTS NO. ITEM QUANTITY UNIT PRICE AMOUNT 1. Mobilization, Cleanup, and

Demobilization 1 LS $____________ $__________ 2. Minor Changes 1 CALC $____________ $__________ 3. Trench Excavation Safety Systems 1 LS $____________ $__________ 4. Controlled Density Fill 20 CY $____________ $__________ 5. Foundation Material 80 CY $____________ $__________ 6. Bank Run Gravel for Trench Backfill 570 CY $____________ $__________ 7. Commercial HMA Pavement Repair,

Type 2 1,330 SY $____________ $__________ 8. Cement Conc. Sidewalk 170 SY $____________ $__________ 9. Cement Conc. Traffic Curb and Gutter 130 LF $____________ $__________ 10. Cast-In-Place Monument 2 EA $____________ $__________ 11. PVC Pipe for Water Main, 6-In. Diam.

(Incl. Bedding) 50 LF $____________ $__________ 12. PVC Pipe for Water Main, 8-In. Diam.

(Incl. Bedding) 2,480 LF $____________ $__________

Page 16: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Kenison Boiler, September 12, 2017) P-7

13. DI Pipe for Fire Hydrant, 6-In. Diam. (Incl. Bedding) 50 LF $____________ $__________

14. Water Main Fittings 1 LS $____________ $__________ 15. Additional Water Main Fittings 2,000 LB $____________ $__________ 16. Additional Concrete Thrust Blocks 30 CY $____________ $__________ 17. Gate Valve, 8-Inch 15 EA $____________ $__________ 18. Fire Hydrant Assembly 3 EA $____________ $__________ 19. Service Reconnection 26 EA $____________ $__________ 20. Service Connection, 3/4-In. Diam. 24 EA $____________ $__________ 21. Service Connection, 1-In. Diam. 3 EA $____________ $__________ 22. Service Pipe, 1-In. Diam. (Incl.

Bedding) 1,550 LF $____________ $__________ 23. Meter Box and Setter Replacement 18 EA $____________ $__________ 24. Connection to Existing Water Main 9 EA $____________ $__________ Subtotal (Schedule C): ...........................................................................$_____________________ Washington State Sales Tax (7.9%): .....................................................$_____________________ TOTAL CONSTRUCTION COST (SCHEDULE C): ..........................$_____________________ (Write the total construction cost amount in words) Note: A bid must be received on all items. If any unit prices or extensions are left blank, they will be entered

as $0.00.

Page 17: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Kenison Boiler, September 12, 2017) P-8

BID SUMMARY 1. TOTAL CONSTRUCTION COST

(Schedule A-1 forwarded from page P-2):......................... $_____________________

2. TOTAL CONSTRUCTION COST (Schedule A-2 forwarded from page P-3):......................... $_____________________

3. TOTAL CONSTRUCTION COST (Schedule B-1 forwarded from page P-5): ......................... $_____________________

4. TOTAL CONSTRUCTION COST (Schedule B-2 forwarded from page P-6): ......................... $_____________________

5. TOTAL CONSTRUCTION COST (Schedule C forwarded from page P-7): ............................ $_____________________

6. TOTAL CONSTRUCTION COST (ALL SCHEDULES) ......................................................... $_____________________

Page 18: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Kenison Boiler, September 12, 2017) P-9

STATEMENT OF BIDDER'S QUALIFICATIONS

Name of Firm: Address: Telephone No. Fax No. Contact Person for this Project: E-mail: Number of years the Contractor has been engaged in the construction business under the present firm name, as indicated above:

Gross dollar amount of work currently under contract: Gross dollar amount of contracts currently not completed: General character of work performed by firm: List of five major projects of a similar nature which have been completed by the Contractor within the last five years and the gross dollar amount of each project, together with the Contracting Agency's name and telephone number, and the Engineer’s name:

Project Name

Amount

Contracting Agency

Phone

Engineer’s Name

Page 19: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Kenison Boiler, September 12, 2017) P-10

List five major pieces of equipment which are anticipated to be used on this project by the Contractor and note which items are owned by the Contractor and which are to be leased or rented from others:

Bank Reference: How many general superintendents or other responsible employees in a supervisory position do you have at this time, and how long have they been with the firm?

Identify who will be the general superintendent and/or project superintendent on this project. Also, list the number of years each person identified has been with firm.

Have you changed bonding companies within the last three years? If so, why?

Have you ever been a party to a lawsuit or an arbitration proceeding in any way relating to a construction project? Identify the proceeding and parties and describe the claims asserted by all parties.

What was the disposition of the case? Do you have any outstanding payments due to the Department of Revenue? If yes, explain. Bidder agrees that the Contracting Agency shall have the right to obtain credit reports.

Yes No

Page 20: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Kenison Boiler, September 12, 2017) P-11

WORK TO BE COMPLETED BY BIDDER

List the Work and the dollar amount thereof that the Contractor will complete with its forces, if awarded the contract.

Work to be Performed Dollar Amount

PROPOSED SUBCONTRACTORS (Per RCW 39.30.060)

For Proposals exceeding one million dollars, indicate who (either the Contractor submitting this bid or a subcontractor) will be completing the work for each of the three categories listed below. Information shall include their Washington State Department of Licensing Contractor's Registration No. This information shall be provided with the Proposal or within one hour after the published Proposal submittal time in accordance with RCW 39.30.060.

Work to be Performed

Subcontractor or Prime (Name and Registration Number)

Heating, Ventilation and Air Conditioning

Plumbing

Electrical

Page 21: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Kenison Boiler, September 12, 2017) P-12

ADDENDA RECEIVED

Addendum No. Date Received Name of Recipient

NOTE: Bidder shall acknowledge receipt of all addenda. Bidder is responsible for verifying the actual number of addenda issued prior to submitting a Proposal.

Subject to any extensions of the Contract time granted under the Contract, the undersigned agrees to substantially complete the Work required under this Contract within 65 working days (the Substantial Completion Date) and to physically complete the Work required under this contract within 75 working days (the Physical Completion Date) from when Contract Time begins. The undersigned has reviewed and fully understands the provisions in the Contract regarding liquidated damages and agrees that liquidated damages shall be $500.00 per day for each and every working day beyond the Contract time allowed for substantial completion until the Substantial Completion Date is achieved and $1,000.00 for each and every working day required beyond the Contract Time for physical completion until the Physical Completion Date is achieved. The undersigned is, and will remain in, full compliance with all Washington State administrative agency requirements including, but not limited to registration requirements of Washington State Department of Labor & Industries for contractors, including but not limited to requirements for bond, proof of insurance and annual registration fee. The undersigned's Washington State: Dept. of Labor and Industries Workman's Compensation Account No. is ___________________; Dept. of Licensing Contractor's Registration No. is ______________________________; Unified Business Identifier Number is ________________________________; Excise Tax Registration Number is ______________________________; and Employment Security Account Number is _____________________________. The undersigned has reviewed all insurance requirements contained in the Contract and has verified the availability of and the undersigned’s eligibility for all required insurance. The undersigned verifies that the cost for all required insurance, has been included in this Proposal. In relation to claims related in whole or in part to workplace injuries to employees, the undersigned waives any immunity granted under the State Industrial Insurance Law, RCW Title 51. This waiver has been specially negotiated by the parties, which is acknowledged by the undersigned in signing this Proposal. By signing the proposal, the undersigned declares, under penalty of perjury under the laws of the United States and the State of Washington, that the following statements are true and correct:

Page 22: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Kenison Boiler, September 12, 2017) P-13

1. That the undersigned person(s) or entity(ies) 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. The bidder hereby certifies that, within the three-year period immediately

preceding the bid solicitation date (July 24, 2019), that the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction.

The undersigned agrees that the Contracting Agency is authorized to obtain information from all references included herein. Sincerely, Sign Name Date By: Print Name, Title Location Executed (City, State) Print Company Name Amount of Proposal deposit: $ Check No. , or Proposal bond in the amount of $ , issued through Name of Bank/Bonding Company located at Mailing Address

Telephone Number of Bank/Bonding Company

Page 23: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

PB-1

PROPOSAL BOND

KNOW ALL MEN BY THESE PRESENTS, That we

of as principal, and the a corporation duly organized under the laws of the state of , and authorized to do business in the State of Washington, as surety, are held and firmly bound unto the CITY OF SOAP LAKE in the full and penal sum of five percent of the total amount of the bid proposal of said principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents. The condition of this bond is such, that whereas the principal herein is herewith submitting his or its sealed proposal for the following construction project, to wit:

GINKGO STREET AND FEMA REPAIRS said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, If the said proposal bid by said principal be accepted, and the contract be awarded to said principal, and if said principal shall duly make and enter into and execute said Contract and shall furnish bond as required by the CITY OF SOAP LAKE within a period of 10 days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN TESTIMONY WHEREOF, The principal and surety have caused these presents to be signed and sealed this day of , __________.

(Principal) (Surety) (Attorney-in-fact)

Page 24: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

USDAForm RD 400-6

COMPLIANCE STATEMENT(Rev. 12-09)

Form ApprovedOMB No. 0575-0018

This statement relates to a proposed contract with

(Name of borrower or grantee)who expects to finance the contract with assistance from either the Rural Housing Service (RHS), Rural Business-Cooperative Service (RBS), or the Rural Utilities Service (RUS) or their successor agencies, United States Department of Agriculture (whether by a loan, grant, loan insurance, guarantee, or other form of financial assistance). I am the undersigned bidder or prospective contractor, I represent that:

have not, participated in a previous contract or subcontract subject to Executive1.11246 (regarding equal employment opportunity) or a preceding similar Executive Order.

have

2. If I have participated in such a contract or subcontract, I have, have not, filed allcompliance reports that have been required to file in connection with the contract or subcontract.

If the proposed contract is for $50,000 or more: or if the proposed nonconstruction contract is for $50,000 or more and I have 50 or more employees, I also represent that:

3. have, have not previously had contracts subject to the written affirmative actionprograms requirements of the Secretary of Labor.

I have, have not developed and4. If I have participated in such a contract or subcontract,placed on file at each establishment affirmative action programs as required by the rules and regulations of the Secretary of Labor.

I understand that if I have failed to file any compliance reports that have been required of me, I am not eligible and will not be eligible to have my bid considered or to enter into the proposed contract unless and until I make an arrangement regarding such reports that is satisfactory to either the RHS, RBS or RUS, or to the office where the reports are required to be filed.

I also certify that I do not maintain or provide for my employees any segregated facilities at any of my establishments, and that I do not permit my employees to perform their services at any location, under my control, where segregated facilities are maintained. I certify further that I will not maintain or provide for my employees any segregated facilities at any of my establishments, and that I will not permit my employees to perform their services at any location, under my control, where segregated facilities are maintained. I agree that a breach of this certification is a violation of the Equal Opportunity clause in my contract. As used in this certification, the term ''segregated facilities'' means any waiting rooms, work areas, restrooms and wash rooms, restaurants and other eating areas time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. I further agree that (except where I have obtained identical certifications for proposed subcontractors for specific time periods) I will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause; that I will retain such certifications in my files; and that I will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specific time periods):

City of Soap Lake

I

I

Position 6RD 400-6 (Rev. 12-09)

According to the Paperwork Reduction Act of 1995, an agency may not conduct or sponsor, and a person is not required to respond to a collection of information unless it displays the valid OMB control number. The valid OMB control number for this information collection is 0575-0018. The time required to complete this information collection is estimated to average 10 minutes per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information.

Page 25: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FORCERTIFICATIONS OF NON-SEGREGATED FACILITIES

A certification of Nonsegregated Facilities, as required by the May 9, 1967, order (32F.R. 7439, May 19, 1967) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted prior to the award of a subcontract exceeding $ 10,000 which is not exempt from the provisions of the Equal Opportunity clause. The certification may be submitted either for each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually, or annually).

NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.

Date(Signature of Bidder or Prospective Contractor)

Address (including Zip Code)

Page 26: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

U.S. DEPARTMENT OF AGRICULTURE

Certification Regarding Debarment, Suspension, Ineligibilityand Voluntary Exclusion - Lower Tier Covered Transactions

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension,7 CFR Part 3017, Section 3017.510, Participants' responsibilities. The regulations were published as Part IV of theJanuary 30, 1989, Federal Register (pages 4722-4733). Copies of the regulations may be obtained by contacting theDepartment of Agriculture agency with which this transaction originated.

(BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON REVERSE)

The prospective lower tier participant certifies, by submission of this proposal, that neither it nor itsprincipals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarilyexcluded from participation in this transaction by any Federal department or agency.

(1)

(2) Where the prospective lower tier participant is unable to certify to any of the statements in thiscertification, such prospective participant shall attach an explanation to this proposal.

Organization Name PR/Award Number or Project Name

Name(s) and Title(s) of Authorized Representative(s)

Signature(s) Date

Form AD-1048 (1/92)

GINKO STREET AND FEMA REPAIRSGINKGO STREET AND FEMA REPAIRS

Page 27: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Instructions for Certification

By signing and submitting this form, the prospective lower tier participant is providing the certification1.set out on the reverse side in accordance with these instructions.

The certification in this clause is a material representation of fact upon which reliance was placed when2.this transaction was entered into. If it is later determined that the prospective lower tier participant knowinglyrendered an erroneous certification, in addition to other remedies available to the Federal Government, thedepartment or agency with which this transaction originated may pursue available remedies, including suspensionand/or debarment.

The prospective lower tier participant shall provide immediate written notice to the person to which thisproposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneouswhen submitted or has become erroneous by reason of changed circumstances.

4. The terms "covered transaction," "debarred," "suspended," "ineligible," '' lower tier covered transaction,''"participant," "person," "primary covered transaction,'' ''principal," "proposal," and "voluntarily excluded,'' as used in thisclause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549.You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations.

5. The prospective lower tier participant agrees by submitting this form that, should the proposed coveredtransaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who isdebarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unlessauthorized by the department or agency with which this transaction originated.

The prospective lower tier participant further agrees by submitting this form that it will include thisclause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower TierCovered Transactions," without modification, in all lower tier covered transactions and in all solicitations for lowertier covered transactions.

A participant in a covered transaction may rely upon a certification of a prospective participant in alower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the coveredtransaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency bywhich it determines the eligibility of its principals. Each participant may, but is not required to, check theNonprocurement List.

Nothing contained in the foregoing shall be construed to require establishment of a system of recordsin order to render in good faith the certification required by this clause. The knowledge and information of aparticipant is not required to exceed that which is normally possessed by a prudent person in the ordinary course ofbusiness dealings.

9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a coveredtransaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred,ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to theFederal Government, the department or agency with which this transaction originated may pursue available remedies,including suspension and/or debarment.

2Form AD-1048 (1/92)

3.

6.

7.

8.

U.S. GPO: 1996-757-776/201 07

Page 28: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

RD Instruction 1940-Q Exhibit A-1

CERTIFICATION FOR CONTRACTS, GRANTS AND LOANS The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant or Federal loan, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant or loan. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant or loan, the undersigned shall complete and submit Standard Form - LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including contracts, subcontracts, and subgrants under grants and loans) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. ______________________________________ _________________________________ (name) (date) ______________________________________ (title)

oOo

(08-21-91) PN 171

Page 29: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

PART 2

AGREEMENT AND BONDS

Page 30: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Kenison Boiler, September 12, 2017) A-1

AGREEMENT THIS AGREEMENT is entered into by and between the CITY OF SOAP LAKE (hereinafter called the Owner) and ____________________, (hereinafter called the Contractor) on ____________________ (date). The Owner and the Contractor agree as follows: ARTICLE 1. WORK. This Contract provides for three (3) schedules of work, all in accordance with the attached Contract Plans, these Special Provisions, and the Standard Specifications: SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including but not limited to pulverizing the existing pavement, excavation, grading, subgrade preparation, driveway entrances, cement treated base, hot mix asphalt pavement, pavement marking, miscellaneous surface restoration, traffic control and all other appurtenances required to complete the work. SCHEDULE A: GROUP 2: GINKGO STREET SIDEWALK IMPROVEMENTS (TIB NO. 6-E-865(004)-1) The construction of the overlay of approximately 1,900 lineal feet of sidewalk along Ginkgo Street, including but not limited to excavation, grading, subgrade preparation, storm drainage improvements, cement concrete curb, gutters, curb ramps, sidewalks, gravel parking, miscellaneous surface restoration, traffic control and all other appurtenances required to complete the work. SCHEDULE B: GROUP 1: EVERGREEN STREET & HEMLOCK STREET ROADWAY REPAIRS (FEMA NO. 025-65345-00) The construction of the overlay of approximately 600 lineal feet of Evergreen Street and 600 lineal feet of Hemlock Street, including but not limited to pulverizing the existing pavement, excavation, grading, subgrade preparation, storm drainage improvements, cement concrete curb, gutters, curb ramps, sidewalks, driveway entrances, cement treated base, hot mix asphalt pavement, pavement marking, miscellaneous surface restoration, traffic control and all other appurtenances required to complete the work. SCHEDULE B: GROUP 2: FEMA STREET REPAIRS (FEMA NO. 025-65345-00) The construction of the repair of pavement and subgrade in multiple locations throughout the City, including, but not limited to, excavation, grading, subgrade preparation, crushed surfacing aggregate courses, hot mix asphalt pavement, traffic control, and all other work

Page 31: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AGREEMENT – Continued

(Kenison Boiler, September 12, 2017) A-2

required to complete the work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. SCHEDULE C: WATER MAIN IMPROVEMENTS (CFDA NO. 10.760) The replacement of approximately 650 lineal feet of 8-inch water main along Ginkgo Street, 1,140 lineal feet of 8-inch water main along Evergreen Street, and 650 lineal feet of 8-inch water main along Dogwood Street including valves, fittings, thrust blocks, meters, service piping and all other appurtenances required to complete the work. ARTICLE 2. CONTRACT TIME. 2.1 The Contractor shall substantially complete the Work required by the Contract

within ____ working days (the Substantial Completion Date), regardless of which schedule(s) are awarded, and physically complete the Work within _____ working days (the Physical Completion Date) after the date set forth in the Notice to Proceed, regardless of which schedule(s) are awarded.

2.2 Time is of the Essence of the Contract

Owner and Contractor recognize that time is of the essence of this Contract and the Owner will suffer significant loss if the Contract is not completed and the facilities are not fully usable for their intended purpose within the time specified in Paragraph 2.1 above. Therefore, Owner and Contractor acknowledge that Contractor’s failure to substantially complete the Work with the time specified in Paragraph 2.1 shall constitute a material breach under the Contract entitling Owner to terminate and reserving to Owner all rights to make any claim for actual damages as a result of such failure and termination. Owner and Contractor further acknowledge that Contractor’s failure to diligently prosecute the Work in accordance with the progress schedule approved by the Engineer, and/or Contractor’s refusal to prosecute the Work in a manner which, in the Engineer’s opinion, endangers timely project completion shall constitute a material breach under the Contract entitling Owner to terminate and reserving to Owner all rights to make any claim for actual damages as a result of such failure and/or refusal. Owner and Contractor recognize that even a minimal delay in project completion can result in significant liability to Owner and hence any unapproved delay shall constitute a material breach entitling Owner to its available remedies at law.

2.3 Owner’s Right to Complete Work

Upon termination, Owner is entitled to complete the Work by whatever reasonable method Owner may deem expedient. Upon a termination for delay, the Contractor is not entitled to further payment until the work is finished. If the unpaid balance of the Contract exceeds the cost of finishing the Work, including, but not limited to, compensation for the Engineer’s expenses and equipment rental and expenses made necessary thereby, such excess shall be paid to the Contractor. If the costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner.

Page 32: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AGREEMENT – Continued

(Kenison Boiler, September 12, 2017) A-3

ARTICLE 3. LIQUIDATED DAMAGES. The Owner and the Contractor recognize that time is of the essence and that the Owner will suffer financial loss if the Work is not completed within the time, plus any extensions thereof, allowed in accordance with the Contract. They also recognize the inconvenience, expense, and difficulties involved in a legal proceeding to prove the actual loss suffered by the Owner if the Work is not completed within the time allowed in the Contract. Accordingly, the Owner and the Contractor agree that as liquidated damages for delay, and not as a penalty, the Contractor shall pay the Owner $________ (US) per day for each working day beyond the Substantial Completion Date that the Contractor achieves substantial completion of the Work and $________ (US) for each working day beyond the Physical Completion Date that the Contractor achieves physical completion of the Work. ARTICLE 4. CONTRACT PRICE. The Owner shall pay the Contractor the amount(s) set forth in the Proposal (in United States dollars) for completion of the Work in accordance with the Contract. ARTICLE 5. CONTRACT. The Contract, which comprises the entire agreement between the Owner and the Contractor concerning the Work, consists of the following:

This Agreement;

The Call for Bids;

Notice of Award

The Contractor’s Proposal including the bid, bid schedule(s), information required of bidder, Proposal bond, and all required certificates and affidavits;

Notice to Proceed

Exhibit A

The Performance Bond and the Payment Bond;

The Contract Provisions, including 2018 WSDOT Standard Specification

as referenced;

Appendices Addenda and

Page 33: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AGREEMENT – Continued

(Kenison Boiler, September 12, 2017) A-4

Change Orders issued after the effective date of this Agreement. There are no Contract Documents other than those listed in this Article 5. The Contract may be amended only in writing by Change Order as provided in the Contract. ARTICLE 6. MISCELLANEOUS. 6.1 Contractor shall comply with all requirements contained in the attached Exhibit

A regarding insurance, indemnification, and payment of prevailing wages. The provisions of Exhibit A are incorporated herein as though fully set forth, and are by this reference made a part hereof.

6.2 No assignment by a party hereto of any rights under or interests in the Contract

Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge in the assignor from any duty or responsibility under the Contract Documents.

6.3 Owner and Contractor each binds himself, his partners, successors, assigns, and

legal representatives to the other party hereto, its partners successors, assigns, and legal representatives in respect to all covenants, contracts, obligations contained in the Contract Documents.

6.4 The Contractor warrants that the Work furnished shall be free from defects resulting

from faulty workmanship, and further warrants that the Work complies with all specified performance criteria. The Contractor agrees to remedy all defects appearing in the Work or developing in the materials supplied and the workmanship performed under this Contract during the warranty period, which shall be two years under the Base Bid after the Substantial Completion Date, and Contractor further agrees to indemnify and save the Owner harmless from any costs encountered in remedying such defects.

A new warranty period equal to that stated in above paragraph shall apply to parts supplied in replacement of defective parts or to parts renewed in pursuance of this warranty. The warranty period of the remaining parts shall be extended by a period equal to the period during which the Work is unfit for service as a result of a defect covered by this warranty. If the Contractor refuses to fulfill Contractor’s obligation under this warranty, or fails to proceed with due diligence after being required to do so, the Owner may proceed to do the necessary work at the Contractor’s risk and expense.

Page 34: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AGREEMENT – Continued

(Kenison Boiler, September 12, 2017) A-5

6.5 It is further provided that no liability shall attach to the Owner by reason of entering into this contract except as expressly provided herein.

6.6 Before any work at the site is started, Contractor shall deliver to Owner with copies to the Engineer and each additional insured identified, certificates of insurance which Contractor is required to purchase and maintain in accordance with the Contract Documents.

6.7 The Contractor shall furnish payment and performance bonds in an amount equal

to the contract price as security for the faithful performance and payment of all Contractors’ obligations under the Contract Documents. The bonds shall be in form prescribed herein and be executed such sureties as are licensed to conduct business in the State of Washington, and are named in the current list of “companies Holding Certificates of authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring companies” as published in circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of authority to act. The surety company executing bonds shall have a Best’s Guide rating A-VII or better. Date on the bonds must not be prior to the date of the Contract. If Contractor is Partnership, all partners shall execute the bonds. If Contractor is a Limited Liability Company, all members shall execute the bonds. ENCLOSED BOND FORMS MUST BE USED.

6.8 The Contract is made with reference to and shall be construed in accordance with

the laws of the State of Washington. If a dispute arises under this Contract, resort shall be to litigation and jurisdiction and venue shall be in the Superior Court of Grant County, State of Washington.

ARTICLE 7. CONTRACTOR’S REPRESENTATIONS In order to induce Owner to enter into this Contract, Contractor makes the following representations: 7.1 Contractor has familiarized himself with the nature and extent of the Contract

Documents, Work, locality, and with all local conditions and federal, state, and local laws, ordinances, rules, and regulations that in any manner may affect cost, progress, or performance of the Work.

7.2 Contractor has studied carefully all reports of investigations and tests of subsurface

and latent physical conditions at the site or otherwise affecting cost, progress, or performance of the Work which were relied upon by the Engineer in the preparation of the Contract Provisions.

7.3 Contractor has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in Paragraph 7.2 above) which pertain to the subsurface or physical

Page 35: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AGREEMENT – Continued

(Kenison Boiler, September 12, 2017) A-6

conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as Contractor considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, exploration, tests, reports, studies or similar information or data are or will be required by Contractor for such purposes.

7.4 Contractor has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by Contractor in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents.

7.5 Contractor has correlated the results of all such observations, examinations,

investigations, tests, reports, and data with the terms and conditions of the Contract Documents.

7.6 Contractor has given Owner written notice of all conflicts, errors, or discrepancies

that he has discovered in the Contract Documents and the written resolution thereof by Owner acceptable to Contractor.

Page 36: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AGREEMENT – Continued

(Kenison Boiler, September 12, 2017) A-7

IN WITNESS WHEREOF, Owner and Contractor have caused this Agreement to be executed the day and year first above written. CITY OF SOAP LAKE CONTRACTOR By By Date Title Attest Address for giving notices CITY ATTORNEY As to Form_____________________ License No. Date__________________________ Agent for service of process:

Page 37: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AGREEMENT – Continued

(Kenison Boiler, September 12, 2017) A-8

EXHIBIT A Indemnification / Hold Harmless The Contractor shall defend, indemnify and hold the Owner and Engineer, their officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the Owner and/or Engineer. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the Owner, its officers, officials, employees, and volunteers, the Contractor’s liability hereunder shall be only to the extent of the Contractor’s negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor’s waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. A. Insurance Term The Contractor shall procure and maintain insurance, as required in this Section, without interruption from commencement of the Contractor’s work through the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated herein. B. No Limitation Contractor’s maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Owner’s recourse to any remedy available at law or in equity. C. Minimum Scope of Insurance Contractors required insurance shall be of the types and coverage as stated below:

1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be at least as broad as Insurance Services Office (ISO) form CA 00 01.

2. Commercial General Liability insurance shall be at least as broad as ISO

occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products-

Page 38: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AGREEMENT – Continued

(Kenison Boiler, September 12, 2017) A-9

completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or substitute endorsement providing at least as broad coverage. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Owner shall be named as additional insureds under the Contractor’s Commercial General Liability insurance policy with respect to the work performed for the Owner 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 at least as broad coverage. The Engineer shall be named as additional insured under the Contractor’s Commercial General Liability insurance policy using ISO Additional Insured endorsement CG 20 32 07 04 Engineers, Architects or Surveyors Not Engaged by You, or substitute endorsement providing at least as broad coverage.

3. Workers’ Compensation coverage as required by the Industrial Insurance

laws of the State of Washington.

4. Builders Risk insurance covering interests of the Owner, the Contractor, Subcontractors, and Sub-subcontractors in the work. Builders Risk insurance shall be on a special perils policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood, earthquake, theft, vandalism, malicious mischief, and collapse. The Builders Risk insurance shall include coverage for temporary buildings, debris removal, and damage to materials in transit or stored off-site. This Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for flood and earthquake perils may be accepted by the Owner upon written request by the Contractor and written acceptance by the Owner. Any increased deductibles accepted by the Owner will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until the Owner has granted substantial completion of the project.

5. Excess or Umbrella Liability insurance shall be excess over and at least

as broad in coverage as the Contractor’s Commercial General Liability and Automobile Liability insurance. The Owner shall be named as additional insureds on the Contractor’s Excess or Umbrella Liability insurance policy. The Excess or Umbrella insurance coverage will drop down when underlying policy aggregate limits are exhausted.

D. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits:

Page 39: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AGREEMENT – Continued

(Kenison Boiler, September 12, 2017) A-10

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.

3. Builders Risk insurance shall be written in the amount of the completed value of

the project with no coinsurance provisions.

4. Excess or Umbrella Liability insurance shall be written with limits of not less than $2,000,000 or other per occurrence and annual aggregate. The Excess or Umbrella Liability requirement and limits may be satisfied instead through the Contractor’s Commercial General Liability and Automobile Liability insurance, or any combination thereof that achieves the overall required limits.

E. Owner Full Availability of Contractor Limits If the Contractor maintains higher insurance limits than the minimums shown above, the Owner shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this contract or whether any certificate of insurance furnished to the Owner evidences limits of liability lower than those maintained by the Contractor. F. Other Insurance Provision The Contractor’s Automobile Liability, Commercial General Liability and Builders Risk insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect the Owner. Any Insurance, self-insurance, or self-insured pool coverage maintained by the Owner shall be excess of the Contractor’s insurance and shall not contribute with it. G. Contractor’s Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor’s employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor’s agents, suppliers, contractors or subcontractors as well as to any temporary structures, scaffolding and protective fences. H. Waiver of Subrogation The Contractor and the Owner waive all rights against each other, any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for

Page 40: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AGREEMENT – Continued

(Kenison Boiler, September 12, 2017) A-11

damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. I. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII and licensed to do business in the state of Washington. Verification of Coverage Contractor shall furnish the Owner with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsements, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the Owner a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. Upon request by the Owner, the Contractor shall furnish certified copies of all required insurance policies, including endorsements, required in this contract and evidence of all subcontractors’ coverage. J. Subcontractors The Contractor shall cause each and every Subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Owner is an additional insured on each and every Subcontractor’s Commercial General liability insurance policy using an endorsement at least as broad as ISO Additional Insured endorsement CG 20 38 04 13. K. Notice of Cancellation The Contractor shall provide the Owner and all Additional Insureds for this work with written notice of any policy cancellation within two business days of their receipt of such notice. L. Failure to Maintain Insurance Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Owner 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 Owner on demand, or at the sole discretion of the Owner, offset against funds due the Contractor from the Owner.

Page 41: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AGREEMENT – Continued

(Kenison Boiler, September 12, 2017) A-12

The Contractor shall indicate any existing claims activity that would affect the aggregate limits. This shall include paid claims, reserve claims, and potential claims. M. Deductible

Any insurance deductible shall be paid by the Contractor and shall not be greater than 10% of the total "Amount of Bid." N. Property Insurance

Owner shall not be responsible for purchasing and maintaining any property insurance to protect the interests of Contractor, subcontractors or others in the Work.

Page 42: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Katherine Kenison Boiler 6/4/2018) PRB-1

Contract No. __________________

WASHINGTON PERFORMANCE BOND

Bond No. ____________________ Bond Amount $____________________

KNOW ALL MEN BY THESE PRESENTS: that

(Name of Contractor)

(Address of Contractor) a ___________________________________________________, hereinafter called Principal, and (a Corporation, Partnership or Individual) (Name of Surety) (Address of Surety) a corporation duly authorized to do a general surety business in Washington, hereinafter called Surety, are jointly and severally held and firmly bound unto the Owner,__________________, and the State of Washington, the obligees herein, in the sum of ________________________________________ (Dollars) ($___________________) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the Owner in accordance with applicable industry standards, regulatory requirements and Owner-supplied specifications, dated the _______ day of ___________ ________, 20___, a copy of which is attached and made a part hereof for the construction of:

GINKGO STREET AND FEMA REPAIRS NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said Contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the two-year guaranty period, and if Principal shall satisfy all claims and demands incurred under such Contract, and shall fully defend and indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Contract Documents accompanying the same shall in

Page 43: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Katherine Kenison Boiler 6/4/2018) PRB-2

any way effect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Contract Documents. PROVIDED, HOWEVER, that the conditions of this obligation shall not apply to any money loaned or advanced to the Principal or to any subcontractor or other person in the performance of any such work. PROVIDED, FURTHER, that the said Surety hereby stipulates and agrees to be bound by the laws of the State of Washington and subject to the jurisdiction of the State of Washington. PROVIDED, FURTHER, that no final settlement between the Owner and the Principal shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. No right of action shall accrue upon, or by reason hereof to, or for the use or benefit of, anyone other than the Owner. IN WITNESS WHEREOF, this instrument is executed pursuant to RCW Chapter 39.08 in ____________ counterparts, each one of which shall be deemed an original, this the ________ (number) day of ___________________, 20____. PRINCIPAL: (Signature must be notarized)

SURETY: (Signature must be notarized)

By: _____________________________________ By: _____________________________________ Print:

_____________________________________

Print:

_____________________________________

Title:

_____________________________________

APPROVED AS TO FORM BY CITY ATTORNEY: By:

_____________________________________

Date:

_____________________________________

NOTE: Date of bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute bond. If Contractor is a Limited Liability Company, all members, or managers if manager-managed, should execute bond. IMPORTANT: Surety companies executing bonds must appear on the Treasury Department’s most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. All bonds signed by an agent must be accompanied by a certified copy of the authority to act for the Surety at the time of the signing of this bond. The Surety agrees to be bound by the laws of the State of Washington and subject to the jurisdiction of the State of Washington. The Surety company executing this bond shall have a Best’s Guide rating A-VII or better. All signatures on bond must be original. STATE OF WASHINGTON )

Page 44: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Katherine Kenison Boiler 6/4/2018) PRB-3

) ss. COUNTY OF _______________ ) I certify that I know or have satisfactory evidence that__________________________ is the person who appeared before me and said person acknowledged that s/he signed this instrument, on oath stated that s/he was authorized to execute the instrument and acknowledged it as ______________________ of PRINCIPAL, and acknowledged it to be the free and voluntary act of such party for the uses and purposes mentioned in this instrument. DATED:_____________________, 20____.

____________________________________ ____________________________________ Notary Type or Print Name

NOTARY PUBLIC for State of Washington, residing at:___________________________ My commission expires:________________

STATE OF WASHINGTON )

) ss. COUNTY OF _______________ ) I certify that I know or have satisfactory evidence that__________________________ is the person who appeared before me and said person acknowledged that s/he signed this instrument, on oath stated that s/he was authorized to execute the instrument and acknowledged it as ______________________ of SURETY, and acknowledged it to be the free and voluntary act of such party for the uses and purposes mentioned in this instrument. DATED:_____________________, 20___.

____________________________________ ____________________________________ Notary Type or Print Name

NOTARY PUBLIC for State of Washington, residing at:___________________________ My commission expires:________________

Page 45: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Katherine Kenison Boiler 6/4/2018) PYB-1

Contract No. __________________ WASHINGTON PAYMENT BOND Bond No. ____________________ Bond Amount $____________________ KNOW ALL MEN BY THESE PRESENTS: that

(Name of Contractor)

(Address of Contractor) a ___________________________________________________, hereinafter called Principal, and (a Corporation, Partnership or Individual) (Name of Surety) (Address of Surety) a corporation duly authorized to do a general surety business in Washington, hereinafter called Surety, are jointly and severally held and firmly bound unto the Owner,__________________, and the State of Washington, the obligees herein, in the sum of ________________________________________ (Dollars) ($___________________) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the Owner in accordance with applicable industry standards, regulatory requirements and Owner-supplied specifications dated the _______ day of _________________, 20____, a copy of which is attached and made a part hereof for the construction of:

GINKGO STREET AND FEMA REPAIRS NOW, THEREFORE, if the Principal shall promptly make payment to all laborers, mechanics, and subcontractors and materialmen and to all persons, firms, corporations, or other entities who furnish equipment, materials, provisions and supplies for or perform labor or other services in carrying on of such Work provided for in such Contract and any authorized extension or modification thereof, including all amounts due for materials, lubricants, provisions, supplies, gasoline, water, power, light, heat, telephone service, repairs on machinery, equipment and tools consumed or used in connection with such Work, and all insurance premiums on said Work, and for all labor performed in such Work whether by subcontractors or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that the conditions of this obligation shall not apply to any money loaned or advanced to the Principal or to any subcontractor or other person in the performance of

Page 46: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Katherine Kenison Boiler 6/4/2018) PYB-2

any such work. PROVIDED FURTHER that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder, or the Contract Documents accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Contract Documents. PROVIDED, FURTHER, that the said Surety hereby stipulates and agrees to be bound by the laws of the State of Washington and subject to the jurisdiction of the State of Washington. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed pursuant to RCW Chapter 39.08 in ____________ counterparts, each one of which shall be deemed an original, this the ________ (number) day of ___________________, 20____. PRINCIPAL: (Signature must be notarized)

SURETY: (Signature must be notarized)

By: _____________________________________ By: _____________________________________ Print:

_____________________________________

Print:

_____________________________________

Title:

_____________________________________

APPROVED AS TO FORM BY CITY ATTORNEY: By:

_____________________________________

Date:

_____________________________________

NOTE: Date of bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute bond. If Contractor is a Limited Liability Company, all members, or managers if manager-managed, should execute bond. IMPORTANT: Surety companies executing bonds must appear on the Treasury Department’s most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. All bonds signed by an agent must be accompanied by a certified copy of the authority to act for the Surety at the time of the signing of this bond. The Surety agrees to be bound by the laws of the State of Washington and subject to the jurisdiction of the State of Washington. The Surety company executing this bond shall have a Best’s Guide rating A-VII or better. All signatures on bond must be original.

Page 47: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(Katherine Kenison Boiler 6/4/2018) PYB-3

STATE OF WASHINGTON ) ) ss.

COUNTY OF _______________ ) I certify that I know or have satisfactory evidence that__________________________ is the person who appeared before me and said person acknowledged that s/he signed this instrument, on oath stated that s/he was authorized to execute the instrument and acknowledged it as ______________________ of PRINCIPAL, and acknowledged it to be the free and voluntary act of such party for the uses and purposes mentioned in this instrument. DATED:_____________________, 20____.

____________________________________ ____________________________________ Notary Type or Print Name

NOTARY PUBLIC for State of Washington, residing at:___________________________ My commission expires:________________

STATE OF WASHINGTON )

) ss. COUNTY OF _______________ ) I certify that I know or have satisfactory evidence that__________________________ is the person who appeared before me and said person acknowledged that s/he signed this instrument, on oath stated that s/he was authorized to execute the instrument and acknowledged it as ______________________ of SURETY, and acknowledged it to be the free and voluntary act of such party for the uses and purposes mentioned in this instrument. DATED:_____________________, 20___.

____________________________________ ____________________________________ Notary Type or Print Name

NOTARY PUBLIC for State of Washington, residing at:___________________________ My commission expires:________________

Page 48: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

PART 3

SPECIAL PROVISIONS

Page 49: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061

INTRODUCTION TO THE SPECIAL PROVISIONS 1 2 (August 14, 2013 APWA GSP) 3 4 The work on this project shall be accomplished in accordance with the Standard 5 Specifications for Road, Bridge and Municipal Construction, 2018 edition, as 6 issued by the Washington State Department of Transportation (WSDOT) and the 7 American Public Works Association (APWA), Washington State Chapter (hereafter 8 “Standard Specifications”). The Standard Specifications, as modified or 9 supplemented by the Amendments to the Standard Specifications and these 10 Special Provisions, all of which are made a part of the Contract Documents, shall 11 govern all of the Work. 12 13 These Special Provisions are made up of both General Special Provisions (GSPs) 14 from various sources, which may have project-specific fill-ins; and project-specific 15 Special Provisions. Each Provision either supplements, modifies, or replaces the 16 comparable Standard Specification, or is a new Provision. The deletion, 17 amendment, alteration, or addition to any subsection or portion of the Standard 18 Specifications is meant to pertain only to that particular portion of the section, and 19 in no way should it be interpreted that the balance of the section does not apply. 20 21 The project-specific Special Provisions are not labeled as such. The GSPs are 22 labeled under the headers of each GSP, with the effective date of the GSP and its 23 source. For example: 24 25 (March 8, 2013 APWA GSP) 26 (April 1, 2013 WSDOT GSP) 27 (May 1, 2013 G&O GSP) 28 29 Also incorporated into the Contract Documents by reference are: 30 31

Manual on Uniform Traffic Control Devices for Streets and Highways, 32 currently adopted edition, with Washington State modifications, if any 33

Standard Plans for Road, Bridge and Municipal Construction, 34 WSDOT/APWA, current edition 35

36 Contractor shall obtain copies of these publications, at Contractor’s own expense. 37

Page 50: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

DIVISION 1

GENERAL REQUIREMENTS

Page 51: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-1

DIVISION 1 1 2

GENERAL REQUIREMENTS 3 4 DESCRIPTION OF WORK 5 (March 13, 1995) 6 7

This Contract provides for three (3) schedules of work, all in accordance with 8 the attached Contract Plans, these Special Provisions, and the Standard 9 Specifications: 10 11 Schedule A: Group 1: Ginkgo Street Roadway Repair (FEMA NO. 025-12 65345-00) 13 14 The construction of the overlay of approximately 1,900 lineal feet of Ginkgo 15 Street, including but not limited to pulverizing the existing pavement, 16 excavation, grading, subgrade preparation, driveway entrances, cement 17 treated base, hot mix asphalt pavement, pavement marking, miscellaneous 18 surface restoration, traffic control and all other appurtenances required to 19 complete the work. 20 21 Schedule A: Group 2: Ginkgo Street Sidewalk Improvements (TIB NO. 6-22 E-865(004)-1) 23 24 The construction of the overlay of approximately 1,900 lineal feet of sidewalk 25 along Ginkgo Street, including but not limited to excavation, grading, 26 subgrade preparation, storm drainage improvements, cement concrete curb, 27 gutters, curb ramps, sidewalks, gravel parking, miscellaneous surface 28 restoration, traffic control and all other appurtenances required to complete 29 the work. 30 31 Schedule B: Group 1: Evergreen Street & Hemlock Street Roadway 32 Repairs (FEMA NO. 025-65345-00) 33 34 The construction of the overlay of approximately 600 lineal feet of Evergreen 35 Street and 600 lineal feet of Hemlock Street, including but not limited to 36 pulverizing the existing pavement, excavation, grading, subgrade 37 preparation, storm drainage improvements, cement concrete curb, gutters, 38 curb ramps, sidewalks, driveway entrances, cement treated base, hot mix 39 asphalt pavement, pavement marking, miscellaneous surface restoration, 40 traffic control and all other appurtenances required to complete the work. 41

42 43

Page 52: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-2

Schedule B: Group 2: FEMA Street Repairs 1 2 The construction of the repair of pavement and subgrade in multiple 3 locations throughout the City, including, but not limited to, excavation, 4 grading, subgrade preparation, crushed surfacing aggregate courses, hot 5 mix asphalt pavement, traffic control, and all other work required to complete 6 the work, all in accordance with the attached Contract Plans, these Contract 7 Provisions, and the Standard Specifications. 8 9 Schedule C: Water Main Improvements 10 11 The replacement of approximately 650 lineal feet of 8-inch water main along 12 Ginkgo Street, 1,140 lineal feet of 8-inch water main along Evergreen Street, 13 and 650 lineal feet of 8-inch water main along Dogwood Street including 14 valves, fittings, thrust blocks, meters, service piping and all other 15 appurtenances required to complete the work. 16

17 1-01 DEFINITIONS AND TERMS 18 19 1-01.3 Definitions 20 (January 4, 2016 G&O GSP) 21 22 Delete the definition of “Bid Documents,” “Completion Dates,” “Contract” and 23 “Contracting Agency.” 24 25 This Section is supplemented with the following: 26 27

All references in the Standard Specifications, Amendments or WDSOT 28 General Provisions to the terms “Department of Transportation,” 29 “Washington State Transportation Commission,” “Commission,” “Secretary 30 of Transportation,” “Secretary,” “Headquarters,” and “State Treasurer” 31 shall be revised to read “Contracting Agency.” 32 33 All references to the terms “State” or “state” shall be revised to read 34 “Contracting Agency” unless the reference is to an administrative agency 35 of the State of Washington, a State statute or regulation, or the context 36 reasonably indicates otherwise. 37 38 All references to “State Materials Laboratory” shall be revised to read 39 “Contracting Agency designated location.” 40 41 All references to “final contract voucher certification” shall be interpreted to 42 mean the Contracting Agency form(s) by which final payment is 43 authorized, and final completion and acceptance granted. 44 45

Page 53: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-3

Additive 1 A supplemental unit of work or group of bid items, identified separately in 2 the Proposal, which may, at the discretion of the Contracting Agency, be 3 awarded in addition to the base bid. 4 5 Alternate 6 One of two or more units of work or groups of bid items, identified 7 separately in the Proposal, from which the Contracting Agency may make 8 a choice between different methods or material of construction for 9 performing the same work. 10 11 Bid Documents 12 The component parts of the proposed Contract which may include, but not 13 limited to, the Proposal form, the proposed Contract Provisions, the 14 proposed Contract Plans, Addenda, and Subsurface Boring Logs (if any). 15 16 Business Day 17 A business day is any day from Monday through Friday, except holidays 18 as listed in Section 1-08.5. 19 20 Contract 21 The written agreement between the Contracting Agency and the 22 Contractor. It describes, among other things: 23 24

1. What work will be done, and by when; 25 2. Who provides labor and materials; and 26 3. How Contractor will be paid. 27

28 The Contract includes the Contract (Agreement) form, bidder’s completed 29 Proposal Form, all required certificates and affidavits, performance and 30 payment bonds, the 2018 Standard Specifications for Road, Bridge and 31 Municipal Construction and amendments thereto, Contract Provisions, 32 Contract Plans, Standard Plans, addenda and change orders. 33 34 Contract Bond 35 The definition in the Standard Specifications for “Contract Bond” applies to 36 whatever bond form(s) are required by the Contract Documents, which 37 may be a combination of a Payment Bond and a Performance Bond. 38 39 Contract Documents 40 See definition for “Contract.” 41 42 Contract Time 43 The period of time established by the terms and conditions of the contract 44 within which the work must be completed. 45

Page 54: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-4

1 Contracting Agency (Owner) 2 Agency of Government that is responsible for the execution and 3 administration of the Contract. 4 5 Dates 6 7

Bid Opening Date 8 The date on which the Contracting Agency publicly opens and reads 9 the bids. 10 11 Award Date 12 The date of the formal decision of the Contracting Agency to accept 13 the lowest responsible and responsive bidder for the Work. 14 15 Contract Execution Date 16 The date when both the Contractor and the Contracting Agency 17 have signed the Agreement, binding themselves to the Contract. 18 19 Notice to Proceed Date 20 The date stated in the Notice to Proceed on which the Contract time 21 begins. 22 23 Substantial Completion Date 24 The day the Engineer determines the Contracting Agency has full 25 and unrestricted use and benefit of the facilities, both from the 26 operational and safety standpoint, any remaining traffic disruptions 27 will be rare and brief, and only minor incidental work, replacement of 28 temporary substitute facilities, plant establishment periods or 29 correction or repair remains for the Physical Completion of the total 30 Contract. 31

32 Physical Completion Date 33 The day all of the Work is physically completed on the project. The 34 Engineer has received from the Contractor record drawings, 35 operation and maintenance manuals, manufacturers’ affidavits, and 36 software and programming. 37 38 Completion Date 39 The day all the Work specified in the Contract is completed and all 40 the obligations of the Contractor under the Contract are fulfilled by 41 the Contractor. All documentation required by the Contract and 42 required by law must be furnished by the Contractor before 43 establishment of this date. 44

Page 55: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-5

1 Final Acceptance Date 2 The date on which the Contracting Agency accepts the Work as 3 complete. 4

5 Notice of Award 6 The written notice from the Contracting Agency to the successful bidder 7 signifying the Contracting Agency’s acceptance of the Bid Proposal. 8 9 Notice to Proceed 10 The written notice from the Contracting Agency or Engineer to the 11 Contractor authorizing and directing the Contractor to proceed with the 12 Work and establishing the date on which the Contract time begins. 13

14 Traffic 15 Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, 16 wheelchairs, and equestrian traffic. 17

18 1-02 BID PROCEDURES AND CONDITIONS 19 20 1-02.1 Prequalification of Bidders 21 22 Delete this Section and replace it with the following: 23 24

1-02.1 Qualifications of Bidder 25 (January 24, 2011 APWA GSP) 26 27 Before award of a public works contract, a bidder must meet at least the 28 minimum qualifications of RCW 39.04.350(1) to be considered a 29 responsible bidder and qualified to be awarded a public works project. 30

31 1-02.1(1) Supplemental Qualifications Criteria 32 (April 6, 2018 G&O GSP) 33 34 In addition, the Contracting Agency has established Contracting Agency-specific 35 and/or project-specific supplemental criteria, in accordance with RCW 36 39.04.350(3), for determining Bidder responsibility, including the basis for 37 evaluation and the deadline for appealing a determination that a Bidder is not 38 responsible. These criteria are contained in Section 1-02.14. 39 40 1-02.2 Plans and Specifications 41 (June 27, 2011 G&O GSP) 42 43 Delete this Section and replace it with the following: 44 45

Page 56: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-6

Information as to where Bid Documents can be obtained or reviewed is 1 contained in the Call for Bids (Advertisement for Bids) for the work. 2 3 After Award of the Contract, Plans and Contract Provisions will be issued 4 to the Contractor at as stated below: 5 6

To Prime Contractor No. of Sets Basis of Distribution 7 8 Large Plans (22" x 34") 1 Furnished automatically 9 10 Contract Provisions 3 Furnished automatically 11 12 Reduced Plans (11" x 17") 3 Furnished automatically 13

14 Additional Plans and other Contract Provisions may be purchased by the 15 Contractor. 16

17 1-02.4 Examination of Plans, Specifications, and Site of Work 18 19 1-02.4(1) General 20 21 This Section is supplemented with the following: 22 23

(June 16, 2006 G&O GSP) 24 Contractor shall review the entire Contract to ensure that the 25 completeness of their Proposal includes all items of Work regardless of 26 where shown in the Contract. Bidders are cautioned that alternate 27 sources of information (copies of the Contract obtained from third parties) 28 are not necessarily an accurate or complete representation of the 29 Contract. Bidders shall use such information at their own risk. 30 31 Soil log information is included in the Appendix and is referenced 32 information. 33 34

1-02.4(2) Subsurface Information 35 (June 16, 2006 G&O GSP) 36 37 Delete this Section and replace it with the following: 38

39 If the Contracting Agency has made a subsurface investigation of the site 40 of the proposed Work, the boring log data and soil sample test data 41 accumulated by the Contracting Agency will be made available for 42 inspection by the Bidders. However, the Contracting Agency makes no 43 representation or warranty, expressed or implied, that: 44

45

Page 57: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-7

a. The Bidders’ interpretations from the boring logs may be 1 correct; 2

3 b. Moisture conditions and indicated water tables will not vary 4

from those found at the time the borings were made; 5 6 c. The ground at the location of the borings has not been 7

physically disturbed or altered after the boring was made; 8 and 9

10 d. Conditions below the surface of the ground are consistent 11

throughout the site with the information made available 12 hereunder, or that conditions to be encountered on the site 13 are uniform or consistent with geological conditions usually 14 encountered in the area. 15

16 The Contracting Agency makes no representations, guarantees, or 17 warranties as to the condition, materials, or proportions of the materials 18 between the specific borings, regardless of any subsurface information the 19 Contracting Agency may make available to the prospective Bidders. 20 Bidders are solely responsible for making the necessary investigations to 21 support and/or verify any conclusions or assumptions used in preparation 22 of their bids. 23

24 Any subsurface investigations and analysis were carried out for design 25 purposes only. Contractor may not rely upon or make any claim against 26 Contracting Agency, Engineer, or any of their subconsultants, with respect 27 to: 28 29 1. The completeness of such reports for Contractor’s purposes, 30

including, but not limited to, any aspects of the means, methods, 31 techniques, sequences, and procedures of construction to be 32 employed by Contractor, and safety precautions and programs 33 incident thereto; or 34 35

2. Other conclusions, interpretations, opinions, representations, and 36 information contained in such reports; or 37

38 3. Any Contractor interpretation of or conclusion drawn from any 39

“technical data” or any such other data, conclusions, 40 interpretations, opinions or information. 41

42

Page 58: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-8

1-02.5 Proposal Forms 1 (June 27, 2011 G&O GSP) 2 3 Delete this Section and replace it with the following: 4 5

Proposals shall be submitted on the Proposal Form, which is included with 6 the Contract. All Proposals shall be completed, signed and dated. 7 8 The Proposal Form will identify the project and its location and describe 9 the Work. It will also list estimated quantities, units of measurement, the 10 items of work, and the materials to be furnished at the lump sum and/or 11 unit bid prices. The Bidder shall complete spaces on the Proposal Form 12 that call for, but are not limited to, unit prices; extensions; summations; the 13 total bid amount; signatures; date; and, where applicable, retail sales 14 taxes and acknowledgment of addenda; the bidder’s name, address, 15 telephone number, and signature; the Bidder’s D/M/WBE commitment, if 16 applicable; a State of Washington Contractor’s Registration Number; and 17 a Business License Number, if applicable. Bids shall be completed by 18 typing or shall be printed in ink by hand, preferably in black ink. Required 19 certifications are included as part of the Proposal Form. 20 21 The Contracting Agency reserves the right to arrange the proposal forms 22 with alternates and additives, if such be to the advantage of the 23 Contracting Agency. The Bidder shall bid on all alternates and additives 24 set forth in the Proposal form unless otherwise specified. 25

26 1-02.6 Preparation of Proposal 27 (April 6, 2018 G&O GSP) 28 29 Supplement the second paragraph with the following: 30 31

4. If a minimum bid amount has been established for any item, the 32 unit or lump sum price must equal or exceed the minimum amount 33 stated. 34

35 5. Any correction to a bid made by interlineation, alteration, or 36

erasure, shall be initialed by the signer of the bid. 37 38 Delete the fourth paragraph. 39 40 Delete the last paragraph, and replace it with the following: 41 42

The Bidder shall certify compliance with Contractor Certification Wage 43 Law. The certification is included in the Proposal form. 44 45

Page 59: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-9

The Bidder shall make no stipulation on the Bid Form, nor qualify the bid 1 in any manner. 2 3 A bid by a corporation shall be executed in the corporate name, by the 4 president or a vice president (or other corporate officer accompanied by 5 evidence of authority to sign). 6 7 A bid by a partnership shall be executed in the partnership name, and 8 signed by a partner. A copy of the partnership agreement shall be 9 submitted with the Bid Form if any UDBE requirements are to be satisfied 10 through such an agreement. 11 12 A bid by a joint venture shall be executed in the joint venture name and 13 signed by a member of the joint venture. A copy of the joint venture 14 agreement shall be submitted with the Bid Form if any UDBE 15 requirements are to be satisfied through such an agreement. 16 17 All Proposals submitted shall, on their face, remain valid for a period of 60 18 days following the date of Bid opening. In the event of a conflict in this 19 duration, which may appear elsewhere in the Contract Provisions, the 20 longest duration shall apply. 21 22

1-02.7 Bid Deposit 23 (March 8, 2013 G&O GSP) 24 25 Supplemented this Section with the following: 26

27 Bid bonds shall contain the following: 28

29 1. The name of the project; 30

31 2. The name of the Contracting Agency, named as the obligee; 32

33 3. The amount of the bid bond stated either as a dollar figure or 34

as a percentage which represents five percent of the 35 maximum bid amount that could be awarded; 36 37

4. The signature of the bidder’s officer empowered to sign 38 official statements. The signature of the person authorized 39 to submit the Proposal should agree with the signature on 40 the bond, and the title of the person must accompany the 41 said signature; 42 43

5. The signature of the surety’s officer empowered to sign the 44 bond, and the power of attorney. 45

Page 60: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-10

1 The Bidder must use the bond form included in the Contract. 2

3 1-02.8(2) Lobbying Certification 4 (******) 5 6 This Section is supplemented with the following: 7 8 Contractors that apply or bid for an award exceeding $100,000 must file the 9 required certification (RD Instruction 1940-Q, Exhibit A-1). The Contractor 10 certifies to the Contracting Agency and every subcontractor certifies to the 11 Contractor that it will not and has not used Federal appropriated funds to pay any 12 person or organization for influencing or attempting to influence an officer or 13 employee of any agency, a member of Congress, officer or employee of 14 Congress, or an employee of a member of Congress in connection with obtaining 15 the Contract if it is covered by 31 U.S.C. 1352 The Contractor and every 16 subcontractor must also disclose any lobbying with non-Federal funds that takes 17 place in connection with obtaining any Federal award. Such disclosures are 18 forwarded from tier to tier up to the Contracting Agency. Necessary certification 19 and disclosure forms shall be provided by Contracting Agency. 20 21 1-02.9 Delivery of Proposal 22 (January 3, 2012 G&O GSP) 23 24 Delete this section in its entirety and replace with the following: 25

26 The Proposal, bid bond, and all other certificates, forms or other 27 documents required by any Contract Provisions to be executed and 28 delivered with said Proposal shall be submitted, in a sealed package, 29 addressed to the Contracting Agency, and plainly marked “Proposal for 30 ______________ (insert name of project as shown on the Proposal) to be 31 opened on the ______ day of ____________, 20___,” (said day, month 32 and year to be used as shown in the published Call for Bids). 33 34 The Contracting Agency will not consider any Proposal or any supplement 35 to a Proposal that is received after the time specified for receipt of 36 Proposals, or received in a location other than that specified for receipt of 37 Proposal. Emailed or faxed Proposals or supplement to a Proposal are 38 not acceptable. 39 40

41

Page 61: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-11

1-02.10 Withdrawing, Revising, or Supplementary Proposal 1 (July 23, 2015 APWA GSP) 2 3 Delete this Section and replace it with the following: 4

5 After submitting a physical Bid Proposal to the Contracting Agency, the 6 Bidder may withdraw, revise, or supplement it if: 7

8 1. The Bidder submits a written request signed by an authorized 9

person and physically delivers it to the place designated for receipt 10 of Bid Proposals, and 11

12 2. The Contracting Agency receives the request before the time set for 13

receipt of Bid Proposals, and 14 15 3. The revised or supplemented Bid Proposal (if any) is received by 16

the Contracting Agency before the time set for receipt of Bid 17 Proposals. 18

19 If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal 20 is received before the time set for receipt of Bid Proposals, the Contracting 21 Agency will return the unopened Proposal package to the Bidder. The 22 Bidder must then submit the revised or supplemented package in its 23 entirety. If the Bidder does not submit a revised or supplemented 24 package, then its bid shall be considered withdrawn. 25

26 Late revised or supplemented Bid Proposals or late withdrawal requests 27 will be date recorded by the Contracting Agency and returned unopened. 28 Mailed, emailed, or faxed requests to withdraw, revise, or supplement a 29 Bid Proposal are not acceptable. 30

31 1-02.11 Combination and Multiple Proposals 32 (June 16, 2006 G&O GSP) 33 34 Delete this Section in its entirety. 35

36 1-02.13 Irregular Proposals 37 (March 29, 2018 G&O GSP) 38 39 Delete this Section and replace it with the following: 40 41

1. A proposal will be considered irregular and will be rejected if: 42 43 a. The Bidder is not prequalified when so required; 44

45

Page 62: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-12

b. The authorized proposal form furnished by the Contracting 1 Agency is not used or is altered; 2

3 c. The completed proposal form contains any unauthorized 4

additions, deletions, alternate Bids, or conditions; 5 6

d. The Bidder adds provisions reserving the right to reject or 7 accept the award, or enter into the Contract; 8

9 e. A price per unit cannot be determined from the Bid Proposal; 10

11 f. The Proposal form is not properly executed; 12

13 g. The Bidder fails to submit or properly complete a 14

Subcontractor list, if applicable, as required in 15 Section 1-02.6; 16

17 h. The Bidder fails to submit or properly complete a 18

Disadvantaged Business Enterprise Certification, if 19 applicable, as required in Section 1-02.6; 20

21 i. The Bid Proposal does not constitute a definite and 22

unqualified offer to meet the material terms of the Bid 23 invitation; or 24 25

j. More than one proposal is submitted for the same project 26 from a Bidder under the same or different names. 27

28 2. A Proposal may be considered irregular and may be rejected if: 29

30 a. The Proposal does not include a unit price for every Bid 31

item; 32 33

b. Any of the unit prices are excessively unbalanced (either 34 above or below the amount of a reasonable Bid) to the 35 potential detriment of the Contracting Agency; 36

37 c. Receipt of Addenda is not acknowledged; 38

39 d. A member of a joint venture or partnership and the joint 40

venture or partnership submit Proposals for the same project 41 (in such an instance, both Bids may be rejected); or 42

43 e. If Proposal form entries are not made in ink. 44

45

Page 63: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-13

1-02.14 Disqualification of Bidders 1 (******) 2 3 Delete this section and replace it with the following: 4

5 A Bidder will be deemed not responsible if the Bidder does not meet the 6 mandatory bidder responsibility criteria in RCW 39.04.350(1), as 7 amended; or does not meet Supplemental Criteria 1 through 8 in this 8 Section: 9 10 The Contracting Agency will verify that the Bidder meets the mandatory 11 bidder responsibility criteria in RCW 39.04.350(1), and Supplemental 12 Criteria 1. Evidence that the Bidder meets Supplemental Criteria 2 13 through 8 shall be provided by the Bidder as stated later in this Section. 14 15 1. Federal Debarment 16

17 A. Criterion: The Bidder shall not currently be debarred or 18

suspended by the Federal government. Contract award 19 shall not be made to parties listed on the governmentwide 20 exclusions in the System for Award Management (SAM), in 21 accordance with the OMB guidelines at 2 CFR 180 that 22 implement Executive Orders 12549 (3 CFR part 1986 23 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), 24 “Debarment and Suspension.” SAM Exclusions contains the 25 names of parties debarred, suspended, or otherwise 26 excluded by agencies, as well as parties declared ineligible 27 under statutory or regulatory authority other than Executive 28 Order 12549. 29

30 B. Documentation: The Bidder shall not be listed as having an 31

“active exclusion” on the U.S. government’s “System for 32 Award Management” database (www.sam.gov). 33

34 2. Delinquent State Taxes 35

36 A. Criterion: The Bidder shall not owe delinquent taxes to the 37

Washington State Department of Revenue without a 38 payment plan approved by the Department of Revenue. 39

40 B. Documentation: The Bidder shall, if and when required as 41

detailed below, sign a statement (on a form to be provided 42 by the Contracting Agency) that the Bidder does not owe 43 delinquent taxes to the Department of Revenue. If the 44 Bidder owes delinquent taxes, they must submit a written 45

Page 64: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-14

payment plan approved by the Department of Revenue, to 1 the Contracting Agency by the deadline listed below. 2

3 3. Claims Against Retainage and Bonds 4

5 A. Criterion: The Bidder shall not have a record of excessive 6

claims filed against the retainage or payment bonds for 7 public works projects in the 3 years prior to the bid submittal 8 date, that demonstrate a lack of effective management by 9 the Bidder of making timely and appropriate payments to its 10 subcontractors, suppliers, and workers, unless there are 11 extenuating circumstances and such circumstances are 12 deemed acceptable to the Contracting Agency. 13

14 B. Documentation: The Bidder shall, if and when required as 15

detailed below, sign a statement (on a form to be provided 16 by the Contracting Agency) that the Bidder has not had 17 claims against retainage and bonds in the 3 years prior to 18 the bid submittal date. If the Bidder has had claims against 19 retainage and bonds in the 3 years prior to the bid submittal 20 date, they shall submit a list of the public works projects 21 completed in the 3 years prior to the bid submittal date that 22 have had claims against retainage and bonds and include for 23 each project the following information: 24

25 Name of project 26 The owner and contact information for the owner; 27 A list of claims filed against the retainage and/or 28

payment bond for any of the projects listed; 29 A written explanation of the circumstances 30

surrounding each claim and the ultimate resolution of 31 the claim. 32

33 4. Public Bidding Crime 34

35 A. Criterion: The Bidder and/or its owners shall not have been 36

convicted of a crime involving bidding on a public works 37 contract in the 5 years prior to the bid submittal date. 38

39 B. Documentation: The Bidder, if and when required as 40

detailed below, shall sign a statement (on a form to be 41 provided by the Contracting Agency) that the Bidder and/or 42 its owners have not been convicted of a crime involving 43 bidding on a public works contract. 44

45

Page 65: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-15

5. Termination for Cause / Termination for Default 1 2

A. Criterion: The Bidder shall not have had any public works 3 contract terminated for cause or terminated for default by a 4 government agency in the 5 years prior to the bid submittal 5 date, unless there are extenuating circumstances and such 6 circumstances are deemed acceptable to the Contracting 7 Agency. 8

9 B. Documentation: The Bidder, if and when required as 10

detailed below, shall sign a statement (on a form to be 11 provided by the Contracting Agency) that the Bidder has not 12 had any public works contract terminated for cause or 13 terminated for default by a government agency in the 5 years 14 prior to the bid submittal date; or if Bidder was terminated, 15 describe the circumstances. 16

17 6. Lawsuits 18

19 A. Criterion: The Bidder shall not have lawsuits with judgments 20

entered against the Bidder in the 5 years prior to the bid 21 submittal date that demonstrate a pattern of failing to meet 22 the terms of contracts, unless there are extenuating 23 circumstances and such circumstances are deemed 24 acceptable to the Contracting Agency. 25

26 B. Documentation: The Bidder, if and when required as 27

detailed below, shall sign a statement (on a form to be 28 provided by the Contracting Agency) that the Bidder has not 29 had any lawsuits with judgments entered against the Bidder 30 in the 5 years prior to the bid submittal date that demonstrate 31 a pattern of failing to meet the terms of contracts, or shall 32 submit a list of all lawsuits with judgments entered against 33 the Bidder in the five years prior to the bid submittal date, 34 along with a written explanation of the circumstances 35 surrounding each such lawsuit. The Contracting Agency 36 shall evaluate these explanations to determine whether the 37 lawsuits demonstrate a pattern of failing to meet of terms of 38 construction related contracts. 39

40 7. Contract Time (Liquidated Damages) 41

42 A. Criterion: The Bidder shall not have had liquidated damages 43

assessed on any projects it has completed 5 years prior to 44 the bid submittal date that demonstrate a pattern of failing to 45

Page 66: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-16

meet contract time, unless there are extenuating 1 circumstances and such circumstances are deemed 2 acceptable to the Contracting Agency. 3

4 B. Documentation: The Bidder, if and when required as 5

detailed below, shall sign a statement (on a form to be 6 provided by the Contracting Agency) that the Bidder has not 7 had liquidated damages assessed on any projects it has 8 completed within the five years prior to the bid submittal 9 date, or shall submit a list of Projects with assessed 10 liquidated damages along with Owner contact information, 11 and number of days assessed liquidated damages. 12

13 8. Experience and Capacity 14

15 A. Criterion: The Bidder shall have sufficient current capacity 16

and experience to meet the requirements of this Project. 17 The Bidder shall have successfully completed at least three 18 projects, of a similar size and scope, during the 5-year 19 period immediately preceding the bid submittal deadline for 20 this project. Similar size is defined as a minimum of 21 60 percent of the bid amount submitted by the Bidder. 22

23 B. Documentation: The Bidder shall, if and when required as 24

detailed below, on a form to be provided by the Contracting 25 Agency, provide the Bidder’s gross dollar amount of work 26 currently under contract, the Bidder’s gross dollar amount of 27 contracts currently not completed, five major pieces of 28 equipment anticipated to be on the project and whether the 29 equipment is leased or owned, number of years the 30 contractor has been in business, number of superintendents 31 and their years of experience on staff, superintendent 32 assigned to this project and their number of years of 33 experience, and three project references of similar size and 34 scope during the five year period immediately preceding the 35 bid submittal deadline for this project. The Contracting 36 Agency may check owner references for the previous 37 projects and may evaluate the owner’s assessment of the 38 Bidder performance. 39

40 As evidence that the Bidder meets Supplemental Responsibility Criteria 2 41 through 8 stated above, the apparent two lowest Bidders must submit to 42 the Contracting Agency by 12:00 P.M. (noon) of the second business day 43 following the bid submittal deadline, a written statement verifying that the 44 Bidder meets Supplemental Criteria 2 through 8 together with supporting 45

Page 67: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-17

documentation (sufficient in the sole judgment of the Contracting Agency) 1 demonstrating compliance with Supplemental Responsibility Criteria 2 2 through 8. The Contracting Agency reserves the right to request further 3 documentation as needed from the low bidder and documentation from 4 other Bidders as well to assess Bidder responsibility and compliance with 5 all bidder responsibility criteria. The Contracting Agency also reserves the 6 right to obtain information from third-parties and independent sources of 7 information concerning a Bidder’s compliance with the mandatory and 8 supplemental criteria, and to use that information in their evaluation. The 9 Contracting Agency may consider mitigating factors in determining 10 whether the Bidder complies with the requirements of the Supplemental 11 Criteria. 12

13 The basis for evaluation of Bidder compliance with these mandatory and 14 Supplemental Criteria shall include any documents or facts obtained by 15 Contracting Agency (whether from the Bidder or third parties) including but 16 not limited to: (i) financial, historical, or operational data from the Bidder; 17 (ii) information obtained directly by the Contracting Agency from others for 18 whom the Bidder has worked, or other public agencies or private 19 enterprises; and (iii) any additional information obtained by the Contracting 20 Agency which is believed to be relevant to the matter. 21

22 If the Contracting Agency determines the Bidder does not meet the bidder 23 responsibility criteria above and is therefore not a responsible Bidder, the 24 Contracting Agency shall notify the Bidder in writing, with the reasons for 25 its determination. If the Bidder disagrees with this determination, it may 26 appeal the determination within 2 business days of the Contracting 27 Agency’s determination by presenting its appeal and any additional 28 information to the Contracting Agency. The Contracting Agency will 29 consider the appeal and any additional information before issuing its final 30 determination. If the final determination affirms that the Bidder is not 31 responsible, the Contracting Agency will not execute a contract with any 32 other Bidder until at least 2 business days after the Bidder determined to 33 be not responsible has received the Contracting Agency’s final 34 determination. 35 36 Request to Change Supplemental Bidder Responsibility Criteria Prior To 37 Bid: Bidders with concerns about the relevancy or restrictiveness of the 38 Supplemental Bidder Responsibility Criteria may make or submit requests 39 to the Contracting Agency to modify the criteria. Such requests shall be in 40 writing, describe the nature of the concerns, and propose specific 41 modifications to the criteria. Bidders shall submit such requests to the 42 Contracting Agency no later than 5 business days prior to the bid submittal 43 deadline and address the request to the Project Engineer or such other 44 person designated by the Contracting Agency in the Bid Documents. 45

Page 68: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-18

1 1-02.15 Pre-Award Information 2 (August 14, 2013 APWA GSP) 3 4 Delete this Section and replace it with the following: 5

6 Before awarding any Contract, the Contracting Agency may require one or 7 more of these items or actions of the apparent lowest responsible bidder: 8

9 1. A complete statement of the origin, composition, and 10

manufacture of any or all materials to be used, 11 12

2. Samples of these materials for quality and fitness tests, 13 14

3. A progress schedule (in a form the Contracting Agency 15 requires) showing the order of and time required for the 16 various phases of the work, 17

18 4. A breakdown of costs assigned to any bid item, 19

20 5. Attendance at a conference with the Engineer or 21

representatives of the Engineer, 22 23

6. Obtain, and furnish a copy of, a business license to do 24 business in the city or county where the work is located, 25

26 7. Any other information or action taken that is deemed 27

necessary to ensure that the Bidder is the lowest responsible 28 bidder. 29

30 1-03 AWARD AND EXECUTION OF CONTRACT 31 32 1-03.1 Consideration of Bids 33 (January 23, 2006 APWA GSP) 34 35 Revise the first paragraph to read: 36

37 After opening and reading proposals, the Contracting Agency will check 38 them for correctness of extensions of the prices per unit and the total 39 price. If a discrepancy exists between the price per unit and the extended 40 amount of any bid item, the price per unit will control. If a minimum bid 41 amount has been established for any item and the bidder’s unit or lump 42 sum price is less than the minimum specified amount, the Contracting 43 Agency will unilaterally revise the unit or lump sum price, to the minimum 44 specified amount and recalculate the extension. The total of extensions, 45

Page 69: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-19

corrected where necessary, including sales taxes where applicable and 1 such additives and/or alternates as selected by the Contracting Agency, 2 will be used by the Contracting Agency for award purposes and to fix the 3 Awarded Contract Price amount and the amount of the contract bond. 4

5 1-03.2 Award of Contract 6 (June 16, 2006 G&O GSP) 7 8 Delete this Section and replace it with the following: 9 10

Normally, Contract Award or bid rejection will occur within 60 calendar 11 days after bid opening. If the lowest responsible Bidder and the 12 Contracting Agency agree, this deadline may be extended. If they cannot 13 agree on an extension by the 60th calendar day deadline, the Contracting 14 Agency reserves the right to award the Contract to the next lowest 15 responsible Bidder or reject all bids. The Contracting Agency will notify 16 the successful Bidder of the Contract Award in writing. 17

18 1-03.3 Execution of Contract 19 (June 16, 2006 G&O GSP) 20 21 Delete this Section and replace it with the following: 22 23

Within 10 calendar days after the Award date, the successful Bidder shall 24 return the signed Contracting Agency-prepared Contract, an insurance 25 certification as required by Section 1-07.18, and satisfactory bonds as 26 required by law and Section 1-03.4. Before execution of the Contract by 27 the Contracting Agency, the successful Bidder shall provide any pre-28 Award information the Contracting Agency may require under 29 Section 1-02.15. 30 31 Until the Contracting Agency executes a Contract, no Proposal shall bind 32 the Contracting Agency nor shall any work begin within the project limits or 33 within Contracting Agency-furnished sites. The Contractor shall bear all 34 risks for any work begun outside such areas and for any materials ordered 35 before the Contract is executed by the Contracting Agency. 36 37 A written Notice to Proceed will be issued after the Contract has been 38 executed by the Contractor and the Contracting Agency, and the 39 performance and labor and material payment bonds, other required 40 certificates and documents and insurance certificates are approved by the 41 Contracting Agency or, where applicable, by State or Federal agencies 42 responsible for funding any portion of the project. 43

Page 70: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-20

1 (******) 2 This Section is supplemented with the following: 3  4

Contract Approval 5 6 A. The Contracting Agency and the Contractor will furnish the 7

Contracting Agency’s Attorney such evidence as required so that 8 the Contracting Agency’s Attorney can complete and execute 9 "Certificate of Owner's Attorney" (Part 3 – Exhibit I) before the 10 OWNER submits the executed Contract Documents to Agency for 11 approval. 12

13 B. Concurrence by USDA Rural Development in the award of the 14

CONTRACT is required before it is effective and the " USDA 15 Rural Development Concurrence" (Part 3 – Exhibit I), shall be 16 attached and made a part of the Agreement. 17

18 C. Neither the USDA Rural Development, nor any of its departments, 19

entities, or employees is a party to this CONTRACT. 20 21

D. The Project is financed in whole or in part by USDA Rural Utilities 22 Service pursuant to the Consolidated Farm and Rural Development 23 Act (7 USC Section 1921 et seq.). The Rural Utilities Service 24 programs are administered through the USDA Rural Development 25 offices, therefore, the Agency for these documents is USDA Rural 26 Development. 27

28 This CONTRACT shall not be effective unless and until concurred in by the 29 USDA Rural Development. 30 31 1-03.4 Contract Bond 32 (******) 33 34 Revise the first paragraph to read: 35 36

The successful bidder shall provide an executed performance and public 37 works payment bonds for the full contract amount. These bonds shall: 38 39

1. Be on Contracting Agency-furnished forms; 40

41

2. Be signed by an approved surety (or sureties) that: 42 43

a. Is registered with the Washington State Insurance 44 Commissioner; and 45

Page 71: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-21

1

b. Appears on the current Authorized Insurance List in the 2 State of Washington published by the Office of the Insurance 3 Commissioner. 4

5

3. Be conditioned upon the faithful performance of the contract by the 6 Contractor within the prescribed time; 7

8

4. Guarantee that the Contractor will perform and comply will all 9 obligations, duties, and conditions under the Contract including, but 10 not limited to, the duty and obligation to indemnify, defend, and 11 protect the Contracting Agency against all losses and claims 12 related directly or indirectly from any failure: 13

14

a. Of the Contractor (or any of the employees, subcontractors, 15 or lower tier subcontractors of the Contractor) to faithfully 16 perform and comply with the contract; or 17

18

b. Of the Contractor (or the subcontractors or lower tier 19 subcontractors of the Contractor) to pay all laborers, 20 mechanics, subcontractors, lower tier subcontractors, 21 materialperson, or any other person who provides supplies 22 or provisions for carrying out the work. 23

24

5. Be conditioned upon payment of taxes, increases, and penalties 25 incurred on the project under Titles 50, 51, and 82 RCW; and 26

27

6. Be accompanied by a power of attorney for the Surety’s officer 28 empowered to sign the bond; and 29

30

7. Be signed by an officer of the Contractor empowered to sign official 31 statements (sole proprietor or partner). If the Contractor is a 32 corporation, the bond must be signed by the president or vice-33 president, unless accompanied by written proof of the authority of 34 the individual signing the bond to bind the corporation (i.e., 35 corporate resolution, power of attorney or a letter to such effect by 36 the president or vice-president). 37

38 8. Contractor shall furnish performance and payment bonds, each in 39

an amount at least equal to the Contract Price as security for the 40 faithful performance and payment of all of Contractor’s obligations 41 under the Contract Documents. These bonds shall remain in effect 42 until two years after the date when final payment becomes due, 43

Page 72: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-22

except as provided otherwise by Law or Regulations or by the 1 Contract Documents. Contractor shall also furnish such other 2 bonds as are required by the Contract Documents. 3

4 9. All bonds shall be in the form prescribed by the Contract 5

Documents except as provided otherwise by Laws or Regulations, 6 and shall be executed by such sureties as are named in the current 7 list of “Companies Holding Certificates of Authority as Acceptable 8 Sureties on the Federal Bonds and as Acceptable Reinsuring 9 Companies” as published in Circular 570 (amended) by the 10 Financial Management Services, Surety Bond Branch, U.S. 11 Department of Treasury. All bonds signed by an agent must be 12 accompanied by a certified copy of the agent’s authority to act. 13 Approved surety companies are listed at 14 https://www.fiscal.treasury.gov/fsreports/ref/suretyBnd/c570_a-15 z.htm. 16

17 10. If the surety on any bond furnished by Contractor is declared 18

bankrupt or becomes insolvent or its right to do business is 19 terminated in any state where any part of the Project is located or it 20 ceases to meet the requirements of Paragraph B (above), 21 Contractor shall promptly notify Owner and Engineer and shall, 22 within 20 days after the event giving rise to such notification, 23 provide and another bond and surety, both of which shall comply 24 with the requirements of Paragraphs B and D. 25

26

11. All bonds required by the Contract Documents to be purchased and 27 maintained by Contractor shall be obtained from surety companies 28 that are duly licensed or authorized in the jurisdiction in which the 29 Project is located to issue bonds for the limits and coverages so 30 required. Such surety companies shall also meet such additional 31 requirements and qualifications as may be provided in the 32 Supplementary Conditions. 33

34 1-03.7 Judicial Review 35 (July 23, 2015 APWA GSP) 36 37 Revise this Section to read: 38

39 Any decision made by the Contracting Agency regarding the Award and 40 execution of the Contract or Bid rejection shall be conclusive subject to the 41 scope of judicial review permitted under Washington Law. Such review, if 42 any, shall be timely filed in the Superior Court of the county where the 43 Contracting Agency headquarters is located, provided that where an 44

Page 73: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-23

action is asserted against a county, RCW 36.01.05 shall control venue and 1 jurisdiction. 2

3 1-04 SCOPE OF THE WORK 4 5 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, 6 Specifications, and Addenda 7 (January 3, 2012 G&O GSP) 8 9 Delete the first two paragraphs of this Section and replace them with the 10 following: 11

12 The complete Contract includes these parts: Contract (Agreement) form, 13 bidder’s completed Proposal Form, the Standard Specifications for Road, 14 Bridge, and Municipal Construction and amendments thereto, Contract 15 Provisions, Plans, Standard Plans, addenda, all required certificates and 16 affidavits, performance and labor and material payment bonds, and 17 change orders. These parts complement each other in describing a 18 complete Work. Any requirement in one part binds as if stated in all parts. 19 The Contractor shall provide any work or materials clearly implied in the 20 Contract even if the Contract does not mention it specifically. 21

22 Any inconsistency in the parts of the Contract shall be resolved by 23 following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 24 over 4, and so forth): 25

26 1. Addenda, 27 2. Proposal Form and Agreement, 28 3. Special Provisions, 29 4. Contract Plans, 30 5. Amendments to the Standard Specifications, 31 6. WSDOT/APWA Standard Specifications for Road, Bridge 32

and Municipal Construction, 33 7. Contracting Agency’s Standard Plans (if any), and 34 8. WSDOT/APWA Standard Plans for Road, Bridge, and 35

Municipal Construction 36 37 38

Page 74: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-24

1-04.4 Changes 1 (******) 2 3 1-04.4(1) Minor Changes 4 (June 7, 2019 G&O GSP) 5 6 This Section is revised to read as follows: 7

8 Payments or credits for changes may be made under the Bid item “Minor 9 Changes.” At the discretion of the Contracting Agency, this procedure for 10 Minor Changes may be used in lieu of the more formal procedure as outlined 11 in Section 1-04.4, Changes. 12 13 The Contractor will be provided a copy of the completed order for Minor 14 Changes. The agreement for the Minor Changes will be documented by 15 signature of the Contractor, or notation of verbal agreement. If the Contractor 16 is in disagreement with anything required by the order for Minor Changes, 17 the Contractor may protest the order as provided in Section 1-04.5. 18 19 Payments will be determined in accordance with Section 1-09.4. For the 20 purpose of providing a common Proposal for all Bidders, the Contracting 21 Agency has entered an amount for “Minor Changes” in the Proposal to 22 become a part of the total Bid by the Contractor. The Contractor/Bidder is 23 cautioned that payment of any portion of this bid item is not guaranteed 24 unless such need arises during the performance of this project. Where 25 references are made herein to consider some work incidental to the Contract 26 and as such to merge the cost of incidental work into the various items bid, 27 no such costs shall be merged into this bid item. 28 29 All “Minor Change” work will be within the scope of the Contract Work and 30 will not change Contract Time. 31

32 1-04.4(3) USDA – Rural Development Approval of Changes 33 (******) 34 35 This Section is supplemented with the following: 36

37 All changes affecting the project's construction cost or modifications of the 38 terms or conditions of the contract must be authorized by means of a 39 written contract change order which is mutually agreed to by the 40 Contracting Agency and Contractor and is approved by the USDA-Rural 41 Development. The contract change order will include extra work, work for 42 which quantities have been altered from those shown in the bidding 43 schedule, as well as decreases or increases in the quantities of installed 44 units which are different than those shown in the bidding schedule 45

Page 75: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-25

because of final measurements. All changes must be recorded on a 1 contract change order before they can be included in a partial payment 2 estimate. 3 4

1-04.6 Variation in Estimated Quantities 5 (July 23, 2015 APWA GSP) 6 7 Delete the first paragraph of this Section and replace it with the following: 8

9 Payment to the Contractor will be made only for the actual quantities of 10 Work performed and accepted in conformance with the Contract. When 11 the accepted quantity of Work performed under a unit item varies from the 12 original Proposal quantity, payment will be at the unit Contract price for all 13 Work unless the total accepted quantity of any Contract item, adjusted to 14 exclude added or deleted amounts included in change orders accepted by 15 both parties, increases or decreases by more than 25 percent from the 16 original Proposal quantity, and if the total extended bid price for that item 17 at the time of award is equal to or greater than 10 percent of the total 18 Contract price at time of Award. In that case, payment for Contract Work 19 may be adjusted as described herein. 20

21 1-05 CONTROL OF WORK 22 23 1-05.1 Authority of the Engineer 24 (June 16, 2006 G&O GSP) 25 26 This Section is supplemented with the following: 27 28

The Engineer does not purport to be a safety expert, is not engaged in 29 that capacity under this Contract or the Engineer’s contract with the 30 Contracting Agency. The Engineer does not have either the authority or 31 the responsibility to enforce construction safety laws, rules, regulations or 32 procedures, or to order the stoppage of Work for claimed violations 33 thereof. From time to time, the Engineer may inform the Contractor of 34 conditions that may constitute safety issues or violations. Such 35 information will be provided solely to cooperate with and assist the 36 Contractor and shall not make the Engineer or Inspector responsible for 37 the enforcement of safety laws, rules, regulations or procedures. After 38 receiving information relating to safety issues from the Engineer, the 39 Contractor shall make its own examination and analysis of the situation 40 reported and take such action, if any, that the Contractor determines to be 41 appropriate. The Engineer’s performance of project representation and 42 observation services for the Contracting Agency shall not make the 43 Engineer responsible for the enforcement of safety laws, rules, regulations 44 or procedures. The Engineer also shall not be responsible for 45

Page 76: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-26

construction means, methods, techniques, sequences, or procedures or 1 for the Contractor’s failure to properly perform the Work, all of which are 2 entirely the responsibility of the Contractor. 3 4 The Engineer shall have no liability whatsoever to, or contractual 5 relationship with, the Contractor in any way relating to this Contract. The 6 Contracting Agency and the Contractor must look solely to each other for 7 the enforcement with respect to any rights, obligations, claims or liabilities 8 arising under or in any way relating to the Contract. Neither the authority 9 given to the Engineer herein, nor any action or service provided by the 10 Engineer or its subconsultants with regard to the Project, shall create any 11 duty owed by the Engineer or its subconsultants to the Contractor or a 12 cause of action against the Engineer or its subconsultants by Contractor. 13 14 Neither the Engineer nor any of its assistants or agents shall have any 15 power to waive any obligation of the Contract. The Engineer’s failure to 16 reject Work that is defective or otherwise does not comply with the 17 requirements of the Contract shall not constitute approval or acceptance 18 of the Work or relieve the Contractor of its obligations under the Contract, 19 notwithstanding that such Work have been estimated for payment or that 20 payments have been made for that Work. Neither shall such failure to 21 reject Work, nor any acceptance by the Engineer or by the Contracting 22 Agency of any part of or the whole of the Work bar a claim by the 23 Contracting Agency at any subsequent time for recovery of damages for 24 the cost of removal and replacement of any portions of the Work that do 25 not comply with the Contract. 26 27

1-05.2 Authority of Assistants and Inspectors 28 (June 16, 2006 G&O GSP) 29 30 This Section is supplemented with the following: 31

32 The presence or absence of an Inspector at the Work site will be at the 33 sole discretion of the Contracting Agency and will not in any way relieve 34 the Contractor of its responsibility to properly perform the Work as 35 required by the Contract Provisions. 36

37 The Inspector does not purport to be a safety expert, and is not engaged 38 in that capacity under this Contract or the Engineer’s contract with the 39 Contracting Agency. The Inspector does not have the authority or the 40 responsibility to enforce construction safety laws, rules, regulations or 41 procedures, or to order the stoppage of Work for claimed violations 42 thereof. From time to time, the Inspector may inform the Contractor of 43 conditions that may constitute safety issues or violations. Such 44 information will be provided solely to cooperate with and assist the 45

Page 77: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-27

Contractor and shall not make the Inspector or the Engineer responsible 1 for the enforcement of safety laws, rules, regulations or procedures. After 2 receiving information relating to safety issues from the Resident Engineer, 3 the Contractor shall make its own examination and analysis of the 4 situation reported and take such action, if any, that the Contractor 5 determines to be appropriate. The Inspector’s performance of project 6 representation and observation services shall not make the Inspector 7 responsible for the enforcement of safety laws, rules, regulations or 8 procedures; nor shall it make the Inspector responsible for construction 9 means, methods, techniques, sequences, or procedures, or for the 10 Contractor’s failure to properly perform the Work, all of which are entirely 11 the responsibility of the Contractor. 12

13 1-05.4 Conformity With and Deviation from Plans and Stakes 14 (February 15, 2008 G&O GSP) 15 16 Delete this Section and replace it with the following: 17

18 1-05.4(1) Description 19 20 The Contracting Agency will provide construction survey for this project as 21 specifically listed herein. The Contractor shall furnish all additional survey 22 he deems necessary beyond that stated below. All costs of Contractor 23 provided survey to include any additional calculations, surveying, and 24 measuring required for utilizing and maintaining the necessary lines and 25 grades provided by the Contracting Agency shall be the Contractor’s 26 responsibility and shall be considered incidental to the project, and as 27 such, merged in the various prices bid. The Contractor shall be 28 responsible for maintaining and the cost of resetting all Contracting 29 Agency-provided stakes, hubs, lath, nails, etc. All construction staking 30 provided by the Contracting Agency is on a “One-Time Basis” only. Any 31 restaking required due to stakes being removed, lost, damaged, or 32 displaced by the Contractor, Contractor’s subcontractor, Contractor’s 33 material suppliers, or others working directly or indirectly for the Contractor 34 shall be replaced at the Contractor’s expense. As such, the Contracting 35 Agency’s surveyors will be employed for this restaking. The Contractor 36 shall be charged by the Contracting Agency at $200.00 per hour including 37 travel time and the cost of this work shall be deleted from money due the 38 Contractor. 39 40 The meaning of words and terms used in this provision shall be as listed in 41 “Definitions of Surveying and Associated Terms” current edition, published 42 by the American Congress on Surveying and Mapping, and the American 43 Society of Civil Engineers. 44 45

Page 78: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-28

Contracting Agency provided survey shall include one set of the following: 1 2

1. Contracting Agency will establish the centerlines of all 3 alignments, by placing hubs, stakes, nails, or marks on 4 centerline or on offsets to centerline, including the beginning 5 and end points of horizontal and vertical curves. Centerline 6 alignment points will be set at intervals of approximately 100 7 feet. 8

9 2. Contracting Agency will establish clearing limits, placing 10

stakes at all major angle points and at intermediate points at 11 approximately 100-foot intervals. 12 13

3. Contracting Agency will establish grading limits, placing 14 slope stakes at centerline increments of approximately 50 15 feet. Contracting Agency will establish offset reference to all 16 slope stakes. 17 18

4. Contracting Agency will establish the horizontal and vertical 19 location of all major sanitary, storm, and water structures, 20 placing offset stakes to all sanitary, storm, and water 21 structures. An offset line will be staked for the horizontal 22 sanitary and storm pipe alignment as follows: one stake at 23 25 foot and one stake at 100-foot stations, as measured 24 upstream from structures. Water mains will be staked at 25 tees, angle points, and at approximate 200-foot intervals. 26 27

5. Contracting Agency will establish centerline subgrade 28 roadbed elevations by placing cut/fill stakes. Contracting 29 Agency will establish centerline final surfacing grades by 30 placing grade stakes to top of gravel elevations. Subgrade 31 and top of gravel stakes will be set at horizontal intervals not 32 greater than 50 feet in tangent sections and 25 feet in more 33 severe vertical curve transitions. 34 35

6. Contracting Agency will establish intermediate elevation 36 benchmarks, and/or control points, as needed to check work 37 throughout the project. 38 39

7. Contracting Agency will place offset stakes for “TBC” top 40 back of curb in curb at horizontal intervals not greater than 41 50 feet in tangent sections and 25 feet in vertical curve 42 transitions, including curb returns, mid-point in curb returns 43 and radius point. 44 45

Page 79: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-29

8. Contracting Agency will provide one-time staking and layout, 1 to adequately locate, construct, and check the specific 2 construction activity as follows: 3

4 Block or modular block walls will be staked with a 5

single offset line to the bottom face of wall, placing 6 stakes at beginning and end of walls, horizontal angle 7 points/curves and at approximately 50-foot intervals. 8

Illumination poles, signal poles, junction boxes, and 9 sign posts will be staked with a single offset point. 10

Channelization striping will NOT be staked by the 11 Contracting Agency. Rather it shall be staked/located 12 by the Contractor and reviewed in the field by the 13 Engineer prior to its installation. 14

15 9. Contracting Agency will establish horizontal locations of 16

additional project items only if such locations cannot be 17 readily determined from other project features and details in 18 the Contract Documents, including but not limited to the 19 following: 20

21 Fencing and railings (including gates), guardrail, 22

centerline of ADA ramps, centerline of driveway 23 approaches, concrete stairs, traffic signal loops, 24 control cabinets/service cabinets, landscaping, 25 irrigation facilities and sawcuts. 26

27 The Contractor shall provide the Contracting Agency copies of any 28 calculations and staking data performed by the Contractor when 29 requested by the Engineer. 30 31 Stakes shall be marked in accordance with the Plans. When stakes are 32 needed that are not described in the Plans, those stakes shall be marked 33 as directed by the Engineer. 34 35 The Contracting Agency is responsible for locating and referencing those 36 monuments shown on the Plans, of being removed or destroyed during 37 construction, and preparing the state forms for those monuments only. 38 The Contractor shall protect all survey markers and monuments unless 39 shown otherwise on the Plans. It is anticipated that some survey markers, 40 monuments, and property corners will be disturbed or destroyed by 41 construction operations. In the event the Contractor disturbs or destroys 42 any survey marker during the course of construction, not indicated to be 43 removed/replaced on the Plans, the Contractor shall bear all costs of 44

Page 80: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-30

survey, resetting, legal claims, filing state forms, and any and all costs 1 associated with this item. 2 3 All survey markers, property corners, or monuments, not shown on the 4 plans to be replaced, shall be protected and preserved as specified 5 herein. The Contractor shall employ a land surveyor registered in the 6 State of Washington and acceptable to the Contracting Agency and submit 7 name, address, and telephone number of surveyor before starting 8 construction. 9

10 The Contractor shall maintain a complete and accurate reference record 11 of all survey markers, monuments, property corners, etc., on this project. 12 No such marker, monument, pin, or point shall be removed or disturbed 13 prior to “reference” points being established by said land surveyor. Any 14 and all State forms required for temporary removal of such a marker, 15 monument, or property corner/stake shall be procured and processed by 16 the contractor’s licensed land surveyor. A copy of this form(s) shall be 17 given to the Contracting Agency. 18 19 The Contractor shall provide traffic control sufficient to permit the Engineer 20 to set those points and elevations that are the responsibility of the 21 Contracting Agency and to perform random checks of the surveying 22 performed by the Contractor. 23 24 The Contractor shall keep the Engineer informed of staking requirements 25 to provide the Engineer with adequate time to set the stakes for which the 26 Contracting Agency is responsible. Contractor requests for stakes shall 27 be made, in writing on the form provided by the Engineer, at least 3 full 28 working days before the Engineer is required to begin the staking 29 operation. 30

31 1-05.4(2) Payment 32 33 All costs to prepare and implement any additional survey work as required 34 by the Contractor to complete the Work, including maintaining, resetting, 35 referencing, resurveying, checking, replacement of missing or damaged 36 stakes, and coordination efforts shall be included in the bid prices for the 37 various items associated with the survey work. 38

39 40

Page 81: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-31

1-05.7 Removal of Defective and Unauthorized Work 1 (******) 2 3 This Section is supplemented with the following: 4 5

If the Contractor fails to remedy defective or unauthorized work within the 6 time specified in a written notice from the Contracting Agency, or fails to 7 perform any part of the Work required by the Contract, the Engineer may 8 correct and remedy such work as may be identified in the written notice 9 with Contracting Agency forces or by such other means as the Contracting 10 Agency may deem necessary. 11 12 If the Contractor fails to comply with a written order to remedy what the 13 Engineer determines to be an emergency or urgent situation, the 14 Contracting Agency may have the defective work corrected immediately, 15 have the rejected work removed and replaced, or have work that the 16 Contractor refuses or fails to perform completed by others. An emergency 17 or urgent situation is any situation when, in the opinion of the Engineer, a 18 delay in taking remedial action could be potentially unsafe and may cause 19 risk of personal injury, property damage, or economic loss to the public, 20 the Work, or the Contracting Agency. 21 22 Direct or indirect costs incurred by the Contracting Agency attributable to 23 correcting and remedying defective or unauthorized work, or work the 24 Contractor failed or refused to perform, shall be paid by the Contractor. 25 Payment will be deducted by the Contracting Agency from monies due, or 26 to become due, the Contractor. Such direct and indirect costs shall 27 include, without limitation, compensation for additional professional 28 services required, and costs for repair and replacement of work of others 29 destroyed or damaged by correction, removal, or replacement of the 30 Contractor’s defective or unauthorized work. 31 32 If, instead of requiring correction or removal and replacement of defective 33 Work, the Contracting Agency prefers to accept it, the Contracting Agency 34 may do so (subject, if such acceptance occurs prior to final payment, to 35 Engineer’s confirmation that such acceptance is in general accord with the 36 design intent and applicable engineering principles, and will not endanger 37 public safety). Contractor shall pay all claims, costs, losses, and damages 38 attributable to Contracting Agency’s evaluation of and determination to 39 accept such defective Work (such costs to be approved by Engineer as to 40 reasonableness), and for the diminished value of the Work to the extent 41 not otherwise paid by Contractor. If any such acceptance occurs prior to 42 final payment, the necessary revisions in the Contract Documents with 43 respect to the Work shall be incorporated in a Change Order. If the parties 44 are unable to agree as to the decrease in the Contract Price, reflecting the 45

Page 82: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-32

diminished value of Work so accepted, then the Contracting Agency may 1 impose a reasonable set-off against payments due to the Contractor. If the 2 acceptance of defective Work occurs after final payment, Contractor shall 3 pay an appropriate amount to the Contracting Agency. 4 5 No extension of the Contract time or additional compensation will be 6 allowed because of any delay in the performance of the Work attributable 7 to the Contracting Agency’s exercise of its rights provided by this Section. 8 9 The rights provided to the Contracting Agency by this Section shall not 10 diminish the Contracting Agency’s right to pursue any other or additional 11 remedy with respect to the Contractor’s failure to perform the Work as 12 required. 13

14 1-05.11 Final Inspection 15 (June 16, 2006 G&O GSP) 16 17 Delete this Section and replace it with the following: 18 19

1-05.11 Final Inspections and Operational Testing (New Section) 20 (June 16, 2006 G&O GSP) 21

22 1-05.11(1) Substantial Completion Date 23 24 When the Contractor considers the Work to be substantially complete, the 25 Contractor shall notify the Engineer in writing and request that the 26 Engineer establish the Substantial Completion Date. The Contractor’s 27 notice shall list the specific items of the Work that remain to be completed 28 in order to achieve physical completion. The Engineer will schedule an 29 inspection of the Work with the Contractor to determine the status of 30 completion. The Engineer may also establish the Substantial Completion 31 Date unilaterally. 32 33 If, after inspection, the Engineer concurs with the Contractor that the Work 34 is substantially complete and ready for its intended use, the Engineer, by 35 written notice to the Contractor, will establish the Substantial Completion 36 Date. If, after inspection, the Engineer does not consider the Work to be 37 substantially complete and ready for its intended use, the Engineer will 38 notify the Contractor in writing and provide the reasons therefore. 39

40 Upon receipt of written notice either establishing the Substantial 41 Completion Date or informing the Contractor that the Work is not 42 substantially complete, whichever is applicable, the Contractor shall 43 pursue vigorously, diligently and without unauthorized interruption, the 44 work necessary to reach substantial completion and physical completion 45

Page 83: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-33

of the Work. The Contractor shall provide the Engineer with a revised 1 schedule indicating when the Contractor expects to reach substantial and 2 physical completion of the Work. 3 4 The above process shall be repeated until the Engineer establishes the 5 Substantial Completion Date and the Contractor considers the Work 6 physically complete and ready for final inspection. 7 8 1-05.11(2) Final Inspection and Physical Completion Date 9 10 When the Contractor considers the Work to be physically complete and 11 ready for final inspection, the Contractor shall provide written notice to the 12 Engineer requesting a final inspection. The Engineer will then schedule a 13 date for final inspection. The Engineer and the Contractor will then make 14 a final inspection, and the Engineer will notify the Contractor in writing of 15 all particulars in which the final inspection reveals the Work to be 16 incomplete or unacceptable. The Contractor shall immediately take such 17 corrective measures as are necessary to remedy the listed deficiencies. 18 Corrective work shall be pursued vigorously, diligently, and without 19 interruption until the listed deficiencies have been completed. This process 20 will continue until the Contracting Agency is satisfied the listed deficiencies 21 have been corrected and the Work is physically complete. 22 23 If action to correct the listed deficiencies is not initiated within seven days 24 after receipt of the written notice listing the deficiencies, the Contracting 25 Agency may, upon written notice to the Contractor, take whatever steps 26 are necessary to correct those deficiencies pursuant to Section 1-05.7. 27 The Contractor will not be allowed any extension of the Contract time or 28 additional compensation because of a delay in the performance of the 29 Work attributable to the exercise of the Contracting Agency’s rights 30 hereunder. 31 32 Upon correction of all deficiencies, the Engineer will notify the Contractor 33 and the Contracting Agency, in writing, of the date upon which the Work 34 was considered physically complete. That date shall constitute the 35 Physical Completion Date of the Contract, but shall not constitute 36 acceptance of the Work or imply that all the obligations of the Contractor 37 under the Contract have been fulfilled. 38

39

Page 84: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-34

Add the following new section: 1 2

1-05.12(1) 2-Year Guarantee Period 3 (March 8, 2013 APWA GSP) 4 5 The Contractor shall return to the project and repair or replace all defects 6 in workmanship and material discovered within two years after Final 7 Acceptance of the Work. The Contractor shall start work to remedy any 8 such defects within 7 calendar days of receiving Contracting Agency’s 9 written notice of a defect, and shall complete such work within the time 10 stated in the Contracting Agency’s notice. In case of an emergency, 11 where damage may result from delay or where loss of services may result, 12 such corrections may be made by the Contracting Agency’s own forces or 13 another contractor, in which case the cost of corrections shall be paid by 14 the Contractor. In the event the Contractor does not accomplish 15 corrections within the time specified, the work will be otherwise 16 accomplished and the cost of same shall be paid by the Contractor. 17 18 When corrections of defects are made, the Contractor shall then be 19 responsible for correcting all defects in workmanship and materials in the 20 corrected work for two years after acceptance of the corrections by 21 Contracting Agency. 22 23 This guarantee is supplemental to and does not limit or affect the 24 requirements that the Contractor’s work comply with the requirements of 25 the Contract or any other legal rights or remedies of the Contracting 26 Agency. 27

28 1-05.13 Superintendents, Labor and Equipment of Contractor 29 (August 14, 2013 APWA GSP) 30

31 Delete the sixth and seventh paragraph of this Section. 32

33 1-05.15 Method of Serving Notices 34 (March 25, 2009 APWA GSP) 35

Revise the second paragraph to read: 36 37

All correspondence from the Contractor shall be directed to the Project 38 Engineer. All correspondence from the Contractor constituting any 39 notification, notice of protest, notice of dispute, or other correspondence 40 constituting notification required to be furnished under the Contract, must 41 be in paper format, hand delivered or sent via mail delivery service to the 42 Project Engineer's office. Electronic formats such as e-mails or 43 electronically delivered copies of correspondence will not constitute such 44

Page 85: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-35

notice and will not comply with the requirements of the Contract. 1 2 Add the following new section: 3 4

1-05.16 Water and Power (New Section) 5 (******) 6

7 The Contractor shall make necessary arrangements, and shall bear 8 the costs for power and water necessary for the performance of the 9 work, unless the Contract includes power and water as a pay item. 10 11 The Contractor may use City water. A hydrant meter will need to 12 be procured from the City. Any water tank or trucks to be filled 13 must have an air gap to prevent backflow contamination. 14

15 1-06 CONTROL OF MATERIAL 16 (******) 17 18 This Section is supplemented with the following: 19 20

Schedule C: Water Improvements shall be subject to following 21 requirements: 22 23

American Iron and Steel 24 In accordance with USDA-Rural development requirements, American 25 Iron and Steel (AIS) Requirements mandated by Section 746 Division A 26 Title VII of the Consolidated Appropriations Act of 2017 (Agriculture, 27 Rural Development, Food and Drug Administration, and Related 28 Agencies Appropriations Act, 2017) and subsequent statutes mandating 29 domestic preference shall apply to this project. AIS requirements are 30 further described in USDA RUS Bulletin 1780-35 Major quantities of 31 steel and iron construction material that is permanently incorporated into 32 the project shall consist of American-made materials only. AIS does not 33 apply to temporary steel items. Installation of materials that are non-34 compliant with American Iron and Steel requirements shall be 35 considered defective work. and they shall be removed and replaced with 36 compliant materials solely at the Contractor’s expense. 37 38 It is the responsibility of the Contractor before submitting a Bid to 39 become familiar with and satisfy itself as to all Laws and Regulations 40 that may affect cost, progress, and performance of the Work including 41 but not limited to American Iron and Steel requirements as mandated by 42 Section 746 of Title VII of the Consolidated Appropriations Act of 2017 43 (Division A - Agriculture, Rural Development, Food and Drug 44

Page 86: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-36

Administration, and Related Agencies Appropriations Act, 2017) and 1 subsequent statutes mandating domestic preference. 2 3 Certifications” means the following: 4 • Manufacturers’ certification is documentation provided by the 5

manufacturer or fabricator to various entities stating that the iron 6 and steel products to be used in the project are produced in the 7 United States in accordance with American Iron and Steel (AIS) 8 Requirements. If items are purchased via a supplier, distributor, 9 vendor, etc. vs. from the manufacturer or fabricator directly, then 10 the supplier, distributor, vendor, etc. will be responsible for 11 obtaining and providing these certification letters to the parties 12 purchasing the products. 13

• Engineers’ certification is documentation that plans, 14 specifications, and bidding documents comply with AIS. 15

• Contractors’ certification is documentation submitted upon 16 substantial completion of the project that all iron and steel 17 products installed were produced in the United States. 18

19 “Coating” means a covering that is applied to the surface of an object. If 20 a coating is applied to the external surface of a domestic iron or steel 21 component, and the application takes place outside of the United States, 22 said product would be considered a compliant product under the AIS 23 requirements. Any coating processes that are applied to the external 24 surface of iron and steel components that would otherwise be AIS 25 compliant would not disqualify the product from meeting the AIS 26 requirements regardless of where the coating processes occur, provided 27 that final assembly of the product occurs in the United States. This 28 exemption only applies to coatings on the external surface of iron and 29 steel components. It does not apply to coatings or linings on internal 30 surfaces of iron and steel products, such as the lining of lined pipes. All 31 manufacturing processes for lined pipes, including the application of 32 pipe lining, must occur in the United States for the product to be 33 compliant with AIS requirements. 34 35 “Construction materials” are those articles, materials, or supplies made 36 primarily of iron and steel, that are permanently incorporated into the 37 project, not including mechanical and/or electrical components, 38 equipment and systems. Some of these products may overlap with what 39 is also considered “structural steel”. 40 Note: Mechanical and electrical components, equipment and systems 41 are not considered construction materials. See definition of mechanical 42 and electrical equipment. 43 44

Page 87: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-37

“De minimis incidental components” are various miscellaneous low-cost 1 components that are essential for, but incidental to, the construction and 2 are incorporated into the physical structure of the project. Examples of 3 incidental components could include small washers, screws, fasteners 4 (such as “off the shelf” nuts and bolts), miscellaneous wire, corner bead, 5 ancillary tube, signage, trash bins, door hardware etc. 6 Costs for such de minimis incidental components cumulatively may 7 comprise no more than a total of five percent of the total cost of the 8 materials used in and incorporated into a project; the cost of an 9 individual item may not exceed one percent of the total cost of the 10 materials used in and incorporated into a project. 11 12 “General contractor” is the individual or entity with which the applicant 13 has contracted (or is expected to) to perform construction services (or 14 for water and waste projects funded by the programs subject to AIS 15 requirements). This includes bidders, contractors that have received an 16 award from the applicant and any party having a direct contractual 17 relationship with the owner/applicant. A general contractor is often 18 referred to as the prime contractor. 19 20 “Iron and steel products” are defined as the following products made 21 primarily of iron or steel: lined or unlined pipes and fittings, manhole 22 covers and other municipal castings, hydrants, tanks, flanges, pipe 23 clamps and restraints, valves, structural steel, reinforced precast 24 concrete, and construction materials. Only items on the above list made 25 primarily of iron or steel, permanently incorporated into the project must 26 be produced in the United States. For example trench boxes, scaffolding 27 or equipment, which are removed from the project site upon completion 28 of the project, are not required to be made of U.S. Iron or Steel. 29 30 “Manufacturers” meaning a supplier, fabricator, distributor, materialman, 31 or vendor is an entity with which the applicant, general contractor or with 32 any subcontractor has contracted to furnish materials or equipment to 33 be incorporated in the project by the applicant, contractor or a 34 subcontractor. 35 36 “Manufacturing processes” are processes such as melting, refining, 37 forming, rolling, drawing, finishing, and fabricating. Further, if a domestic 38 iron and steel product is taken out of the United States for any part of 39 the manufacturing process, it becomes foreign source material. 40 However, raw materials such as iron ore, limestone and iron and steel 41 scrap are not covered by the AIS requirement, and the material(s), if 42 any, being applied as a coating are similarly not covered. Non-iron or 43 steel components of an iron and steel product may come from non-US 44 sources. For example, for products such as valves and hydrants, the 45

Page 88: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-38

individual non-iron and steel components do not have to be of domestic 1 origin. Raw materials, such as iron ore, limestone, scrap iron, and scrap 2 steel, can come from non-U.S. sources. 3 4 “Mechanical equipment” is typically that which has motorized parts 5 and/or is powered by a motor. “Electrical equipment” is typically any 6 machine powered by electricity and includes components that are part of 7 the electrical distribution system. AIS does apply to mechanical 8 equipment. 9 10 “Minor components” are components within an iron and/or steel product 11 otherwise compliant with the American Iron and Steel requirements. This 12 is different from the de minimis definition where de minimis pertains to 13 the entire project and the minor component definition pertains to a single 14 product. This waiver, would allow non-domestically produced 15 miscellaneous minor components comprising up to five percent of the 16 total material cost of an otherwise domestically produced iron and steel 17 product to be used. However, unless a separate waiver for a product 18 has been approved, all other iron and steel components in said product 19 must still meet the AIS requirements. This waiver does not exempt the 20 whole product from the AIS requirements only minor components within 21 said product and the iron or steel components of the product must be 22 produced domestically. Valves and hydrants are also subject to the cost 23 ceiling requirements described here. Examples of minor components 24 could include items such pins and springs in valves/hydrants, 25 bands/straps in couplings, and other low cost items such as small 26 fasteners etc. 27 28 “Municipal castings” are cast iron or steel infrastructure products that are 29 melted and cast. They typically provide access, protection, or housing 30 for components incorporated into utility owned drinking water, storm 31 water, wastewater, and solid waste infrastructure. See Exhibit E for 32 examples. 33 34

“Primarily iron or steel” is defined as a product made of greater than 50 35 percent iron or steel, measured by cost. The cost should be based on 36 the material costs. An exception to this definition is reinforced precast 37 concrete (see Definitions). All technical specifications and applicable 38 industry standards (e.g. NIST, NSF, AWWA) must be met. If a product is 39 determined to be less than 50 percent iron and steel, the AIS 40 requirements do not apply. 41 42 For example, the cost of a fire hydrant includes: 43 44

Page 89: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-39

(1) The cost of materials used for the iron portion of a fire hydrant 1 (e.g. bonnet, body and shoe); and 2

(2) The cost to pour and cast to create those components (e.g. labor 3 and energy). 4

5 Not included in the cost are: 6 7 (1) The additional material costs for the non-iron and steel internal 8

workings of the hydrant (e.g. stem, coupling, valve, seals, etc.); 9 and 10

(2) The cost to assemble the internal workings into the hydrant body. 11 12 “Produced in the United States” means that the production in the United 13 States of the iron or steel products used in the project requires that all 14 manufacturing processes must take place in the United States, with the 15 exception of metallurgical processes involving refinement of steel 16 additives. 17 18 “Reinforced Precast Concrete” may not consist of at least 50 percent 19 iron or steel, but the reinforcing bar and wire must be produced in the 20 United States and meet the same standards as for any other iron or 21 steel product. Additionally, the casting of the concrete product must take 22 place in the United States. The cement and other raw materials used in 23 concrete production are not required to be of domestic origin. If the 24 reinforced concrete is cast at the construction site, the reinforcing bar 25 and wire are considered to be a construction material and must be 26 produced in the United States. 27 28 “Steel” means an alloy that includes at least 50 percent iron, between 29 0.02 and 2 percent carbon, and may include other elements. Metallic 30 elements such as chromium, nickel, molybdenum, manganese, and 31 silicon may be added during the melting of steel for the purpose of 32 enhancing properties such as corrosion resistance, hardness, or 33 strength. The definition of steel covers carbon steel, alloy steel, stainless 34 steel, tool steel, and other specialty steels. 35 36 “Structural steel” is rolled flanged shapes, having at least one dimension 37 of their cross-section three inches or greater, which are used in the 38 construction of bridges, buildings, ships, railroad rolling stock, and for 39 numerous other constructional purposes. Such shapes are designated 40 as wide-flange shapes, standard I-beams, channels, angles, tees, and 41 zees. Other shapes include but are not limited to, H-piles, sheet piling, 42 tie plates, cross ties, and those for other special purposes. 43 44

Page 90: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-40

The Contractor shall provide manufacturers’ certification letters for any 1 iron and steel product with all applicable submittals to verify the products 2 comply with AIS. The manufacturers’ certification letters shall be in the 3 form provided as an appendix in these specifications, or such other form 4 the Contractor chooses, provided it contains the same information. 5 6 Prior to construction the Contractor shall ensure that copies of 7 manufacturers’ certification letters for any AIS products to be used in the 8 project area in the project file on site prior to installation. The Contractor 9 shall keep copies of the manufacturers’ certification letters for AIS 10 products on site for the duration of the project. For any AIS products 11 proposed in a change proposal, the Contractor shall provide 12 manufacturers’ certification letters to the Contracting Agency to verify the 13 products comply with AIS prior to installation of the items. Failure of the 14 Contractor to provide manufacturers’ certification letters for all required 15 materials shall require immediate removal and replacement of the items 16 with AIS compliant materials at the sole expense of the Contractor. 17 18 In addition, to claim the Deminimis Waiver, Contractor shall maintain an 19 itemized list of incidental components and ensure that the cost is less 20 than 5% of total materials cost for project; for the Minor Components 21 Waiver, the Contractor shall maintain a list of products to which the 22 minor components waiver applies and the cost of the nondomestically 23 produced component is less than 5% of total materials cost of that 24 product. 25 26 The Contractor shall acknowledge responsibility for compliance with AIS 27 requirements by signing change orders and progress estimates. 28 Payment for items requiring AIS compliance shall not be made for any 29 items deemed by the Contracting Agency to be non-AIS compliant. 30 31 Contractor shall certify upon Substantial Completion that all Work and 32 Materials has complied with American Iron and Steel requirements as 33 mandated by Section 746 of Title VII of the Consolidated Appropriations 34 Act of 2017 (Division A - Agriculture, Rural Development, Food and Drug 35 Administration, and Related Agencies Appropriations Act, 2017) and 36 subsequent statutes mandating domestic preference. Contractor shall 37 provide said Certification to the Contracting Agency. Refer to General 38 Contractor’s Certification Letter provided in these Contract Documents. 39

40 41

Page 91: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-41

1-06.1 Approval of Materials Prior to Use 1 (January 3, 2012 G&O GSP) 2 3 This Section is supplemented with the following: 4 5

The Contractor shall be responsible for the accuracy and completeness of 6 the information contained in each QPL and RAM submittal and shall 7 ensure that all material, equipment or method of work shall be as 8 described in the QPL and approved RAM. The Contractor shall verify that 9 all features of all products conform to the requirements of the Contract and 10 Plans. The Contractor shall ensure that there is no conflict with other 11 submittals and specifically notify the Contracting Agency in each case 12 where the Contractor’s submittal may affect the work of another contractor 13 or the Contracting Agency. The Contractor shall ensure coordination of 14 submittals among the related crafts and subcontractors. If the Contractor 15 proposes to provide material, equipment, or a method of work, which 16 deviates from the Contract, the Contractor shall indicate so on the 17 transmittal form accompanying the QPL and/or RAM submittals and 18 submit a written request to the Engineer for approval of the proposed 19 substitution. 20 21 Submittals required for the Work shall include any or all of the following, as 22 required by the Contract: 23

24 a. Manufacturer's literature 25 b. Shop drawings 26 c. Material samples 27 d. Test reports 28

29 Timing of Product Submittals 30 31 All submittal information shall be sent to the Engineer through the 32 Contractor. 33 34 All submittals shall be provided far enough in advance of installation to 35 allow sufficient time for reviews and necessary approvals. 36

37 The Contractor shall allow at least 14 calendar days for the Engineer's 38 review of all submittals. 39 40 Number of Submittals 41 42 The Contractor shall submit four (min.) copies of each QPL and RAM 43 submittal. One (min.) copy will be returned to the Contractor and three 44 (min.) will be retained by the Contracting Agency and Engineer. In lieu of 45

Page 92: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-42

submitting hard copies the Contractor may submit QPLs and RAMs 1 electronically. 2

3 Resubmittals 4 5 When a submittal is resubmitted for any reason, it shall be resubmitted 6 referencing the previous RAM # and the number of times it has been 7 resubmitted (RAM # - times resubmitted). 8 9 Delays 10 11 All costs of delays caused by the failure of the Contractor to provide 12 submittals in a timely manner will be borne by the Contractor. 13 14 Payment 15

16 The cost to prepare and submit submittals, equipment manuals, testing, 17 and materials samples shall be included in the bid prices for various items 18 associated with the required submittals. 19

20 1-06.1(2) Request for Approval of Material (RAM) 21 (June 16, 2006 G&O GSP) 22 23 This Section is supplemented with the following: 24 25

Submittal Information 26 Shop, catalog, and other appropriate drawings shall be submitted to the 27 Engineer for review prior to fabrication or ordering of all equipment or 28 materials specified. Submittal documents shall be clearly edited to 29 indicate only those items, models, or series of materials or equipment 30 which are being submitted for review. All extraneous materials shall be 31 crossed out or otherwise obliterated. 32 33 Shop drawings shall be submitted in the form of blue-line or black-line 34 prints of each sheet. Blueprint submittals will not be acceptable. 35 36 All shop drawings shall be accurately drawn to a scale sufficiently large 37 enough to show pertinent features and methods of connection or jointing. 38 Figure dimensions shall be used on all shop drawings, as opposed to 39 scaled dimensions. 40 41 All shop drawings shall bear the Contractor's certification that the 42 Contractor has reviewed, checked, and approved the shop drawings. 43

44 45

Page 93: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-43

1-06.2(1) Samples and Test for Acceptance 1 (January 3, 2012 G&O GSP) 2 3 This Section is supplemented with the following: 4 5

The Contractor shall be responsible for all materials testing specified in 6 the Contract Provisions. The materials testing laboratory shall be 7 accredited for performing the various testing methods either by AASHTO 8 R18, AASHTO 150/IEC 17025, or the American Association for Laboratory 9 Accreditation and further approved by the Contracting Agency. Test 10 methods shall be completed in accordance with the current WSDOT 11 Standard Specifications and Construction Manual. The Engineer or the 12 Inspector shall specify the items or areas to be tested. The materials 13 testing laboratory shall send test results directly to the Contracting 14 Agency. Any area that does not meet the material gradation and/or 15 compaction test requirements shall be repaired/replaced at the 16 Contractor’s expense. Areas that do not meet compaction test 17 requirements shall be retested at the Contractor’s expense. Locations for 18 testing and retesting shall be selected and marked by the Engineer. 19

20 The maximum density and optimum moisture content methods shall be in 21 accordance with the Contract Provisions. The frequency and type of 22 testing the Contractor shall provide is listed below: 23 24

Earthwork 25 26 Item Location Test Testing FrequencyUndisturbed Native Soil

Structures In Place Density(3)

Two random tests in building footings and two tests on subgrade within

Moisture Density Relationship (Modified Proctor)

One test and any time material type changes.

Fills and Backfills

Structures (adjacent to)

In Place Density(3)

One test per structure Backfills per 2,000 sq. ft. taken 12 inches below finished Grade.

Moisture Density Relationship (Modified Proctor)

One test and any time material type changes.

Page 94: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-44

Subgrades Site In Place Density(3)

One test per lift per 2,500 sq. ft.

Moisture Density Relationship (Modified Proctor)

One test and any time material type changes.

Embankments or Borrow

Any In Place Density(3)

One test per lift per 500 cubic yards placed.

1 Trenching 2

3 Item Test Testing Frequency Pipe Bedding Gradation(1) One for each material

source. Moisture Density

Relationship (Modified Proctor)

One test and any time material changes

Trench Backfill Gradation(1) One for each material source.

In-Place Density(1)(2)(3)(4) One every 100 feet of trench and every 2 feet in depth of backfill material.

Moisture Density Relationship (Modified Proctor)(3)

One prior to start of backfilling operations, one every 20 densities and any time material type changes.

4 Aggregate Materials 5

6 Item Test Testing FrequencyCrushed Surfacing Base Course

Gradation, SE and Fracture 1 – 2,000 TN.

Density(1) One test on every lift on material placed at a frequency of 250 square yards of completed area.

Moisture Density Relationship (Modified Proctor)

One test and any time material changes

Crushed Surfacing Top Course

Gradation, SE and Fracture 1 – 2,000 TN.

Page 95: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-45

Density(1) One test on every lift on material placed at a frequency of 250 square yards of completed area.

Moisture Density Relationship (Modified Proctor)

One test and any time material changes

1 Hot Mix Asphalt and Asphalt Treated Base 2

3 Item Test Testing FrequencyCommercial HMA and ATB

Rice Density 1 – project.

HMA Cl. ___ PG ___ Project Quantity < 400 tons

Rice Density 1 – project.

HMA Cl. ___ PG ___ Project Quantity > 400 tons < 800 tons

Rice Density, Gradation, Asphalt Binder Content and Percent Air Voids (Va)

1 – project.

HMA Cl. ___ PG ___ Project Quantity > 800 tons

Rice Density, Gradation, Asphalt Binder Content and Percent Air Voids (Va)

1 – 1,000 TN.(5)

Commercial HMA, HMA Cl. ___ PG ____, ATB

Compaction(1) 1 – 100 TN.

4 Hot Mix Asphalt Aggregate(9) 5

6 Item Test Testing FrequencyAggregate SE, Fracture 1 – 2,000 TN. Blend Sand SE 1 – Project. Mineral Filler Sp. G and Pl Certificate. 7

PCC Paving 8 9 Item Test Testing FrequencyCourse Aggregate(7) Gradation 1 – 1,000 CY. Fine Aggregate(7) Gradation 1 – 1,000 CY. Combined Aggregate(7)

Gradation 1 – 1,000 CY.

Air Content(10) Air Each Day; First truck and each load until

Page 96: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-46

two successive loads meet specification.

Cylinders Compressive Strength (28 Day)

1 – 500 CY.

Beam Flextural Strength (14 Day)

1 – 500 CY.

Core Density Thickness

1 – 500 CY. 1 – 500 CY.

Cement(6) Chemical and Physical Certification

1 PCC Structures (All PCC except PCC Paving) 2

3 Item Test Testing FrequencyCourse Aggregate(7)(8) Gradation 1 – 1,000 CY. Fine Aggregate(7)(8) Gradation 1 – 1,000 CY. Combined Aggregate(7)(8)

Gradation 1 – 1,000 CY.

Consistency(10) Slump Each Day; First truck and each load until two successive loads meet specification.

Air Content(10) Air Each Day; First truck and each load until two successive loads meet specification.

Cylinders (28 Day)(8) Compressive Strength 1 – 50 CY. Cement(6)(8) Chemical and Physical

Certification

Grout Compressive Strength 1 set/day. (1) All acceptance tests shall be conducted from in-place samples. 4 (2) Additional tests shall be conducted when variations occur due to the Contractor’s 5

operations, weather conditions, site conditions, etc. 6 (3) All compaction shall be in accordance with the Compaction Control Test of 7

Section 2-03.3(14)D. The nuclear densometer, if properly calibrated, may be 8 used for the required testing frequency and procedures. The densometer shall 9 be calibrated and is recommended for use when the time for complete results 10 becomes critical. 11

(4) Depending on soil conditions, it is anticipated that compaction tests will be 12 required at depths of two feet above the pipe and at each additional two feet to 13 the existing surface plus a test at the surface. 14

(5) A minimum of three samples, on a random basis, shall be taken and tested. 15 (6) Cement may be accepted by the Engineer based on the Manufacturer’s Mill Test 16

Report number indicating full conformance to the Specification. 17 (7) The frequency for fine, course, and combined concrete aggregate samples for 18

PCC Paving and PCC Structures shall be based on the cubic yard (CY) of 19 concrete. 20

(8) Commercial concrete will be accepted with Certificate of Compliance. 21

Page 97: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-47

(9) Hot mix asphalt aggregate tests are not required for Commercial HMA or for 1 HMA Cl. ____ PG ___ that has a project quantity of < 400 tons. 2

(10) Agency representative to witness each test. 3 4 Payment 5 6 All costs to prepare and implement the sample and testing program shall 7 be included in the bid prices for the various items associated with the 8 sample and testing program. 9

10 1-06.2(2)B Financial Incentive 11 (February 15, 2008 G&O GSP) 12 13 Delete the first sentence of the first paragraph of this Section. 14 15 1-06.4 Handling and Storing Materials 16 (June 16, 2006 G&O GSP) 17 18 This Section is supplemented with the following: 19 20

The Contractor may be required to provide off-site storage of equipment 21 and materials to enable construction to occur at the construction site. The 22 Contractor has full responsibility to secure all off-site storage areas, if 23 needed, and shall include the costs for providing such storage areas in the 24 Proposal for the individual equipment and material bid items requiring off-25 site storage. All off-site storage areas shall be fenced, secure and have 26 access restricted or withheld from the general public. 27

28 1-06.6 Recycled Materials 29 (******) 30 31 Delete this Section, including its subsections, and replace it with the following: 32 33

The Contractor shall make their best effort to utilize recycled materials in 34 the construction of the project. Approval of such material use shall be as 35 detailed elsewhere in the Standard Specifications. 36 37 Prior to Physical Completion the Contractor shall report the quantity of 38 recycled materials that were utilized in the construction of the project for 39 each of the items listed in Section 9-03.21. The report shall include hot 40 mix asphalt, recycled concrete aggregate, recycled glass, steel furnace 41 slag and other recycled materials (e.g. utilization of on-site material and 42 aggregates from concrete returned to the supplier). The Contractor’s 43 report shall be provided on DOT form 350-075 Recycled Materials 44 Reporting. 45 46

Page 98: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-48

The Contractor must comply with 2 CFR Part 200322, “Procurement of 1 recovered materials.” 2

3 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 4 5 1-07.1 Laws to be Observed 6 (June 16, 2006 G&O GSP) 7 8 This Section is supplemented with the following: 9

10 In cases of conflict between different safety regulations, the more stringent 11 regulation shall apply. 12 13 The Washington State Department of Labor and Industries shall be the 14 sole and paramount administrative agency responsible for the 15 administration of the provisions of the Washington Industrial Safety and 16 Health Act of 1973 (WISHA). 17 18 All Work under this Contract shall be performed in a safe manner. The 19 Contractor and all Subcontractors shall observe all rules and regulations 20 of the Washington State Department of Labor and Industries, rules and 21 regulations of OSHA, WISHA or any other jurisdiction, and all other 22 applicable safety standards. The Contractor shall be solely and 23 completely responsible for conditions of the job site, including safety of all 24 persons and property during performance of the Work. This requirement 25 shall apply continuously and not be limited to normal working hours. 26 27 The Engineer’s review of the Contractor’s work plan, safety plan, 28 construction sequence, schedule or performance does not and is not 29 intended to include review or approval of the adequacy of the Contractor’s 30 safety measures in, on, or near the construction site. The Engineer does 31 not purport to be a safety expert, is not engaged in that capacity under this 32 Contract, and has neither the authority nor the responsibility to enforce 33 construction safety laws, rules, regulations, or procedures, or to order the 34 stoppage of Work for claimed violations thereof. 35 36 The Contractor shall exercise every precaution at all times for the 37 prevention of accidents and the protection of persons (including 38 employees) and property. All exposed moving parts of equipment capable 39 of inflicting injury by accidental contact shall be protected with sturdy 40 removable guards in accordance with applicable safety regulations. 41

42

Page 99: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-49

(April 3, 2006) 1 Confined Space 2 3 Confined spaces are known to exist at the following locations: 4 5

All manholes and buried structures within the project limits 6 7 The Contractor shall be fully responsible for the safety and health of all on-site 8 workers and compliant with Washington Administrative Code (WAC 296-809). 9 10 The Contractor shall prepare and implement a confined space program for the 11 work. No work shall be performed in or adjacent to the confined space until the 12 Contractor has prepared and implemented the confined space program. 13 14 All costs to prepare and implement the confined space program shall be included 15 in the bid prices for the various items associated with the confined space work. 16 17 1-07.2 Sales Tax 18 19 Delete this section, including its subsections, in its entirety and replace it with the 20 following: 21 22

1-07.2 Sales Tax 23 (June 27, 2011 APWA GSP) 24 25 The Washington State Department of Revenue has issued special rules 26 on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to 27 clarify those rules. The Contractor should contact the Washington State 28 Department of Revenue for answers to questions in this area. The 29 Contracting Agency will not adjust its payment if the Contractor bases a 30 bid on a misunderstood tax liability. 31 32 The Contractor shall include all Contractor-paid taxes in the unit bid prices 33 or other contract amounts. In some cases, however, state retail sales tax 34 will not be included. Section 1-07.2(2) describes this exception. 35 36 The Contracting Agency will pay the retained percentage (or release the 37 Contract Bond if a FHWA funded project) only if the Contractor has 38 obtained from the Washington State Department of Revenue a certificate 39 showing that all contract-related taxes have been paid (RCW 60.28.051). 40 The Contracting Agency may deduct from its payments to the Contractor 41 any amount the Contractor may owe the Washington State Department of 42 Revenue, whether the amount owed relates to this contract or not. Any 43 amount so deducted will be paid into the proper State fund. 44 45

Page 100: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-50

1-07.2(1) State Sales Tax — Rule 171 1 2 WAC 458-20-171, and its related rules, apply to building, repairing, or 3 improving streets, roads, etc., which are owned by a municipal 4 corporation, or political subdivision of the state, or by the United States, 5 and which are used primarily for foot or vehicular traffic. This includes 6 storm or combined sewer systems within and included as a part of the 7 street or road drainage system and power lines when such are part of the 8 roadway lighting system. For work performed in such cases, the 9 Contractor shall include Washington State Retail Sales Taxes in the 10 various unit bid item prices, or other contract amounts, including those that 11 the Contractor pays on the purchase of the materials, equipment, or 12 supplies used or consumed in doing the work. 13 14 1-07.2(2) State Sales Tax — Rule 170 15 16 WAC 458-20-170, and its related rules, apply to the constructing and 17 repairing of new or existing buildings, or other structures, upon real 18 property. This includes, but is not limited to, the construction of streets, 19 roads, highways, etc., owned by the state of Washington; water mains and 20 their appurtenances; sanitary sewers and sewage disposal systems 21 unless such sewers and disposal systems are within, and a part of, a 22 street or road drainage system; telephone, telegraph, electrical power 23 distribution lines, or other conduits or lines in or above streets or roads, 24 unless such power lines become a part of a street or road lighting system; 25 and installing or attaching of any article of tangible personal property in or 26 to real property, whether or not such personal property becomes a part of 27 the realty by virtue of installation. 28 29 For work performed in such cases, the Contractor shall collect from the 30 Contracting Agency, retail sales tax on the full contract price. The 31 Contracting Agency will automatically add this sales tax to each payment 32 to the Contractor. For this reason, the Contractor shall not include the 33 retail sales tax in the unit bid item prices, or in any other contract amount 34 subject to Rule 170, with the following exception. 35 36 Exception: The Contracting Agency will not add in sales tax for a payment 37 the Contractor or a subcontractor makes on the purchase or rental of 38 tools, machinery, equipment, or consumable supplies not integrated into 39 the project. Such sales taxes shall be included in the unit bid item prices 40 or in any other contract amount. 41 42

Page 101: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-51

1-07.2(3) Services 1 2

The Contractor shall not collect retail sales tax from the Contracting 3 Agency on any contract wholly for professional or other services (as 4 defined in Washington State Department of Revenue Rules 138 and 244). 5

6 1-07.5 Environmental Regulations 7 (******) 8 9 This Section is supplemented with the following: 10 11

The following requirements must be adhered to during project 12 construction: 13

14 I. Equipment must meet current State of Washington regulations for 15

noise. Noise producing equipment will be located in enclosures 16 with acoustic panels designed to reduce noise. 17

18 II. Construction activities will be scheduled to reduce traffic, dust and 19

noise impacts in residential areas. 20 21

III. The applicant shall obtain any necessary permits from local and 22 other governmental agencies. 23

24 IV. Applicant to use Construction Best Management Practices (BMP) 25

for temporary erosion and sedimentation controls during 26 construction of project. 27

28 V. Work in public right-of-ways shall have all necessary permits. 29

30 1-07.5 Environmental Regulations 31 (******) 32 33 This Section is supplemented with the following: 34 35

1-07.5(5) Clean Air Act and Walter Pollution Control Act 36 37 The Contractor shall comply with all applicable standards, orders or 38 regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) 39 and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-40 1387). Violations must be reported to the Federal awarding agency and 41 the Regional Office of the Environmental Protection Agency (EPA). 42

43 44

Page 102: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-52

1-07.6 Permits and Licenses 1 2 (November 30, 2015 G&O GSP) 3 4 This Section is supplemented with the following: 5

6 The Contracting Agency has obtained the below-listed permit(s) for this 7 project. All costs to comply with the permit(s) shall be included in the 8 applicable bid item for the work involved. A copy of the permit(s) is 9 attached as an appendix for informational purposes. Copies of these 10 permits and a copy of the Transfer of Coverage form submitted to Ecology 11 for the Construction Stormwater General Permit are required to be onsite 12 at all times. 13 14 The Contractor shall be responsible for obtaining Ecology’s approval for 15 any Work requiring additional approvals (e.g. Request for Chemical 16 Treatment Form). The Contractor shall obtain additional permits as 17 necessary. All costs to obtain and comply with additional permits shall be 18 included in the applicable bid items for the Work involved. 19

20 City business license 21 22

1-07.7 Load Limits 23 (March 13, 1995) 24 25 This Section is supplemented with the following: 26 27

If the sources of materials provided by the Contractor necessitate hauling 28 over roads other than Contracting Agency roads, the Contractor shall, at 29 the Contractor’s expense, make all arrangements for the use of the haul 30 routes. 31 32

1-07.9 Wages 33 (******) 34 35 This Section is supplemented with the following: 36 37

A. Where applicable, for contracts awarded by the Owner in excess of 38 $100,000 that involve the employment of mechanics or laborers, 39 the Contractor must comply with 40 U.S.C. 3702 and 3704, as 40 supplemented by Department of Labor regulations (29 CFR Part 5). 41 Under 40 U.S.C. 3702 of the Act, the Contractor must compute the 42 wages of every mechanic and laborer on the basis of a standard 43 work week of 40 hours. Work in excess of the standard work week 44 is permissible provided that the worker is compensated at a rate of 45

Page 103: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-53

not less than one and a half times the basic rate of pay for all hours 1 worked in excess of 40 hours in the work week. The requirements 2 of 40 U.S.C. 3704 are applicable to construction work and provide 3 that no laborer or mechanic must be required to work in 4 surroundings or under working conditions which are unsanitary, 5 hazardous or dangerous. These requirements do not apply to the 6 purchases of supplies or materials or articles ordinarily available on 7 the open market, or contracts for transportation or transmission of 8 intelligence. 9

10 1-07.11 Requirements for Nondiscrimination 11 (******) 12 13 Delete this Section and replace it with the following: 14 15

A. Equal Opportunity Requirements: The Contract is considered a 16 federally assisted construction contract. Except as otherwise 17 provided under 41 CFR Part 60, all contracts that meet the 18 definition of “federally assisted construction contract” in 41 CFR 19 Part 60-13 must include the equal opportunity clause provided 20 under 41 CFR 60-14(b), in accordance with Executive Order 11246, 21 “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR 22 Part, 1964-1965 Comp., p. 339), as amended by Executive Order 23 11375, “Amending Executive Order 11246 Relating to Equal 24 Employment Opportunity,” and implementing regulations at 41 CFR 25 part 60, “Office of Federal Contract Compliance Programs, Equal 26 Employment Opportunity, Department of Labor.” The equal 27 opportunity clause is as follows: 28

29 During the performance of this contract, the contractor agrees as follows: 30 31 (1) The contractor will not discriminate against any employee or 32

applicant for employment because of race, color, religion, sex, 33 sexual orientation, gender identity, or national origin. The contractor 34 will take affirmative action to ensure that applicants are employed, 35 and that employees are treated during employment without regard 36 to their race, color, religion, sex, sexual orientation, gender identity, 37 or national origin. Such action shall include, but not be limited to the 38 following: 39

40 Employment, upgrading, demotion, or transfer; recruitment or 41 recruitment advertising; layoff or termination; rates of pay or other 42 forms of compensation; and selection for training, including 43 apprenticeship. The contractor agrees to post in conspicuous 44 places, available to employees and applicants for employment, 45

Page 104: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-54

notices to be provided setting forth the provisions of this 1 nondiscrimination clause. 2

3 (2) The contractor will, in all solicitations or advertisements for 4

employees placed by or on behalf of the contractor, state that all 5 qualified applicants will receive consideration for employment 6 without regard to race, color, religion, sex, sexual orientation, 7 gender identity, or national origin. 8

9 (3) The contractor will not discharge or in any other manner 10

discriminate against any employee or applicant for employment 11 because such employee or applicant has inquired about, 12 discussed, or disclosed the compensation of the employee or 13 applicant or another employee or applicant. This provision shall not 14 apply to instances in which an employee who has access to the 15 compensation information of other employees or applicants as a 16 part of such employee's essential job functions discloses the 17 compensation of such other employees or applicants to individuals 18 who do not otherwise have access to such information, unless such 19 disclosure is in response to a formal complaint or charge, in 20 furtherance of an investigation, proceeding, hearing, or action, 21 including an investigation conducted by the employer, or is 22 consistent with the contractor's legal duty to furnish information. 23

24 (4) The contractor will send to each labor union or representative of 25

workers with which he has a collective bargaining agreement or 26 other contract or understanding, a notice to be provided advising 27 the said labor union or workers' representatives of the contractor's 28 commitments under this section, and shall post copies of the notice 29 in conspicuous places available to employees and applicants for 30 employment. 31

32 (5) The contractor will comply with all provisions of Executive Order 33

11246 of September 24, 1965, and of the rules, regulations, and 34 relevant orders of the Secretary of Labor. 35

36 (6) The contractor will furnish all information and reports required by 37

Executive Order 11246 of September 24, 1965, and by rules, 38 regulations, and orders of the Secretary of Labor, or pursuant 39 thereto, and will permit access to his books, records, and accounts 40 by the administering agency and the Secretary of Labor for 41 purposes of investigation to ascertain compliance with such rules, 42 regulations, and orders. 43

44

Page 105: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-55

(7) In the event of the contractor's noncompliance with the 1 nondiscrimination clauses of this contract or with any of the said 2 rules, regulations, or orders, this contract may be canceled, 3 terminated, or suspended in whole or in part and the contractor 4 may be declared ineligible for further Government contracts or 5 federally assisted construction contracts in accordance with 6 procedures authorized in Executive Order 11246 of September 24, 7 1965, and such other sanctions may be imposed and remedies 8 invoked as provided in Executive Order 11246 of September 24, 9 1965, or by rule, regulation, or order of the Secretary of Labor, or 10 as otherwise provided by law. 11

12 (8) The contractor will include the portion of the sentence immediately 13

preceding paragraph (1) and the provisions of paragraphs (1) 14 through (8) in every subcontract or purchase order unless 15 exempted by rules, regulations, or orders of the Secretary of Labor 16 issued pursuant to section 204 of Executive Order 11246 of 17 September 24, 1965, so that such provisions will be binding upon 18 each subcontractor or vendor. The contractor will take such action 19 with respect to any subcontract or purchase order as the 20 administering agency may direct as a means of enforcing such 21 provisions, including sanctions for noncompliance: 22

23 Provided, however, that in the event a contractor becomes involved in, or 24 is threatened with, litigation with a subcontractor or vendor as a result of 25 such direction by the administering agency, the contractor may request 26 the United States to enter into such litigation to protect the interests of the 27 United States. 28 29 The applicant further agrees that it will be bound by the above equal 30 opportunity clause with respect to its own employment practices when it 31 participates in federally assisted construction work: Provided, That if the 32 applicant so participating is a State or local government, the above equal 33 opportunity clause is not applicable to any agency, instrumentality or 34 subdivision of such government which does not participate in work on or 35 under the contract. 36 37 The applicant agrees that it will assist and cooperate actively with the 38 administering agency and the Secretary of Labor in obtaining the 39 compliance of contractors and subcontractors with the equal opportunity 40 clause and the rules, regulations, and relevant orders of the Secretary of 41 Labor, that it will furnish the administering agency and the Secretary of 42 Labor such information as they may require for the supervision of such 43 compliance, and that it will otherwise assist the administering agency in 44

Page 106: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-56

the discharge of the agency's primary responsibility for securing 1 compliance. 2 3 The applicant further agrees that it will refrain from entering into any 4 contract or contract modification subject to Executive Order 11246 of 5 September 24, 1965, with a contractor debarred from, or who has not 6 demonstrated eligibility for, Government contracts and federally assisted 7 construction contracts pursuant to the Executive Order and will carry out 8 such sanctions and penalties for violation of the equal opportunity clause 9 as may be imposed upon contractors and subcontractors by the 10 administering agency or the Secretary of Labor pursuant to Part II, 11 Subpart D of the Executive Order. In addition, the applicant agrees that if it 12 fails or refuses to comply with these undertakings, the administering 13 agency may take any or all of the following actions: Cancel, terminate, or 14 suspend in whole or in part this grant (contract, loan, insurance, 15 guarantee); refrain from extending any further assistance to the applicant 16 under the program with respect to which the failure or refund occurred 17 until satisfactory assurance of future compliance has been received from 18 such applicant; and refer the case to the Department of Justice for 19 appropriate legal proceedings. 20 21 B. “Small, Minority and Women’s Businesses”: Contracting with small 22

and minority businesses, women's business enterprises, and labor 23 surplus area firms. If Contractor intends to let any subcontracts for 24 a portion of the work, Contractor must take all necessary affirmative 25 steps to assure that minority businesses, women's business 26 enterprises, and labor surplus area firms are used when possible. 27 Affirmative steps must include: 28 29 1. Placing qualified small and minority businesses and 30

women's business enterprises on solicitation lists; 31 2. Assuring that small and minority businesses, and women's 32

business enterprises are solicited whenever they are 33 potential sources; 34

3. Dividing total requirements, when economically feasible, into 35 smaller tasks or quantities to permit maximum participation 36 by small and minority businesses, and women's business 37 enterprises; 38

4. Establishing delivery schedules, where the requirement 39 permits, which encourage participation by small and minority 40 businesses, and women's business enterprises; 41

5. Using the services and assistance, as appropriate, of such 42 organizations as the Small Business Administration and the 43 Minority Business Development Agency of the Department 44 of Commerce. 45

Page 107: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-57

1 1-07.13 Contractor’s Responsibility for Work 2 (March 31, 2010 G&O GSP) 3 4 1-07.13(1) General 5 6 Delete this Section in its entirety and replace it with the following: 7 8

All work and material for the contract, including any change order work, 9 shall be at the sole risk of the Contractor until the entire improvement has 10 been completed as determined by the Engineer, except as provided in this 11 Section. 12 13 The Contractor shall rebuild, repair, restore, and make good all damages 14 to any portion of the permanent or temporary work occurring before the 15 physical completion date and shall bear all the expense to do so. 16 17 If the performance of the work is delayed as a result of damage by others, 18 an extension of time will be evaluated in accordance with Section 1-08.8. 19 20 Nothing contained in this Section shall be construed as relieving the 21 Contractor of responsibility for, or damage resulting from, the Contractor’s 22 operations or negligence, nor shall the Contractor be relieved from full 23 responsibility for making good any defective work or materials as provided 24 for under Section 1-05. 25

26 1-07.13 Contractor’s Responsibility for Work 27 (March 31, 2010 G&O GSP) 28 29 1-07.13(1) General 30 31 Delete this Section in its entirety and replace it with the following: 32 33

All work and material for the contract, including any change order work, 34 shall be at the sole risk of the Contractor until the entire improvement has 35 been completed as determined by the Engineer, except as provided in this 36 Section. 37 38 The Contractor shall rebuild, repair, restore, and make good all damages 39 to any portion of the permanent or temporary work occurring before the 40 physical completion date and shall bear all the expense to do so. 41 42 If the performance of the work is delayed as a result of damage by others, 43 an extension of time will be evaluated in accordance with Section 1-08.8. 44 45

Page 108: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-58

Nothing contained in this Section shall be construed as relieving the 1 Contractor of responsibility for, or damage resulting from, the Contractor’s 2 operations or negligence, nor shall the Contractor be relieved from full 3 responsibility for making good any defective work or materials as provided 4 for under Section 1-05. 5

6 1-07.16 (1) Private/Public Property 7 (August 1, 2009 G&O GSP) 8 9 This Section is supplemented with the following: 10

11 The Contractor shall keep the Work site, staging areas, and Contractor’s 12 facilities clean and free from rubbish and debris. Materials and equipment 13 shall be removed from the site when they are no longer necessary. 14 15 Damage and Claims 16 17 Along the street to be improved there are privately owned improvements 18 on the properties abutting the right-of-way. Even though all reasonable 19 precaution is to be taken by the Contractor, these improvements may in 20 some instances be damaged. In the event such occurs, and claims for 21 damages are filed by the property owners, the Contracting Agency will 22 request the Contractor to provide evidence that the Contractor has 23 requested its insurance company to contact the claimant. Any settlement 24 for claims for damage to private property shall be by and between the 25 claimant, the Contractor, and the Contractor’s insurance company. 26 27

1-07.16(4) Archaeological and Historical Objects 28 (******) 29 30 This Section is supplemented with the following: 31 32

1-0716(4)B Unanticipated Discovery Plan – Historic Preservation 33 34

Any excavation or other earth moving activity by the contractor that 35 uncovers cultural resources including historical or archaeological artifacts, 36 human or cultural items, or fossil or other paleontological materials, shall 37 be immediately reported as follows: 38 39 In the event that human remains, burials, funerary items, sacred objects, 40 or objects of cultural patrimony are found during project implementation, 41 the proponent or his authorized agent shall adhere to all of the 42 requirements of RCW 68.50.645. They shall immediately cease any 43 activity which may cause further disturbance and then take steps to 44 protect the find from further damage or disruption. They shall then contact 45

Page 109: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-59

the county coroner, who will contact the Washington State Department of 1 Archaeology and Historic Preservation (DAHP). They shall then contact 2 the Confederated Tribes of the Colville Reservation Tribal Historic 3 Preservation Officer (THPO) at (509) 634-2695 or the Tribal Archaeologist 4 at (509) 634-2691 as soon as possible to report the find. No further work 5 shall be allowed on the project until there is an approved a plan for 6 managing or preserving the remains or items. 7 8 In the event that prehistoric artifacts (i.e., arrowheads, spear points, 9 mortars, pestles, other ground stone tools, knives, scrapers, or flakes from 10 the manufacture of tools, fire pits, peeled trees, etc.) or historic-period 11 artifacts or features (i.e., fragments of old plates or ceramic vessels, 12 weathered glass, dumps of old cans, cabins, root cellars, etc.) are found 13 during project implementation, the proponent or his authorized agent shall 14 cease work immediately within 200 ft. of the find. Then they shall contact 15 the Washington State DAHP to report the find. Then they shall contact the 16 THPO at (509) 634-2695 or the Tribal Archaeologist at (509) 634-2691. 17 No further work shall be allowed on the project until there is an approved a 18 plan for managing or preserving the artifacts or features. 19 20 Activities that have the potential to disturb cultural resources outside the 21 specified project area should not proceed prior to a cultural resources 22 review of potential adverse effects in the new area. 23 24 The RD State Environmental Coordinator (SEC-Paul Johnson 25 (360) 704-7761)) shall also be notified immediately. 26 27

1-07.17 Utilities and Similar Facilities 28 (January 3, 2012) 29 30 This Section is supplemented with the following: 31 32

Locations and dimensions shown in the Plans for existing facilities are in 33 accordance with available information obtained without uncovering, 34 measuring, or other verification. 35 36 Utility Locations 37 38 The following addresses and telephone numbers of utility companies 39 known or suspected of having facilities within the project limits are 40 supplied for the Contractor’s convenience. 41

42

Page 110: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-60

Water & Sewer City of Soap Lake (509) 246-1823

Water Lakeview Park Water Assoc. (509) 398-5029

Power Grant County PUD-Ephrata (509) 754-5022

Communications Frontier Communication NW Inc. (800) 778-9140

State WA State DOT – North Central Region (509) 667-3085

Communications Northland Cable TV (509) 765-6151

1 1-07.17(2) Utility Construction, Removal, or Relocation by Others 2 (February 15, 2008 G&O GSP) 3 4 Delete this Section in its entirety and replace with the following: 5

6 Any authorized agent of the Contracting Agency or utility owners may 7 enter the right-of-way to repair, rearrange, alter, or connect their 8 equipment. The Contractor shall cooperate with such effort and shall 9 avoid creating delays or hindrances to those doing the work. As needed, 10 the Contractor shall arrange to coordinate work schedules. 11 12 The Contractor shall carry out the Work in a way that will minimize 13 interference and delay for all forces involved. Any costs incurred prior to 14 the utility owners anticipated completion (or if no completion is specified, 15 within a reasonable period of time) that results from the coordination and 16 prosecution of the Work regarding utility adjustment, relocation, 17 replacement, or construction shall be at the Contractor’s expense as 18 provided in Section 1-05.14. 19 20 The Contractor shall coordinate all work with the various utility companies 21 and their Contractors. The Contractor, when scheduling his work crews, 22 shall use production rates that anticipate the need to provide block-outs 23 and/or gaps in the driveways, curb and gutter, and/or pavement sections 24 where existing utility structures currently exist, and then come back at a 25 later time to construct the missing sections after the utility has been 26 relocated or adjusted by the applicable utility. The Contractor shall 27 assume that the utilities will not be relocated prior to construction of this 28 project nor at his convenience during the course of construction. As such, 29 the Contractor shall assume such, and schedule his crews and his 30 subcontractors to remobilize to the various sites and temporarily relocate 31 his or his subcontractor’s crews to other areas of the project and complete 32

Page 111: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-61

other unaffected portions of the project in order to coordinate the 1 relocation of the utilities with the various utility companies. There shall be 2 no additional money or time due the Contractor for leaving gaps or for 3 buck-out construction, remobilization, demobilization, out of sequence 4 construction, relocation of work crews, and construction of curb, gutter, or 5 driveway patches after the utility has been relocated. It is the intent of 6 these Specifications that the Contractor diligently pursue other work on the 7 site when such conflicts occur and recognize and plan for the inherent 8 inefficiencies and impaired production rates. 9 10 Payment 11 12 All costs to comply with this Section and repair specified in this Section, 13 unless otherwise stated, are incidental to the Contract and are the 14 responsibility of the Contractor. The Contractor shall include all related 15 costs in the bid prices of the Contract. 16 17

1-07.18 Public Liability and Property Damage Insurance 18 (January 4, 2016 G&O GSP) 19 20 Delete this Section and replace it with the following: 21 22

1-07.18(1) General Requirements 23 24

A. The Contractor shall procure and maintain insurance described 25 in Exhibit A of the Agreement. The Contracting Agency 26 reserves the right to approve or reject the insurance 27 provided, based on the insurer (including financial condition), 28 terms and coverage, the Certificate of Insurance, and/or 29 endorsements. 30

31 1-07.18(2) Additional Insured 32 33 All insurance policies, with the exception of Workers Compensation, shall 34 name the following listed entities as additional insured(s) using the forms 35 or endorsements required herein: 36

37

• The Contracting Agency and its officers, elected officials, 38 employees, agents, and volunteers; 39

• Gray & Osborne, Inc.; 40 41 42

Page 112: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-62

1-07.18(5)E Builders Risk Insurance 1 2 The Contractor shall purchase and maintain Builders Risk insurance 3 covering interests of the Contracting Agency, the Contractor, 4 Subcontractors, and Sub-subcontractors in the work. Builders Risk shall 5 be required for all structures on the project. A structure is any equipment, 6 facility, building, bridge, retaining wall, or tank extending four feet or more 7 above adjacent grade; or any facility less than four feet above adjacent 8 grade, designed for human access, and containing more than $50,000 9 worth of electrical or mechanical equipment. Poles, light standards, or 10 antenna less than 50 feet in height and less than two feet in diameter shall 11 not be considered structures. Builders Risk insurance, when required, 12 shall be on an all-risk policy form and shall insure against the perils of fire 13 and extended coverage and physical loss or damage including flood, 14 earthquake, theft, vandalism, malicious mischief and collapse. The 15 Builders Risk insurance, when required, shall include coverage for 16 temporary buildings, debris removal, and damage to materials in transit or 17 stored offsite. Such insurance shall cover “soft costs” including but not 18 limited to design costs, licensing fees, and architect’s and engineer’s fees. 19 Builders Risk insurance shall be written in the amount of the completed 20 value of the applicable portions of the project, with no coinsurance 21 provisions. 22 23 The Builders Risk insurance covering the Work shall have a deductible of 24 $5,000 for each occurrence, which will be the responsibility of the 25 Contractor. Higher deductibles for flood, earthquake and all other perils 26 may be accepted by the Contracting Agency upon written request by the 27 Contractor and written acceptance by the Contracting Agency. Any 28 increased deductibles accepted by the Contracting Agency will remain the 29 responsibility of the Contractor. 30 31 The Builders Risk insurance shall be maintained until the Physical 32 Completion Date. 33 34 The Contractor and the Contracting Agency waive all rights against each 35 other and any of their Subcontractors, Sub-subcontractors, agents and 36 employees, each of the other, for damages caused by fire or other perils 37 to the extent covered by Builders Risk insurance or other property 38 insurance applicable to the work. The policies shall provide such waivers 39 by endorsement or otherwise. 40

41 Liability for facilities not covered by Builders Risk shall remain the 42 responsibility of the contractor. 43 44

45

Page 113: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-63

1-07.19 Gratuities 1 (******) 2 3 This Section is supplemented with the following: 4 5

Anti-kickback 6 Contractor shall comply with the Copeland Anti-Kickback Act (40 U.S.C 7 3145) as supplemented by Department of Labor regulations (29 CFR Part 8 3, “Contractors and Subcontractors on Public Buildings or Public Work 9 Financed in Whole or in Part by Loans or Grants from the United States”). 10 The Act provides that Contractor or subcontractor must be prohibited from 11 inducing, by any means, any person employed in the construction, 12 completion, or repair of public work, to give up any part of the 13 compensation to which he or she is otherwise entitled. Owner shall report 14 all suspected or reported violations to Agency. 15

16 1-07.23 Public Convenience and Safety 17 18 1-07.23(1) Construction Under Traffic 19 (May 7, 2007 G&O GSP) 20 21 Delete the second paragraph of this Section and replace it with the following: 22 23

To disrupt public traffic as little as possible, the Contractor shall permit 24 traffic to pass through the Work with the least possible inconvenience or 25 delay. The Contractor shall maintain existing roads, streets, sidewalks, 26 and paths within the project limits, keeping them open, and in good, clean, 27 safe condition at all times. Deficiencies caused by the Contractor’s 28 operations shall be repaired at the Contractor’s expense. Deficiencies not 29 caused by the Contractor’s operations shall be repaired by the Contractor 30 when directed in writing by the Engineer, at the Contracting Agency’s 31 expense. The Contractor shall also maintain roads, streets, sidewalks, 32 and paths adjacent to the project limits when affected by the Contractor’s 33 operations. Snow and ice control will be performed by the Contracting 34 Agency or the Project will be shutdown at the Contracting Agency’s 35 discretion. The Contractor shall perform the following: 36

37 1. Remove or repair any condition resulting from the Work that 38

might impede traffic or create a hazard. 39 40

2. Keep existing traffic signal and street lighting systems in 41 operation as the Work proceeds. 42 43

3. Maintain the striping on the roadway. 44 45

Page 114: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-64

4. Maintain existing permanent signing. 1 2

5. Keep drainage systems clean and allow for unobstructed 3 flow of water. 4

5 (January 2, 2012) 6 This Section is supplemented with the following: 7 8

Work Zone Clear Zone 9 The Work Zone Clear Zone (WZCZ) applies during working and 10 nonworking hours. The WZCZ applies only to temporary roadside 11 objects introduced by the Contractor’s operations and does not 12 apply to preexisting conditions or permanent Work. Those work 13 operations that are actively in progress shall be in accordance with 14 adopted and approved Traffic Control Plans, and other contract 15 requirements. 16 17 During nonworking hours equipment or materials shall not be within 18 the WZCZ unless they are protected by permanent guardrail or 19 temporary concrete barrier. The use of temporary concrete barrier 20 shall be permitted only if the Engineer approves the installation and 21 location. 22 23 During actual hours of work, unless protected as described above, 24 only materials absolutely necessary to construction shall be within 25 the WZCZ and only construction vehicles absolutely necessary to 26 construction shall be allowed within the WZCZ or allowed to stop or 27 park on the shoulder of the roadway. 28 29 The Contractor's nonessential vehicles and employees private 30 vehicles shall not be permitted to park within the WZCZ at any time 31 unless protected as described above. 32 33 Deviation from the above requirements shall not occur unless the 34 Contractor has requested the deviation in writing and the Engineer 35 has provided written approval. 36 37 Minimum WZCZ distances are measured from the edge of traveled 38 way and will be determined as follows: 39

40

Page 115: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-65

Regulatory

Posted Speed

Distance From Traveled Way

(Feet)35 mph or less 10*40 mph 1545 to 55 mph 2060 mph or greater

30

*Or 2-feet beyond the outside edge of sidewalk 1 2 Minimum Work Zone Clear Zone Distance 3

4 (January 5, 2015 WSDOT GSP) 5 This Section is supplemented with the following: 6

7 Lane closures are subject to the following restrictions: 8 9

For the duration of the reconstruction, Humboldt Street may be 10 closed. Cherry Street and Cedar Street may be closed during 11 subgrade preparation activities and paving. The Contractor shall 12 maintain local access throughout the project. 13

14 If the Engineer determines the permitted closure hours adversely affect 15 traffic, the Engineer may adjust the hours accordingly. The Engineer will 16 notify the Contractor in writing of any change in the closure hours. 17 18

1-07.24 Rights of Way 19 (November 30, 2015 G&O GSP) 20 21 Delete this section in its entirety, and replace it with the following: 22 23

Street right of way lines, limits of easements, and limits of construction 24 permits are indicated in the Plans. The Contractor’s construction activities 25 shall be confined within these limits, unless arrangements for use of 26 private property are made. 27 28 Generally, the Contracting Agency will have obtained, prior to bid opening, 29 all rights of way and easements, both permanent and temporary, 30 necessary for carrying out the work. Exceptions to this are noted in the 31 Bid Documents or will be brought to the Contractor’s attention by a duly 32 issued Addendum. 33 34 Whenever any of the work is accomplished on or through property other 35 than public right of way, the Contractor shall meet and fulfill all covenants 36 and stipulations of any easement agreement obtained by the Contracting 37

Page 116: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-66

Agency from the owner of the private property. Copies of the easement 1 agreements may be included in the Contract Provisions or made available 2 to the Contractor as soon as practical after they have been obtained by 3 the Engineer. 4

5 The Contractor shall not proceed with any portion of the work in areas 6 where right of way, easements or rights of entry have not been acquired 7 until the Engineer certifies to the Contractor that the right of way or 8 easement is available or that the right of entry has been received. 9 10 The Contractor shall be responsible for providing, without expense or 11 liability to the Contracting Agency, any additional land and access thereto 12 that the Contractor may desire for temporary construction facilities, 13 storage of materials, or other Contractor needs. However, before using 14 any private property, whether adjoining the work or not, the Contractor 15 shall file with the Engineer a written permission of the private property 16 owner, and, upon vacating the premises, a written release from the 17 property owner of each property disturbed or otherwise interfered with by 18 reasons of construction pursued under this contract. The statement shall 19 be signed by the private property owner, or proper authority acting for the 20 owner of the private property affected, stating that permission has been 21 granted to use the property and all necessary permits have been obtained 22 or, in the case of a release, that the restoration of the property has been 23 satisfactorily accomplished. The statement shall include the parcel 24 number, address, and date of signature. Written releases must be filed 25 with the Engineer before the Completion Date will be established. 26 27 PUBLIC NOTIFICATION 28 29 Each property owner shall be given a minimum of 2 working days notice 30 prior to entry upon the owner’s property by the Contractor. This includes 31 entry onto easements and private property where private improvements 32 must be adjusted. 33 34 The Contractor shall notify all residents and businesses within 300 feet 35 from the edge of the Work area prior the performing any Work under this 36 Contract. 37

38 Notification shall be made to ensure that: 39 40

1. Parked vehicles are moved; 41 42

2. The public is aware that access may be temporarily 43 impeded; 44 45

Page 117: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-67

3. The public is aware that private improvements within the 1 Work area may be impacted. 2

3 Notification shall be as follows: 4

5 A. Pre-notification to residents, and businesses shall be 6

provided indicating the Contractor’s intended construction 7 schedule. This notification shall precede the work by a 8 minimum of 10 calendar days. Wording shall be approved 9 by the Contracting Agency prior to the performance of any 10 Work. 11 12

B. Final notification shall state the exact construction start date, 13 after which any private improvements that remain within the 14 right-of-way and/or easements will be subject to removal or 15 relocation by the Contractor as indicated on the Plans and 16 Section 1-07.16. This notification shall be made a minimum 17 of 2 working days in advance of the construction start date. 18

19 Any delay or shut down in the continuous prosecution of the Work, as 20 specified, shall require another notification as described herein. 21

22 Payment 23 24 All costs to comply with this Section are incidental to the Contract and are 25 the responsibility of the Contractor. The Contractor shall include all related 26 costs in the bid prices of the Contract. 27 28

1-08 PROSECUTION AND PROGRESS 29 30 Add the following new section: 31 32

1-08.0 Preliminary Matters (New Section) 33 (May 25, 2006 APWA GSP) 34

35 1-08.0(1) Preconstruction Conference 36 (October 10, 2008 G&O GSP) 37 38 Prior to the Contractor beginning the Work, a preconstruction conference 39 will be held between the Contractor, the Contracting Agency, the Engineer 40 and such other persons as may be invited. The purpose of the 41 preconstruction conference will be: 42 43

1. To review the initial progress schedule; 44 45

Page 118: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-68

2. To establish a working understanding among the various 1 persons associated with or affected by the Work; 2

3 3. To establish and review procedures for progress payment, 4

notifications, approvals, submittals, etc.; 5 6

4. To establish normal working hours for the Work; 7 8

5. To review traffic control; and 9 10

6. To discuss such other related items as may be pertinent to 11 the Work. 12

13 The Contractor shall prepare and submit the following to the Engineer at 14 the preconstruction meeting: 15

16 1. Breakdown of all lump sum items in the Proposal; 17

18 2. A preliminary schedule for working drawing submittals; and 19

20 3. A list of material sources for approval, if applicable. 21

22 Add the following new section: 23

24 1-08.0(2) Hours of Work 25 (December 8, 2014 APWA GSP) 26 27 Except in the case of emergency or unless otherwise approved by the 28 Engineer, the normal working hours for the Contract shall be any 29 consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday 30 through Friday, exclusive of a lunch break. If the Contractor desires 31 different than the normal working hours stated above, the request must be 32 submitted in writing prior to the preconstruction conference, subject to the 33 provisions below. The working hours for the Contract shall be established 34 at or prior to the preconstruction conference. 35 36

All working hours and days are also subject to local permit and ordinance 37 conditions (such as noise ordinances). 38 39 If the Contractor wishes to deviate from the established working hours, the 40 Contractor shall submit a written request to the Engineer for consideration. 41 This request shall state what hours are being requested, and why. 42 Requests shall be submitted for review no later than 48 hours prior to the 43 day(s) the Contractor is requesting to change the hours. 44 45

Page 119: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-69

If the Contracting Agency approves such a deviation, such approval may 1 be subject to certain other conditions, which will be detailed in writing. For 2 example: 3 4 1. On non-Federal aid projects, requiring the Contractor to reimburse 5

the Contracting Agency for the costs in excess of straight-time 6 costs for Contracting Agency representatives who worked during 7 such times. (The Engineer may require designated representatives 8 to be present during the work. Representatives who may be 9 deemed necessary by the Engineer include, but are not limited to: 10 survey crews; personnel from the Contracting Agency’s material 11 testing lab; inspectors; and other Contracting Agency employees or 12 third party consultants when, in the opinion of the Engineer, such 13 work necessitates their presence.) 14 15

2. Considering the work performed on Saturdays, Sundays, and 16 holidays as working days with regard to the contract time. 17

18 3. Considering multiple work shifts as multiple working days with 19

respect to contract time even though the multiple shifts occur in a 20 single 24-hour period. 21

22 4. If a 4-10 work schedule is requested and approved the non working 23

day for the week will be charged as a working day. 24 25 5. If Davis Bacon wage rates apply to this Contract, all requirements 26

must be met and recorded properly on certified payroll 27 28 1-08.1 Subcontracting 29 (May 30, 2019 APWA GSP, Option B) 30 31 Delete the ninth paragraph, beginning with “On all projects, the Contractor shall 32 certify…”. 33 34 1-08.3(2)A Type A Progress Schedule 35 (March 13, 2012 APWA GSP) 36 37 Revise this section to read: 38 39

The Contractor shall submit 5 copies of a Type A Progress Schedule no 40 later than at the preconstruction conference, or some other mutually 41 agreed upon submittal time. The schedule may be a critical path method 42 (CPM) schedule, bar chart, or other standard schedule format. Regardless 43 of which format used, the schedule shall identify the critical path. The 44 Engineer will evaluate the Type A Progress Schedule and approve or 45

Page 120: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-70

return the schedule for corrections within 15 calendar days of receiving the 1 submittal. 2

3 1-08.3(2)D Weekly Look Ahead Schedule 4 (August 2009 G&O GSP) 5 6 This Section is supplemented with the following: 7 8

The Contractor shall attend a weekly construction meeting with the 9 Contracting Agency. The meeting will include discussion of the weekly 10 look ahead schedule, status of the work, utility coordination, and traffic 11 control. The Contractor’s superintendent/foreman shall attend and 12 participate in the weekly construction meeting. 13

14 1-08.4 Prosecution of Work 15 (February 15, 2008 G&O GSP) 16 17 Delete the first sentence of this Section and replace with the following: 18

19 The Contract time shall begin on the first working day following the 10th 20 calendar day after the issuance of the written notice to proceed or the first 21 day on which the Contractor begins to perform Work on the site, 22 whichever first occurs. 23

24 1-08.5 Time for Completion 25 (November 12, 2012 G&O GSP) 26 27 Delete this Section in its entirety and replace with the following: 28 29

The Contractor shall complete all Contract Work within the number of 30 “working days” stated in the Contract Provisions or as extended by the 31 Engineer in accordance with Section 1-08.8. Every day will be counted as 32 a “working day” unless it is a nonworking day or an Engineer determined 33 unworkable day. A nonworking day is defined as a Saturday, a Sunday, a 34 day on which the Contract specifically suspends Work, or one of these 35 holidays: January 1, the third Monday of January, the third Monday of 36 February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving, 37 the day after Thanksgiving, and Christmas Day. When any of these 38 holidays fall on a Sunday, the following Monday shall be counted a 39 nonworking day. When the holiday falls on a Saturday, the preceding 40 Friday shall be counted a nonworking day. The days between December 41 25 and January 1 will be classified as nonworking days, provided the 42 Contractor actually suspends performance of the Work. 43 44

Page 121: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-71

Any unworkable day is defined as a half or whole day the Engineer 1 declares to be unworkable because of weather or conditions caused by 2 the weather that prevents satisfactory and timely performance of the Work 3 shown on the critical path of the Contractor’s approved progress schedule. 4 Other conditions beyond the control of the Contractor may qualify for an 5 extension of time in accordance with Section 1-08.8. 6 7 The Contract time shall begin on the first working day following the 10th 8 calendar day after the issuance of the written notice to proceed or the first 9 day on which the Contractor begins to perform Work on the site, 10 whichever first occurs. The Contract Provisions may specify another 11 starting date for the Contract time, in which case time will begin on the 12 starting date specified. 13 14 Each working day shall be charged to the Contract as it occurs until the 15 Work is physically complete. If requested by the Contractor in writing, the 16 Engineer will provide the Contractor with a weekly statement that shows 17 the number of working days: (1) charged to the Contract the week before; 18 (2) specified for the substantial and physical completion of the Contract; 19 and (3) remaining for the substantial and physical completion of the 20 Contract. The statement will also show the nonworking days and any 21 partial or whole days that the Engineer determines to be unworkable. If 22 the Contractor disagrees with any statement issued by the Engineer, the 23 Contractor shall submit a written protest within 10 calendar days after the 24 date of the statement. The protest shall be sufficiently detailed to enable 25 the Engineer to ascertain the basis for the dispute and the amount of time 26 disputed. Any statement that is not protested by the Contractor as 27 required in this Section shall be deemed as having been accepted. If the 28 Contractor elects to work 10 hours a day for four days a week (a 4-10 29 schedule), the fifth day of the week of that week will be charged as a 30 working day if that day would be chargeable as a working day if the 31 Contractor had not elected to utilize the 4-10 schedule. 32 33 The Engineer will give the Contractor written notice of the Completion 34 Date of the Contract after all of the Contractor’s obligations under the 35 Contract have been performed by the Contractor. The following events 36 must occur before the Completion Date will be established: 37

38 1. The physical Work on the project must be complete; and 39

40 2. The Contractor must furnish all documentation required by 41

the Contract and required by law, to allow the Contracting 42 Agency to process final acceptance of the Contract. The 43 following documents must be received by the Project 44 Engineer prior to establishing a Completion Date: 45

Page 122: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-72

1 a. Certified payrolls (per Section 1-07.9(5)); 2

3 b. Material acceptance certification documents; 4

5 c. Final Contract voucher certification; 6

7 d. Property owner releases required by Section 1-07.24. 8

9 e. Affidavits of Wages Paid for the Contractor and all 10

subcontractors must be submitted to the Contracting 11 Agency. 12

13 1-08.8 Extension of Time 14 (February 15, 2008 G&O GSP) 15 16 Delete Item 6 of the third paragraph and replace it with the following: 17 18

6. If the actual quantity of Work performed for a bid item was more 19 than the original Plan quantity and increased the duration of a 20 critical activity, and if the total extended bid price for that item at 21 time of award was equal to or greater than 10 percent of the total 22 Contract price at time of award. Extensions of time will be limited to 23 only those bid items where the quantity exceeded the original Plan 24 quantity by 25 percent or more. 25

26 1-08.9 Liquidated Damages 27 (June 16, 2006 G&O GSP) 28 29 Delete this Section and replace it with the following: 30 31

Time is of the essence of this Contract. All of the Work shall be completed 32 within the time limits set forth in the Contract, and the Contractor’s 33 unexcused failure to do so shall result in liquidated damages being 34 assessed as provided in the Contract Provisions. 35

36 a. The Contractor acknowledges that the Contracting Agency 37

will suffer monetary damages in the event of an unexcused 38 delay in the substantial completion and physical completion 39 of the Work. If the Contractor fails, without excuse under the 40 Contract, or otherwise refuses to complete the Work within 41 the Contract time, or any extension thereof granted by the 42 Contracting Agency, the Contractor agrees to pay to the 43 Contracting Agency the amount specified in the Contract 44 Provisions, not as a penalty, but as liquidated damages for 45

Page 123: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-73

such breach of the Contract, for each and every calendar 1 day that the Contractor shall be in default after the time 2 stipulated in the Contract for substantial completion of the 3 Work. 4 5

b. The amount of liquidated damages is fixed and agreed upon 6 by and between the Contractor and the Contracting Agency 7 because of the impracticability and extreme difficulty of 8 determining the actual damages that the Contracting Agency 9 would sustain. The amount of liquidated damages is 10 specifically agreed to be a reasonable approximation of the 11 damages which the Contracting Agency would sustain as a 12 result of an unexcused delay in the substantial completion 13 and the physical completion of the Work. The Contracting 14 Agency may retain liquidated damages from progress 15 payments that otherwise would be due to the Contractor. 16

17 1-09 MEASUREMENT AND PAYMENT 18 19 1-09.2(1) General Requirements for Weighing Equipment 20 (July 23, 2015 APWA GSP, Option 2) 21 22 Revise item 4 of the fifth paragraph to read: 23

24 4. Test results and scale weight records for each day’s hauling 25

operations are provided to the Engineer daily. Reporting shall 26 utilize WSDOT form 422-027, Scaleman’s Daily Report, unless the 27 printed ticket contains the same information that is on the 28 Scaleman’s Daily Report Form. The scale operator must provide 29 AM and/or PM tare weights for each truck on the printed ticket. 30

31 1-09.6 Force Account 32 (June 16, 2006 G&O GSP) 33 34 Delete this Section and replace it with the following: 35 36

The cost to be included in the equitable adjustment for any changes 37 directed or approved in accordance with Section 1-04.4, will be 38 determined by one or more of the following methods: 39

40 a. Contract unit bid prices previously approved; or 41 42 b. If there are no unit bid prices, an agreed lump sum; or 43

Page 124: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-74

1 c. If the amount of the adjustment cannot be agreed upon in 2

advance or in the manner provided in subparagraph a. or b. 3 above, the cost will be determined by the actual cost of: 4

5 1. Labor including working foremen. Labor rates will 6

include the basic wage and fringe benefits, current 7 rates for Federal Insurance Compensation Act (FICA), 8 Federal Unemployment Tax Act (FUTA) and State 9 Unemployment Tax Act (SUTA), and the company’s 10 present rates for medical aid and industrial insurance 11 premiums; 12

13 2. Materials and equipment incorporated permanently 14

into the Work; 15 16 3. The ownership or rental cost of equipment during the 17

time of use on the extra Work. Equipment rates shall 18 be as set forth in the then current AGC/WSDOT 19 Equipment Rental Agreement. These rates shall be 20 full compensation for all costs incidental to furnishing 21 and operating the equipment. The Contractor shall 22 submit copies of applicable portions of the 23 AGC/WSDOT Equipment Rental Agreement to the 24 Engineer; plus 25

26 4. Overhead and Profit as follows: 27

28 For Work performed by the Contractor, an amount to 29 be agreed upon but not to exceed 15 percent of the 30 labor, material, and equipment cost agreed to by the 31 Engineer as compensation for supervision, small 32 tools, provisions for safety, home office and field 33 overhead, profit and other general conditions 34 expenses, including, but not limited to, insurance, 35 bonds and business & occupation taxes. 36 37 For Subcontractor work, the Subcontractor will be 38 allowed an amount to be agreed upon but not to 39 exceed 15 percent of the labor, material, and 40 equipment cost agreed to by the Engineer as 41 compensation for supervision, small tools, provisions 42 for safety, home office and field overhead, profit and 43 other general conditions expenses, including, but not 44 limited to, insurance, bonds and business & 45

Page 125: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-75

occupation taxes. The Contractor will be allowed an 1 additional markup of 10 percent to compensate the 2 Contractor for all administrative costs, including home 3 office and field overhead, profit, bonds, insurance, 4 business & occupation taxes and any other costs 5 incurred. 6

7 In no case will the total fixed fee for the Contractor, all 8 Subcontractors of all tiers exceed 30 percent. 9

10 1-09.7 Mobilization 11 (June 6, 2006, G&O GSP) 12 13 Delete the second and third paragraph of this Section. This Section is 14 supplemented with the following: 15 16

Throughout construction and until the Physical Completion Date, the 17 Contractor shall thoroughly comb and search the Work site and 18 surrounding area and remove any waste construction material, empty 19 containers, litter and other debris, whether or not deposited by the 20 Contractor, and tidy up the surrounding general area to make it neat in 21 appearance. 22

23 ROUTINE CLEANING 24

25 A. General: 26

27 1. Maintain all stored materials and equipment in an orderly 28

fashion allowing maximum access, not impeding drainage, 29 pedestrian or vehicle traffic. 30

31 2. Do not allow the accumulation of scrap, waste material, used 32

containers, debris and other items not required for the Work. 33 34 3. At least once a week, and more often if necessary, 35

completely remove all scrap, debris, and waste material from 36 the Work site. 37

38 4. Provide adequate storage for all materials awaiting removal 39

from the Work site, observing all requirements for fire 40 protection and protection of the environment. 41

42 B. Site: 43

44

Page 126: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-76

1. Daily, and more often if necessary, inspect the Work site and 1 pick up all scrap, debris, and waste material. Remove all 2 such items to the place designated for their storage until they 3 can be disposed of. 4

5 2. Weekly, and more often if necessary, inspect the 6

arrangement of all materials and equipment stored on the 7 Work site, re-stack, tidy or otherwise rearrange them to meet 8 the requirements above. 9

10 3. Maintain the Work site at all times in a neat and orderly 11

condition meeting the approval of the Contracting Agency. 12 13

FINAL CLEANING 14 15

A. General: 16 17

Prior to final inspection, remove from the Work site all tools, surplus 18 materials, equipment, scrap, debris and waste. The Contractor 19 shall thoroughly comb and search the surrounding area and 20 remove any debris of any kind and tidy up the general area to make 21 it neat in appearance, including removal of debris not deposited by 22 the Contractor’s operations. 23

24 Payment 25 26 “Mobilization, Cleanup, and Demobilization,” lump sum. 27 28 The lump sum contract payment shall be full compensation for all costs 29 incurred by the Contractor in performing the Contract Work defined in this 30 Section. Payment for this item shall be made as follows: 31

32 1. Fifty percent of this item will be included in the first monthly 33

pay estimate after the Contractor is in full operation and 34 construction of the Work has began; 35 36

2. Forty percent of this item will be proportioned equally (based 37 on the number of working days in the Contract) and included 38 in each monthly pay estimate submitted by the Contractor. 39 The Contractor shall provide regular and ongoing cleanup. 40 Failure of the Contractor to provide regular ongoing cleanup 41 will be cause for permanent forfeiture of the monthly 42 payment for each month that the cleanup is not performed 43 as required. If cleanup is not performed during a monthly 44 pay period, it shall not be subject to reimbursement under 45

Page 127: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-77

any following monthly pay estimate, and the lump sum 1 amount due will be adjusted accordingly. 2 3

3. Ten percent of this item will be included in the estimate 4 issued when the Physical Completion Date is achieved, 5 including the removal of all equipment from the Work site. 6

7 1-09.8 Payment for Material on Hand 8 (June 16, 2006 G&O GSP) 9 10 Delete the first paragraph of this Section and replace it with the following: 11

12 The Contracting Agency may reimburse the Contractor for 90 percent of 13 the invoice amount of the material and equipment purchased before their 14 incorporation into the Work if they: 15

16 1. Meet the requirements of the Plans and Specifications; 17

18 2. Are delivered to or stockpiled near the Work site or to 19

another Engineer-approved storage site; and 20 21

3. Consist of: piping material, reinforcing steel, bronze plates, 22 structural steel; machinery; piling, timber and lumber (not 23 including forms and falsework), large signs unique to the 24 Work, prestressed concrete beams or girders, or other 25 material the Engineer may approve. 26

27 1-09.9 Payments 28 (******) 29 30 Delete the fourth paragraph and replace it with the following: 31

32 Progress payments for completed work and material on hand will be 33 based upon progress estimates prepared by the Engineer. A progress 34 estimate cutoff date will be established at the preconstruction conference. 35 36 The initial progress estimate will be made not later than 30 days after the 37 Contractor commences the work, and successive progress estimates will 38 be made every month thereafter until the Completion Date. Progress 39 estimates made during progress of the work are tentative, and made only 40 for the purpose of determining progress payment. The progress estimates 41 are subject to change at any time prior to the calculation of the Final 42 Payment. 43 44 The value of the progress estimate will be the sum of the following: 45

Page 128: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-78

1 1. Unit Price Items in the Bid Form — the approximate quantity of 2

acceptable units of work completed multiplied by the unit price. 3 4 2. Lump Sum Items in the Bid Form — based on the approved 5

Contractor’s lump sum breakdown for that item, or absent such a 6 breakdown, based on the Engineer’s determination. 7

8 3. Materials on Hand — 90 percent of invoiced cost of material 9

delivered to Job site or other storage area approved by the 10 Engineer. 11

12 4. Change Orders — entitlement for approved extra cost or completed 13

extra work as determined by the Engineer. 14 15

Progress payments will be made in accordance with the progress estimate 16 less: 17 18 1. Retainage per Section 1-09.9(1), on non “FHWA funded” projects; 19 20 2. The amount of Progress Payments previously made; and 21 22 3. Funds withheld by the Contracting Agency for disbursement in 23

accordance with the Contract Documents. 24 25

Progress payments for work performed shall not be evidence of 26 acceptable performance or an admission by the Contracting Agency that 27 any work has been satisfactorily completed. The determination of 28 payments under the contract will be final in accordance with 29 Section 1-05.1. 30 31 The following forms must be executed by the appropriate contractor(s) 32 and subcontractor(s) and returned to USDA Rural Development before 33 any payments can be made. 34 35 A. If Bid amount exceeds $10,000, signed Compliance Statement (RD 36

400-6). Refer to specific equal opportunity requirements set forth in 37 RUS Bulletin 1780, Section 178075 Contract Provision, (d) Equal 38 employment opportunity. 39

40 B. If Bid amount exceeds $25,000, signed Certification Regarding 41

Debarment, Suspension, Ineligibility and Voluntary Exclusion - 42 Lower Tier Covered Transactions (AD-1048). 43

44

Page 129: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-79

C. If Bid amount exceeds $100,000, signed RD Instruction 1940-Q, 1 Exhibit A-1, Certification for Contracts, Grants, and Loans. 2

3 D. For projects exceeding $150,000, a Temporary Construction sign 4

will be erected by the contractor before the first pay request is 5 submitted. The format shall be as provided at the USDA RD 6 National Office Web site, and may be modified to include other 7 significant funding partners, http://www.rd.usda.gov/programs-8 services/services/water-environmental-engineers. See appendix. 9 Costs to furnish and install the project sign shall be incidental to the 10 lump sum price bid for “Mobilization, Cleanup, and Demobilization.” 11

12 The Application for Payment with Engineer’s recommendations will be 13 presented to the Contracting Agency and USDA Rural Development for 14 consideration. If both the Contracting Agency and USDA Rural 15 Development find the Application for Payment acceptable, the 16 recommended amount less any reduction as discussed below, but not 17 limited to, will become due 20 days after the Application for Payment is 18 approved by the Owner and USDA Rural Development, and the Owner 19 will make payment to the Contractor. 20 21 Reductions in Payment by Contracting Agency: In addition to any 22 reductions in payment (set‐offs) recommended by Engineer, the 23 Contracting Agency is entitled to impose a set‐off against payment based 24 on any of the following: 25 26 a. claims have been made against the Contracting Agency on account 27

of Contractor’s conduct in the performance or furnishing of the 28 Work; or Contracting Agency has incurred costs, losses, or 29 damages on account of Contractor’s conduct in the performance or 30 furnishing of the Work, including but not limited to claims, costs, 31 losses, or damages from workplace injuries, adjacent property 32 damage, non‐compliance with Laws and Regulations, and patent 33 infringement; 34

b. Contractor has failed to take reasonable and customary measures 35 to avoid damage, delay, disruption, and interference with other 36 work at or adjacent to the Site; 37

c. Contractor has failed to provide and maintain required bonds or 38 insurance; 39

d. Contracting Agency has been required to remove or remediate a 40 Hazardous Environmental Condition for which Contractor is 41 responsible; 42

e. Contracting Agency has incurred extra charges or engineering 43 costs related to submittal reviews, evaluations of proposed 44

Page 130: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-80

substitutes, tests and inspections, or return visits to manufacturing 1 or assembly facilities; 2

f. the Work is defective, requiring correction or replacement; 3 g. Contracting Agency has been required to correct defective Work in 4

accordance with Section 1-057, or has accepted defective Work 5 pursuant to Section 1-057; 6

h. the Contract Price has been reduced by Change Orders; 7 i. an event that would constitute a default by Contractor and therefore 8

justify a termination for cause has occurred; 9 j liquidated damages have accrued as a result of Contractor’s failure 10

to achieve Milestones, Substantial Completion, or final completion 11 of the Work; 12

k. Liens have been filed in connection with the Work, except where 13 Contractor has delivered a specific bond satisfactory to the 14 Contracting Agency to secure the satisfaction and discharge of 15 such Liens; 16

l. there are other items entitling the Contracting Agency to a set off 17 against the amount recommended. 18

19 1-09.9(1) Retainage 20 (******) 21 22 Delete this Section and replace it with the following: 23 24

Pursuant to RCW 6028, a sum of 5 percent of the monies earned by the 25 Contractor will be retained from progress estimates. Such retainage shall 26 be used as a trust fund for the protection and payment (1) to the State with 27 respect to taxes imposed pursuant to Title 82 RCW, and (2) the claims of 28 any person arising under the Contract. 29 30 Monies retained under the provisions of RCW 6028 shall be retained in a 31 fund by the Contracting Agency or funding agency. No payments will be 32 made that would deplete the retainage, place in escrow any funds that are 33 required for retainage, or invest the retainage for the benefit of the 34 Contractor. The retainage shall not be less than the amount equal to 5 35 percent of an approved partial payment estimate until the project is 36 substantially complete and accepted by the owner, consulting engineer 37 and Agency. Additional amounts may be retained if the job is not 38 proceeding to the satisfaction of the Owner. 39 40 Release of the retainage will be made 60 days following the Completion 41 Date (pursuant to RCW 3912, and RCW 6028) provided the following 42 conditions are met: 43 44

Page 131: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-81

1. On Contracts totaling more than $35,000, a release has been 1 obtained from the Washington State Department of Revenue. 2

3 2. Affidavits of Wages Paid for the Contractor and all Subcontractors 4

are on file with the Contracting Agency (RCW 3912040). 5 6 3. A certificate of Payment of Contributions Penalties and Interest on 7

Public Works Contract is received from the Washington State 8 Employment Security Department. 9

10 4. Washington State Department of Labor and Industries (in 11

accordance with Section 1-0710) shows the Contractor is current 12 with payments of industrial insurance and medical aid premiums. 13

14 5. All claims, as provided by law, filed against the retainage have 15

been resolved. In the event claims are filed and provided the 16 conditions of 1, 2, 3, and 4 are met, the Contractor will be paid such 17 retained percentage less an amount sufficient to pay any such 18 claims together with a sum determined by the Contracting Agency 19 sufficient to pay the cost of foreclosing on claims and to cover 20 attorney’s fees. 21

22 1-09.11(3) Time Limitation and Jurisdiction 23 (July 23, 2015 APWA GSP) 24 25 Revise this section to read: 26

27 For the convenience of the parties to the Contract it is mutually agreed by 28 the parties that any claims or causes of action which the Contractor has 29 against the Contracting Agency arising from the Contract shall be brought 30 within 180 calendar days from the date of final acceptance 31 (Section 1-05.12) of the Contract by the Contracting Agency; and it is 32 further agreed that any such claims or causes of action shall be brought 33 only in the Superior Court of the county where the Contracting Agency 34 headquarters is located, provided that where an action is asserted against 35 a county, RCW 36.01.05 shall control venue and jurisdiction. The parties 36 understand and agree that the Contractor’s failure to bring suit within the 37 time period provided, shall be a complete bar to any such claims or 38 causes of action. It is further mutually agreed by the parties that when any 39 claims or causes of action which the Contractor asserts against the 40 Contracting Agency arising from the Contract are filed with the Contracting 41 Agency or initiated in court, the Contractor shall permit the Contracting 42 Agency to have timely access to any records deemed necessary by the 43 Contracting Agency to assist in evaluating the claims or action. 44

45

Page 132: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 1-82

1-10 TEMPORARY TRAFFIC CONTROL 1 2 1-10.2(1) General 3 (December 1, 2008) 4 5 This Section is supplemented with the following: 6 7

Only training with WSDOT TCS card and WSDOT training curriculum is 8 recognized in the State of Washington. The Traffic Control Supervisor 9 shall be certified by one of the following: 10 11

The Northwest Laborers-Employers Training Trust 12 27055 Ohio Avenue 13 Kingston, Washington 98346 14 (360) 297-3035 15 16 Evergreen Safety Council 17 401 Pontius Avenue North 18 Seattle, Washington 98109 19 1-800-521-0778 or 20 (206) 382-4090 21 22 The American Traffic Safety Services Association 23 15 Riverside Parkway, Suite 100 24 Federicksburg, Virginia 22406-1022 25 Training Department Toll Free (877) 642-4637 26 Phone (540) 368-1701 27

28 1-10.2(2) Traffic Control Plans 29 (March 31, 2016 G&O GSP) 30 31 This Section is supplemented with the following: 32 33

If traffic control plans are not included in the Contract Documents, the 34 Contractor shall submit traffic control plans for the Engineer’s review and 35 approval. 36

37 1-10.4(1) Lump Sum Bid for Project (No Unit Items) 38 (August 2, 2004) 39 40 This Section is supplemented with the following: 41 42

The proposal contains the item “Project Temporary Traffic Control,” lump 43 sum. The provisions of Section 1-10.4(1) shall apply. 44

Page 133: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

DIVISION 2

EARTHWORK

Page 134: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 2-1

DIVISION 2 1 EARTHWORK 2

3 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 4 5 2-02.1 Description 6 (November 24, 2010 G&O) 7 8 This Section is supplemented with the following: 9 10

This work also consists of removing, handling and disposing of deleterious 11 material or debris encountered during roadway, sidewalk, and trench 12 excavation or other work as indicated on the Plans within the Project site, 13 including, but not limited to, existing trees as indicated on the Plans, 14 existing pipes, utility structures or appurtenances, riprap, buried concrete 15 including thrust blocks, concrete footings and/or slabs, buried logs or 16 debris, asphalt pavement, cement concrete pavement, sidewalks, fences, 17 landscaping items, rock walls, guardrail, signs and any and all other 18 structures and obstructions (unless a separate bid item has been provided 19 for this work). All salvageable items shall be removed and delivered to the 20 Contracting Agency unless indicated otherwise on the Plans. 21

22 2-02.3 Construction Requirements 23 (January 7, 2013 G&O) 24 25 This Section is supplemented with the following: 26 27

The removal of any existing improvements shall be conducted in such a 28 manner as not to damage utilities and any portion of the infrastructure that 29 is to remain in place. Any deviation in this matter will obligate the 30 Contractor at his own expense, to repair, replace or otherwise make 31 proper restoration to the satisfaction of the Contracting Agency. 32 33 When sawing of concrete or combinations of materials is required, the 34 depth of cut shall be as required to accomplish the intended purpose, 35 without damaging surfaces to be left in place and will be determined in the 36 field to the satisfaction of the Engineer. 37

38 Unless otherwise indicated on the Plans or in the Special Provisions, all 39 structures, castings, pipe and other material of recoverable value removed 40 from the Project site shall be carefully salvaged and delivered to the 41 Owner of said utility items in good condition and in such order of salvage 42 as the Engineer may direct. Materials and other items deemed of no 43 value by the Engineer shall be promptly removed, loaded and 44

Page 135: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 2-2

wastehauled by the Contractor and becomes his property, to be disposed 1 of at his discretion, in compliance with regulatory requirements. 2 3 Waste materials shall be loaded and hauled to a waste site secured by the 4 Contractor and shall be disposed of in such a manner as to meet all 5 requirements of state, county and municipal regulations regarding health, 6 safety and public welfare. 7

8 2-02.3(3) Removal of Pavement, Sidewalks, Curbs and Gutters 9 (January 4, 2010 G&O) 10 11 This Section is supplemented with the following: 12 13

Existing cement concrete sidewalks, roadway slabs, curbs, and curbs and 14 gutters shall be removed at the nearest construction joint where possible, 15 and removed and wastehauled as required for the construction of this 16 Project. Where directed by the Engineer, cement concrete curbs or curb 17 and gutter shall be saw-cut prior to removal. Existing pavement shall be 18 precut before commencing excavation and shall be removed as required 19 for the construction. 20

21 Where shown on the Plans or where directed in the field by the Engineer, 22 the Contractor shall make a neat vertical saw-cut at the boundaries of the 23 area to be removed. Care shall be taken during sawcutting so as to 24 prevent damage to the existing asphalt concrete, or concrete, to remain in 25 place. Any pavement or concrete damaged by the Contractor outside the 26 area scheduled for removal due to the Contractor’s operations or 27 negligence shall be repaired or replaced to the Contracting Agency’s 28 satisfaction by the Contractor at no additional cost to the Contracting 29 Agency. 30 31 All cuts shall be continuous, full depth, and shall be made with saws 32 specifically equipped for this purpose. No skip cutting or jack hammering 33 will be allowed unless specifically approved otherwise in writing by the 34 Engineer. 35 36 Wheel cutting or jack hammering shall not be considered an acceptable 37 means of pavement “cutting,” unless pre-approved in writing by the 38 Engineer. However, even if pre-approved as a method of cutting, no 39 payment will be made for this type of work, and it shall be included in the 40 various unit contract and lump sum prices listed in the Proposal. 41 42 The location of all pavement cuts shall be pre-approved by the Engineer in 43 the field before cutting commences. 44 45

Page 136: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 2-3

All water and slurry material resulting from sawcutting operations shall not 1 be allowed to enter the storm drainage or sanitary sewer system and shall 2 be removed from the site and disposed of in accordance with the 3 Washington State Department of Ecology regulations. 4 5

2-02.4 Measurement (New Section) 6 (******) 7 8 This Section is supplemented with the following: 9 10

Measurement of sawcutting will be per linear foot as measured on a 11 horizontal plane to the nearest 1 feet of pavement cut, for any and all 12 depths of pavement or concrete cut. 13

14 2-02.5 Payment 15 (******) 16 17 This Section is supplemented with the following: 18

19 Sawcutting required for completion of work under Schedule B: Group 2 will 20 be subject to payment under the “Sawcutting” line item. The unit contract 21 price per linear foot for “Sawcutting” shall be full compensation for 22 furnishing all materials, labor, tools, and equipment necessary to sawcut 23 the existing asphalt concrete and portland cement concrete full depth, 24 regardless of the depth encountered, or the material to be sawcut. It shall 25 also include the treatment and disposal of all water used in this operation, 26 in compliance with regulatory requirements. 27 28 All costs for sawcutting on remaining project schedules, as indicated in the 29 Plans and as may be additionally necessary to construct the Project shall 30 be included in the unit contract and lump sum prices as listed in the 31 Proposal. No additional or separate payment will be made for sawcutting 32 under these schedules. 33

34 2-03 ROADWAY EXCAVATION AND EMBANKMENT 35 36 2-03.1 Description 37 (March 17, 2016 G&O) 38 39 This Section is supplemented with the following: 40 41

This work also includes wet weather and wet condition earthwork 42 measures. 43

44

Page 137: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 2-4

2-03.3 Construction Requirements 1 (January 7, 2013 G&O) 2 3 This Section is supplemented with the following: 4 5

The following items shall be followed if earthwork is to be performed in wet 6 weather or in wet conditions: 7

8 1. Earthwork shall be performed in small sections to minimize 9

exposure to wet weather. Excavation or the removal of unsuitable 10 soil shall be followed immediately by the placement and 11 compaction of a suitable thickness (generally eight inches or less) 12 of clean structural fill. The size and/or type of construction 13 equipment shall be selected as required to prevent soil disturbance. 14 In some instances, it may be necessary to limit equipment size to 15 minimize subgrade disturbance caused by equipment traffic. 16 17

2. During wet weather conditions, the allowable fines content of the 18 gravel borrow shall be reduced to no more than 5 percent by weight 19 based on the portion passing the 3/4-inch sieve. The sand 20 equivalent shall be 50 percent minimum. 21 22

3. The ground surface in the construction area shall be graded to 23 promote the rapid runoff of surface water and to prevent ponding of 24 water. 25 26

4. No soil should be left uncompacted and exposed to moisture. A 27 smooth drum vibratory roller, or equivalent, shall be used to seal 28 the ground surface. 29 30

5. Excavation and placement of fill or backfill material will be observed 31 by the Engineer, to determine that all work is being accomplished in 32 accordance with the project specifications. 33 34

2-03.3(7)B Haul 35 (January 7, 2013 G&O) 36 37 Delete this Section and replace it with the following: 38 39

There shall be no separate payment for haul of excess or unsuitable 40 excavated material, or debris to the Contractor provided disposal site. All 41 costs for haul shall be included in the bid prices for other work. 42

43

Page 138: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 2-5

2-03.3(7)C Contractor-Provided Disposal Site 1 (January 7, 2013 G&O) 2 3 Delete the first paragraph and replace it with the following: 4 5

The Contractor shall arrange for the disposal of the excess or unsuitable 6 excavated material, or other materials at no expense to the Contracting 7 Agency. 8 9 Clean excavated material suitable for backfill may be disposed at the 10 Town's reservoir site to the southeast of the project. 11

12 2-03.3(10) Selected Material 13 (May 5, 2016 G&O) 14 15 Delete the second paragraph and insert the following in its place: 16 17

Direct Hauling. If it is practical, the Contractor shall haul selected 18 material immediately from the excavation to its final place on the 19 Roadbed. The Contracting Agency will pay for such Work at the unit 20 Contract price for “Excavation, Embankment and Grading, Incl. Haul.” 21

Delete the fifth paragraph and insert the following in its place: 22 23

There will be not additional payment for hauling, handling and stockpiling 24 selected materials. 25

26 2-03.3(12) Overbreak 27 28 Delete the last sentence in this Section. 29 30 2-03.4 Measurement 31 (May 5, 2016 G&O) 32 33 Delete all paragraphs under this Section and replace with the following: 34 35

Only one determination of the original ground elevation will be made on 36 this project. Measurement for Excavation, Embankment and Grading, 37 Incl. Haul will be based on the original ground elevations recorded 38 previous to the award of this contract. 39 40 If discrepancies are discovered in the ground elevations, which will 41 materially affect the quantities of earthwork, the original computations of 42 earthwork quantities will be adjusted accordingly. 43 44

Page 139: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 2-6

Earthwork quantities will be computed, either manually or by means of 1 electronic data processing equipment, by use of the average end area 2 method or by the finite element analysis method utilizing digital terrain 3 modeling techniques. 4 5 Copies of the original survey notes will be made available for the 6 successful bidder’s inspection if the Contract is awarded. 7 8 Measurement for Excavation, Embankment and Grading, Incl. Haul will be 9 per cubic yard of excavation to the “neat lines” shown on the Plans. 10 11 Measurement of Unsuitable Foundation Excavation, Incl. Haul will be per 12 cubic yard, as field measured in the excavated area (not truck 13 measurement). 14 15 Measurement of Rock Excavation will be per cubic yard as field measured 16 in the excavated area. 17

18 2-03.5 Payment 19 (May 5, 2016 G&O) 20 21 Delete all paragraphs under this Section and replace with the following: 22 23

Payment will be made in accordance with Section 1-04.1 for each of the 24 following bid items that are included in the Proposal: 25 26 “Excavation, Embankment and Grading, Incl. Haul,” per cubic yard. 27 28 The unit contract price per cubic yard for “Excavation, Embankment and 29 Grading, Incl. Haul” shall be full pay for all materials, tools, labor, and 30 equipment necessary for excavation to the grade lines shown including, 31 but not limited to, haul, stockpiling, placing, shaping, and grading per 32 Section 2-03, Subgrade Preparation per Section 2-06, Watering per 33 Section 2-07, compacting, testing, loading, hauling to waste and disposing 34 of all excess or unsuitable material, including logs, rocks, cobbles, etc. 35 The unit contract price shall also include all costs required to uniformly 36 grade and clean existing and/or new ditches to drain to existing and/or 37 proposed drainage structures and the earthwork required for construction 38 of driveways and retaining walls. 39 40 The unit contract price shall also include all costs required to remove and 41 wastehaul existing asphalt and/or concrete pavement, sidewalks, curbs 42 and gutters located within the grade lines where shown. 43 44

Page 140: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 2-7

In the event the Contractor overcuts a street, due to his oversight or error, 1 the structural fill material (as approved by Contracting Agency) and 2 compaction required to bring the roadway section back to subgrade 3 elevation shall be furnished and accomplished at his sole expense, as no 4 additional payment will be due the Contractor for this work. 5

6 2-04 HAUL 7 8 2-04.1 Description 9 (June 16, 2006 G&O) 10 11 This Section is supplemented with the following: 12 13

If the sources of materials provided by the Contractor necessitates hauling 14 over any public roads, the Contractor shall, at the Contractor’s expense, 15 make all arrangements for the use of the haul routes. No separate monies 16 will be due the Contractor for this work. 17

18 2-06 SUBGRADE PREPARATION 19

20 2-06.1 Description 21 22 This Section is supplemented with the following: 23 24

(******) 25 This work shall also consist of recycling the existing pavement by 26 pulverizing the pavement and treating and mixing the base with Portland 27 cement. 28 29 Cement treated base shall consist of pulverized asphalt pavement, 30 existing base materials, soil, Portland cement, and water proportioned, 31 mixed, placed, compacted, and cured in accordance with these 32 Specifications; and shall conform to the details shown on the Plans. 33 34 The Contractor shall notify all emergency services, postal services, City, 35 and adjacent property owners 5 days prior to installing the cement treated 36 based (CTB) and again 24 hours prior to installing the CTB. This notice 37 shall be provided by distributing door hangers with the Contractor’s name, 38 phone number, and detailed explanation of temporary closure. 39

40 2-06.2 Materials 41 42 This Section is supplemented with the following: 43 44

(******) 45

Page 141: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 2-8

The Contractor shall pulverize the full depth of the existing bituminous 1 and/or asphalt surface. 2

3 This work shall not be performed until all underground utilities are 4 installed, and asphalt repair areas have been constructed. Filling, 5 grading, shaping, spreading, and compacting operations shall continue 6 alternately until the grades and typical cross section are achieved as 7 indicated on the Plans, and/or as directed by the Engineer. 8

9 The Contractor shall compact the pulverized material to provide a firm, 10 unyielding subgrade to the satisfaction of the Engineer. 11

12 The pulverized material shall conform to the following gradation: 13

14

Sieve Size Percent Passing (by weight)

1-1/2-inch square opening 95%No. 4 55%

15 The Engineer will base acceptance of the gradation on visual inspection in 16 the field. 17

18 Existing asphalt pavement shall be pulverized by a method that does not 19 damage or dislodge the material or structures below the surface as shown 20 on the Plans. 21

22 Cement shall be added to the pulverized asphalt and soil mixture as 23 indicated on the Plans. 24

25 2-06.3(1) Subgrade for Surfacing 26 27 This Section is supplemented with the following: 28 29

(******) 30 9. The grading shall be completed at least 300 feet ahead of the 31

placing of gravel borrow or crushed surfacing base material. 32 10. All underground work contemplated in the area of the subgrade 33

shall be completed and properly compacted before final subgrade 34 is prepared for approval. 35

36 2-06.3(3) Equipment 37 38 This Section is supplemented with the following: 39 40

(******) 41

Page 142: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 2-9

Cement-treated reclaimed pavement base may be constructed with any 1 machine or combination of machines, or equipment that will produce 2 completed cement treated base meeting the requirements for 3 pulverization, mixing, cement and water application, grading, compacting, 4 and curing, as provided in these Specifications. 5

6 Mixing shall be accomplished using single or multiple shaft mixers. 7 8 The cement spreader shall be capable of uniformly distributing the cement 9 at the specified rate. 10 11 Water may be applied through the mixer or with water trucks equipped 12 with a pressurized spray bar provided that the equipment can distribute 13 the water in a uniform manner. 14 15 Cement-treated reclaimed pavement base shall be compacted with one or 16 a combination of the following: sheep's foot or grid roller, pneumatic tire 17 roller, or vibratory steel drum roller. 18 19 Application of the cement for the cement treated base shall not begin until 20 all necessary testing equipment and testing manpower is prepared and in 21 place. This includes testing equipment to verify the pounds of cement 22 distributed per unit area, soil moisture content and compaction. 23

24 2-06.3(4) Pavement Pulverization and Grade Preparation 25 This Section is supplemented with the following: 26 27

(******) 28 Pavement shall be pulverized to the gradation specified in Section 2-06.2 29 of these Special Provisions. During this process, any unsuitable material 30 shall be removed and replaced with suitable material per Section 2-03. 31 Soft and yielding subgrade shall be corrected and made stable before 32 construction proceeds, as approved in the field by the Contracting Agency. 33 The pulverized material shall be utilized on the Project site and loaded, 34 hauled, graded, shaped, rolled, and compacted as necessary. 35 36 Prior to application of the cement, the pulverized base materials shall be 37 moisture conditioned to be within 2 percent of the modified proctor 38 optimum moisture content. 39 40

2-06.3(5) Mixing 41 42 This Section is supplemented with the following: 43 44

(******) 45

Page 143: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 2-10

Cement treated base shall not be mixed when the ground is frozen or 1 when the air temperature is below 40 degrees Fahrenheit. 2

3 Portland cement shall be placed on the regraded surface at the specified 4 application rate, and uniformly mixed or blended with the reclaimed 5 asphalt pavement and underlying base and sub grade soils to the depths 6 specified. The mixture shall be moisture conditioned during this process 7 to meet specifications, as required. Following mixing and moisture 8 conditioning, the resulting base shall be compacted to project 9 specifications and graded to final elevations and lines, as shown on the 10 Plans. Compaction and grading of the cement-treated base shall be 11 completed within 3 hours after mixing with Portland cement. 12 13 The cement is to be mixed with the base material for the full depth and 14 width of the course at the appropriate moisture content. It is recommended 15 that mixing be done in at least three passes of the in-place mixer. No 16 water shall be added during the first pass, which will accomplish blending 17 and pulverization. Additional passes without water should be made, if 18 needed, to achieve uniform blending and pulverization. Water shall be 19 added through the in-place mixer during subsequent passes, if needed to 20 bring the moisture content within the 2% range of optimum. Additional 21 passes shall be made as needed to achieve a uniform blend of base 22 material and cement at a uniform moisture content. The moisture content 23 should be on the high side of the 2% range to be sure the base is within 24 the proper range at compaction. When water is added to the base during 25 mixing, it shall be added through the spray bar on the in-place mixer. 26 Water spray shall be uniform at all times; no clogged nozzles will be 27 allowed. There shall be no overlap of water spray between passes. Spray 28 nozzles shall be blocked if necessary. There are to be no dry areas 29 between side-by-side passes of the in-place mixer. The cutting operation 30 is to be slightly overlapped. 31

32 2-06.3 Moisture 33 34 This Section is supplemented with the following: 35 36

(******) 37 The Contractor shall moisture condition cement treated base mixture to 38 within 2 percent of the mixture’s optimum moisture content, as determined 39 by American Society for Testing and Materials (ASTM) Test Designation 40 D698 (Standard Proctor). A nuclear densometer shall not be an 41 acceptable means of determining the moisture content of the pulverized 42 materials. 43 44 The Contractor shall submit to the Contracting Agency at least 10 working 45

Page 144: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 2-11

days prior to the proposed date of the cement treated base construction, 1 the proposed moisture testing procedure and equipment. Such procedure 2 shall be capable of determining the moisture content of the materials with 3 an accuracy of 0.75% of the actual moisture content or better. 4 5 If the base is too wet to effectively get the base uniformly within the 2% 6 moisture content tolerance, no cement shall be placed. The Contracting 7 Agency will determine if the base is too wet to begin placement. It is 8 recommended that the Contracting Agency not allow the contractor to 9 spread cement if the moisture content of the base is greater than 2% 10 above optimum. It is imperative that operations be scheduled and 11 monitored to ensure that these conditions do not occur during production. 12 When inclement weather is predicted, the contractor is to monitor 13 operations to prevent operations from being interrupted by weather 14 conditions. If the base material cannot be maintained within the 15 specification range of optimum moisture content due to weather 16 conditions, placement of cement will not be permitted. Additionally, the 17 contractor should not produce mixture during borderline weather 18 conditions that may have a detrimental effect on construction operations 19 or materials. When scheduling operations, the contractor and the 20 department's representative are to consider such factors as speed of 21 cement placement, mixing time, compaction and finishing, current 22 temperature and weather, past weather conditions (e.g., standing water, 23 wet subgrade, excessively dry conditions, etc.), predicted weather 24 changes (e.g., approaching weather fronts, winds, temperature changes, 25 rain, changes in humidity, etc.). 26 27 If despite precautions for inclement weather, rain falls on freshly spread 28 cement or base material mixed with cement prior to the completion of 29 compaction, the inspector will document the affected area. Immediately 30 after completion of compaction, new moisture content tests will be taken 31 after rain to determine if the material is within the 2% specification 32 tolerance of optimum. 33 34

2-06.3(8) Compaction 35 36 This Section is supplemented with the following: 37 38

(******) 39 The Contractor shall compact moisture conditioned cement treated base 40 mixture to a minimum unit weight equivalent to 95 percent of its maximum 41 weight, as determined by ASTM Test Designation D1557 (Modified 42 Proctor). 43

Page 145: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 2-12

Cement Application Rate 1

The Contractor shall measure the application rate of the cement by pan 2 weighing. Testing to verify application rate shall be completed for every 3 300 lineal feet of roadway surface, or as agreed to by the Contracting 4 Agency. 5 6 Cement Treated Base Depth 7 The Contractor shall measure the reclaimed base depth by probe 8 measurements at a minimum interval of 200 feet. The Contractor shall 9 remix to the required depth if the measured depth is more than 1/2 inch 10 less than the specified depth required. 11

Moisture Content 12

The moisture content of the cement treated base shall be tested prior to 13 compaction by the Contractor. Where testing indicates noncompliance 14 with moisture specifications, the Contractor shall recondition and remix, as 15 agreed to by the Contracting Agency. 16

Compaction 17

Compaction testing shall be completed in accordance with ASTM Test 18 Designation D2922. Compaction tests will be performed at intervals of 19 200 lineal feet of cement treated base surface, or as agreed to by the 20 Contracting Agency. 21

Compressive Strength 22

Samples of the cement-treated base shall be prepared in the field in 23 accordance with ASTM Test Designation D559 for compression testing. A 24 minimum of three specimens will be prepared from each sample collected. 25 One sample shall be obtained for every 1,500 square yards of base 26 surface area. Two specimens will be tested at 7 days for compressive 27 strength, in accordance with ASTM Test Designation D1633. One sample 28 shall be held and tested at 28 days. 29 30 The Contractor shall prevent vehicular traffic from the cement treated base 31 for a minimum of 72 hours after it has been placed and compacted or until 32 after the HMA paving has been placed and compacted on the cement 33 treated base, whichever is sooner. The Contractor shall coordinate and 34 schedule this work accordingly to include providing adequate signing and 35 barricades to accommodate this requirement. 36

37 2-06.5 Measurement and Payment 38 39 This Section is supplemented with the following: 40 41

(******) 42

Page 146: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 2-13

Pulverization of existing asphalt shall be measured per square yard of 1 completed area. 2 3 Cement-treated base shall be measured per square yard of completed 4 area. 5 6 Cement for cement-treated base shall be measured per ton of cement 7 incorporated into the base. 8 9 The unit contract price per square yard for “Pulverize Existing Asphalt” 10 shall be full pay for all labor, equipment, tools, and materials required to 11 perform the initial pulverization in preparation for the cement treated base. 12 13 “Cement-Treated Base,” per square yard. 14 “Cement,” per ton. 15 16 The unit contract price per square yard for “Cement-Treated Base” and 17 the unit contract price per ton for “Cement” shall be full pay for all labor, 18 equipment, tools, and materials required to construct the cement treated 19 base section including grading, shaping, spreading, stockpiling, testing, 20 hauling, wastehauling, compacting, watering, mixing, clean-up and all 21 other related work. The initial pulverization of the pavement shall be paid 22 under the unit bid item “Pulverize Existing Asphalt.” 23

24 2-07 WATERING 25 26 2-07.3 Construction Requirements 27 (November 24, 2010 G&O) 28 29 This Section is supplemented with the following: 30 31

During construction, the Contractor shall have dedicated to the Project a 32 suitable water truck that shall be operated as necessary to control dust. 33 Failure to have a water truck immediately accessible to the job and failure 34 to use a water truck for dust control shall be adequate reason for the 35 Engineer to issue a suspension of work. 36 37 A hydrant permit will be required to be secured by the Contractor for any 38 necessary water. Water will be provided at the convenience of the 39 Contracting Agency which reserves the right to control the location and 40 use of water based on the Contracting Agency’s own needs. 41

Page 147: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 2-14

1 2-07.5 Payment 2 (May 5, 2016 G&O) 3 4 This Section is supplemented with the following: 5 6

The cost for all water permit(s), and furnishing and placing water shall be 7 included in the various bid items found in the Proposal. 8

9 2-09 STRUCTURE EXCAVATION 10 11 2-09.3(1) General Requirements 12 (August 1, 2009 G&O) 13 14 This Section is supplemented with the following: 15 16

When any Work is being considered by the Contractor in the vicinity of an 17 existing utility, the Contractor shall so inform an authority of the particular 18 utility in ample time so that the utility involved and the Contractor may take 19 any precautions necessary to facilitate construction in the vicinity of the 20 utility, and thereby protect that particular utility from damage. 21 22 Protecting and Maintaining Utility Service 23 24 The Contractor shall protect and maintain the operational service of 25 existing utility systems in a continuous manner as possible. The 26 Contractor shall have the approval from the Engineer and notification shall 27 be given to the Contracting Agency before any disruptions of service in 28 existing utilities will be allowed. The Contractor shall comply with all the 29 conditions established by the Engineer and the Contracting Agency. The 30 Contractor shall give the utility owner a minimum notice of 48 hours before 31 disrupting any planned service interruption. No planned interruption to an 32 existing system shall be allowed on Fridays, weekends, or holidays, 33 unless specifically agreed to in writing by the Contracting Agency. Where 34 services are to be shut down, affected parties shall be notified in writing by 35 the Contractor (i.e., door hangers) at least 48 hours and not more than 36 72 hours in advance of the time and period of shut down. The Contractor 37 shall make every effort to keep shut down schedules to periods of 38 anticipated minimum usage and for the least period of time. 39 40 Where the construction crosses or is adjacent to existing utilities, the 41 Contractor shall exercise extreme care to protect such utilities from 42 damage. Additionally, the Contractor shall review the Plans, the project 43 site and familiarize himself with the various utilities and plan his 44 construction activities in recognition that the very close proximity of 45

Page 148: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 2-15

existing utilities to the proposed work will adversely affect production rates 1 of installation of the various planned improvements. The Contractor is 2 hereby advised and cautioned that the location of existing utilities will be 3 cause for considerable and extreme care and due diligence on the part of 4 the Contractor. As such, work production rates are anticipated to be 5 significantly impacted by their presence and normal production rates 6 should not be anticipated, during construction by the Contractor for work in 7 these areas. The Contractor shall anticipate minor alignment adjustments 8 will also be required to accommodate the installation of utilities. 9

10 2-09.3(1)E Backfilling 11 (February 17, 2009 G&O) 12 13 This Section is supplemented with the following: 14 15

Where existing and/or proposed ground contours prevent a minimum of 16 24 inches of cover above “flexible” storm pipe or where utility crossings 17 necessitate, the Contracting Agency may direct the Contractor to install a 18 controlled density fill encasement for the pipe. The encasement shall be 19 constructed in accordance with the Plans and/or as directed in the field by 20 the Contracting Agency. Material for encasement shall be controlled 21 density fill per Section 2-09.3(1)E of the Standard Specifications. The 22 pipe shall be securely held in place until the material has “set.” Trenches 23 located within roadways/drives shall be protected with H-20 steel plates, 24 or Contracting Agency-approved equal, while the material sets. 25

26 2-09.3(5) Locating Utilities 27 (March 3, 2011 G&O) 28 29 This Section is supplemented with the following: 30 31

A reasonable attempt has been made to locate known existing utilities; 32 however, the exact location, and/or depth is unknown in most instances. It 33 shall be the responsibility of the Contractor to locate existing utilities, to 34 include their respective depths. 35 The Contractor shall provide field exploration through vacuum excavation, 36 potholing or other suitable means to locate more precisely existing 37 underground utilities as to location and depth. The Contractor shall decide 38 on the difficulties to be encountered in constructing the project, and 39 determine therefrom the extent of exploration required to expedite the 40 construction to first prevent damage to those utilities, and secondly to 41 determine if the new construction is to go around, over or under the 42 existing utility. Where underground utilities are found to be in the way of 43 construction, such condition shall not be deemed to be a changed or 44 differing site condition, and if necessary, minor pipe alignment or grade will 45

Page 149: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 2-16

be modified at no additional cost to the Contracting Agency. At a 1 minimum, potholing will be required at all utility interties prior to trench 2 excavation for connections and at all major utility crossings, and potential 3 conflicts noted by underground location notification as may be directed by 4 the Contracting Agency. See Contract Plans for additional specific 5 locations. 6 7

2-09.4 Measurement 8 (March 3, 2011 G&O) 9 10 This Section is supplemented with the following: 11 12

Measurement for controlled density fill will be per cubic yard, measured in 13 place. 14 15

2-09.5 Payment 16 (March 3, 2011 G&O) 17 18 Delete all paragraphs under this Section and replace with the following: 19 20

Payment will be made in accordance with Section 1-04.1 for each of the 21 following bid items that are included in the Proposal. 22 23 “Controlled Density Fill,” per cubic yard. 24 25 The unit contract price per cubic yard for “Controlled Density Fill” shall be 26 full pay for furnishing all labor, tools, equipment, and materials to furnish 27 and install the placement of the controlled density fill as indicated on the 28 Plans and specified herein including, but not limited to, pipe encasements, 29 pipe plugging or trench backfill. 30 31

Page 150: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

DIVISION 3

AGGREGATE PRODUCTION AND ACCEPTANCE

Page 151: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 3-1

DIVISION 3 1 AGGREGATE PRODUCTION AND ACCEPTANCE 2

3 3-01 PRODUCTION FROM QUARRY AND PIT SITES 4 5 3-01.2 Material Sources, General Requirement 6 7 3-01.2(1) Approval of Source 8 (August 16, 2012 G&O) 9 10 This Section is supplemented with the following: 11 12

The Contractor is responsible for all costs associated with approval of the 13 material source. 14

15

Page 152: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

DIVISION 4

BASES

Page 153: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 4-1

DIVISION 4 1 BASES 2

3 4-04 BALLAST AND CRUSHED SURFACING 4 5 4-04.2 Materials 6 (******) 7 8 This Section is supplemented with the following: 9 10

“Landscaping Area, Type 1” landscape rock shall be “PUD Rock”, or 11 approved equal, and shall be crushed rock meeting the gradation 12 requirements for “Landscaping Area, Type 2”. 13 14 “Landscaping Area, Type 2” landscape rock shall be “Buckskin”, or 15 approved equal, and shall meet the following requirements: 16 17 Percent PassingSieve Size Max. Min.1.50” 100% 100%1.00” 100% 20%5/8” 30% 10%1/4” 5% 0%

18 Composition (%) 19 20

SiO2 A12O3 Fe2O3 CaO MgO Na2O K2O TiO2 MnO SrO BaO Cr2O3 P2O5 LOI2000

92.84 1.68 0.81 0.83 0.97 0.04 0.38 0.12 0.02 <0.01 0.02 0.03 <0.01 2.18

21 4-04.4 Measurement 22 (March 17, 2016 G&O) 23 24 Delete the last sentence in this Section and replace with the following: 25 26

No measurement will be made for water used in placing and compacting 27 surfacing materials. 28

29 4-04.5 Payment 30 (March 17, 2016 G&O) 31 32 This Section is supplemented with the following: 33 34

The unit contract prices for the various types of ballast, structural fill, 35 crushed surfacing base course, and crushed surfacing top course materials 36

Page 154: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Electric City 2019 Street Improvements G&O #18004/18058/18062 4-2

shall include all costs for obtaining the materials, hauling the materials to 1 the site, stockpiling, spreading, grading, shaping, moisture conditioning, 2 compacting, material and compaction testing, and all other incidentals, 3 complete, in place. Asphalt grindings are not subject to reimbursement 4 under any of these bid items. 5 6 “Crushed Surfacing Repair,” per square yard. 7 8 The unit contract price per square yard for “Crushed Surfacing Repair” 9 shall include the cost for all labor, materials, equipment and tools 10 necessary for the installation of this item, including, but not limited to, 11 grading, placing and compacting the subgrade; furnishing, placing, 12 grading and compacting crushed surfacing top course to the compacted 13 depth shown on the Plans, and testing. 14 15 "Landscaping Area, Type ___" per square yard 16 17 The unit price per square yard for “Landscaping Area, Type ___” shall 18 include all costs for labor, materials, equipment, and tools necessary for 19 carrying out the work required for the installation of this item, including, but 20 not limited to, excavation, grading, placing, and compacting the subgrade; 21 furnishing, placing, drainage geotextile, furnishing, placing rock to the depth 22 shown on the Plans. 23 24 "Topsoil and Grass Seed," per square yard 25 26 The unit price per square yard for “Topsoil and Grass Seed” shall include 27 all costs for labor, materials, equipment, and tools necessary for carrying 28 out the work required for the installation of this item, including, but not 29 limited to, excavation, grading, placing, and compacting the subgrade; 30 furnishing, placing, drainage geotextile, furnishing, placing grass seed and 31 soil to the depth shown on the Plans. 32

Page 155: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

DIVISION 5

SURFACE TREATMENTS AND PAVEMENTS

Page 156: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-1

5-04 HOT MIX ASPHALT 1 (March 21, 2018 G&O) 2 3 Delete this entire section with the exception of 5-04.2(1), and replace it with the 4 following: 5 6

5-04.1 Description 7 8 This Work shall consist of providing and placing one or more layers of plant-9 mixed hot mix asphalt (HMA) on a prepared foundation or base in 10 accordance with these Specifications and the lines, grades, thicknesses, 11 and typical cross-sections shown in the Plans. The manufacture of HMA 12 may include warm mix asphalt (WMA) processes in accordance with these 13 Specifications. WMA processes include organic additives, chemical 14 additives, and foaming. 15 16 This work also consists of adjusting castings to grade per the details in the 17 Contract Plans. 18 19 HMA shall be composed of asphalt binder and mineral materials as may 20 be required, mixed in the proportions specified to provide a homogeneous, 21 stable, and workable mixture. 22

23 5-04.2 Materials 24

25 Materials shall meet the requirements of the following sections: 26 27 Asphalt Binder 9-02.1(4) 28 Cationic Emulsified Asphalt 9-02.1(6) 29 Anti-Stripping Additive 9-02.4 30 HMA Additive 9-02.5 31 Aggregates 9-03.8 32 Recycled Asphalt Pavement 9-03.8(3)B 33 Mineral Filler 9-03.8(5) 34 Recycled Material 9-03.21 35 Portland Cement 9-01 36 Sand 9-03.1(2). 37 (As noted in 5-04.3(5)C for crack sealing) 38 Joint Sealant 9-04.2 39 Foam Backer Rod 9-04.2(3)A 40

41 The Contract documents may establish that the various mineral materials 42 required for the manufacture of HMA will be furnished in whole or in part by 43 the Contracting Agency. If the documents do not establish the furnishing of 44 any of these mineral materials by the Contracting Agency, the Contractor 45

Page 157: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-2

shall be required to furnish such materials in the amounts required for the 1 designated mix. Mineral materials include coarse and fine aggregates, and 2 mineral filler. 3 4 The Contractor may choose to utilize recycled asphalt pavement (RAP) in 5 the production of HMA. The RAP may be from pavements removed under 6 the Contract, if any, or pavement material from an existing stockpile. 7 8 The Contractor may use up to 20 percent RAP by total weight of HMA with 9 no additional sampling or testing of the RAP. The RAP shall be sampled 10 and tested at a frequency of one sample for every 1,000 tons produced and 11 not less than ten samples per project. The asphalt content and gradation 12 test data shall be reported to the Contracting Agency when submitting the 13 mix design for approval on the QPL. The Contractor shall include the RAP 14 as part of the mix design as defined in these Specifications. 15 16 The grade of asphalt binder shall be as required by the Contract. Blending 17 of asphalt binder from different sources is not permitted. 18 19 The Contractor may only use warm mix asphalt (WMA) processes in the 20 production of HMA with 20 percent or less RAP by total weight of HMA. The 21 Contractor shall submit to the Engineer for approval the process that is 22 proposed and how it will be used in the manufacture of HMA. 23 24 Production of aggregates shall comply with the requirements of 25 Section 3-01. 26 27 Preparation of stockpile site, the stockpiling of aggregates, and the removal 28 of aggregates from stockpiles shall comply with the requirements of 29 Section 3-02. 30

31 5-04.2(2) Mix Design – Obtaining Project Approval 32

33 ESALs 34 35 The number of ESALs for the design and acceptance of the HMA shall be 36 1 million. 37

38 Commercial HMA shall be an HMA Cl. 1/2" PG 64H-28 design mix. 39

40 No paving shall begin prior to the approval of the mix design by the 41 Engineer. 42 43 Nonstatistical evaluation will be used for all HMA not designated as 44 Commercial HMA in the contract documents. 45

Page 158: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-3

1 Commercial evaluation will be used for Commercial HMA and for other 2 classes of HMA in the following applications: sidewalks, road approaches, 3 ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other 4 nonstructural applications of HMA accepted by commercial evaluation shall 5 be as approved by the Project Engineer. Sampling and testing of HMA 6 accepted by commercial evaluation will be at the option of the Project 7 Engineer. The Proposal quantity of HMA that is accepted by commercial 8 evaluation will be excluded from the quantities used in the determination of 9 nonstatistical evaluation. 10 11 Nonstatistical Mix Design. Fifteen days prior to the first day of 12 paving the contractor shall provide one of the following mix design 13 verification certifications for Contracting Agency review: 14 15 The WSDOT Mix Design Evaluation Report from the current WSDOT 16

QPL, or one of the mix design verification certifications listed below. 17 18

The proposed HMA mix design on WSDOT Form 350-042 with the 19 seal and certification (stamp & signature) of a valid licensed 20 Washington State Professional Engineer. 21

22 The Mix Design Report for the proposed HMA mix design developed 23

by a qualified City or County laboratory that is within one year of the 24 approval date.** 25

26 The mix design shall be performed by a lab accredited by a national 27 authority such as Laboratory Accreditation Bureau, L-A-B for Construction 28 Materials Testing, The Construction Materials Engineering Council 29 (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall 30 supply evidence of participation in the AASHTO: resource proficiency 31 sample program. 32

33 Mix designs for HMA accepted by Nonstatistical evaluation shall: 34 35 Have the aggregate structure and asphalt binder content determined 36

in accordance with WSDOT Standard Operating Procedure 732 and 37 meet the requirements of Sections 9-03.8(2), except that Hamburg 38 testing for ruts and stripping are at the discretion of the Engineer, and 39 9-03.8(6). 40 41

Have anti-strip requirements, if any, for the proposed mix design 42 determined in accordance with AASHTO T 283 or T 324, or based 43 on historic anti-strip and aggregate source compatibility from 44 previous WSDOT lab testing. 45

Page 159: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-4

1 At the discretion of the Engineer, agencies may accept verified mix designs 2 older than 12 months from the original verification date with a certification 3 from the Contractor that the materials and sources are the same as those 4 shown on the original mix design. 5 6 Commercial Evaluation Approval of a mix design for “Commercial 7 Evaluation” will be based on a review of the Contractor’s submittal of 8 WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation 9 is not required) or a Mix Design from the current WSDOT QPL or from one 10 of the processes allowed by this section. Testing of the HMA by the 11 Contracting Agency for mix design approval is not required. 12 13 5-04.2(2)B Using Warm Mix Asphalt Processes 14

15 The Contractor may elect to use additives that reduce the optimum mixing 16 temperature or serve as a compaction aid for producing HMA. Additives 17 include organic additives, chemical additives and foaming processes. The 18 use of Additives is subject to the following: 19

20 Do not use additives that reduce the mixing temperature more than 21

allowed in Section 5-04.3(6) in the production of mixtures. 22 23

Before using additives, obtain the Engineer’s approval using 24 WSDOT Form 350-076 to describe the proposed additive and 25 process. 26

27 5-04.3 Construction Requirements 28

29 5-04.3(1) Weather Limitations 30 31 Do not place HMA for wearing course on any Traveled Way beginning 32 October 1st through March 31st of the following year without written 33 concurrence from the Engineer. 34 35 Do not place HMA on any wet surface, or when the average surface 36 temperatures are less than those specified below, or when weather 37 conditions otherwise prevent the proper handling or finishing of the HMA. 38 39

40

Page 160: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-5

Minimum Surface Temperature for Paving 1 2

Compacted Thickness (Feet) Wearing Course Other Courses

Less than 0.10 55 degrees F 45 degrees F0.10 to .20 45 degrees F 35 degrees F

More than 0.20 35 degrees F 35 degrees F 3 5-04.3(2) Paving Under Traffic 4 5 When the Roadway being paved is open to traffic, the requirements of this 6 Section shall apply. 7 8 The Contractor shall keep intersections open to traffic at all times except 9 when paving the intersection or paving across the intersection. During such 10 time, and provided that there has been an advance warning to the public, 11 the intersection may be closed for the minimum time required to place and 12 compact the mixture. In hot weather, the Engineer may require the 13 application of water to the pavement to accelerate the finish rolling of the 14 pavement and to shorten the time required before reopening to traffic. 15 16 Before closing an intersection, advance warning signs shall be placed and 17 signs shall also be placed marking the detour or alternate route. 18 19 During paving operations, temporary pavement markings shall be 20 maintained throughout the project. Temporary pavement markings shall be 21 installed on the Roadway prior to opening to traffic. Temporary pavement 22 markings shall be in accordance with Section 8-23. 23 24 All costs in connection with performing the Work in accordance with these 25 requirements, except the cost of temporary pavement markings, shall be 26 included in the unit Contract prices for the various Bid items involved in the 27 Contract. 28 29 5-04.3(3) Equipment 30 31 5-04.3(3)A Mixing Plant 32 33 Plants used for the preparation of HMA shall conform to the following 34 requirements: 35 36 1. Equipment for Preparation of Asphalt Binder – Tanks for the 37

storage of asphalt binder shall be equipped to heat and hold the 38 material at the required temperatures. The heating shall be 39 accomplished by steam coils, electricity, or other approved means 40

Page 161: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-6

so that no flame shall be in contact with the storage tank. The 1 circulating system for the asphalt binder shall be designed to ensure 2 proper and continuous circulation during the operating period. A 3 valve for the purpose of sampling the asphalt binder shall be placed 4 in either the storage tank or in the supply line to the mixer. 5

6 2. Thermometric Equipment – An armored thermometer, capable of 7

detecting temperature ranges expected in the HMA mix, shall be 8 fixed in the asphalt binder feed line at a location near the charging 9 valve at the mixer unit. The thermometer location shall be convenient 10 and safe for access by Inspectors. The plant shall also be equipped 11 with an approved dial-scale thermometer, a mercury actuated 12 thermometer, an electric pyrometer, or another approved 13 thermometric instrument placed at the discharge chute of the drier to 14 automatically register or indicate the temperature of the heated 15 aggregates. This device shall be in full view of the plant operator. 16

17 3. Heating of Asphalt Binder – The temperature of the asphalt binder 18

shall not exceed the maximum recommended by the asphalt binder 19 manufacturer nor shall it be below the minimum temperature 20 required to maintain the asphalt binder in a homogeneous state. The 21 asphalt binder shall be heated in a manner that will avoid local 22 variations in heating. The heating method shall provide a continuous 23 supply of asphalt binder to the mixer at a uniform average 24 temperature with no individual variations exceeding 25 degrees F. 25 Also, when a WMA additive is included in the asphalt binder, the 26 temperature of the asphalt binder shall not exceed the maximum 27 recommended by the manufacturer of the WMA additive. 28

29 4. Sampling and Testing of Mineral Materials – The HMA plant shall 30

be equipped with a mechanical sampler for the sampling of the 31 mineral materials. The mechanical sampler shall meet the 32 requirements of Section 1-05.6 for the crushing and screening 33 operation. The Contractor shall provide for the setup and operation 34 of the field testing facilities of the Contracting Agency as provided for 35 in Section 3-01.2(2). 36

37 5. Sampling HMA – The HMA plant shall provide for sampling HMA by 38

one of the following methods: 39 40

a. A mechanical sampling device attached to the HMA plant. 41 42 b. Platforms or devices to enable sampling from the hauling 43

vehicle without entering the hauling vehicle. 44 45

Page 162: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-7

5-04.3(3)B Hauling Equipment 1 2 Trucks used for hauling HMA shall have tight, clean, smooth metal beds 3 and shall have a cover of canvas or other suitable material of sufficient size 4 to protect the mixture from adverse weather. Whenever the weather 5 conditions during the work shift include, or are forecast to include, 6 precipitation or an air temperature less than 45 degrees F or when time from 7 loading to unloading exceeds 30 minutes, the cover shall be securely 8 attached to protect the HMA. 9 10 The Contractor shall provide an environmentally benign means to prevent 11 the HMA mixture from adhering to the hauling equipment. Excess release 12 agent shall be drained prior to filling hauling equipment with HMA. 13 Petroleum derivatives or other coating material that contaminate or alter the 14 characteristics of the HMA shall not be used. For live bed trucks, the 15 conveyer shall be in operation during the process of applying the release 16 agent. 17 18 5-04.3(3)C Pavers 19 20 HMA pavers shall be self-contained, power-propelled units, provided with 21 an internally heated vibratory screed and shall be capable of spreading and 22 finishing courses of HMA plant mix material in lane widths required by the 23 paving section shown in the Plans. 24 25 The HMA paver shall be in good condition and shall have the most current 26 equipment available from the manufacturer for the prevention of 27 segregation of the HMA mixture installed, in good condition, and in working 28 order. The equipment certification shall list the make, model, and year of 29 the paver and any equipment that has been retrofitted. 30 31 The screed shall be operated in accordance with the manufacturer’s 32 recommendations and shall effectively produce a finished surface of the 33 required evenness and texture without tearing, shoving, segregating, or 34 gouging the mixture. A copy of the manufacturer’s recommendations shall 35 be provided upon request by the Contracting Agency. Extensions will be 36 allowed provided they produce the same results, including ride, density, and 37 surface texture as obtained by the primary screed. Extensions without 38 augers and an internally heated vibratory screed shall not be used in the 39 Traveled Way. 40 41 When specified in the Contract, reference lines for vertical control will be 42 required. Lines shall be placed on both outer edges of the Traveled Way of 43 each Roadway. Horizontal control utilizing the reference line will be 44 permitted. The grade and slope for intermediate lanes shall be controlled 45

Page 163: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-8

automatically from reference lines or by means of a mat referencing device 1 and a slope control device. When the finish of the grade prepared for paving 2 is superior to the established tolerances and when, in the opinion of the 3 Engineer, further improvement to the line, grade, cross-section, and 4 smoothness can best be achieved without the use of the reference line, a 5 mat referencing device may be substituted for the reference line. 6 Substitution of the device will be subject to the continued approval of the 7 Engineer. A joint matcher may be used subject to the approval of the 8 Engineer. The reference line may be removed after the completion of the 9 first course of HMA when approved by the Engineer. Whenever the 10 Engineer determines that any of these methods are failing to provide the 11 necessary vertical control, the reference lines will be reinstalled by the 12 Contractor. 13 14 The Contractor shall furnish and install all pins, brackets, tensioning 15 devices, wire, and accessories necessary for satisfactory operation of the 16 automatic control equipment. 17 18 If the paving machine in use is not providing the required finish, the 19 Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or 20 solvent type liquids spilled on the pavement shall be thoroughly removed 21 before paving proceeds. 22 23 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle 24 25 A Material Transfer Device/Vehicle (MTD/V) shall only be used with the 26 Engineer’s approval, unless otherwise required by the contract. 27 28 Where an MTD/V is required by the contract, the Engineer may approve 29 paving without an MTD/V, at the request of the Contractor. The Engineer 30 will determine if an equitable adjustment in cost or time is due. 31 32 When used, the MTD/V shall mix the HMA after delivery by the hauling 33 equipment and prior to laydown by the paving machine. Mixing of the HMA 34 shall be sufficient to obtain a uniform temperature throughout the mixture. 35 If a windrow elevator is used, the length of the windrow may be limited in 36 urban areas or through intersections, at the discretion of the Engineer. 37 38 To be approved for use, an MTV: 39 40 1. Shall be self-propelled vehicle, separate from the hauling vehicle or 41

paver. 42 43

2. Shall not be connected to the hauling vehicle or paver. 44 45

Page 164: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-9

3. May accept HMA directly from the haul vehicle or pick up HMA from 1 a windrow. 2 3

4. Shall mix the HMA after delivery by the hauling equipment and prior 4 to placement into the paving machine. 5 6

5. Shall mix the HMA sufficiently to obtain a uniform temperature 7 throughout the mixture. 8

9 To be approved for use, an MTD: 10 11 1. Shall be positively connected to the paver. 12

13 2. May accept HMA directly from the haul vehicle or pick up HMA from 14

a windrow. 15 16

3. Shall mix the HMA after delivery by the hauling equipment and prior 17 to placement into the paving machine. 18 19

4. Shall mix the HMA sufficiently to obtain a uniform temperature 20 throughout the mixture. 21

22 5-04.3(3)E Rollers 23 24 Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire 25 type, in good condition and capable of reversing without backlash. 26 Operation of the roller shall be in accordance with the manufacturer’s 27 recommendations. When ordered by the Engineer for any roller planned for 28 use on the project, the Contractor shall provide a copy of the manufacturer’s 29 recommendation for the use of that roller for compaction of HMA. The 30 number and weight of rollers shall be sufficient to compact the mixture in 31 compliance with the requirements of Section 5-04.3(10). The use of 32 equipment that results in crushing of the aggregate will not be permitted. 33 Rollers producing pickup, washboard, uneven compaction of the surface, 34 displacement of the mixture or other undesirable results shall not be used. 35 36 5-04.3(4) Preparation of Existing Paved Surfaces 37 38 When the surface of the existing pavement or old base is irregular, the 39 Contractor shall bring it to a uniform grade and cross-section as shown on 40 the Plans or approved by the Engineer. 41 42 Preleveling of uneven or broken surfaces over which HMA is to be placed 43 may be accomplished by using an asphalt paver, a motor patrol grader, or 44 by hand raking, as approved by the Engineer. 45

Page 165: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-10

1 Compaction of preleveling HMA shall be to the satisfaction of the Engineer 2 and may require the use of small steel wheel rollers, plate compactors, or 3 pneumatic rollers to avoid bridging across preleveled areas by the 4 compaction equipment. Equipment used for the compaction of preleveling 5 HMA shall be approved by the Engineer. 6 7 Before construction of HMA on an existing paved surface, the entire surface 8 of the pavement shall be clean. All fatty asphalt patches, grease drippings, 9 and other objectionable matter shall be entirely removed from the existing 10 pavement. All pavements or bituminous surfaces shall be thoroughly 11 cleaned of dust, soil, pavement grindings, and other foreign matter. All holes 12 and small depressions shall be filled with an appropriate class of HMA. 13 The surface of the patched area shall be leveled and compacted thoroughly. 14 Prior to the application of tack coat, or paving, the condition of the surface 15 shall be approved by the Engineer. 16 17 A tack coat of asphalt shall be applied to all paved surfaces on which any 18 course of HMA is to be placed or abutted. Tack coat shall be uniformly 19 applied to cover the existing pavement with a thin film of residual asphalt 20 free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per 21 square yard of retained asphalt. The rate of application shall be approved 22 by the Engineer. A heavy application of tack coat shall be applied to all 23 joints. For Roadways open to traffic, the application of tack coat shall be 24 limited to surfaces that will be paved during the same working shift. The 25 spreading equipment shall be equipped with a thermometer to indicate the 26 temperature of the tack coat material. 27 28 Equipment shall not operate on tacked surfaces until the tack has broken 29 and cured. If the Contractor’s operation damages the tack coat it shall be 30 repaired prior to placement of the HMA. 31 32 The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 33 and CSS-1h emulsified asphalt may be diluted once with water at a rate not 34 to exceed one part water to one part emulsified asphalt. The tack coat shall 35 have sufficient temperature such that it may be applied uniformly at the 36 specified rate of application and shall not exceed the maximum temperature 37 recommended by the emulsified asphalt manufacturer. 38 39 5-04.3(4)B Vacant 40 41 5-04.3(4)C Pavement Repair 42 43 The Contractor shall excavate pavement repair areas and shall backfill 44 these with HMA in accordance with the details shown in the Plans and as 45

Page 166: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-11

marked in the field. The Contractor shall conduct the excavation operations 1 in a manner that will protect the pavement that is to remain. Pavement not 2 designated to be removed that is damaged as a result of the Contractor’s 3 operations shall be repaired by the Contractor to the satisfaction of the 4 Engineer at no cost to the Contracting Agency. The Contractor shall 5 excavate only within one lane at a time unless approved otherwise by the 6 Engineer. The Contractor shall not excavate more area than can be 7 completely finished during the same shift, unless approved by the Engineer. 8 9 Unless otherwise shown in the Plans or determined by the Engineer, 10 excavate to a depth of 1.0 feet. The Engineer will make the final 11 determination of the excavation depth required. The minimum width of any 12 pavement repair area shall be 40 inches unless shown otherwise in the 13 Plans. Before any excavation, the existing pavement shall be sawcut or 14 shall be removed by a pavement grinder. Excavated materials will become 15 the property of the Contractor and shall be disposed of in a Contractor-16 provided site off the Right of Way or used in accordance with 17 Sections 2-02.3(3) or 9-03.21. 18 19 Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A 20 heavy application of tack coat shall be applied to all surfaces of existing 21 pavement in the pavement repair area. 22 23 Placement of the HMA backfill shall be accomplished in lifts not to exceed 24 0.35-foot compacted depth. Lifts that exceed 0.35 foot of compacted depth 25 may be accomplished with the approval of the Engineer. Each lift shall be 26 thoroughly compacted by a mechanical tamper or a roller. 27 28 5-04.3(5) Producing/Stockpiling Aggregates and RAP 29 30 Aggregates and RAP shall be stockpiled according to the requirements of 31 Section 3-02. Sufficient storage space shall be provided for each size of 32 aggregate and RAP. Materials shall be removed from stockpile(s) in a 33 manner to ensure minimal segregation when being moved to the HMA plant 34 for processing into the final mixture. Different aggregate sizes shall be kept 35 separated until they have been delivered to the HMA plant. 36 37 5-04.3(5)A Vacant 38 39 5-04.3(6) Mixing 40 41 After the required amount of mineral materials, asphalt binder, recycling 42 agent and anti-stripping additives have been introduced into the mixer the 43 HMA shall be mixed until complete and uniform coating of the particles and 44

Page 167: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-12

thorough distribution of the asphalt binder throughout the mineral materials 1 is ensured. 2 3 When discharged, the temperature of the HMA shall not exceed the 4 optimum mixing temperature by more than 25 degrees F as shown on the 5 reference mix design report or as approved by the Engineer. Also, when a 6 WMA additive is included in the manufacture of HMA, the discharge 7 temperature of the HMA shall not exceed the maximum recommended 8 by the manufacturer of the WMA additive. A maximum water content of 9 2 percent in the mix, at discharge, will be allowed providing the water 10 causes no problems with handling, stripping, or flushing. If the water in the 11 HMA causes any of these problems, the moisture content shall be reduced 12 as directed by the Engineer. 13 14 Storing or holding of the HMA in approved storage facilities will be permitted 15 with approval of the Engineer, but in no event shall the HMA be held for 16 more than 24 hours. HMA held for more than 24 hours after mixing shall be 17 rejected. Rejected HMA shall be disposed of by the Contractor at no 18 expense to the Contracting Agency. The storage facility shall have an 19 accessible device located at the top of the cone or about the third point. The 20 device shall indicate the amount of material in storage. No HMA shall be 21 accepted from the storage facility when the HMA in storage is below the top 22 of the cone of the storage facility, except as the storage facility is being 23 emptied at the end of the working shift. 24 25 Recycled asphalt pavement (RAP) utilized in the production of HMA shall 26 be sized prior to entering the mixer so that a uniform and thoroughly mixed 27 HMA is produced. If there is evidence of the recycled asphalt pavement not 28 breaking down during the heating and mixing of the HMA, the Contractor 29 shall immediately suspend the use of the RAP until changes have been 30 approved by the Engineer. After the required amount of mineral materials, 31 RAP, new asphalt binder and asphalt rejuvenator have been introduced into 32 the mixer the HMA shall be mixed until complete and uniform coating of the 33 particles and thorough distribution of the asphalt binder throughout the 34 mineral materials, and RAP is ensured. 35 36 5-04.3(7) Spreading and Finishing 37 38 The mixture shall be laid upon an approved surface, spread, and struck off 39 to the grade and elevation established. HMA pavers complying with 40 Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise 41 directed by the Engineer, the nominal compacted depth of any layer of any 42 course shall not exceed the following: 43 44

45

Page 168: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-13

HMA Class 1" 0.35 feet 1 HMA Class 3/4" and HMA Class 1/2" wearing course 0.30 feet 2 other courses 0.35 feet 3 HMA Class 3/8" 0.15 feet 4

5 On areas where irregularities or unavoidable obstacles make the use of 6 mechanical spreading and finishing equipment impractical, the paving may 7 be done with other equipment or by hand. 8 9 When more than one job mix formula (JMF) is being utilized to produce 10 HMA, the material produced for each JMF shall be placed by separate 11 spreading and compacting equipment. The intermingling of HMA produced 12 from more than one JMF is prohibited. Each strip of HMA placed during a 13 work shift shall conform to a single JMF established for the class of HMA 14 specified unless there is a need to make an adjustment in the JMF. 15 16 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA 17 18 For HMA accepted by nonstatistical evaluation the aggregate properties of 19 sand equivalent, uncompacted void content and fracture will be evaluated 20 in accordance with Section 3-04. Sampling and testing of aggregates for 21 HMA accepted by commercial evaluation will be at the option of the 22 Engineer. 23 24 5-04.3(9) HMA Mixture Acceptance 25 26 Acceptance of HMA shall be as provided under nonstatistical, or 27 commercial evaluation. 28 29 Nonstatistical evaluation will be used for the acceptance of HMA unless 30 Commercial Evaluation is specified. 31 32 Commercial evaluation will be used for Commercial HMA and for other 33 classes of HMA in the following applications: sidewalks, road approaches, 34 ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and 35 pavement repair. Other nonstructural applications of HMA accepted by 36 commercial evaluation shall be as approved by the Engineer. Sampling and 37 testing of HMA accepted by commercial evaluation will be at the option of 38 the Engineer. 39 40 The mix design will be the initial JMF for the class of HMA. The Contractor 41 may request a change in the JMF. Any adjustments to the JMF will require 42 the approval of the Engineer and may be made in accordance with this 43 section. 44 45

Page 169: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-14

HMA Tolerances and Adjustments 1 2 1. Job Mix Formula Tolerances – The constituents of the mixture at 3

the time of acceptance shall conform to the following tolerances: 4 5

Aggregate Percent Passing Non-Statistical Evaluation

Commercial Evaluation

1", 3/4", 1/2", and 3/8" sieves +/- 6% +/- 8%No. 4 sieve +/-6% +/- 8%No. 8 Sieve +/- 6% +/-8%No. 200 sieve +/- 2.0% +/- 3.0%Asphalt Binder +/- 0.5% +/- 0.7%Air Voids, Va 2.5% min. and 5.5% max N/A

6 These tolerance limits constitute the allowable limits as described in 7 Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits 8 of the control points, except the tolerance limits for sieves designated as 9 100 percent passing will be 99-100. 10 11 1. Job Mix Formula Adjustments – An adjustment to the aggregate 12

gradation or asphalt binder content of the JMF requires approval of 13 the Engineer. Adjustments to the JMF will only be considered if the 14 change produces material of equal or better quality and may require 15 the development of a new mix design if the adjustment exceeds the 16 amounts listed below. 17

18 a. Aggregates – 2 percent for the aggregate passing the 1-1/2", 19

1", 3/4", 1/2", 3/8", and the No. 4 sieves, 1 percent for 20 aggregate passing the No. 8 sieve, and 0.5 percent for the 21 aggregate passing the No. 200 sieve. The adjusted JMF shall 22 be within the range of the control points in Section 9-03.8(6). 23 24

b. Asphalt Binder Content – The Engineer may order or 25 approve changes to asphalt binder content. The maximum 26 adjustment from the approved mix design for the asphalt 27 binder content shall be 0.3 percent 28

29 5-04.3(9)A Vacant 30 31 5-04.3(9)B Vacant 32 33 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation 34 35 HMA mixture which is accepted by Nonstatistical Evaluation will be 36 evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 37

Page 170: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-15

1 The Contractor will furnish the Engineer with a copy of the results of all 2 acceptance testing performed in the field. The Engineer will provide the 3 Composite Pay Factor (CPF) of the completed sublots after three sublots 4 have been tested. Sublot sample test results (gradation and asphalt binder 5 content) may be challenged by the Contractor. 6 7 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots 8 9 A lot is represented by randomly selected samples of the same mix design 10 that will be tested for acceptance. A lot is defined as the total quantity of 11 material or work produced for each JMF placed. Only one lot per JMF is 12 expected. A sublot shall be equal to one day’s production or 800 tons, 13 whichever is less except that the final sublot will be a minimum of 400 tons 14 and may be increased to 1200 tons. 15 16 All of the test results obtained from the acceptance samples from a given 17 lot shall be evaluated collectively. If the Contractor requests a change to the 18 JMF that is approved, the material produced after the change will be 19 evaluated on the basis of the new JMF for the remaining sublots in the 20 current lot and for acceptance of subsequent lots. For a lot in progress with 21 a CPF less than 0.75, a new lot will begin at the Contractor’s request after 22 the Engineer is satisfied that material conforming to the Specifications can 23 be produced. 24 25 Sampling and testing for evaluation shall be performed on the frequency of 26 one sample per sublot. 27 28 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling 29 30 Samples for acceptance testing shall be obtained by the Contractor when 31 ordered by the Engineer. The Contractor shall sample the HMA mixture in 32 the presence of the Engineer and in accordance with AASHTO T 168. A 33 minimum of three samples should be taken for each class of HMA placed 34 on a project. If used in a structural application, at least one of the three 35 samples shall to be tested. 36 37 Sampling and testing HMA in a Structural application where quantities are 38 less than 400 tons is at the discretion of the Engineer. 39 40 For HMA used in a structural application and with a total project quantity 41 less than 800 tons but more than 400 tons, a minimum of one acceptance 42 test shall be performed. In all cases, a minimum of 3 samples will be 43 obtained at the point of acceptance, a minimum of one of the three samples 44 will be tested for conformance to the JMF: 45

Page 171: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-16

1 If the test results are found to be within specification requirements, 2

additional testing will be at the Engineer’s discretion. 3 4

If test results are found not to be within specification requirements, 5 additional testing of the remaining samples to determine a 6 Composite Pay Factor (CPF) shall be performed. 7

8 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing 9 10 Testing of HMA for compliance of Va will at the option of the Contracting 11 Agency. If tested, compliance of Va will use WSDOT SOP 731. 12 13 Testing for compliance of asphalt binder content will be by WSDOT FOP for 14 AASHTO T 308. 15 16 Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 17 The Contractor will furnish the Engineer with a copy of the results of all 18 acceptance testing performed in the field. 19

20 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors 21 22 For each lot of material falling outside the tolerance limits in 5-04.3(9), the 23 Contracting Agency will determine a Composite Pay Factor (CPF) using the 24 following price adjustment factors: 25

26 Table of Price Adjustment Factors

Constituent Factor “f” All aggregate passing: 1-1/2", 1", 3/4", 1/2", 3/8" and No. 4 sieves

2

All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20

27 Each lot of HMA produced under Nonstatistical Evaluation and having all 28 constituents falling within the tolerance limits of the job mix formula shall be 29 accepted at the unit Contract price with no further evaluation. When one or 30 more constituents fall outside the nonstatistical tolerance limits in the Job 31 Mix Formula shown in Table of Price Adjustment Factors, the lot shall be 32 evaluated in accordance with Section 1-06.2 to determine the appropriate 33 CPF. The nonstatistical tolerance limits will be used in the calculation of the 34 CPF and the maximum CPF shall be 1.00. When less than three sublots 35 exist, backup samples of the existing sublots or samples from the Roadway 36 shall be tested to provide a minimum of three sets of results for evaluation. 37

Page 172: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-17

1 5-04.3(9)C5 Vacant 2 3 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments 4 5 For each lot of HMA mix produced under Nonstatistical Evaluation when the 6 calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will 7 be determined. The NCMF equals the algebraic difference of CPF minus 8 1.00 multiplied by 60 percent. The total job mix compliance price adjustment 9 will be calculated as the product of the NCMF, the quantity of HMA in the 10 lot in tons, and the unit Contract price per ton of mix. 11 12 If a constituent is not measured in accordance with these Specifications, 13 its individual pay factor will be considered 1.00 in calculating the Composite 14 Pay Factor (CPF). 15 16 5-04.3(9)C7 Mixture Nonstatistical Evaluation – Retests 17 18 The Contractor may request a sublot be retested. To request a retest, the 19 Contractor shall submit a written request within 7 calendar days after the 20 specific test results have been received. A split of the original acceptance 21 sample will be retested. The split of the sample will not be tested with the 22 same tester that ran the original acceptance test. The sample will be tested 23 for a complete gradation analysis, asphalt binder content, and, at the option 24 of the agency, Va. The results of the retest will be used for the acceptance 25 of the HMA in place of the original sublot sample test results. The cost of 26 testing will be deducted from any monies due or that may come due the 27 Contractor under the Contract at the rate of $500 per sample. 28 29 5-04.3 (9)D Mixture Acceptance – Commercial Evaluation 30 31 If sampled and tested, HMA produced under Commercial Evaluation and 32 having all constituents falling within the tolerance limits of the job mix 33 formula shall be accepted at the unit Contract price with no further 34 evaluation. When one or more constituents fall outside the commercial 35 tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be 36 evaluated in accordance with Section 1-06.2 to determine the appropriate 37 CPF. The commercial tolerance limits will be used in the calculation of the 38 CPF and the maximum CPF shall be 1.00. When less than three sublots 39 exist, backup samples of the existing sublots or samples from the street 40 shall be tested to provide a minimum of three sets of results for evaluation. 41 42 For each lot of HMA mix produced and tested under Commercial Evaluation 43 when the calculated CPF is less than 1.00, a Nonconforming Mix Factor 44 (NCMF) will be determined. The NCMF equals the algebraic difference of 45

Page 173: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-18

CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price 1 Adjustment will be calculated as the product of the NCMF, the quantity of 2 HMA in the lot in tons, and the unit Contract price per ton of mix. 3 4 If a constituent is not measured in accordance with these Specifications, 5 its individual pay factor will be considered 1.00 in calculating the Composite 6 Pay Factor (CPF). 7 8 5-04.3(10) HMA Compaction Acceptance 9 10 HMA mixture accepted by nonstatistical evaluation that is used in traffic 11 lanes, including lanes for intersections, ramps, truck climbing, weaving, and 12 speed change, and having a specified compacted course thickness greater 13 than 0.10-foot, shall be compacted to a specified level of relative density. 14 The specified level of relative density shall be a Composite Pay Factor 15 (CPF) of not less than 0.75 when evaluated in accordance with 16 Section 1-06.2, using a minimum of 92 percent of the maximum density. 17 The maximum density shall be determined by WSDOT FOP for AASHTO 18 T 729. The specified level of density attained will be determined by the 19 evaluation of the density of the pavement. The density of the pavement shall 20 be determined in accordance with WSDOT FOP for WAQTC TM 8, except 21 that gauge correlation will be at the discretion of the Engineer, when using 22 the nuclear density gauge and WSDOT SOP 736 when using cores to 23 determine density. 24 25 Tests for the determination of the pavement density will be taken in 26 accordance with the required procedures for measurement by a nuclear 27 density gauge or roadway cores after completion of the finish rolling. 28 If the Contracting Agency uses a nuclear density gauge to determine 29 density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 30 will be used on the day the mix is placed and prior to opening to traffic. 31 32 Roadway cores for density may be obtained by either the Contracting 33 Agency or the Contractor in accordance with WSDOT SOP 734. The core 34 diameter shall be 4-inches minimum, unless otherwise approved by the 35 Engineer. Roadway cores will be tested by the Contracting Agency in 36 accordance with WSDOT FOP for AASHTO T 166. 37 38 If the Contract includes the Bid item “Roadway Core” the cores shall be 39 obtained by the Contractor in the presence of the Engineer on the same day 40 the mix is placed and at locations designated by the Engineer. If the 41 Contract does not include the Bid item “Roadway Core” the Contracting 42 Agency will obtain the cores. 43 44

Page 174: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-19

For a lot in progress with a CPF less than 0.75, a new lot will begin at the 1 Contractor’s request after the Engineer is satisfied that material conforming 2 to the Specifications can be produced. 3 4 A lot is represented by randomly selected samples of the same mix design 5 that will be tested for acceptance. A lot is defined as the total quantity of 6 material or work produced for each Job Mix Formula placed. Only one lot 7 per JMF is expected. A sublot shall be equal to one day’s production or 400 8 tons, whichever is less except that the final sublot will be a minimum of 200 9 tons and may be increased to 800 tons. Testing for compaction will be at 10 the rate of 5 tests per sublot per WSDOT T 738. 11 12 HMA mixture accepted by commercial evaluation and HMA constructed 13 under conditions other than those listed above shall be compacted on the 14 basis of a test point evaluation of the compaction train. The test point 15 evaluation shall be performed in accordance with instructions from the 16 Engineer. The number of passes with an approved compaction train, 17 required to attain the maximum test point density, shall be used on all 18 subsequent paving. 19 20 HMA for preleveling shall be thoroughly compacted. HMA that is used for 21 preleveling wheel rutting shall be compacted with a pneumatic tire roller 22 unless otherwise approved by the Engineer. 23

24 Test Results 25 26 For a sublot that has been tested with a nuclear density gauge that did not 27 meet the minimum of 92 percent of the reference maximum density in a 28 compaction lot with a CPF below 1.00 and thus subject to a price reduction 29 or rejection, the Contractor may request that a core be used for 30 determination of the relative density of the sublot. The relative density of the 31 core will replace the relative density determined by the nuclear density 32 gauge for the sublot and will be used for calculation of the CPF and 33 acceptance of HMA compaction lot. 34 35 When cores are taken by the Contracting Agency at the request of the 36 Contractor, they shall be requested by noon of the next workday after the 37 test results for the sublot have been provided or made available to the 38 Contractor. Core locations shall be outside of wheel paths and as 39 determined by the Engineer. Traffic control shall be provided by the 40 Contractor as requested by the Engineer. Failure by the Contractor to 41 provide the requested traffic control will result in forfeiture of the request for 42 cores. When the CPF for the lot based on the results of the HMA cores is 43 less than 1.00, the cost for the coring will be deducted from any monies due 44

Page 175: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-20

or that may become due the Contractor under the Contract at the rate of 1 $200 per core and the Contractor shall pay for the cost of the traffic control. 2 3 5-04.3(10)A HMA Compaction – General Compaction Requirements 4 5 Compaction shall take place when the mixture is in the proper condition so 6 that no undue displacement, cracking, or shoving occurs. Areas 7 inaccessible to large compaction equipment shall be compacted by other 8 mechanical means. Any HMA that becomes loose, broken, contaminated, 9 shows an excess or deficiency of asphalt, or is in any way defective, shall 10 be removed and replaced with new hot mix that shall be immediately 11 compacted to conform to the surrounding area. 12 13 The type of rollers to be used and their relative position in the compaction 14 sequence shall generally be the Contractor’s option, provided the specified 15 densities are attained. Unless the Engineer has approved otherwise, rollers 16 shall only be operated in the static mode when the internal temperature of 17 the mix is less than 175 degrees F. Regardless of mix temperature, a roller 18 shall not be operated in a mode that results in checking or cracking of the 19 mat. Rollers shall only be operated in static mode on bridge decks. 20 21 5-04.3(10)B HMA Compaction – Cyclic Density 22 23 Low cyclic density areas are defined as spots or streaks in the pavement 24 that are less than 90 percent of the theoretical maximum density. At the 25 Engineer’s discretion, the Engineer may evaluate the HMA pavement for 26 low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 27 Cyclic Density Price Adjustment will be assessed for any 500-foot section 28 with two or more density readings below 90 percent of the theoretical 29 maximum density. 30

31 5-04.3(10)C Vacant 32 33 5-04.3(10)D HMA Nonstatistical Compaction 34 35 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots 36 37 HMA compaction which is accepted by nonstatistical evaluation will be 38 based on acceptance testing performed by the Contracting Agency dividing 39 the project into compaction lots. 40 41 A lot is represented by randomly selected samples of the same mix design 42 that will be tested for acceptance, with a maximum of 15 sublots per lot; the 43 final lot for a mix design may be increased to 25 sublots. Sublots will be 44 uniform in size with a maximum sublot size based on original Plan quantity 45

Page 176: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-21

tons of HMA as specified in the table below. The sublot locations within each 1 density lot will be determined by the Engineer. For a lot in progress with a 2 CPF less than 0.75, a new lot will begin at the Contractor’s request after the 3 Engineer is satisfied that material conforming to the Specifications can be 4 produced. 5 6

HMA Original Plan Quantity (tons)

Sublot Size (tons)

<20,000 10020,000 to 30,000 150

>30,000 200 7 HMA mixture accepted by commercial evaluation and HMA constructed 8 under conditions other than those listed above shall be compacted on the 9 basis of a test point evaluation of the compaction train. The test point 10 evaluation shall be performed in accordance with instructions from the 11 Engineer. The number of passes with an approved compaction train, 12 required to attain the maximum test point density, shall be used on all 13 subsequent paving. 14 15 HMA for preleveling shall be thoroughly compacted. HMA that is used to 16 prelevel wheel ruts shall be compacted with a pneumatic tire roller unless 17 otherwise approved by the Engineer. 18 19 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – 20 Acceptance Testing 21 22 The location of the HMA compaction acceptance tests will be randomly 23 selected by the Engineer from within each sublot, with one test per sublot. 24

25 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments 26 27 For each compaction lot with one or two sublots, having all sublots attain a 28 relative density that is 92 percent of the reference maximum density the 29 HMA shall be accepted at the unit Contract price with no further evaluation. 30 When a sublot does not attain a relative density that is 92 percent of the 31 reference maximum density, the lot shall be evaluated in accordance with 32 Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall 33 be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used 34 to offset lots with CPF values below 1.00 but greater than 0.90. Lots with 35 CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). 36 Additional testing by either a nuclear moisture-density gauge or cores will 37 be completed as required to provide a minimum of three tests for evaluation. 38 39

Page 177: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-22

For compaction below the required 92% a Non-Conforming Compaction 1 Factor (NCCF) will be determined. The NCCF equals the algebraic 2 difference of CPF minus 1.00 multiplied by 40 percent. The Compaction 3 Price Adjustment will be calculated as the product of CPF, the quantity of 4 HMA in the compaction control lot in tons, and the unit Contract price per 5 ton of mix. 6 7 5-04.3(11) Reject Work 8 9 5-04.3(11)A Reject Work General 10 11 Work that is defective or does not conform to Contract requirements shall 12 be rejected. The Contractor may propose, in writing, alternatives to removal 13 and replacement of rejected material. Acceptability of such alternative 14 proposals will be determined at the sole discretion of the Engineer. HMA 15 that has been rejected is subject to the requirements in Section 1-06.2(2) 16 and this specification, and the Contractor shall submit a corrective action 17 proposal to the Engineer for approval. 18 19 5-04.3(11)B Rejection by Contractor 20 21 The Contractor may, prior to sampling, elect to remove any defective 22 material and replace it with new material. Any such new material will be 23 sampled, tested, and evaluated for acceptance. 24 25 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) 26 27 The Engineer may, without sampling, reject any batch, load, or section of 28 Roadway that appears defective. Material rejected before placement shall 29 not be incorporated into the pavement. Any rejected section of Roadway 30 shall be removed. 31 32 No payment will be made for the rejected materials or the removal of the 33 materials unless the Contractor requests that the rejected material be 34 tested. If the Contractor elects to have the rejected material tested, a 35 minimum of three representative samples will be obtained and tested. 36 Acceptance of rejected material will be based on conformance with the 37 nonstatistical acceptance Specification. If the CPF for the rejected material 38 is less than 0.75, no payment will be made for the rejected material; in 39 addition, the cost of sampling and testing shall be borne by the Contractor. 40 If the CPF is greater than or equal to 0.75, the cost of sampling and testing 41 will be borne by the Contracting Agency. If the material is rejected before 42 placement and the CPF is greater than or equal to 0.75, compensation for 43 the rejected material will be at a CPF of 0.75. If rejection occurs after 44 placement and the CPF is greater than or equal to 0.75, compensation for 45

Page 178: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-23

the rejected material will be at the calculated CPF with an addition 1 of 25 percent of the unit Contract price added for the cost of removal and 2 disposal. 3 4 5-04.3(11)D Rejection – A Partial Sublot 5 6 In addition to the random acceptance sampling and testing, the Engineer 7 may also isolate from a normal sublot any material that is suspected of 8 being defective in relative density, gradation or asphalt binder content. Such 9 isolated material will not include an original sample location. A minimum of 10 three random samples of the suspect material will be obtained and tested. 11 The material will then be non-statistically evaluated as an independent lot 12 in accordance with Section 5-04.3(9)C4. 13 14 5-04.3(11)E Rejection – An Entire Sublot 15 16 An entire sublot that is suspected of being defective may be rejected. When 17 a sublot is rejected a minimum of two additional random samples from this 18 sublot will be obtained. These additional samples and the original sublot will 19 be evaluated as an independent lot in accordance with 20 Section 5-04.3(9)C4. 21

22 5-04.3(11)F Rejection – A Lot in Progress 23 24 The Contractor shall shut down operations and shall not resume HMA 25 placement until such time as the Engineer is satisfied that material 26 conforming to the Specifications can be produced: 27 28 1. When the Composite Pay Factor (CPF) of a lot in progress drops 29

below 1.00 and the Contractor is taking no corrective action; or 30 31

2. When the Pay Factor (PF) for any constituent of a lot in progress 32 drops below 0.95 and the Contractor is taking no corrective action; 33 or 34 35

3. When either the PF for any constituent or the CPF of a lot in progress 36 is less than 0.75. 37 38

5-04.3(11)G Rejection – An Entire Lot (Mixture or Compaction) 39 40 An entire lot with a CPF of less than 0.75 will be rejected. 41 42

43

Page 179: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-24

5-04.3(12) Joints 1 2 5-04.3(12)A HMA Joints 3 4 5-04.3(12)A1 Transverse Joints 5 6 The Contractor shall conduct operations such that the placing of the top or 7 wearing course is a continuous operation or as close to continuous as 8 possible. Unscheduled transverse joints will be allowed and the roller may 9 pass over the unprotected end of the freshly laid mixture only when the 10 placement of the course must be discontinued for such a length of time that 11 the mixture will cool below compaction temperature. When the Work is 12 resumed, the previously compacted mixture shall be cut back to produce a 13 slightly beveled edge for the full thickness of the course. 14 15 A temporary wedge of HMA constructed on a 20H:1V shall be constructed 16 where a transverse joint as a result of paving or planing is open to traffic. 17 The HMA in the temporary wedge shall be separated from the permanent 18 HMA by strips of heavy wrapping paper or other methods approved by the 19 Engineer. The wrapping paper shall be removed and the joint trimmed to a 20 slightly beveled edge for the full thickness of the course prior to resumption 21 of paving. 22 23 The material that is cut away shall be wasted and new mix shall be laid 24 against the cut. Rollers or tamping irons shall be used to seal the joint. 25 26 5-04.3(12)A2 Longitudinal Joints 27 28 The longitudinal joint in any one course shall be offset from the course 29 immediately below by not more than 6 inches nor less than 2 inches. All 30 longitudinal joints constructed in the wearing course shall be located at a 31 lane line or an edge line of the Traveled Way. A notched wedge joint shall 32 be constructed along all longitudinal joints in the wearing surface of new 33 HMA unless otherwise approved by the Engineer. The notched wedge joint 34 shall have a vertical edge of not less than the maximum aggregate size or 35 more than ½ of the compacted lift thickness and then taper down on a slope 36 not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint 37 shall be uniformly compacted. 38 39 5-04.3(12)B2 Paved Panel Joint Seal 40 41 Construct the paved panel joint seal in accordance with the requirements 42 specified in section 5-04.3(12)B1 and the following requirement: 43 44

Page 180: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-25

1. Clean and seal the existing joint between concrete panels in 1 accordance with Section 5-01.3(8) and the details shown in the 2 Standard Plans. 3

4 5-04.3(13) Surface Smoothness 5 6 The completed surface of all courses shall be of uniform texture, smooth, 7 uniform as to crown and grade, and free from defects of all kinds. The 8 completed surface of the wearing course of the following sections of 9 Roadway shall not vary more than 1/4 inch from the lower edge of a 10-foot 10 straightedge placed on the surface parallel to centerline: 11 12 The completed surface of the wearing course of all other sections of 13 Roadway shall not vary more than 1/8 inch from the lower edge of a 10-foot 14 straightedge placed on the surface parallel to centerline. 15 16 The transverse slope of the completed surface of the wearing course shall 17 vary not more than 1/4 inch in 10 feet from the rate of transverse slope 18 shown in the Plans. 19 20 When deviations in excess of the above tolerances are found that result 21 from a high place in the HMA, the pavement surface shall be corrected by 22 one of the following methods: 23 24 1. Removal of material from high places by grinding with an approved 25

grinding machine; or 26 27

2. Removal and replacement of the wearing course of HMA; or 28 29

3. By other method approved by the Engineer. 30 31

Correction of defects shall be carried out until there are no deviations 32 anywhere greater than the allowable tolerances. 33 34 Deviations in excess of the above tolerances that result from a low place in 35 the HMA and deviations resulting from a high place where corrective action, 36 in the opinion of the Engineer, will not produce satisfactory results will be 37 accepted with a price adjustment. The Engineer shall deduct from monies 38 due or that may become due to the Contractor the sum of $500.00 for each 39 and every section of single traffic lane 100 feet in length in which any 40 excessive deviations described above are found. 41 42 All utility castings and monuments within the existing and/or new pavement 43 area shall be referenced by the Contractor prior to any pavement removal 44

Page 181: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-26

or planing. The Contractor shall keep a record of such references, and 1 submit a copy to the Contracting Agency. 2 3 Existing structures and new structures shall be adjusted to the finished 4 grade as shown on the Plans and as further specified herein. Existing 5 boxes, rings, grates, covers, and lids shall be reset in a careful and 6 workmanlike manner to conform to the required grades. 7 8 The new and existing utility castings and monuments shall be adjusted to 9 grade in the following manner: 10 11 As soon as the street has been paved past each structure or casting, the 12 asphalt concrete mat shall be scored around the location of the structure or 13 casting. After rolling has been completed and the mat has cooled, it shall 14 be cut along the scored lines. The structure or casting shall then be raised 15 to finished pavement grade and the annular spaces filled as indicated on 16 the Plans. The Contractor shall install the pavement to give a smooth 17 finished appearance. All covers, lids, frames, and grates shall be 18 thoroughly cleaned. 19 20 After pavement is in place, all new pavement joints shall be sealed with a 21 6-inch-wide strip of hot asphalt sealer. A sand blanket shall be applied to 22 the surface of the hot asphalt sealer immediately after the placement of the 23 sealer to help alleviate the tracking of the asphalt. The sealer shall meet 24 the requirements of Section 9-04.2(1) of the Standard Specifications. 25 26 5-04.3(14) Planing (Milling) Bituminous Pavement 27 28 The planning plan must be approved by the Engineer and a pre planning 29 meeting must be held prior to the start of any planing. See 30 Section 5-04.3(14)B2 for information on planning submittals. 31 32 Locations of existing surfacing to be planed are as shown in the Drawings. 33 34 Where planing an existing pavement is specified in the Contract, the 35 Contractor must remove existing surfacing material and to reshape the 36 surface to remove irregularities. The finished product must be a prepared 37 surface acceptable for receiving an HMA overlay. 38 39 Use the cold milling method for planing unless otherwise specified in the 40 Contract. Do not use the planer on the final wearing course of new HMA. 41 Conduct planing operations in a manner that does not tear, break, burn, or 42 otherwise damage the surface which is to remain. The finished planed 43 surface must be slightly grooved or roughened and must be free from 44 gouges, deep grooves, ridges, or other imperfections. The Contractor must 45

Page 182: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-27

repair any damage to the surface by the Contractor’s planing equipment, 1 using an Engineer approved method. 2 3 Repair or replace any metal castings and other surface improvements 4 damaged by planing, as determined by the Engineer. 5 6 A tapered wedge cut must be planed longitudinally along curb lines 7 sufficient to provide a minimum of 4 inches of curb reveal after placement 8 and compaction of the final wearing course. The dimensions of the wedge 9 must be as shown on the Drawings or as specified by the Engineer. 10 11 A tapered wedge cut must also be made at transitions to adjoining 12 pavement surfaces (meet lines) where butt joints are shown on the 13 Drawings. Cut butt joints in a straight line with vertical faces 2 inches or 14 more in height, producing a smooth transition to the existing adjoining 15 pavement. 16 17 After planing is complete, planed surfaces must be swept, cleaned, and if 18 required by the Contract, patched and preleveled. 19 20 The Engineer may direct additional depth planing. Before performing this 21 additional depth planing, the Contractor must conduct a hidden metal in 22 pavement detection survey as specified in Section 5-04.3(14)A. 23 24 Gutter panels, curbs, or utility structures damaged as a result of planing 25 operations shall be replaced by the Contractor at their own expense. No 26 additional monies will be due the Contractor for damage to curbs, gutters, 27 or utility structures, all costs of which shall be borne by the Contractor. 28 29 5-04.3(14)A Pre-Planing Metal Detection Check 30 31 Before starting planing of pavements, and before any additional depth 32 planing required by the Engineer, the Contractor must conduct a physical 33 survey of existing pavement to be planed with equipment that can identify 34 hidden metal objects. 35 36 Should such metal be identified, promptly notify the Engineer. 37 38 See Section 1-07.16(1) regarding the protection of survey monumentation 39 that may be hidden in pavement. 40 41 The Contractor is solely responsible for any damage to equipment resulting 42 from the Contractor’s failure to conduct a pre-planing metal detection 43 survey, or from the Contractor’s failure to notify the Engineer of any hidden 44 metal that is detected. 45

Page 183: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-28

1 5-04.3(14)B Paving and Planing Under Traffic 2 3 5-04.3(14)B1 General 4 5 In addition, the requirements of Section 1-07.23 and the traffic controls 6 required in Section 1-10, and unless the Contract specifies otherwise or 7 the Engineer approves, the Contractor must comply with the following: 8 9 1. Intersections 10

11 a. Keep intersections open to traffic at all times, except when 12

paving or planing operations through an intersection 13 requires closure. Such closure must be kept to the 14 minimum time required to place and compact the HMA 15 mixture, or plane as appropriate. For paving, schedule such 16 closure to individual lanes or portions thereof that allows 17 the traffic volumes and schedule of traffic volumes required 18 in the approved traffic control plan. Schedule work so that 19 adjacent intersections are not impacted at the same time 20 and comply with the traffic control restrictions required by 21 the Traffic Engineer. Each individual intersection closure or 22 partial closure, must be addressed in the traffic control 23 plan, which must be submitted to and accepted by the 24 Engineer, see Section 1-10.2(2). 25 26

b. When planing or paving and related construction must occur 27 in an intersection, consider scheduling and sequencing 28 such work into quarters of the intersection, or half or more 29 of an intersection with side street detours. Be prepared to 30 sequence the work to individual lanes or portions thereof. 31 32

c. Should closure of the intersection in its entirety be 33 necessary, and no trolley service is impacted, keep such 34 closure to the minimum time required to place and compact 35 the HMA mixture, plane, remove asphalt, tack coat, and as 36 needed. 37 38

d. Any work in an intersection requires advance warning in 39 both signage and a number of Working Days advance 40 notice as determined by the Engineer, to alert traffic and 41 emergency services of the intersection closure or partial 42 closure. 43 44

Page 184: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-29

e. Allow new compacted HMA asphalt to cool to ambient 1 temperature before any traffic is allowed on it. Traffic is not 2 allowed on newly placed asphalt until approval has been 3 obtained from the Engineer. 4 5

2. Temporary centerline marking, post-paving temporary 6 marking, temporary stop bars, and maintaining temporary 7 pavement marking must comply with Section 8-23. 8 9

3. Permanent pavement marking must comply with Section 8-22. 10 11

4. Roadways Open to Traffic 12 13 When the roadway being paved is open to traffic, the following 14 requirements shall apply: 15 16 The Contractor shall keep roadways open to traffic at all times 17 except where paving is in progress. During such time, and 18 provided that there has been an advance warning to the 19 public, only that specified section of road being paved may be 20 closed for the minimum time required to place and compact 21 the HMA. Adjacent travel lanes and shoulder shall be left 22 open for traffic during these times. In hot weather, the 23 Engineer may require the application of water to the pavement 24 to accelerate the finish rolling of the pavement and to shorten 25 the time required before reopening to traffic. 26 27 Before temporarily closing a portion of the road, advance-28 warning signs shall be placed and signs shall also be placed 29 clearly alerting the driver of temporary lane closures. 30 31 During paving operations, temporary pavement markings 32 shall be maintained throughout the project. Temporary 33 pavement markings shall be installed on the roadway prior to 34 opening to traffic and shall be in accordance with 35 Section 8-23. 36 37 All costs in connection with performing the Work in 38 accordance with these requirements shall be included in the 39 unit contract prices for the various bid items involved in the 40 Contract. 41 42

43

Page 185: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-30

5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan 1 2 The Contractor must submit a separate planing plan and a separate paving 3 plan to the Engineer at least 5 Working Days in advance of each operation’s 4 activity start date. These plans must show how the moving operation and 5 traffic control are coordinated, as they will be discussed at the pre-planing 6 briefing and pre-paving briefing. When requested by the Engineer, the 7 Contractor must provide each operation’s traffic control plan on 24 x 36 inch 8 or larger size Shop Drawings with a scale showing both the area of 9 operation and sufficient detail of traffic beyond the area of operation where 10 detour traffic may be required. The scale on the Shop Drawings is 1 inch = 11 20 feet, which may be changed if the Engineer agrees sufficient detail is 12 shown. 13 14 The planing operation and the paving operation include, but are not limited 15 to, metal detection, removal of asphalt and temporary asphalt of any kind, 16 tack coat and drying, staging of supply trucks, paving trains, rolling, 17 scheduling, and as may be discussed at the briefing. 18 19 When intersections will be partially blocked or when allowed to be totally 20 blocked, provide adequately sized and noticeable signage alerting traffic of 21 closures to come, a minimum 2 Working Days in advance. The traffic control 22 plan must show where police officers will be stationed when signalization is 23 or may be, countermanded, and show areas where flaggers are proposed. 24 25 At a minimum, the planing and the paving plan must include: 26 27 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), 28

detailing each day’s traffic control as it relates to the specific 29 requirements of that day’s planing and paving. Briefly describe the 30 sequencing of traffic control consistent with the proposed planing 31 and paving sequence, and scheduling of placement of temporary 32 pavement markings and channelizing devices after each day’s 33 planing, and paving. 34 35

2. A copy of each intersection’s traffic control plan. 36 37

3. Haul routes from Supplier facilities, and locations of temporary 38 parking and staging areas, including return routes. Describe 39 the complete round trip as it relates to the sequencing of 40 paving operations. 41 42

4. Names and locations of HMA Supplier facilities to be used. 43 44

5. List of all equipment to be used for paving. 45

Page 186: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-31

1 6. List of personnel and associated job classification assigned to each 2

piece of paving equipment. 3 4

7. Description (geometric or narrative) of the scheduled sequence of 5 planing and of paving, and intended area of planing and of paving 6 for each day’s work, must include the directions of proposed 7 planing and of proposed paving, sequence of adjacent lane 8 paving, sequence of skipped lane paving, intersection planing and 9 paving scheduling and sequencing, and proposed notifications 10 and coordinations to be timely made. The plan must show HMA 11 joints relative to the final pavement marking lane lines. 12 13

8. Names, job titles, and contact information for field, office, and plant 14 supervisory personnel. 15 16

9. A copy of the approved Mix Designs. 17 18

10. Tonnage of HMA to be placed each day. 19 20

11. Approximate times and days for starting and ending daily 21 operations. 22 23

5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing 24 25 At least 2 Working Days before the first paving operation and the first 26 planing operation, or as scheduled by the Engineer for future paving and 27 planing operations to ensure the Contractor has adequately prepared for 28 notifying and coordinating as required in the Contract, the Contractor must 29 be prepared to discuss that day’s operations as they relate to other entities 30 and to public safety and convenience, including driveway and business 31 access, garbage truck operations, transit operations and working around 32 energized overhead wires, school and nursing home and hospital and other 33 accesses, other contractors who may be operating in the area, pedestrian 34 and bicycle traffic, and emergency services. The Contractor, and 35 Subcontractors that may be part of that day’s operations, must meet with 36 the Engineer and discuss the proposed operation as it relates to the 37 submitted planing plan and paving plan, approved traffic control plan, and 38 public convenience and safety. Such discussion includes, but is not limited 39 to: 40 41 1. General for both Paving Plan and for Planing Plan: 42

43 a. The actual times of starting and ending daily 44

operations. 45

Page 187: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-32

1 b. In intersections, how to break up the intersection, and 2

address traffic control and signalization for that 3 operation, including use of peace officers. 4 5

c. The sequencing and scheduling of paving operations 6 and of planing operations, as applicable, as it relates to 7 traffic control, to public convenience and safety, and to 8 other contractors who may operate in the Project Site. 9 10

d. Notifications required of Contractor activities, and 11 coordinating with other entities and the public as 12 necessary. 13 14

e. Description of the sequencing of installation and types 15 of temporary pavement markings as it relates to 16 planning and to paving. 17 18

f. Description of the sequencing of installation of, and the 19 removal of, temporary pavement patch material around 20 exposed castings and as may be needed. 21 22

g. Description of procedures and equipment to identify 23 hidden metal in the pavement, such as survey 24 monumentation, monitoring wells, street car rail, and 25 castings, before planning, see Section 5-04.3(14)B2. 26 27

h. Description of how flaggers will be coordinated with the 28 planing, paving, and related operations. 29 30

i. Description of sequencing of traffic controls for the process of 31 rigid pavement base repairs. 32 33

j. Other items the Engineer deems necessary to address. 34 35

2. Paving – additional topics: 36 37

a. When to start applying tack and coordinating with paving. 38 39

b. Types of equipment and numbers of each type equipment to 40 be used. If more pieces of equipment than personnel are 41 proposed, describe the sequencing of the personnel 42 operating the types of equipment. Discuss the continuance 43 of operator personnel for each type equipment as it relates to 44 meeting Specification requirements. 45

Page 188: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-33

1 c. Number of JMFs to be placed, and if more than one JMF 2

how the Contractor will ensure different JMFs are 3 distinguished, how pavers and MTVs are distinguished if 4 more than one JMF is being placed at the time, and how 5 pavers and MTVs are cleaned so that one JMF does not 6 adversely influence the other JMF. 7 8

d. Description of contingency plans for that day’s operations 9 such as equipment breakdown, rain out, and Supplier 10 shutdown of operations. 11 12

e. Number of sublots to be placed, sequencing of density testing, 13 and other sampling and testing. 14

15 5-04.3(15) Sealing Pavement Surfaces 16 17 Apply a fog seal where shown in the plans. Construct the fog seal in 18 accordance with Section 5-02.3. Unless otherwise approved by the 19 Engineer, apply the fog seal prior to opening to traffic. 20 21 5-04.3(16) HMA Road Approaches 22 23 HMA approaches shall be constructed at the locations shown in the Plans 24 or where staked by the Engineer. The Work shall be performed in 25 accordance with Section 5-04. 26 27 5-04.4 Measurement 28 29 Commercial HMA, Cl. ____, PG ____ and Commercial HMA, Cl. ____, for 30 Pre-leveling, PG ____ will be measured by the ton in accordance with 31 Section 1-09.2, with no deduction being made for the weight of asphalt 32 binder, mineral filler, or any other component of the mixture. If the 33 Contractor elects to remove and replace mix as allowed by Section 5-34 04.3(11), the material removed will not be measured. 35 36 Commercial HMA Pavement Repair will be measured by the square yard 37 as measured in the field. 38 39 If the Contractor elects to remove and replace HMA as allowed by 40 Section 5-04.3(11), the material removed will not be measured and will not 41 be subject to reimbursement. 42 43

44

Page 189: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-34

5-04.5 Payment 1 2 Payment will be made for each of the following Bid items that are included 3 in the Proposal: 4 5 “Commercial HMA, Cl. ____, PG ____” per ton. 6 7 The unit contract price per ton for “Commercial HMA, Cl. ____, PG ____” 8 shall include the cost for all labor, materials, equipment and tools for 9 furnishing, placing, compacting and constructing asphalt pavement 10 including mix design, anti-strip determination, mix design verification, 11 preparation of untreated roadway, removing plastic traffic marking, 12 removing permanent striping, anti-stripping additive, soil residual herbicide, 13 asphalt for tack coat, HMA pavement, HMA transition sections, spreading 14 and finishing, compaction, sealing all cold joints with asphalt sealant (and 15 sand blanket to alleviate tracking), temporary pavement markings, removal 16 of temporary pavement markings, rice test and compaction testing, and all 17 other incidentals necessary for a complete paving system to the lines, cross 18 section and grades in accordance with the Plans. It shall also include the 19 cost of adjusting all existing and new Contracting Agency owned castings 20 including, but not limited to, manholes, catch basins, junction boxes, 21 monuments, and valve boxes to grade unless a specific bid item has been 22 listed in the proposal for this work. 23 24 “Commercial HMA, Cl. ____, for Pre-leveling, PG ____” per ton. 25 26 The unit contract price per ton for “Commercial HMA, Cl. ____, PG ____” 27 shall include the cost for all labor, materials, equipment and tools for 28 furnishing, placing, compacting and constructing asphalt pavement 29 including mix design, anti-strip determination, mix design verification, 30 preparation of untreated roadway, removing plastic traffic marking, 31 removing permanent striping, anti-stripping additive, soil residual herbicide, 32 asphalt for tack coat, HMA for preleveling, HMA transition sections, 33 spreading and finishing, compaction, sealing all cold joints with asphalt 34 sealant (and sand blanket to alleviate tracking), temporary pavement 35 markings, removal of temporary pavement markings, rice test and 36 compaction testing, and all other incidentals necessary for a complete 37 paving system to the lines, cross section and grades in accordance with the 38 Plans. It shall also include the cost of adjusting all existing and new 39 Contracting Agency owned castings including, but not limited to, manholes, 40 catch basins, junction boxes, monuments, and valve boxes to grade unless 41 a specific bid item has been listed in the proposal for this work. 42 43 The unit contract price per ton for “Commercial HMA, Cl. ____, PG ____” 44 and “Commercial HMA, Cl. ____, for Pre-leveling, PG ____” shall be full 45

Page 190: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 5-35

compensation for all costs incurred to carry out the requirements of 1 Section 5-04 except for those costs which are included in other items which 2 are included in this Subsection and which are included in the Proposal. 3 4 “Commercial HMA Pavement Repair, Type ___”, per square yard. 5 6 The unit price per square yard for “Commercial HMA Pavement Repair, 7 Type ___” shall include all costs for excavation; removal and disposal of 8 surplus excavated materials; shaping and compacting subgrade materials; 9 furnishing, placing and compacting crushed surfacing materials; furnishing, 10 placing and compacting commercial hot mix asphalt; replacing pavement 11 markings disturbed/destroyed during construction, in kind; sand sealing all 12 joints, and testing. 13

Page 191: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

DIVISION 7

DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS

Page 192: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-1

DIVISION 7 1 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER 2

MAINS, AND CONDUITS 3 4 7-04 STORM SEWERS 5 6 7-04.2 Materials 7 (January 4, 2010 G&O) 8 9 Delete the sixth paragraph under this Section and replace it with the following: 10 11

The Contractor shall provide the diameter and type of pipe specified on 12 the Plans. If no specific type is shown in the plans, storm sewer pipe shall 13 meet the requirements in this section for solid wall PVC storms sewer pipe 14 or corrugated polyethylene storm sewer pipe. 15

16 7-04.3(1)A General 17 (January 20, 2009 G&O) 18 19 This Section is supplemented with the following: 20 21

All lines shall be flushed clean of all debris prior to acceptance. The 22 debris shall be intercepted and collected at the nearest downstream point 23 of access. The material shall then be loaded and wastehauled to a 24 Contracting Agency approved dumpsite. 25 26

7-04.5 Payment 27 (January 7, 2013 G&O) 28 29 Delete all paragraphs under this section and replace with the following: 30 31

Payment will be made in accordance with Section 1-04.1, for each of the 32 following bid items that are included in the Proposal: 33 34 “Storm Sewer Pipe, ____ In. Diam. (Incl. Bedding),” per linear foot. 35 36 The unit contract price per linear foot of “Storm Sewer Pipe, ____ In. 37 Diam. (Incl. Bedding)” shall constitute full compensation for all labor, 38 materials, tools, equipment, transportation, supplies, and incidentals 39 required to complete all work to furnish and install this item, to include but 40 not limited to excavation, pipe bedding, backfill with suitable native 41 material, compaction, dealing with all existing utilities and interferences, as 42 shown on the Plans and specified herein, removal and wastehaul of 43 excess or unsuitable trench excavation material, dewatering, connections 44

Page 193: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-2

to existing and new systems, flushing and cleaning, pressure testing, and 1 material and compaction testing of suitable native backfill. 2

3 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 4 5 7-05.3 Construction Requirements 6 (January 20, 2009 G&O) 7 8 This Section is supplemented with the following: 9 10

The Contractor shall construct all manholes and catch basins from precast 11 concrete bases and risers. Cast-in-place concrete bases shall only be 12 used for “straddle” of existing systems and shall be watertight. 13 14 In areas of new and existing pavement, the grate rim elevation shall be set 15 to promote drainage flow. In unimproved areas, the rim elevations shall 16 be set 2 inches above finished grade unless otherwise shown on the 17 Plans. 18 19 Dewatering shall be per Section 7-08.3(1). 20 21 Unless specifically noted herein or shown differently on the Plans, the 22 Contractor shall connect to the manhole and catch basin as follows: 23 24

Pipe Connection System DI Kor-N-Seal*

HDPE Kor-N-Seal* PVC Kor-N-Seal*

Corrugated Polyethylene Per Manufacturer’s Recommendation

*Or Contracting Agency approved equal. 25 26

7-05.3(3) Connections to Existing Manholes 27 (June 16, 2006 G&O) 28 29 This Section is supplemented with the following: 30 31

The locations, type and size of the existing structures and lines have been 32 determined from available records, and are approximate; however, it is 33 anticipated that connections to these existing facilities may be made, in 34 general, as shown on the Plans. 35 36 It shall be the responsibility of the Contractor to determine the exact 37 location and ascertain the type and size of the existing facilities prior to 38

Page 194: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-3

starting work on each connection, and to provide any minor alterations, as 1 required, at no additional cost to the Contracting Agency. 2 3 Where piping is to be connected to existing structures, the opening(s) 4 shall be core-drilled in the structure. The use of jackhammers and/or 5 sledgehammers to knock out the hole shall not be allowed. 6

7 7-05.5 Payment 8 (January 7, 2013 G&O) 9 10 Delete all paragraphs under this Section and replace with the following: 11 12

Payment will be made in accordance with Section 1-04.1, for each of the 13 following bid items that are included in the Proposal: 14 15 “Concrete Inlet,” per each. 16 17 “Catch Basin, Type 1,” per each. 18 19 “Catch Basin, Type 2,” per each. 20 21 “Precast Concrete Drywell, ___-In. Diam.” per each. 22 23 The unit contract price per each for “Concrete Inlet”, “Catch Basin, 24 Type 1,” “Catch Basin, Type 2” and “Precast Concrete Drywell, ___-In. 25 Diam.” shall constitute full compensation for all labor, materials, tools, 26 equipment, transportation, supplies, and incidentals required to complete 27 all work to furnish and install this item to include, but not limited to, lids, 28 frames and grates, structure excavation, foundation gravel, backfill with 29 suitable native material, compaction, removal and wastehaul of excess or 30 unsuitable excavated material, connections to new and existing piping, 31 dewatering, adjusting to finished grade, and material and compaction 32 testing of suitable native backfill. 33 34

7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 35 36 7-08.2 Materials 37 (January 4, 2010 G&O) 38 39 This Section is supplemented with the following: 40 41

The pipe used on this project shall be the type and size specified on the 42 Plans. 43 44

Page 195: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-4

Bank run gravel for trench backfill shall be free from organic matter or 1 other deleterious materials and meet the requirements of Section 9-03.19. 2 3 Foundation material shall be Class A Gravel Backfill for Foundations in 4 conformance with Section 9-03.12(1)A. 5 6 Gravel backfill for pipe zone bedding shall meet the requirements of 7 Section 9-03.12(3) except that no more than 5 percent passing shall pass 8 the No. 200 Sieve. 9 10 Sand bedding material for meter boxes shall meet the requirements of 11 Section 9-03.2(1) Natural Sand. 12 13

14 7-08.3(1)A Trenches 15 (November 24, 2010 G&O) 16 17 Delete the first three paragraphs under this Section and replace them with the 18 following: 19 20

The length of trench excavation in advance of pipe laying shall be kept to 21 a maximum of 100 feet. Excavation shall either be closed up at the end of 22 the day or protected per Section 1.07.23(1). 23 24 The Contractor shall limit his excavation to the limits of the maximum 25 payment width and depth shown on the Plans. If the Contractor purposely 26 or neglectfully excavates trenches to a width or depth beyond the neat line 27 payment limit of the trench as shown on the Plans, the expenses 28 associated with any additional trenching, wastehaul, trench backfill, 29 compaction and testing, and surface restoration as a result of excavating 30 beyond the neat line payment limits shall be borne by the Contractor. 31 32 It is not anticipated that solid rock will be encountered. Should such 33 material be encountered, the excavation, removal and wastehaul will be 34 paid for by change order per Section 1-04.4. Boulders or broken rock less 35 than 2 cubic yards in volume, shall not be classified as rock, nor will so-36 called “hard-pan” or cemented gravel, even though it may be 37 advantageous to use special equipment in its removal. 38 39 Trench excavation shall also include wastehauling all excess and/or 40 unsuitable material encountered, including but not limited to, abandoned 41 pipelines, concrete, asphalt, tree stumps, trees, logs, abandoned rail ties, 42 piling, and riprap. 43 44

Page 196: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-5

The Contractor shall furnish all equipment necessary to dewater the 1 excavation. Before operations begin, the Contractor shall have sufficient 2 pumping equipment and/or other machinery available on site to assure 3 that the operation of any dewatering system can be maintained. 4 5 The Contractor shall dispose of the water in such a manner as not to 6 cause a nuisance or menace to the public, and comply with all codes, 7 regulations, and ordinances of applicable governing authorities with regard 8 to drilling, dewatering, and erosion control. 9 10 The release of groundwater to its static level shall be performed in such a 11 manner as to maintain the undisturbed state of the natural foundation soil, 12 prevent disturbance of backfill and prevent movement of structures and 13 pipelines. 14 15 The dewatering system shall be installed and operated by the Contractor 16 so that the groundwater level outside the excavation is not reduced to the 17 extent that would damage or endanger adjacent structures or property. 18 Should settlement of the surrounding area and/or structures be observed, 19 the Contractor shall cease dewatering operations and implement 20 contingency plans. The cost of repairing any damage to adjacent 21 structures, underground facilities or utilities and satisfactory restoration of 22 above ground facilities to include fences, paving, concrete, etc., shall be 23 the responsibility of the Contractor. 24 25 The Contractor shall be required to comply with all conditions and 26 requirements mandated by the Department of Ecology for the 27 construction, operation, and decommissioning of dewatering facilities. 28 29 The Contractor shall obtain approved grading and filling permits for all 30 spoils material sites, from the Contracting Agency, County, or both as 31 required. These permits shall be secured and paid for by the Contractor. 32 33 Existing abandoned asbestos cement pipes are located within the project 34 limits at the approximate locations noted on the Plans. In addition, it is the 35 intent of this Contract that the Contractor abandon existing asbestos 36 cement pipe in place to the limits indicated. The Contractor shall 37 anticipate that the construction of this project will require cutting of 38 asbestos pipe and further require the removal and disposal of asbestos 39 cement pipe. All work shall be performed in compliance with the 40 requirements of the WAC 296-65, National Emission Standards for 41 Asbestos, Puget Sound Clean Air Agency, Labor and Industries and all 42 Local, State and Federal Agencies having jurisdiction. All costs of this 43 work shall be considered incidental for the Project and as such merged in 44 the various items bid. 45

Page 197: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-6

1 7-08.3(2)B Pipe Laying – General 2 (January 4, 2010 G&O) 3 4 This Section is supplemented with the following: 5 6

All pipe shall be unloaded from delivery vehicles with mechanical 7 equipment. Dropping of pipe onto the ground or mats will not be 8 permitted. All pipe and fittings shall be carefully lowered into the trench in 9 such a way as to prevent damage to pipe materials and protective 10 coatings and linings. Under no circumstances shall materials be dropped 11 or dumped into the trench. 12 13 All pipe shall be laid in straight lines and at uniform rate for grade between 14 structures. Variation in the invert elevation between adjoining ends of pipe 15 due to non-concentricity of joining surface and pipe interior surfaces shall 16 not exceed 1/64 inch per inch of pipe diameter, or 1/2-inch maximum. 17 18 Every precaution shall be taken to prevent foreign material from entering 19 the pipe while it is being laid. After placing a length of pipe in the trench, 20 the spigot end shall be centered in the bell and pipe forced home and 21 brought to correct line and grade. The pipe shall be secured in place with 22 pipe bedding tamped under it. Precaution shall be taken to prevent dirt 23 from entering the joint space. At times when pipe laying is not in progress, 24 the open ends of pipe shall be closed by a watertight plug or other means 25 approved by the Contracting Agency. If water is in the trench when work 26 resumes, the seal shall remain in place until the trench is dewatered as 27 specified for groundwater control. Tee branches shall be blocked and 28 sealed with the same joint and pipe material as used for pipes. 29 30 Care shall be taken to properly align, clean and lubricate the spigot and 31 socket area of the pipes before joining. The pipe spigot shall be forced 32 into the socket until the reference mark on the spigot is flush with the bell 33 end. 34 35 All connections to existing pipe of differing materials shall be made with 36 adapters which are specifically manufactured for this purpose. If the band 37 type adapters are used, then only stainless steel bands will be allowed. 38 39 The Contractor shall obtain approved grading and filling permits for all 40 spoils material sites, from the Contracting Agency, County, or both as 41 required. These permits shall be secured and paid for by the Contractor. 42 ******Where multiple utilities are proposed for installation, it shall be the 43 responsibility of the Contractor to coordinate construction efforts and 44 sequence construction activities to avoid utility conflicts.****** 45

Page 198: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-7

1 7-08.3(3) Backfilling 2 (January 4, 2010 G&O) 3 4 Delete the second paragraph under this Section and replace with the following: 5 6

Pipe zone backfill shall be gravel backfill for pipe zone bedding conforming 7 to the requirements of Section 9-03.12(3). 8

9 This Section is supplemented with the following: 10 11

It is the intent of these Specifications to utilize suitable excavated material 12 for trench backfill where available. The Contractor shall provide evidence 13 from a testing laboratory that any native material deemed suitable by the 14 Contractor meets the intent of these Specifications and can be compacted 15 to minimum requirements. Excavated material suitable for trench backfill 16 shall conform to the requirements of Section 9-03.15. However, the 17 presence and location of suitable material is not guaranteed and will be as 18 discovered in the field. Import material will be required and shall be 19 utilized when necessary, and as called out on the Plans and further 20 preapproved by the Contracting Agency. 21

22 7-08.3(4) Plugging Existing Pipe 23 (April 24, 2009 G&O) 24 25 This Section is supplemented with the following: 26 27

The Contractor shall anticipate that all existing pipes to be abandoned in 28 place shall be plugged as specified herein. 29

30 7-08.3(5) Abandonment (New Section) 31 32 This Section is supplemented with the following: 33 34

Where shown on the Plans or where designated by the Engineer, existing 35 pipes shall be abandoned in place and completely backfilled with 36 controlled density fill. 37 38 A minimum of 10 working days prior to beginning abandonment work, the 39 Contractor shall submit to the Engineer a detailed, written plan for CDF fill 40 and abandonment of existing mains. 41 42 The Contractor shall fill all existing pipes to be abandoned, as specified on 43 the Plans, with CDF after the new pipe has been accepted by the 44 Contracting Agency. 45

Page 199: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-8

1 7-08.4 Measurement 2 (January 7, 2013 G&O) 3 4 Delete all paragraphs under this Section and replace with the following: 5 6

Measurement of Foundation Material or Bank Run Gravel for Trench 7 Backfill will be per cubic yard. The measurement shall be calculated in 8 accordance with the trench detail shown on the Plans. The Contractor 9 shall provide the Contracting Agency with truckload tickets at the end of 10 each day to be used to support the calculated quantities. 11 12 No specific unit of measurement will apply to the lump sum item Trench 13 Excavation Safety System. 14

15 7-08.5 Payment 16 (January 7, 2013 G&O) 17 18 Delete all paragraphs under this Section and replace with the following: 19 20

Payment will be made in accordance with Section 1-04.1, for each of the 21 following bid items that are included in the Proposal: 22 23 “Bank Run Gravel for Trench Backfill,” per ton. 24 25 The unit contract price per ton for “Bank Run Gravel for Trench Backfill” 26 shall constitute full compensation for all labor, materials, tools, equipment, 27 transportation, supplies, and incidentals required to complete all work to 28 furnish and install the imported trench backfill to include, but not limited to, 29 backfilling trenches, placing, shaping, compacting, and material and 30 compaction testing of the bank run gravel backfill material. 31 32 “Foundation Material,” per cubic yard. 33 34 The unit contract price per cubic yard for Foundation Material, if any, shall 35 include furnishing and placing the material in pipe trenches and under 36 structures, except as otherwise noted herein, and shall also include the 37 cost of the additional excavation required in order to provide space for this 38 material and wastehauling of native material. 39 40 “Trench Excavation Safety Systems,” lump sum. 41 42 The lump sum contract price for “Trench Excavation Safety Systems” shall 43 include all costs of furnishing, installing, maintaining, and removing those 44 items necessary to provide adequate safety systems for trench 45

Page 200: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-9

excavation, as specified in Section 2 09.3(4). This item shall be paid 1 proportionate to the satisfactory installation of all facilities that require 2 trench excavation safety systems including pipeline, conduits, walls, 3 embankments, and structures as noted in the Proposal, or otherwise 4 required for the performance of this work. 5

6 All costs associated with furnishing and installing pipe bedding for culverts, 7 storm sewer, water piping, and sanitary sewer piping systems shall be 8 included into the unit contract price for the type and size of pipe installed. 9 10 All costs to providing dewatering as required shall be included into the unit 11 contract price for the type and size of pipe installed. 12 13 All costs associated with excavation, stockpiling, backfilling, compacting, 14 and wastehauling of native material shall be included in the unit contract 15 price for the type and size of pipe installed. 16 17

7-09 WATER MAINS 18 19 7-09.2 Materials 20 (******) 21 22 This Section is supplemented with the following: 23 24

Polyvinyl Chloride (PVC) Pipe 25 PVC Pipe shall meet the requirements of AWWA C900 and shall have the 26 same outside dimensions as ductile iron pipe. 27 28 Ductile Iron (DI) Pipe 29 Ductile iron pipe shall be centrifugal cast pipe conforming to AWWA C151, 30 unless otherwise noted. The exterior shall be bituminous coated and the 31 interior cement mortar lined in accordance with, AWWA C104, lined to a 32 minimum thickness of 1/16-inch meeting NSF standards for potable water. 33

34 Restrained Joints 35 The Contractor shall restrain all joints as noted on the Plans. The 36 mechanical joint restraint device shall have a working pressure of at least 37 250 psi with a minimum safety factor of 2:1 and shall be Romac Industries, 38 Inc., Grip Ring Pipe Restrainer or approved equal. Stargrip Series 3000 39 mechanical joint restraint devices are not accepted or approved as equal. 40 41 Water Main Fittings 42 All fittings shall be short-bodied, ductile iron complying with applicable 43 AWWA C110 or C153 Standards. Joints shall be as shown on the Plans. 44 All fittings shall be cement lined and either mechanical joint or flanged, as 45

Page 201: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-10

indicated on the Plans. All bolts shall be coated with Armite Anti-Seize 1 Compound No. 609, or equal, prior to installation. 2 3 Couplings 4 All connections to other pipe shall be with Romac, Smith-Blair, Dresser, or 5 Ford flexible couplings. The couplings shall have long middle rings and 6 shall have a fusion-bonded epoxy coating. All buried flexible couplings 7 shall be furnished with stainless steel bolts and nuts. 8 9 Detectable Marking Tape 10 The Contractor shall furnish and install detectable marking tape over all 11 water mains and service pipes as shown on the Plans. The tape shall 12 extend its full length. Detectable marking tape shall be as manufactured 13 by Pro-Line Safety Products, or equal, and shall be a minimum of six 14 inches in width, a minimum of 5 mil (0.0050") overall thickness, and shall 15 have no less than 0.35 mil solid aluminum foil core. 16 17 The foil shall be visible from both sides of the tape and shall be Safety 18 Blue in color to identify buried water systems and shall be printed to 19 identify same. Printing shall be encased in the plastic jacket to avoid ink 20 rub-off. Adhesives used to bond the plastic jacket to the foil shall not 21 contain any dilutants, pigments, or contaminants and shall be specifically 22 formulated to resist degradation by elements normally encountered in the 23 soil. 24 25 In addition, the Contractor shall furnish and install 14-gauge coated 26 copper wire, taped to the top of the water main and service pipe. The wire 27 shall be brought up and tied off in valve boxes and meter boxes (as 28 applicable). 29

30 7-09.3(1) General 31 (******) 32 33 This Section is supplemented with the following: 34 35

Minimum horizontal and vertical separation shall be maintained between 36 water and sewer utilities as required by the Washington State Department 37 of Ecology Criteria for Sewage Works Design (current edition). If the 38 minimum separation cannot be obtained in the field as agreed to by the 39 Engineer, controlled density fill material shall be provided as pipe 40 encasement that conforms to Section 2-09.3(1)E. 41

42 7-09.3(5) Grade and Alignment 43 (June 16, 2006 G&O) 44 45

Page 202: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-11

Delete the first sentence of the third paragraph under this Section and replace it 1 with the following: 2 3

The depth of trenching for water mains shall be such as to give a minimum 4 cover of 48 inches over the top of the pipe unless otherwise specified on 5 the Plans. 6

7 This Section is supplemented with the following: 8 9

Except where necessary, in making connections with other lines and 10 unless authorized by the Contracting Agency, pipes shall be laid with bells 11 facing in the direction of laying. Bells shall be placed on the uphill side for 12 lines installed on an appreciable slope. 13 14 Water mains shall be laid on a continuous positive grade as shown on the 15 Plans to minimize the number of high or low points in the pipeline profile 16 unless approved by the Contracting Agency. The Contractor shall, based 17 on his review of the site and the Plans, note areas where additional depth 18 beyond the minimum pipe cover is required to avoid certain utility conflicts 19 and provide adequate bury at ditches, and adjust the pipeline profile 20 accordingly to maintain a continuous grade. 21

22 7-09.3(6) Existing Utilities 23 (April 24, 2009 G&O) 24 25 This Section is supplemented with the following: 26 27

Where shown on the Plans or where designated by the engineer, existing 28 pipes shall be plugged at all inlets for a distance of 2 diameters with 29 commercial concrete. In addition, the Contractor shall anticipate that all 30 inlets of existing pipes to be abandoned in place shall be plugged. Care 31 shall be used in placing the concrete in the pipe to see that the opening of 32 the pipe is completely filled and thoroughly plugged. 33

34 7-09.3(7) Trench Excavation 35 (January 4, 2010 G&O) 36 37 Delete the third paragraph under this Section and replace it with the following: 38 39

The length of trench excavation in advance of pipe laying shall be kept to 40 a maximum of 100 feet. Excavation shall either be closed up at the end of 41 the day or protected per Section 1.07.23(1). 42

43 This Section is supplemented with the following: 44 45

Page 203: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-12

The Contractor shall limit his excavation to the limits of the maximum 1 payment width and depth shown on the Plans. If the Contractor purposely 2 or neglectfully excavates to a width or depth beyond the maximum 3 payment limit of the trench, as shown on the Plans, all expenses 4 associated with any additional trenching, wastehaul, trench backfill, 5 compaction, testing and surface restoration as a result of excavating 6 beyond the neat line payment limits shall be borne by the Contractor. 7 8 Trench excavation shall also include wastehauling to a Contracting 9 Agency approved site all excess and/or unsuitable material encountered 10 including, but not limited to, abandoned pipelines, concrete, asphalt, tree 11 stumps, trees, logs, abandoned rail ties, piling, and riprap. 12 13 The Contractor shall obtain approved grading and filling permits for all 14 spoils material sites, from the Contracting Agency, County, or both as 15 required. These permits shall be secured and paid for by the Contractor. 16 17 Existing abandoned asbestos cement pipes are located within the project 18 limits at the approximate locations noted on the Plans. In addition, it is the 19 intent of this Contract that the Contractor abandon existing asbestos 20 cement pipe in place to the limits indicated. The Contractor shall 21 anticipate that the construction of this project will require cutting of 22 asbestos pipe and further require the removal and disposal of asbestos 23 cement pipe. All work shall be performed in compliance with the 24 requirements of the WAC 296-65, National Emission Standards for 25 Asbestos, Puget Sound Clean Air Agency, Labor and Industries and all 26 Local, State and Federal Agencies having jurisdiction. All costs of this 27 work shall be considered incidental for the Project and as such merged in 28 the various items bid. 29

30 7-09.3(7)A Dewatering of Trench 31 (January 4, 2010 G&O) 32 33 This Section is supplemented with the following: 34 35

The Contractor shall furnish all equipment necessary to dewater the 36 excavation. Before operations begin, the Contractor shall have sufficient 37 pumping equipment and/or other machinery available on site to assure 38 that the operation of any dewatering system can be maintained. 39 40 The Contractor shall dispose of the water in such a manner as not to 41 cause a nuisance or menace to the public, and comply with all codes, 42 regulations, and ordinances of applicable governing authorities with regard 43 to drilling, dewatering, and erosion control. 44 45

Page 204: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-13

The release of groundwater to its static level shall be performed in such a 1 manner as to maintain the undisturbed state of the natural foundation soil, 2 prevent disturbance of backfill and prevent movement of structures and 3 pipelines. 4 5 The dewatering system shall be installed and operated by the Contractor 6 so that the groundwater level outside the excavation is not reduced to the 7 extent that would damage or endanger adjacent structures or property. 8 Should settlement of the surrounding area and/or structures be observed, 9 the Contractor shall cease dewatering operations and implement 10 contingency plans. The cost of repairing any damage to adjacent 11 structures, underground facilities or utilities and satisfactory restoration of 12 above ground facilities to include fences, paving, concrete, etc., shall be 13 the responsibility of the Contractor. 14 15 The Contractor shall be required to comply with all conditions and 16 requirements mandated by the Department of Ecology for the 17 construction, operation, and decommissioning of dewatering facilities. 18

19 7-09.3(7)B Rock Excavation 20 (November 24, 2010 G&O) 21 22 This Section is supplemented with the following: 23 24

It is not anticipated that solid rock will be encountered. Should such 25 material be encountered, however, the excavation, removal and wastehaul 26 will be paid at a negotiated price per Section 1-04.4. Boulders or broken 27 rock less than 2 cubic yards in volume, shall not be classified as rock, nor 28 will so-called “hard-pan” or cemented gravel, even though it may be 29 advantageous to use special equipment in its removal. 30

31 7-09.3(10) Backfilling Trenches 32 (January 4, 2010 G&O) 33 34 This Section is supplemented with the following: 35 36

It is the intent of these Specifications to utilize suitable excavated material 37 for trench backfill where available. The Contractor shall provide evidence 38 from a testing laboratory that any native material deemed suitable by the 39 Contractor meets the intent of these Specifications and can be compacted 40 to minimum requirements. Excavated material suitable for trench backfill 41 shall conform to the requirements of Section 9-03.15. However, the 42 presence and location of suitable backfill material is not guaranteed and 43 will be as discovered in the field. Import material will be required and shall 44 be utilized when necessary, and as called out on the Plans and further 45

Page 205: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-14

preapproved by the Contracting Agency. 1 2 7-09.3(11) Compaction of Backfill 3 (June 16, 2006 G&O) 4 5 This Section is supplemented with the following: 6 7

The Contractor shall provide the services of a Contracting Agency 8 approved soils testing laboratory to conduct materials testing to determine 9 the maximum compaction values and in-situ density tests of the 10 compacted materials used for backfilling trenches to ensure their 11 placement is in compliance with the Contract Documents. 12 13 An advance copy of any and all results obtained by the independent 14 testing laboratory onsite shall be given to the Contracting Agency prior to 15 the laboratory representative leaving the site. 16 17 This random testing is not intended to, nor shall it relieve the Contractor 18 from obtaining the necessary compaction results throughout the project, or 19 from providing continuous testing at his own expense for use in 20 compaction process control. Copies of all random and process control 21 test reports obtained by the Contractor shall be sent to the Contracting 22 Agency, at no additional cost to the Contracting Agency. 23 24 Retesting and reinspection required because of defective work and testing 25 performed for the convenience of the Contractor shall be the responsibility 26 of the Contractor at no additional cost to the Contracting Agency. Testing 27 shall not be cause for claims for delay by the Contractor. 28 29 Original test reports shall be sent to the Contracting Agency. 30

31 7-09.3(13) Handling of Pipe 32 (June 16, 2006 G&O) 33 34 This Section is supplemented with the following: 35 36

Pipe shall be stacked in such a manner as to prevent damage to the pipe, 37 to prevent dirt and debris from entering the pipe, and to prevent any 38 movement of the pipe. Stacking layers shall be limited to the 39 recommendations in the DIP Installation Guide. 40 41 Pipe shall not be strung across driveways, in ditches, or within 10 feet of 42 the edge of the travel lane. 43

44 7-09.3(16) Cleaning and Assembling Joints 45

Page 206: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-15

(June 16, 2006 G&O) 1 2 This Section is supplemented with the following: 3 4

All joints in the pipe, fittings, valves, flexible couplings, ductile iron sleeves, 5 etc., shall be fully seated with small clearances allowed for pipe 6 expansion. Where flexible couplings and ductile iron sleeves are called 7 for, the space between pipe ends shall not exceed 1/4 inch, to prevent 8 pipe movement such as would possibly be caused by the resultant thrust 9 of a nearby closed valve. 10 11 When the space between pipe ends is excessive, a short section (1" to 2") 12 of pipe may be inserted as a spacer ring to limit such pipe movement 13 within the coupling (or sleeve), to obtain the 1/4 inch limitation stipulated 14 herein. 15

16 7-09.3(19)A Connections to Existing Mains 17 (June 16, 2006 G&O) 18 19 This Section is supplemented with the following: 20 21

The location, type, and size of existing facilities have been determined 22 from available records and are approximate. It is anticipated that 23 connections can be made, in general, as shown on the Plans. It shall be 24 the responsibility of the Contractor to determine the exact location and to 25 ascertain the type and size of the existing facilities prior to starting work on 26 each connection and to provide minor alteration as may be required at no 27 additional cost to the Contracting Agency. 28 29 If the connection to the existing system involves turning off the water, the 30 Contractor shall provide a minimum notice of 5 working days to the 31 Inspector, the Contracting Agency, and Fire Marshal, prior to scheduling 32 shutoff. The Contractor shall notify (i.e., by distributing door hangers) all 33 water customers affected by a scheduled shutdown. The notices shall be 34 hand delivered not less than 48 hours nor more than 72 hours before the 35 scheduled shutdown. The Contracting Agency will advise the Contractor 36 which property owners are to be notified, and provide door hangers that 37 the Contractor will be required to hang on each residential or commercial 38 service location. No service shall be shut down for more than 4 hours per 39 day without prior approval of the Contracting Agency. 40 41 The Contractor shall maintain service in the existing facilities at each 42 connection until such time that the connection is actually made. Final 43 connection will be permitted under the supervision of the Contracting 44 Agency after receiving satisfactory water quality tests, and a continuous 45

Page 207: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-16

safe supply of water is available through the new facilities. 1 2 The Contractor shall furnish, install and remove all temporary plugs, caps, 3 blowoffs, temporary blocking, and all other items of a temporary nature 4 required to construct the proposed facilities up to the point of connection 5 for the pressure and purity tests. 6

7 7-09.3(19)B Maintaining Service 8 (June 16, 2006 G&O) 9 10 This Section is supplemented with the following: 11 12

No Contracting Agency owned utility service will be allowed to be 13 shutdown for more than 4 hours per day without prior approval. 14

15 7-09.3(21) Concrete Thrust Blocking 16 (June 16, 2006 G&O) 17 18 This Section is supplemented with the following: 19 20

All fittings requiring a thrust or anchor concrete block shall first be covered 21 with 4-mil Visqueen plastic sheets, before concrete is poured. At no time 22 shall the concrete be allowed to cover pipe joints, bolt heads, or nuts. 23 24 The poured in place concrete thrust and/or anchor blocks shall be in place 25 at least 24 hours before beginning the pressure test, to allow the concrete 26 to set. Longer durations may be required to ensure adequate curing has 27 been established to conduct the necessary testing. 28

29 7-09.3(22) Blowoff Assemblies 30 (June 16, 2006 G&O) 31 32 Delete all paragraphs under this Section and replace with the following: 33 34

Blowoff Assemblies shall be constructed at the locations shown on the 35 Plans and in accordance with the detail provided on the Plans. 36

37 38

Page 208: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-17

7-09.3(23) Hydrostatic Pressure Test 1 (June 16, 2006 G&O) 2 3 This Section is supplemented with the following: 4 5

Testing pressure against closed butterfly valves shall not exceed 150 psi 6 differential between upstream and downstream pressures. 7 8 All water service lines shall be installed prior to testing the main lines. 9

10 Delete the ninth paragraph and replace it with the following: 11 12

There shall not be an appreciable or abrupt loss in pressure during the 13 2-hour test period. 14

15 7-09.3(24)A Flushing 16 (June 16, 2006 G&O) 17 18 This Section is supplemented with the following: 19 20

The Contractor shall check the downstream capacity of the drainage 21 system proposed to facilitate disposal of flushing water prior to starting the 22 flushing process. 23 24 The Contracting Agency will furnish the water necessary to fill and flush 25 the pipelines for testing purposes at a time of day when sufficient 26 quantities of water are available for normal system operation. 27 28 The Contractor shall monitor the rate of disposal to prevent flooding of any 29 areas downstream of the Contractor flushing operations. 30 31 All service lines shall be flushed prior to connecting the meters. 32

33 7-09.3(24)J Preventing Reverse Flow 34 (June 16, 2006 G&O) 35 36 This Section is supplemented with the following: 37 38

The configuration of the installation of an approved backflow prevention 39 device shall be submitted to the Contracting Agency for review and 40 approval prior to the installation and use of the device and making the 41 connection. 42

43 7-09.3(24)N Final Flushing and Testing 44 (June 16, 2006 G&O) 45

Page 209: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-18

1 Delete the third paragraph under this Section and replace with the following: 2 3

Before placing the line into service, a satisfactory report shall be received 4 on samples collected from representative points in the new system. 5 Samples will be collected and bacteriological tests obtained by the 6 Contractor. 7

8 This Section is supplemented with the following: 9 10

All water mains shall be flushed within 48 hours of chlorination. No 11 flushing will be allowed on weekends or on holidays. The Contracting 12 Agency shall be notified by the Contractor a minimum of 48 hours in 13 advance of any flushing or flow testing. 14

15 7-09.3(24)O Repetition of Flushing and Testing 16 (May 1, 2006 G&O) 17 18 This Section is supplemented with the following: 19 20

The Contractor shall be responsible for payment of all repeat 21 bacteriological testing. Testing shall not be cause for claims for delay by 22 the Contractor and all expenses accruing there from shall be borne by the 23 Contractor. Retesting and reinspection required because of defective 24 work and testing performed for the convenience of the Contractor shall be 25 paid by the Contractor. 26

27 7-09.3(25) Temporary Blowoff Assemblies (New Section) 28 (June 16, 2006 G&O) 29 30 Any temporary blowoff assemblies required for the Project shall be furnished and 31 installed by the Contractor at no expense to the Contracting Agency. Blowoffs 32 shall be sized to provide a minimum pipe flow (scouring velocity) of 2.5 feet per 33 second. Only brass plugs will be allowed to be utilized to plug pipelines where 34 these temporary facilities were installed. 35 36 7-09.3(26) Plugging Existing Pipe (New Section) 37 38 Where shown in the Plans or where designated by the Engineer, existing pipes 39 shall be plugged on the inlet end for a distance of 2 diameters with commercial 40 concrete. Care shall be used in placing the concrete in the pipe to see that the 41 opening of the pipe is completely filled and thoroughly plugged. 42 43 7-09.3(27) Pipe Abandonment (New Section) 44 45

Page 210: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-19

This Section is supplemented with the following: 1 2

Where shown on the Plans or where designated by the Engineer, existing 3 pipes shall be abandoned in place and completely backfilled with 4 controlled density fill. 5 6 A minimum of 10 working days prior to beginning abandonment work, the 7 Contractor shall submit to the Engineer a detailed, written plan for 8 abandonment of existing mains. 9 10 The Contractor shall fill all existing pipes to be abandoned, as specified on 11 the Plans, with CDF after the new pipe has been accepted by the 12 Contracting Agency. The Contractor shall strive to leave the existing AC 13 main in place rather than removing the line. 14 15 Existing surface appurtenances to the abandoned water main, including 16 but not limited to meter boxes, valve boxes, valve box covers, and angle 17 stops, shall be removed by the Contractor in a legal and safe manner and 18 salvaged to the Contracting Agency. In the event the Contracting Agency 19 does not wish to retain the salvaged appurtenance, the Contractor shall 20 dispose of the appurtenance at an appropriate disposal site at no 21 additional cost to the Contracting Agency. Excavations resulting from 22 appurtenance removal shall be filled with crushed surfacing and any 23 surfacing restored. 24

25 7-09.4 Measurement 26 (January 7, 2013 G&O) 27 28 Delete all paragraphs under this Section and replace with the following: 29 30

Measurement for payment of pipe for water mains will be by the linear foot 31 of pipe laid and tested and shall be measured along the pipe through 32 fittings, valves and couplings at grade. 33 34 No measurement shall be made for extra trench excavation as defined in 35 Section 7-09.3(7)C. 36 37 No specific unit of measurement will apply to the lump sum item of Water 38 Main Fittings. 39 40 Measurement of Additional Water Main Fittings shall be per pound, based 41 on the weight of fittings as listed in the AWWA Standards, ANSI/AWWA 42 C110/A21.10-87 or C153. Fittings not listed in the above standards will be 43 paid for at the weight listed in the Manufacturer’s catalog. Weight will be 44 based on the fitting body only and will not include accessory items such as 45

Page 211: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-20

bolts, glands, etc. Only those extra fittings required during construction, 1 but which are not shown on the Plans, will be paid for under the bid item 2 for Additional Water Main Fittings. 3 4 Measurement for Additional Concrete Thrust Blocks will be per cubic yard. 5 6 Measurement for Connection to Existing Water Main will be per each. 7

8 No measurement will be made for clearing and grubbing, removal of 9 existing street improvements, protection of existing utilities and services, 10 trench excavation, wastehauling of surplus excavated material, pipe zone 11 backfill, pipe zone bedding, and compaction of backfill. 12 13

7-09.5 Payment 14 (January 7, 2013 G&O) 15 16 Delete all paragraphs under this Section and replace with the following: 17 18

Payment will be made in accordance with Section 1-04.1, for each of the 19 following bid items that are included in the Proposal: 20 21 “PVC Pipe for Water Main, ____-Inch. Diam. (Incl. Bedding),” per linear 22 foot. 23 24 The unit contract price per linear foot for the respective diameters of “PVC 25 Pipe for Water Main, ____-Inch. Diam. (Incl. Bedding)” shall constitute full 26 compensation for all labor, materials, tools, equipment, transportation, 27 supplies, and incidentals required to complete all work to furnish and 28 install this item to include, but not limited to, trench excavation, bedding, 29 laying and jointing pipe and fittings, bedding, laying and jointing pipe and 30 fittings, backfill with suitable native material, compaction, and removal and 31 wastehaul of excess or unsuitable trench excavation material, dewatering, 32 marker tape, tracer wire, installation and removal of temporary blowoff 33 assemblies, material and compaction testing of suitable native backfill, 34 pressure testing, flushing, disinfection and disposal of hypochlorinated 35 water. 36 37 “DI Pipe for Fire Hydrant, 6-Inch. Diam. (Incl. Bedding),” per linear foot. 38 39 The unit contract price per linear foot for the respective diameters of “DI 40 Pipe for Fire Hydrant, 6-Inch. Diam. (Incl. Bedding),” shall constitute full 41 compensation for all labor, materials, tools, equipment, transportation, 42 supplies, and incidentals required to complete all work to furnish and 43 install this item to include, but not limited to, pipe, trench excavation, 44 bedding, laying and jointing pipe and fittings, bedding, shackle rods, 45

Page 212: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-21

backfill with suitable native material, compaction, and removal and 1 wastehaul of excess or unsuitable trench excavation material, dewatering, 2 marker tape, tracer wire, installation and removal of temporary blowoff 3 assemblies, material and compaction testing of suitable native backfill, 4 pressure testing, flushing, disinfection and disposal of hypochlorinated 5 water, all as shown on the Plans and specified herein. 6 7 “Water Main Fittings,” lump sum. 8 9 The lump sum contract price for Water Main Fittings shall constitute full 10 compensation for all labor, materials, tools, equipment, transportation, 11 supplies, and incidentals required to complete all work to furnish and 12 install all water main fittings and thrust blocks as shown on the Plans and 13 specified herein, to include but not be limited to excavation, backfill, 14 compaction, material testing, furnishing the services of a Contracting 15 Agency approved testing laboratory to conduct compaction testing, 16 removal and disposal of surplus excavated materials, abandonment of 17 existing valves as noted on the Plans, dewatering, all applicable pipe 18 spools, pipe bedding material, elbows, couplings, joint restraints, thrust 19 blocking, capping of active side of existing water mains to be abandoned 20 in place, flushing, testing, disinfecting, detectable marking tape, tracer 21 wire, waste hauling, grading, and dealing with all other interferences, all as 22 shown on the Plans and as specified herein. 23 24 “Additional Water Main Fittings,” per pound. 25 26 The unit contract price per pound for “Additional Ductile Iron Fittings” shall 27 constitute full compensation for all labor, materials, tools, equipment, 28 transportation, supplies, and incidentals required to complete all work to 29 furnish and install this item to include, but not limited to, fittings, follower 30 glands, bolts, grip rings, Megalugs, concrete thrust/anchor blocks, testing, 31 flushing, and disinfection. 32 33 “Additional Concrete Thrust Blocks,” per cubic yard. 34 35 The unit contract price per cubic yard for Additional Concrete Thrust 36 Blocks shall constitute full compensation for all labor, materials, tools, 37 equipment, transportation, supplies, and incidentals required to complete 38 all work to furnish and install this item, to include but not be limited to the 39 additional concrete thrust blocks as herein specified for additional fittings 40 not shown on Plans and for additional concrete encasement of pipes not 41 shown on the Plans. 42 43

44

Page 213: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-22

“Connection to Existing Water Main,” per each. 1 2 The unit contract price per each for “Connection to Existing Water Main” 3 shall constitute full compensation for all labor, materials, tools, equipment, 4 transportation, supplies, and incidentals required to complete all work to 5 furnish and install this item to include, but not limited to, pumps, hoses, 6 temporary blocking (and waste hauling of same), temporary water service 7 lines (if necessary), plugs, potholing/locating the existing main line, 8 determining/verifying the size, type, and condition of the existing water 9 main, cutting into the main line, dewatering, waste hauling existing pipe, 10 miscellaneous fittings and appurtenances as shown on the Plans, all 11 temporary materials, including temporary blowoffs, miscellaneous fittings 12 and pipe, testing, flushing, disinfection and all work associated with 13 making a complete connection. Service connections or fire hydrant 14 connections or reconnections shall not be subject to payment under this 15 bid item. 16 17 All work associated with providing temporary blowoff assemblies to include 18 the necessary valve, fittings, piping, thrust blocks, connection, and any 19 and all incidentals as required shall be merged into the price bid for the 20 various sizes of water mains. 21 22

7-12 VALVES FOR WATER MAINS 23 24 7-12.2 Materials 25 (******) 26 27 This Section is supplemented with the following: 28 29

Gate Valves 30 The gate valves shall be resilient seated ductile iron body valves with non-31 rising stems (NRS) opening counterclockwise and equipped with a 2-inch 32 square operating nut. Valves shall meet the full requirements of the 33 AWWA C509 or C515 Standards. The valves shall have double “O” ring 34 stem seals which shall withstand the test pressure without leakage. Valves 35 shall be rated at 250 pounds per square inch (psi), minimum working 36 pressure and furnished with either flanged and/or mechanical joints as 37 shown on the Plans. All surfaces, interior and exterior, shall be epoxy-38 coated, acceptable for potable water. 39 40 Valves shall be Mueller, M&H, Clow, American Flow Control Series 2500, 41 U.S. Pipe or approved equal. 42

43 44

Page 214: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-23

7-12.3 Construction Requirements 1 (June 16, 2006 G&O) 2 3 This Section is supplemented with the following: 4 5

The required field inspection shall include operating the valve over the full 6 range of opening to closed to ensure the valve firmly seals and fully clears 7 the flow path. 8 9 The ears of the valve box cover shall be aligned along the pipe centerline. 10

11 7-12.5 Payment 12 (January 7, 2013 G&O) 13 14 Delete all paragraphs under this Section and replace with the following: 15 16

Payment will be made in accordance with Section 1-04.1, for each of the 17 following bid items that are included in the Proposal: 18 19 “Gate Valve, ____ Inch,” per each. 20 21 The unit contract price per each for “Gate Valve, ____ Inch” shall 22 constitute full compensation for all labor, materials, tools, equipment, 23 transportation, supplies, and incidentals required to complete all work to 24 furnish and install this item to include, but not limited to, excavation, 25 backfill with suitable native material, compaction, removal and wastehaul 26 of excess or unsuitable trench excavation material, dewatering, valve box, 27 valve stem extension, testing, flushing, disinfection and final adjustment of 28 the valve box to finished grade. 29 30 “Adjust Valve Box,” per each. 31 32 The unit contract price per each for “Adjust Valve Box” shall constitute full 33 compensation for all labor, materials, tools, equipment, transportation, 34 supplies, and incidentals required to adjust existing valve boxes to the 35 finished surfaces, as noted and detailed on the Plans. 36

37 7-14 HYDRANTS 38 (******) 39 40 This Section is supplemented with the following: 41 42

Fire hydrants shall of the make and model shown on the Plans, or 43 approved equal. 44

45

Page 215: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-24

7-14.3(1) Setting Hydrants 1 (******) 2

3 Delete the first paragraph under this Section and replace it with the following: 4 5

Where shown in the Plans, hydrants shall be installed in accordance with 6 the detail provided on the Plans. In addition, a minimum 3-foot radius 7 unobstructed working area shall be provided around all hydrants. The 8 safety flange shall be set 2 inches above finished grade. 9

10 This Section is supplemented with the following: 11 12

The Contractor shall furnish fire hydrants with the correct bury depth 13 (trench depth), in accordance with the specified pipe depth and special 14 conditions of the Project. The fire hydrants shall be installed to provide 15 the mounting height above finished grade as shown on the Plans. The 16 hydrant shall be installed plumb on the vertical axis. 17 18 The fire hydrants shall be the break-away compression type, meeting 19 AWWA C502 Standards, in which the valve will remain closed if the barrel 20 is broken. The hydrant’s main valve opening shall be not less than 5-1/4 21 inches in diameter. The fire hydrants shall be equipped with two, 2-1/2-22 inch National Standard Thread (NST) hose nozzles and one, 4-1/2-inch 23 NST pumper port. A permanent anodized 4-inch Storz hydrant adapter 24 and anodized Storz blind flange shall be installed on the 4-1/2-inch 25 pumper port. The pumper port shall be turned to face the street. 26 27 After installation, each hydrant shall receive two field coats of paint. The 28 first coat shall be thoroughly dried before applying the second coat. The 29 exact colors shall be per Contracting Agency’s current standards. 30 31 One blue lane marker, Type 2, shall be installed at all fire hydrant 32 locations. It shall be installed on the adjacent pavement at locations 33 designated by the Contracting Agency and in accordance with the 34 provisions of Section 8-09 and Section 9-21. 35

36 7-14.3(2) Hydrant Connections 37 (June 16, 2006 G&O) 38 39 Delete all paragraphs under this Section and replace with the following: 40 41

Hydrant laterals shall consist of one continuous section of 6-inch Class 53 42 ductile iron pipe from the main to the hydrant and shall include as auxiliary 43 gate valve set vertically and placed in accordance with the detail provide 44 on the Plans. 45

Page 216: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-25

1 7-14.3(2)A Hydrant Restraints 2 (June 16, 2006 G&O) 3 4 Delete the first sentence of the first paragraph under this Section and replace 5 with the following: 6 7

The thrust created in the hydrant lateral shall be restrained as shown on 8 the detail provided on the Plans. 9

10 7-14.4 Measurement 11 (November 24, 2010 G&O) 12 13 Delete all paragraphs under this Section and replace with the following: 14 15

Measurement for Fire Hydrant Assembly will be per each. 16 17

7-14.5 Payment 18 (January 7, 2013 G&O) 19 20 Delete all paragraphs in this Section and replace it with the following: 21 22

Payment will be made in accordance with Section 1-04.1, for each of the 23 following bid items that are included in the Proposal: 24 25 “Fire Hydrant Assembly,” per each. 26 27 The unit contract price per each for “Fire Hydrant Assembly” shall 28 constitute full compensation for all labor, materials, tools, equipment, 29 transportation, supplies, and incidentals required to complete all work to 30 furnish and install this item to include, but not limited to, excavation, 31 backfill with suitable native material, compaction, removal and wastehaul 32 of excess or unsuitable trench excavation material, dewatering, painting, 33 blocking, restraint systems, gate valve, main line tee, valve box, hydrant 34 extensions, Storz adaptors, fittings, gravel drywell, concrete pads, the 35 6-inch hydrant stub, hillside barrier (if any), turning the pumper port to face 36 the street, material and compaction testing of suitable native backfill, 37 testing, flushing, disinfection and removal/disposal of existing fire hydrant. 38 39 The work required to remove and deliver existing fire hydrants to the 40 Contracting Agency shops as required shall be considered incidental to 41 the Project and as such merged into the various unit and lump sum 42 contract items requiring the removal. 43 44

7-15 SERVICE CONNECTIONS 45

Page 217: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-26

1 7-15.2 Materials 2 (******) 3 4 This Section is supplemented with the following: 5 6

Water Service Pipe 7 HDPE tubing for water service shall meet the requirements of AWWA 8 C901. Tubing shall be high molecular mass with a 200 psi rating. Pipe 9 dimensions and workmanship shall conform to ASTM F714. Tubing shall 10 be DR 9 (copper tubing size). Fittings shall be brass, either compression 11 or stab type. Stab types fittings shall utilize an internal grip ring and O-ring 12 seal. Stainless steel liners shall be used when utilizing compression 13 fittings on HDPE tubing. 14 15 Service Couplings 16 Unless noted otherwise on the Plans, service pipe couplings shall be pack 17 joint for HDPE pipe by flare copper or female copper thread, as applicable, 18 as manufactured by the Ford Meter Box Co., Inc., or equal. 19

20 21 7-15.3 Construction Requirements 22 (******) 23 24 Delete the first paragraph in this Section and replace with the following: 25 26

Service connections shall be constructed at the locations shown on the 27 Plans and in accordance with the detail provided on the Plans. 28 29 All piping and fittings shall be left exposed until they have been inspected 30 by the Contracting Agency and approval is given for backfilling. 31 32

7-15.4 Measurement 33 (November 24, 2010 G&O) 34 35 Delete all paragraphs under this Section and replace with the following: 36 37

Service reconnections will be measured per each. 38 39 Service connections will be measured per each for each size of water 40 service connection installed. 41 42 Measurement for payment of service pipe will be by the linear foot of 43 service pipe laid, tested, and connected will be measured along the pipe 44 through fittings and couplings. 45

Page 218: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-27

1 Meter box and setter replacement will be measured per each. 2

3 7-15.5 Payment 4 (January 7, 2013 G&O) 5 6 Delete all paragraphs paragraph in this Section and replace with the following: 7 8

Payment will be made in accordance with Section 1-04.1, for each of the 9 following bid items that are included in the Proposal: 10 11 “Service Reconnection,” per each. 12 13 The unit contract price per each for “Service Reconnection” shall 14 constitute full compensation for all labor, materials, tools, equipment, 15 transportation, supplies, and incidentals required to complete all work to 16 furnish and install this item as shown on the Plans and specified herein to 17 include, but not limited to, excavation, backfill with suitable native material, 18 compaction, removal and wastehaul of excess or unsuitable trench 19 excavation material, dewatering, tapping/connecting to the main (including 20 service saddle), restoration of all surfacing/landscaping/structures 21 disturbed during construction (unless included under a separate bid item), 22 connecting to the existing service (including fittings and appurtenances as 23 necessary), material and compaction testing of suitable native backfill, 24 testing, flushing, and disinfection. 25 26 “Service Connection, ____ Inch Diam.,” per each. 27 28 The unit contract price per each for “Service Connection, ____ In. Diam.” 29 shall constitute full compensation for all labor, materials, tools, equipment, 30 transportation, supplies, and incidentals required to complete all work to 31 furnish and install this item as shown on the Plans and specified herein to 32 include, but not limited to, excavation, backfill with suitable native material, 33 compaction, removal and wastehaul of excess or unsuitable trench 34 excavation material, dewatering, tapping/connecting to the main (including 35 service saddle), restoration of all surfacing/landscaping/structures 36 disturbed during construction (unless included under a separate bid item), 37 removal and disposal or salvage of existing meter box, frame, lid, meter, 38 and appurtenances, installation of new meter box, setter, frame, lid, 39 bedding material, appurtenances, and existing meter, connecting to the 40 existing service (including fittings and appurtenances as necessary), 41 material and compaction testing of suitable native backfill, testing, 42 flushing, and disinfection. 43 44

45

Page 219: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 7-28

“Service Pipe, ____ In. Diam. (Incl. Bedding),” per linear foot. 1 2 The unit contract price per linear foot for “Service Pipe, ____ In. Diam. 3 (Incl. Bedding)” shall constitute full compensation for all labor, materials, 4 tools, equipment, transportation, supplies, and incidentals required to 5 complete all work to furnish and install this item as shown on the Plans 6 and specified herein to include, but not limited to, excavation, backfill with 7 suitable native material, compaction, removal and wastehaul of excess or 8 unsuitable trench excavation material, dewatering, material and 9 compaction testing of suitable excavated native backfill, testing, flushing, 10 and disinfection. 11 12 “Meter Box and Setter Replacement,” per each. 13 14 The unit contract price per each for “Meter Box and Setter Replacement” 15 shall constitute full compensation for all labor, materials, tools, equipment, 16 transportation, supplies, and incidentals required to complete all work to 17 furnish and install this item as shown on the Plans and specified herein to 18 include, but not limited to, excavation, backfill with suitable native material, 19 compaction, restoration of all surfacing/landscaping/structures disturbed 20 during construction (unless included under a separate bid item), removal 21 and disposal or salvage of existing meter box, frame, lid, meter, and 22 appurtenances, installation of new meter box, setter, frame, lid, bedding 23 material, appurtenances, and existing meter, connecting to the existing 24 service (including fittings and appurtenances as necessary), testing, 25 flushing, and disinfection. 26

27

Page 220: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

DIVISION 8

MISCELLANEOUS CONSTRUCTION

Page 221: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 8-1

DIVISION 8 1 MISCELLANEOUS CONSTRUCTION 2

3 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 4 5 8-01.1 Description 6 (November 24, 2010 G&O) 7 8 This Section is supplemented with the following: 9 10

This work also consists of preparing the Erosion Control Plan and 11 inspecting water pollution and erosion control items. 12

13 8-01.3 Construction Requirements 14 (November 24, 2010 G&O) 15 16 This Section is supplemented with the following: 17 18

The Contractor shall take all necessary precautions and utilize the 19 Department of Ecology’s (DOE) Best Management Practices to prevent 20 sediment and fugitive dust from construction activities from entering into 21 storm water systems, natural waterways, or environmentally sensitive 22 areas and from otherwise being carried away from the construction area 23 by stormwater or air. 24 25 Temporary erosion protection shall be furnished, installed, and maintained 26 for the duration of this Project to protect environmentally sensitive areas, 27 sloped surfaces, adjacent areas and/or water bodies or conveyance 28 systems. Temporary erosion protection may include the use of straw, jute 29 matting, wattles, heavy plastic sheeting, or other forms of ground cover on 30 areas disturbed by construction. Sloped surfaces shall be restored and 31 protected in such a manner that surface runoff does not erode the 32 embankments, slopes, or ground surfaces, nor create surface channels, or 33 ruts. 34 35

8-01.3(1)A Submittals 36 (January 7, 2013) 37 38 This Section is supplemented with the following: 39

40 The Contractor shall be required to prepare, maintain, and update the 41 erosion control plan, as may be required during the course of the Project. 42 The erosion control plan and details included are provided solely for the 43

Page 222: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 8-2

establishment of basic erosion control measures and are not intended to 1 be a complete plan. 2

3 8-01.3(9)D Inlet Protection 4 (January 7, 2013) 5 6 This Section is supplemented with the following: 7

8 All catch basins grates within the project limits and adjacent areas shall 9 have inlet protection installed to prevent sedimentation from entering the 10 storm system. The inlet protection shall be routinely cleaned of sediment 11 to prevent plugging. This sediment shall be regularly removed, loaded, 12 and hauled to waste whenever it presents a potential surface 13 accumulation problem or concern to the Contracting Agency. Any 14 damage caused by the Contractor’s failure to keep the erosion materials 15 maintained shall be borne by the Contractor alone. 16

17 8-01.4 Measurement 18 (January 7, 2013 G&O) 19 20 This Section is supplemented with the following: 21 22

No specific unit of measure will apply to erosion/water pollution control. 23 24 8-01.5 Payment 25 (November 24, 2010 G&O) 26 27 Delete all paragraphs under this Section and replace with the following: 28 29

Payments will be made in accordance with Section 1-04.1 for the following 30 Bid Item(s): 31 32 The lump sum contract price for “Erosion/Water Pollution Control” shall 33 include all costs for preparing an erosion control plan, Inspecting, 34 documenting, testing, and notification as required, and all temporary 35 erosion control as stated herein and as further indicated on the Plans that 36 is not otherwise paid under separate contract items in the Proposal, 37 including furnishing, installing, maintaining, and removal of erosion/water 38 pollution control devices. 39

40

Page 223: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 8-3

8-04 CURB, GUTTERS, AND SPILLWAYS 1 2 8-04.3 Construction Requirements 3 (November 21, 2009 G&O) 4 5 This Section is supplemented with the following: 6 7

Any curb and gutter damaged, defaced, cracked, chipped, or determined 8 to be of poor workmanship, in the opinion of the Contracting Agency, shall 9 be removed, wastehauled and replaced by the Contractor, at the 10 Contractor’s expense. Sacking and grinding shall not be considered an 11 acceptable means for repairing unacceptable sections. The Contractor 12 shall further provide verbal and written notice (door hanger) to property 13 owners identifying restricted use of their driveways, sidewalks, etc. This 14 notice must be provided twice: at 1 week prior and again 1 day prior to 15 the work being performed. 16

17 8-04.5 Payment 18 (January 7, 2013 G&O) 19 20 This Section is supplemented with the following: 21 22

The unit contract price per linear foot for “Cement Conc. Traffic Curb and 23 Gutter,” “Cement Conc. Rolled Curb and Gutter,” and “Cement Conc. 24 Pedestrian Curb” shall include all costs associated with furnishing labor, 25 material, tools, and equipment for the complete installation of these items 26 including, but not limited to, furnishing and installing the crushed surfacing 27 materials shown beneath the curbs, forming, placing, block-outs, lowering 28 curbs for sidewalk ramps and driveways, reinforcing steel, joint filler, 29 curing, temporary barricades, transition and end sections, curb scuppers, 30 material testing and any other items as shown on the plans and as 31 required in the field for a complete installation. It shall also include 32 protecting all curb and gutters from vandalism and other damage until 33 accepted by the Contracting Agency. 34

35 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 36 37 8-06.3 Construction Requirements 38 (November 21, 2009 G&O) 39 40 This Section shall be supplemented with the following: 41 42

Cement Concrete Driveway Entrance shall conform to the details shown 43 on the Plans. The driveway width shall be as shown on the Plans or as 44 directed by the Engineer to suit field conditions. The Contractor’s 45

Page 224: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 8-4

attention is called to the several different driveway entrance 1 configurations. It is essential that the proper detail be used as indicated 2 on the Plans. The Contractor shall confirm each driveway type and width 3 in the field with the Engineer prior to forming the driveway. Failure to do 4 so shall be justification for removing and replacing the work at no 5 additional cost to the Contracting Agency. 6 7 Before placing any concrete, the Contractor shall have on the job site 8 enough protective paper, or equivalent, to cover the pour of an entire day 9 in the event of rain or other unsuitable weather conditions. 10

11 Driveway access shall be maintained at all times. The Contractor shall 12 use steel plates to bridge entrances or construct entrances in sections in 13 order to protect new driveway entrances and allow access during the 14 curing period. 15 16 The placing and compaction of the subgrade and crushed surfacing shall 17 be in accordance with the requirements of the applicable sections of the 18 Standard Specifications and these Special Provisions. 19 20 The driveway entrance shall be protected against damage or defacement 21 of any kind until acceptance by the Contracting Agency. Any driveway 22 entrance not acceptable, in the opinion of the Engineer, because of 23 damage or defacement shall be removed, wastehauled, and replaced by 24 the Contractor at the Contractor’s expense. Sacking, grinding, or spot 25 repair shall not be considered an acceptable means for repairing 26 unacceptable sections. 27

28 8-06.4 Measurement 29 (November 21, 2009) 30 31 Delete this Section and replace with the following: 32 33

Cement Concrete Driveway Entrance will be measured by the square yard 34 of total surface area from the backside of the curb to the backside of the 35 sidewalk, regardless of entrance type. 36

37 8-06.5 Payment 38 (January 7, 2013 G&O) 39 40 This Section is supplemented with the following: 41 42

The unit contract price per square yard for “Cement Conc. Driveway 43 Entrance” shall be full compensation for all labor, tools, equipment, 44 materials, and incidentals required to perform the work as specified 45

Page 225: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 8-5

including, but not limited to, forming, joint material, furnishing and installing 1 the crushed surfacing materials and concrete, reinforcing steel, finishing, 2 protecting the work, temporary steel plating, and material testing, 3 regardless of entrance type. 4

5 8-13 MONUMENT CASES 6 7 8-13.1 Description 8 (November 24, 2010 G&O) 9 10 This Section is supplemented with the following: 11 12

This work shall also consist of constructing new monuments and adjusting 13 existing monument case and covers to grade in accordance with the Plans 14 and these Specifications. 15

16 8-13.3 Construction Requirements 17 (November 24, 2010 G&O) 18 19 Delete the last sentence in this Section and replace it with the following: 20 21

The Contractor shall furnish and construct new concrete bases for new 22 monuments. The Contracting Agency will provide survey for the new 23 monument. The Contractor shall furnish the new bronze plug to be 24 installed in the poured base. The Contracting Agency will survey and 25 stamp the bronze plug. 26

27 8-13.4 Measurement 28 (November 24, 2010 G&O) 29 30 This Section is supplemented with the following: 31

32 Measurement of Cast-In-Place monument will be per each new monument 33 installed. 34

35 8-13.5 Payment 36 (November 1, 2011 G&O) 37 38 This Section is supplemented with the following: 39

40 “Cast-In-Place Monument,” per each. 41 42 The unit contract price per each for “Cast-In-Place Monument” shall be full 43 pay for all materials, labor, tools and equipment necessary to furnish and 44 to install the concrete base, case and cover, to install the Contracting 45

Page 226: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 8-6

Agency supplied bronze plug, and for coordination with the Contracting 1 Agency for survey staking. 2

3 8-14 CEMENT CONCRETE SIDEWALKS 4 5 8-14.3 Construction Requirements 6 (November 21, 2009 G&O) 7 8 This Section is supplemented with the following: 9 10

Any sidewalk damaged, defaced, cracked, chipped, or determined to be of 11 poor workmanship, in the opinion of the Contracting Agency, shall be 12 removed, wastehauled, and replaced by the Contractor at the Contractor’s 13 expense. Damaged sidewalk shall be removed at a construction or 14 expansion joint; sawcutting will not be allowed. Sacking, grinding, or spot 15 repaired shall not be considered an acceptable means for repairing 16 unacceptable sections. The Contractor shall further provide verbal and 17 written notice (door hanger) to property owners abutting the Project 18 identifying restricted use of these facilities, etc. This notice must be 19 provided 1 week prior and again 1 day prior to the work being performed. 20

21 8-14.4 Measurement 22 (December 14, 2016 G&O) 23 24 This Section is supplemented with the following: 25 26

Measurement of sidewalk ramps will be by the unit for each completed 27 ramp, regardless of ramp type. 28

29 8-14.5 Payment 30 (December 14, 2016 G&O) 31 32 This Section is supplemented with the following: 33 34

The unit contract price per square yard for “Cement Conc. Sidewalk” shall 35 include all costs of furnishing all materials, labor, tools, and equipment 36 necessary for a complete installation including forming, furnishing and 37 placing crushed surfacing top course and concrete, testing, jointing and 38 joint filler, curing, temporary barricades, and any other items required for a 39 complete installation in good working order and in accordance with the 40 Plans, the Specifications, and as required in the field. It shall also include 41 protecting all sidewalks from damage until accepted by the Contracting 42 Agency. 43 44

Page 227: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 8-7

The unit contract price per each for “Cement Conc. Sidewalk Ramp” shall 1 include all costs of furnishing all materials, labor, tools, and equipment 2 necessary to furnish and construct the sidewalk ramps, regardless of type, 3 including forming and placing concrete, truncated domes, jointing, and 4 joint filler, curing, material testing, and temporary barricades as necessary. 5 6 Concrete and gravel materials used for sidewalk ramps shall be paid 7 under the item “Cement Conc. Sidewalk.” 8

9 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 10 11 8-20.1 Description 12 (******) 13 14 This Section shall be supplemented with the following: 15

16 This work shall also consist of furnishing and installing all materials, labor, 17 tools and equipment necessary to complete, in place a rectangular rapid 18 flashing beacons (RRFB) signal system including, but not limited to, two 19 flashing yellow signals with poles, foundations, push buttons, signing, and 20 backfill, as further detailed on the Plans. 21 22 Unless otherwise noted, the locations of poles, junction boxes, and 23 appurtenances as shown on the plans are approximate, and exact 24 locations are to be determined in the field to minimize interference with 25 other structures. 26

27 8-20.2(1) Equipment List and Drawings 28 (******) 29 30 This Section is supplemented with the following: 31 32

Catalog cuts are required for the following items: receptacles, junction 33 boxes, conduit and fittings, wire and cable conductors, splice kits, fused 34 disconnects and fuses, ground rods and clamps, and all other hardware 35 for which a catalog cut has been required by an approved “Request for 36 Approval of Material Sources.” 37 38 The pedestrian activated Rectangular Rapid Flashing Beacons (RRFB) 39 shall be capable of wired communication between the paired RRFB’s and 40 meet the requirements of the MUTCD. 41 42 The Accessible Pedestrian Push Button shall have a round push button 43 and a 4 bolt pattern. The back plate shall be sized to accommodate the 44 informational sign shown on the Contract Plans. 45

Page 228: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 8-8

1 8-20.3(2) Excavating and Backfilling 2 (******) 3 4 This Section is supplemented with the following: 5 6

Trenches shall be backfilled with native material, unless it is deemed 7 unsuitable by the Engineer. Unsuitable material shall be wasted and the 8 trench shall be backfilled with import material indicated on the Plans to the 9 base of the subgrade. The remaining depth shall be restored as noted on 10 the Plans. 11 12 Compaction 13 14 The backfill shall be compacted by a method approved by the Engineer 15 and meeting the provisions of Section 7-17.3(3) of the Standard 16 Specifications. Compaction of backfill shall meet the following density 17 requirements. 18 19 Paved Areas 20 21 Conduit within SR 155 right-of-way located outside the limits of the 22 proposed sidewalk improvements and associated HMA pavement repair 23 areas shall be installed by boring methods rather than open cutting in 24 accordance with section 7-15.3 of the Standard Specifications. 25 26 All trenches through existing paved areas and shoulders shall be 27 compacted to at least 95 percent of maximum density at optimum 28 moisture content as determined by the Modified Proctor Compaction Test, 29 ASTM Designation D1557. This includes the foundation, bedding, backfill 30 and base course materials. 31

32 8-20.3(4) Foundations 33 (******) 34 35 This Section is supplemented with the following: 36 37

The Contractor shall furnish and install cast in place foundations as 38 indicated on the Plans. The Contractor shall backfill and compact around 39 the bases to eliminate any voids or gaps. 40

41 8-20.3(5) Conduit 42 (******) 43 44 This Section is supplemented with the following: 45

Page 229: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 8-9

1 Unless otherwise specified on the Plans, all conduit shall be Schedule 80 2 PVC. Schedule 80 PVC shall be used for all conduits under roadways, 3 driveways, parking lots and locations specifically indicated on the Plans. 4

5 8-20.3(8) Wiring 6 (******) 7 8 This Section is supplemented with the following: 9 10

Unless otherwise specified, circuit conductors shall be #8 AWG. No 11 splices shall be allowed in conduits. All splices and all connections shall 12 be made at terminal locations, at the fused quick disconnects, or at a 13 junction box. 14

15 8-20.3(9) Bonding and Grounding 16 (******) 17 18 This Section is supplemented with the following: 19 20

All system bonding and grounding shall be complete prior to energizing 21 electrical devices or equipment. 22

23 8-20.4 Measurement 24 (******) 25 26 This Section is supplemented with the following: 27 28

Rectangular Rapid Flashing Beacons Signal System will be measured per 29 each pair of Rectangular Rapid Flashing Beacons (RRFB) installed at one 30 roadway crossing. Each pair will consist of two flashing beacon signal 31 standards with associated hardware as shown in the Contract Documents. 32

33 8-20.5 Payment 34 (******) 35 36 This Section is supplemented with the following: 37 38

The unit contract price for the items listed below shall be full compensation 39 for all costs involved in furnishing all labor, materials, tools, and equipment 40 necessary or incidental to complete the installation of the described item in 41 accordance with the Plans and these Specifications. 42

43 “Rectangular Rapid Flashing Beacons Signal System” 44 45

Page 230: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 8-10

Payment for these items shall include all costs associated with furnishing, 1 testing, and installing the complete and operable conduit system, electrical 2 junction boxes, wired Rectangular Rapid Flashing Beacons (RRFB) signal 3 system(s), pedestrian push button(s), pedestrian push button post(s), 4 foundations, conductors, conduits, fittings, signs, posts, accessible 5 pedestrian push button, and all associated peripheral equipment. 6

7 8 8-21 PERMANENT SIGNING 9 10 8-21.3(4) Sign Removal 11 (January 4, 2010 G&O) 12 13 This Section is supplemented with the following: 14

15 The Contractor shall obtain approval from the Engineer prior to removing 16 existing signs. 17

18 8-21.3(5) Sign Relocation 19 (January 4, 2010 G&O) 20 21 This Section is supplemented with the following: 22 23

All existing signs not designated for permanent removal that are damaged 24 or removed shall be replaced by the Contractor at no additional expense 25 to the Contracting Agency. 26

27 Existing signs shall be temporarily relocated by the Contractor, as 28 required, to portable sign stands, subject to the approval of the Engineer. 29 When temporarily installed on posts, the signs shall be located as near as 30 practical to their permanent locations and shall have a minimum vertical 31 clearance above the pavement in accordance with the Manual on Uniform 32 Traffic Control Devices (MUTCD). 33 34 All portable sign stands shall be designed to rigidly support the sign in 35 position without creating a hazard to the motorist. Portable sign stands 36 shall be furnished by the Contractor and upon completion of the work shall 37 remain the property of the Contractor and shall be removed from the 38 Project. 39

40 41

Page 231: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 8-11

8-21.5 Payment 1 (November 24, 2010 G&O) 2 3 This Section is supplemented with the following: 4 5

“Permanent Signing,” per lump sum. 6 7 The lump sum contract price for “Permanent Signing” shall be full pay for 8 all material, labor, tools, and equipment necessary to remove, protect, and 9 reinstall existing signs including posts, concrete anchors, and fasteners, 10 as specified herein and shown on the Plans, as well as furnishing and 11 installing all new permanent signs as may be specified on the Plans. 12 13

8-22 PAVEMENT MARKING 14 15 8-22.1 Description 16 (June 16, 2006 G&O) 17 18 This Section is supplemented with the following: 19 20

Pavement markings shall conform to Section 8-22 of the Standard 21 Specifications, and the latest edition and amendments thereto of the 22 Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the 23 State of Washington, and shall be constructed as shown in the Plans 24 except as modified herein. 25 26 The Contractor shall be responsible for all traffic control required to place 27 and protect pavement marking material, as outlined in Sections 1-07.23 28 and 1-10 of the Standard Specifications and these Special Provisions. 29 30

8-22.2 Materials 31 (November 1, 2011 G&O) 32 33 This Section is supplemented with the following: 34 35

Plastic pavement marking materials shall be Type A – liquid hot applied 36 thermoplastic unless indicated otherwise in the Contract Documents. 37 38 Patents 39 The Contractor shall assume all costs arising from the use of patented 40 materials, equipment, devices, or processes used on or incorporated in 41 the work, and agrees to indemnify and save harmless the Contracting 42 Agency and its duly authorized representatives from all suits of law or 43 action of every nature for, or on account of, the use of any patented 44 materials, equipment, device, or processes. 45

Page 232: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 8-12

1 Acceptance 2 The Contractor shall be responsible for supplying material that meets 3 aforestated material and testing requirements. The Contractor shall 4 supply certification that the pavement marking material meets the above 5 specifications. 6

7 8-22.3 Construction Requirements 8 (November 24, 2010 G&O) 9 10 This Section is supplemented with the following: 11 12

In addition to the requirements of Sections 8-22.3(2) and 8-22.3(3), the 13 application and surface preparation shall conform to the manufacturer’s 14 recommendations. 15 16 The Contractor shall provide the Engineer with two copies of the 17 manufacturer’s recommendations for installation. 18 19 In all cases, the product manufacturer’s recommended application 20 procedures shall be adhered to. When no such procedures have been 21 published, workmanship shall be governed by these Special Provisions 22 and the Standard Specifications. 23 24 After cleaning of areas to receive pavement markings, the areas shall 25 pass inspection of the Engineer prior to application of the material or the 26 primer coat. 27 28 Reflectorized beading as stated in Section 8-22.3(3) of the Standard 29 Specifications shall be provided with all pavement markings. 30

31 8-22.3(6) Removal of Pavement Markings 32 (November 21, 2009 G&O) 33 34 This Section is supplemented with the following: 35 36

All Type D pavement markings and raised pavement markers shall be 37 removed prior to any HMA overlay. 38 39 Painting is not an acceptable method for obliteration or removal of any 40 type of pavement markings. Grinding of the existing markings shall not be 41 allowed. Unless otherwise approved by the Contracting Agency, 42 pavement markings shall be removed by sandblasting. 43

44 45

Page 233: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 8-13

SECTION 8 – MISCELLANEOUS 1 (November 24, 2010 G&O) 2 3 This Section is supplemented with the following: 4 5 PROJECT DOCUMENTATION 6 (November 24, 2010 G&O) 7 8 Description 9 10 The Work described in this section includes record drawings, photographs, and 11 property release forms. 12 13 Construction Requirements 14 15 Record Drawings 16 17 Record drawings and other documents are to be maintained and annotated by 18 the Contractor during construction as follows: (1) a neatly and legibly marked set 19 of Contract Plans showing the final location of piping, structures, paving limits, 20 curbs, gutters, sidewalks, relocated utility structures, monuments, channelization, 21 etc.; (2) additional documents such as schedules, lists, drawings, and 22 easement/permit forms included in the Specifications; and (3) Contractor layout 23 and installation drawings. 24

25 Unless otherwise specified, record drawings shall be full size and maintained in a 26 clean, dry, and legible condition. Record documents shall not be used for 27 construction purposes and shall be available for review by the Contracting 28 Agency during normal working hours at the Contractor’s field office. At the 29 completion of the Work and prior to final payment, all record drawings and 30 attachments shall be submitted to the Contracting Agency. 31 The record drawings shall be prepared concurrently with the Work being 32 performed and shall be kept current at all times. Annotations to the record 33 documents shall be made with an erasable colored pencil conforming to the 34 following color code: 35 36

Additions - Red 37 Deletions - Green 38 Comments - Blue 39 Dimensions - Graphite 40

41 The record drawings shall identify all existing or abandoned utilities that were 42 found during construction and not shown on the original Contract Plans. 43 44

Page 234: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 8-14

The Contractor will be provided with one set of Contract Plans for this purpose. 1 At the end of the project, each record drawing and other document shall be 2 stamped and signed by the Contractor, attesting to the accuracy of the drawing 3 or other document. 4 5 Photographs 6 7 The Contractor shall provide comprehensive preconstruction photographs of the 8 entire Work site and adjoining properties. The photographs shall provide 9 complete coverage of all features. 10 11 Before construction starts, an electronic file with containing the photographs shall 12 be delivered to the Contracting Agency. Photographs shall be taken in and along 13 the project limits, prior to construction. Special attention shall be provided to 14 depict existing conditions, edge of pavement, drainage facilities, and utility 15 markers. The photographs shall indicate the date the photograph was taken and 16 shall be presented in a logical order. Photographs shall be taken with a GPS 17 enabled camera, and be delivered to the Contracting Agency in a JPEG format 18 with GPS coordinates contained in the images metadata. The Contractor shall 19 provide post-construction photographs from the same spot and angle as the pre-20 construction photographs. The Contractor shall provide at least 200 pre- and 21 200 post-construction photographs of the Work site. 22

23 Property Release Forms 24 25 The Contractor shall be held responsible for acquiring signed property release 26 forms in the format provided in the Appendix, for all properties which have been 27 disturbed or damaged by the Contractor's operations, or utilized by the 28 Contractor for staging, storing, or stock piling of materials or equipment. 29 30 This work shall include submitting the form(s), as further shown herein, by 31 certified mail to each property owner effected and further including therein a self 32 addressed stamped envelope for the property owner’s use. The enclosed self 33 addressed envelope shall be addressed to: City of Soap Lake, 239 2nd Ave 34 SE, Soap Lake, WA 98851. Contractor shall provide a copy of all certified 35 mailings to the Contracting Agency. 36 37 Payment 38 39 All costs for the work as specified in this Section shall be included in the lump 40 sum contract price for “Mobilization, Cleanup and Demobilization.” The 41 Contractor’s record drawings will be reviewed monthly for completeness by the 42 Contracting Agency. If the record drawings do not reflect the work performed, 43 payment for those items of work not reflected on the record drawings shall not be 44 included in the current monthly progress estimate. 45

46

Page 235: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 8-15

ORDER OF WORK 1 2 This Section is supplemented with the following: 3 4

The order of work except as may otherwise be outlined herein will be at 5 the Contractor’s option, in keeping with good construction practice. The 6 work shall be scheduled and constructed in accordance with the various 7 permits and franchise requirements and/or conditions. 8 9 Prior to starting construction, the Contractor shall furnish the Contracting 10 Agency with an Erosion Control Plan, a Spill Prevention Control and 11 Countermeasures Plan (SPCC Plan), Progress Schedule, and a Traffic 12 Control Plan. All plans shall be approved by the Contracting Agency prior 13 to commencing any construction operations. 14 15 As a first order of work, the Contractor shall attend a mandatory pre-16 construction meeting. 17 18 As a second order of work, the Contractor shall provide Public Notice to 19 property owners abutting the project limits. 20 21 As a third order of work, the Contractor shall provide material submittals. 22 The Contractor shall also provide a schedule of value for all lump sum bid 23 items. 24 25 As a fourth order of work, the Contractor shall call 1-CALL and have 26 utilities marked in the field by the various utility owners. 27 28 As a fifth order of work, after the utilities have been marked, the 29 Contractor shall provide for the photographing of the entire project site. 30 This activity must be completed and the photographs and digital files 31 delivered to the Contracting Agency as required and further specified in 32 Section 8 prior to any excavation, asphalt cutting, mobilization, staging, or 33 any other work items being performed. 34 35 As a sixth order of work, the Contractor shall furnish and install all 36 temporary facilities, erosion control items, and signs/barricades for detour 37 routes, unless indicated otherwise on the Plans. 38 39 As a seventh order of work, the Contractor shall pothole existing utilities 40 as specifically noted on the Plans, as well as in other areas the Contractor 41 deems necessary. 42 43

Page 236: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 8-16

As a eighth order of work, the Contractor shall install all underground 1 utilities prior to grading the roadway section, unless otherwise approved 2 by the Contracting Agency. 3 4 The remaining order of work shall be at the Contractor’s option, in keeping 5 with generally accepted, good construction practice. However, the 6 Contractor shall coordinate work by others which will affect his production, 7 schedule, mobilization and demobilization efforts. 8 As a second to last order of work, the Contractor shall submit Property 9 Release Forms and Record Drawings. After all preliminary and final 10 “punch list” items have been satisfactorily completed, then, as a last order 11 of work, the Contractor shall provide post-construction photographs. 12 13 The Contractor shall conduct the order of work to allow all existing 14 facilities to remain operational except as noted herein during the 15 construction of this project, and to minimize disruption of any utility 16 service. The order of work for the Contract shall be so planned as to 17 complete all work within the time limits established within the Contract 18 Provisions. 19

Page 237: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

DIVISION 9

MATERIALS

Page 238: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 9-1

DIVISION 9 1 MATERIALS 2

3 9-02 BITUMINOUS MATERIALS 4 5 9-02.1(4) Performance Graded Asphalt Binder (PGAB) 6 7 Delete the additional requirement of 60 percent minimum RTFO Residue: Elastic 8 Recovery for PG 64-28 Asphalt Binder from the table in this Section. 9 10 9-03.8(7) HMA Tolerances and Adjustments 11 (March 14, 2014 G&O) 12 13 Delete Item 1 and replace it with the following: 14 15

1. Job Mix Formula Tolerances. After the JMF is determined as 16 required in 5-04.3(7)A, the constituents of the mixture at the time of 17 acceptance shall conform to the following tolerances: 18

19 Nonstatistical

Evaluation Commercial Evaluation Aggregate, percent passing

1", 3/4", 1/2", and 3/8" sieves 6% 8% U.S. No. 4 sieve 6% 8% U.S. No. 8 sieve 6% 8% U.S. No. 200 sieve 2.0% 3.0% Asphalt Binder 0.5% 0.7%

20 These tolerance limits constitute the allowable limits as described in 21 Section 1-06.2. The tolerance limit for aggregate shall not exceed the 22 limits of the control points section, except the tolerance limits for sieves 23 designated as 100 percent passing will be 99-100. The tolerance limits on 24 sieves shall only apply to sieves with control points. 25 26

9-05 DRAINAGE STRUCTURES, CULVERTS AND CONDUITS 27 28 9-05.15(1) Manhole Ring and Cover 29 (January 4, 2010 G&O) 30 31 This Section is supplemented with the following: 32 33

Manhole rings and covers shall conform to Section 9-05.15(1) of the 34 Standard Specifications unless indicated otherwise in the Contract 35 Documents. 36 37

Page 239: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SPECIAL PROVISIONS - Continued

City of Soap Lake Ginkgo Street and FEMA Repairs G&O #18061 9-2

9-05.15(2) Metal Frame and Solid Metal Cover for Catch Basins or Inlets 1 (January 4, 2010 G&O) 2 3 This Section is supplemented with the following: 4 5

Metal frames and solid metal covers for catch basins or inlets shall conform 6 to Section 9-05.15(2) of the Standard Specifications unless indicated 7 otherwise in the Contract Documents. 8

9 9-05.20 Corrugated Polyethylene Storm Sewer Pipe 10 (January 7, 2013 G&O) 11 12 Delete the first sentence of the first paragraph and replace with the following: 13 14

Corrugated polyethylene storm sewer pipe, couplings and fittings shall meet 15 the requirements of AASHTO M 294 Type S 16

Page 240: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

PART 4

AMENDMENTS TO THE STANDARD SPECIFICATIONS

Page 241: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

INTRO.AP1 1 INTRODUCTION 2

The following Amendments and Special Provisions shall be used in conjunction with the 3 2018 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5

AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 14 15 1-01.AP1 16 Section 1-01, Definitions and Terms 17 August 6, 2018 18

1-01.3 Definitions 19 The following new term and definition is inserted before the definition for “Shoulder”: 20 21

Sensitive Area – Natural features, which may be previously altered by human activity, 22 that are present on or adjacent to the project location and protected, managed, or 23 regulated by local, tribal, state, or federal agencies. 24

25 The following new term and definition is inserted after the definition for “Working Drawings”: 26 27

WSDOT Form – Forms developed and maintained by WSDOT that are required or 28 available for use on a project. These forms can be downloaded from the forms 29 catalogue at: 30 31

http://wsdot.wa.gov/forms/pdfForms.html 32 33 1-02.AP1 34 Section 1-02, Bid Procedures and Conditions 35 June 3, 2019 36

1-02.4(1) General 37 This section is supplemented with the following: 38 39

Prospective Bidders are advised that the Contracting Agency may include a partially 40 completed Washington State Department of Ecology (Ecology) Transfer of Coverage 41 (Ecology Form ECY 020-87a) for the Construction Stormwater General Permit 42 (CSWGP) as part of the Bid Documents. When the Contracting Agency requires the 43 transfer of coverage of the CSWGP to the Contractor, an informational copy of the 44 Transfer of Coverage and the associated CSWGP will be included in the appendices. 45 As a condition of Section 1-03.3, the Contractor is required to complete sections I, III, 46 and VIII of the Transfer of Coverage and return the form to the Contracting Agency. 47 48

Page 242: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

The Contracting Agency is responsible for compliance with the CSWGP until the end of 1 day that the Contract is executed. Beginning on the day after the Contract is executed, 2 the Contractor shall assume complete legal responsibility for compliance with the 3 CSWGP and full implementation of all conditions of the CSWGP as they apply to the 4 Contract Work. 5

6 1-02.5 Proposal Forms 7 The first sentence of the first paragraph is revised to read: 8 9

At the request of a Bidder, the Contracting Agency will provide a physical Proposal 10 Form for any project on which the Bidder is eligible to Bid. 11

12 1-02.6 Preparation of Proposal 13 Item number 1 of the second paragraph is revised to read: 14 15

1. A unit price for each item (omitting digits more than two places to the right of the 16 decimal point), 17

18 In the third sentence of the fourth paragraph, “WSDOT Form 422-031” is revised to read 19 “WSDOT Form 422-031U”. 20 21 The following new paragraph is inserted before the last paragraph: 22 23

The Bidder shall submit with their Bid a completed Contractor Certification Wage Law 24 Compliance form (WSDOT Form 272-009). Failure to return this certification as part of 25 the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A 26 Contractor Certification of Wage Law Compliance form is included in the Proposal 27 Forms. 28

29 1-02.13 Irregular Proposals 30 Item 1(h) is revised to read: 31 32

h. The Bidder fails to submit Underutilized Disadvantaged Business Enterprise Good 33 Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the 34 documentation that is submitted fails to demonstrate that a Good Faith Effort to 35 meet the Condition of Award was made; 36

37 Item 1(i) is revised to read the following three items: 38 39

i. The Bidder fails to submit a UDBE Bid Item Breakdown form, if applicable, as 40 required in Section 1-02.6, or if the documentation that is submitted fails to meet 41 the requirements of the Special Provisions; 42

43 j. The Bidder fails to submit UDBE Trucking Credit Forms, if applicable, as required in 44

Section 1-02.6, or if the documentation that is submitted fails to meet the 45 requirements of the Special Provisions; or 46

47 k. The Bid Proposal does not constitute a definite and unqualified offer to meet the 48

material terms of the Bid invitation. 49 50

Page 243: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1-03.AP1 1 Section 1-03, Award and Execution of Contract 2 January 2, 2018 3

1-03.3 Execution of Contract 4 The first paragraph is revised to read: 5 6

Within 20 calendar days after the Award date, the successful Bidder shall return the 7 signed Contracting Agency-prepared Contract, an insurance certification as required by 8 Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer 9 of Coverage form for the Construction Stormwater General Permit with sections I, III, 10 and VIII completed when provided, and shall be registered as a contractor in the state of 11 Washington. 12 13

1-03.5 Failure to Execute Contract 14 The first sentence is revised to read: 15 16

Failure to return the insurance certification and bond with the signed Contract as 17 required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women’s 18 Business Enterprise information if required in the Contract, or failure or refusal to sign 19 the Contract, or failure to register as a contractor in the state of Washington, or failure to 20 return the completed Transfer of Coverage for the Construction Stormwater General 21 Permit to the Contracting Agency when provided shall result in forfeiture of the proposal 22 bond or deposit of this Bidder. 23

24 1-05.AP1 25 Section 1-05, Control of Work 26 August 6, 2018 27

1-05.5 Vacant 28 This section, including title, is revised to read: 29 30

1-05.5 Tolerances 31 Geometrical tolerances shall be measured from the points, lines, and surfaces defined 32 in Contract documents. 33 34 A plus (+) tolerance increases the amount or dimension to which it applies, or raises a 35 deviation from level. A minus (-) tolerance decreases the amount or dimension to which 36 it applies, or lowers a deviation from level. Where only one signed tolerance is specified 37 (+ or -), there is no specified tolerance in the opposing direction. 38 39 Tolerances shall not be cumulative. The most restrictive tolerance shall control. 40 41 Tolerances shall not extend the Work beyond the Right of Way or other legal 42 boundaries identified in the Contract documents. If application of tolerances causes the 43 extension of the Work beyond the Right of Way or legal boundaries, the tolerance shall 44 be reduced for that specific instance. 45 46 Tolerances shall not violate other Contract requirements. If application of tolerances 47 causes the Work to violate other Contract requirements, the tolerance shall be reduced 48 for that specific instance. If application of tolerances causes conflicts with other 49

Page 244: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

components or aspects of the Work, the tolerance shall be reduced for that specific 1 instance. 2

3 1-05.9 Equipment 4 The following new paragraph is inserted before the first paragraph: 5 6

Prior to mobilizing equipment on site, the Contractor shall thoroughly remove all loose 7 dirt and vegetative debris from drive mechanisms, wheels, tires, tracks, buckets and 8 undercarriage. The Engineer will reject equipment from the site until it returns clean. 9 10

This section is supplemented with the following: 11 12

Upon completion of the Work, the Contractor shall completely remove all loose dirt and 13 vegetative debris from equipment before removing it from the job site. 14

15 1-06.AP1 16 Section 1-06, Control of Material 17 January 7, 2019 18

1-06.1(3) Aggregate Source Approval (ASA) Database 19 This section is supplemented with the following: 20 21

Regardless of status of the source, whether listed or not listed in the ASA database the 22 source owner may be asked to provide testing results for toxicity in accordance with 23 Section 9-03.21(1). 24

25 1-06.2(2)D Quality Level Analysis 26 This section is supplemented with the following new subsection: 27 28

1-06.2(2)D5 Quality Level Calculation – HMA Compaction 29 The procedures for determining the quality level and pay factor for HMA compaction are 30 as follows: 31 32

1. Determine the arithmetic mean, Xm, for compaction of the lot: 33 34

n

xX m

35

36 Where: 37 x = individual compaction test values for each sublot in the lot. 38 ∑x = summation of individual compaction test values 39 n = total number test values 40

41 2. Compute the sample standard deviation, “S”, for each constituent: 42 43

2

122

1

nn

xxnS 44

45 Where: 46

Page 245: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

∑x2 = summation of the squares of individual compaction test values 1 (∑x)2 = summation of the individual compaction test values squared 2 3

3. Compute the lower quality index (QL): 4 5

S

LSLXQ m

L

6

7 Where: 8 LSL = 92.0 9

10 4. Determine PL (the percent within the lower Specification limit which 11

corresponds to a given QL) from Table 1. For negative values of QL, PL is equal 12 to 100 minus the table PL. If the value of QL does not correspond exactly to a 13 figure in the table, use the next higher value. 14

15 5. Determine the quality level (the total percent within Specification limits): 16 17

Quality Level = PL 18 19 6. Using the quality level from step 5, determine the composite pay factor (CPF) 20

from Table 2. 21 22 7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the 23

compaction lot; however, the maximum HMA compaction CPF using an LSL = 24 92.0 shall be 1.05. 25

26 8. If the CPF from step 6 is not 1.00 or greater: repeat steps 3 through 6 using an 27

LSL = 91.5. The value thus determined shall be the HMA compaction CPF for 28 that lot; however, the maximum HMA compaction CPF using an LSL = 91.5 29 shall be 1.00. 30

31 1-06.2(2)D1 Quality Level Analysis 32 The following new sentence is inserted after the first sentence: 33 34

The quality level calculations for HMA compaction are completed using the formulas in 35 Section 1-06.2(2)D5. 36

37 1-06.2(2)D4 Quality Level Calculation 38 The first paragraph (excluding the numbered list) is revised to read: 39 40

The procedures for determining the quality level and pay factors for a material, other 41 than HMA compaction, are as follows: 42

43 1-06.6 Recycled Materials 44 The first three sentences of the second paragraph are revised to read: 45 46

The Contractor shall submit a Recycled Material Utilization Plan on WSDOT Form 350-47 075A within 30 calendar days after the Contract is executed. The plan shall provide the 48 Contractor’s anticipated usage of recycled concrete aggregates for meeting the 49 requirements of these Specifications. The quantity of recycled concrete aggregate will 50

Page 246: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

be provided in tons and as a percentage of the Plan quantity for eligible material listed 1 in Section 9-03.21(1)E Table on Maximum Allowable percent (By Weight) of Recycled 2 Material. 3

4 The last paragraph is revised to read: 5 6

Within 30 calendar days after Physical Completion, the Contractor shall report the 7 quantity of recycled concrete aggregates that were utilized in the construction of the 8 project for each eligible item listed in Section 9-03.21(1)E. The Contractor’s report shall 9 be provided on WSDOT Form 350-075A, Recycled Materials Reporting. 10

11 1-06.6(1)A General 12 Item 1(a) in the second paragraph is revised to read: 13 14

a. The estimated costs for the Work for each material with 25 percent recycled 15 concrete aggregate. The cost estimate shall include for each material a 16 documented price quote from the supplier with the lowest total cost for the Work. 17

18 1-07.AP1 19 Section 1-07, Legal Relations and Responsibilities to the Public 20 April 1, 2019 21

1-07.5 Environmental Regulations 22 This section is supplemented with the following new subsections: 23 24

1-07.5(5) U.S. Army Corps of Engineers 25 When temporary fills are permitted, the Contractor shall remove fills in their entirety and 26 the affected areas returned to pre-construction elevations. 27 28 If a U.S. Army Corps of Engineers permit is noted in Section 1-07.6 of the Special 29 Provisions, the Contractor shall retain a copy of the permit or the verification letter (in 30 the case of a Nationwide Permit) on the worksite for the life of the Contract. The 31 Contractor shall provide copies of the permit or verification letter to all subcontractors 32 involved with the authorized work prior to their commencement of any work in waters of 33 the U.S. 34 35 1-07.5(6) U.S. Fish/Wildlife Services and National Marine Fisheries Service 36 The Contracting Agency will provide fish exclusion and handling services if the Work 37 dictates. However, if the Contractor discovers any fish stranded by the project and a 38 Contracting Agency biologist is not available, they shall immediately release the fish into 39 a flowing stream or open water. 40

41 1-07.5(1) General 42 The first sentence is deleted and replaced with the following: 43 44

No Work shall occur within areas under the jurisdiction of resource agencies unless 45 authorized in the Contract. 46

47 The third paragraph is deleted. 48 49 1-07.5(2) State Department of Fish and Wildlife 50 This section is revised to read: 51

Page 247: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 In doing the Work, the Contractor shall: 2 3

1. Not degrade water in a way that would harm fish, wildlife, or their habitat. 4 5 2. Not place materials below or remove them from the ordinary high water line 6

except as may be specified in the Contract. 7 8 3. Not allow equipment to enter waters of the State except as specified in  the 9

 Contract. 10 11 4. Revegetate in accordance with the Plans, unless the Special Provisions permit 12

otherwise. 13 14 5. Prevent any fish-threatening silt buildup on the bed or bottom of any body of  15

water. 16 17 6. Ensure continuous stream flow downstream of the Work area. 18 19 7. Dispose of any project debris by removal, burning, or placement above high-20

water flows. 21 22 8. Immediately notify the Engineer and stop all work causing impacts, if at any 23

time, as a result of project activities, fish are observed in distress or a fish kill 24 occurs. 25

26 If the Work in (1) through (3) above differs little from what the Contract requires, the 27 Contracting Agency will measure and pay for it at unit Contract prices. But if Contract 28 items do not cover those areas, the Contracting Agency will pay pursuant to Section 1-29 09.4. Work in (4) through (8) above shall be incidental to Contract pay items. 30

31 1-07.5(3) State Department of Ecology 32 This section is revised to read: 33 34

In doing the Work, the Contractor shall: 35 36

1. Comply with Washington State Water Quality Standards. 37 38 2. Perform Work in such a manner that all materials and substances not 39

specifically identified in the Contract documents to be placed in the water do 40 not enter waters of the State, including wetlands. These include, but are not 41 limited to, petroleum products, hydraulic fluid, fresh concrete, concrete 42 wastewater, process wastewater, slurry materials and waste from shaft drilling, 43 sediments, sediment-laden water, chemicals, paint, solvents, or other toxic or 44 deleterious materials. 45

46 3. Use equipment that is free of external petroleum-based products. 47 48 4. Remove accumulations of soil and debris from drive mechanisms (wheels, 49

tracks, tires) and undercarriage of equipment prior to using equipment below 50 the ordinary high water line. 51

52

Page 248: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

5. Clean loose dirt and debris from all materials placed below the ordinary high 1 water line. No materials shall be placed below the ordinary high water line 2 without the Engineer’s concurrence. 3

4 6. When a violation of the Construction Stormwater General Permit (CSWGP) 5

occurs, immediately notify the Engineer and fill out WSDOT Form 422-011, 6 Contractor ECAP Report, and submit the form to the Engineer within 48 hours 7 of the violation. 8

9 7. Once Physical Completion has been given, prepare a Notice of Termination 10

(Ecology Form ECY 020-87) and submit the Notice of Termination 11 electronically to the Engineer in a PDF format a minimum of 7 calendar days 12 prior to submitting the Notice of Termination to Ecology. 13

14 8. Transfer the CSWGP coverage to the Contracting Agency when Physical 15

Completion has been given and the Engineer has determined that the project 16 site is not stabilized from erosion. 17

18 9. Submit copies of all correspondence with Ecology electronically to the 19

Engineer in a PDF format within four calendar days. 20 21 1-07.5(4) Air Quality 22 This section is revised to read: 23 24

The Contractor shall comply with all regional clean air authority and/or State 25 Department of Ecology rules and regulations. 26 27 The air quality permit process may include additional State Environment Policy Act 28 (SEPA) requirements. Contractors shall contact the appropriate regional air pollution 29 control authority well in advance of beginning Work. 30 31 When the Work includes demolition or renovation of any existing facility or structure that 32 contains Asbestos Containing Material (ACM) and/or Presumed Asbestos-Containing 33 Material (PACM), the Contractor shall comply with the National Emission Standards for 34 Hazardous Air Pollutants (NESHAP). 35 36 Any requirements included in Federal and State regulations regarding air quality that 37 applies to the “owner or operator” shall be the responsibility of the Contractor. 38

39 1-07.7(1) General 40 The first sentence of the third paragraph is revised to read: 41 42

When the Contractor moves equipment or materials on or over Structures, culverts or 43 pipes, the Contractor may operate equipment with only the load-limit restrictions in 44 Section 1-07.7(2). 45

46 The first sentence of the last paragraph is revised to read: 47 48

Unit prices shall cover all costs for operating over Structures, culverts and pipes. 49 50 1-07.9(1) General 51 The last sentence of the sixth paragraph is revised to read: 52

Page 249: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 Generally, the Contractor initiates the request by preparing standard form 1444 Request 2 for Authorization of Additional Classification and Rate, available at 3 https://www.dol.gov/whd/recovery/dbsurvey/conformance.htm, and submitting it to the 4 Engineer for further action. 5

6 1-07.9(2) Posting Notices 7 The second sentence of the first paragraph (up until the colon) is revised to read: 8 9

The Contractor shall ensure the most current edition of the following are posted: 10 11 The revision dates are deleted from all items in the numbered list. 12 13 The following new items are inserted after item number 1: 14 15

2. Mandatory Supplement to EEOC P/E-1 published by US Department of Labor. 16 Post for projects with federal-aid funding. 17

18 3. Pay Transparency Nondiscrimination Provision published by US Department of 19

Labor. Post for projects with federal-aid funding. 20 21 Item number 2 through 12 are renumbered to 4 through 14, respectively. 22 23 1-07.11(2) Contractual Requirements 24 In this section, “creed” is revised to read “religion”. 25 26 Item numbers 1 through 9 are revised to read 2 through 10, respectively. 27 28 After the preceding Amendment is applied, the following new item number 1 is inserted: 29 30

1. The Contractor shall maintain a Work site that is free of harassment, humiliation, 31 fear, hostility and intimidation at all times. Behaviors that violate this requirement 32 include but are not limited to: 33

34 a. Persistent conduct that is offensive and unwelcome. 35 36 b. Conduct that is considered to be hazing. 37 38 c. Jokes about race, gender, or sexuality that are offensive. 39 40 d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual 41

nature which interferes with a person’s ability to perform their job or creates an 42 intimidating, hostile, or offensive work environment. 43

44 e. Language or conduct that is offensive, threatening, intimidating or hostile 45

based on race, gender, or sexual orientation. 46 47 f. Repeating rumors about individuals in the Work Site that are considered to be 48

harassing or harmful to the individual’s reputation. 49 50 1-07.11(5) Sanctions 51 This section is supplemented with the following: 52

Page 250: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 Immediately upon the Engineer’s request, the Contractor shall remove from the Work 2 site any employee engaging in behaviors that promote harassment, humiliation, fear or 3 intimidation including but not limited to those described in these specifications. 4

5 1-07.11(6) Incorporation of Provisions 6 The first sentence is revised to read: 7 8

The Contractor shall include the provisions of Section 1-07.11(2) Contractual 9 Requirements (1) through (5) and the Section 1-07.11(5) Sanctions in every subcontract 10 including procurement of materials and leases of equipment. 11

12 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan 13 The last sentence of the first paragraph is revised to read: 14 15

An SPCC Plan template and guidance information is available at 16 http://www.wsdot.wa.gov/environment/technical/disciplines/hazardous-materials/spill-17 prevent-report. 18

19 1-07.16(2)A Wetland and Sensitive Area Protection 20 The first sentence of the first paragraph is revised to read: 21 22

Existing wetland and other sensitive areas, where shown in the Plans or designated by 23 the Engineer, shall be saved and protected through the life of the Contract. 24

25 1-07.18 Public Liability and Property Damage Insurance 26 Item number 1 is supplemented with the following new sentence: 27 28

This policy shall be kept in force from the execution date of the Contract until the 29 Physical Completion Date. 30

31 1-08.AP1 32 Section 1-08, Prosecution and ProgressJanuary 7, 2019 33

1-08.1 Subcontracting 34 The first sentence of the seventh paragraph is revised to read: 35 36

All Work that is not performed by the Contractor will be considered as subcontracting 37 except: (1) purchase of sand, gravel, crushed stone, crushed slag, batched concrete 38 aggregates, ready-mix concrete, off-site fabricated structural steel, other off-site 39 fabricated items, and any other materials supplied by established and recognized 40 commercial plants; or (2) delivery of these materials to the Work site in vehicles owned 41 or operated by such plants or by recognized independent or commercial hauling 42 companies hired by those commercial plants. 43

44 The following new paragraph is inserted after the seventh paragraph: 45 46

The Contractor shall not use businesses (material suppliers, vendors, subcontractors, 47 etc.) with federal purchasing exclusions. Businesses with exclusions are identified using 48 the System for Award Management web page at www.SAM.gov. 49

50

Page 251: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1-08.5 Time for Completion 1 Item number 2 of the sixth paragraph is supplemented with the following: 2 3

f. A copy of the Notice of Termination sent to the Washington State Department of 4 Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the 5 Notice of Termination by Ecology; and no rejection of the Notice of Termination by 6 Ecology. This requirement will not apply if the Construction Stormwater General 7 Permit is transferred back to the Contracting Agency in accordance with Section 8-8 01.3(16). 9

10 1-08.7 Maintenance During Suspension 11 The fifth paragraph is revised to read: 12 13

The Contractor shall protect and maintain all other Work in areas not used by traffic. All 14 costs associated with protecting and maintaining such Work shall be the responsibility 15 of the Contractor. 16

17 1-09.AP1 18 Section 1-09, Measurement and Payment 19 August 6, 2018 20

1-09.2(1) General Requirements for Weighing Equipment 21 The last paragraph is supplemented with the following: 22 23

When requested by the Engineer, the Contractor’s representative shall collect the 24 tickets throughout the day and provide them to the Engineer’s designated receiver, not 25 later than the end of shift, for reconciliation. Tickets for loads not verified as delivered 26 will receive no pay. 27

28 1-09.2(2) Specific Requirements for Batching Scales 29 The last sentence of the first paragraph is revised to read: 30 31

Batching scales used for concrete or hot mix asphalt shall not be used for batching 32 other materials. 33

34 1-09.10 Payment for Surplus Processed Materials 35 The following sentence is inserted after the first sentence of the second paragraph: 36 37

For Hot Mix Asphalt, the Plan quantity and quantity used will be adjusted for the quantity 38 of Asphalt and quantity of RAP or other materials incorporated into the mix. 39

40 2-01.AP2 41 Section 2-01, Clearing, Grubbing, and Roadside Cleanup 42 April 1, 2019 43

2-01.2(3) Disposal Method No. 3 – Chipping 44 Item number 2 of the first paragraph is revised to read: 45 46

2. Chips shall be disposed outside of sensitive areas, and in areas that aren’t in 47 conflict with permanent Work. 48

49

Page 252: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

2-02.AP2 1 Section 2-02, Removal of Structures and Obstructions 2 April 2, 2018 3

2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 4 In item number 3 of the first paragraph, the second sentence is revised to read: 5 6

For concrete pavement removal, a second vertical full depth relief saw cut offset 12 to 7 18 inches from and parallel to the initial saw cut is also required, unless the Engineer 8 allows otherwise. 9

10 2-03.AP2 11 Section 2-03, Roadway Excavation and Embankment 12 April 1, 2019 13

2-03.3(14)F Displacement of Unsuitable Foundation Materials 14 This section, including title, is revised to read: 15 16

2-03.3(14)F Vacant 17 18 2-09.AP2 19 Section 2-09, Structure Excavation 20 April 1, 2019 21

2-09.2 Materials 22 In the first paragraph, the references to “Portland Cement” and “Aggregates for Portland 23 Cement Concrete” are revised to read: 24 25

Cement 9-01 26 Fine Aggregate for Concrete 9-03.1(2) 27

28 2-09.3(3)B Excavation Using Open Pits – Extra Excavation 29 The last two paragraphs are deleted and replaced with the following: 30 31

The excavation height (Ht) shall be calculated within a vertical plane as the difference 32 between the lowest elevation in the excavation and the highest elevation of the ground 33 surface immediately adjacent to the excavation. Pavement thickness and other surface 34 treatments existing at the time of the excavation shall be included in the height 35 calculation. 36 37 Submittals and Design Requirements 38 Excavations 4-feet and less in height do not require design and submittals. The 39 Contractor shall provide a safe work environment and shall execute the work in a 40 manner that does not damage adjacent pavements, utilities, or structures. If the 41 Engineer determines the Contractor’s work may potentially affect adjacent traffic, 42 pavements, utilities, or structures, the Engineer may request a Type 1 Working Drawing 43 from the Contractor. The Contractor shall explain in the Type 1 Working Drawing how 44 the Engineer’s concerns will be addressed, why infrastructure will not be damaged by 45 the work, and how worker safety will be preserved. 46 47

Page 253: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

For excavations that have soil types and slope geometries defined in WAC 296-155 part 1 N and are between 4-feet and 20-feet in height, the Contractor shall submit Type 2 2 Working Drawings. Required submittal elements include, at a minimum, the following: 3 4

1. A plan view showing the limits of the excavation and its relationship to traffic, 5 structures, utilities and other pertinent project elements. If the stability of the 6 excavation requires no-load zones or equipment setback distances, those shall 7 be shown on the plan view. 8

9 2. A typical or controlling cross section showing the proposed excavation, original 10

ground line, and locations of traffic, existing structures, utilities, site 11 constraints, surcharge loads, or other conditions that could affect the stability 12 of the slope. If the stability of the excavation requires no-load zones or 13 equipment setback distances, those shall be shown in cross section. 14

15 3. A summary clearly describing subsurface conditions, soil type for WAC 296-16

155 part N, and groundwater conditions, sequencing considerations, and 17 governing assumptions. 18

19 Where WAC 296-155 part N requires an engineer’s design, the Contractor shall submit 20 Type 2E Working Drawings. Required submittal elements include, at a minimum, the 21 three items above and the following additional items: 22

23 4. Supporting calculations for the design of the excavation, the soil and material 24

properties selected for design, and the justification for the selection for those 25 properties, in accordance with the WSDOT Geotechnical Design Manual M 46-26 03. 27

28 5. Safety factors, or load and resistance factors used, and justification for their 29

selection, in accordance with the WSDOT Geotechnical Design Manual M 46-30 03, and referenced AASHTO design manuals. 31

32 6. A monitoring plan to evaluate the excavation performance throughout its 33

design life. 34 35 7. Any supplemental subsurface explorations made by the Contractor to meet the 36

requirements for geotechnical design of excavation slopes, in accordance with 37 the WSDOT Geotechnical Design Manual M 46-03. 38

39 2-09.3(3)D Shoring and Cofferdams 40 The first sentence of the sixth paragraph is revised to read: 41 42

Structural shoring and cofferdams shall be designed for conditions stated in this Section 43 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for 44 Highway Bridges Seventeenth Edition – 2002 for allowable stress design, or the 45 AASHTO LRFD Bridge Design Specifications for load and resistance factor design. 46

47

Page 254: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

3-01.AP3 1 Section 3-01, Production from Quarry and Pit Sites 2 April 2, 2018 3

3-01.1 Description 4 The first paragraph is revised to read: 5 6

This Work shall consist of manufacturing and producing crushed and screened 7 aggregates including pit run aggregates of the kind, quality, and grading specified for 8 use in the construction of concrete, hot mix asphalt, crushed surfacing, maintenance 9 rock, ballast, gravel base, gravel backfill, gravel borrow, riprap, and bituminous surface 10 treatments of all descriptions. 11

12 4-04.AP4 13 Section 4-04, Ballast and Crushed Surfacing 14 April 2, 2018 15

4-04.3(5) Shaping and Compaction 16 This section is supplemented with the following new paragraph: 17 18

When using 100% Recycled Concrete Aggregate, the Contractor may submit a written 19 request to use a test point evaluation for compaction acceptance testing in lieu of 20 compacting to 95% of the standard density as determined by the requirements of 21 Section 2-03.3(14)D. The test point evaluation shall be performed in accordance with 22 SOP 738. 23

24 5-01.AP5 25 Section 5-01, Cement Concrete Pavement Rehabilitation 26 January 7, 2019 27

5-01.2 Materials 28 The reference for Concrete Patching Material is revised to read: 29 30

Concrete Patching Material, Grout, and Mortar 9-20.1 31 32 5-01.3(1)A1 Concrete Patching Materials 33 In this section, each reference to “9-20” is revised to read “9-20.1”. 34 35 5-01.3(4) Replace Cement Concrete Panel 36 This section’s content is deleted and replaced with the following new subsections: 37 38

5-01.3(4)A General 39 Curing, cold weather work, concrete pavement construction in adjacent lines, and 40 protection of pavement shall meet the requirements of Section 5-05.3(13) through 41 Section 5-05.3(15). The Contractor, at no cost to the Contracting Agency, shall repair 42 any damage to existing pavement caused by the Contractor’s operations. 43 44 5-01.3(4)B Sawing and Dimensional Requirements 45 Concrete slabs to be replaced as shown in the Plans or staked by the Engineer shall be 46 at least 6.0 feet long and full width of an existing pavement panel. The portion of the 47 panel to remain in place shall have a minimum dimension of 6 feet in length and full 48

Page 255: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

panel width; otherwise the entire panel shall be removed and replaced. There shall be 1 no new joints closer than 3.0 feet to an existing transverse joint or crack. A vertical full 2 depth saw cut is required along all longitudinal joints and at transverse locations and, 3 unless the Engineer allows otherwise, an additional vertical full depth relief saw cut 4 located 12 to 18 inches from and parallel to the initial longitudinal and transverse saw 5 cut locations is also required. Removal of existing cement concrete pavement shall not 6 cause damage to adjacent slabs that are to remain in place. In areas that will be 7 ground, slab replacements shall be performed prior to pavement grinding. 8 9 Side forms shall meet the requirements of Section 5-05.3(7)B whenever a sawed full 10 depth vertical face cannot be maintained. 11 12 5-01.3(4)C Dowel Bars and Tie Bars 13 For the half of a dowel bar or tie bar placed in fresh concrete, comply with the 14 requirements of Section 5-05. 15 16 For the half of a dowel bar or tie bar placed in hardened concrete, comply with the 17 Standard Plans and the following. 18 19 After drilling, secure dowel bars and tie bars into the existing pavement with either an 20 epoxy bonding agent Type I or IV as specified in Section 9-26.1, or a grout Type 2 for 21 non-shrink applications as specified in Section 9-20.3. 22 23 Dowel bars shall be placed at the mid depth of the concrete slab, centered over the 24 transverse joint, and parallel to the centerline and to the roadway surface, within the 25 tolerances in the table below. Dowel bars may be adjusted to avoid contact with existing 26 dowel bars in the transverse joint at bridge approach slabs or existing panels provided 27 the adjusted dowel bars meet the tolerances below. 28 29 Tie bars shall be placed at the mid depth of the concrete slab, centered over the joint, 30 perpendicular to centerline, and parallel to the roadway surface, within the tolerances in 31 the table below. The horizontal position of tie bars may be adjusted to avoid contact with 32 existing tie bars in the longitudinal joint where panel replacement takes place, provided 33 the adjusted tie bars meet the tolerances below. 34 35

Placement Tolerances Dowel Bars Tie Bars Vertical: Center of Bar to Center of Slab Depth 1.00 inch max 1.00 inch max Dowel Bar Centered Over the Transverse Joint 1.00 inch max N/A Tie Bar Centered Over the Longitudinal Joint N/A 1.00 inch max Parallel to Centerline Over the Length of the Dowel Bar

0.50 inch max N/A

Perpendicular to Longitudinal Joint Over the Length of the Tie Bar

N/A 1.00 inch max

Parallel to Roadway Surface Over the Length of the Bar

0.50 inch max 1.00 inch max

36 Dowel bars and tie bars shall be placed according to the Standard Plan when multiple 37 panels are placed. Panels shall be cast separately from the bridge approach slab. 38 39

Page 256: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Dowel bars to be drilled into existing concrete or at a new transverse contraction joint 1 shall have a parting compound, such as curing compound, grease, or other Engineer 2 accepted equal, applied to them prior to placement. 3 4 Clean the drilled holes in accordance with the epoxy or grout manufacturer’s 5 instructions. Holes shall be clean and dry at the time of placing the epoxy, or grout and 6 tie bars. Completely fill the void between the tie bar and the outer limits of the drilled 7 hole with epoxy or grout. Use retention rings to prevent leakage of the epoxy or grout 8 and support the tie bar to prevent movement until the epoxy or grout has cured the 9 minimum time recommended by the manufacturer. 10 11 5-01.3(4)D Foundation Preparation 12 The Contractor shall smooth the surfacing below the removed panel and compact it to 13 the satisfaction of the Engineer. Crushed surfacing base course, or hot mix asphalt may 14 be needed to bring the surfacing to grade prior to placing the new concrete. 15 16 If the material under the removed panel is uncompactable and the Engineer requires it, 17 the Contractor shall excavate the Subgrade 2 feet, place a soil stabilization construction 18 geotextile meeting the requirements of Section 9-33, and backfill with crushed surfacing 19 base course. This Work may include: 20 21

1. Furnishing and hauling crushed surfacing base course to the project site. 22 23 2. Excavating uncompactable material. 24 25 3. Furnishing and placing a soil stabilization construction geotextile. 26 27 4. Backfilling and compacting crushed surfacing base course. 28 29 5. Removing, hauling and restocking any unused crushed surfacing base course. 30

31 5-01.3(4)E Concrete Finishing 32 Grade control shall be the responsibility of the Contractor. 33 34 All panels shall be struck off level with the adjacent panels and floated to a smooth 35 surface. 36 37 Final finish texturing shall meet the requirements of Section 5-05.3(11). 38 39 In areas where the Plans do not require grinding, the surface smoothness will be 40 measured with a 10-foot straightedge by the Engineer in accordance with Section 5-41 05.3(12). If the replacement panel is located in an area that will be ground as part of 42 concrete pavement grinding in accordance with Section 5-01.3(9), the surface 43 smoothness shall be measured, by the Contractor, in conjunction with the smoothness 44 measurement done in accordance with Section 5-01.3(10). 45 46 5-01.3(4)F Joints 47 All transverse and longitudinal joints shall be sawed and sealed in accordance with 48 Section 5-05.3(8). The Contractor may use a hand pushed single blade saw for sawing 49 joints. 50 51

Page 257: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

5-01.3(4)G Cracked Panels 1 Replacement panels that crack shall be repaired as specified in Section 5-05.3(22) at 2 no cost to the Contracting Agency. When repairing replacement panels that have 3 cracked, epoxy-coated dowel bars meeting the requirements of Section 9-07.5(1) may 4 be substituted for the corrosion resistant dowel bars specified. 5 6 5-01.3(4)H Opening to Traffic 7 Opening to traffic shall meet the requirements of Section 5-05.3(17). 8

9 5-01.3(5) Partial Depth Spall Repair 10 The second sentence of the third paragraph is revised to read: 11 12

All sandblasting residue shall be removed. 13 14 5-01.3(7) Sealing Existing Concrete Random Cracks 15 The second sentence of the second paragraph is revised to read: 16 17

Immediately prior to sealing, the cracks shall be clean. 18 19 5-01.3(8) Sealing Existing Longitudinal and Transverse Joint 20 The first sentence of the fifth paragraph is revised to read: 21 22

Immediately prior to sealing, the cracks shall be clean. 23 24 5-01.3(10) Pavement Smoothness 25 This section is revised to read: 26 27

Pavement surface smoothness for cement concrete pavement grinding on this project 28 will include International Roughness Index (IRI) testing. Ride quality will be evaluated 29 using the Mean Roughness Index (MRI) calculated by averaging the IRI data for the left 30 and right wheel path within the section. 31 32 Smoothness Testing Equipment and Operator Certification 33 Use an inertial profiler and operator that meet the requirements of Section 5-05.3(3)E. 34 35 Surface Smoothness 36 Operate the inertial profiler in accordance with AASHTO R 57. Collect two longitudinal 37 traces, one in each wheel path. Collect the control profile at locations designated in 38 Table 2 prior to any pavement rehabilitation Work on the areas to be tested. Collect an 39 acceptance profile at locations designated in Table 2 after completion of all cement 40 concrete pavement grinding on the project. Profiles shall be collected in a continuous 41 pass including areas excluded from pay adjustments. Provide notice to the Engineer a 42 minimum of seven calendar days prior to testing. 43 44

Table 2 Locations Requiring MRI Testing

Travel lanes where cement concrete grinding is shown in the plans

Control profile

Additional locations designated by the Engineer

Control profile

Travel lanes with completed cement Acceptance profile

Page 258: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

concrete pavement grinding Bridges, approach panels and 0.02 miles before and after bridges and approach panels and other excluded areas within lanes requiring testing

Control and acceptance profile

Ramps, Shoulders and Tapers Do not test 1

Within 30 calendar days after the Contractor’s testing, the Engineer may perform 2 verification testing. If the verification testing shows a difference in MRI greater than the 3 10 percent, the following resolution process will be followed: 4 5

1. The profiles, equipment and procedures will be evaluated to determine the 6 cause of the difference. 7

8 2. If the cause of the discrepancy cannot be resolved the pavement shall be 9

retested with both profilers at a mutually agreed time. The two profilers will 10 test the section within 30 minutes of each other. If the retest shows a 11 difference in MRI equal or greater than the percentages shown in Table 2 of 12 AASHTO R 54 the Engineer’s test results will be used for pavement 13 smoothness acceptance. 14

15 The Contractor shall evaluate profiles for acceptance or corrective action using the 16 current version of ProVAL and provide the results including the profile data in unfiltered 17 electronic Engineering Research Division (ERD) file format to the Engineer within 3 18 calendar days of completing each days profile testing. If the profile data files are created 19 using an export option in the manufacturer’s software where filter settings can be 20 specified, use the filter settings that were used to create data files for certification. 21 22 Analyze the entire profile. Exclude areas listed in Table 3. 23 24

Table 3 Areas Excluded from MRI Acceptance Requirements

Location Exclude Beginning and end of grinding Pavement within 0.02 mile

Bridges and approach slabs The bridge and approach slab and

0.02 mile from the ends of the bridge or approach slab

Defects in the existing roadway identified by the Contractor that adversely affect the MRI such as dips, depressions and wheel path longitudinal joints.1

0.01-mile section containing the defect and the 0.01-mile section

following the section with the defect.

1The presence of defects is subject to verification by the Engineer 25 Report the MRI results in inches per mile for each 0.01-mile section and each 0.10-mile 26 section. Do not truncate 0.10-mile sections for areas excluded from MRI acceptance 27 requirements. MRI requirements will not apply to 0.10-mile sections with more than 28 three 0.01 mile-sections excluded. MRI requirements for the individual 0.01-mile 29 sections shall still apply. The Engineer will verify the analysis. 30 31 The MRI for each 0.10 mile of ground lane will comply with the following: 32

Page 259: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1

Control Profile MRI per 0.10 Mile Maximum MRI of Acceptance

Profile per 0.10 Mile ≤130 inches/mile 78 inches/mile >130 inches/mile 0.6 x Control Profile MRI

2 The MRI for each 0.01 mile of the completed cement concrete grinding shall not exceed 3 160 inches/mile. 4 5 All Work is subject to parallel and transverse 10-foot straightedge requirements, 6 corrective work and disincentive adjustments. 7 8 Surface smoothness of travel lanes including areas subject to MRI testing shall not vary 9 more than ⅛ inch from the lower edge of a 10-foot straightedge placed on the surface 10 parallel to the centerline. 11 12 The smoothness perpendicular to the centerline will be measured with a 10-foot 13 straightedge within the lanes. There shall be not vertical elevation difference of more 14 than a ¼ inch between lanes. 15 16 Pavement that does not meet these requirements will be subject to corrective Work. All 17 corrective Work shall be completed at no additional expense, including traffic control, to 18 the Contracting Agency. Pavement shall be repaired by one or more of the following 19 methods: 20 21

1. Diamond grinding. 22 23 2. By other method accepted by the Engineer. 24

25 Repair areas shall be re-profiled to ensure they no longer require corrective Work. With 26 concurrence of the Engineer, a 10-foot straight edge may be used in place of the inertial 27 profiler. 28 29 If correction of the roadway as listed above either will not or does not produce 30 satisfactory results as to smoothness or serviceability the Engineer may accept the 31 completed pavement and a credit will be calculated in accordance with Section 5-01.5. 32 Under these circumstances, the decision whether to accept the completed pavement or 33 to require corrective work as described above shall be vested entirely in the Engineer. 34

35 5-01.5 Payment 36 This section is supplemented with the following: 37 38

“Grinding Smoothness Compliance Adjustment”, by calculation. 39 Grinding Smoothness Compliance Adjustments will be based on the requirements in 40 Section 5-01.3(10) and the following calculations: 41 42

A smoothness compliance adjustment will be calculated in the sum of minus $100 43 for each and every section of single traffic lane 0.01 mile in length and $1,000 for 44 each and every section of single traffic lane 0.10 mile in length that does not meet 45 the requirements in Section 5-01.3(10) after corrective Work. 46

47

Page 260: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

5-02.AP5 1 Section 5-02, Bituminous Surface Treatment 2 April 1, 2019 3

5-02.3(5) Application of Aggregates 4 The first sentence of the eleventh paragraph is revised to read: 5 6

The Contractor shall use a pickup broom in all curbed areas, on all bridges, within city 7 limits, within sensitive areas, and where shown in the Plans both before the application 8 of emulsified asphalt and during the final brooming operation. 9

10 5-04.AP5 11 Section 5-04, Hot Mix Asphalt 12 April 1, 2019 13

5-04.1 Description 14 The last sentence of the first paragraph is revised to read: 15 16

The manufacture of HMA may include additives or processes that reduce the optimum 17 mixing temperature (Warm Mix Asphalt) or serve as a compaction aid in accordance 18 with these Specifications. 19

20 5-04.2 Materials 21 The reference to “Warm Mix Asphalt Additive” is revised to read “HMA Additive”. 22 23 5-04.2(1) How to Get an HMA Mix Design on the QPL 24 The last bullet in the first paragraph is revised to read: 25 26

• Do not include HMA additives that reduce the optimum mixing temperature or serve 27 as a compaction aid when developing a mix design or submitting a mix design for 28 QPL evaluation. The use of HMA additives is not part of the process for obtaining 29 approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. 30

31 In the table, “WSDOT Standard Practice QC-8” is revised to read “WSDOT Standard 32 Practice QC-8 located in the WSDOT Materials Manual M 46-01”. 33 34 5-04.2(1)C Mix Design Resubmittal for QPL Approval 35 Item number 3 of the first paragraph is revised to read: 36 37

3. Changes in modifiers used in the asphalt binder. 38 39 5-04.2(2)B Using Warm Mix Asphalt Processes 40 This section, including title, is revised to read: 41 42

5-04.2(2)B Using HMA Additives 43 The Contractor may, at the Contractor’s discretion, elect to use additives that reduce the 44 optimum mixing temperature or serve as a compaction aid for producing HMA. Additives 45 include organic additives, chemical additives and foaming processes. The use of 46 Additives is subject to the following: 47 48

Page 261: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

• Do not use additives that reduce the mixing temperature in accordance with 1 Section 5-04.3(6) in the production of High RAP/Any RAS mixtures. 2

3 • Before using additives, obtain the Engineer’s approval using WSDOT Form 4

350-076 to describe the proposed additive and process. 5 6

5-04.3(3)A Mixing Plant 7 Item number 5 of the first paragraph is revised to read: 8 9

5. Provide HMA sampling equipment that complies with FOP for AASHTO T 168: 10 11

• Use a mechanical sampling device accepted by the Engineer, or 12 13 • Platforms or devices to enable sampling from the truck transport without 14

entering the truck transport for sampling HMA. 15 16 5-04.3(4) Preparation of Existing Paved Surfaces 17 The first sentence of the fourth paragraph is revised to read: 18 19

Unless otherwise allowed by the Engineer, use cationic emulsified asphalt CSS-1, CSS-20 1h, or Performance Graded (PG) asphalt for tack coat. 21

22 5-04.3(6) Mixing 23 The first paragraph is revised to read: 24 25

The asphalt supplier shall introduce recycling agent and anti-stripping additive, in the 26 amount designated on the QPL for the mix design, into the asphalt binder prior to 27 shipment to the asphalt mixing plant. 28 29

The seventh paragraph is revised to read: 30 31 Upon discharge from the mixer, ensure that the temperature of the HMA does not 32 exceed the optimum mixing temperature shown on the accepted Mix Design Report by 33 more than 25°F, or as allowed by the Engineer. When an additive is included in the 34 manufacture of HMA, do not heat the additive (at any stage of production including in 35 binder storage tanks) to a temperature higher than the maximum recommended by the 36 manufacturer of the additive. 37

38 5-04.3(7) Spreading and Finishing 39 The last row of the table is revised to read: 40 41

3⁄8 inch 0.25 feet 0.30 feet 42

5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA 43 The following new paragraph is inserted after the first paragraph: 44

45 The Contracting Agency’s combined aggregate bulk specific gravity (Gsb) blend as 46 shown on the HMA Mix Design will be used for VMA calculations until the Contractor 47 submits a written request for a Gsb test. The new Gsb will be used in the VMA 48 calculations for HMA from the date the Engineer receives the written request for a Gsb 49 retest. The Contractor may request aggregate specific gravity (Gsb) testing be 50 performed by the Contracting Agency twice per project. The Gsb blend of the combined 51

Page 262: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

stockpiles will be used to calculate voids in mineral aggregate (VMA) of any HMA 1 produced after the new Gsb is determined. 2

3 5-04.3(9)A1 Test Section – When Required, When to Stop 4 The following new row is inserted after the second row in Table 9: 5 6

VMA Minimum PFi of 0.95 based on the criteria in Section 5-04.3(9)B42

None4

7 5-04.3(9)A2 Test Section – Evaluating the HMA Mixture in a Test Section 8 In Table 9a, the test property “Gradation, Asphalt Binder, and Va” is revised to read 9 “Gradation, Asphalt Binder, VMA, and Va” 10 11 In Table 9a, the first column of the third row is revised to read: 12 13

Aggregates: Sand Equivalent

Uncompacted Void Content Fracture

14 5-04.3(9)B3 Mixture Statistical Evaluation – Acceptance Testing 15 In Table 11, “Va” is revised to read “VMA and Va” 16 17 5-04.3(9)B5 Mixture Statistical Evaluation – Composite Pay Factors (CPF) 18 The following new row is inserted above the last row in Table 12: 19 20

Voids in Mineral Aggregate (VMA)

2

21 5-04.3(9)B7 Mixture Statistical Evaluation – Retests 22 The second to last sentence is revised to read: 23 24

The sample will be tested for a complete gradation analysis, asphalt binder content, 25 VMA and Va, and the results of the retest will be used for the acceptance of the HMA 26 mixture in place of the original mixture sublot sample test results. 27

28 5-04.3(10)A HMA Compaction – General Compaction Requirements 29 The last paragraph is revised to read: 30 31

On bridge decks and on roadway approaches within five feet of a bridge/back of 32 pavement seat, rollers shall not be operated in a vibratory mode, defined as a mode in 33 which the drum vibrates vertically. However, unless otherwise noted on the plans, 34 rollers may be operated in an oscillatory mode, defined as a mode in which the drum 35 vibrates in the horizontal direction only. 36

37 5-04.3(10)C1 HMA Compaction Statistical Evaluation – Lots and Sublots 38 The bulleted item in the fourth paragraph is revised to read: 39 40

• For a compaction lot in progress with a compaction CPF less than 0.75 using an 41 LSL = 91.5, a new compaction lot will begin at the Contractor’s request after the 42

Page 263: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Engineer is satisfied that material conforming to the Specifications can be 1 produced. See also Section 5-04.3(11)F. 2

3 5-04.3(10)C2 HMA Compaction Statistical Evaluation – Acceptance Testing 4 In the table, “WSDOT FOP for AASHTO T 355” is revised to read “FOP for AASHTO T 355”. 5 6 5-04.3(10)C3 HMA Statistical Compaction – Price Adjustments 7 In the first paragraph, “WSDOT FOP for AASHTO T 355” is revised to read “FOP for 8 AASHTO T 355”. 9 10 The first sentence in the second paragraph is revised to read: 11 12

For each HMA compaction lot (that is accepted by Statistical Evaluation) which does not 13 meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in 14 accordance with Section 1-06.2(2)D5 to determine the appropriate Composite Pay 15 Factor (CPF). 16

17 The last two paragraphs are revised to read: 18 19

Determine the Compaction Price Adjustment (CPA) from the table below, selecting the 20 equation for CPA that corresponds to the value of CPF determined above. 21 22

Calculating HMA Compaction Price Adjustment (CPA) Value of CPF Equation for Calculating CPA

When CPF > 1.00 CPA = [1.00 x (CPF – 1.00)] x Q x UP

When CPF = 1.00 CPA = $0When CPF < 1.0 CPA = [0.60 x (CPF – 1.00)] x Q x

UP 23

Where 24 CPA = Compaction Price Adjustment for the compaction lot ($) 25 CPF = Composite Pay Factor for the compaction lot (maximum is 1.05) 26 Q = Quantity in the compaction lot (tons) 27 UP = Unit price of the HMA in the compaction lot ($/ton) 28

29 5-04.3(10)C4 HMA Statistical Compaction – Requests for Retesting 30 The first sentence is revised to read: 31 32

For a compaction sublot that has been tested with a nuclear density gauge that did not 33 meet the minimum of 91.5 percent of the theoretical maximum density in a compaction 34 lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the 35 Contractor may request that a core, taken at the same location as the nuclear density 36 test, be used for determination of the relative density of the compaction sublot. 37

38 5-04.3(13) Surface Smoothness 39 The second to last paragraph is revised to read: 40 41

When concrete pavement is to be placed on HMA, the surface tolerance of the HMA 42 shall be such that no surface elevation lies above the Plan grade minus the specified 43 Plan depth of concrete pavement. Prior to placing the concrete pavement, bring any 44

Page 264: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

such irregularities to the required tolerance by grinding or other means allowed by the 1 Engineer. 2

3 5-04.5 Payment 4 The paragraph following the Bid item “Crack Sealing-LF”, per linear foot is revised to read: 5 6

The unit Contract price per linear foot for “Crack Sealing-LF” shall be full payment for all 7 costs incurred to perform the Work described in Section 5-04.3(4)A. 8

9 5-05.AP5 10 Section 5-05, Cement Concrete Pavement 11 April 1, 2019 12

5-05.1 Description 13 In the first paragraph, “portland cement concrete” is revised to read “cement concrete”. 14 15 5-05.2 Materials 16 In the first paragraph, the reference to “Portland Cement” is revised to read: 17 18

Cement 9-01 19 20 In the first paragraph, the section reference for Concrete Patching Material is revised to read 21 “9-20.1”. 22 23 The second paragraph is revised to read: 24 25

Cementitious materials are considered to be the following: portland cement, blended 26 hydraulic cement, fly ash, ground granulated blast furnace slag and microsilica fume. 27

28 5-05.3(1) Concrete Mix Design for Paving 29 The table title in item number 4 is revised to read Concrete Batch Weights. 30 31 In item 4a, “Portland Cement” is revised to read “Cement”. 32 33 5-05.3(3)E Smoothness Testing Equipment 34 This section is revised to read: 35 36

Inertial profilers shall meet all requirements of AASHTO M 328 and be certified in 37 accordance with AASHTO R 56 within the preceding 12 months. 38 39 The inertial profiler operator shall be certified as required by AASHTO R 56 within three 40 years preceding profile measurement. 41 42 Equipment or operator certification by other states or a profiler certification facility will be 43 accepted provided the certification meets the requirements of AASHTO R 56. 44 Documentation verifying certification by another state shall be submitted to the Engineer 45 a minimum of 14 calendar days prior to profile measurement. Equipment certification 46 documentation shall include the information required by part 8.5 and 8.6 of AASHTO R 47 56. Operator documentation shall include a statement from the certifying state that 48 indicates the operator is certified to operate the inertial profiler to be used on the project. 49 The decision whether another state’s certification meets the requirements of AASHTO R 50 56 shall be vested entirely in the Engineer. 51

Page 265: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 5-05.3(4) Measuring and Batching Materials 2 Item number 2 is revised to read: 3 4

2. Batching Materials – On all projects requiring more than 2,500 cubic yards of 5 concrete for paving, the batching plant shall be equipped to proportion aggregates 6 and cement by weight by means of automatic and interlocked proportioning devices 7 of accepted type. 8

9 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 10 This section’s title is revised to read: 11 12

Acceptance of Portland Cement or Blended Hydraulic Cement Concrete Pavement 13 14 The first sentence is revised to read: 15 16

Acceptance of portland cement or blended hydraulic cement concrete pavement shall 17 be as provided under statistical or nonstatistical acceptance. 18

19 5-05.3(7) Placing, Spreading, and Compacting Concrete 20 This section’s content is deleted. 21 22 5-05.3(10) Tie Bars and Corrosion Resistant Dowel Bars 23 The first sentence of the last paragraph is revised to read: 24 25

The tie bar holes shall be clean before grouting. 26 27 5-05.3(12) Surface Smoothness 28 This section is revised to read: 29 30

Pavement surface smoothness for this project will include International Roughness 31 Index (IRI) testing. The Contractor shall perform IRI testing on each through lane, 32 climbing lane, and passing lane, greater than 0.25 mile in length and these lanes will be 33 subject to incentive/disincentive adjustments. Ride quality will be evaluated using the 34 Mean Roughness Index (MRI) calculated by averaging the IRI data for the left and right 35 wheel path within the section. 36 37 Ramps, shoulders and tapers will not be included in MRI testing for pavement 38 smoothness and will not be subject to incentive adjustments. All Work is subject to 39 parallel and transverse 10-foot straightedge requirements, corrective work and 40 disincentive adjustments. 41 42 Operate the inertial profiler in accordance with AASHTO R 57. Collect two longitudinal 43 traces, one in each wheel path. Collect profile data after completion of all concrete 44 paving on the project in a continuous pass including areas excluded from pay 45 adjustments. Provide notice to the Engineer a minimum of seven calendar days prior to 46 testing. 47 48 Within 30 calendar days after the Contractor’s testing, the Engineer may perform 49 verification testing. If the verification testing shows a difference in MRI greater than the 50 percentages shown in Table 2 of AASHTO R 54 the following resolution process will be 51 followed: 52

Page 266: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 1. The profiles, equipment and procedures will be evaluated to determine the 2

cause of the difference. 3 4 2. If the cause of the discrepancy cannot be resolved the pavement shall be 5

retested with both profilers at a mutually agreed time. The two profilers will 6 test the section within 30 minutes of each other. If the retest shows a 7 difference in MRI equal or greater than the percentages shown in Table 2 of 8 AASHTO R 54 the Engineer’s test results will be used to establish pay 9 adjustments. 10

11 Surface smoothness of travel lanes not subject to MRI testing will be measured with a 12 10-foot straightedge no later than 5:00 p.m. of the day following the placing of the 13 concrete. The completed surface of the wearing course shall not vary more than ⅛ inch 14 from the lower edge of a 10-foot straightedge placed on the surface parallel to the 15 centerline. 16 17 Smoothness perpendicular to the centerline will be measured with a 10-foot 18 straightedge across all lanes with the same cross slope, including shoulders when 19 composed of cement concrete pavement. The overlapping 10-foot straightedge 20 measurement shall be discontinued at a point 6 inches from the most extreme outside 21 edge of the finished cement concrete pavement. The completed surface of the wearing 22 course shall not vary more than ¼ inch from the lower edge of a 10-foot straightedge 23 placed on the surface perpendicular to the centerline. Any deviations in excess of the 24 above tolerances shall be corrected. 25 26 The Contractor shall evaluate profiles for acceptance, incentive payments, disincentive 27 payments, or corrective action using the current version of ProVAL and provide the 28 results including the profile data in unfiltered electronic Engineering Research Division 29 (ERD) file format to the Engineer within 2 calendar days of completing testing each 30 section of pavement. If the profile data files are created using an export option in the 31 manufacturer’s software where filter settings can be specified, use the filter settings that 32 were used to create data files for certification. Analyze the entire profile. Exclude any 33 areas specifically identified in the Contract. Exclude from the analysis the first 100 feet 34 after the start of the paving operations and last 100 feet prior to the end of the paving 35 operation, the first 100 feet on either side of bridge Structures and bridge approach 36 slab. Report the MRI results in inches per mile for each 52.8 foot section and horizontal 37 distance measurements in project stationing to the nearest foot. Include pay 38 adjustments in the results. The Engineer will verify the analysis. 39 40 Corrective work for pavement smoothness may be taken by the Contractor prior to MRI 41 testing. After completion of the MRI testing the Contractor shall measure the 42 smoothness of each 52.8-foot section with an MRI greater than 125 inches per mile with 43 a 10-foot straightedge within 14 calendar days or as allowed by the Engineer. The 44 Contractor shall identify all locations that require corrective work and provide the 45 straight edge measurements at each location that exceeds the allowable limit to the 46 Engineer. If all measurements in a 52.8-foot section comply with smoothness 47 requirements, the Contractor shall provide the maximum measurement to the Engineer 48 and a statement that corrective work is not required. Unless allowed by the Engineer, 49 corrective work shall be taken by the Contractor for pavement identified by the 50 Contractor or Engineer that does not meet the following requirements: 51 52

Page 267: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1. The completed surface shall be of uniform texture, smooth, uniform as to 1 crown and grade, and free from defects of all kinds. 2

3 2. The completed surface shall not vary more than ⅛ inch from the lower edge of 4

a 10-foot straightedge placed on the surface parallel to the centerline. 5 6 3. The completed surface shall vary not more than ¼ inch in 10 feet from the rate 7

of transverse slope shown in the Plans. 8 9 All corrective work shall be completed at no additional expense, including traffic control, 10 to the Contracting Agency. Corrective work shall not begin until the concrete has 11 reached its design strength unless allowed by the Engineer. Pavement shall be repaired 12 by one or more of the following methods: 13 14

1. Diamond grinding; repairs shall not reduce pavement thickness by more than 15 ¼ inch less than the thickness shown in the Plans. When required by the 16 Engineer, the Contractor shall verify the thickness of the concrete pavement by 17 coring. Thickness reduction due to corrective work will not be included in 18 thickness measurements for calculating the Thickness Deficiency in Section 5-19 05.5(1)A. 20

21 2. Removal and replacement of the cement concrete pavement. 22 23 3. By other method allowed by the Engineer. 24

25 For repairs following MRI testing the repaired area shall be checked by the Contractor 26 with a 10-foot straightedge to ensure it no longer requires corrective work. With 27 concurrence of the Engineer an inertial profiler may be used in place of the 10-foot 28 straight edge. 29 30 If correction of the roadway as listed above either will not or does not produce 31 satisfactory results as to smoothness or serviceability the Engineer may accept the 32 completed pavement and a credit will be calculated in accordance with Section 5-05.5. 33 The credit will be in addition to the price adjustment for MRI. Under these 34 circumstances, the decision whether to accept the completed pavement or to require 35 corrective work as described above shall be vested entirely in the Engineer. 36

37 5-05.3(22) Repair of Defective Pavement Slabs 38 The last sentence of the fourth paragraph is revised to read: 39 40

All sandblasting residue shall be removed. 41 42 5-05.4 Measurement 43 Item number 3 of the second paragraph is revised to read: 44 45

3. The depth shall be determined in accordance with Section 5-05.5(1). The depth 46 utilized to calculate the volume shall not exceed the Plan depth plus 0.04 feet. 47

48 The third paragraph is revised to read: 49 50

The volume of cement concrete pavement in each thickness lot shall equal the 51 measured length × width × thickness measurement. 52

Page 268: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 The last paragraph is revised to read: 2 3

The calculation for cement concrete compliance adjustment is the volume of concrete 4 represented by the CPF and the Thickness deficiency adjustment. 5

6 5-05.5 Payment 7 The paragraph following the Bid item “Cement Conc. Pavement”, per cubic yard is 8 supplemented with the following: 9 10

All costs associated with performing the magnetic pulse induction thickness testing shall 11 be included in the unit Contract price per cubic yard for “Cement Conc. Pavement”. 12

13 The Bid item “Ride Smoothness Compliance Adjustment”, by calculation, and the paragraph 14 following this bid item are revised to read: 15 16

“Ride Smoothness Compliance Adjustment”, by calculation. 17 18 Smoothness Compliance Adjustments will be based on the requirements in Section 5-19 05.3(12) and the following calculations: 20 21

1. Final MRI acceptance and incentive/disincentive payments for pavement 22 smoothness will be calculated as the average of the ten 52.8-foot sections in 23 each 528 feet in accordance with the price adjustment schedule. 24

25 a. For sections of a lane that are a minimum of 52.8 feet and less than 528 26

feet, the price adjustment will be calculated using the average of the 52.8 27 foot MRI values and the price adjustment prorated for the length of the 28 section. 29

30 b. MRI values per 52.8-feet that were measured prior to corrective work will 31

be included in the 528 foot price adjustment for sections with corrective 32 work. 33

34 2. In addition to the price adjustment for MRI a smoothness compliance 35

adjustment will be calculated in the sum of minus $1000.00 for each and every 36 section of single traffic lane 52.8 feet in length in that does not meet the 10-37 foot straight edge requirements in Section 5-05.3(12) after corrective Work. 38 39

Price Adjustment Schedule MRI for each 528 ft.

section Pay Adjustment

Schedule in. / mi. $ / 0.10 mi.

< 30 2400 30 2400 31 2320 32 2240 33 2160 34 2080 35 2000 36 1920 37 1840

Page 269: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

38 1760 39 1680 40 1600 41 1520 42 1440 43 1360 44 1280 45 1200 46 1120 47 1040 48 960 49 880 50 800 51 720 52 640 53 560 54 480 55 400 56 320 57 240 58 160 59 80 60 0 61 0 62 0 63 0 64 0 65 0 66 0 67 0 68 0 69 0 70 0 71 0 72 0 73 0 74 0 75 0 76 -80 77 -160 78 -240 79 -320 80 -400 81 -480 82 -560 83 -640 84 -720 85 -800 86 -880 87 -960

Page 270: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

88 -1040 89 -1120 90 -1200 91 -1280 92 -1360 93 -1440 94 -1520 95 -1600 96 -1680 97 -1760 98 -1840 99 -1920

100 -2000 101 -2080 102 -2160 103 -2240 104 -2320 105 -2400 106 -2480 107 -2560 108 -2640 109 -2720 110 -2800 111 -2880 112 -2960 113 -3040 114 -3120 115 -3200 116 -3280 117 -3360 118 -3440 119 -3520 120 -3600 121 -3680 122 -3760 123 -3840 124 -3920 ≥125 -4000

1 The bid item “Portland Cement Concrete Compliance Adjustment”, by calculation, and the 2 paragraph following this bid item are revised to read: 3 4

“Cement Concrete Compliance Adjustment”, by calculation. 5 6 Payment for “Cement Concrete Compliance Adjustment” will be calculated by 7 multiplying the unit Contract price for the cement concrete pavement, times the volume 8 for adjustment, times the percent of adjustment determined from the calculated CPF 9 and the Deficiency Adjustment listed in Section 5-05.5(1)A. 10

11 5-05.5(1) Pavement Thickness 12 This section is revised to read: 13

Page 271: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 Cement concrete pavement shall be constructed in accordance with the thickness 2 requirements in the Plans and Specifications. Tolerances allowed for Subgrade 3 construction and other provisions, which may affect thickness, shall not be construed to 4 modify such thickness requirements. 5 6 Thickness measurements in each lane paved shall comply with the following: 7 8

Thickness Testing of Cement Concrete Pavement Thickness Lot Size 15 panels maximum

Thickness test location determined by Engineer will select testing locations in accordance with WSDOT TM 716 method B.

Sample method AASHTO T 359

Sample preparation performed by Contractor provides, places, and secures disks in the presence of the Engineer1

Measurement method AASHTO T 359 Thickness measurement performed by Contractor, in the presence of the Engineer2 1Reflectors shall be located at within 0.5 feet of the center of the panel. The Contractor shall supply a sufficient number of 300 mm-diameter round reflectors meeting the requirements of AASHTO T 359 to accomplish the required testing. 2The Contractor shall provide all equipment and materials needed to perform the testing.

9 Thickness measurements shall be rounded to the nearest 0.01 foot. 10 11 Each thickness test location where the pavement thickness is deficient by more than 12 0.04 foot, shall be subject to price reduction or corrective action as shown in Table 2. 13 14

Table 2 Thickness Deficiency

0.04’ < Thickness Deficiency ≤ 0.06’ 10 0.06’ < Thickness deficiency ≤ 0.08’ 25

Thickness deficiency > 0.08’ Remove and replace the panels or the panels may be accepted with no payment at the discretion of the Engineer.

15 The price reduction shall be computed by multiplying the percent price reduction in 16 Table 2 by the unit Contract price by the volume of pavement represented by the 17 thickness test lot. 18 19 Additional cores may be taken by the Contractor to determine the limits of an area that 20 has a thickness deficiency greater than 0.04 feet. Cores shall be taken at the 21 approximate center of the panel. Only the panels within the limits of the deficiency area 22 as determined by the cores will be subject to a price reduction or corrective action. The 23 cores shall be taken in the presence of the Engineer and delivered to the Engineer for 24 measurement. All costs for the additional cores including filling the core holes with 25 patching material meeting the requirements of Section 9-20 will be the responsibility of 26 the Contractor. 27

28 5-05.5(1)A Thickness Deficiency of 0.05 Foot or Less 29 This section, including title, is revised to read: 30 31

Page 272: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

5-05.5(1)A Vacant 1 2 5-05.5(1)B Thickness Deficiency of More Than 0.05 Foot 3 This section, including title, is revised to read: 4 5

5-05.5(1)B Vacant 6 7 6-01.AP6 8 Section 6-01, General Requirements for Structures 9 January 7, 2019 10

This section is supplemented with the following new subsections: 11 12

6-01.16 Repair of Defective Work 13 6-01.16(1) General 14 When using repair procedures that are described elsewhere in the Contract 15 Documents, the Working Drawing submittal requirements of this Section shall not 16 apply to those repairs unless noted otherwise. 17 18 Repair procedures for defective Work shall be submitted as Type 2 Working 19 Drawings. Type 2E Working Drawings shall be submitted when required by the 20 Engineer. As an alternative to submitting Type 2 or 2E Working Drawings, defective 21 Work within the limits of applicability of a pre-approved repair procedure may be 22 repaired using that procedure. Repairs using a pre-approved repair procedure shall 23 be submitted as a Type 1 Working Drawing. 24 25 Pre-approved repair procedures shall consist of the following: 26 27

• The procedures listed in Section 6-01.16(2) 28 29 • For precast concrete, repair procedures in the annual plant approval 30

process documents that have been approved for use by the Contracting 31 Agency. 32

33 All Working Drawings for repair procedures shall include: 34

35 • A description of the defective Work including location, extent and pictures 36 37 • Materials to be used in the repair. Repairs using manufactured products 38

shall include written manufacturer recommendations for intended uses of 39 the product, surface preparation, mixing, aggregate extension (if 40 applicable), ambient and surface temperature limits, placement methods, 41 finishing and curing. 42

43 • Construction procedures 44 45 • Plan details of the area to be repaired 46 47 • Calculations for Type 2E Working Drawings 48

49 Material manufacturer’s instructions and recommendations shall supersede any 50 conflicting requirements in pre-approved repair procedures. 51

Page 273: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 The Engineer shall be notified prior to performing any repair procedure and shall be 2 given an opportunity to inspect the repair work being performed. 3 4 6-01.16(2) Pre-Approved Repair Procedures 5

6-01.16(2)A Concrete Spalls and Poor Consolidation (Rock Pockets, 6 Honeycombs, Voids, etc.) 7 This repair shall be limited to the following areas: 8 9

• Areas that are not on top Roadway surfaces (with or without an 10 overlay) including but not limited to concrete bridge decks, bridge 11 approach slabs or cement concrete pavement 12

13 • Areas that are not underwater 14 15 • Areas that are not on precast barrier, except for the bottom 4 inches 16

(but not to exceed 1 inch above blockouts) 17 18 • Areas that do not affect structural adequacy as determined by the 19

Engineer. 20 21 The repair procedure is as follows: 22 23

1. Remove all loose and unsound concrete. Impact breakers shall not 24 exceed 15 pounds in weight when removing concrete adjacent to 25 reinforcement or other embedments and shall not exceed 30 pounds 26 in weight otherwise. Operate impact breakers at angles less than 45 27 degrees as measured from the surface of the concrete to the tool and 28 moving away from the edge of the defective Work. Concrete shall be 29 completely removed from exposed surfaces of existing steel 30 reinforcing bars. If half or more of the circumference of any steel 31 reinforcing bar is exposed, if the reinforcing bar is loose or if the bond 32 to existing concrete is poor then concrete shall be removed at least ¾ 33 inch behind the reinforcing bar. Do not damage any existing 34 reinforcement. Stop work and allow the Engineer to inspect the repair 35 area after removing all loose and unsound concrete. Submit a 36 modified repair procedure when required by the Engineer. 37

38 2. Square the edges of the repair area by cutting an edge perpendicular 39

to the concrete surface around the repair area. The geometry of the 40 repair perimeter shall minimize the edge length and shall be 41 rectangular with perpendicular edges, avoiding reentrant corners. The 42 depth of the cut shall be a minimum of ¾ inch, but shall be reduced if 43 necessary to avoid damaging any reinforcement. For repairs on 44 vertical surfaces, the top edge shall slope up toward the front at a 1-45 vertical-to-3-horizontal slope. 46

47 3. Remove concrete within the repair area to a depth at least matching 48

the cut depth at the edges. Large variations in the depth of removal 49 within short distances shall be avoided. Roughen the concrete 50 surface. The concrete surface should be roughened to at least 51 Concrete Surface Profile (CSP) 5 in accordance with ICRI Guideline 52

Page 274: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

No. 310.2R, unless a different CSP is recommended by the patching 1 material manufacturer. 2

3 4. Inspect the concrete repair surface for delaminations, debonding, 4

microcracking and voids using hammer tapping or a chain drag. 5 Remove any additional loose or unsound concrete in accordance with 6 steps 1 through 3. 7

8 5. Select a patching material in accordance with Section 9-20.2 that is 9

appropriate for the repair location and thickness. The concrete 10 patching material shall be pumpable or self-consolidating as required 11 for the type of placement that suits the repair. The patching material 12 shall have a minimum compressive strength at least equal to the 13 specified compressive strength of the concrete. 14

15 6. Prepare the concrete surface and reinforcing steel in accordance with 16

the patching material manufacturer’s recommendations. At a 17 minimum, clean the concrete surfaces (including perimeter edges) 18 and reinforcing steel using oil-free abrasive blasting or high-pressure 19 (minimum 5,000 psi) water blasting. All dirt, dust, loose particles, rust, 20 laitance, oil, film, microcracked/bruised concrete or foreign material of 21 any sort shall be removed. Damage to the epoxy coating on steel 22 reinforcing bars shall be repaired in accordance with Section 6-23 02.3(24)H. 24

25 7. Construct forms if necessary, such as for patching vertical or 26

overhead surfaces or where patching extends to the edge or corner 27 of a placement. 28

29 8. When recommended by the patching material manufacturer, saturate 30

the concrete in the repair area and remove any free water at the 31 concrete surface to obtain a saturated surface dry (SSD) substrate. 32 When recommended by the patching material manufacturer, apply a 33 primer, scrub coat or bonding agent to the existing surfaces. Epoxy 34 bonding agents, if used, shall be Type II or Type V in accordance with 35 Section 9-26.1. 36

37 9. Place and consolidate the patching material in accordance with the 38

manufacturer’s recommendations. Work the material firmly into all 39 surfaces of the repair area with sufficient pressure to achieve proper 40 bond to the concrete. 41

42 10. The patching material shall be textured, cured and finished in 43

accordance with the patching material manufacturer’s 44 recommendations and/or the requirements for the repaired 45 component. Protect the newly placed patch from vibration in 46 accordance with Section 6-02.3(6)D. 47

48 11. When the completed repair does not match the existing concrete 49

color and will be visible to the public, a sand and cement mixture that 50 is color matched to the existing concrete shall be rubbed, brushed, or 51 applied to the surface of the patching material and the concrete. 52

Page 275: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 6-01.10 Utilities Supported by or Attached to Bridges 2 In the third paragraph, “Federal Standard 595” is revised to read “SAE AMS Standard 595”. 3 4 6-01.12 Final Cleanup 5 The second sentence of the first paragraph is revised to read: 6 7

Structure decks shall be clean. 8 9 The second paragraph is deleted. 10 11 6-02.AP6 12 Section 6-02, Concrete Structures 13 April 1, 2019 14

6-02.1 Description 15 The first sentence is revised to read: 16 17

This Work consists of the construction of all Structures (and their parts) made of 18 portland cement or blended hydraulic cement concrete with or without reinforcement, 19 including bridge approach slabs. 20

21 6-02.2 Materials 22 In the first paragraph, the references to “Portland Cement” and “Aggregates for Portland 23 Cement Concrete” are revised to read: 24 25

Cement 9-01 26 Aggregates for Concrete 9-03.1 27

28 The reference to metakaolin is deleted. 29 30 6-02.3(2) Proportioning Materials 31 The second paragraph is revised to read: 32 33

Unless otherwise specified, the Contractor shall use Type I or II portland cement or 34 blended hydraulic cement in all concrete as defined in Section 9-01.2(1). 35

36 The last sentence of the fifth paragraph is revised to read: 37 38

With the Engineer’s written concurrence, microsilica fume may be used in all 39 classifications of Class 4000, Class 3000, and commercial concrete and is limited to a 40 maximum of 10 percent of the cementitious material. 41

42 6-02.3(2)A Contractor Mix Design 43 The last sentence of the last paragraph is revised to read: 44 45

For all other concrete, air content shall be a minimum of 4.5 percent and a maximum of 46 7.5 percent for all concrete placed above the finished ground line unless noted 47 otherwise. 48

49

Page 276: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D 1 Item number 5 of the first paragraph is deleted. 2 3 Item number 6 of the first paragraph (after the preceding Amendment is applied) is 4 renumbered to 5. 5 6 6-02.3(2)B Commercial Concrete 7 The second paragraph is revised to read: 8 9

Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging 10 culverts, concrete pipe collars, pipe anchors, monument cases, Type PPB, PS, I, FB 11 and RM signal standards, pedestals, cabinet bases, guardrail anchors, fence post 12 footings, sidewalks, concrete curbs, curbs and gutters, and gutters, the Contractor may 13 use commercial concrete. If commercial concrete is used for sidewalks, concrete curbs, 14 curbs and gutters, and gutters, it shall have a minimum cementitious material content of 15 564 pounds per cubic yard of concrete, shall be air entrained, and the tolerances of 16 Section 6-02.3(5)C shall apply. 17

18 6-02.3(4) Ready-Mix Concrete 19 The first sentence of the first paragraph is revised to read: 20 21

All concrete, except lean concrete, shall be batched in a prequalified manual, semi-22 automatic, or automatic plant as described in Section 6-02.3(4)A. 23

24 6-02.3(4)D Temperature and Time For Placement 25 The following is inserted after the first sentence of the first paragraph: 26 27

The upper temperature limit for placement for Class 4000D concrete may be increased 28 to a maximum of 80°F if allowed by the Engineer. 29

30 6-02.3(5)C Conformance to Mix Design 31 Item number 1 of the second paragraph is revised to read: 32 33

1. Cement weight plus 5 percent or minus 1 percent of that specified in the 34 mix design. 35

36 6-02.3(6)A1 Hot Weather Protection 37 The first paragraph is revised to read: 38 39

The Contractor shall provide concrete within the specified temperature limits. Cooling of 40 the coarse aggregate piles by sprinkling with water is permitted provided the moisture 41 content is monitored, the mixing water is adjusted for the free water in the aggregate 42 and the coarse aggregate is removed from at least 1 foot above the bottom of the pile. 43 Sprinkling of fine aggregate piles with water is not allowed. Refrigerating mixing water or 44 replacing all or part of the mixing water with crushed ice is permitted, provided the ice is 45 completely melted by placing time. 46

47 The second sentence of the second paragraph is revised to read: 48 49

These surfaces include forms, reinforcing steel, steel beam flanges, and any others that 50 touch the concrete. 51

52

Page 277: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

6-02.3(7) Vacant 1 This section, including title, is revised to read: 2 3

6-02.3(7) Tolerances 4 Unless noted otherwise, concrete construction tolerances shall be in accordance with 5 this section. Tolerances in this section do not apply to cement concrete pavement. 6 7 Horizontal deviation of roadway crown points, cross-slope break points, and curb, 8 barrier or railing edges from alignment or work line: ±1.0 inch 9 10 Deviation from plane: ±0.5 inch in 10 feet 11 12 Deviation from plane for roadway surfaces: ±0.25 inch in 10 feet 13 14 Deviation from plumb or specified batter: ±0.5 inch in 10 feet, but not to exceed a total 15 of ±1.5 inches 16 17 Vertical deviation from profile grade for roadway surfaces: ±1 inch 18 19 Vertical deviation of top surfaces (except roadway surfaces): ±0.75 inch 20 21 Thickness of bridge decks and other structural slabs not at grade: ±0.25 inch 22 23 Length, width and thickness of elements such as columns, beams, crossbeams, 24 diaphragms, corbels, piers, abutments and walls, including dimensions to construction 25 joints in initial placements: +0.5 inch, -0.25 inch 26 27 Length, width and thickness of spread footing foundations: +2 inches, -0.5 inch 28 29 Horizontal location of the as-placed edge of spread footing foundations: The greater of 30 ±2% of the horizontal dimension of the foundation perpendicular to the edge and ±0.5 31 inch. However, the tolerance shall not exceed ±2 inches. 32 33 Location of opening, insert or embedded item at concrete surface: ±0.5 inch 34 35 Cross-sectional dimensions of opening: ±0.5 inch 36 37 Bridge deck, bridge approach slab, and bridge traffic barrier expansion joint gaps with a 38 specified temperature range, measured at a stable temperature: ±0.25 inch 39 40 Horizontal deviation of centerline of bearing pad, oak block or other bearing assembly: 41 ±0.125 inch 42 43 Horizontal deviation of centerline of supported element from centerline of bearing pad, 44 oak block or other bearing assembly ±0.25 inch 45 46 Vertical deviation of top of bearing pad, oak block or other bearing assembly: ±0.125 47 inch 48

49 6-02.3(10)C Finishing Equipment 50 The first paragraph is revised to read: 51 52

Page 278: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

The finishing machine shall be self-propelled and be capable of forward and reverse 1 movement under positive control. The finishing machine shall be equipped with augers 2 and a rotating cylindrical single or double drum screed. The finishing machine shall 3 have the necessary adjustments to produce the required cross section, line, and grade. 4 The finishing machine shall be capable of raising the screeds, augers, and any other 5 parts of the finishing mechanical operation to clear the screeded surface, and returning 6 to the specified grade under positive control. Unless otherwise allowed by the Engineer, 7 a finishing machine manufacturer technical representative shall be on site to assist the 8 first use of the machine on the Contract. 9

10 The first sentence of the second paragraph is revised to read: 11 12

For bridge deck widening of 20 feet or less, and for bridge approach slabs, or where 13 jobsite conditions do not allow the use of the conventional configuration finishing 14 machines, or modified conventional machines as described above; the Contractor may 15 submit a Type 2 Working Drawing proposing the use of a hand-operated motorized 16 power screed such as a “Texas” or “Bunyan” screed. 17

18 6-02.3(10)D4 Monitoring Bridge Deck Concrete Temperature After Placement 19 This section, including title, is revised to read: 20 21

6-02.3(10)D4 Vacant 22 23 6-02.3(10)D5 Bridge Deck Concrete Finishing and Texturing 24 In the third subparagraph of the first paragraph, the last sentence is revised to read: 25 26

The Contractor shall texture the bridge deck surface to within 3-inches minimum and 27 24-inches maximum of the edge of concrete at expansion joints, within 1-foot minimum 28 and 2-feet maximum of the curb line, and within 3-inches minimum and 9-inches 29 maximum of the perimeter of bridge drain assemblies. 30

31 6-02.3(10)F Bridge Approach Slab Orientation and Anchors 32 The second to last paragraph is revised to read: 33 34

The compression seal shall be a 2½ inch wide gland and shall conform to Section 9-35 04.1(4). 36

37 The last paragraph is deleted. 38 39 6-02.3(13)A Strip Seal Expansion Joint System 40 In item number 3 of the third paragraph, “Federal Standard 595” is revised to read “SAE 41 AMS Standard 595”. 42 43 6-02.3(13)B Compression Seal Expansion Joint System 44 The first paragraph is revised to read: 45 46

Compression seal glands shall conform to Section 9-04.1(4) and be sized as shown in 47 the Plans. 48

49 6-02.3(14)C Pigmented Sealer for Concrete Surfaces 50 This section is supplemented with the following new paragraph: 51 52

Page 279: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Pigmented Sealer Materials shall be a product listed in the current WSDOT Qualified 1 Products List (QPL). If the pigmented sealer material is not listed in the current WSDOT 2 QPL, a sample shall be submitted to the State Materials Laboratory in Tumwater for 3 evaluation and acceptance in accordance with Section 9-08.3. 4

5 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 6 The second, third and fourth paragraphs are revised to read: 7 8

Grout shall be a workable mix with a viscosity that is suitable for the intended 9 application. Grout shall not be placed outside of the manufacturer recommended range 10 of thickness. The Contractor shall receive concurrence from the Engineer before using 11 the grout. 12 13 Field grout cubes and cylinders shall be fabricated and tested in accordance with 14 Section 9-20.3 when requested by the Engineer, but not less than once per bridge pier 15 or once per day. 16 17 Before placing grout, the substrate on which it is to be placed shall be prepared as 18 recommended by the manufacturer to ensure proper bonding. The grout shall be cured 19 as recommended by the manufacturer. The grout may be loaded when a minimum of 20 4,000 psi compressive strength is attained. 21

22 The fifth paragraph is deleted. 23 24 6-02.3(23) Opening to Traffic 25 This section is supplemented with the following new paragraph: 26 27

After curing bridge approach slabs in accordance with Section 6-02.3(11), the 28 bridge approach slabs may be opened to traffic when a minimum compressive strength 29 of 2,500 psi is achieved. 30

31 6-02.3(24)C Placing and Fastening 32 This section is revised to read: 33 34

The Contractor shall position reinforcing steel as the Plans require and shall ensure that 35 the steel is set within specified tolerances. Adjustments to reinforcing details outside of 36 specified tolerances to avoid interferences and for other purposes are acceptable when 37 approved by the Engineer. 38 39 When spacing between bars is 1 foot or more, they shall be tied at all intersections. 40 When spacing is less than 1 foot, every other intersection shall be tied. If the Plans 41 require bundled bars, they shall be tied together with wires at least every 6 feet. All 42 epoxy-coated bars in the top mat of the bridge deck shall be tied at all intersections, 43 however they may be tied at alternate intersections when spacing is less than 1 foot in 44 each direction and they are supported by continuous supports meeting all other 45 requirements of supports for epoxy-coated bars. Other epoxy-coated bars shall also be 46 tied at all intersections, but shall be tied at alternate intersections when spacing is less 47 than 1 foot in each direction. Wire used for tying epoxy-coated reinforcing steel shall be 48 plastic coated. Tack welding is not permitted on reinforcing steel. 49 50

Page 280: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Abrupt bends in the steel are permitted only when one steel member bends around 1 another. Vertical stirrups shall pass around main reinforcement or be firmly attached to 2 it. 3 4 For slip-formed concrete, the reinforcing steel bars shall be tied at all intersections and 5 cross braced to keep the cage from moving during concrete placement. Cross bracing 6 shall be with additional reinforcing steel. Cross bracing shall be placed both 7 longitudinally and transversely. 8 9 After reinforcing steel bars are placed in a traffic or pedestrian barrier and prior to slip-10 form concrete placement, the Contractor shall check clearances and reinforcing steel 11 bar placement. This check shall be accomplished by using a template or by operating 12 the slip-form machine over the entire length of the traffic or pedestrian barrier. All 13 clearance and reinforcing steel bar placement deficiencies shall be corrected by the 14 Contractor before slip-form concrete placement. 15

16 Precast concrete supports (or other accepted devices) shall be used to maintain the 17 concrete coverage required by the Plans. The precast concrete supports shall: 18

19 1. Have a bearing surface measuring not greater than 2 inches in either dimension, 20

and 21 22 2. Have a compressive strength equal to or greater than that of the concrete in which 23

they are embedded. 24 25

In slabs, each precast concrete support shall have either: (1) a grooved top that will hold 26 the reinforcing bar in place, or (2) an embedded wire that protrudes and is tied to the 27 reinforcing steel. If this wire is used around epoxy-coated bars, it shall be coated with 28 plastic. 29

30 Precast concrete supports may be accepted based on a Manufacturer’s Certificate of 31 Compliance. 32

33 In lieu of precast concrete supports, the Contractor may use metal or all-plastic supports 34 to hold uncoated bars. Any surface of a metal support that will not be covered by at 35 least ½ inch of concrete shall be one of the following: 36 37

1. Hot-dip galvanized after fabrication in keeping with AASHTO M232 Class D; 38 39 2. Coated with plastic firmly bonded to the metal. This plastic shall be at least 40

3⁄32 inch thick where it touches the form and shall not react chemically with the 41 concrete when tested in the State Materials Laboratory. The plastic shall not 42 shatter or crack at or above -5°F and shall not deform enough to expose the 43 metal at or below 200°F; or 44

45 3. Stainless steel that meet the requirements of ASTM A493, Type 302. Stainless 46

steel chair supports are not required to be galvanized or plastic coated. 47 48

In lieu of precast concrete supports, epoxy-coated reinforcing bars may be supported by 49 one of the following: 50 51

Page 281: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1. Metal supports coated entirely with a dielectric material such as epoxy or 1 plastic, 2

3 2. Other epoxy-coated reinforcing bars, or 4 5 3. All-plastic supports. 6

7 Damaged coatings on metal bar supports shall be repaired prior to placing concrete. 8 9 All-plastic supports shall be lightweight, non-porous, and chemically inert in concrete. 10 All-plastic supports shall have rounded seatings, shall not deform under load during 11 normal temperatures, and shall not shatter or crack under impact loading in cold 12 weather. All-plastic supports shall be placed at spacings greater than 1 foot along the 13 bar and shall have at least 25 percent of their gross place area perforated to 14 compensate for the difference in the coefficient of thermal expansion between plastic 15 and concrete. The shape and configuration of all-plastic supports shall permit complete 16 concrete consolidation in and around the support. 17 18 A “mat” is two adjacent and perpendicular layers of reinforcing steel. In bridge decks, 19 top and bottom mats shall be supported adequately enough to hold both in their proper 20 positions. If bar supports directly support, or are directly supported on No. 4 bars, they 21 shall be spaced at not more than 3-foot intervals (or not more than 4-foot intervals for 22 bars No. 5 and larger). Wire ties to girder stirrups shall not be considered as supports. 23 To provide a rigid mat, the Contractor shall add other supports and tie wires to the top 24 mat as needed. 25 26 Unless noted otherwise, the minimum concrete cover for main reinforcing bars shall be: 27 28

3 inches to a concrete surface deposited against earth without intervening forms. 29 30 2½ inches to the top surface of a concrete bridge deck or bridge approach slab. 31 32 2 inches to a concrete surface when not specified otherwise in this section or in the 33 Contract documents. 34 35 1½ inches to a concrete barrier or curb surface. 36

37 Except for top cover in bridge decks and bridge approach slabs, minimum concrete 38 cover to ties and stirrups may be reduced by ½ inch but shall not be less than 1 inch. 39 Minimum concrete cover shall also be provided to the outermost part of mechanical 40 splices and headed steel reinforcing bars. 41 42 Reinforcing steel bar location, concrete cover and clearance shall not vary more than 43 the following tolerances from what is specified in the Contract documents: 44 45

Reinforcing bar location for members 12 inches or less in thickness: ±0.25 inch 46 47 Reinforcing bar location for members greater than 12 inches in thickness: ±0.375 48 inch 49 50

Page 282: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Reinforcing bar location for bars placed at equal spacing within a plane: the greater 1 of either ±1 inch or ±1 bar diameter within the plane. The total number of bars shall 2 not be fewer than that specified. 3 4 The clearance between reinforcement shall not be less than the greater of the bar 5 diameter or 1 inch for unbundled bars. For bundled bars, the clearance between 6 bundles shall not be less than the greater of 1 inch or a bar diameter derived from 7 the equivalent total area of all bars in the bundle. 8 9 Longitudinal location of bends and ends of bars: ±1 inch 10 11 Embedded length of bars and length of bar lap splices: 12 13

No. 3 through No. 11: -1 inch 14 15 No. 14 through No. 18: -2 inches 16

17 Concrete cover measured perpendicular to concrete surface (except for the top 18 surface of bridge decks, bridge approach slabs and other roadway surfaces): ±0.25 19 inch 20 21 Concrete cover measured perpendicular to concrete surface for the top surface of 22 bridge decks, bridge approach slabs and other roadway surfaces: +0.25 inch, -0 23 inch 24

25 Before placing any concrete, the Contractor shall: 26 27

1. Clean all mortar from reinforcement, and 28 29 2. Obtain the Engineer’s permission to place concrete after the Engineer has 30

inspected the placement of the reinforcing steel. (Any concrete placed without 31 the Engineer’s permission shall be rejected and removed.) 32

33 6-02.3(25)H Finishing 34 The last paragraph is revised to read: 35 36

The Contractor may repair defects in prestressed concrete girders in accordance with 37 Section 6-01.16. 38

39 6-02.3(25)I Fabrication Tolerances 40 Item number 12 of the first paragraph is revised to read: 41 42

12. Stirrup Projection from Top of Girder: 43 44

Wide flange thin deck and slab girders: ½ inch 45 46 All other girders: ¾ inch 47

48 6-02.3(27) Concrete for Precast Units 49 The last sentence of the first paragraph is revised to read: 50 51

Page 283: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Type III portland cement or blended hydraulic cement is permitted to be used in precast 1 concrete units. 2

3 6-02.3(28)B Casting 4 In the second paragraph, the reference to Section 6-02.3(25)B is revised to read Section 6-5 02.3(25)C. 6 7 6-02.3(28)D Contractors Control Strength 8 In the first paragraph, “WSDOT FOP for AASHTO T 23” is revised to read “FOP for AASHTO 9 T 23”. 10 11 6-02.3(28)E Finishing 12 This section is supplemented with the following: 13 14

The Contractor may repair defects in precast panels in accordance with Section 6-15 01.16. 16

17 6-03.AP6 18 Section 6-03, Steel Structures 19 January 7, 2019 20

6-03.2 Materials 21 In the first paragraph, the material reference for Paints is revised to read: 22 23

Paints and Related Materials 9-08 24 25 6-03.3(25)A3 Ultrasonic Inspection 26 The first paragraph (up until the colon) is revised to read: 27 28

Complete penetration groove welds on plates 5/16 inch and thicker in the following 29 welded assemblies or Structures shall be 100 percent ultrasonically inspected: 30

31 6-03.3(33) Bolted Connections 32 The first paragraph is supplemented with the following: 33 34

After final tightening of the fastener components, the threads of the bolts shall at a 35 minimum be flush with the end of the nut. 36

37 The following is inserted after the third sentence of the fourth paragraph: 38 39

When galvanized bolts are specified, tension-control galvanized bolts are not permitted. 40 41 6-05.AP6 42 Section 6-05, Piling 43 January 2, 2018 44

6-05.3(9)A Pile Driving Equipment Approval 45 The fourth sentence of the second paragraph is revised to read: 46 47

Page 284: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

For prestressed concrete piles, the allowable driving stress in kips per square inch shall 1 be 0.095 ∙ ′ plus prestress in tension, and 0.85f’c minus prestress in compression, 2 where f’c is the concrete compressive strength in kips per square inch. 3

4 6-07.AP6 5 Section 6-07, Painting 6 January 7, 2019 7

6-07.1 Description 8 The first sentence is revised to read: 9 10

This work consists of containment, surface preparation, shielding adjacent areas from 11 work, testing and disposing of debris, furnishing and applying paint, and cleaning up 12 after painting is completed. 13

14 6-07.2 Materials 15 The material reference for Paint is revised to read: 16 17

Paint and Related Materials 9-08 18 19 6-07.3(1)A Work Force Qualifications for Shop Application of Paint 20 This section is supplemented with the following new sentence: 21 22

The work force may be accepted based on the approved facility. 23 24 6-07.3(1)B Work Force Qualifications for Field Application of Paint 25 The first two paragraphs are revised to read: 26 27

The Contractor preparing the surface and applying the paint shall be certified under 28 SSPC‑QP 1 or NACE International Institute Contractor Accreditation Program (NIICAP) 29 AS 1. 30 31 The Contractor removing and otherwise disturbing existing paint containing lead and 32 other hazardous materials shall be certified under SSPC-QP 2, Category A or NIICAP 33 AS 2. 34

35 The third paragraph (up until the colon) is revised to read: 36 37

In lieu of the above SSPC or NIICAP certifications, the Contractor performing the 38 specified work shall complete both of the following actions: 39

40 Item number 2 of the third paragraph is revised to read: 41 42

2. The Contractor’s quality control inspector(s) for the project shall be NACE-certified 43 CIP Level 3 or SSPC Protective Coating Inspector (PCI) Level 3. 44

45 6-07.3(2) Submittals 46 The first paragraph is supplemented with the following: 47 48

Each component of the plan shall identify the specification section it represents. 49 50

Page 285: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

6-07.3(2)B Contractor’s Quality Control Program Submittal Component 1 The numbered list in the first paragraph is revised to read: 2 3

1. Description of the inspection procedures, tools, techniques and the acceptance 4 criteria for all phases of work. 5

6 2. Procedure for implementation of corrective action for non-conformance work. 7 8 3. The paint system manufacturer’s recommended methods of preventing defects. 9 10 4. The Contractor’s frequency of quality control inspection for each phase of work. 11 12 5. Example of each completed form(s) of the daily quality control report used to 13

document the inspection work and tests performed by the Contractor’s quality 14 control personnel. 15

16 6-07.3(2)C Paint System Manufacturer and Paint System Information Submittal 17 Component 18 Item number 1 is revised to read: 19 20

1. Product data sheets and Safety Data Sheets (SDS) on the paint materials, paint 21 preparation, and paint application, as specified by the paint manufacturer, 22 including: 23

24 a. All application instructions, including the mixing and thinning directions. 25 26 b. Recommended spray nozzles and pressures. 27 28 c. Minimum and maximum drying time between coats. 29 30 d. Restrictions on temperature and humidity. 31 32 e. Repair procedures for shop and field applied coatings. 33 34 f. Maximum dry film thickness for each coat. 35 36 g. Minimum wet film thickness for each coat to achieve the specified minimum 37

dry film thickness. 38 39 6-07.3(2)D Hazardous Waste Containment, Collection, Testing, and Disposal 40 Submittal Component 41 The first paragraph (up until the colon) is revised to read: 42 43

The hazardous waste containment, collection, testing, and disposal shall meet all 44 Federal and State requirements, and the submittal component of the painting plan shall 45 include the following: 46

47 6-07.3(2)E Cleaning and Surface Preparation Submittal Component 48 Item 1(b) of the first paragraph is revised to read:: 49 50

b. Type, manufacturer, and brand of abrasive blast material and all associated 51 additives, including Safety Data Sheets (SDS). 52

Page 286: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 6-07.3(3)B Quality Control and Quality Assurance for Field Application of Paint 2 The last sentence of the first paragraph (excluding the numbered list) is revised to read: 3 4

The Contractor’s quality control operations shall include a minimum monitoring and 5 documenting the following for each working day: 6

7 Item number 1 in the fourth paragraph is revised to read: 8 9

1. Environmental conditions for painting in accordance with ASTM E 337. 10 11 Item number 4 in the fourth paragraph is revised to read: 12 13

4. Pictorial of surface preparation guides in accordance with SSPC-VIS 1, 3, 4, and 5. 14 15 Item number 5 in the fourth paragraph is revised to read: 16 17

5. Surface profile by Keanne-Tator comparator in accordance with ASTM D 4417 and 18 SSPC PA17. 19

20 6-07.3(4) Paint System Manufacturer’s Technical Representative 21 This section is revised to read: 22 23

The paint system manufacturer’s representative shall be present at the jobsite for the 24 pre-painting conference and for the first day of paint application, and shall be available 25 to the Contractor and Contracting Agency for consultation for the full project duration. 26

27 6-07.3(5) Pre-Painting Conference 28 The second paragraph is revised to read: 29 30

If the Contractor’s key personnel change between any work operations, an additional 31 conference shall be held if requested by the Engineer. 32

33 6-07.3(6)A Paint Containers 34 In item number 2 of the first paragraph, “Federal Standard 595” is revised to read “SAE AMS 35 Standard 595”. 36 37 6-07.3(6)B Paint Storage 38 Item number 2 of the second paragraph is revised to read: 39 40

2. The Contractor shall monitor and document daily the paint material storage facility 41 with a high-low recording thermometer device. 42

43 6-07.3(7) Paint Sampling and Testing 44 The first two paragraphs are revised to read: 45 46

The Contractor shall provide the Engineer 1 quart of each paint representing each lot. 47 Samples shall be accompanied with a Safety Data Sheet. 48 49 If the quantity of paint required for each component of the paint system for the entire 50 project is 20 gallons or less, then the paint system components will be accepted as 51 specified in Section 9-08.1(7). 52

Page 287: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 6-07.3(8)A Paint Film Thickness Measurement Gages 2 The first paragraph is revised to read: 3 4

Paint dry film thickness measurements shall be performed with either a Type 1 pull-off 5 gage or a Type 2 electronic gage as specified in SSPC Paint Application Specification 6 No. 2, Procedure for Determining Conformance to Dry Coating Thickness 7 Requirements. 8

9 6-07.3(9) Painting New Steel Structures 10 The last sentence of the second paragraph is revised to read: 11 12

Welded shear connectors are not required to painted. 13 14 The last paragraph is revised to read: 15 16

Temporary attachments or supports for scaffolding, containment or forms shall not 17 damage the paint system. 18

19 6-07.3(9)A Paint System 20 The first paragraph is revised to read: 21 22

The paint system applied to new steel surfaces shall consist of the following: 23 24

Option 1 (component based paint system): 25 26

Primer Coat – Inorganic Zinc Rich 9-08.1(2)C 27 Intermediate Coat – Moisture Cured Polyurethane 9-08.1(2)G 28 Intermediate Stripe Coat – Moisture Cured Polyurethane 9-08.1(2)G 29 Top Coat – Moisture Cured Polyurethane 9-08.1(2)H 30 31

Option 2 (performance based paint system): 32 33

Primer Coat – Inorganic Zinc Rich 9-08.1(2)M 34 Intermediate Coat – Epoxy 9-08.1(2)M 35 Intermediate Stripe Coat – Epoxy 9-08.1(2)M 36 Top Coat – Polyurethane 9-08.1(2)M 37

38 The following new paragraph is inserted after the first paragraph: 39 40

Paints and related materials shall be products listed in the current WSDOT Qualified 41 Products List (QPL). Component based paint systems shall be listed on the QPL in the 42 applicable sections of Section 9-08. Performance based systems shall be listed on the 43 current Northeast Protective Coatings Committee (NEPCOAT) Qualified Products List 44 “A” as listed on the WSDOT QPL in Section 9-08.1(2)M. If the paint and related 45 materials for the component based system is not listed in the current WSDOT QPL, a 46 sample shall be submitted to the State Materials Laboratory in Tumwater for evaluation 47 and acceptance in accordance with Section 9-08. 48

49 6-07.3(9)C Mixing and Thinning Paint 50 This section is revised to read: 51 52

Page 288: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

The Contractor shall thoroughly mix paint in accordance with the manufacturer’s written 1 recommendations and by mechanical means to ensure a uniform and lump free 2 composition. Paint shall not be mixed by means of air stream bubbling or boxing. Paint 3 shall be mixed in the original containers and mixing shall continue until all pigment or 4 metallic powder is in suspension. Care shall be taken to ensure that the solid material 5 that has settled to the bottom of the container is thoroughly dispersed. After mixing, the 6 Contractor shall inspect the paint for uniformity and to ensure that no unmixed pigment 7 or lumps are present. 8 9 Catalysts, curing agents, hardeners, initiators, or dry metallic powders that are 10 packaged separately may be added to the base paint in accordance with the paint 11 manufacturer’s written recommendations and only after the paint is thoroughly mixed to 12 achieve a uniform mixture with all particles wetted. The Contractor shall then add the 13 proper volume of curing agent to the correct volume of base and mix thoroughly. The 14 mixture shall be used within the pot life specified by the manufacturer. Unused portions 15 shall be discarded at the end of each work day. Accelerants are not permitted except as 16 allowed by the Engineer. 17 18 The Contractor shall not add additional thinner at the application site except as allowed 19 by the Engineer. The amount and type of thinner, if allowed, shall conform to the 20 manufacturer’s specifications. If recommended by the manufacturer and allowed by the 21 Engineer, a measuring cup shall be used for the addition of thinner to any paint with 22 graduations in ounces. No un-measured addition of thinner to paint will be allowed. Any 23 paint found to be thinned by unacceptable methods will be rejected. 24 25 When recommended by the manufacturer, the Contractor shall constantly agitate paint 26 during application by use of paint pots equipped with mechanical agitators. 27 28 The Contractor shall strain all paint after mixing to remove undesirable matter, but 29 without removing the pigment or metallic powder. 30 31 Paint shall be stored and mixed in a secure, contained location to eliminate the potential 32 for spills into State waters and onto the ground and highway surfaces. 33

34 6-07.3(9)D Coating Thickness 35 This section is revised to read: 36 37

Dry film thickness shall be measured in accordance with SSPC Paint Application 38 Specification No. 2, Procedure for Determining Conformance to Dry Coating Thickness 39 Requirements. 40 41 The minimum dry film thickness of the primer coat shall not be less than 2.5 mils. 42 43 The minimum dry film thickness of each coat (combination of intermediate and 44 intermediate stripe, and top) shall be not less than 3.0 mils. 45 46 The dry film thickness of each coat shall not be thicker than the paint manufacturer’s 47 recommended maximum thickness. 48 49 The minimum wet film thickness of each coat shall be specified by the paint 50 manufacturer to achieve the minimum dry film thickness. 51 52

Page 289: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Film thickness, wet and dry, will be measured by gages conforming to Section 6-1 07.3(8)A. 2 3 Wet measurements will be taken immediately after the paint is applied in accordance 4 with ASTM D4414. Dry measurements will be taken after the coating is dry and hard in 5 accordance with SSPC Paint Application Specification No. 2. 6 7 Each painter shall be equipped with wet film thickness gages and shall be responsible 8 for performing frequent checks of the paint film thickness throughout application. 9 10 Coating thickness measurements may be made by the Engineer after the application of 11 each coat and before the application of the succeeding coat. In addition, the Engineer 12 may inspect for uniform and complete coverage and appearance. One hundred percent 13 of all thickness measurements shall meet or exceed the minimum wet film thickness. In 14 areas where wet film thickness measurements are impractical, dry film thickness 15 measurements may be made. If a question arises about an individual coat’s thickness 16 or coverage, it may be verified by the use of a Tooke gage in accordance with ASTM 17 D4138. 18 19 If the specified number of coats does not produce a combined dry film thickness of at 20 least the sum of the thicknesses required per coat, if an individual coat does not meet 21 the minimum thickness, or if visual inspection shows incomplete coverage, the coating 22 system will be rejected and the Contractor shall discontinue painting and surface 23 preparation operations and shall submit a Type 2 Working Drawing of the repair 24 proposal. The repair proposal shall include documentation demonstrating the cause of 25 the less-than-minimum thickness, along with physical test results, as necessary, and 26 modifications to Work methods to prevent similar results. The Contractor shall not 27 resume painting or surface preparation operations until receiving the Engineer’s 28 acceptance of the completed repair. 29

30 6-07.3(9)E Surface Temperature Requirements Prior to Application of Paint 31 This section, including title, is revised to read: 32 33

6-07.3(9)E Environmental Condition Requirements Prior to Application of Paint 34 Paint shall be applied only during periods when: 35 36

1. Air and steel temperatures are in accordance with the paint manufacturer’s 37 recommendations but in no case less than 35°F nor greater than 115°F. 38

39 2. Steel surface temperature is a minimum of 5°F above the dew point. 40 41 3. Steel surface is not wet. 42 43 4. Relative humidity is within the manufacturer’s recommended range. 44 45 5. The anticipated ambient temperature will remain above 35°F or the 46

manufacturer’s minimum temperature, whichever is greater, during the paint 47 drying and curing period. 48

49 Application will not be allowed if conditions are not favorable for proper application and 50 performance of the paint. 51 52

Page 290: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Paint shall not be applied when weather conditions are unfavorable to proper curing. If a 1 paint system manufacturer’s recommendations allow for application of a paint under 2 environmental conditions other than those specified, the Contractor shall submit a Type 3 2 Working Drawing consisting of a letter from the paint manufacturer specifying the 4 environmental conditions under which the paint can be applied. Application of paint 5 under environmental conditions other than those specified in this section will not be 6 allowed without the Engineer’s concurrence. 7 8

9 6-07.3(9)F Shop Surface Cleaning and Preparation 10 The last sentence is revised to read: 11 12

The entire steel surface to be painted, including surfaces specified in Section 6-13 07.3(9)G to receive a mist coat of primer, shall be cleaned to a near white condition in 14 accordance with SSPC-SP 10, Near-white Metal Blast Cleaning, and shall be in this 15 condition immediately prior to paint application. 16

17 6-07.3(9)G Application of Shop Primer Coat 18 The first paragraph is supplemented with the following: 19 20

Repairs of the shop primer coat shall be prepared in accordance with the painting plan. 21 Shop primer coat repair paint shall be selected from the approved component based or 22 performance based paint system in accordance with Section 6-07.3(10)H. 23

24 6-07.3(9)H Containment for Field Coating 25 This section is revised to read: 26 27

The Contractor shall use a containment system in accordance with Section 6-07.3(10)A 28 for surface preparation and prime coating of all uncoated areas remaining, including 29 bolts, nuts, washers, and splice plates. 30 31 During painting operations of the intermediate, stripe and top coats the Contractor shall 32 furnish, install, and maintain drip tarps below the areas to be painted to contain all 33 spilled paint, buckets, brushes, and other deleterious material, and prevent such 34 materials from reaching the environment below or adjacent to the structure being 35 painted. Drip tarps shall be absorbent material and hung to minimize puddling. The 36 Contractor shall evaluate the project-specific conditions to determine the specific type 37 and extent of containment needed to control the paint emissions and shall submit a 38 containment plan in accordance with Section 6-07.3(2). 39

40 6-07.3(9)I Application of Field Coatings 41 This section is revised to read: 42 43

An on-site supervisor shall be present for each work shift at the bridge site. 44 45 Upon completion of erection Work, all uncoated or damaged areas remaining, including 46 bolts, nuts, washers, and splice plates, shall be prepared in accordance with Section 6-47 07.3(9)F, followed by a field primer coat of a zinc-rich primer and final coats of paint 48 selected from the approved component or performance based paint system in 49 accordance with Section 6-07.3(10)H. . The intermediate, intermediate stripe, and top 50 coats shall be applied in accordance with the manufacturer’s written recommendations. 51 52

Page 291: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Upon completion of erection Work, welds for steel column jackets may be prepared in 1 accordance with SSPC-SP 15, Commercial Grade Power Tool Cleaning. 2 3 The minimum drying time between coats shall be as shown in the product data sheets, 4 but not less than 12 hours. The Contractor shall determine whether the paint has cured 5 sufficiently for proper application of succeeding coats. 6 7 The maximum time between intermediate and top coats shall be in accordance with the 8 manufacturer’s written recommendations. If the maximum time between coats is 9 exceeded, all newly coated surfaces shall be prepared to SSPC-SP 7, Brush-off Blast 10 Cleaning, and shall be repainted with the same paint that was cleaned, at no additional 11 cost to the Contracting Agency. 12 13 Each coat shall be applied in a uniform layer, completely covering the preceding coat. 14 The Contractor shall correct runs, sags, skips, or other deficiencies before application of 15 succeeding coats. Such corrective work may require re-cleaning, application of 16 additional paint, or other means as determined by the Engineer, at no additional cost to 17 the Contracting Agency. 18 19 Dry film thickness measurements will be made in accordance with Section 6-07.3(9)D. 20 21 All paint damage that occurs shall be repaired in accordance with the manufacturer’s 22 written recommendations. On bare areas or areas of insufficient primer thickness, the 23 repair shall include field-applied zinc-rich primer and the final coats of paint selected 24 from the approved component or performance based paint system in accordance with 25 Section 6-07.3(10)H. On areas where the primer is at least equal to the minimum 26 required dry film thickness, the repair shall include the application of the final two coats 27 of the paint system. All paint repair operations shall be performed by the Contractor at 28 no additional cost or time to the Contracting Agency. 29

30 6-07.3(10)A Containment 31 The first sentence of the third paragraph is revised to read: 32 33

Emissions shall be assessed by Visible Emission Observations (Method A) in SSPC 34 Technology Update No. 7, Conducting Ambient Air, Soil, and Water Sampling of 35 Surface Preparation and Paint Disturbance Activities, Section 6.2 and shall be limited to 36 the Level A Acceptance Criteria Option Level 0 Emissions standard. 37

38 6-07.3(10)D Surface Preparation Prior to Overcoat Painting 39 The first paragraph is revised to read: 40 41

The Contractor shall remove any visible oil, grease, and road tar in accordance with 42 SSPC-SP 1, Solvent Cleaning. 43

44 The second paragraph is revised to read: 45 46

Following any preparation by SSPC-SP1, all steel surfaces to be painted shall be 47 prepared in accordance with SSPC-SP 7, Brush-off Blast Cleaning. Surfaces 48 inaccessible to brush-off blast shall be prepared in accordance with SSPC-SP 3, Power 49 Tool Cleaning, as allowed by the Engineer. 50

51 The first sentence of the third paragraph is revised to read: 52

Page 292: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 Following brush-off blast cleaning, the Contractor shall perform spot abrasive blast 2 cleaning in accordance with SSPC-SP 6, Commercial Blast Cleaning. 3

4 The second to last sentence of the third paragraph is revised to read: 5 6

For small areas, as allowed by the Engineer, the Contractor may substitute cleaning in 7 accordance with SSPC-SP 15, Commercial Grade Power Tool Cleaning. 8

9 6-07.3(10)G Treatment of Pack and Rust Gaps 10 The second paragraph is revised to read: 11 12

Pack rust forming a gap between steel surfaces of ⅟16 to ¼ inch shall be cleaned to a 13 depth of at least one half of the gap width. The gaps shall be cleaned and prepared in 14 accordance with SSPC-SP6. The cleaned gap shall be treated with rust penetrating 15 sealer, prime coated, and then caulked to form a watertight seal along the top edge and 16 the two sides of the steel pieces involved, using the rust penetrating sealer and caulk as 17 accepted by the Engineer. The bottom edge or lowest edge of the steel pieces involved 18 shall not be caulked. 19

20 The third paragraph is supplemented with the following: 21 22

Caulk shall be a single-component urethane sealant conforming to Section 9-08.7. 23 24 The fifth paragraph is revised to read: 25 26

At locations where gaps between steel surfaces exceed ¼ inch, the Contractor shall 27 clean and prepare the gap in accordance SSPC-SP6, apply the rust penetrating sealer, 28 apply the prime coat, and then fill the gap with foam backer rod material as accepted by 29 the Engineer. The foam backer rod material shall be of sufficient diameter to fill the 30 crevice or gap. The Contractor shall apply caulk over the foam backer rod material to 31 form a watertight seal. 32

33 This section is supplemented with the following new paragraph: 34 35

Caulk and backer rod, if needed, shall be placed prior to applying the top coat. The 36 Contractor, with the concurrence of the Engineer, may apply the rust penetrating sealer 37 after application of the prime coat provided the primer is removed in the areas to be 38 sealed. The areas to be sealed shall be re-cleaned and re-prepared in accordance with 39 SSPC-SP6. 40

41 6-07.3(10)H Paint System 42 The first paragraph is revised to read: 43 44

The paint system applied to existing steel surfaces shall consist of the following five-45 coat system: 46 47

Option 1 (component based system): 48 49

Primer Coat – Zinc-filled Moisture Cured Polyurethane 9-08.1(2)F 50 Primer Stripe Coat - Moisture Cured Polyurethane 9-08.1(2)F 51 Intermediate Coat - Moisture Cured Polyurethane 9-08.1(2)G 52

Page 293: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Intermediate Stripe Coat - Moisture Cured Polyurethane 9-08.1(2)G 1 Top Coat - Moisture Cured Polyurethane 9-08.1(2)H 2 3

Option 2 (performance based system): 4 5

Primer Coat – Zinc-rich Epoxy 9-08.1(2)N 6 Primer Stripe Coat – Epoxy 9-08.1(2)N 7 Intermediate Coat – Epoxy 9-08.1(2)N 8 Intermediate Stripe Coat – Epoxy 9-08.1(2)N 9 Top Coat – Polyurethane 9-08.1(2)N 10

11 The following new paragraph is inserted after the first paragraph: 12 13

Paints and related materials shall be a product listed in the current WSDOT Qualified 14 Products List (QPL). Component based paint systems shall be listed on the QPL in the 15 applicable sections of Section 9-08. Performance based systems shall be listed on the 16 current Northeast Protective Coatings Committee (NEPCOAT) Qualified Products List 17 “B” as listed on the WSDOT QPL in Section 9-08.1(2)N. If the paint and related material 18 for the component based system is not listed in the current WSDOT QPL, a sample 19 shall be submitted to the State Materials Laboratory in Tumwater for evaluation and 20 acceptance in accordance with Section 9-08. 21

22 6-07.3(10)J Mixing and Thinning Paint 23 This section is revised to read: 24 25

Mixing and thinning paint shall be in accordance with Section 6-07.3(9)C. 26 27 6-07.3(10)K Coating Thickness 28 This section is revised to read: 29 30

Coating thickness shall be in accordance with Section 6-07.3(9)D except the minimum 31 dry film thickness of each coat (combination of primer and primer stripe, combination of 32 intermediate and intermediate stripe, and top) shall not be less than 3.0 mils. 33

34 6-07.3(10)L Environmental Condition Requirements Prior to Application of 35 Paint 36 This section is revised to read: 37 38

Environmental conditions shall be in accordance with Section 6-07.3(9)E. 39 40 6-07.3(10)M Steel Surface Condition Requirements Prior to Application of 41 Paint 42 The third paragraph is revised to read: 43 44

Edges of existing paint shall be feathered in accordance with SSPC-PA 1, Shop, Field, 45 and Maintenance Coating of Metals, Note 15.20. 46

47 6-07.3(10)N Field Coating Application Methods 48 The third sentence is revised to read: 49 50

The Contractor may apply stripe coat paint using spray or brush but shall follow spray 51 application using a brush to ensure complete coverage around structural geometric 52

Page 294: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

irregularities and to push the paint into gaps between existing steel surfaces and around 1 rivets and bolts. 2

3 6-07.3(10)O Applying Field Coatings 4 The second to last paragraph is revised to read: 5 6

Each application of primer, primer stripe, intermediate, intermediate stripe, and top coat 7 shall be considered as separately applied coats. The Contractor shall not use a 8 preceding or subsequent coat to remedy a deficiency in another coat. The Contractor 9 shall apply the top coat to at least the minimum specified top coat thickness, to provide 10 a uniform appearance and consistent finish coverage. 11

12 6-07.3(10)P Field Coating Repair 13 The second sentence is revised to read: 14 15

Repair areas shall be cleaned of all damaged paint and the system reapplied using all 16 coats typical to the paint system and shall meet the minimum coating thickness. 17

18 6-07.3(11)A Painting of Galvanized Surfaces 19 This section is revised to read: 20 21

All galvanized surfaces receiving paint shall be prepared for painting in accordance with 22 the ASTM D 6386. The method of preparation shall be brush-off in accordance with 23 SSPC-SP16 Brush-Off Blast Cleaning of Coated and Uncoated Galvanized Steel, 24 Stainless Steels, and Non-Ferrous Metals or as otherwise allowed by the Engineer. The 25 Contractor shall not begin painting until receiving the Engineer’s acceptance of the 26 prepared galvanized surface. For galvanized bolts used for replacement of deteriorated 27 existing rivets, the Contractor, with the concurrence of the Engineer and after successful 28 demonstration testing, may prepare galvanized surfaces in accordance with SSPC-SP1 29 followed by SSPC-SP2, Hand Tool Cleaning or SSPC-SP3, Power Tool Cleaning. The 30 demonstration testing shall include adhesion testing of the first coat of paint over 31 galvanized bolts, nuts, and washers or a representative galvanized surface. Adhesion 32 testing shall be performed in accordance with ASTM D 4541 for 600 psi minimum 33 adhesion. A minimum of 3 successful tests shall be performed on the galvanized 34 surface prepared and painted using the same methods and materials to be used on the 35 galvanized bolts, nuts and washers in the field. 36

37 6-07.3(11)A2 Paint Coat Materials 38 This section is revised to read: 39 40

The Contractor shall paint the dry surface as follows: 41 42

1. The first coat over a galvanized surface shall be an epoxy polyamide 43 conforming to Section 9-08.1(2)E . In the case of galvanized bolts used for 44 replacement of deteriorated existing rivets and for small surface areas less 45 than or equal to one square foot, an intermediate moisture cured polyurethane 46 conforming to Section 9-08.1(2)G may be used as a first coat. In both cases 47 the first coat shall be compatible with galvanizing and as recommended by the 48 top coat manufacturer. 49

50 2. The second coat shall be a top coat moisture cured aliphatic polyurethane 51

conforming to Section 9-08.1(2)H or a top coat polyurethane conforming to 52

Page 295: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Section 6-07.3(10)H Option 2 NEPCOAT performance based paint 1 specification compatible with the first coat as recommended by the 2 manufacturer. 3

4 Each coat shall be dry before the next coat is applied. All coats applied in the shop shall 5 be dried hard before shipment. 6

7 6-07.3(11)B Powder Coating of Galvanized Surfaces 8 This section is revised to read: 9 10

Powder coating of galvanized surfaces shall consist of the following coats: 11 12

1. The first coat shall be an epoxy powder primer coat conforming to Section 9-13 08.2. 14

15 2. The second coat shall be a polyester finish coat conforming to Section 9-08.2. 16

17 6-07.3(11)B3 Galvanized Surface Cleaning and Preparation 18 The first three paragraphs are revised to read: 19 20

Galvanized surfaces receiving the powder coating shall be cleaned and prepared for 21 coating in accordance with ASTM D 7803, and the project-specific powder coating plan. 22 23 Assemblies conforming to the ASTM D 7803 definition for newly galvanized steel shall 24 receive surface smoothing and surface cleaning in accordance with ASTM D 7803, 25 Section 5, and surface preparation in accordance with ASTM D 7803, Section 5.1.3. 26 27 Assemblies conforming to the ASTM D 7803 definition for partially weathered 28 galvanized steel shall be checked and prepared in accordance with ASTM D 7803, 29 Section 6, before then receiving surface smoothing and surface cleaning in accordance 30 with ASTM D 7803, Section 5, and surface preparation in accordance with ASTM D 31 7803, Section 5.1.3. 32

33 The fourth paragraph (up until the colon) is revised to read: 34 35

Assemblies conforming to the ASTM D 7803 definition for weathered galvanized steel 36 shall be prepared in accordance with ASTM D 7803, Section 7 before then receiving 37 surface smoothing and surface cleaning in accordance with ASTM D 7803, Section 5, 38 and surface preparation in accordance with ASTM D 7803, Section 5.3 except as 39 follows: 40

41 6-07.3(11)B5 Testing 42 Item number 4 in the first paragraph is revised to read: 43 44

4. Adhesion testing in accordance with ASTM D 4541 for 600 psi minimum adhesion 45 for the complete two-component system. 46

47 The second sentence of the fourth paragraph is revised to read: 48 49

Rejected assemblies shall be repaired or recoated by the Contractor, at no additional 50 expense to the Contracting Agency, in accordance with the powder coating 51

Page 296: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

manufacturer’s recommendation as detailed in the project-specific powder coating plan, 1 until the assemblies satisfy the acceptance testing requirements. 2

3 6-07.3(12) Painting Ferry Terminal Structures 4 This section is revised to read: 5 6

Painting of ferry terminal Structures shall be in accordance with Section 6-07.3 as 7 supplemented below. 8

9 This section is supplemented with the following new subsections: 10 11

6-07.3(12)A Painting New Steel Ferry Terminal Structures 12 Painting of new steel Structures shall be in accordance with Section 6-07.3(9) except 13 that all coatings (primer, intermediate, intermediate stripe, and top) shall be applied in 14 the shop with the following exceptions: 15 16

1. Steel surfaces to be field welded. 17 18 2. Steel surfaces to be greased. 19 20 3. The length of piles designated in the Plans not requiring painting. 21

22 The minimum drying time between coats shall be as shown in the product data sheets, 23 but not less than 12 hours. The Contractor shall determine whether the paint has cured 24 sufficiently for proper application of succeeding coats. 25 26

6-07.3(12)A1 Paint Systems 27 Paint systems for Structural Steel, which includes vehicle transfer spans and 28 towers, pedestrian overhead loading structures and towers, upland structural steel 29 and other elements as designated in the Special Provisions shall be as specified in 30 Section 6-07.3(9)A. 31 32 Paint systems for Piling, Landing Aids and Life Ladders shall be as specified in the 33 Special Provisions. 34 35 6-07.3(12)A2 Paint Color 36 Paint colors shall be as specified in the Special Provisions. 37 38 6-07.3(12)A3 Coating Thickness 39 Coating thicknesses shall be as specified in the Special Provisions. 40 41 6-07.3(12)A4 Application of Field Coatings 42 An on-site supervisor shall be present for each work shift at the project site. 43 44 Upon completion of erection Work, all uncoated or damaged areas remaining, 45 including bolts, nuts, washers, splice plates, and field welds shall be prepared in 46 accordance with SSPC-SP 1, Solvent Cleaning, followed by SSPC-SP 11, Power 47 Tool Cleaning to Bare Metal. Surface preparation shall be measured according to 48 SSPC-VIS 3. SSPC-SP 11 shall be performed for a minimum distance of 1 inch 49 from the uncoated or damaged area. In addition, intact shop-applied coating 50 surrounding the area shall be abraded or sanded for a distance of 6 inches out from 51 the properly prepared clean/bare metal areas to provide adequate roughness for 52

Page 297: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

application of field coatings. All sanding dust and contamination shall be removed 1 prior to application of field coatings. 2 3 Field applied paint for Structural Steel shall conform to Section 6-07.3(10)H, as 4 applicable. Field applied paint for Piling, Landing Aids and Life Ladders shall be as 5 specified in the Special Provisions. 6 7 For areas above the tidal zone, the minimum drying time between coats shall be as 8 shown in the product data sheets, but not less than 12 hours. For areas within the 9 tidal zone, the minimum drying time between coats shall be as recommended by 10 the paint system manufacturer. The Contractor shall determine whether the paint 11 has cured sufficiently for proper application of succeeding coats. 12 13 The maximum time between intermediate and top coats shall be in accordance with 14 the manufacturer’s written recommendations. If the maximum time between coats 15 is exceeded, all newly coated surfaces shall be prepared to SSPC-SP 3, Power 16 Tool Cleaning, and shall be repainted with the same paint that was cleaned, at no 17 additional cost to the Contracting Agency. 18 19 Each coat shall be applied in a uniform layer, completely covering the preceding 20 coat. The Contractor shall correct runs, sags, skips, or other deficiencies before 21 application of succeeding coats. Such corrective work may require re-cleaning, 22 application of additional paint, or other means as determined by the Engineer, at no 23 additional cost to the Contracting Agency. 24 25 Surface preparation for underwater locations shall consist of removing all dirt, oil, 26 grease, loose paint, loose rust, and marine growth from the area that is to be 27 repaired. The sound paint surrounding the damaged area shall be roughened to 28 meet the requirements of the manufacturer. Paint for underwater applications shall 29 be as specified in the Special Provisions and shall be applied in accordance with 30 the manufacturer’s recommendations. 31 32

6-07.3(12)B Painting Existing Steel Ferry Terminal Structures 33 Painting of existing steel structures shall be in accordance with Section 6-07.3(10) as 34 supplemented by the following. 35 36

6-07.3(12)B1 Containment 37 Containment for full removal shall be in accordance with Section 6-07.3(10)A. 38 Containment for overcoat systems shall be in accordance with all applicable 39 Permits as required in the Special Provisions. 40 41 Prior to cleaning the Contractor shall enclose all exposed electrical and mechanical 42 equipment to seal out dust, water, and paint. Non-metallic surfaces shall not be 43 abrasive blasted or painted. Unless otherwise specified, the following metallic 44 surfaces shall not be painted and shall be protected from abrasive blasting and 45 painting: 46 47

1. Galvanized and stainless steel surfaces not previously painted, 48 49 2. Non-skid surfaces, 50 51 3. Unpainted intentionally greased surfaces, 52

Page 298: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 4. Equipment labels, identification plates, tags, etc., 2 3 5. Fire and emergency containers or boxes, 4 5 6. Mechanical hardware such as hoist sheaves, hydraulic cylinders, gear 6

boxes, wire rope, etc. 7 8 The Contractor shall submit a Type 2 Working Drawing consisting of materials and 9 equipment used to shield components specified to not be cleaned and painted. 10 The Contractor shall shut off the power prior to working around electrical 11 equipment. The Contractor shall follow the lock-out/tag-out safety provisions of the 12 WAC 296-803 and all other applicable safety standards. 13 14 6-07.3(12)B2 Surface Preparation 15 For applications above high water and within the tidal zone, surface preparation for 16 overcoat painting shall be in accordance with SSPC-SP 1, Solvent Cleaning, 17 followed by SSPC-SP 3, Power Tool Cleaning. Use of wire brushes is not allowed. 18 After SP 3 cleaning has been completed all surfaces exhibiting coating failure down 19 to the steel substrate, and those exhibiting visible corrosion, shall be prepared 20 down to clean bare steel in accordance with SSPC-SP 15, Commercial Grade 21 Power Tool Cleaning. Surface preparation shall be measured according to SSPC-22 VIS 3. SSPC-SP 15 shall be performed for a minimum distance of 1 inch from the 23 area exhibiting failure or visible corrosion. In addition, intact shop-applied coating 24 surrounding the repair area shall be abraded or sanded for a distance of 6 inches 25 out from the properly prepared clean/bare metal areas to provide adequate 26 roughness for application of repair coatings. All sanding dust and contamination 27 shall be removed prior to application of repair coatings. Surface preparation for full 28 paint removal shall be in accordance with Section 6-07.3(10)E except SSPC-SP 11 29 will be permitted as detailed in the Contractor’s painting plan and as allowed by the 30 Engineer. 31 32 Surface preparation for underwater locations shall consist of removing all dirt, oil, 33 grease, loose paint, loose rust, and marine growth from the area that is to be 34 repaired. The sound paint surrounding the damaged area shall be roughened as 35 required by the coating manufacturer. 36 37 Removed marine growth may be released to state waters provided the marine 38 growth is not mixed with contaminants (paint, oil, rust, etc.) and it shall not 39 accumulate on the sea bed. All marine growth containing contaminants shall be 40 collected for proper disposal. 41 42 Surface preparation for the underside of bridge decks (consisting of either a steel 43 grid system of main bars or tees and a light gauge metal form, in-filled with 44 concrete or a corrugated light gauge metal form, infilled with concrete) shall be in 45 accordance with SSPC-SP 2, Hand Tool Cleaning or SSPC-SP 3, Power Tool 46 Cleaning with the intent of not causing further damage to the light gauge metal 47 form. Following removal of any pack rust and corroded sections from the underside 48 of the bridge deck, cleaning and flushing to remove salts and prior to applying the 49 primer coat, the Contractor shall seal the entire underside of the deck system with 50 rust-penetrating sealer. Damage to galvanized metal forms and/or grids shall be 51

Page 299: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

repaired in accordance with ASTM A 780, with the preferred method of repair using 1 paints containing zinc dust. 2 3 6-07.3(12)B3 Paint Systems 4 Paints systems for Structural Steel, which includes vehicle transfer spans and 5 towers, pedestrian overhead loading structures and towers, upland structural steel 6 and other elements as designated in the Special Provisions shall be as specified in 7 Section 6-07.3(10)H. 8 9 Paint systems for Piling, Landing Aids, Life Ladders, underside of vehicle transfer 10 span bridge decks, non-skid surface treated areas, and anti-graffiti coatings shall 11 be as specified in the Special Provisions. 12 13 6-07.3(12)B4 Paint Color 14 Paint colors shall be as specified in the Special Provisions. 15 16 6-07.3(12)B5 Coating Thickness 17 Coating thicknesses shall be as specified in the Special Provisions. 18 19 6-07.3(12)B6 Application of Field Coatings 20 Application of field coatings shall be in accordance with Section 6-07.3(10)O and 21 Section 6-07.3(12)A2 except for the following: 22 23

1. All coatings applied in the field shall be applied using a brush or roller. 24 Spray application methods may be used if allowed by the Engineer. 25

26 2. Applied coatings shall not be immersed until the coating has been cured 27

as required by the coating manufacturer. 28 29 3. Non-skid surface treatment products shall be applied in accordance with 30

the manufacturer’s recommendations. 31 32 4. Anti-graffiti coatings shall be applied in one coat following application of 33

the top coat, where specified in the Plans. 34 35 6-07.3(14)B Reference Standards 36 The second standard reference (to SSPC CS 23.00), and its accompanying title, is revised 37 to read: 38 39

SSPC CS 23.00 Specification for the Application of Thermal Spray Coatings 40 (Metallizing) of Aluminum, Zinc, and Their Alloys and 41 Composites for the Corrosion Protection of Steel 42

43 6-08.AP6 44 Section 6-08, Bituminous Surfacing on Structure Decks 45 January 7, 2019 46

6-08.3(7)A Concrete Deck Preparation 47 The first sentence of the first paragraph is revised to read: 48 49

The Contractor, with the Engineer, shall inspect the exposed concrete deck to establish 50 the extent of bridge deck repair in accordance with Section 6-09.3(6). 51

Page 300: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 6-08.3(8)A Structure Deck Preparation 2 The second sentence of the last paragraph is revised to read: 3 4

Prior to applying the primer or sheet membrane, all dust and loose material shall be 5 removed from the Structure Deck. 6

7 6-09.AP6 8 Section 6-09, Modified Concrete Overlays 9 January 7, 2019 10

6-09.3 Construction Requirements 11 This section is supplemented with the following new subsection: 12 13

6-09.3(15) Sealing and Texturing Concrete Overlay 14 After the requirements for checking for bond have been met, all joints and visible cracks 15 shall be filled and sealed with a high molecular weight methacrylate resin (HMWM). 16 Cracks 1⁄16 inch and greater in width shall receive two applications of HMWM. 17 Immediately following the application of HMWM, the wetted surface shall be coated with 18 sand for abrasive finish. 19 20 After all cracks have been filled and sealed and the HMWM resin has cured, the 21 concrete overlay surface shall receive a longitudinally sawn texture in accordance with 22 Section 6-02.3(10)D5. 23 24 Traffic shall not be permitted on the finished concrete until it has reached a minimum 25 compressive strength of 3,000 psi as verified by rebound number determined in 26 accordance with ASTM C805 and the longitudinally sawn texture is completed. 27

28 6-09.3(1)B Rotary Milling Machines 29 This section is revised to read: 30 31

Rotary milling machines used to remove an upper layer of existing concrete overlay, 32 when present, shall have a maximum operating weight of 50,000 pounds and conform 33 to Section 6-08.3(5)B. 34

35 6-09.3(1)C Hydro-Demolition Machines 36 The first sentence of this section is revised to read: 37 38

Hydro-demolition machines shall consist of filtering and pumping units operating in 39 conjunction with a remote-controlled robotic device, using high-velocity water jets to 40 remove sound concrete to the nominal scarification depth shown in the Plans with a 41 single pass of the machine, and with the simultaneous removal of deteriorated concrete. 42

43 6-09.3(1)D Shot Blasting Machines 44 This section, including title, is revised to read: 45 46

6-09.3(1)D Vacant 47 48 6-09.3(1)E Air Compressor 49 This section is revised to read: 50

Page 301: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 Air compressors shall be equipped with oil traps to eliminate oil from being blown onto 2 the bridge deck. 3

4 6-09.3(1)J Finishing Machine 5 This section is revised to read: 6 7

The finishing machine shall meet the requirements of Section 6-02.3(10) and the 8 following requirements: 9

10 The finishing machine shall be equipped with augers, followed by an oscillating, 11 vibrating screed, vibrating roller tamper, or a vibrating pan, followed by a rotating 12 cylindrical double drum screed. The vibrating screed, roller tamper or pan shall be 13 of sufficient length and width to properly consolidate the mixture. The vibrating 14 frequency of the vibrating screed, roller tamper or pan shall be variable with 15 positive control. 16

17 6-09.3(2) Submittals 18 Item number 1 and 2 are revised to read: 19 20

1. A Type 1 Working Drawing consisting of catalog cuts and operating parameters of 21 the hydro-demolition machine selected by the Contractor for use in this project to 22 scarify concrete surfaces. 23

24 2. A Type 1 Working Drawing consisting of catalog cuts, operating parameters, axle 25

loads, and axle spacing of the rotary milling machine (if used to remove an upper 26 layer of existing concrete overlay when present). 27

28 The first sentence of item number 3 is revised to read: 29 30

A Type 2 Working Drawing of the Runoff Water Disposal Plan. 31 32 6-09.3(5)A General 33 The first sentence of the fourth paragraph is revised to read: 34 35

All areas of the deck that are inaccessible to the selected scarifying machine shall be 36 scarified to remove the concrete surface matrix to a maximum nominal scarification 37 depth shown in the Plans by a method acceptable to the Engineer. 38

39 This section is supplemented with the following: 40 41

Concrete process water generated by scarifying concrete surface and removing existing 42 concrete overlay operations shall be contained, collected, and disposed of in 43 accordance with Section 5-01.3(11) and Section 6-09.3(5)C, and the Section 6-09.3(2) 44 Runoff Water Disposal Plan. 45

46 6-09.3(5)B Testing of Hydro-Demolition and Shot Blasting Machines 47 This section’s title is revised to read: 48 49

Testing of Hydro-Demolition Machines 50 51 The second paragraph is revised to read: 52

Page 302: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 In the “sound” area of concrete, the equipment shall be programmed to remove 2 concrete to the nominal scarification depth shown in the Plans with a single pass of the 3 machine. 4

5 6-09.3(5)D Shot Blasting 6 This section, including title, is revised to read: 7 8

6-09.3(5)D Vacant 9 10 6-09.3(5)E Rotomilling 11 This section, including title, is revised to read: 12 13

6-09.3(5)E Removing Existing Concrete Overlay Layer by Rotomilling 14 When the Contractor elects to remove the upper layer of existing concrete overlay, 15 when present, by rotomilling prior to final scarifying, the entire concrete surface of the 16 bridge deck shall be milled to remove the surface matrix to the depth specified in the 17 Plans with a tolerance as specified in Section 6-08.3(5)B. The operating parameters of 18 the rotary milling machine shall be monitored in order to prevent the unnecessary 19 removal of concrete below the specified removal depth. 20

21 6-09.3(6) Further Deck Preparation 22 The first paragraph is revised to read:: 23 24

Once the lane or strip being overlaid has been cleaned of debris from scarifying, the 25 Contractor, with the Engineer, shall perform a visual inspection of the scarified surface. 26 The Contractor shall mark those areas of the existing bridge deck that are authorized by 27 the Engineer for further deck preparation by the Contractor. 28

29 Item number 4 of the second paragraph is deleted. 30 31 The first sentence of the third paragraph is deleted. 32 33 6-09.3(6)A Equipment for Further Deck Preparation 34 This section is revised to read: 35 36

Further deck preparation shall be performed using either power driven hand tools 37 conforming to Section 6-09.3(1)A, or hydro-demolition machines conforming to Section 38 6-09.3(1)C. 39

40 6-09.3(6)B Deck Repair Preparation 41 The second paragraph is deleted. 42 43 The last sentence of the second paragraph (after the preceding Amendment is applied) is 44 revised to read: 45 46

In no case shall the depth of a sawn vertical cut exceed ¾ inch or to the top of the top 47 steel reinforcing bars, whichever is less. 48

49 The first sentence of the third to last paragraph is revised to read: 50 51

Page 303: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Where existing steel reinforcing bars inside deck repair areas show deterioration greater 1 than 20-percent section loss, the Contractor shall furnish and place steel reinforcing 2 bars alongside the deteriorated bars in accordance with the details shown in the 3 Standard Plans. 4

5 The last paragraph is deleted. 6 7 6-09.3(7) Surface Preparation for Concrete Overlay 8 The first seven paragraphs are deleted and replaced with the following: 9 10

Following the completion of any required further deck preparation the entire lane or strip 11 being overlaid shall be cleaned to be free from oil and grease, rust and other foreign 12 material that may still be present. These materials shall be removed by detergent-13 cleaning or other method accepted by the Engineer followed by sandblasting. 14 15 After detergent cleaning and sandblasting is completed, the entire lane or strip being 16 overlaid shall be cleaned in final preparation for placing concrete. 17 18 Hand tool chipping, sandblasting and cleaning in areas adjacent to a lane or strip being 19 cleaned in final preparation for placing concrete shall be discontinued when final 20 preparation is begun. Scarifying and hand tool chipping shall remain suspended until 21 the concrete has been placed and the requirement for curing time has been satisfied. 22 Sandblasting and cleaning shall remain suspended for the first 24 hours of curing time 23 after the completion of concrete placing. 24 25 Scarification, and removal of the upper layer of concrete overlay when present, may 26 proceed during the final cleaning and overlay placement phases of the Work on 27 adjacent portions of the Structure so long as the scarification and concrete overlay 28 removal operations are confined to areas which are a minimum of 100 feet away from 29 the defined limits of the final cleaning or overlay placement in progress. If the 30 scarification and concrete overlay removal impedes or interferes in any way with the 31 final cleaning or overlay placement as determined by the Engineer, the scarification and 32 concrete overlay removal Work shall be terminated immediately and the scarification 33 and concrete overlay removal equipment removed sufficiently away from the area being 34 prepared or overlaid to eliminate the conflict. If the grade is such that water and 35 contaminants from the scarification and concrete overlay removal operation will flow into 36 the area being prepared or overlaid, the scarification and concrete overlay removal 37 operation shall be terminated and shall remain suspended for the first 24 hours of curing 38 time after the completion of concrete placement. 39

40 6-09.3(11) Placing Concrete Overlay 41 The first sentence of item number 3 in the fourth paragraph is revised to read: 42 43

Concrete shall not be placed when the temperature of the concrete surface is less than 44 45°F or greater than 75°F, and wind velocity at the construction site is in excess of 10 45 mph. 46

47 6-09.3(12) Finishing Concrete Overlay 48 The third paragraph is deleted. 49 50 The last paragraph is deleted. 51 52

Page 304: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

6-09.3(13) Curing Concrete Overlay 1 The first sentence of the first paragraph is revised to read: 2 3

As the finishing operation progresses, the concrete shall be immediately covered with a 4 single layer of clean, new or used, wet burlap. 5

6 The last sentence of the second paragraph is deleted. 7 8 The following two new paragraphs are inserted after the second paragraph: 9 10

As an alternative to the application of burlap and fog spraying described above, the 11 Contractor may propose a curing system using proprietary curing blankets specifically 12 manufactured for bridge deck curing. The Contractor shall submit a Type 2 Working 13 Drawing consisting of details of the proprietary curing blanket system, including product 14 literature and details of how the system is to be installed and maintained. 15 16 The wet curing regimen as described shall remain in place for a minimum of 42-hours. 17

18 The last paragraph is deleted. 19 20 6-09.3(14) Checking for Bond 21 The first sentence of the first paragraph is revised to read: 22 23

After the requirements for curing have been met, the entire overlaid surface shall be 24 sounded by the Contractor, in a manner accepted by and in the presence of the 25 Engineer, to ensure total bond of the concrete to the bridge deck. 26

27 The last sentence of the first paragraph is deleted. 28 29 The second paragraph is deleted. 30 31 6-10.AP6 32 Section 6-10, Concrete Barrier 33 August 6, 2018 34

6-10.2 Materials 35 In the first paragraph, the reference to “Portland Cement” is revised to read: 36 37

Cement 9-01 38 39 6-10.3(6) Placing Concrete Barrier 40 The first two sentences of the first paragraph are revised to read: 41 42

Precast concrete barriers Type 2, Type 4, Type F, precast single slope barrier, and 43 transitions shall rest on a paved foundation shaped to a uniform grade and section. The 44 foundation surface for precast concrete barriers Type 2, Type 4, Type F, precast single 45 slope barrier, and transitions shall meet this test for uniformity: When a 10-foot 46 straightedge is placed on the surface parallel to the centerline for the barrier, the 47 surface shall not vary more than ¼ inch from the lower edge of the straightedge. 48

49

Page 305: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

6-11.AP6 1 Section 6-11, Reinforced Concrete Walls 2 April 2, 2018 3

6-11.2 Materials 4 In the first paragraph, the reference to “Aggregates for Portland Cement Concrete” is revised 5 to read: 6 7

Aggregates for Concrete 9-03.1 8 9 6-12.AP6 10 Section 6-12, Noise Barrier Walls 11 August 6, 2018 12

6-12.2 Materials 13 In the first paragraph, the reference to “Aggregates for Portland Cement Concrete” is revised 14 to read: 15 16

Aggregates for Concrete 9-03.1 17 18 The first paragraph is supplemented with the following new material reference: 19 20

Noise Barrier Wall Access Door 9-06.17 21 22 6-12.3(9) Access Doors and Concrete Landing Pads 23 The second paragraph is deleted and replaced with the following: 24 25

All frame and door surfaces, except stainless steel surfaces, shall be painted in 26 accordance with Section 6-07.3(9). Primer shall be applied to all non-stainless steel 27 surfaces. All primer coated exposed metal surfaces shall be field painted with the 28 remaining Section 6-07.3(9)A paint system coats. The top coat, when dry, shall match 29 the color specified in the Plans or Special Provisions. 30

31 This section is supplemented with the following: 32 33

Access door deadbolt locks shall be capable of accepting a Best CX series core. The 34 Contractor shall furnish and install a spring-loaded construction core lock with each 35 lock. The Engineer will furnish the permanent Best CX series core for the Contractor to 36 install at the conclusion of the project. 37

38 6-13.AP6 39 Section 6-13, Structural Earth Walls 40 August 6, 2018 41

6-13.2 Materials 42 In the first paragraph, the reference to “Aggregates for Portland Cement Concrete” is revised 43 to read: 44 45

Aggregates for Concrete 9-03.1 46 47

Page 306: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication 1 Item number 1 of the sixth paragraph is revised to read: 2 3

1. Vertical dimensions shall be ± 1⁄16 inch of the Plan dimension, and the rear height 4 shall not exceed the front height. 5

6 Item number 3 of the sixth paragraph is revised to read: 7 8

3. All other dimensions shall be ± ¼ inch of the Plan dimension. 9 10 6-14.AP6 11 Section 6-14, Geosynthetic Retaining Walls 12 April 2, 2018 13

6-14.2 Materials 14 In the first paragraph, the references to “Portland Cement” and “Aggregates for Portland 15 Cement Concrete” are revised to read: 16 17

Cement 9-01 18 Aggregates for Concrete 9-03.1 19

20 6-15.AP6 21 Section 6-15, Soil Nail Walls 22 January 7, 2019 23

6-15.3(7) Shotcrete Facing 24 The last paragraph is supplemented with the following: 25 26

After final tightening of the nut, the threads of the soil nail shall at a minimum be flush 27 with the end of the nut. 28

29 6-16.AP6 30 Section 6-16, Soldier Pile and Soldier Pile Tieback Walls 31 April 2, 2018 32

6-16.2 Materials 33 In the first paragraph, the reference to “Aggregates for Portland Cement Concrete” is revised 34 to read: 35 36

Aggregates for Concrete 9-03.1 37 38 6-18.AP6 39 Section 6-18, Shotcrete Facing 40 April 1, 2019 41

6-18.2 Materials 42 The reference to metakaolin is deleted. 43 44 6-18.3(3) Testing 45 In the last sentence of the first paragraph, “AASHTO T 24” is revised to read “ASTM C1604”. 46 47

Page 307: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

6-18.3(3)B Production Testing 1 In the last sentence, “AASHTO T 24” is revised to read “ASTM C1604”. 2 3 6-18.3(4) Qualifications of Contractor’s Personnel 4 In the last sentence of the second paragraph, “AASHTO T 24” is revised to read “ASTM 5 C1604”. 6 7 6-19.AP6 8 Section 6-19, Shafts 9 January 7, 2019 10

6-19.2 Materials 11 In the first paragraph, the references to “Portland Cement” and “Aggregates for Portland 12 Cement Concrete” are revised to read: 13 14

Cement 9-01 15 Aggregates for Concrete 9-03.1 16

17 6-19.3(1)A Shaft Construction Tolerances 18 The last paragraph is supplemented with the following: 19 20

The elevation of the top of the reinforcing cage for drilled shafts shall be within +6 21 inches and -3 inches from the elevation shown in the Plans. 22

23 6-19.3(2)D Nondestructive QA Testing Organization and Personnel 24 Item number 4 in the first paragraph is revised to read: 25 26

4. Personnel preparing test reports shall be a Professional Engineer, licensed under 27 Title 18 RCW, State of Washington, and shall seal the report in accordance with 28 WAC 196-23-020. 29

30 6-19.3(3)C Conduct of Shaft Casing Installation and Removal and Shaft 31 Excavation Operations 32 The first paragraph is supplemented with the following: 33 34

In no case shall shaft excavation and casing placement extend below the bottom of 35 shaft excavation as shown in the Plans. 36

37 6-19.3(6)E Thermal Wire and Thermal Access Point (TAPS) 38 The third sentence of the third paragraph is revised to read: 39 40

The thermal wire shall extend from the bottom of the reinforcement cage to the top of 41 the shaft, with a minimum of 5-feet of slack wire provided above the top of shaft. 42

43 The following new sentence is inserted after the third sentence of the third paragraph: 44 45

All thermal wires in a shaft shall be equal lengths. 46 47 6-19.3(9)D Nondestructive QA Testing Results Submittal 48 The last sentence of the first paragraph is revised to read: 49 50

Page 308: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Results shall be a Type 2E Working Drawing presented in a written report. 1 2 7-02.AP7 3 Section 7-02, Culverts 4 April 2, 2018 5

7-02.2 Materials 6 In the first paragraph, the references to “Portland Cement” and “Aggregates for Portland 7 Cement Concrete” are revised to read: 8 9

Cement 9-01 10 Aggregates for Concrete 9-03.1 11

12 7-02.3(6)A4 Excavation and Bedding Preparation 13 The first sentence of the third paragraph is revised to read: 14 15

The bedding course shall be a 6-inch minimum thickness layer of culvert bedding 16 material, defined as granular material either conforming to Section 9-03.12(3) or to 17 AASHTO Grading No. 57 as specified in Section 9-03.1(4)C. 18

19 7-05.AP7 20 Section 7-05, Manholes, Inlets, Catch Basins, and Drywells 21 August 6, 2018 22

7-05.3 Construction Requirements 23 The fourth sentence of the third paragraph is deleted. 24 25 7-08.AP7 26 Section 7-08, General Pipe Installation Requirements 27 April 2, 2018 28

7-08.3(3) Backfilling 29 The fifth sentence of the fourth paragraph is revised to read: 30 31

All compaction shall be in accordance with the Compaction Control Test of Section 2-32 03.3(14)D except in the case that 100% Recycled Concrete Aggregate is used. 33 34

The following new sentences are inserted after the fifth sentence of the fourth paragraph: 35 36

When 100% Recycled Concrete Aggregate is used, the Contractor may submit a written 37 request to use a test point evaluation for compaction acceptance. Test Point evaluation 38 shall be performed in accordance with SOP 738. 39

40 8-01.AP8 41 Section 8-01, Erosion Control and Water Pollution Control 42 April 1, 2019 43

8-01.1 Description 44 This section is revised to read: 45 46

Page 309: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

This Work consists of furnishing, installing, maintaining, removing and disposing of best 1 management practices (BMPs), as defined in the Washington Administrative Code 2 (WAC) 173-201A, to manage erosion and water quality in accordance with these 3 Specifications and as shown in the Plans or as designated by the Engineer. 4 5 The Contracting Agency may have a National Pollution Discharge Elimination System 6 Construction Stormwater General Permit (CSWGP) as identified in the Contract Special 7 Provisions. The Contracting Agency may or may not transfer coverage of the CSWGP 8 to the Contractor when a CSWGP has been obtained. The Contracting Agency may not 9 have a CSWGP for the project but may have another water quality related permit as 10 identified in the Contract Special Provisions or the Contracting Agency may not have 11 water quality related permits but the project is subject to applicable laws for the Work. 12 Section 8-01 covers all of these conditions. 13

14 This section is supplemented with the following new subsection: 15 16

8-01.1(1) Definitions 17 1. pH Affected Stormwater 18 19

a. Stormwater contacting green concrete (concrete that has set/stiffen but is still 20 curing), recycled concrete, or engineered soils (as defined in the Construction 21 Stormwater General Permit (CSWGP)) as a natural process 22

23 b. pH monitoring shall be performed in accordance with the CSWGP, or Water 24

Quality Standards (WQS in accordance with WAC 173-201A (surface) or 173-25 200C (ground)) when the CSWGP does not apply 26

27 c. May be neutralized and discharged to surface waters or infiltrated 28 29

2. pH Affected Non-Stormwater 30 31

a. Conditionally authorized in accordance with CSWGP Special Condition S.1.C., 32 uncontaminated water contacting green concrete, recycled concrete, or 33 engineered soils (as defined in the CSWGP) 34

35 b. Shall not be categorized as cementitious wastewater/concrete wastewater, as 36

defined below 37 38 c. Shall be managed and treated in accordance with the CSWGP, or WQS when 39

the CSWGP does not apply 40 41 d. pH adjustment and dechlorination may be necessary, as specified in the 42

CSWGP or in accordance with WQS when the CSWGP does not apply 43 44 e. May be neutralized, treated, and discharged to surface waters in accordance 45

with the CSWGP, with the exception of water-only shaft drilling slurry. Water-46 only shaft drilling slurry may be treated, neutralized, and infiltrated but not 47 discharged to surface waters (Refer to Special Conditions S1.C. Authorized 48 Discharges and S1.d Prohibited Discharges of the CSWGP) 49

50 3. Cementitious Wastewater/Concrete Wastewater 51 52

Page 310: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

a. Any water that comes into contact with fine cementitious particles or slurry; any 1 water used in the production, placement and/or clean-up of cementitious 2 products; any water used to cut, grind, wash, or otherwise modify cementitious 3 products 4

5 b. When any water, including stormwater, commingles with cementitious 6

wastewater/concrete wastewater, the resulting water is considered 7 cementitious wastewater/concrete wastewater and shall be managed to 8 prevent discharge to waters of the State, including ground water 9

10 c. CSWGP Examples include: water used for or resulting from concrete 11

truck/mixer/pumper/tool/chute rinsing or washing, concrete saw cutting and 12 surfacing (sawing, coring, grinding, roughening, hydro-demolition, bridge and 13 road surfacing) 14

15 d. Cannot be neutralized and discharged or infiltrated 16

17 8-01.2 Materials 18 The first paragraph is revised to read: 19 20

Materials shall meet the requirements of the following sections: 21 22

Corrugated Polyethylene Drain Pipe 9-05.1(6) 23 Quarry Spalls and Permeable Ballast 9-13 24 Erosion Control and Roadside Planting 9-14 25 Construction Geotextile 9-33 26

27 The second paragraph is deleted. 28 29 8-01.3(1) General 30 This section is revised to read: 31 32

Adaptive management shall be employed throughout the duration of the project for the 33 implementation of erosion and water pollution control permit requirements for the 34 current condition of the project site. The adaptive management includes the selection 35 and utilization of BMPs, scheduling of activities, prohibiting unacceptable practices, 36 implementing maintenance procedures, and other managerial practices that when used 37 singularly or in combination, prevent or reduce the release of pollutants to waters of the 38 State. The adaptive management shall use the means and methods identified in this 39 section and means and methods identified in the Washington State Department of 40 Transportation’s Temporary Erosion and Sediment Control Manual or the Washington 41 State Department of Ecology’s Stormwater Management Manuals for construction 42 stormwater. 43 44 The Contractor shall install a high visibility fence along the lines shown in the Plans or 45 as instructed by the Engineer. 46 47 Throughout the life of the project, the Contractor shall preserve and protect the 48 delineated preservation area, acting immediately to repair or restore any high visibility 49 fencing damaged or removed. 50 51

Page 311: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

All discharges to surface waters shall comply with surface water quality standards as 1 defined in Washington Administrative Code (WAC) Chapter 173-201A. All discharges to 2 groundwater shall comply with groundwater quality standards WAC Chapter 173-200. 3 The Contractor shall comply with the CSWGP when the project is covered by the 4 CSWGP. 5 6 Work, at a minimum, shall include the implementation of: 7 8

1. Sediment control measures prior to ground disturbing activities to ensure all 9 discharges from construction areas receive treatment prior to discharging from 10 the site. 11

12 2. Flow control measures to prevent erosive flows from developing. 13 14 3. Water management strategies and pollution prevention measures to prevent 15

contamination of waters that will be discharged to surface waters or the 16 ground. 17

18 4. Erosion control measures to stabilize erodible earth not being worked. 19 20 5. Maintenance of BMPs to ensure continued compliant performance. 21 22 6. Immediate corrective action if evidence suggests construction activity is not in 23

compliance. Evidence includes sampling data, olfactory or visual evidence 24 such as the presence of suspended sediment, turbidity, discoloration, or oil 25 sheen in discharges. 26

27 To the degree possible, the Contractor shall coordinate this Work with permanent 28 drainage and roadside restoration Work the Contract requires. 29 30 Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose 31 more erodible earth than as listed below: 32 33

Western Washington (West of the Cascade

Mountain Crest)

Eastern Washington (East of the Cascade

Mountain Crest) May 1 through September 30

17 Acres April 1 through

October 3117 Acres

October 1 through April

30 5 Acres

November 1 through March

315 Acres

34 The Engineer may increase or decrease the limits based on project conditions. 35 36 Erodible earth is defined as any surface where soils, grindings, or other materials may 37 be capable of being displaced and transported by rain, wind, or surface water runoff. 38 39 Erodible earth not being worked, whether at final grade or not, shall be covered within 40 the specified time period (see the table below), using BMPs for erosion control. 41 42

Western Washington (West of the Cascade

Eastern Washington (East of the Cascade

Page 312: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Mountain Crest) Mountain Crest) October 1

through April 30

2 days maximum

October 1 through June

30

5 days maximum

May 1 to September 30

7 days maximum

November 1 through March

31

10 days maximum

1 When applicable, the Contractor shall be responsible for all Work required for 2 compliance with the CSWGP including annual permit fees. 3 4 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall 5 continue to comply with this division during the suspension. 6

7 8-01.3(1)A Submittals 8 This section’s content is deleted. 9 10 This section is supplemented with the following new subsection: 11 12

8-01.3(1)A1 Temporary Erosion and Sediment Control Plan 13 Temporary Erosion and Sediment Control (TESC) Plans consist of a narrative section 14 and plan sheets that meets the Washington State Department of Ecology’s Stormwater 15 Pollution Prevention Plan (SWPPP) requirement in the CSWGP. For projects that do not 16 require a CSWGP but have the potential to discharge to surface waters of the state, an 17 abbreviated TESC plan shall be used, which may consist of a narrative and/or plan 18 sheets and shall demonstrate compliance with applicable codes, ordinances and 19 regulations, including the water quality standards for surface waters; Chapter 173-201A 20 of the Washington Administrative Code (WAC) and water quality standards for 21 groundwaters in accordance with Chapter 173-200 WAC. 22 23 The Contractor shall either adopt the TESC Plan in the Contract or develop a new 24 TESC Plan. If the Contractor adopts the TESC Plan in scenarios in which the CSWGP 25 is transferred to the Contractor, the Contractor shall modify the TESC Plan to match the 26 Contractor’s schedule, method of construction, and to include all areas that will be used 27 to directly support construction activity such as equipment staging yards, material 28 storage areas, or borrow areas. TESC Plans shall include all high visibility fence shown 29 in the Plans. All TESC Plans shall meet the requirements of the current edition of the 30 WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be adaptively 31 managed throughout construction based on site inspections and required sampling to 32 maintain compliance with the CSWGP, or WQS when no CSWGP applies. The 33 Contractor shall develop a schedule for implementation of the TESC work and 34 incorporate it into the Contractor’s progress schedule. 35 36 The Contractor shall submit their TESC Plan (either the adopted plan or new plan) as 37 Type 2 Working Drawings. At the request of the Engineer, updated TESC Plans shall be 38 submitted as Type 1 Working Drawings. 39

40 8-01.3(1)B Erosion and Sediment Control (ESC) Lead 41 This section is revised to read: 42 43

The Contractor shall identify the ESC Lead at the preconstruction discussions and in the 44 TESC Plan. The ESC Lead shall have, for the life of the Contract, a current Certificate 45

Page 313: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

of Training in Construction Site Erosion and Sediment Control from a course approved 1 by the Washington State Department of Ecology. The ESC Lead must be onsite or on 2 call at all times throughout construction. The ESC Lead shall be listed on the 3 Emergency Contact List required under Section 1-05.13(1). 4 5 The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not 6 limited to: 7 8

1. Installing, adaptively managing, and maintaining temporary erosion and 9 sediment control BMPs to assure continued performance of their intended 10 function. Damaged or inadequate BMPs shall be corrected immediately. 11

12 2. Updating the TESC Plan to reflect current field conditions. 13 14 3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs) to 15

the Washington State Department of Ecology in accordance with the CSWGP. 16 17 4. Develop and maintain the Site Log Book as defined in the CSWGP. When the 18

Site Log Book or portion thereof is electronically developed, the electronic 19 documentation must be accessible onsite. As a part of the Site Log Book, the 20 Contractor shall develop and maintain a tracking table to show that identified 21 TESC compliance issues are fully resolved within 10 calendar days. The table 22 shall include the date an issue was identified, a description of how it was 23 resolved, and the date the issue was fully resolved. 24

25 The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site 26 erosion and sediment control BMPs, and all stormwater discharge points at least once 27 every calendar week and within 24-hours of runoff events in which stormwater 28 discharges from the site. Inspections of temporarily stabilized, inactive sites may be 29 reduced to once every calendar month. The Washington State Department of Ecology’s 30 Erosion and Sediment Control Site Inspection Form, located at 31 https://ecology.wa.gov/Regulations-Permits/Permits-certifications/Stormwater-general-32 permits/Construction-stormwater-permit, shall be completed for each inspection and a 33 copy shall be submitted to the Engineer no later than the end of the next working day 34 following the inspection. 35

36 8-01.3(1)C Water Management 37 This section is supplemented with the following new subsections: 38 39

8-01.3(1)C5 Water Management for In-Water Work Below Ordinary High Water 40 Mark (OHWM) 41 Work over surface waters of the state (defined in WAC 173-201A-010) or below the 42 OHWM (defined in RCW 90.58.030) shall comply with water quality standards for 43 surface waters of the State of Washington. 44 45 8-01.3(1)C6 Environmentally Acceptable Hydraulic Fluid 46 All equipment containing hydraulic fluid that extends from a bridge deck over surface 47 waters of the state or below the OHWM, shall be equipped with a biodegradable 48 hydraulic fluid. The fluid shall achieve either a Pw1 Environmental Persistence 49 Classification stated in ASTM D6046 (≥60% biodegradation in 28 days) or equivalent 50 standard. Alternatively, hydraulic fluid that meets International Organization for 51

Page 314: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Standardization (ISO 15380), the European Union Ecolabel, or equivalent certification 1 will also be accepted. 2 3 The Contractor shall submit a Type 1 Working Drawing consisting of a manufacturer 4 catalog cut of the hydraulic fluid used. 5 6 The designation of biodegradable hydraulic fluid does not mean fluid spills are 7 acceptable. The Contractor shall respond to spills to land or water in accordance with 8 the Contract, the associated SPCC Plan, and all applicable local, state, and federal 9 regulations. 10 11 8-01.3(1)C7 Turbidity Curtain 12 All Work for the turbidity curtain shall be in accordance with the manufacturer’s 13 recommendations for the site conditions. Removal procedures shall be developed and 14 used to minimize silt release and disturbance of silt. The Contractor shall submit a Type 15 2 Working Drawing, detailing product information, installation and removal procedures, 16 equipment and workforce needs, maintenance plans, and emergency 17 repair/replacement plans. 18 19 Turbidity curtain materials, installation, and maintenance shall be sufficient to comply 20 with water quality standards. 21 22 The Contractor shall notify the Engineer 10 days in advance of removing the turbidity 23 curtain. All components of the turbidity curtain shall be removed from the project. 24

25 8-01.3(1)C1 Disposal of Dewatering Water 26 This section is revised to read: 27 28

When uncontaminated groundwater is encountered in an excavation on a project it may 29 be infiltrated within vegetated areas of the right of way not designated as Sensitive 30 Areas or incorporated into an existing stormwater conveyance system at a rate that will 31 not cause erosion or flooding in any receiving surface water. 32 33 Alternatively, the Contractor may pursue independent disposal and treatment 34 alternatives that do not use the stormwater conveyance system provided it is in 35 compliance with the applicable WACs and permits. 36

37 8-01.3(1)C2 Process Wastewater 38 This section is revised to read: 39 40

Wastewater generated on-site as a byproduct of a construction process shall not be 41 discharged to surface waters of the State. Some sources of process wastewater may be 42 infiltrated in accordance with the CSWGP. Some sources of process wastewater may 43 be disposed via independent disposal and treatment alternatives in compliance with the 44 applicable WACs and permits. 45

46 8-01.3(1)C3 Shaft Drilling Slurry Wastewater 47 This section is revised to read: 48 49

Wastewater generated on-site during shaft drilling activity shall be managed and 50 disposed of in accordance with the requirements below. No shaft drilling slurry 51 wastewater shall be discharged to surface waters of the State. Neither the sediment nor 52

Page 315: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

liquid portions of the shaft drilling slurry wastewater shall be contaminated, as 1 detectable by visible or olfactory indication (e.g., chemical sheen or smell). 2 3

1. Water-only shaft drilling slurry or water slurry with accepted flocculants may be 4 infiltrated on-site. Flocculants used shall meet the requirements of Section 9-5 14.5(1) or shall be chitosan products listed as General Use Level Designation 6 (GULD) on the Washington State Department of Ecology’s stormwater 7 treatment technologies webpage for construction treatment. Infiltration is 8 permitted if the following requirements are met: 9

10 a. Wastewater shall have a pH of 6.5 – 8.5 prior to discharge. 11 12 b. The amount of flocculant added to the slurry shall be kept to the minimum 13

needed to adequately settle out solids. The flocculant shall be thoroughly 14 mixed into the slurry. 15

16 c. The slurry removed from the shaft shall be contained in a leak proof cell or 17

tank for a minimum of 3 hours. 18 19 d. The infiltration rate shall be reduced if needed to prevent wastewater from 20

leaving the infiltration location. The infiltration site shall be monitored 21 regularly during infiltration activity. All wastewater discharged to the 22 ground shall fully infiltrate and discharges shall stop before the end of 23 each work day. 24

25 e. Drilling spoils and settled sediments remaining in the containment cell or 26

tank shall be disposed of in accordance with Section 6-19.3(4)F. 27 28 f. Infiltration locations shall be in upland areas at least 150 feet away from 29

surface waters, wells, on-site sewage systems, aquifer sensitive recharge 30 areas, sole source aquifers, well head protection areas, and shall be 31 marked on the plan sheets before the infiltration activity begins. 32

33 g. Prior to infiltration, the Contractor shall submit a Shaft Drilling Slurry 34

Wastewater Management and Infiltration Plan as a Type 2 Working 35 Drawing. This Plan shall be kept on-site, adapted if needed to meet the 36 construction requirements, and updated to reflect what is being done in 37 the field. The Working Drawing shall include, at a minimum, the following 38 information: 39

40 i. Plan sheet showing the proposed infiltration location and all surface 41

waters, wells, on-site sewage systems, aquifer-sensitive recharge 42 areas, sole source aquifers, and well-head protection areas within 43 150 feet. 44

45 ii. The proposed elevation of soil surface receiving the wastewater for 46

infiltration and the anticipated phreatic surface (i.e., saturated soil). 47 48 iii. The source of the water used to produce the slurry. 49 50 iv. The estimated total volume of wastewater to be infiltrated. 51 52

Page 316: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

v. The accepted flocculant to be used (if any). 1 2 vi. The controls or methods used to prevent surface wastewater runoff 3

from leaving the infiltration location. 4 5 vii. The strategy for removing slurry wastewater from the shaft and 6

containing the slurry wastewater once it has been removed from the 7 shaft. 8

9 viii. The strategy for monitoring infiltration activity and adapting methods 10

to ensure compliance. 11 12 ix. A contingency plan that can be implemented immediately if it 13

becomes evident that the controls in place or methods being used are 14 not adequate. 15

16 x. The strategy for cleaning up the infiltration location after the infiltration 17

activity is done. Cleanup shall include stabilizing any loose sediment 18 on the surface within the infiltration area generated as a byproduct of 19 suspended solids in the infiltrated wastewater or soil disturbance 20 associated with BMP placement and removal. 21

22 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives 23

not allowed for infiltration shall be contained and disposed of by the Contractor 24 at an accepted disposal facility in accordance with Section 2-03.3(7)C. Spoils 25 that have come into contact with mineral slurry shall be disposed of in 26 accordance with Section 6-19.3(4)F. 27

28 8-01.3(1)C4 Management of Off-Site Water 29 This section is revised to read: 30 31

Prior to clearing and grubbing, the Contractor shall intercept all sources of off-site 32 surface water and overland flow that will run-on to the project. Off-site surface water 33 run-on shall be diverted through or around the project in a way that does not introduce 34 construction related pollution. It shall be diverted to its preconstruction discharge 35 location in a manner that does not increase preconstruction flow rate and velocity and 36 protects contiguous properties and waterways from erosion. The Contractor shall submit 37 a Type 2 Working Drawing consisting of the method for performing this Work. 38

39 8-01.3(1)E Detention/Retention Pond Construction 40 This section is revised to read: 41 42

Permanent or temporary ponds shall be constructed before beginning other grading and 43 excavation Work in the area that drains into that pond. Detention/retention ponds may 44 be constructed concurrently with grading and excavation when allowed by the Engineer. 45 Temporary conveyances shall be installed concurrently with grading in accordance with 46 the TESC Plan so that newly graded areas drain to the pond as they are exposed. 47

48 8-01.3(2) Seeding, Fertilizing, and Mulching 49 This section’s title is revised to read: 50 51

Page 317: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

8-01.3(2) Temporary Seeding and Mulching 1 2 8-01.3(2)A Preparation for Application 3 This section is revised to read: 4 5

A cleated roller, crawler tractor, or similar equipment, which forms longitudinal 6 depressions at least 2 inches deep shall be used for compaction and preparation of the 7 surface to be seeded. The entire area shall be uniformly covered with longitudinal 8 depressions formed perpendicular to the natural flow of water on the slope. The soil 9 shall be conditioned with sufficient water so the longitudinal depressions remain in the 10 soil surface until completion of the seeding. 11

12 8-01.3(2)A1 Seeding 13 This section is deleted in its entirety. 14 15 8-01.3(2)A2 Temporary Seeding 16 This section is deleted in its entirety. 17 18 8-01.3(2)B Seeding and Fertilizing 19 This section, including title, is revised to read: 20 21

8-01.3(2)B Temporary Seeding 22 Temporary grass seed shall be a commercially prepared mix, made up of low growing 23 grass species that will grow without irrigation at the project location, and accepted by 24 the Engineer. The application rate shall be two pounds per 1000 square feet. 25 26 The Contractor shall notify the Engineer not less than 24 hours in advance of any 27 seeding operation and shall not begin the Work until areas prepared or designated for 28 seeding have been accepted. Following the Engineer’s acceptance, seeding of the 29 accepted slopes shall begin immediately. 30 31 Temporary seeding may be sown at any time allowed by the Engineer. Temporary 32 seeding shall be sown by one of the following methods: 33 34

1. A hydro seeder that utilizes water as the carrying agent, and maintains 35 continuous agitation through paddle blades. It shall have an operating capacity 36 sufficient to agitate, suspend, and mix into a homogeneous slurry the specified 37 amount of seed and water or other material. Distribution and discharge lines 38 shall be large enough to prevent stoppage and shall be equipped with a set of 39 hydraulic discharge spray nozzles that will provide a uniform distribution of the 40 slurry. 41

42 2. Blower equipment with an adjustable disseminating device capable of 43

maintaining a constant, measured rate of material discharge that will ensure an 44 even distribution of seed at the rates specified. 45

46 3. Power-drawn drills or seeders. 47 48 4. Areas in which the above methods are impractical may be seeded by hand 49

methods. 50 51

Page 318: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

When seeding by hand, the seed shall be incorporated into the top ¼ inch of soil by 1 hand raking or other method that is allowed by the Engineer. 2 3 Seed applied using a hydroseeder shall have a tracer added to visibly aid uniform 4 application. This tracer shall not be harmful to plant, aquatic, or animal life. If Short-5 Term Mulch is used as a tracer, the application rate shall not exceed 250 pounds 6 per acre. 7 8 Seed and fertilizer may be applied in one application provided that the fertilizer is placed 9 in the hydroseeder tank no more than 1 hour prior to application. 10

11 8-01.3(2)D Mulching 12 This section, including title, is revised to read: 13 14

8-01.3(2)D Temporary Mulching 15 Temporary mulch shall be straw, wood strand, or HECP mulch and shall be used for the 16 purpose of erosion control by protecting bare soil surface from particle displacement. 17 Mulch shall not be applied below the anticipated water level of ditch slopes, pond 18 bottoms, and stream banks. HECP mulch shall not be used within the Ordinary High 19 Water Mark. Non-HECP mulches applied below the anticipated water level shall be 20 removed or anchored down so that it cannot move or float, at no additional expense to 21 the Contracting Agency. 22 23 Straw or wood strand mulch shall be applied at a rate to achieve at least 95 percent 24 visual blockage of the soil surface. 25 26 Short Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and 27 may be applied in one lift. 28 29 Moderate Term Mulch and Long Term Mulch shall be hydraulically applied at the rate of 30 3500 pounds per acre with no more than 2000 pounds applied in any single lift. 31 32 Mulch sprayed on signs or sign Structures shall be removed the same day. 33 34 Areas not accessible by mulching equipment shall be mulched by accepted 35 hand methods. 36

37 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 38 This section is deleted in its entirety. 39 40 8-01.3(2)G Protection and Care of Seeded Areas 41 This section is deleted in its entirety. 42 43 8-01.3(2)H Inspection 44 This section is deleted in its entirety. 45 46 8-01.3(2)I Mowing 47 This section is deleted in its entirety. 48 49 8-01.3(3) Placing Biodegradable Erosion Control Blanket 50 This section’s title is revised to read: 51 52

Page 319: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

8-01.3(3) Placing Erosion Control Blanket 1 2 The first sentence of the first paragraph is revised to read: 3 4

Erosion Control Blankets are used as an erosion prevention device and to enhance the 5 establishment of vegetation. 6

7 The second paragraph is revised to read: 8 9

When used to enhance the establishment of seeded areas, seeding and fertilizing shall 10 be done prior to blanket installation. 11

12 8-01.3(4) Placing Compost Blanket 13 This section is revised to read: 14 15

Compost blankets are used for erosion control. Compost blanket shall be only be placed 16 on ground surfaces that are steeper than 3-foot horizontal and 1-foot vertical though 17 steeper slopes shall be broken by wattles or compost socks placed according to the 18 Standard Plans. Compost shall be placed to a depth of 3 inches over bare soil. An 19 organic tackifier shall be placed over the entire composted area when dry or windy 20 conditions are present or expected. The tackifier shall be applied immediately after the 21 application of compost to prevent compost from leaving the composted area. 22 23 Medium compost shall be used for the compost blanket. Compost may serve the 24 purpose of soil amendment as specified in Section 8-02.3(6). 25

26 8-01.3(5) Plastic Covering 27 The first paragraph is revised to read: 28 29

Erosion Control – Plastic coverings used to temporarily cover stockpiled materials, 30 slopes or bare soils shall be installed and maintained in a way that prevents water from 31 intruding under the plastic and prevents the plastic cover from being damaged by wind. 32 Plastic coverings shall be placed with at least a 12-inch overlap of all seams and be a 33 minimum of 6 mils thick. Use soil stabilization and energy dissipation BMPs to minimize 34 the erosive energy flows coming off sloped areas of plastic (e.g., toe of slope). When 35 feasible, prevent the clean runoff from plastic from hitting bare soil. Direct flows from 36 plastic to stabilized outlet areas. 37

38 8-01.3(7) Stabilized Construction Entrance 39 The first paragraph is revised to read: 40 41

Temporary stabilized construction entrance shall be constructed in accordance with the 42 Standard Plans, prior to construction vehicles entering the roadway from locations that 43 generate sediment track out on the roadway. Material used for stabilized construction 44 entrance shall be free of extraneous materials that may cause or contribute to track out. 45

46 8-01.3(8) Street Cleaning 47 This section is revised to read: 48 49

Self-propelled pickup street sweepers shall be used to remove and collect dirt and other 50 debris from the Roadway. The street sweeper shall effectively collect these materials 51 and prevent them from being washed or blown off the Roadway or into waters of the 52

Page 320: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

State. Street sweepers shall not generate fugitive dust and shall be designed and 1 operated in compliance with applicable air quality standards. Material collected by the 2 street sweeper shall be disposed of in accordance with Section 2-03.3(7)C. 3 4 When allowed by the Engineer, power broom sweepers may be used in non-sensitive 5 areas. The broom sweeper shall sweep dirt and other debris from the roadway into the 6 work area. The swept material shall be prevented from entering or washing into waters 7 of the State. 8 9 Street washing with water will require the concurrence of the Engineer. 10

11 8-01.3(12) Compost Socks 12 The first two sentences of the first paragraph are revised to read: 13 14

Compost socks are used to disperse flow and sediment. Compost socks shall be 15 installed as soon as construction will allow but before flow conditions create erosive 16 flows or discharges from the site. Compost socks shall be installed prior to any mulching 17 or compost placement. 18

19 8-01.3(13) Temporary Curb 20 The last two sentences of the second paragraph are revised to read: 21 22

Temporary curbs shall be a minimum of 4 inches in height. Temporary curb shall be 23 installed so that ponding does not occur in the adjacent roadway. 24

25 8-01.3(14) Temporary Pipe Slope Drain 26 The third and fourth paragraphs are revised to read: 27 28

The pipe fittings shall be water tight and the pipe secured to the slope with metal posts, 29 wood stakes, or sand bags. 30 31 The water shall be discharged to a stabilized conveyance, sediment trap, stormwater 32 pond, rock splash pad, or vegetated strip, in a manner to prevent erosion and maintain 33 water quality compliance. 34

35 The last paragraph is deleted. 36 37 8-01.3(15) Maintenance 38 This section is revised to read: 39 40

Erosion and sediment control BMPs shall be maintained or adaptively managed as 41 required by the CSWGP until the Engineer determines they are no longer needed. 42 When deficiencies in functional performance are identified, the deficiencies shall be 43 rectified immediately. 44 45 The BMPs shall be inspected on the schedule outlined in Section 8-01.3(1)B for 46 damage and sediment deposits. Damage to or undercutting of BMPs shall be repaired 47 immediately. 48 49 In areas where the Contractor’s activities have compromised the erosion control 50 functions of the existing grasses, the Contractor shall overseed at no additional cost to 51 the Contracting Agency. 52

Page 321: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 The quarry spalls of construction entrances shall be refreshed, replaced, or screened to 2 maintain voids between the spalls for collecting mud and dirt. 3 4 Unless otherwise specified, when the depth of accumulated sediment and 5 debris reaches approximately ⅓ the height of the BMP the deposits shall be removed. 6 Debris or contaminated sediment shall be disposed of in accordance with Section 2-7 03.3(7)C. Clean sediments may be stabilized on-site using BMPs as allowed by the 8 Engineer. 9

10 8-01.3(16) Removal 11 This section is revised to read: 12 13

The Contractor shall remove all temporary BMPs, all associated hardware and 14 associated accumulated sediment deposition from the project limits prior to Physical 15 Completion unless otherwise allowed by the Engineer. When the temporary BMP 16 materials are made of natural plant fibers unaltered by synthetic materials the Engineer 17 may allow leaving the BMP in place. 18 19 The Contractor shall remove BMPs and associated hardware in a way that minimizes 20 soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil 21 after removal of BMPs. If the installation and use of the erosion control BMPs have 22 compacted or otherwise rendered the soil inhospitable to plant growth, such as 23 construction entrances, the Contractor shall take measures to rehabilitate the soil to 24 facilitate plant growth. This may include, but is not limited to, ripping the soil, 25 incorporating soil amendments, or seeding with the specified seed. 26 27 At the request of the Contractor and at the sole discretion of the Engineer the CSWGP 28 may be transferred back to the Contracting Agency. Approval of the Transfer of 29 Coverage request will require the following: 30 31

1. All other Work required for Contract Completion has been completed. 32 33 2. All Work required for compliance with the CSWGP has been completed to the 34

maximum extent possible. This includes removal of BMPs that are no longer 35 needed and the site has undergone all Stabilization identified for meeting the 36 requirements of Final Stabilization in the CSWGP. 37

38 3. An Equitable Adjustment change order for the cost of Work that has not been 39

completed by the Contractor. 40 41 4. Submittal of the Washington State Department of Ecology Transfer of 42

Coverage form (Ecology form ECY 020-87a) to the Engineer. 43 44 If the Engineer approves the transfer of coverage back to the Contracting Agency, the 45 requirement in Section 1-07.5(3) for the Contractor’s submittal of the Notice of 46 Termination form to the Washington State Department of Ecology will not apply. 47

48 8-01.4 Measurement 49 This section’s content is deleted and replaced with the following new subsections: 50 51

Page 322: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

8-01.4(1) Lump Sum Bid for Project (No Unit Items) 1 When the Bid Proposal contains the item “Erosion Control and Water Pollution 2 Prevention” there will be no measurement of unit or force account items for Work 3 defined in Section 8-01 except as described in Sections 8-01.4(3) and 8-01.4(4). Also, 4 except as described in Section 8-01.4(3), all of Sections 8-01.4(2) and 8-01.5(2) are 5 deleted. 6 7 8-01.4(2) Item Bids 8 When the Proposal does not contain the items “Erosion Control and Water Pollution 9 Prevention”, Section 8-01.4(1) and 8-01.5(1) are deleted and the Bid Proposal will 10 contain some or all of the following items measured as noted. 11 12

ESC lead will be measured per day for each day that an inspection is made and a 13 report is filed. 14 15 Erosion control blanket and plastic covering will be measured by the square yard 16 along the ground slope line of surface area covered and accepted. 17 18 Turbidity curtains will be measured by the linear foot along the ground line of the 19 installed curtain. 20 21 Check dams will be measured per linear foot one time only along the ground line of 22 the completed check dam. No additional measurement will be made for check 23 dams that are required to be rehabilitated or replaced due to wear. 24 25 Stabilized construction entrances will be measured by the square yard by ground 26 slope measurement for each entrance constructed. 27 28 Tire wash facilities will be measured per each for each tire wash installed. 29 30 Street cleaning will be measured by the hour for the actual time spent cleaning 31 pavement, refilling with water, dumping and transport to and from cleaning 32 locations within the project limits, as authorized by the Engineer. Time to mobilize 33 the equipment to or from the project limits on which street cleaning is required will 34 not be measured. 35 36 Inlet protections will be measured per each for each initial installation at a 37 drainage structure. 38 39 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by 40 the linear foot along the ground line of the completed barrier. 41 42 Wattles and compost socks will be measured by the linear foot. 43 44 Temporary curbs will be measured by the linear foot along the ground line of the 45 completed installation. 46 47 Temporary pipe slope drains will be measured by the linear foot along the flow line 48 of the pipe. 49 50 Coir logs will be measured by the linear foot along the ground line of the completed 51 installation. 52

Page 323: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 Outlet protections will be measured per each initial installation at an outlet location. 2 3 Temporary seeding, temporary mulching, and tackifiers will be measured by the 4 acre by ground slope measurement. 5 6 Compost blanket will be measured by the square yard by ground slope surface 7 area covered and accepted. 8

9 8-01.4(3) Reinstating Unit Items with Lump Sum Erosion Control and Water 10 Pollution Prevention 11 The Contract Provisions may establish the project as lump sum, in accordance with 12 Section 8-01.4(1) and also include one or more of the items included above in Section 13 8-01.4(2). When that occurs, the corresponding measurement provision in Section 8-14 01.4(2) is not deleted and the Work under that item will be measured as specified. 15 16 8-01.4(4) Items not included with Lump Sum Erosion Control and Water Pollution 17 Prevention 18 Compost blanket will be measured by the square yard by ground slope surface area 19 covered and accepted. 20 21 Temporary mulch will be measured by the acre by ground slope surface area covered 22 and accepted. 23 24 High visibility fence will be measured by the linear foot along the ground line of the 25 completed fence. 26

27 8-01.5 Payment 28 This section’s content is deleted and replaced with the following new subsections: 29 30

8-01.5(1) Lump Sum Bid for Project (No Unit Items) 31 Payment will be made for the following Bid item when it is included in the Proposal: 32 33

“Erosion Control and Water Pollution Prevention”, lump sum. 34 35 The lump sum Contract price for “Erosion Control and Water Pollution Prevention” 36 shall be full pay to perform the Work as described in Section 8-01 except for costs 37 compensated by Bid Proposal items inserted through Contract Provisions as 38 described in Section 8-01.4(2). Progress payments for the lump sum item “Erosion 39 Control and Water Pollution Prevention” will be made as follows: 40 41

1. The Contracting Agency will pay 15 percent of the bid amount for the 42 initial set up for the item. Initial set up includes the following: 43

44 a. Acceptance of the TESC Plan provided by the Contracting Agency or 45

submittal of a new TESC Plan, 46 47 b. Submittal of a schedule for the installation of the BMPs, and 48 49 c. Identifying water quality sampling locations. 50

51

Page 324: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

2. 70 percent of the bid amount will be paid in accordance with Section 1-1 09.9. 2

3 3. Once the project is physically complete and copies of the all reports 4

submitted to the Washington State Department of Ecology have been 5 submitted to the Engineer, and, if applicable, transference of the CSWGP 6 back to the Contracting Agency is complete, the remaining 15 percent of 7 the bid amount shall be paid in accordance with Section 1-09.9. 8

9 8-01.5(2) Item Bids 10 “ESC Lead”, per day. 11 12 “Turbidity Curtain”, per linear foot. 13 14 “Erosion Control Blanket”, per square yard. 15 16 “Plastic Covering”, per square yard. 17 18 “Check Dam”, per linear foot. 19 20 “Inlet Protection”, per each. 21 22 “Gravel Filter Berm”, per linear foot. 23 24 “Stabilized Construction Entrance”, per square yard. 25 26 “Street Cleaning”, per hour. 27 28 “Silt Fence”, per linear foot. 29 30 “Wood Chip Berm”, per linear foot. 31 32 “Compost Berm”, per linear foot. 33 34 “Wattle”, per linear foot. 35 36 “Compost Sock”, per linear foot. 37 38 “Coir Log”, per linear foot. 39 40 “Temporary Curb”, per linear foot. 41 42 “Temporary Pipe Slope Drain”, per linear foot. 43 44 “Temporary Seeding”, per acre. 45 46 “Temporary Mulching”, per acre. 47 48 “Compost Blanket”, per square yard. 49 50 “Outlet Protection”, per each. 51 52

Page 325: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

“Tackifier”, per acre. 1 2 “Erosion/Water Pollution Control”, by force account as provided in Section 1-09.6. 3 4 Maintenance and removal of erosion and water pollution control devices including 5 removal and disposal of sediment, stabilization and rehabilitation of soil disturbed 6 by these activities, and any additional Work deemed necessary by the Engineer to 7 control erosion and water pollution will be paid by force account in accordance with 8 Section 1-09.6. 9 10 To provide a common Proposal for all Bidders, the Contracting Agency has entered an 11 amount in the Proposal to become a part of the Contractor’s total Bid. 12 13 8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water 14 Pollution Prevention 15 The Contract may establish the project as lump sum, in accordance with Section 8-16 01.4(1) and also reinstate the measurement of one or more of the items described in 17 Section 8-01.4(2), except for Erosion/Water Pollution Control, by force account. When 18 that occurs, the corresponding payment provision in Section 8-01.5(2) is not deleted 19 and the Work under that item will be paid as specified. 20 21 8-01.5(4) Items not included with Lump Sum Erosion Control and Water Pollution 22 Prevention 23 Payment will be made for the following Bid item when it is included in the Proposal: 24 25

“High Visibility Fence”, per linear foot. 26 27 8-02.AP8 28 Section 8-02, Roadside Restoration 29 April 1, 2019 30

This section, including all subsections, is revised to read: 31 32

8-02.1 Description 33 This Work consists of preserving, maintaining, establishing and augmenting vegetation 34 on the roadsides and within mitigation or sundry site areas. It includes vegetation 35 preservation, weed and pest control, furnishing and placing topsoil, compost, and soil 36 amendments, and furnishing and planting seed, sod and plants of all forms and 37 container types. It includes performing plant establishment activities and soil 38 bioengineering. Work shall be performed in accordance with these Specifications and 39 as shown in the Plans or as designated by the Engineer. 40 41 Trees, whips, shrubs, ground covers, cuttings, live stakes, live poles, live branches, 42 rhizomes, tubers, rootstock, and seedlings will hereinafter be referred to collectively as 43 “plants” or “plant material”. Grass, wildflowers, and other plant materials installed in 44 seed form will hereinafter be referred to collectively as “seed”. 45 46 8-02.2 Materials 47 Materials shall meet the requirements of the following sections: 48 49

Erosion Control and Roadside Planting 9-14 50 Water 9-25.2 51

Page 326: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 Botanical identification and nomenclature of plant materials shall be based on 2 descriptions by Hitchcock and Cronquist in “Flora of the Pacific Northwest”. Botanical 3 identification and nomenclature of plant material not found in "Flora" shall be based on 4 Bailey in “Hortus Third” or superseding editions and amendments or as referenced in 5 the Plans. 6 7 8-02.3 Construction Requirements 8

8-02.3(1) Responsibility During Construction 9 The Contractor shall prepare, install, and ensure adequate and proper care of all 10 roadside seeded, planted, and lawn areas on the project until all plant 11 establishment periods required by the Contract are complete or until Physical 12 Completion of the project, whichever is last. 13 14 Adequate and proper care shall include, but is not limited to, keeping all plant 15 material in a healthy, growing condition by watering, pruning, and other actions 16 deemed necessary for plant health. This Work shall include keeping the project 17 area free from insect infestation, weeds or unwanted vegetation, litter, and other 18 debris along with retaining the finished grades and mulch in a neat uniform 19 condition. 20 21 Existing desirable vegetation shall be saved and protected unless removal is 22 required by the Contract or allowed by the Engineer. 23 24 The Contractor shall have sole responsibility for the maintenance and appearance 25 of the roadside restoration. 26 27 8-02.3(2) Work Plans 28 Three Work Plan submittals exist under this Section: 29 30

1. Roadside Work Plan: This plan is required when Work will disturb the 31 roadside beyond 20 feet from the pavement or where trees or native 32 vegetation will be removed, the Contractor shall submit a Type 2 Working 33 Drawing. 34

35 2. Weed and Pest Control Plan: This plan is required when the proposal 36

contains the item "Weed and Pest Control," and prior to application of any 37 chemicals or weed control activities, the Contractor shall submit a Type 2 38 Working Drawing. 39

40 3. Plant Establishment Plan: This plan is required when the proposal 41

contains the item "PSIPE__", and prior to completion of Initial Planting, the 42 Contractor shall submit a Type 2 Working Drawing. 43

44 8-02.3(2)A Roadside Work Plan 45 The Roadside Work Plan shall define the expected impacts to the roadside 46 and restoration resulting from Work necessary to meet all Contract 47 requirements. The Contractor shall define how the roadside restoration Work 48 included in the Contract will be phased and coordinated with project Work such 49 as earthwork, staging, access, erosion and water pollution control, irrigation, 50 etc. The Roadside Work Plan shall include the following: 51 52

Page 327: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1. Limiting impacts to roadsides: 1 2

a. Limits of Work including locations of staging or parking. 3 4 b. Means and methods for vegetation protection (in accordance 5

with Section 1-07.16(2)). 6 7 c. Locations outside of clearing limits where vegetation shall be 8

removed to provide access routes or other needs to accomplish 9 the Work. 10

11 d. Plans for removal, preservation and stockpile of topsoil or other 12

native materials, if outside of clearing and grubbing limits and 13 within the project limits. 14

15 2. Roadside Restoration: 16 17

a. Plan for propagation and procurement of plants, ground 18 preparation for planting, and installation of plants. 19

20 b. Means and methods to limit soil compaction where seeding and 21

planting are to occur, such as steel plates, hog fuel access 22 roads, wood mats for sensitive areas (including removal) and 23 decompaction for unavoidable impacts. 24

25 c. Plan and timing to incorporate or remove erosion control items. 26

27 3. Lawn Installation: 28 29

a. Schedule for lawn installation work. 30 31 b. Establishment and maintenance of lawns. 32

33 8-02.3(2)B Weed and Pest Control Plan 34 The Weed and Pest Control Plan shall describe all weed and pest control 35 needs for the project. 36 37 The plan shall be prepared and signed by a licensed Commercial Pest Control 38 Operator or Consultant. The plan for control of weeds and pests on the 39 Contract in accordance with Section 8-02.3(3) shall include the following: 40 41

1. Names of plan preparer and pesticide operators, including contact 42 information. The Contractor shall furnish the Engineer evidence that 43 all operators are licensed with appropriate endorsements, and that 44 the pesticide used is registered for use by the Washington State 45 Department of Agriculture. 46

47 2. Means and methods of weed control, including mechanical and/or 48

chemical. 49 50 3. Schedule for weed control including re-entry times for pesticide 51

application by pesticide type. 52

Page 328: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 4. Proposed pesticide use in accordance with Section 8-02.3(3)A: 2

name, application rate, and Safety Data Sheets of all proposed 3 pesticides. Include a copy of the current product label for each 4 pesticide to be used. 5

6 5. Plan to ensure worker safety until pesticide re-entry periods are met. 7

8 8-02.3(2)C Plant Establishment Plan 9 The Plant Establishment Plan shall describe activities necessary to ensure 10 continued health and vigor of planted and seeded areas in accordance with the 11 requirements of Sections 8-02.3(12) and 8-02.3(13). Should the plan become 12 unworkable at any time during the first-year plant establishment, the 13 Contractor shall submit a revised plan prior to proceeding with further Work. 14 The Plant Establishment Plan shall include: 15 16

1. Proposed scheduling of joint inspection meetings, activities, 17 materials, equipment to be utilized for the first-year plant 18 establishment. 19

20 2. Proposed adaptive management activities to ensure successful 21

establishment of seeded, sodded, and planted areas. 22 23 3. A contact person. 24 25 4. Management of the irrigation system, when applicable. 26

27 8-02.3(3) Weed and Pest Control 28 The Contractor shall control weed and pest species within the project limits using 29 integrated pest management principles consisting of mechanical, biological, and 30 chemical controls that are outlined in the Weed and Pest Control Plan or as 31 designated by the Engineer. Controlling weeds consists of killing and removing 32 weeds by chemical, mechanical, and hand methods. 33 34

8-02.3(3)A Chemical Pesticides 35 Chemical pesticides include, but are not restricted to, any substance or mixture 36 of substances intended for preventing, destroying, repelling or mitigating any 37 pest, including but not limited to, insecticides, herbicides, fungicides, 38 adjuvants, and additives, including plant regulators, defoliants and desiccants. 39 The Contractor shall apply chemical pesticides in accordance with the label 40 recommendations, the Washington State Department of Ecology, local 41 sensitive area ordinances, and Washington State Department of Agriculture 42 laws and regulations. Only those pesticides listed in the table Herbicides 43 Approved for Use on WSDOT Rights of Way and accepted as part of the 44 Weed and Pest Control Plan or by written authorization from the Engineer may 45 be used (www.wsdot.wa.gov/maintenance/roadside/herbicide_use.htm). 46 47 The applicator shall be licensed by the State of Washington as a Commercial 48 Applicator or Commercial Operator, with additional endorsements as required 49 by the Special Provisions or the proposed weed control plan. All chemical 50 pesticides shall be delivered to the job site in the original containers, or if pre-51 mixed off-site, a certification of the components and formulation from the 52

Page 329: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

supplier is required. The licensed applicator or operator shall complete 1 WSDOT Form 540-509, Commercial Pesticide Application Record, each day 2 the pesticide is applied and furnish a copy to the Engineer by the following 3 business day. 4 5 The Contractor shall ensure confinement of the chemicals within the 6 designated areas. The use of spray chemical pesticides shall require the use 7 of anti-drift and activating agents and a spray pattern indicator unless 8 otherwise allowed by the Engineer. 9 10 The Contractor shall assume all responsibility for rendering any area 11 unsatisfactory for planting by reason of chemical application. Damage to 12 adjacent areas, either on or off the Highway Right of Way, shall be repaired to 13 the satisfaction of the Engineer or the property owner at no additional cost to 14 the Contracting Agency. 15 16 8-02.3(3)B Planting and Lawn Area Weed Control 17 Planting and lawn area weed control consists of controlling weeds and pests in 18 planted and lawn areas shown in the Plans. This Work is included in the bid 19 items for planting and lawn installation. 20 21 All planting and lawn areas shall be prepared so that they are weed and debris 22 free at the time of planting and until completion of the project. The planting 23 areas shall include the entire ground surface, regardless of cover, areas 24 around plants, and those areas shown in the Plans. 25 26 Within planting or lawn areas, all species that are not shown in the Plans are 27 unwanted and shall be controlled unless specifically allowed by the Engineer 28 to remain. 29 30 Grass growing within the mulch ring of a plant, including grass applied in 31 accordance with Sections 8-01.3(2)A1, 8-02.3(9) or 8-02.3(10), shall be 32 considered a weed and shall be controlled on the project in accordance with 33 the weed and pest control plan. 34 35 All applications of post-emergent herbicides shall be made while green and 36 growing tissue is present. Residual herbicides shall not be used where 37 rhizomatous species or perennial species are indicated. 38 39 Should unwanted vegetation reach the flowering and seed stage in violation of 40 these Specifications, the Contractor shall physically remove and bag the seed 41 heads prior to seed dispersion. All physically removed vegetation and seed 42 heads shall be disposed of off-site at no cost to the Contracting Agency. 43 44 8-02.3(3)C Project Area Weed and Pest Control 45 The Contractor shall control weeds not otherwise covered in accordance with 46 Section 8-02.3(3)B, in all areas within the project limits, including erosion 47 control seeding areas and vegetation preservation areas, as designated by the 48 Engineer. 49 50 When the Bid Item “Project Area Weed and Pest Control” is included in the 51 Contract, the Contractor shall also control all weeds specified as noxious by 52

Page 330: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

the Washington State Department of Agriculture, the local Weed District, or the 1 County Noxious Weed Control Board outside of planting areas within the 2 project limits. 3 4

8-02.3(4) Topsoil 5 Topsoil shall not be worked or placed when the ground or topsoil is frozen, or 6 excessively wet. 7 8 The Contractor shall protect topsoil stockpiled for project use to prevent erosion 9 and weed growth. Weed growth on topsoil stockpile sites shall be immediately 10 eliminated in accordance with the accepted Weed and Pest Control Plan and 11 Section 8-02.3(3)C. 12 13 The subsoil where topsoil is to be placed shall be tilled to a depth of 1 foot or as 14 specified in the Special Provisions or the Plans. Topsoil of the type specified shall 15 be evenly spread over the specified areas to the depth shown in the Plans or as 16 otherwise ordered by the Engineer. Topsoil depths greater than 6 inches shall be 17 placed in lifts no more than 6 inches in depth. The first lift of topsoil shall be 18 incorporated with sub-soil to a depth of 8 inches and subsequent lifts placed and 19 lightly tamped between lifts. After the topsoil has been spread, all large clods, hard 20 lumps, and rocks 2 inches in diameter and larger, and litter shall be raked up, 21 removed, and disposed. 22 23

8-02.3(4)A Topsoil Type A 24 Topsoil Type A shall be as specified in the Special Provisions. The Contractor 25 shall submit a certification by the supplier that the contents of the Topsoil meet 26 the requirements in the Special Provisions. 27 28 8-02.3(4)B Topsoil Type B 29 Topsoil Type B shall be naturally occurring topsoil taken from within the project 30 limits and shall meet the requirements of Section 9-14.1(2). Topsoil Type B 31 shall be taken from areas shown in the Plans to the designated depth and 32 stockpiled at locations that will not interfere with the construction of the project, 33 and outside of sensitive areas, as allowed by the Engineer. A minimum of two 34 weeks prior to excavation of Topsoil Type B, the Contractor shall pre-treat the 35 vegetation on the designated Topsoil Type B areas according to the Weed and 36 Pest Control Plan. Areas beyond the slope stakes shall be disturbed as little as 37 possible in the above operations and under no circumstances shall Topsoil 38 Type B be stockpiled within 10 feet of any existing tree or vegetation area 39 designated to be saved and protected. The Contractor shall protect topsoil 40 stockpile from weed infestation. 41 42 The Contractor shall set aside sufficient material to satisfy the needs of the 43 project. 44 45 Upon completion of topsoil placement, the Contractor shall dispose of 46 remaining stockpiled Topsoil Type B not required for use on the project at no 47 additional expense to the Contracting Agency in accordance with Section 2-48 03.3(7)C. 49 50

Page 331: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Should a shortage of Topsoil Type B occur, and the Contractor has wasted or 1 otherwise disposed of topsoil material, the Contractor shall furnish Topsoil 2 Type A or C at no additional expense to the Contracting Agency. 3 4 8-02.3(4)C Topsoil Type C 5 Topsoil Type C shall be naturally occurring topsoil obtained from a source 6 provided by the Contractor outside of the Contracting Agency-owned Right of 7 Way. Topsoil Type C shall meet the requirements of Sections 8-02.3(4)B and 8 9-14.1(3). The Contractor shall not begin removal of Topsoil Type C from the 9 proposed source until the material has been allowed for use by the Engineer. 10 11

8-02.3(5) Roadside Seeding, Lawn and Planting Area Preparation 12 This Work includes preparing worked areas for the installation of all types of 13 permanent erosion control planting. Work shall be conducted so the flow lines in 14 drainage channels are maintained. Material displaced by the Contractor’s 15 operations that interferes with drainage shall be removed from the channel and 16 disposed of as allowed by the Engineer. 17 18

8-02.3(5)A Seeding Area Preparation 19 The Contractor shall prepare roadside seeding areas as follows: 20 21

1. Remove all excess material, debris, stumps, and rocks greater than 3 22 inches in diameter from areas to be seeded. Dispose of removed 23 materials offsite. 24

25 2. Prepare roadside seeding area to a weed free and bare condition. 26 27 3. Bring area to uniform grade and install topsoil, soil amendments, or 28

compost as specified. Any slopes 3(H) to 1(V) or steeper shall not be 29 tilled unless otherwise specified. 30

31 4. Compact to provide a reasonably firm but friable seedbed; tractor 32

walk to uniformly cover the surface with longitudinal depressions at 33 least 2 inches deep formed perpendicular to the natural flow of water 34 on the slope. Condition the soil with sufficient water so the 35 longitudinal depressions remain in the soil surface until completion of 36 the seeding. 37

38 5. Seed and mulch within 2 days of preparation. 39

40 8-02.3(5)B Lawn Area Preparation 41 The Contractor shall prepare lawn areas as follows: 42 43

1. Prepare lawn area to a weed free and bare condition in accordance 44 with Section 8-02.3(3)B. 45

46 2. Remove excess material, stumps, wood or rocks over 3 inches in 47

diameter and remove from site. 48 49 3. Bring area to uniform grade and install topsoil or soil amendments in 50

accordance with Section 8-02.3(4) and 8-02.3(6). 51 52

Page 332: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

4. Till to an 8-inch depth, rake to a smooth even grade without low areas 1 that trap water, and compact with a 50-pound roller. The finished 2 grade of the soil shall be 1 inch below the top of all curbs, junction 3 and valve boxes, walks, driveways, and other Structures. 4

5 5. Seed or sod the area within two days of preparation. 6

7 8-02.3(5)C Planting Area Preparation 8 The Contractor shall prepare planting areas as follows: 9 10

1. Prepare planting area to a weed free and bare condition in 11 accordance with Section 8-02.3(3)B. 12

13 2. Decompact soil to a depth of 18 inches where construction activities 14

have taken place or where native soils are compacted. 15 16 3. Return soil to uniform grade even with surrounding areas, leaving no 17

holes or mounds over 3 inches in depth or height. 18 19 4. Remove excess material, stumps, wood or rocks over 3 inches in 20

diameter and remove from site. 21 22 5. Apply compost or other amendments as indicated in the plans and in 23

accordance with Section 8-02.3(6). 24 25 6. Cultivate amendments to a depth of 12 inches to provide a 26

reasonably firm but friable planting area. Do not till any slopes 3(H) to 27 1(V) or steeper. 28

29 7. Return soil to a uniform finished grade, 1 inch, or the specified depth 30

of mulch plus 1 inch, below walks, curbs, junction and valve boxes, 31 catch basins, and driveways, unless otherwise specified. 32

33 8. Begin planting and mulching the area within two days of final 34

preparation. 35 36

8-02.3(6) Soil Amendments 37 The Contractor shall place soil amendments of the type, quality, and quantities 38 specified where shown in the Plans or as specified in the Special Provisions. Areas 39 receiving soil amendments shall be bare soil or vegetation free prior to application. 40 All soil amendments shall be installed as shown in the Plans within 30 calendar 41 days after delivery to the project site. 42 43

8-02.3(6)A Compost 44 Compost used for soil amendments shall be Fine Compost unless otherwise 45 designated in the Plans. When compost blanket is used for temporary erosion 46 control, the compost blanket may be incorporated into the soil immediately 47 prior to planting when used as compost soil amendment. The area shall be 48 prepared in accordance with Section 8-02.3(5) prior to placing compost. 49 50

Page 333: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

8-02.3(6)B Fertilizers 1 The Contractor shall apply fertilizer in the form, mixture, and rate specified in 2 the Special Provisions or as directed by the Engineer. Application procedures 3 shall be in accordance with the manufacturer’s recommendations unless 4 otherwise specified in the Special Provisions. 5 6 The Contractor shall submit a guaranteed fertilizer analysis label for the 7 selected product a minimum of one week prior to application for acceptance. 8 Following the Engineer’s acceptance, fertilizing of the accepted ground or 9 vegetated surfaces shall begin immediately. 10 11 In seeding and lawn areas to be fertilized, the fertilizer shall be applied 12 concurrently with the seed. When fertilizer is hydraulically applied, the fertilizer 13 shall be suitable for application with seeding as specified in Section 8-14 02.3(9)C. If hydroseeding, the fertilizer shall be placed in the hydroseeder tank 15 no more than 1 hour prior to application. 16 17 Fertilizers for planting areas shall be applied concurrently with compost and 18 applied prior to incorporation, unless tablet form fertilizer is specified. Where 19 tablet form fertilizer is specified, fertilizer shall be applied concurrently with 20 plant installation. 21 22 Fertilizer sprayed on signs or sign structures shall be removed the same day. 23 24 Areas not accessible by fertilizing equipment shall be fertilized by allowed 25 hand methods. 26 27 Second Application: A second application of fertilizer shall be applied as 28 specified in the Special Provisions at the locations designated in the Plans. 29 The fertilizer shall be applied during the months of March, April, or May of the 30 following year after the initial seeding, planting, or lawn installation. The 31 fertilizer shall be dry granular pellets or pearls and applied in accordance with 32 the manufacturer’s recommendations or as specified in the Special Provisions. 33 34

8-02.3(7) Layout of Planting, Lawn and Seeding Areas 35 The Contractor shall lay out and prepare planting and lawn areas and receive the 36 Engineer’s acceptance of layout and preparation prior to any installation activities. 37 The Contractor shall stake the location of all trees larger than 1-inch caliper and the 38 perimeter of all planting areas for acceptance by the Engineer prior to any 39 installation activities. 40 41 The Contractor shall locate all trees to be planted in mowable grass areas a 42 minimum of 10 feet from the edge of planting areas, other trees, fence lines, and 43 bottom of ditches unless otherwise specified. 44 45 Tree locations shown in the Plans shall be considered approximate unless shown 46 with stationing and offset distance. In irrigated areas, trees shall be located so their 47 trunk is a minimum of ⅓ of the spray radius away from the nearest sprinkler head. 48 49 Unless otherwise shown, planting areas located adjacent to Roadways shall begin 50 6 feet from the edge of shoulder on roadway fills and begin 5 feet up on the back 51 slope from the bottom on roadway cut sections. Plants within planting areas shall 52

Page 334: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

be located such that mature branching pattern will not block sight distance, signs, 1 or other traffic-related devices. No trees shall be placed where the mature canopy 2 will grow to within 10 feet of existing power lines. Where roadside ditches are 3 present, planting areas shall begin 5 feet from the centerline of the ditch unless 4 shown otherwise in the Plans. 5 6 8-02.3(8) Planting 7

8-02.3(8)A Dates and Conditions for Planting 8 No plant material shall be planted until it has been inspected and accepted for 9 planting by the Engineer. Rejected material shall be removed from the project 10 site immediately. All plants for the project or a sufficient quantity to plant 1-acre 11 of the site, whichever is less, shall be received on site prior to the Engineer 12 beginning inspection of the plants. 13 14 Under no circumstances will planting be permitted during unsuitable soil or 15 weather conditions as determined by the Engineer. Unsuitable conditions may 16 include frozen soil, freezing weather, saturated soil, standing water, high 17 winds, heavy rains, and high water levels. The ground shall be moist at the 18 time of planting. All planting shall be accomplished during the following 19 periods: 20 21

1. Non-Irrigated Plant Material 22 Western Washington (West of the Cascade Mountain Crest) – 23 October 1 to March 1. 24 Eastern Washington (East of the Cascade Mountain Crest) – October 25 1 to November 15. 26

27 2. Irrigated Plant Material 28 29 In irrigated areas, plant material shall not be installed until the irrigation 30 system is fully operational and accepted by the Engineer. Trees and 31 shrubs may be planted in irrigated areas during the non-irrigated planting 32 window before the irrigation system is functional with the written 33 concurrence of the Engineer only if the irrigation system is guaranteed to 34 be operational prior to the end of the non-irrigated planting window. 35

36 8-02.3(8)B Plant Installation 37 The Contractor shall handle plant material in the following manner: 38 39

1. Root systems shall be kept covered and damp at all times. Plant 40 material shall be kept in containers until the time of planting. 41

42 2. Roots shall not be bunched, curled, twisted, or unreasonably bent 43

when placed in the planting hole. Bare root plant material shall be 44 dormant at the time of harvesting and planting. The root systems of 45 all bare root plant material shall be dipped in a slurry immediately 46 prior to planting. 47

48 3. Plant material supplied in wrapped balls shall not be removed from 49

the wrapping until the time of planting at the planting location. The 50 root system of balled plant material shall be moist at the time of 51 planting. Root balls shall be loosened prior to planting. All burlap, 52

Page 335: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

baskets, string, wire and other such materials shall be removed from 1 the hole when planting balled plants. 2

3 4. Plant cutting material shall be dormant at the time of cutting and 4

planting. All cuttings shall be installed immediately if buds begin to 5 swell. 6

7 5. Plants shall be placed with the crown at the finished grade. In their 8

final position, plants shall have their top true root (not adventitious 9 root) no more than 1 inch below the soil surface, no matter where that 10 root was located in the original root ball or container. The backfill 11 material, including container and root ball soil, shall be thoroughly 12 watered on the same day that planting occurs regardless of season. 13

14 When installing plants, the Contractor shall dig planting holes three times the 15 diameter of the container or root ball size. Any glazed surface of the planting 16 hole shall be roughened prior to planting. 17 18 8-02.3(8)C Pruning, Staking, Guying, and Wrapping 19 Plants shall be pruned at the time of planting, only to remove minor broken or 20 damaged twigs, branches or roots. Pruning shall be performed with a sharp 21 tool and shall be done in such a manner as to retain or to encourage natural 22 growth characteristics of the plants. All other pruning shall be performed only 23 after the plants have been in the ground at least 1 year and when plants are 24 dormant. 25 26 Trees shall only be staked when so noted in the Plans. Each tree shall be 27 staked or guyed before completion of the backfilling in accordance with the 28 details shown in the Plans. 29 30 Trees shall be wrapped when so noted in the Plans. 31 32

8-02.3(9) Seeding, Fertilizing, and Mulching 33 For all seed, the Contractor shall furnish the following documentation to the 34 Engineer: 35 36

1. The state or provincial seed dealer license and endorsements. 37 38 2. Copies of Washington State Department of Agriculture (WSDA) test 39

results on each lot of seed. Test results shall be within six months prior to 40 the date of application. 41

42 8-02.3(9)A Dates for Application of Seed 43 Unless otherwise allowed by the Engineer, the Contractor shall apply seed for 44 permanent erosion control during the following periods: 45 46

Western Washington1 (West of the Cascade Mountain

Crest)

Eastern Washington (East of the Cascade Mountain

Crest) March 1 through May 15

September 1 through October 1 October 1 through November 15

1Seeding may be allowed outside these dates when allowed by the

Page 336: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Engineer. 1

All roadway excavation and embankment ground surfaces that are completed 2 to final grades shall be prepared and seeded during the first available seeding 3 window. When environmental conditions are not conducive to satisfactory 4 results, the Engineer may suspend the seeding Work until such time that the 5 desired results are likely to be obtained. If seeding is suspended, temporary 6 erosion control methods according to Section 8-01 shall be used to protect the 7 bare soil until seeding conditions improve. 8 9 8-02.3(9)B Seeding and Fertilizing 10 The Contractor shall prepare the seeding area in accordance with Section 8-11 02.3(5)A and apply seed at the rate and mix specified in the Special 12 Provisions. The Contractor shall notify the Engineer within 5 days in advance 13 of any seeding operation and shall not begin the Work until areas prepared or 14 designated for seeding have been accepted. Following the Engineer’s 15 acceptance, seeding of the accepted ground surfaces shall begin immediately. 16 17 Seeding shall not be done during windy weather or when the ground is frozen, 18 or excessively wet. 19 20 When seeding by hand, the seed shall be incorporated into the top ¼ inch of 21 soil by hand raking or other method that is allowed by the Engineer. 22 23 Seed applied as a separate operation using a hydroseeder shall have a tracer 24 added to visibly aid uniform application. The tracer shall be HECP Short-Term 25 Mulch applied at a rate of 200 to 250 pounds per acre and the tracer shall carry 26 the measured specified seeding rate. 27 28 8-02.3(9)C Seeding with Fertilizers and Mulches 29 When the Proposal includes any variation of seeding, fertilizing, and without 30 mulching, the seed and fertilizer shall be applied in one application followed by 31 mulching. West of the Cascade Mountains, seed, fertilizer, and mulch may be 32 completely applied in one application. East of the Cascades, seeding, 33 fertilizing, and mulching shall not be applied as a single application unless 34 allowed by the Engineer in writing prior to application. The fertilizing and 35 mulching shall meet the requirements of Sections 8-02.3(6) and 8-02.3(11). 36 37 8-02.3(9)D Inspection 38 Seeded areas will be inspected upon completion of seeding, fertilizing, and 39 mulching. The Work in any area will not be measured for payment until a 40 uniform distribution of the materials is accomplished at the specified rate. 41 Areas that have not received a uniform application of seed, fertilizer, and 42 mulch at the specified rate, as determined by the Engineer, shall be re-seeded, 43 re-fertilized, or re-mulched prior to payment for seeding within a designated 44 area. 45 46 8-02.3(9)E Protection and Care of Seeded Areas 47 The Contractor shall install and establish a stable and weed free stand of 48 grass as specified within all designated permanent seeding areas. A stable 49 stand of grass shall meet the following requirements: 50 51

Page 337: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1. A dense and uniform canopy cover, 70% for Western Washington 1 and 50% for Eastern Washington, of specified species covers all 2 seeded areas after 3 months of active growth following germination 3 during the growing season. Canopy cover is defined as the cover of 4 living and vigorous grass blades, leaves, and shoots of specified 5 species. Volunteer species, weeds, woody plants, or other 6 undesirable vegetation shall not factor into the canopy cover. Growth 7 and establishment may require supplemental irrigation to meet cover 8 requirements. 9

10 2. Stand health is evident by vigorously growing planted species having 11

a uniform rich-green appearance and with no dead patches or major 12 gaps of growth. A stand of grass that displays rusting, wilting, stunted 13 growth, disease, yellowing or browning of leaves, or bare patches 14 does not meet the stand health requirement. 15

16 3. The Contractor shall establish a stable stand of grass free of all 17

weeds, non-specified grasses, and other undesirable vegetation. 18 Weed control shall be in accordance with the Weed and Pest Control 19 Plan and occur on a monthly basis during the establishment period 20 and through the life of the Contract. 21

22 4. Remove all trash, rocks, construction debris, and other obstructions 23

that may be detrimental to the continued establishment of future 24 seeding. 25

26 In addition to the requirements of Section 1-07.13(1), restoration of eroded 27 areas including clean up, removal, and proper disposal of eroded material, 28 filling and raking of eroded areas with Topsoil Type A or fine compost, and re-29 application of the specified seed, fertilizer, and mulch shall occur at no 30 additional cost to the Contracting Agency. 31

32 8-02.3(10) Lawn Installation 33

8-02.3(10)A Dates and Conditions for Lawn Installation 34 In irrigated areas, lawn installation shall not begin until the irrigation system 35 is fully operational. 36 37 Unless otherwise allowed by the Engineer, seeded lawn installation shall be 38 performed during the following time periods at the location shown: 39 40

Western Washington (West of the Cascade Mountain

Crest)

Eastern Washington (East of the Cascade Mountain

Crest) March 1 through May 15

September 1 through October 1 October 1 through November 15

When irrigation system is operational March 1 through October 1

When irrigation system is operational March 1 through November 1

41 8-02.3(10)B Lawn Seeding and Sodding 42 The Contractor shall prepare the lawn area in accordance with Section 8-43 02.3(5) and apply seed at the mix and rate of application as specified in the 44 Special Provisions. 45

Page 338: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 The Contractor shall have the option of sodding in lieu of seeding for lawn 2 installation at no additional expense to the Contracting Agency. Seeding in lieu 3 of sodding will not be allowed. 4 5 Seed placed by hand shall be raked into the soil. Following raking, the seeded 6 soil shall be rolled with a smooth 50-pound roller. Sod strips shall be placed 7 within 48 hours of being cut. Placement shall be without voids and have the 8 end joints staggered. Following placement, the sod shall be rolled with a 9 smooth roller to establish contact with the soil. 10 11 Barriers shall be erected, with warning signs where necessary, to preclude 12 pedestrian traffic access to the newly placed lawn during the establishment 13 period. 14 15 8-02.3(10)C Lawn Establishment 16 Lawn establishment shall consist of caring for all new lawn areas within the 17 limits of the project. 18 19 The lawn establishment period shall begin immediately after the lawn seeding 20 or sodding has been accepted by the Engineer and shall extend to the end of 21 four mowings or 20 working days whichever is longer. The mowings shall be 22 done in accordance with Section 8-02.3(10)D. 23 24 During the lawn establishment period, the Contractor shall ensure the 25 continuing healthy growth of the turf. This care shall include keeping the 26 project in a presentable condition including, but not limited to, removal of litter, 27 mowing, trimming, removal of grass clippings, edging, fertilization, insecticide 28 and fungicide applications, weed control, watering, repairing the irrigation 29 system, and repair and reseeding all damaged areas. 30 31 Temporary barriers shall be removed only when directed by the Engineer. 32 33 All Work performed under lawn establishment shall comply with established 34 turf management practices. 35 36 Acceptance of lawn planting as specified will be based on a uniform stand of 37 grass and a uniform grade at the time of final inspection. The Contractor shall 38 recultivate, re-grade, reseed, and refertilize areas that are bare or have a poor 39 stand of grass or not having a uniform grade through any cause before final 40 inspection at no additional cost to the Contracting Agency. 41 42 8-02.3(10)D Lawn Mowing 43 Lawn mowing shall begin immediately after the lawn establishment period has 44 been accepted by the Engineer and shall extend to the end of the Contract or 45 the first-year plant establishment, whichever is last. 46 47 The Contractor shall accomplish the following minimum requirements: 48 49

1. Mow, trim, and edge as often as conditions dictate, at a minimum, 50 once per week between April and September. Maximum height of 51 lawn shall not exceed 3 inches. The cutting height shall be 2 inches. 52

Page 339: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Cuttings, trimmings, and edgings shall be disposed of off the project 1 site. When the Engineer allows the use of a mulching mower, 2 trimmings may be left in place. 3

4 2. Water as often as conditions dictate depending on weather and soil 5

conditions. 6 7 3. Provide fertilizer, weed control, water, and other measures as 8

necessary to establish and maintain a healthy stand of grass. 9 10

8-02.3(11) Mulch 11 Mulches associated with seeding and planting shall be of the type specified in the 12 Special Provisions or as indicated in the Plans. The Contractor shall evenly apply 13 mulch at the rates indicated in the Plans. Mulches shall not be placed below the 14 anticipated water level of ditch slopes, pond bank slopes, and stream banks, or in 15 areas of standing or flowing water. 16 17

8-02.3(11)A Mulch for Seeding Areas 18 The Contractor shall furnish and evenly apply Hydraulically Applied Erosion 19 Control Product (HECP) Long Term Mulch at the rates indicated and in 20 accordance with the Manufacturer’s specifications unless otherwise specified. 21 22 HECP Long Term Mulch shall be hydraulically applied at the rate of 3500 23 pounds per acre with no more than 2000 pounds applied in any single lift. 24 HECP mulch shall not be used within the Ordinary High Water Mark. 25 26 Mulch sprayed on signs or sign Structures shall be removed the same day. 27 28 Areas not accessible by mulching equipment shall be mulched by accepted 29 hand methods. 30 31 HECP Long Term Mulch may be applied with seed and fertilizer west of the 32 summit of the Cascade Range. East of the summit of the Cascade Range, 33 seed and fertilizer shall be applied in a single application followed by the 34 application of mulch. 35 36 8-02.3(11)B Bark or Woodchip Mulch 37 The Contractor shall apply bark or wood chip mulch of the type and depth 38 specified where shown in the Plans or as specified in the Special Provisions. 39 40 The Contractor shall complete final grading and placement/incorporation of soil 41 amendments within the planting area prior to placement of mulch. Areas 42 receiving bark mulch shall be bare soil or vegetation free before application, 43 except where trees and other plants are specifically identified in the Plans or 44 designated by the Engineer to be saved and protected. 45 46 Bark or wood chip mulch shall be placed to a uniform non-compacted depth of 47 3 inches over all planting areas unless otherwise specified. Mulch shall be 48 feathered to the base of the plant and 1 inch below the top of junction and 49 valve boxes, curbs, and pavement edges. 50 51

Page 340: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Any contamination of the mulch due to the Contractor’s operations shall be 1 corrected to its former condition at no additional cost to the Contracting 2 Agency. Mulch placed to a thickness greater than specified shall be at no 3 additional cost to the Contracting Agency. 4 5 The Contractor shall keep plant material crowns, runners, and branches free of 6 mulch at all times. 7 8 8-02.3(11)C Bark or Woodchip Mulch Rings 9 The Contractor shall apply mulch rings around plants installed within existing 10 vegetation areas or within seeded areas as shown in the Plans. Bark or wood 11 chip mulch rings shall be applied to the surface of vegetation free amended 12 soil in the isolated plant locations where shown in the Plans or as specified in 13 the Special Provisions. Bark or wood chip mulch shall be placed to a uniform 14 non-compacted depth of 3 inches to a radius of 2 feet around all plants within 15 interplanted plant locations. 16 17

8-02.3(12) Completion of Initial Planting 18 Upon completion of the initial planting within a designated area, the Engineer will 19 make an inspection of all planting areas. The Engineer will notify the Contractor, in 20 writing, of any replacements or corrective action necessary to meet the plant 21 installation requirements. The Contractor shall replace all plants and associated 22 materials rejected or missing and correct unsatisfactory conditions. 23 24 Completion of the initial planting within a designated area includes the following 25 conditions: 26 27

1. 100 percent of each of the plant material categories are installed as 28 shown in the Plans. 29

30 2. Planting Area is cleaned up. 31 32 3. Repairs are completed, including but not limited to, full operation of the 33

irrigation system. 34 35 4. Mulch coverage is complete. 36 37 5. All weeds are controlled. 38

39 8-02.3(13) Plant Establishment 40 Plant establishment consists of caring for all plants and  planting areas within the 41 project limits. The provisions of Sections 1-07.13(2) and 1-07.13(3) do not apply to 42 this Section. 43 44 When the Proposal includes the bid item PSIPE____ (Plant Selection Including 45 Plant Establishment), that bid item includes one year of plant establishment Work. 46 The first year of plant establishment shall begin immediately upon written 47 notification from the Engineer of the completion of initial planting for the project. 48 The first-year plant establishment period shall be a minimum of one calendar year. 49 The one calendar year shall be extended an amount equal to any periods where 50 the Contractor does not comply with the plant establishment requirements and 51 plan. 52

Page 341: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 During the first-year plant establishment period, the Contractor shall perform all 2 Work necessary to ensure the resumption and continued growth of the transplanted 3 material. This Work shall include, but is not limited to, applying water, removing 4 foreign, dead, or rejected plant material, maintaining all planting areas in a weed-5 free condition, and replacing all unsatisfactory plant material planted under the 6 Contract. If plants are stolen or damaged by the acts of others, the Contracting 7 Agency will pay invoice cost only for the replacement plants with no mark-up and 8 the Contractor will be responsible for the labor to install the replacement plants. 9 Other weed control within the project limits but outside of planting, lawn, or seeding 10 areas shall be as specified in Section 8-02.3(3)C. 11 12 During the first year of plant establishment, the Contractor shall meet monthly or at 13 an agreed upon schedule with the Engineer for the purpose of joint inspection of 14 the planting material. The Contractor shall correct all unsatisfactory conditions 15 identified by the Engineer within a 10-day period immediately following the 16 inspection. If plant replacement is required, the Contractor shall, within the 10-day 17 period, submit a plan and schedule for the plant procurement and replacement to 18 occur during the planting period as designated in Section 8-02.3(8). At the end of 19 the plant establishment period, plants that do not show normal growth shall be 20 replaced and all staking and guying that remain on the project shall be removed 21 unless otherwise allowed by the Engineer. 22 23 All automatic irrigation systems shall be operated fully automatic during the plant 24 establishment period and until final acceptance of the Contract. Payment for water 25 used to water in plants, or hand watering of plant material or lawn areas unless 26 otherwise specified, is the responsibility of the Contractor during the first-year plant 27 establishment period. 28 29 Subsequent year plant establishment periods shall begin immediately at the 30 completion of the preceding year’s plant establishment period. Each subsequent 31 plant establishment period shall be one full calendar year in duration. 32 33 During the plant establishment period(s) after the first year plant establishment, the 34 Work necessary for the continued healthy and vigorous growth of all plants material 35 shall be performed as directed by the Engineer. 36 37 Payment for water used to water plants during the subsequent year(s) of plant 38 establishment will be paid under the plant establishment item. 39 40 8-02.3(14) Plant Replacement 41 The Contractor shall be responsible for growing or arrange to provide sufficient 42 plants for replacement of all plant material rejected through first-year plant 43 establishment. All replacement plant material shall be inspected and accepted by 44 the Engineer prior to installation. All rejected plant material shall be replaced with 45 acceptable plants meeting the specifications and installed according to the 46 requirements of this Section at dates allowed by the Engineer. 47 48 All replacement plants shall be of the same species as the plants they replace and 49 meet the requirements of Section 9-14.8 unless otherwise allowed by the Engineer. 50 Plants may vary in size reflecting one season of growth should the Contractor elect 51 to hold plant material under nursery conditions for an additional year to serve as 52

Page 342: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

replacement plants. Replacement plant material larger than specified in the Plans 1 shall meet the applicable section requirements of the ASNS for container class, ball 2 size, spread, and branching characteristics. 3 4 8-02.3(15) Bioengineering 5 Bioengineering consists of using plant materials for the purpose of streambank or 6 earthen slope construction and surface stabilization. This Work may include 7 installing woody plant cuttings in various forms as well as part of streambank or 8 earthen slope construction. 9 10

8-02.3(15)A Fascines 11 Live fascines shall be constructed of live and dead cuttings bundled together 12 with a diameter of 8 to 18 inches. Live cuttings shall be the species shown in 13 the Plans. Dead branches may be cuttings from any woody, non-invasive plant 14 native to the project area. Dead branches may be placed within the live fascine 15 and on the side exposed to the air. Live branches shall be placed in contact 16 with the soil along their entire length. Each live fascine must contain a 17 minimum of eight live branches. Dead branches shall constitute no more than 18 40 percent of the total fascine content. 19 20 The total length of each live fascine shall be a minimum of 5 feet. Branches 21 shall be bundled into log-like forms and bound with biodegradable twine 22 spaced at 1-foot intervals along the entire length of the live fascine. Live 23 fascines shall be installed horizontally in a trench whose depth shall be ½ the 24 diameter of the live fascine. Secure the live fascine with live stakes 3 feet in 25 length and ¾ inch in diameter placed at 18-inch intervals. A minimum of three 26 live stakes shall be used per fascine. The live stakes shall be driven through 27 the live fascine vertically into the slope. The ends of live fascines shall be 28 woven together so that no gap remains between the two sections of the 29 live fascine. 30 31 Prior to being covered with soil, the fascine shall be thoroughly watered. Once 32 the fascine is covered with 6 inches of soil, the soil covering the fascine shall 33 be thoroughly watered. 34 35 When used to remedy erosion areas, live fascines shall extend a minimum of 36 two feet beyond the visible area of erosion and soil disturbance. The locations 37 for live fascines and live stake rows shall be identified in the field for review 38 and acceptance by the Engineer. The Engineer may require adjustment of 39 fascine locations prior to installation in order to best accomplish the intended 40 functions. 41 42 Plant replacement during plant establishment for “PSIPE Live Fascine” will be 43 required for any section void of live shoots for a length of 3 feet or more. 44 Replacement shall consist of installing live stakes, spaced 1 foot apart above 45 the fascine within the area void of live shoots. Live stakes shall be of the same 46 species as the live fascine and shall have a minimum length of 3 feet and a 47 minimum diameter of ¾ inch. The requirements of Section 8-02.3(8) apply to 48 PSIPE Live Fascine. 49 50

Page 343: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

8-02.3(15)B Brush Mattress 1 Live brush mattress shall be constructed of live branch cuttings, live poles, jute 2 rope and topsoil. The live cuttings and live poles shall be from the plant 3 species designated in the Plans. Live branch cuttings shall be placed with the 4 cut ends oriented down slope as shown in the Plans. Cuttings shall overlap 5 from side to side and from top to bottom as each layer is constructed. The live 6 branches in each succeeding upper layer shall overlap the adjacent lower 7 layer by a minimum of 6 inches. A maximum of 20 percent of the branches 8 may be dead branches, but the live branches shall be distributed evenly to 9 provide even rooting and growth over the entire area of the brush mattress. 10 11 The Contractor shall anchor the live brush mattress to the slope using stakes 12 and jute rope as shown in the Plans. Initially, the stakes shall be installed to 13 protrude above the live brush mattress. The Contractor shall attach the jute 14 rope to the stakes and tighten the rope by tamping the stakes further into the 15 bank, pulling the live brush mattress tight against the soil surface. The 16 Contractor shall cover the live brush mattress with sufficient stockpiled topsoil 17 to ensure good soil contact with the live plant material. 18 19 Plant replacement during plant establishment for “PSIPE Live Brush Mattress” 20 will be required for any section void of live shoots for an area of 25 square feet 21 or more. Replacement shall consist of installing live stakes, spaced 3 feet 22 apart in a triangular pattern within the area void of live shoots. Live stakes 23 shall be of the same species as the live brush mattress and shall have a 24 minimum length of 3 feet and a minimum diameter of ¾ inch. The 25 requirements of Section 8-02.3(8) apply to PSIPE Brush Mattress. 26 27 8-02.3(15)C Brush Layer 28 Brush layers shall be constructed of live branch cuttings, randomly mixed, from 29 the plant species listed under the brush layer heading in the Plans. The 30 number of branches required will vary depending on the average branch 31 diameter and layer thickness. 32 33 Brush layers shall be placed in a trench dug at a 45 degree incline into the 34 slope or stream bank. Two-thirds to three-fourths of the length of the live 35 branches shall be buried. Soil shall be firmly tamped in place. Succeeding 36 layers shall be spaced as detailed in the Plans. Brush layer placed in stream 37 banks shall be angled downstream. 38 39 Brush layers may include plant establishment when designated as PSIPE 40 Brush Layer. Plant replacement for PSIPE Brush Layer will be required for 41 each section void of live shoots for a continuous distance of 3 feet or more. 42 The requirements of Section 8-02.3(8) apply to PSIPE Brush Layer. 43 44

8-02.3(16) Roadside Maintenance Under Construction 45 When the Contract includes the item, Roadside Maintenance Under Construction, 46 this Work includes roadside mowing and ditch maintenance, and noxious weed 47 control outside of planting areas according to Section 8-02.3(3)C. 48

49

Page 344: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

8-02.3(16)A Roadside Mowing 1 The Contractor shall mow designated roadside grass areas to the limits 2 designated by the Engineer. Roadside mowing is limited to slopes not steeper 3 than 3(H) to 1(V). 4 5 The Contractor shall mow according to the following requirements: 6 7

1. Trim around traffic equipment, structures, planting areas, or other 8 features extending above ground preceding or simultaneously with 9 each mowing. 10

11 2. Maintain grass between 4 and 12 inches in height. 12 13 3. Operate mowing equipment with suitable guards to prevent throwing 14

rocks or debris onto the traveled way or off of the Contracting Agency 15 property. Power driven equipment shall not cause ruts, deformation, 16 and compaction of the vegetated soil. 17

18 4. Removing clippings is required on the traveled way, shoulders, 19

walkways, or Structures. 20 21 5. Restore soil rutting to a smooth and even grade at the direction of the 22

Engineer. 23 24 8-02.3(16)B Ditch Maintenance 25 The Contractor shall maintain drainage for the duration of the Contract 26 according to the following requirements: 27 28

1. Maintain flow lines in drainage channels and roadside ditches. 29 30 2. Cutting or trimming vegetation within drainage channels to maintain 31

positive flow. 32 33 3. Remove dirt and debris from inside of culverts or any drainage area 34

where runoff has allowed accumulations and re-seed for erosion 35 control. 36

37 4. Restore channels to previous operational condition. 38 39

8-02.4 Measurement 40 Topsoil, bark or woodchip mulch and soil amendments will be measured by the acre or 41 the square yard along the grade and slope of the area covered immediately after 42 placement. Weed control pre-treatment of topsoil areas, excavation, and stockpiling are 43 included in the bid item “Topsoil Type ___. 44 45 Bark or woodchip mulch rings will be measured per each. 46 47 Compost will be measured by the acre or the square yard along the grade and slope of 48 the area covered immediately after application. 49 50 Seeding, fertilizing, and mulching will be measured by the acre or the square yard by 51 ground slope measurement or through the use of design data. 52

Page 345: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 Seeding and fertilizing by hand will be measured by the square yard. No adjustment in 2 area size will be made for the vegetation free zone around each plant. 3 4 Seeded lawn, sod installation, and lawn mowing will be measured along the ground 5 slope and computed in square yards of actual lawn completed, established, and 6 accepted. 7 8 Plant selection will be measured per each. 9 10 PSIPE __ (Plant Selection Including Plant Establishment) will be measured per each. 11 12 Live Pole will be measured per each. 13 14 Live Stake Row will be measured by the linear foot along the ground slope line. 15 16 The pay quantities for plant materials will be determined by count of the number of 17 satisfactory plants in each category accepted by the Engineer. 18 19 Fascine and PSIPE live fascine will be measured by the linear foot along the ground 20 slope line. 21 22 Brush mattress and PSIPE live brush mattress will be measured by the surface square 23 yard along the ground slope line. 24 25 Brush layer and PSIPE brush layer will be measured by the linear foot along the ground 26 slope line. 27 28 Water will be measured in accordance with Section 2-07.4. Measurement will be made 29 of only that water hauled in tank trucks or similar equipment. 30

31 8-02.5 Payment 32 Payment will be made for each of the following listed Bid items that are included in the 33 Proposal: 34 35

“Project Area Weed and Pest Control” will be paid in accordance with Section 1-36 09.6. 37 For the purpose of providing a common Proposal for all Bidders, the Contracting 38 Agency entered an amount for “Project Area Weed and Pest Control” in the 39 Proposal to become a part of the total Bid by the Contractor. Payment under this 40 item will be made only when the Work is not already covered by other items. 41 42 “Topsoil Type ____”, per acre. 43 The unit Contract price per acre for “Topsoil Type ____” shall be full payment for all 44 costs for the specified Work. 45 46 “Fine Compost ”, per acre or per square yard. 47 “Medium Compost”, per acre or per square yard. 48 “Coarse Compost”, per acre or per square yard. 49 The unit Contract price per acre for “Fine Compost”, “Medium Compost” or “Coarse 50 Compost” shall be full pay for furnishing and spreading the compost onto the 51 existing soil. 52

Page 346: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 “Soil Amendment”, per acre. 2 The unit Contract price per acre for “Soil Amendment” shall be full pay for 3 furnishing and incorporating the soil amendment into the existing soil. 4 5 “Plant Selection ___”, per each. 6 The unit Contract price for “Plant Selection ___”, per each shall be full pay for all 7 Work to perform the work as specified within the planting area prior to planting for 8 weed control, planting area preparation and installation of plants with initial 9 watering. 10 11 As the plants that do not include plant establishment are obtained, propagated, and 12 grown, partial payments will be made as follows: 13 14

Payment of 15 percent of the unit Contract price per each when the plant 15 materials have been contracted, propagated, and are growing under nursery 16 conditions. The Contractor shall provide the Engineer with certification that the 17 plant material has been procured or contracted for delivery to the project for 18 planting within the time limits of the project. The certification shall state the 19 location, quantity, and size of all material. 20 21 Payment will be increased to 100 percent of the unit Contract price per each 22 for contracted plant material at the completion of the initial planting. 23 24 All partial payments shall be limited to the actual number of healthy vigorous 25 plants that meet the stage requirements, limited to plan quantity. Previous 26 partial payments made for materials rejected or missing will be deducted from 27 future payments due the Contractor. 28

29 “PSIPE ___”, per each. 30 The unit Contract price for “PSIPE ___”, per each, shall be full pay for all Work 31 necessary to perform as specified within the planting area for weed control and 32 planting area preparation, planting, cleanup, and water necessary to complete 33 planting operations as specified to the end of first year plant establishment. 34 35 As the plants that include plant establishment are obtained, propagated, and 36 grown, partial payments will be made as follows after inspection by the Engineer: 37 38

Payment of 5 percent of the unit Contract price, per each, when the plant 39 materials have been contracted, propagated, and are growing under nursery 40 conditions. The Contractor shall provide the Engineer with certification that the 41 plant material has been procured or contracted for delivery to the project for 42 planting within the time limits of the project. The certification shall state the 43 location, quantity, and size of all material. 44 45 Payment will be increased to 15 percent of the unit Contract price, per each, 46 upon completion of the initial weed control and planting area preparation Work. 47 48 Payment will be increased to 60 percent of the unit Contract price per each for 49 the contracted plant material in a designated unit area when planted. 50 51

Page 347: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Payment will be increased to 70 percent of the unit Contract price per each for 1 contracted plant material at the completion of the initial planting. 2 3 Payment will be increased to the appropriate percentage upon reaching the 4 following plant establishment milestones: 5

6 June 30th 80 percent 7 8 September 30th 90 percent 9 10 Completion of first-year plant establishment or after all 100 percent 11 replacement plants have been installed, whichever is 12 later. 13

14 Plant establishment milestones are achieved when planting areas meet 15 conditions described in Section 8-02.3(13). 16

17 “Seeding, Fertilizing and Mulching”, per acre. 18 19 “Seeding and Fertilizing”, per acre or per square yard. 20 21 “Seeding and Fertilizing by Hand”, per square yard. 22 23 “Second Application of Fertilizer”, per acre. 24 25 “Seeding and Mulching”, per acre. 26 27 “Seeded Lawn Installation”, per square yard. 28 “Sod Installation”, per square yard. 29 “Lawn Mowing”, per square yard. 30 The unit Contract price per square yard for “Seeded Lawn Installation” or “Sod 31 Installation” shall be full pay for all costs necessary to prepare the area, plant or 32 sod the lawn, erect barriers, control weeds, and establish lawn areas and for 33 furnishing all labor, tools, equipment, and materials necessary to complete the 34 Work as specified and shall be paid in the following sequence for healthy, vigorous 35 lawn: 36

37 Completion of Lawn Planting 60 percent of individual areas 38 39 Mid Lawn Establishment (after two mowings) 85 percent of individual areas 40 41 Completion of Lawn Establishment 100 percent of individual areas 42 (after four mowings) 43

44 “Plant Establishment Year ____” will be paid in accordance with Section 1-09.6. 45 For the purpose of providing a common Proposal for all Bidders, the Contracting 46 Agency entered an amount for “Plant Establishment - ___ Year” in the Proposal to 47 become a part of the total Bid by the Contractor. 48 49 “Live Pole”, per each. 50 51 “Live Stake Row”, per linear foot. 52

Page 348: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 “Bark or Wood Chip Mulch”, per acre. 2 3 “Bark or Wood Chip Mulch Rings”, per each. 4 The unit Contract price per acre for “Bark or Wood Chip Mulch” shall be full pay for 5 furnishing and spreading the mulch onto the existing soil. 6 7 “Fascine” and “PSIPE Live Fascine”, per linear foot. 8 “Brush Mattress” and “PSIPE Live Brush Mattress”, per square yard. 9 “Brush Layer” and “PSIPE Brush Layer”, per linear foot. 10 When PSIPE is included with Fascine, Brush Mattress, or Brush Layer, the 11 payment schedule for PSIPE ____ will apply. 12 13 “Roadside Maintenance under Construction” will be paid in accordance with 14 Section 1-09.6. 15 For the purpose of providing a common Proposal for all Bidders, the Contracting 16 Agency has entered an amount for “Roadside Maintenance Under Construction” in 17 the Proposal to become a part of the total Bid by the Contractor. 18 19 “Water”, per M Gal. 20 21

22 8-04.AP8 23 Section 8-04, Curbs, Gutters, and Spillways 24 April 2, 2018 25

8-04.2 Materials 26 In the first paragraph, the reference to “Portland Cement” is revised to read: 27 28

Cement 9-01 29 30 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 31 The first paragraph is supplemented with the following: 32 33

Roundabout truck apron cement concrete curb and gutter shall be constructed with air 34 entrained concrete Class 4000 conforming to the requirements of Section 6-02. 35

36 8-06.AP8 37 Section 8-06, Cement Concrete Driveway Entrances 38 April 2, 2018 39

8-06.2 Materials 40 In the first paragraph, the reference to “Portland Cement” is revised to read: 41 42

Cement 9-01 43 44 8-06.3 Construction Requirements 45 The first paragraph is revised to read: 46 47

Cement concrete driveway approaches shall be constructed with air entrained concrete 48 Class 4000 conforming to the requirements of Section 6-02 or Portland Cement or 49

Page 349: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Blended Hydraulic Cement Concrete Pavement conforming to the requirements of 1 Section 5-05. 2

3 8-07.AP8 4 Section 8-07, Precast Traffic Curb 5 April 2, 2018 6

8-07.3(1) Installing Curbs 7 The first sentence of the first paragraph is revised to read: 8 9

The curb shall be firmly bedded for its entire length and breadth on a mortar bed 10 conforming to Section 9-20.4(3) composed of one part Portland cement or blended 11 hydraulic cement and two parts sand. 12

13 The fourth paragraph is revised to read: 14 15

All joints between adjacent pieces of curb except joints for expansion and/or drainage 16 as designated by the Engineer shall be filled with mortar composed of one part Portland 17 cement or blended hydraulic cement and two parts sand. 18

19 8-09.AP8 20 Section 8-09, Raised Pavement Markers 21 April 1, 2019 22

8-09.5 Payment 23 The last paragraph is revised to read: 24 25

The unit Contract price per hundred for “Raised Pavement Marker Type 1”, “Raised 26 Pavement Marker Type 2”, “Raised Pavement Marker Type 3______ In.”, and 27 “Recessed Pavement Marker” shall be full pay for furnishing and installing the markers 28 in accordance with these Specifications. 29

30 8-11.AP8 31 Section 8-11, Guardrail 32 April 1, 2019 33

8-11.3(1)A Erection of Posts 34 The first sentence of the first paragraph is revised to read: 35 36

Posts shall be set to the true line and grade of the Highway after the grade is in place 37 and compaction is completed. 38

39 8-11.3(1)C Terminal and Anchor Installation 40 The first paragraph is revised to read: 41 42

All excavation and backfilling required for installation of anchors shall be performed in 43 accordance with Section 2-09, except that the costs thereof shall be included in the unit 44 Contract price for the anchor installed. 45

46 The first sentence of the second to last paragraph is revised to read: 47 48

Page 350: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Assembly and installation of Beam Guardrail Non-flared Terminals for Type 31 guardrail 1 shall be supervised at all times by a manufacturer’s representative, or an installer who 2 has been trained and certified by the manufacturer. 3

4 The last paragraph is revised to read: 5 6

Beam Guardrail Non-flared Terminals for Type 31 guardrail shall meet the crash test 7 and evaluation criteria in the Manual for Assessing Safety Hardware (MASH). 8 9

8-11.4 Measurement 10 The third paragraph is revised to read: 11 12

Measurement of beam guardrail _____ terminal will be per each for the 13 completed terminal. 14

15 The fourth paragraph is revised to read: 16 17

Measurement of beam guardrail Type 31 buried terminal Type 2 will be per linear foot 18 for the completed terminal. 19

20 The sixth paragraph is revised to read: 21 22

Measurement of beam guardrail anchor Type 10 will be per each for the completed 23 anchor, including the attachment of the anchor to the guardrail. 24

25 8-11.5 Payment 26 The Bid item “Beam Guardrail Anchor Type ___”, per each is revised to read “Beam 27 Guardrail Anchor Type 10”, per each. 28 29 The Bid item “Beam Guardrail Buried Terminal Type 1”, per each is deleted from this 30 section. 31 32 The Bid item “Beam Guardrail Buried Terminal Type 2”, per linear foot and the following 33 paragraph are revised to read: 34 35

“Beam Guardrail Type 31 Buried Terminal Type 2”, per linear foot. 36 37 The unit Contract price per linear foot for “Beam Guardrail Type 31 Buried Terminal 38 Type 2” shall be full payment for all costs to obtain and provide materials and perform 39 the Work as described in Section 8-11.3(1)C. 40

41 8-14.AP8 42 Section 8-14, Cement Concrete Sidewalks 43 April 2, 2018 44

8-14.2 Materials 45 In the first paragraph, the reference to “Portland Cement” is revised to read: 46 47

Cement 9-01 48 49 In the second paragraph, each reference to “Federal Standard 595” is revised to read “SAE 50 AMS Standard 595”. 51

Page 351: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 8-16.AP8 2 Section 8-16, Concrete Slope Protection 3 April 2, 2018 4

8-16.2 Materials 5 In the first paragraph, the last two material references are revised to read: 6 7

Poured Portland Cement or Blended Hydraulic Cement 8 Concrete Slope Protection 9-13.5(2) 9 Pneumatically Placed Portland Cement or Blended 10 Hydraulic Cement Concrete Slope Protection 9-13.5(3) 11

12 8-17.AP8 13 Section 8-17, Impact Attenuator Systems 14 January 7, 2019 15

8-17.3 Construction Requirements 16 This section is supplemented with the following: 17 18

Permanent impact attenuators shall meet the crash test and evaluation criteria of the 19 Manual for Assessing Safety Hardware (MASH), except as otherwise noted in the Plans 20 or Special Provisions. 21

22 8-20.AP8 23 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation 24 Systems, and Electrical 25 August 6, 2018 26

8-20.1(1) Regulations and Code 27 The last paragraph is revised to read: 28 29

Persons performing electrical Work shall be certified in accordance with and supervised 30 as required by RCW 19.28.161. Proof of certification shall be worn at all times in 31 accordance with WAC 296-46B-942. Persons failing to meet these certification 32 requirements may not perform any electrical work, and shall stop any active electrical 33 work, until their certification is provided and worn in accordance with this Section. 34

35 8-20.2(2) Equipment List and Drawings 36 This section is renumbered: 37 38

8-20.2(1) Equipment List and Drawings 39 40 8-20.3(4) Foundations 41 The second sentence of the first paragraph is revised to read: 42 43

Concrete for Type II, III, IV, V, and CCTV signal standards and light standard 44 foundations shall be Class 4000P and does not require air entrainment. 45

46 8-20.3(5)A General 47 The last two sentences of the last paragraph is deleted. 48

Page 352: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 This section is supplemented with the following: 2 3

All conduits shall include a pull tape with the equipment grounding conductor. The pull 4 tape shall be attached to the conduit near the end bell or grounded end bushing, or to 5 duct plugs or caps if present, at both ends of the conduit. 6

7 8-20.3(8) Wiring 8 The seventeenth paragraph is supplemented with the following: 9 10

Pulling tape shall meet the requirements of Section 9-29.1(10). Pull string may not be 11 used. 12

13 8-20.3(14)C Induction Loop Vehicle Detectors 14 Item number 2 is deleted. 15 16 Item numbers 3 through 12 are renumbered to 2 through 11, respectively. 17 18 8-21.AP8 19 Section 8-21, Permanent Signing 20 January 7 2019 21

8-21.3(5) Sign Relocation 22 The second sentence of the first paragraph is revised to read: 23 24

Where the existing sign Structure is mounted on concrete pedestals, the Contractor 25 shall remove the pedestal to a minimum of 2 feet below finished grade and backfill the 26 remaining hole with material similar to that surrounding the hole. 27

28 8-21.3(9)F Foundations 29 Item number 3 of the twelfth paragraph is supplemented with the following new sentence: 30 31

Class 4000P concrete for roadside sign structures does not require air entrainment. 32 33 8-22.AP8 34 Section 8-22, Pavement Marking 35 January 7, 2019 36

8-22.3(2) Preparation of Roadway Surfaces 37 The second paragraph is revised to read: 38 39

Remove all other contaminants from pavement surfaces that may adversely affect the 40 installation of new pavement marking. 41

42 8-22.3(3)F Application Thickness 43 The second to last sentence of the last paragraph is revised to read: 44 45

After grinding, clean the groove. 46 47

Page 353: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

9-00.AP9 1 Section 9-00, Definitions and Tests 2 January 7, 2019 3

9-00.4 Sieves for Testing Purposes 4 This section is revised to read: 5 6

Test sieves shall be made of either: (1) woven wire cloth conforming to ASTM E11, or 7 (2) square-hole, perforated plates conforming to ASTM E323. 8

9 9-00.7 Galvanized Hardware, AASHTO M 232 10 The first sentence is revised to read: 11 12

An acceptable alternate to hot-dip galvanizing in accordance with AASHTO M 232 will 13 be zinc coatings mechanically deposited in accordance with ASTM B695, providing the 14 minimum thickness of zinc coating is not less than that specified in AASHTO M 232, 15 and the process will not produce hydrogen embrittlement in the base metal. 16

17 9-02.AP9 18 Section 9-02, Bituminous Materials 19 January 7, 2019 20

9-02.1 Asphalt Material, General 21 The second paragraph is revised to read: 22 23

The Asphalt Supplier of Performance Graded (PG) asphalt binder and emulsified 24 asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 25 “Standard Practice for Asphalt Suppliers That Certify Performance Graded and 26 Emulsified Asphalts”. The Asphalt Supplier’s QCP shall be submitted and receive the 27 acceptance of the WSDOT State Materials Laboratory. Once accepted, any change to 28 the QCP will require a new QCP to be submitted for acceptance. The Asphalt Supplier 29 of PG asphalt binder and emulsified asphalt shall certify through the Bill of Lading that 30 the PG asphalt binder or emulsified asphalt meets the Specification requirements of the 31 Contract. 32 33

9-02.1(4) Performance Graded Asphalt Binder (PGAB) 34 This section’s title is revised to read: 35 36

Performance Graded (PG) Asphalt Binder 37 38 The first paragraph is revised to read: 39 40

PG asphalt binder meeting the requirements of AASHTO M 332 Table 1 of the grades 41 specified in the Contract shall be used in the production of HMA. For HMA with greater 42 than 20 percent RAP by total weight of HMA, or any amount of RAS, the new asphalt 43 binder, recycling agent and recovered asphalt (RAP and/or RAS) when blended in the 44 proportions of the mix design shall meet the PG asphalt binder requirements of 45 AASHTO M 332 Table 1 for the grade of asphalt binder specified by the Contract. 46

47 The second paragraph, including the table, is revised to read: 48 49

Page 354: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

In addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders 1 shall meet the following requirements: 2 3

Additional Requirements by

Performance Grade (PG) Asphalt Binders

Property Test

Method PG58S-

22 PG58H-

22 PG58V-

22 PG64S-28

PG64H-28

PG64V-28

RTFO Residue: Average Percent

Recovery @ 3.2 kPa

AASHTO T 3501

30% Min. 20% Min. 25% Min. 30% Min.

1Specimen conditioned in accordance with AASHTO T 240 – RTFO.

4 The third paragraph is revised to read: 5 6

The RTFO Jnrdiff and the PAV direct tension specifications of AASHTO M 332 are not 7 required. 8 9

10 9-02.1(6) Cationic Emulsified Asphalt 11 This section is revised to read: 12 13

Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of the 14 grades specified in the Contract shall be used. 15

16 9-02.5 Warm Mix Asphalt (WMA) Additive 17 This section, including title, is revised to read: 18 19

9-02.5 HMA Additive 20 Additives for HMA shall be accepted by the Engineer. 21

22 9-03.AP9 23 Section 9-03, Aggregates 24 January 7, 2019 25

9-03.1 Aggregates for Portland Cement Concrete 26 This section’s title is revised to read: 27 28

Aggregates for Concrete 29 30 9-03.1(1) General Requirements 31 The first two sentences of the first paragraph are revised to read: 32 33

Concrete aggregates shall be manufactured from ledge rock, talus, or sand and gravel 34 in accordance with the provisions of Section 3-01. Reclaimed aggregate may be used if 35 it complies with the specifications for concrete. 36

37 The second paragraph (up until the colon) is revised to read: 38

Page 355: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 Aggregates for concrete shall meet the following test requirements: 2

3 The second sentence of the second to last paragraph is revised to read: 4 5

The Contractor shall submit test results according to ASTM C1567 through the Engineer 6 to the State Materials Laboratory that demonstrate that the proposed fly ash when used 7 with the proposed aggregates and cement will control the potential expansion to 0.20 8 percent or less before the fly ash and aggregate sources may be used in concrete. 9

10 9-03.1(2) Fine Aggregate for Portland Cement Concrete 11 This section’s title is revised to read: 12 13

Fine Aggregate for Concrete 14 15 9-03.1(4) Coarse Aggregate for Portland Cement Concrete 16 This section’s title is revised to read: 17 18

Coarse Aggregate for Concrete 19 20 9-03.1(4)C Grading 21 The first paragraph (up until the colon) is revised to read: 22 23

Coarse aggregate for concrete when separated by means of laboratory sieves shall 24 conform to one or more of the following gradings as called for elsewhere in these 25 Specifications, Special Provisions, or in the Plans: 26

27 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete 28 This section’s title is revised to read: 29 30

Combined Aggregate Gradation for Concrete 31 32 9-03.1(5)B Grading 33 In the last paragraph, “WSDOT FOP for WAQTC/AASHTO T 27/T 11” is revised to read 34 “FOP for WAQTC/AASHTO T 27/T 11”. 35 36 9-03.2 Aggregate for Job-Mixed Portland Cement Mortar 37 This section’s title is revised to read: 38 39

Aggregate for Job-Mixed Portland Cement or Blended Hydraulic Cement Mortar 40 41 The first sentence of the first paragraph is revised to read: 42 43

Fine aggregate for portland cement or blended hydraulic cement mortar shall consist of 44 sand or other inert materials, or combinations thereof, accepted by the Engineer, having 45 hard, strong, durable particles free from adherent coating. 46

47 9-03.4(1) General Requirements 48 The first paragraph (up until the colon) is revised to read: 49 50

Page 356: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Aggregate for bituminous surface treatment shall be manufactured from ledge rock, 1 talus, or gravel, in accordance with Section 3-01. Aggregates for Bituminous Surface 2 Treatment shall meet the following test requirements: 3

4 9-03.8(1) General Requirements 5 The first paragraph (up until the colon) is revised to read: 6 7

Aggregates for Hot Mix Asphalt shall meet the following test requirements: 8 9 9-03.8(2) HMA Test Requirements 10 The two tables in the second paragraph are replaced with the following three tables: 11 12

Mix Criteria HMA Class

3⁄8 inch ½ inch ¾ inch 1 inch Min. Max. Min. Max. Min. Max. Min. Max.

Voids in Mineral Aggregate (VMA), %

15.0 14.0 13.0 12.0

Voids Filled With Asphalt (VFA), % ESAL’s (millions) VFA < 0.3 70 80 70 80 70 80 67 80 0.3 to < 3 65 78 65 78 65 78 65 78 ≥ 3 73 76 65 75 65 75 65 75 Dust/Asphalt Ratio 0.6 1.6 0.6 1.6 0.6 1.6 0.6 1.6

13 Test Method ESAL’s (millions) Number of Passes

Hamburg Wheel-Track Testing, FOP for AASHTO T 324 Minimum Number of Passes with no Stripping Inflection Point and Maximum Rut Depth of 10mm

< 0.3 10,000

0.3 to < 3 12,500

≥ 3 15,000

Indirect Tensile (IDT) Strength (psi) of Bituminous Materials FOP for ASTM D6931 175 Maximum 14

ESAL’s (millions) N initial N design N maximum

% Gmm < 0.3 ≤ 91.5 96.0 ≤ 98.0

0.3 to < 3 ≤ 90.5 96.0 ≤ 98.0 ≥ 3 ≤ 89.0 96.0 ≤ 98.0

Gyratory Compaction (number of gyrations)

< 0.3 6 50 75 0.3 to < 3 7 75 115

> 3 8 100 160 15

9-03.8(7) HMA Tolerances and Adjustments 16 In the table in item number 1, the fifth row is revised to read: 17 18

Asphalt binder -0.4% to 0.5% 0.7% 19

In the table in item number 1, the following new row is inserted before the last row: 20 21

Voids in Mineral Aggregate, VMA

-1.0%

22

Page 357: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

9-03.9(1) Ballast 1 The second paragraph (up until the colon) is revised to read: 2 3

Aggregates for ballast shall meet the following test requirements: 4 5 9-03.14(4) Gravel Borrow for Structural Earth Wall 6 The second sentence of the first paragraph is revised to read: 7 8

The material shall be substantially free of shale or other soft, poor durability particles, 9 and shall not contain recycled materials, such as glass, shredded tires, concrete rubble, 10 or asphaltic concrete rubble. 11

12 9-03.21(1)B Recycled Concrete Aggregate Approval and Acceptance 13 The first sentence of the second paragraph is revised to read: 14 15

Recycled concrete aggregate may be used as coarse aggregate or blended with coarse 16 aggregate for Commercial Concrete, Class 3000 concrete, or Cement Concrete 17 Pavement. 18

19 Item number 4 of the second paragraph is revised to read: 20 21

4. For Cement Concrete Pavement mix designs using recycled concrete aggregates, 22 the Contractor shall submit evidence that ASR mitigating measures control 23 expansion in accordance with Section 9-03.1(1). 24

25 This section is supplemented with the following new subsection: 26 27

9-03.21(1)B1 Recycled Concrete Aggregate Approval and Acceptance 28 Recycled concrete aggregate may be approved through a three tiered system that 29 consists of the following: 30 31

Tier 1 Approval Requirements Approval of the Reclamation Facility is not required. Acceptance Requirements Certification of toxicity characteristics in accordance with

Section 9-03.21(1). Field acceptance testing in accordance with Section 3-04.

Approved to provide the following Aggregate Materials: 9-03.10 Aggregate for Gravel Base 9-03.12(1)B Gravel Backfill for Foundations Class B 9-03.12(2) Gravel Backfill for Walls 9-03.12(3) Gravel Backfill for Pipe Zone Bedding 9-03.14(1) Gravel Borrow 9-03.14(2) Select Borrow 9-03.14(2) Select Borrow (greater than 3 feet below subgrade and side slope) 9-03.14(3) Common Borrow 9-03.14(3) Common Borrow (greater than 3 feet below subgrade and side slope) 9-03.17 Foundation Material Class A and Class B 9-03.18 Foundation Material Class C 9-03.19 Bank Run Gravel for Trench Backfill

32 Tier 2

Page 358: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Approval Requirements The Reclamation Facility shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 9 “Standard Practice for Approval of Reclamation Facilities of WSDOT Recycled Concrete and Returned Concrete”. The Reclamation Facility’s QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Once accepted, any changes to the QCP will require a new QCP to be submitted for acceptance. Evaluation of aggregate source properties (LA Wear and Degradation) for the recycled concrete aggregate is not required.

Acceptance Requirements Certification of toxicity characteristics in accordance with Section 9-03.21(1), required if requested. Field acceptance testing in accordance with Section 3-04 is required. Provide certification in accordance with WSDOT QC 9 for every lot. A lot shall be no larger than 10,000 tons.

Approved to provide the following Aggregate Materials: Tier 1 aggregate materials 9-03.1 Coarse Aggregate for Commercial Concrete or Concrete class 3000 9-03.9(1) Ballast 9-03.9(2) Permeable Ballast 9-03.9(3) Crushed Surfacing 9-03.12(1)A Gravel Backfill for Foundations Class A

1 Tier 3

Approval Requirements The Reclamation Facility shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 10 “Standard Practice for Approval of Reclamation Facilities of Recycled Concrete Aggregates from Stockpiles of Unknown Sources”. The Reclamation Facility’s QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Once accepted, any changes to the QCP will require a new QCP to be submitted for acceptance. Evaluation of aggregate source properties (LA Wear and Degradation) for the recycled concrete aggregate is required.

Acceptance Requirements Certification of toxicity characteristics in accordance with Section 9-03.21(1) is required. Field acceptance testing in accordance with Section 3-04 is required. Provide certification in accordance with WSDOT QC 10 for every lot. A lot shall be no larger than 10,000 tons

Approved to provide the following Aggregate Materials: Tier 1 aggregate materials 9-03.1 Coarse Aggregate for Commercial Concrete or Concrete class 3000 9-03.9(1) Ballast 9-03.9(2) Permeable Ballast 9-03.9(3) Crushed Surfacing 9-03.12(1)A Gravel Backfill for Foundations Class A

2

Page 359: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

For Reclamation Facilities that do not participate in Tier 2 and Tier 3, approval of 1 recycled concrete aggregate will be in accordance with Section 9-03.21(1), and 2 acceptance will be in accordance with Section 3-04. 3

4 9-03.21(1)E Table on Maximum Allowable percent (By Weight) of Recycled 5 Material 6 “Portland Cement” is deleted from the first two rows in the table. 7 8 The following new row is inserted after the second row: 9 10

Coarse Aggregate for Concrete Pavement 9-03.1(4) 0 100 0 0 11 The first column of the fourth row (after the preceding Amendment is applied) is revised to 12 read: 13 14

Coarse Aggregate for Commercial Concrete and Class 3000 Concrete 15 16 9-04.AP9 17 Section 9-04, Joint and Crack Sealing Materials 18 January 7, 2019 19

This section’s title is revised to read: 20 21

Joint Sealing Materials 22 23 9-04.1(2) Premolded Joint Filler for Expansion Joints 24 In this section, each reference to “AASHTO T 42” is revised to read “ASTM D 545”. 25 26 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement 27 This section is supplemented with the following: 28 29

Hot poured sealant for cement concrete pavement is acceptable for installations in joints 30 where cement concrete pavement abuts a bituminous pavement. 31

32 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement 33 This section is supplemented with the following: 34 35

Hot poured sealant for bituminous pavement is acceptable for installations in joints 36 where cement concrete pavement abuts a bituminous pavement. 37

38 9-04.2(1)B Sand Slurry for Bituminous Pavement 39 Item number 2 of the first paragraph is revised to read: 40 41

2. Two percent portland cement or blended hydraulic cement, and 42 43 9-04.3 Joint Mortar 44 The first paragraph is revised to read: 45 46

Mortar for hand mortared joints shall conform to Section 9-20.4(3) and consist of one 47 part portland cement or blended hydraulic cement, three parts fine sand, and sufficient 48 water to allow proper workability. 49

Page 360: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 9-04.5 Flexible Plastic Gaskets 2 In the table, the Test Method value for Specific Gravity at 77°F is revised to read “ASTM 3 D71”. 4 5 In the table, the Test Method value for Flash Point COC, F is revised to read “ASTM D93 6 REV A”. 7 8 In the table, the Test Method value for Volatile Matter is revised to read “ASTM D6”. 9 10 9-05.AP9 11 Section 9-05, Drainage Structures and Culverts 12 January 7, 2019 13

9-05.3(1)A End Design and Joints 14 The second sentence of the first paragraph is revised to read: 15 16

The joints and gasket material shall meet the requirements of ASTM C990. 17 18 9-05.3(1)C Age at Shipment 19 The last sentence of the first paragraph is revised to read: 20 21

Unless it is tested and accepted at an earlier age, it shall not be considered ready for 22 shipment sooner than 28 days after manufacture when made with Type II portland 23 cement or blended hydraulic cement, nor sooner than 7 days when made with Type III 24 portland cement. 25

26 9-05.7(3) Concrete Storm Sewer Pipe Joints 27 The second sentence is revised to read: 28 29

The joints and gasket material shall meet the requirements of ASTM C990. 30 31 9-05.7(4)A Hydrostatic Pressure on Pipes in Straight Alignment 32 The first sentence is revised to read: 33 34

Hydrostatic pressure tests on pipes in straight alignment shall be made in accordance 35 with the procedure outlined in Section 10 of ASTM C990, except that they shall be 36 performed on an assembly consisting of not less than three nor more than five pipe 37 sections selected from stock by the Engineer and assembled in accordance with 38 standard installation instructions issued by the manufacturer. 39

40 9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe 41 This section is revised to read: 42 43

Polypropylene culvert and storm sewer pipe shall conform to the following requirements: 44 45

1. For dual wall pipe sizes up to 60 inches: ASTM F2881 or AASHTO M 330, 46 Type S or Type D. 47

48 2. For double or triple wall pipe sizes up to 60 inches: ASTM F2764. 49 50

Page 361: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

3. Fittings shall be factory welded, injection molded, or PVC. 1 2 9-05.24(2) Polypropylene Sanitary Sewer Pipe 3 This section is revised to read: 4 5

Polypropylene sanitary sewer pipe shall conform to the following requirements: 6 7

1. For pipe sizes up to 60 inches: ASTM F2764. 8 9 2. Fittings shall be factory welded, injection molded, or PVC. 10

11 9-06.AP9 12 Section 9-06, Structural Steel and Related Materials 13 January 7, 2019 14

9-06.5 Bolts 15 This section’s title is revised to read: 16 17

Bolts and Rods 18 19 9-06.5(4) Anchor Bolts 20 This section, including title, is revised to read: 21 22

9-06.5(4) Anchor Bolts and Anchor Rods 23 Anchor bolts and anchor rods shall meet the requirements of ASTM F1554 and, unless 24 otherwise specified, shall be Grade 105 and shall conform to Supplemental 25 Requirements S2, S3, and S4. 26 27 Nuts for ASTM F1554 Grade 105 black anchor bolts and anchor rods shall conform to 28 ASTM A563, Grade D or DH. Nuts for ASTM F1554 Grade 105 galvanized anchor bolts 29 and anchor rods shall conform to either ASTM A563, Grade DH, or AASHTO M292, 30 Grade 2H, and shall conform to the overtapping, lubrication, and rotational testing 31 requirements in Section 9-06.5(3). Nuts for ASTM F1554 Grade 36 or 55 black or 32 galvanized anchor bolts and anchor rods shall conform to ASTM A563, Grade A or DH. 33 Washers shall conform to ASTM F436. 34 35 The bolts and rods shall be tested by the manufacturer in accordance with the 36 requirements of the pertinent Specification and as specified in these Specifications. 37 Anchor bolts, anchor rods, nuts, and washers shall be inspected prior to shipping to the 38 project site. The Contractor shall submit to the Engineer for acceptance a 39 Manufacturer’s Certificate of Compliance for the anchor bolts, anchor rods, nuts, and 40 washers, as defined in Section 1-06.3. If the Engineer deems it appropriate, the 41 Contractor shall provide a sample of the anchor bolt, anchor rod, nut, and washer for 42 testing. 43 44 All bolts, rods, nuts, and washers shall be marked and identified as required in the 45 pertinent Specification. 46

47 9-06.15 Welded Shear Connectors 48 The third paragraph is revised to read: 49 50

Mechanical properties shall be determined in accordance with AASHTO T 244. 51

Page 362: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 9-06.17 Vacant 2 This section, including title, is revised to read: 3 4

9-06.17 Noise Barrier Wall Access Door 5 Access door frames shall be formed of 14-gauge steel to the size and dimensions 6 shown in the Plans. The access door frame head and jamb members shall be mitered, 7 securely welded, and ground smooth. Each head shall have two anchors and each jamb 8 shall have three anchors. The hinges shall be reinforced with ¼-inch by 12-inch plate, 9 width equal to the full inside width of the frame. 10 11 Access doors shall be full flush 1-¾-inch thick seamless doors with a polystyrene core. 12 Door faces shall be constructed with smooth seamless 14-gauge roller-levered, cold-13 rolled steel sheet conforming to ASTM A 792 Type SS, Grade 33 minimum, Coating 14 Designation AZ55 minimum. The vertical edges shall be neat interlocked hemmed edge 15 seam. The top and bottom of the door shall be enclosed with 14-gauge channels. 16 Mortise and reinforcement for locks and hinges shall be 10-gauge steel. Welded top cap 17 shall be ground and filled for exterior applications. The bottom channel shall have weep 18 holes. 19 20 Each access door shall have three hinges. Access door hinges shall be ASTM A 276 21 Type 316 stainless steel, 4-½-inches square, with stainless steel ball bearing and non-22 removable pins. 23 24 Each access door shall have two pull plates. The pull plates shall be ASTM A 240 Type 25 316 stainless steel, with a grip handle of one-inch diameter and 8 to 10-inches in length. 26 27 The door assembly shall be fabricated and assembled as a complete unit including all 28 hardware specified prior to shipment. 29

30 9-06.18 Metal Bridge Railing 31 The second sentence of the first paragraph is revised to read: 32 33

Steel used for metal railings, when galvanized after fabrication in accordance with 34 AASHTO M111, shall have a controlled silicon content of either 0.00 to 0.06 percent or 35 0.15 to 0.25 percent. 36

37 9-07.AP9 38 Section 9-07, Reinforcing Steel 39 January 7, 2019 40

9-07.5(1) Epoxy-Coated Dowel Bars (for Cement Concrete Rehabilitation) 41 This section (including title) is revised to read: 42 43

9-07.5(1) Dowel Bars for Cement Concrete Pavement Rehabilitation 44 Dowel bars for Cement Concrete Pavement Rehabilitation shall be 1½ inch outside 45 diameter plain round steel bars or tubular bars 18 inches in length and meet the 46 requirements of one of the following dowel bar types: 47 48

1. Epoxy-coated dowel bars shall be round plain steel bars of the dimensions 49 shown in the Standard Plans. They shall conform to AASHTO M31, Grade 60 50 or ASTM A615, Grade 60 and shall be coated in accordance with ASTM 51

Page 363: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

A1078 Type 2 coating, except that the bars may be cut to length after being 1 coated. Cut ends shall be coated in accordance with ASTM A1078 with a 2 patching material that is compatible with the coating, inert in concrete and 3 recommended by the coating manufacturer. The thickness of the epoxy 4 coating shall be 10 mils plus or minus 2 mils. The Contractor shall furnish a 5 written certification that properly identifies the coating material, the number of 6 each batch of coating material used, quantity represented, date of 7 manufacture, name and address of manufacturer, and a statement that the 8 supplied coating material meets the requirements of ASTM A1078 Type 2 9 coating. Patching material, compatible with the coating material and inert in 10 concrete and recommended by the manufacturer shall be supplied with each 11 shipment for field repairs by the Contractor. 12

13 2. ASTM A513 steel tubes made from Grade 60 Carbon Steel Tube with a 1.625 14

inch outside diameter and a 0.120 inch wall thickness. Both the inside and 15 outside of the tube shall be zinc coated with G40 galvanizing in accordance 16 with ASTM A653. Following zinc coating the tubes shall be coated in 17 accordance with Section 9-07.5(1) item 1. The ends of the tube shall be 18 capped to prevent intrusion of concrete or other materials. 19

20 9-07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement and 21 Cement Concrete Pavement Rehabilitation) 22 The first paragraph (up until the colon) is revised to read: 23 24

Corrosion resistant dowel bars shall be 1½ inch outside diameter plain round steel bars 25 or tubular bars 18 inches in length and meet the requirements of one of the following: 26

27 Item number 4 and 5 of the first paragraph are revised to read: 28 29

4. Corrosion-resistant, low-carbon, chromium plain steel bars for concrete 30 reinforcement meeting all the requirements of ASTM A 1035 Alloy Type CS Grade 31 100 or Alloy Type CS Grade 120. 32

33 5. Zinc Clad dowel bars shall be 1½ inch solid bars or 1.625 inch outside diameter by 34

0.120 inch wall tubular bars meeting the chemical and physical properties of 35 AASHTO M 31, Grade 60, or AASHTO M 255, Grade 60. The bars shall have a 36 minimum of 0.035 inches A710 Zinc alloy clad to the plain steel inner bar or tube. 37 A710 Zinc shall be composed of: zinc: 99.5 percent, by weight, minimum; copper: 38 0.1-0.25 percent, by weight; and iron: 0.0020 percent, by weight, maximum. Each 39 end of tubular bars shall be plugged using a snug-fitting insert to prohibit any 40 intrusion of concrete or other materials. 41

42 The numbered list in the first paragraph is supplemented with the following: 43 44

6. Multicoated fusion bonded epoxy bars shall consist of an ASTM A615 bar with 45 alternating layers of ASTM A934 coating and an abrasion resistant overcoat (ARO). 46 The ASTM A934 coating shall form the base and there shall be two layers of each 47 coating material. The minimum thickness of the combined layers of the ASTM A934 48 coating and ARO coating shall be 20 mils. The ARO shall meet the following 49 requirements: 50

51 Test Method Specification

Page 364: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Gouge Resistance NACE TM0215, 30 kg wt., LS-1 bit @ 25°C < 0.22 mm Gouge Resistance NACE TM0215, 50 kg wt., LS-1 bit @ 25°C < 0.44 mm

1 7. ASTM A513 steel tubes made from Grade 60 Carbon Steel Tube with a 1.625 inch 2

outside diameter and a 0.120 inch wall thickness. Both the inside and outside of the 3 tube shall be zinc coated with G90 galvanizing in accordance with ASTM A653. 4 Following zinc coating the tubes shall be coated in accordance with Section 9-5 07.5(1) item 1. The ends of the tube shall be capped to prevent intrusion of 6 concrete or other materials. 7

8 The last paragraph is revised to read: 9 10

Stainless Steel Clad and Stainless Steel Tube Dowel bar ends shall be sealed with a 11 patching material (primer and finish coat) used for patching epoxy-coated reinforcing 12 steel as required in Section 9-07.3, item 6. 13

14 9-07.7 Wire Mesh 15 This section is supplemented with the following: 16 17

Welded wire manufacturers shall participate in the NTPEP Audit Program for 18 Reinforcing Steel (rebar) Manufacturers and shall be listed on the NTPEP audit program 19 website displaying that they are NTPEP compliant. 20

21 9-08.AP9 22 Section 9-08, Paints and Related Materials 23 January 7, 2019 24

9-08.1(1) Description 25 The first sentence is revised to read: 26 27

Paint used for highway and bridge structure applications shall be made from materials 28 meeting the requirements of the applicable Federal and State Paint Specifications, 29 Department of Defense (DOD), American Society of Testing of Materials (ASTM), and 30 The Society for Protective Coatings (SSPC) specifications in effect at time of 31 manufacture. 32

33 9-08.1(2) Paint Types 34 This section is supplemented with the following new subsections: 35 36

9-08.1(2)M NEPCOAT Qualified Products List A 37 Qualified products used shall be part of a NEPCOAT system supplied by the same 38 manufacturer. 39 40 9-08.1(2)N NEPCOAT Qualified Products List B 41 Qualified products used shall be part of a NEPCOAT system supplied by the same 42 manufacturer. 43

44 9-08.1(2)D Organic Zinc-Rich Primer 45 This section, including title, is revised to read: 46 47

Vacant 48 49

Page 365: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

9-08.1(2)E Epoxy Polyamide 1 This section is revised to read: 2 3

Epoxy polyamide shall be a two-component system conforming to MIL-DTL-24441 or 4 SSPC Coating Standard No. 42. 5

6 9-08.1(2)H Top Coat, Single-Component, Moisture-Cured Polyurethane 7 This section is revised to read: 8 9

Vehicle Type: Moisture-cured aliphatic polyurethane. 10 11 Color and Gloss: Meet the SAE AMS Standard 595 Color as specified in the table 12

below. 13 14 The Top Coat shall meet the following requirements: 15 16

The resin shall be an aliphatic urethane. 17 18 Minimum-volume solids 50 percent. 19 20 The top coat shall be semi-gloss. 21

22 Color Semi-Gloss Washington Gray 26357 Mt. Baker Gray 26134 Mt. St. Helens Gray 26306 Cascade Green 24158

23 9-08.1(2)I Rust-Penetrating Sealer 24 This section is revised to read: 25 26

Rust-penetrating sealer shall be a two-component, chemically-cured, 100 percent solids 27 epoxy. 28

29 9-08.1(2)J Black Enamel 30 This section is revised to read: 31 32

The enamel shall conform to Federal Specification MIL PRF 24635E Type II Class 2. 33 34 9-08.1(2)K Orange Equipment Enamel 35 The first paragraph is revised to read: 36 37

The enamel shall be an alkyd gloss enamel conforming to Federal Specification MIL-38 PRF-24635E Type II Class 1. The color, when dry, shall match that of SAE AMS 39 Standard 595, color number 12246. 40

41 9-08.1(2)L Exterior Acrylic Latex Paint-White 42 The first paragraph is revised to read: 43 44

This paint shall conform to Federal Specification MIL-PRF-24635E Type II Class 1, 2 or 45 3. 46

Page 366: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 9-08.1(7) Acceptance 2 This section is revised to read: 3 4

For projects with moisture-cured polyurethane quantities less than 20 gallons, 5 acceptance will be by the Manufacturer’s Certificate of Compliance. 6 7 For projects with moisture-cured polyurethane quantities greater than 20 gallons, the 8 product shall be listed in the current WSDOT Qualified Products List (QPL). If the lot 9 number is listed on the QPL, it may be accepted without additional testing. If the lot 10 number is not listed on the QPL, a 1 quart sample shall be submitted to the State 11 Materials Laboratory for testing and acceptance. 12 13 For all other paint types, acceptance will be based on visual inspection. 14

15 9-08.1(8) Standard Colors 16 In the first paragraph, the reference to “Federal Standard 595” is revised to read “SAE AMS 17 Standard 595”. 18 19 The second paragraph is revised to read: 20 21

Unless otherwise specified, all top or finish coats shall be semi-gloss, with the paint 22 falling within the range of 35 to 70 on the 60-degree gloss meter. 23

24 9-08.2 Powder Coating Materials for Coating Galvanized Surfaces 25 The last paragraph is revised to read: 26 27

Repair materials shall be as recommended by the powder coating manufacturer and as 28 specified in the Contractor’s powder coating plan as accepted by the Engineer. 29

30 9-08.3 Pigmented Sealer Materials for Coating of Concrete Surfaces 31 This section, including title, is revised to read: 32 33

9-08.3 Concrete Surface Treatments 34 9-08.3(1) Pigmented Sealer Materials 35 The pigmented sealer shall be a semi-opaque, colored toner containing only methyl 36 methacrylate-ethyl acrylate copolymer resins, toning pigments suspended in 37 solution at all times by a chemical suspension agent, and solvent. Toning pigments 38 shall be laminar silicates, titanium dioxide, and inorganic oxides only. There shall 39 be no settling or color variation. Tinting shall occur at the factory at the time of 40 manufacture and placement in containers, prior to initial shipment. Use of vegetable 41 or marine oils, paraffin materials, stearates, or organic pigments in any part of 42 coating formulation will not be permitted. The color of pigmented sealer shall be as 43 specified by the Contracting Agency. The Contractor shall submit a 1-quart wet 44 sample, a drawdown color sample, and spectrophotometer or colorimeter readings 45 taken in accordance with ASTM D2244, for each batch and corresponding 46 standard color card. The calculated Delta E shall not exceed 1.5 from the 47 Commission Internationale de l’Eclairage (CIELAB) when measured at 10 degrees 48 Standard Observer and Illuminant D 65. 49 50 The 1-quart wet sample shall be submitted in the manufacturer’s labeled container 51 with product number, batch number, and size of batch. The companion drawdown 52

Page 367: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

color sample shall be labeled with the product number, batch number, and size of 1 batch. The Contractor shall submit the specified samples and readings to the 2 Engineer at least 14 calendar days prior to the scheduled application of the sealer. 3 The Contractor shall not begin applying pigmented sealer until receiving the 4 Engineer’s written approval of the pigmented sealer color samples. 5 6 9-08.3(2) Exposed Aggregate Concrete Coatings and Sealers 7

9-08.3(2)A Retardant Coating 8 Retardant coating shall exhibit the following properties: 9 10

1. Retards the set of the surface mortar of the concrete without 11 preventing the concrete to reach the specified 28 day compressive 12 strength. 13

14 2. Leaves the aggregate with its original color and luster, and firmly 15

embedded in the concrete matrix. 16 17 3. Allows the removal of the surface mortar in accordance with the 18

methods specified in Section 6-02.3(14)E without the use of acidic 19 washing compounds. 20

21 4. Allows for uniform removal of the surface mortar. 22 23

If the Contractor proposes use of a retardant coating that is not listed in the 24 current WSDOT QPL, the Contractor shall submit a Type 2 Working Drawing 25 consisting of a one quart product sample from a current lot along with 26 supporting product information, Safety Data Sheet, and a Manufacturer’s 27 Certificate of Compliance stating that the product conforms to the above 28 performance requirements. 29 30 9-08.3(2)B Clear Sealer 31 The sealer for concrete surfaces with exposed aggregate finish shall be a 32 clear, non-gloss, penetrating sealer of either a silane, siloxane, or silicone 33 based formulation. 34 35

9-08.3(3) Permeon Treatment 36 Permeon treatment shall be a product of known consistent performance in 37 producing the SAE AMS Standard 595 Color No. 30219 target color hue 38 established by WSDOT, either selected from the WSDOT Qualified Products List 39 (QPL), or an equivalent product accepted by the Engineer. For acceptance of 40 products not listed in the current WSDOT QPL, the Contractor shall submit Type 3 41 Working Drawings consisting of a one quart product sample from a current lot, 42 supporting product information and a Safety Data Sheet. 43

44 9-13.AP9 45 Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion 46 and Scour Protection and Rock Walls 47 April 2, 2018 48

9-13.1(1) General 49 The last paragraph is revised to read: 50 51

Page 368: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Riprap and quarry spalls shall be free from segregation, seams, cracks, and other 1 defects tending to destroy its resistance to weather and shall meet the following test 2 requirements: 3

4 9-13.5 Concrete Slope Protection 5 This section is revised to read: 6 7

Concrete slope protection shall consist of reinforced portland cement or blended 8 hydraulic cement concrete poured or pneumatically placed upon the slope with a 9 rustication joint pattern or semi-open concrete masonry units placed upon the slope 10 closely adjoining each other. 11

12 9-13.5(2) Poured Portland Cement Concrete Slope Protection 13 This section’s title is revised to read: 14 15

Poured Portland Cement or Blended Hydraulic Cement Concrete Slope Protection 16 17 9-13.5(3) Pneumatically Placed Portland Cement Concrete Slope Protection 18 This section’s title is revised to read: 19 20

Pneumatically Placed Portland Cement or Blended Hydraulic Cement Concrete 21 Slope Protection 22

23 The first paragraph is revised to read: 24 25

Cement – This material shall be portland cement or blended hydraulic cement as 26 specified in Section 9-01. 27

28 9-13.7(1) Rock for Rock Walls and Chinking Material 29 The first paragraph (up until the colon) is revised to read: 30 31

Rock for rock walls and chinking material shall be hard, sound and durable material, 32 free from seams, cracks, and other defects tending to destroy its resistance to weather, 33 and shall meet the following test requirements: 34

35 9-14.AP9 36 Section 9-14, Erosion Control and Roadside Planting 37 August 6, 2018 38

9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs) 39 In Table 1, the last four rows are deleted. 40 41 9-14.4(2)A Long-Term Mulch 42 The first paragraph is supplemented with the following: 43 44

Products containing cellulose fiber produced from paper or paper components will not 45 be accepted. 46

47 Table 2 is supplemented with the following new rows: 48 49

Water Holding Capacity ASTM D 7367 800 percent minimum

Page 369: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Organic Matter Content AASHTO T 267 90 percent minimum Seed Germination Enhancement

ASTM D 7322 Long Term 420 percent minimum

1 2 9-14.4(2)B Moderate-Term Mulch 3 This section is revised to read: 4 5

Within 48 hours of application, the Moderate-Term Mulch shall bond with the soil 6 surface to create a continuous, absorbent, flexible, erosion-resistant blanket. Moderate-7 Term Mulch shall effectively perform the intended erosion control function in accordance 8 with Section 8-01.3(1) for a minimum of 3 months, or until temporary vegetation has 9 been established, whichever comes first. 10 11 Moderate-Term Mulch shall not be used in conjunction with permanent seeding. 12

13 9-14.4(2)C Short-Term Mulch 14 This section is revised to read: 15 16

Short-Term Mulch shall effectively perform the intended erosion control function in 17 accordance with Section 8-01.3(1) for a minimum of 2 months, or until temporary 18 vegetation has been established, whichever comes first. Short-Term Mulch shall not be 19 used in conjunction with permanent seeding. 20

21 9-16.AP9 22 Section 9-16, Fence and Guardrail 23 August 6, 2018 24

9-16.3(1) Rail Element 25 The last sentence of the first paragraph is revised to read: 26 27

All rail elements shall be formed from 12-gage steel except for thrie beam reducer 28 sections, reduced length thrie beam rail elements, thrie beams used for bridge rail 29 retrofits, and Design F end sections, which shall be formed from 10-gage steel. 30

31 9-16.3(5) Anchors 32 The last paragraph is revised to read: 33 34

Cement grout shall conform to Section 9-20.3(4) and consist of one part portland 35 cement or blended hydraulic cement and two parts sand. 36

37 9-18.AP9 38 Section 9-18, Precast Traffic Curb 39 April 2, 2018 40

9-18.1(1) Aggregates and Proportioning 41 Item number 1 of the first paragraph is revised to read: 42 43

1. Portland cement or blended hydraulic cement shall conform to the requirements of 44 Section 9-01 except that it may be Type I portland cement conforming to AASHTO 45 M 85. 46

Page 370: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 9-20.AP9 2 Section 9-20, Concrete Patching Material, Grout, and Mortar 3 April 1, 2019 4

9-20.1 Patching Material 5 This section, including title, is revised to read: 6 7

9-20.1 Patching Material for Cement Concrete Pavement 8 Concrete patching material shall be prepackaged mortar extended with aggregate. The 9 amount of aggregate for extension shall conform to the manufacturer’s 10 recommendation. 11 12 Patching mortar and patching mortar extended with aggregate shall contain 13 cementitious material and conform to Sections 9-20.1(1) and 9-20.1(2). The 14 Manufacturer shall use the services of a laboratory that has an equipment calibration 15 verification system and a technician training and evaluation process in accordance with 16 AASHTO R 18 to perform all tests specified in Section 9-20.1. 17 18

9-20.1(1) Patching Mortar 19 Patching mortar shall conform to the following requirements: 20 21

Compressive Strength ASTM Test Method Specification at 3 hours C 39 Minimum 3,000 psi at 24 hours C 39 Minimum 5,000 psi Length Change at 28 days C 157 0.15 percent maximum Total Chloride Ion Content C 1218 1 lb/yd3 maximum Bond Strength at 24 hours C 882 (As modified by C

928, Section 9.5) Minimum 1,000 psi

Scaling Resistance (at 25 cycles of freezing and thawing)

C 672 (As modified by C 928, Section 9.4)

1 lb/ft2 maximum

22 9-20.1(2) Patching Mortar Extended with Aggregate 23 Patching mortar extended with aggregate shall meet the following requirements: 24 25

Compressive Strength ASTM Test Method Specification at 3 hours C 39 Minimum 3,000 psi at 24 hours C 39 Minimum 5,000 psi Length Change at 28 days C 157 0.15 percent maximum Bond Strength at 24 hours C 882 (As modified by

ASTM C928, Section 9.5) Minimum 1,000 psi

Scaling Resistance (at 25 cycles of freezing and thawing)

C 672 2 Maximum Visual Rating

Freeze thaw C 666 Maximum expansion 0.10% Minimum durability 90.0%

Page 371: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 9-20.1(3) Aggregate 2 Aggregate used to extend the patching mortar shall conform to Section 9-03.1(4) 3 and be AASHTO Grading No. 8. A Manufacturer’s Certificate of Compliance shall 4 be submitted showing the aggregate source and the gradation. Mitigation for Alkali 5 Silica Reaction (ASR) will not be required for the extender aggregate used for 6 concrete patching material. 7 8 9-20.1(4) Water 9 Water shall meet the requirements of Section 9-25.1. The quantity of water shall be 10 within the limits recommended by the repair material manufacturer. 11

12 9-20.2 Specifications 13 This section, including title, is revised to read: 14 15

9-20.2 Patching Material for Concrete Structure Repair 16 Concrete patching material shall be a prepackaged mixture of portland or blended 17 hydraulic cement, aggregate, and admixtures. Fly ash, ground granulated blast furnace 18 slag and microsilica fume may be used. The concrete patching material may be 19 shrinkage compensated. The concrete patching material shall also meet the following 20 requirements: 21 22

• Compressive strength of 6000 psi or higher at 28 days in accordance with 23 AASHTO T 22 (ASTM C 39), unless noted otherwise 24

25 • Bond strength of 250 psi or higher at 28 days or less in accordance with ASTM 26

C 1583 or ICRI 210.3R 27 28 • Shrinkage shall be 0.05 percent (500 microstrain) or lower at 28 days in 29

accordance with AASHTO T 160 (ASTM C 157) as modified by ICRI 320.3R 30 31 • Permeability shall be 2,000 coulombs or lower at 28 days in accordance with 32

AASHTO T 277 (ASTM C 1202) 33 34 • Freeze-thaw resistance shall have a durability factor of 90 percent or higher 35

after a minimum of 300 cycles in accordance with AASHTO T 161 Procedure A 36 (ASTM C 666) 37

38 • Soluble chloride ion limits in Section 6-02.3(2) shall be satisfied 39

40 9-20.2(1) Patching Mortar 41 This section, including title, is deleted in its entirety. 42 43 9-20.2(2) Patching Mortar Extended with Aggregate 44 This section, including title, is deleted in its entirety. 45 46 9-20.3(3) Grout Type 3 for Unconfined Bearing Pad Applications 47 This section’s title is revised to read: 48 49

Grout Type 3 for Unconfined Applications 50 51 This section is revised to read: 52

Page 372: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 Grout Type 3 shall be a prepackaged material that does not include expansive 2 admixtures meeting the following requirements: 3 4

• Compressive strength shall be 4000 psi or higher at 28 days in accordance 5 with AASHTO T 22 (ASTM C 39) for grout extended with coarse aggregate or 6 AASHTO T 106 (ASTM C109) otherwise. 7

8 • Bond strength shall meet one of the following: 9 10

◦ 250 psi or higher at 28 days or less in accordance with ASTM C1583. 11 12 ◦ 2000 psi or higher at 28 days or less in accordance with ASTM C882. The 13

following modification to ASTM C882 is acceptable: use Type 3 Grout in 14 lieu of epoxy resin base bonding system and freshly mixed portland-15 cement mortar in the procedure for testing Type II and V systems. 16

17 • Drying shrinkage shall be 0.08 percent (800 microstrain) or lower at 28 days in 18

accordance with AASHTO T 160 (ASTM C157). The following modification to 19 AASHTO T 160 is acceptable: use a standard specimen size of 3 x 3 x 11-¼ 20 inches. 21

22 9-20.5 Bridge Deck Repair Material 23 Item number 3 of the first paragraph is revised to read: 24 25

3. Permeability of less than 2,000 coulombs at 28-days or more in accordance with 26 AASHTO T 277. 27

28 9-21.AP9 29 Section 9-21, Raised Pavement Markers (RPM) 30 January 2, 2018 31

9-21.2 Raised Pavement Markers Type 2 32 This section’s content is deleted. 33 34 9-21.2(1) Physical Properties 35 This section, including title, is revised to read: 36 37

9-21.2(1) Standard Raised Pavement Markers Type 2 38 The marker housing shall contain reflective faces as shown in the Plans to reflect 39 incident light from either a single or opposite directions and meet the requirements of 40 ASTM D 4280 including Flexural strength requirements. 41

42 9-21.2(2) Optical Requirements 43 This section, including title, is revised to read: 44 45

9-21.2(2) Abrasion Resistant Raised Markers Type 2 46 Abrasion Resistant Raised Markers Type 2 shall comply with Section 9-21.2(1) and 47 meet the requirements of ASTM D 4280 with the following additional requirement: The 48 coefficient of luminous intensity of the markers shall be measured after subjecting the 49 entire lens surface to the test described in ASTM D 4280 Section 9.5 using a sand drop 50

Page 373: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

apparatus. After the exposure described above, retroreflected values shall not be less 1 than 0.5 times a nominal unblemished sample. 2

3 9-21.2(3) Strength Requirements 4 This section is deleted in its entirety. 5 6 9-23.AP9 7 Section 9-23, Concrete Curing Materials and Admixtures 8 April 1, 2019 9

9-23.12 Natural Pozzolan 10 This section is revised to read: 11 12

Natural Pozzolans shall be ground Pumice and shall conform to the requirements of 13 AASHTO M295 Class N, including supplementary optional chemical requirements as 14 set forth in Table 2. 15

16 9-23.13 Blended Supplementary Cementitious Material 17 The second sentence is revised to read: 18 19

Blended SCMs shall be limited to binary or ternary blends of fly ash, ground granulated 20 blast furnace slag and microsilica fume. 21

22 The second to last sentence is deleted. 23 24 9-26.AP9 25 Section 9-26, Epoxy Resins 26 January 7, 2019 27

9-26.1(1) General 28 The following new sentence is inserted after the first sentence of the first paragraph: 29 30

For pre-packaged cartridge kits, the epoxy bonding agent shall meet the requirements 31 of ASTM C881 when mixed according to manufacturer instructions, utilizing the 32 manufacturer’s mixing nozzle. 33

34 9-26.1(2) Packaging and Marking 35 The first sentence of the first paragraph is revised to read: 36 37

The components of the epoxy system furnished under these Specifications shall be 38 supplied in separate containers or pre-packaged cartridge kits that are non-reactive with 39 the materials contained. 40

41 The second paragraph is revised to read: 42 43

Separate containers shall be marked by permanent marking that identify the formulator, 44 “Component A” (contains the Epoxy Resin) and “Component B” (Contains the Curing 45 Agent), type, grade, class, lot or batch number, mixing instructions and the quantity 46 contained in pounds or gallons as defined by these Specifications. 47

48 The following new paragraph is inserted after the second paragraph: 49

Page 374: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 Pre-packaged cartridge kits shall be marked by permanent marking that identify the 2 formulator, type, grade, class, lot or batch number, mixing instructions and the quantity 3 contained in ounces or milliliters as defined by these Specifications. 4

5 9-28.AP9 6 Section 9-28, Signing Materials and Fabrication 7 April 1, 2019 8

9-28.2 Manufacturer’s Identification and Date 9 The second sentence is revised to read: 10 11

In addition, the width and height dimension, in inches, the Contract number, and the 12 number of the sign as it appears in the Plans shall be placed using 3-inch series C black 13 letters on the back of destination, distance, and large special signs. 14

15 9-28.10 Vacant 16 This section, including title, is revised to read: 17 18

9-28.10 Digital Printing 19 Transparent and opaque durable inks used in digital printed sign messages shall be as 20 recommended by the manufacturer. When properly applied, digital printed colors shall 21 have a warranty life of the base retroreflective sign sheeting. Digital applied colors shall 22 present a smooth surface, free from foreign material, and all messages and borders 23 shall be clear and sharp. Digital printed signs shall conform to 70% of the retroreflective 24 minimum values established for its type and color. Digitally printed signs shall meet the 25 daytime color and luminance, and nighttime color requirements of ASTM D 4956. No 26 variations in color or overlapping of colors will be permitted. Digital printed permanent 27 traffic signs shall have an integrated engineered match component clear protective 28 overlay recommended by the sheeting manufacturer applied to the entire face of the 29 sign. On Temporary construction/maintenance signs printed with black ink only, the 30 protective overlay film is optional, as long as the finished sign has a warranty of a 31 minimum of three years from sign sheeting manufacturer. 32 33 All digital printed traffic control signs shall be an integrated engineered match 34 component system. The integrated engineered match component system shall consist 35 of retroreflective sheeting, durable ink(s), and clear overlay film all from the same 36 manufacturer applied to aluminum substrate conforming to Section 9-28.8. 37 38 The sign fabricator shall use an approved integrated engineered match component 39 system as listed on the Qualified Products List (QPL). Each approved digital printer 40 shall only use the compatible retroreflective sign sheeting manufacturer’s engineered 41 match component system products. 42 43 Each retroreflective sign sheeting manufacturer/integrated engineered match 44 component system listed on the QPL shall certify a department approved sign fabricator 45 is approved to operate their compatible digital printer. The sign fabricator shall re-certify 46 annually with the retroreflective sign manufacturer to ensure their digital printer is still 47 meeting manufacturer’s specifications for traffic control signs. Documentation of each 48 re-certification shall be submitted to the QPL Engineer annually. 49

50

Page 375: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

9-28.11 Hardware 1 The last paragraph is revised to read: 2 3

All steel parts shall be galvanized in accordance with AASHTO M111. Steel bolts and 4 related connecting hardware shall be galvanized in accordance with ASTM F 2329. 5

6 9-28.14(2) Steel Structures and Posts 7 The first sentence of the third paragraph is revised to read: 8 9

Anchor rods for sign bridge and cantilever sign structure foundations shall conform to 10 Section 9-06.5(4), including Supplemental Requirement S4 tested at -20°F. 11

12 In the second sentence of the fourth paragraph, “AASHTO M232” is revised to read “ASTM 13 F 2329”. 14 15 The first sentence of the fifth paragraph is revised to read: 16 17

Except as otherwise noted, steel used for sign structures and posts shall have a 18 controlled silicon content of either 0.00 to 0.06 percent or 0.15 to 0.25 percent. 19

20 The last sentence of the last paragraph is revised to read: 21 22

If such modifications are contemplated, the Contractor shall submit a Type 2 Working 23 Drawing of the proposed modifications. 24

25 9-29.AP9 26 Section 9-29, Illumination, Signal, Electrical 27 April 1, 2019 28

9-29.1 Conduit, Innerduct, and Outerduct 29 This section is supplemented with the following new subsections: 30 31

9-29.1(10) Pull Tape 32 Pull tape shall be pre-lubricated polyester pulling tape. The pull tape shall have a 33 minimum width of ½-inch and a minimum tensile strength of 500 pounds. Pull tape may 34 have measurement marks. 35

36 9-29.1(11) Foam Conduit Sealant 37 Foam conduit sealant shall be self-expanding waterproof foam designed to prevent both 38 water and pest intrusion. The foam shall be designed for use in and around electrical 39 equipment, including both insulated and bare conductors. 40

41 9-29.2(1) Junction Boxes 42 The first paragraph is revised to read: 43 44

For the purposes of this Specification concrete is defined as portland cement or blended 45 hydraulic cement concrete and non-concrete is all others. 46

47 9-29.2(1)A2 Non-Concrete Junction Boxes 48 The first paragraph is revised to read: 49 50

Page 376: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Material for the non-concrete junction boxes shall be of a quality that will provide for a 1 similar life expectancy as portland cement or blended hydraulic cement concrete in a 2 direct burial application. 3

4 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 5 In the table in the last paragraph, the fourth, fifth and sixth rows are revised to read: 6 7

Slip Resistant Lid ASTM A36 steelFrame ASTM A36 steelSlip Resistant Frame ASTM A36 steel

8 9-29.3(2)A1 Single Conductor Current Carrying 9 This second sentence is revised to read: 10 11

Insulation shall be XLP (cross-linked polyethylene) or EPR (Ethylene Propylene 12 Rubber), Type USE (Underground Service Entrance) or USE-2, and rated for 600-volts 13 or higher. 14

15 9-29.6 Light and Signal Standards 16 In the first sentence of the third paragraph, “AASHTO M232” is revised to read “ASTM F 17 2329”. 18 19 Item number 2 of the last paragraph is revised to read: 20 21

2. The steel light and signal standard fabricator’s shop drawing submittal, including 22 supporting design calculations, submitted as a Type 2E Working Drawing in 23 accordance with Section 8-20.2(1) and the Special Provisions. 24

25 9-29.6(1) Steel Light and Signal Standards 26 In the second paragraph, “AASHTO M232” is revised to read “ASTM F 2329”. 27 28 The first sentence of the last paragraph is revised to read: 29 30

Steel used for light and signal standards shall have a controlled silicon content of either 31 0.00 to 0.06 percent or 0.15 to 0.25 percent. 32

33 9-29.6(5) Foundation Hardware 34 In the last paragraph, “AASHTO M232” is revised to read “ASTM F 2329”. 35 36 9-29.10(1) Conventional Roadway Luminaires 37 This section is revised to read: 38 39

All conventional roadway luminaires shall meet 3G vibration requirements as described 40 in ANSI C136.31. 41 42 All luminaires shall have housings fabricated from aluminum. The housing shall be 43 painted flat gray, SAE AMS Standard 595 color chip No. 26280, unless otherwise 44 specified in the Contract. Painted housings shall withstand a 1,000 hour salt spray test 45 as specified in ASTM B117. 46 47

Page 377: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

Each housing shall include a four bolt slip-fitter mount capable of accepting a nominal 2” 1 tenon and adjustable within +/- 5 degrees of the axis of the tenon. The clamping 2 bracket(s) and the cap screws shall not bottom out on the housing bosses when 3 adjusted within the +/- 5 degree range. No part of the slipfitter mounting brackets on the 4 luminaires shall develop a permanent set in excess of 0.2 inch when the cap screws 5 used for mounting are tightened to a torque of 32 foot-pounds. Each luminaire shall 6 include leveling reference points for both transverse and longitudinal adjustment. 7 8 All luminaires shall include shorting caps when shipped. The caps shall be removed and 9 provided to the Contracting Agency when an alternate control device is required to be 10 installed in the photocell socket. House side shields shall be included when required by 11 the Contract. Order codes shall be modified to the minimum extent necessary to include 12 the option for house side shields. 13

14 This section is supplemented with the following new subsections: 15 16

9-29.10(1)A High Pressure Sodium (HPS) Conventional Roadway Luminaires 17 HPS conventional roadway luminaires shall meet the following requirements: 18 19

1. General shape shall be “cobrahead” style, with flat glass lens and full cutoff 20 optics. 21

22 2. Light pattern distribution shall be IES Type III. 23 24 3. The reflector of all luminaires shall be of a snap-in design or secured with 25

screws. The reflector shall be polished aluminum or prismatic borosilicate 26 glass. 27

28 4. Flat lenses shall be formed from heat resistant, high-impact, molded 29

borosilicate or tempered glass. 30 31 5. The lens shall be mounted in a doorframe assembly, which shall be hinged to 32

the luminaire and secured in the closed position to the luminaire by means of 33 an automatic latch. The lens and doorframe assembly, when closed, shall 34 exert pressure against a gasket seat. The lens shall not allow any light output 35 above 90 degrees nadir. Gaskets shall be composed of material capable of 36 withstanding the temperatures involved and shall be securely held in place. 37

38 6. The ballast shall be mounted on a separate exterior door, which shall be 39

hinged to the luminaire and secured in the closed position to the luminaire 40 housing by means of an automatic type of latch (a combination hex/slot 41 stainless steel screw fastener may supplement the automatic-type latch). 42

43 7. Each luminaire shall be capable of accepting a 150, 200, 250, 310, or 400 watt 44

lamp complete and associated ballast. Lamps shall mount horizontally. 45 46 9-29.10(1)B Light Emitting Diode (LED) Conventional Roadway Luminaires 47 LED Conventional Roadway Luminaires are divided into classes based on their 48 equivalent High Pressure Sodium (HPS) luminaires. Current classes are 200W, 250W, 49 310W, and 400W. LED luminaires are required to be pre-approved in order to verify 50 their photometric output. To be considered for pre-approval, LED luminaires must meet 51 the requirements of this section. 52

Page 378: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 LED luminaires shall include a removable access door, with tool-less entry, for access 2 to electronic components and the terminal block. The access door shall be removable, 3 but include positive retention such that it can hang freely without disconnecting from the 4 luminaire housing. LED drivers may be mounted either to the interior of the luminaire 5 housing or to the removable door itself. 6 7 LED drivers shall be removable for user replacement. All internal modular components 8 shall be connected by means of mechanical plug and socket type quick disconnects. 9 Wire nuts may not be used for any purpose. All external electrical connections to the 10 luminaire shall be made through the terminal block. 11 12 LED luminaires shall include a 7-pin NEMA photocell receptacle. The LED driver(s) 13 shall be dimmable from ten volts to zero volts. LED output shall have a Correlated Color 14 Temperature (CCT) of 4000K nominal (4000-4300K) and a Color Rendering Index (CRI) 15 of 70 or greater. LED output shall be a minimum of 85% at 75,000 hours at 25 degrees 16 Celsius. 17 18 LED luminaires shall be available for 120V, 240V, and 480V supply voltages. Voltages 19 refer to the supply voltages to the luminaires present in the field. LED power usage shall 20 not exceed the following maximum values for the applicable wattage class: 21 22

Class Max. Wattage 200W 110W250W 165W310W 210W400W 275W

23 Only one brand of LED conventional roadway luminaire may be used on a Contract. 24 They do not necessarily have to be the same brand as any high-mast, underdeck, or 25 wall-mount luminaires when those types of luminaires are specified in the Contract. 26 LED luminaires shall include a standard 10 year manufacturer warranty. 27 28 The list of pre-approved LED Conventional Roadway Luminaires is available at 29 http://www.wsdot.wa.gov/Design/Traffic/ledluminaires.htm. 30

31 9-29.10(2) Decorative Luminaires 32 This section, including title, is revised to read: 33 34

9-29.10(2) Vacant 35 36 9-29.12 Electrical Splice Materials 37 This section is supplemented with the following new subsections: 38 39

9-29.12(3) Splice Enclosures 40 9-29.12(3)A Heat Shrink Splice Enclosure 41 Heat shrink splice enclosures shall be medium or heavy wall cross-linked 42 polyolefin, meeting the requirements of AMS-DTL-23053/15, with thermoplastic 43 adhesive sealant. Heat shrink splices used for “wye” connections require rubber 44 electrical mastic tape. 45 46

Page 379: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

9-29.12(3)B Molded Splice Enclosure 1 Molded splice enclosures shall use epoxy resin in a clear rigid plastic mold. The 2 material used shall be compatible with the insulation material of the insulated 3 conductor or cable. The component materials of the resin insulation shall be 4 packaged ready for convenient mixing without removing from the package. 5 6

9-29.12(4) Re-Enterable Splice Enclosure 7 Re-enterable splice enclosures shall use either dielectric grease or a flexible resin 8 contained in a two-piece plastic mold. The mold shall either snap together or use 9 stainless steel hose clamps. 10 11 9-29.12(5) Vinyl Electrical Tape for Splices 12 Vinyl electrical tape in splicing applications shall meet the requirements of MIL-I-13 24391C. 14

15 9-29.12(1) Illumination Circuit Splices 16 This section is revised to read: 17 18

Underground illumination circuit splices shall be solderless crimped connections 19 capable of securely joining the wires, both mechanically and electrically, as defined in 20 Section 8-20.3(8). Aerial illumination splices shall be solderless crimp connectors or 21 split bolt vice-type connectors. 22

23 9-29.12(1)A Heat Shrink Splice Enclosure 24 This section is deleted in its entirety. 25 26 9-29.12(1)B Molded Splice Enclosure 27 This section is deleted in its entirety. 28 29 9-29.12(2) Traffic Signal Splice Material 30 This section is revised to read: 31 32

Induction loop splices and magnetometer splices shall use an uninsulated barrel-type 33 crimped connector capable of being soldered. 34

35 9-29.13(10)D Cabinets for Type 170E and 2070 Controllers 36 The first sentence of item number 4 is revised to read: 37 38

A disposable paper filter element with dimensions of 12” × 16” × 1” shall be provided in 39 lieu of a metal filter. 40

41 Item number 6 is revised to read: 42 43

6. LED light strips shall be provided for cabinet lighting, powered from the Equipment 44 breaker on the Power Distribution Assembly. Each LED light strip shall be 45 approximately 12 inches long, have a minimum output of 320 lumens, and have a 46 color temperature of 4100K (cool white) or higher. There shall be three light strips 47 for each rack within the cabinet. Lighting shall be ceiling mounted – rack mounted 48 lighting is not permitted. Light strips shall be installed in the locations shown in the 49 Standard Plans. Lighting shall not interfere with the proper operation of any other 50 ceiling mounted equipment. All lighting fixtures above a rack shall energize 51

Page 380: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

automatically when either door to that respective rack is opened. Each door switch 1 shall be labeled “Light”. 2

3 Item number 7 is revised to read: 4 5

7. Rack mounted equipment shall be as shown in the Standard Plans. The cabinet 6 shall use PDA #2LX and Output File #1LX. Where an Auxiliary Output File is 7 required, Output File #2LX shall also be included. 8

9 This section is supplemented with the following new item: 10 11

9. The PCB connectors for Field Terminal Blocks FT1 through FT6 on Output Files 12 #1LX and #2LX shall be capable of accepting minimum 14 AWG field wiring, have 13 a pitch of 5.08 mm, and use screw flange type locking to secure the plug and 14 socket connection. The sockets on the Field Terminal Panel shall be secured to the 15 panel such that unplugging a connector will not result in the socket moving or 16 separating from the panel. 17

18 9-29.13(11) Traffic Data Accumulator and Ramp Meters 19 Item number 2 is revised to read: 20 21

2. Rack mounted equipment shall be as shown in the Standard Plans. 22 23 Item number 3 is revised to read: 24 25

3. PDA #3LX shall be furnished with three Model 200 Load Switches installed. PDA 26 #3LX shall be modified to include a second Model 430 transfer relay, mounted on 27 the rear of the PDA and wired as shown in the Standard Plans. 28

29 9-29.13(12) ITS Cabinet 30 This section’s title is revised to read: 31 32

Type 331L ITS Cabinet 33 34 The first paragraph (excluding the numbered list) is revised to read: 35 36

Basic ITS cabinets shall be Model 331L Cabinets, unless otherwise specified in the 37 Contract. Type 331L Cabinets shall be constructed in accordance with the TEES, with 38 the following modifications: 39

40 Item number 6 of the first paragraph is revised to read: 41 42

6. LED light strips shall be provided for cabinet lighting, powered from the Equipment 43 breaker on the Power Distribution Assembly. Each LED light strip shall be 44 approximately 12 inches long, have a minimum output of 320 lumens, and have a 45 color temperature of 4100K (cool white) or higher. There shall be three light strips 46 for each rack within the cabinet. Lighting shall be ceiling mounted – rack mounted 47 lighting is not permitted. Light strips shall be installed in the locations shown in the 48 Standard Plans. Lighting shall not interfere with the proper operation of any other 49 ceiling mounted equipment. All lighting fixtures above a rack shall energize 50 automatically when either door to that respective rack is opened. Each door switch 51 shall be labeled “Light”. 52

Page 381: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 9-29.16(2)E Painting Signal Heads 2 In the first sentence, “Federal Standard 595” is revised to read “SAE AMS Standard 595”. 3 4 9-29.17 Signal Head Mounting Brackets and Fittings 5 In the first paragraph, item number 2 under Stainless Steel is revised to read: 6 7

2. Bands or cables for Type N mount. 8 9 9-29.20 Pedestrian Signals 10 In item 2C of the second paragraph, “Federal Standard 595” is revised to read “SAE AMS 11 Standard 595”. 12 13 9-29.24 Service Cabinets 14 The third sentence of item number 6 is revised to read: 15 16

The dead front cover shall have cutouts for the entire breaker array, with blank covers 17 where no circuit breakers are installed. 18

19 Item number 8 is revised to read: 20 21

8. Lighting contactors shall meet the requirements of Section 9-29.24(2). 22 23 The last sentence of item number 10 is revised to read: 24 25

Dead front panels shall prevent access to any exposed, live components, and shall 26 cover all equipment except for circuit breakers (including blank covers), the photocell 27 test/bypass switch, and the GFCI receptacle. 28

29 9-29.24(2) Electrical Circuit Breakers and Contactors 30 This section is revised to read: 31 32

All circuit breakers shall be bolt-on type, with the RMS-symmetrical interrupting capacity 33 described in this Section. Circuit breakers for 120/240/277 volt circuits shall be rated at 34 240 or 277 volts, as applicable, with an interrupting capacity of not less than 10,000 35 amperes. Circuit breakers for 480 volt circuits shall be rated at 480 volts, and shall have 36 an interrupting capacity of not less than 14,000 amperes. 37 38 Lighting contactors shall be rated for tungsten or ballasted (such as sodium vapor, 39 mercury vapor, metal halide, and fluorescent) lamp loads. Contactors for 120/240/277 40 volt circuits shall be rated at 240 volts maximum line to line voltage, or 277 volts 41 maximum line to neutral voltage, as applicable. Contactors for 480 volt circuits shall be 42 rated at 480 volt maximum line to line voltage. 43

44 9-33.AP9 45 Section 9-33, Construction Geosynthetic 46 August 6, 2018 47

9-33.4(1) Geosynthetic Material Approval 48 The second sentence of the first paragraph is revised to read: 49 50

Page 382: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

If the geosynthetics material is not listed in the current WSDOT QPL, a Manufacturer’s 1 Certificate of Compliance including Certified Test Reports of each proposed 2 geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for 3 evaluation. 4

5 The last paragraph is revised to read: 6 7

Geosynthetics used as reinforcement in permanent geosynthetic retaining walls, 8 reinforced slopes, reinforced embankments, and other geosynthetic reinforcement 9 applications require proof of compliance with the National Transportation Product 10 Evaluation Program (NTPEP) in accordance with AASHTO Standard Practice R 69, 11 Standard Practice for Determination of Long-Term Strength for Geosynthetic 12 Reinforcement. 13

14 9-34.AP9 15 Section 9-34, Pavement Marking Material 16 January 7, 2019 17

9-34.2(2) Color 18 The first sentence is revised to read: 19 20

Paint draw-downs shall be prepared according to ASTM D823. 21 22 Each reference to “Federal Standard 595” is revised to read “SAE AMS Standard 595”. 23 24 9-34.2(3) Prohibited Materials 25 This section is revised to read: 26 27

Traffic paint shall not contain mercury, lead, chromium, diarylide pigments, toluene, 28 chlorinated solvents, hydrolysable chlorine derivatives, ethylene-based glycol ethers 29 and their acetates, nor any other EPA hazardous waste material over the regulatory 30 levels in accordance with CFR 40 Part 261.24. 31

32 9-34.2(5) Low VOC Waterborne Paint 33 The heading “Standard Waterborne Paint” is supplemented with “Type 1 and 2”. 34 35 The heading “High-Build Waterborne Paint” is supplemented with “Type 4”. 36 37 The heading “Cold Weather Waterborne Paint” is supplemented with “Type 5”. 38 39 In the row beginning with “° @90°F”, each minimum value is revised to read “60”. 40 41 In the row beginning with “Fineness of Grind, (Hegman Scale)”, each minimum value is 42 revised to read “3”. 43 44 The last four rows are replaced with the following: 45 46

Vehicle Composition ASTM D 2621

100% acrylic emulsion 100% cross-linking acrylic4

100% acrylic emulsion

Freeze-Thaw Stability, KU

ASTM D 2243 and D 562

@ 5 cycles show no coagulation or change in viscosity greater

@ 5 cycles show no coagulation or change in viscosity greater

@ 3 cycles show no coagulation or change in viscosity greater

Page 383: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

than ± 10 KU than ± 10 KU than ± 10 KU Heat Stability ASTM D 5622 ± 10 KU from the initial

viscosity ± 10 KU from the initial viscosity

± 10 KU from the initial Viscosity

Low Temperature Film Formation

ASTM D 28053

No Cracks* No Cracks

Cold Flexibility5 ASTM D522 Pass at 0.5 in mandrel* Test Deck Durability6 ASTM D913 ≥70% paint retention in

wheel track*

Mud Cracking (See note 7) No Cracks No Cracks 1

After the preceding Amendments are applied, the following new column is inserted after the 2 “Standard Waterborne Paint Type 1 and 2” column: 3

4 Semi-Durable Waterborne Paint Type 3

White Yellow Min. Max. Min. Max.

Within ± 0.3 of qualification sample

80 95 80 95 60 60 77 77 65 65

43 43 1.25 1.25 3 3

0.98 0.96 88 50

100° 100° 9.5 9.5

10 10 100% acrylic emulsion

@ 5 cycles show no coagulation or change in viscosity greater than ± 10 KU

± 10 KU from the initial viscosity No Cracks

Pass at 0.25 in mandrel ≥70% paint retention in wheel track

No Cracks 5 The footnotes are supplemented with the following: 6 7

4Cross-linking acrylic shall meet the requirements of federal specification TT-P-1952F 8 Section 3.1.1. 9 10 5Cold Flexibility: The paint shall be applied to an aluminum panel at a wet film thickness 11 of 15 mils and allowed to dry under ambient conditions (50±10% RH and 72±5 ˚F) for 24 12 hours. A cylindrical mandrel apparatus (in accordance with ASTM D522 method B) shall 13 be put in a 40°F refrigerator when the paint is drawn down. After 24 hours, the 14 aluminum panel with dry paint shall be put in the 40°F refrigerator with the mandrel 15 apparatus for 2 hours. After 2 hours, the panel and test apparatus shall be removed and 16 immediately tested to according to ASTM D522 to evaluate cold flexibility. Paint must 17 show no evidence of cracking, chipping or flaking when bent 180 degrees over a 18 mandrel bar of specified diameter. 19

Page 384: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

1 6NTPEP test deck, or a test deck conforming to ASTM D713, shall be conducted for a 2 minimum of six months with the following additional requirements: it shall be applied at 3 15 wet mils to a test deck that is located at 40N latitude or higher with at least 10,000 4 ADT and which was applied during the months of September through November. 5 6 7Paint is applied to an approximately 4”x12” aluminum panel using a drawdown bar with 7 a 50 mil gap. The coated panel is allowed to dry under ambient conditions (50±10% RH 8 and 72±5 ˚F) for 24 hours. Visual evaluation of the dry film shall reveal no cracks. 9

10 9-34.3 Plastic 11 In the first sentence of the last paragraph, “Federal Standard 595” is revised to read “SAE 12 AMS Standard 595”. 13 14 9-34.3(2) Type B – Pre-Formed Fused Thermoplastic 15 In the last two paragraphs, each reference to “Federal Standard 595” is revised to read “SAE 16 AMS Standard 595”. 17 18 9-34.3(4) Type D – Liquid Cold Applied Methyl Methacrylate 19 The Test Method value for Adhesion to PCC or HMA, psi is revised to read “ASTM 20 D45411”. 21 22 9-34.4 Glass Beads for Pavement Marking Materials 23 In the Test Method column of the table titled Metal Concentration Limits, “EPA 3052 SW-846 24 6010C” is revised to read “EPA 3052 SW-846 6010D”. 25 26 9-34.5(1) Temporary Pavement Marking Tape – Short Duration 27 This section, including title, is revised to read: 28 29

9-34.5(1) Temporary Pavement Marking Tape – Short Duration (Removable) 30 Temporary pavement marking tape for short duration (usage is for up to two months) 31 shall conform to ASTM D4592 Type I except that black tape, black mask tape and the 32 black portion of the contrast removable tape, shall be non-reflective. 33

34 9-34.5(2) Temporary Pavement Marking Tape – Long Duration 35 This section’s title is revised to read: 36 37

Temporary Pavement Marking Tape – Long Duration (Non-Removable) 38 39 The first sentence is revised to read: 40 41

Temporary pavement marking tape for long duration (usage is for greater than two 42 months and less than one year) shall conform to ASTM D4592 Type II. 43

44 ASTM E2176 is deleted from the second sentence. 45 46 9-34.7(1) Requirements 47 The first paragraph is revised to read: 48 49

Field performance evaluation is required for low VOC solvent-based paint per Section 9-50 34.2(4), Type A – liquid hot applied thermoplastic per Section 9-34.3(1), Type B – 51 preformed fused thermoplastic per Section 9-34.3(2), Type C – cold applied preformed 52

Page 385: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19

tape per Section 9-34.3(3), and Type D – liquid applied methyl methacrylate per Section 1 9-34.3(4). 2

3 The last paragraph is deleted. 4 5 9-34.7(1)C Auto No-Track Time 6 The first paragraph is revised to read: 7 8

Auto No-Track Time will only be required for low VOC solvent-based paint in 9 accordance with Section 9-34.2(4). 10

11 The second and third sentences of the second paragraph are deleted. 12

Page 386: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

PART 5

WAGE RATES

Page 387: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

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: 7/24/2019

County Trade Job Classification Wage Holiday Overtime Note*Risk Class

Grant Asbestos Abatement Workers

Journey Level $38.16 5D 1H View

Grant Boilermakers Journey Level $66.54 5N 1C View

Grant Brick Mason Journey Level $49.04 5A 1M View

Grant Building Service Employees Janitor $12.56 1 View

Grant Building Service Employees Shampooer $12.00 1 View

Grant Building Service Employees Waxer $12.00 1 View

Grant Building Service Employees Window Cleaner $12.00 1 View

Grant Cabinet Makers (In Shop) Journey Level $12.00 1 View

Grant Carpenters Carpenter $45.11 5A 1B 8N View

Grant Carpenters Floor Finisher $45.11 5A 1B 8N View

Grant Carpenters Floor Layer $45.11 5A 1B 8N View

Grant Carpenters Form Builder $45.11 5A 1B 8N View

Grant Carpenters Scaffold Erecting & Dismantling

$49.80 5A 1B View

Grant Cement Masons Journey Level $43.20 7B 1N View

Grant Divers & Tenders Assistant Tender $51.92 5A 1B View

Grant Divers & Tenders Dive Supervisor $95.42 5A 1B View

Grant Divers & Tenders Diver $93.92 5A 1B 8V View

Grant Divers & Tenders Diver on Standby $55.16 5A 1B View

Grant Divers & Tenders Diver Tender $54.16 5A 1B View

Grant Divers & Tenders Diving Master $64.41 5A 1B View

Grant Divers & Tenders Manifold Operator $54.16 5A 1B View

Grant Divers & Tenders Manifold Operator Mixed Gas

$58.16 5A 1B View

Grant Divers & Tenders Remote Operated Vehicle Operator

$54.16 5A 1B View

Grant Divers & Tenders Remote Operated Vehicle Tender/Technician

$51.92 5A 1B View

Grant Dredge Workers Assistant Engineer $56.44 5D 3F View

Page 1 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 388: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Grant Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F View

Grant Dredge Workers Boatmen $56.44 5D 3F View

Grant Dredge Workers Engineer Welder $57.51 5D 3F View

Grant Dredge Workers Leverman, Hydraulic $58.67 5D 3F View

Grant Dredge Workers Mates $56.44 5D 3F View

Grant Dredge Workers Oiler $56.00 5D 3F View

Grant Drywall Applicator Journey Level $45.11 5A 1B 8N View

Grant Drywall Tapers Journey Level $40.10 7E 1P View

Grant Electrical Fixture Maintenance Workers

Journey Level $24.88 1 View

Grant Electricians - Inside Cable Splicer $68.69 7H 1E View

Grant Electricians - Inside Construction Stock Person $34.97 7H 1D View

Grant Electricians - Inside Journey Level $64.31 7H 1E View

Grant Electricians - Motor Shop Craftsman $15.37 1 View

Grant Electricians - Motor Shop Journey Level $14.69 1 View

Grant Electricians - Powerline Construction

Cable Splicer $79.60 5A 4D View

Grant Electricians - Powerline Construction

Certified Line Welder $72.98 5A 4D View

Grant Electricians - Powerline Construction

Groundperson $47.94 5A 4D View

Grant Electricians - Powerline Construction

Heavy Line Equipment Operator

$72.98 5A 4D View

Grant Electricians - Powerline Construction

Journey Level Lineperson $72.98 5A 4D View

Grant Electricians - Powerline Construction

Line Equipment Operator $62.06 5A 4D View

Grant Electricians - Powerline Construction

Meter Installer $47.94 5A 4D 8W View

Grant Electricians - Powerline Construction

Pole Sprayer $72.98 5A 4D View

Grant Electricians - Powerline Construction

Powderperson $54.55 5A 4D View

Grant Electronic Technicians Electronic Technicians Journey Level

$43.70 5B 1B View

Grant Elevator Constructors Mechanic $94.22 7D 4A View

Grant Elevator Constructors Mechanic In Charge $101.73 7D 4A View

Grant Fabricated Precast Concrete Products

Journey Level $12.00 1 View

Grant Fabricated Precast Concrete Products

Journey Level - In-Factory Work Only

$12.00 1 View

Grant Fence Erectors Fence Erector $39.29 7B 1M View

Grant Fence Erectors Fence Laborer $39.29 7B 1M View

Grant Flaggers Journey Level $37.19 7B 1M View

Grant Glaziers Journey Level $30.59 7L 4L View

Grant Heat & Frost Insulators And Asbestos Workers

Journey Level $51.04 5K 1U View

Grant Heating Equipment Mechanics

Journey Level $54.61 6Z 1B View

Page 2 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 389: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Grant Hod Carriers & Mason Tenders

Journey Level $40.54 7B 1M View

Grant Industrial Power Vacuum Cleaner

Journey Level $12.00 1 View

Grant Inland Boatmen Journey Level $12.00 1 View

Grant Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Cleaner Operator, Foamer Operator

$12.00 1 View

Grant Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Grout Truck Operator $12.00 1 View

Grant Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Head Operator $12.78 1 View

Grant Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Technician $12.00 1 View

Grant Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Tv Truck Operator $12.00 1 View

Grant Insulation Applicators Journey Level $45.11 5A 1B 8N View

Grant Ironworkers Journeyman $61.21 7N 1O View

Grant Laborers Air And Hydraulic Track Drill

$39.83 7B 1M View

Grant Laborers Asphalt Raker $39.83 7B 1M View

Grant Laborers Asphalt Roller, Walking $39.56 7B 1M View

Grant Laborers Brick Pavers $39.29 7B 1M View

Grant Laborers Brush Hog Feeder $39.29 7B 1M View

Grant Laborers Brush Machine $39.83 7B 1M View

Grant Laborers Caisson Worker, Free Air $39.83 7B 1M View

Grant Laborers Carpenter Tender $39.29 7B 1M View

Grant Laborers Cement Finisher Tender $39.56 7B 1M View

Grant Laborers Cement Handler $39.29 7B 1M View

Grant Laborers Chain Saw Operator & Faller

$39.83 7B 1M View

Grant Laborers Clean-up Laborer $39.29 7B 1M View

Grant Laborers Compaction Equipment $39.56 7B 1M View

Grant Laborers Concrete Crewman $39.29 7B 1M View

Grant Laborers Concrete Saw, Walking $39.56 7B 1M View

Grant Laborers Concrete Signalman $39.29 7B 1M View

Grant Laborers Concrete Stack $39.83 7B 1M View

Grant Laborers Confined Space Attendant $39.29 7B 1M View

Grant Laborers Crusher Feeder $39.29 7B 1M View

Grant Laborers Demolition $39.29 7B 1M View

Grant Laborers Demolition Torch $39.56 7B 1M View

Grant Laborers Dope Pot Fireman, Non-mechanical

$39.56 7B 1M View

Grant Laborers $39.56 7B 1M View

Page 3 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 390: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Driller Helper (when Required To Move & Position Machine)

Grant Laborers Drills With Dual Masts $40.11 7B 1M View

Grant Laborers Dry Stack Walls $39.29 7B 1M View

Grant Laborers Dumpman $39.29 7B 1M View

Grant Laborers Erosion Control Laborer $39.29 7B 1M View

Grant Laborers Final Detail Cleanup (i.e., Dusting, Vacuuming, Window Cleaning; Not Construction Debris Cleanup)

$37.19 7B 1M View

Grant Laborers Firewatch $39.29 7B 1M View

Grant Laborers Form Cleaning Machine Feeder, Stacker

$39.29 7B 1M View

Grant Laborers Form Setter, Paving $39.56 7B 1M View

Grant Laborers General Laborer $39.29 7B 1M View

Grant Laborers Grade Checker $41.82 7B 1M View

Grant Laborers Grout Machine Header Tender

$39.29 7B 1M View

Grant Laborers Guard Rail $39.29 7B 1M View

Grant Laborers Gunite $39.83 7B 1M View

Grant Laborers Hazardous Waste Worker (level A)

$40.11 7B 1M View

Grant Laborers Hazardous Waste Worker (level B)

$39.83 7B 1M View

Grant Laborers Hazardous Waste Worker (level C)

$39.56 7B 1M View

Grant Laborers Hazardous Waste Worker (level D)

$39.29 7B 1M View

Grant Laborers Hdpe Or Similar Liner Installer

$39.29 7B 1M View

Grant Laborers High Scaler $39.83 7B 1M View

Grant Laborers Jackhammer Operator Miner, Class "b"

$39.56 7B 1M View

Grant Laborers Laser Beam Operator $39.83 7B 1M View

Grant Laborers Miner, Class "a" $39.29 7B 1M View

Grant Laborers Miner, Class "c" $39.83 7B 1M View

Grant Laborers Miner, Class "d" $40.11 7B 1M View

Grant Laborers Monitor Operator, Air Track Or Similar Mounting

$39.83 7B 1M View

Grant Laborers Mortar Mixer $39.83 7B 1M View

Grant Laborers Nipper $39.29 7B 1M View

Grant Laborers Nozzleman $39.83 7B 1M View

Grant Laborers Nozzleman, Water (to Include Fire Hose), Air Or Steam

$39.56 7B 1M View

Grant Laborers Pavement Breaker, 90 Lbs. & Over

$39.83 7B 1M View

Page 4 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 391: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Grant Laborers Pavement Breaker, Under 90 Lbs.

$39.56 7B 1M View

Grant Laborers Pipelayer $39.83 7B 1M View

Grant Laborers Pipelayer, Corrugated Metal Culvert And Multi-plate

$39.56 7B 1M View

Grant Laborers Pipewrapper $39.83 7B 1M View

Grant Laborers Plasterer Tenders $39.83 7B 1M View

Grant Laborers Pot Tender $39.56 7B 1M View

Grant Laborers Powderman $41.48 7B 1M View

Grant Laborers Powderman Helper $39.56 7B 1M View

Grant Laborers Power Buggy Operator $39.56 7B 1M View

Grant Laborers Power Tool Operator, Gas, Electric, Pneumatic

$39.56 7B 1M View

Grant Laborers Railroad Equipment, Power Driven, Except Dual Mobile

$39.56 7B 1M View

Grant Laborers Railroad Power Spiker Or Puller, Dual Mobile

$39.56 7B 1M View

Grant Laborers Remote Equipment Operator

$40.11 7B 1M View

Grant Laborers Remote Equipment Operator (i.e. Compaction And Demolition)

$39.56 7B 1M View

Grant Laborers Rigger/signal Person $39.56 7B 1M View

Grant Laborers Riprap Person $39.29 7B 1M View

Grant Laborers Rodder & Spreader $39.56 7B 1M View

Grant Laborers Sandblast Tailhoseman $39.29 7B 1M View

Grant Laborers Scaffold Erector, Wood Or Steel

$39.29 7B 1M View

Grant Laborers Stake Jumper $39.29 7B 1M View

Grant Laborers Structural Mover $39.29 7B 1M View

Grant Laborers Tailhoseman (water Nozzle)

$39.29 7B 1M View

Grant Laborers Timber Bucker & Faller (by Hand)

$39.29 7B 1M View

Grant Laborers Track Laborer (rr) $39.29 7B 1M View

Grant Laborers Traffic Control Laborer $37.19 7B 1M 8T View

Grant Laborers Traffic Control Supervisor $38.19 7B 1M 8S View

Grant Laborers Trencher, Shawnee $39.56 7B 1M View

Grant Laborers Trenchless Technology Technician

$39.83 7B 1M View

Grant Laborers Truck Loader $39.29 7B 1M View

Grant Laborers Tugger Operator $39.56 7B 1M View

Grant Laborers Vibrators, All $39.83 7B 1M View

Grant Laborers Wagon Drills $39.56 7B 1M View

Grant Laborers Water Pipe Liner $39.56 7B 1M View

Grant Laborers $40.11 7B 1M View

Page 5 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 392: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Welder, Electric, Manual Or Automatic (hdpe Or Similar Pipe And Liner)

Grant Laborers Well-point Person $39.29 7B 1M View

Grant Laborers Wheelbarrow, Power Driven

$39.56 7B 1M View

Grant Laborers - Underground Sewer & Water

General Laborer & Topman

$39.29 7B 1M View

Grant Laborers - Underground Sewer & Water

Pipe Layer $39.83 7B 1M View

Grant Landscape Construction Landscape Laborer $37.19 7B 1M 8T View

Grant Landscape Construction Landscape Operator $44.55 7B 1M 8D View

Grant Landscape Maintenance Groundskeeper $12.00 1 View

Grant Lathers Journey Level $45.11 5A 1B 8N View

Grant Marble Setters Journey Level $49.04 5A 1M View

Grant Metal Fabrication (In Shop) Fitter $12.00 1 View

Grant Metal Fabrication (In Shop) Painter $12.00 1 View

Grant Metal Fabrication (In Shop) Welder $12.00 1 View

Grant Millwright Journey Level $64.25 5A 1B 8N View

Grant Modular Buildings Journey Level $12.00 1 View

Grant Painters Journey Level $34.65 6Z 1W View

Grant Pile Driver Journey Level $46.24 5A 1B 8N View

Grant Plasterers Journey Level $42.88 7K 1N View

Grant Playground & Park Equipment Installers

Journey Level $12.00 1 View

Grant Plumbers & Pipefitters Journey Level $80.93 6Z 1Q View

Grant Power Equipment Operators A-frame Truck (2 Or More Drums)

$44.39 7B 1M 8D View

Grant Power Equipment Operators A-frame Truck (single Drum)

$43.78 7B 1M 8D View

Grant Power Equipment Operators Asphalt Plant Operator $44.99 7B 1M 8D View

Grant Power Equipment Operators Assistant Plant Operator, Fireman Or Pugmixer (asphalt)

$43.78 7B 1M 8D View

Grant Power Equipment Operators Assistant Refrigeration Plant & Chiller Operator (over 1000 Ton)

$44.39 7B 1M 8D View

Grant Power Equipment Operators Assistant Refrigeration Plant (under 1000 Ton)

$43.78 7B 1M 8D View

Grant Power Equipment Operators Automatic Subgrader (ditches & Trimmers)

$44.99 7B 1M 8D View

Grant Power Equipment Operators Backfillers (cleveland & Similar)

$44.39 7B 1M 8D View

Grant Power Equipment Operators Backhoe & Hoe Ram (under 3/4 Yd.)

$44.71 7B 1M 8D View

Grant Power Equipment Operators Backhoe (45,000 Gw & Under)

$44.71 7B 1M 8D View

Grant Power Equipment Operators Backhoe (45,000 Gw To 110,000 Gw)

$44.99 7B 1M 8D View

Page 6 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 393: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Grant Power Equipment Operators Backhoe (over 110,000 Gw)

$45.26 7B 1M 8D View

Grant Power Equipment Operators Backhoes & Hoe Ram (3 Yds & Over)

$45.26 7B 1M 8D View

Grant Power Equipment Operators Backhoes & Hoe Ram (3/4 Yd. To 3 Yd.)

$44.99 7B 1M 8D View

Grant Power Equipment Operators Bagley Or Stationary Scraper

$43.78 7B 1M 8D View

Grant Power Equipment Operators Batch & Wet Mix Operator (multiple Units, 2 & Incl. 4)

$44.99 7B 1M 8D View

Grant Power Equipment Operators Batch Plant & Wet Mix Operator, Single Unit (concrete)

$44.39 7B 1M 8D View

Grant Power Equipment Operators Batch Plant (over 4 Units) $44.99 7B 1M 8D View

Grant Power Equipment Operators Belt Finishing Machine $43.78 7B 1M 8D View

Grant Power Equipment Operators Belt Loader (kocal Or Similar)

$44.39 7B 1M 8D View

Grant Power Equipment Operators Belt-crete Conveyors With Power Pack Or Similar

$44.39 7B 1M 8D View

Grant Power Equipment Operators Bending Machine $44.39 7B 1M 8D View

Grant Power Equipment Operators Bit Grinders $43.46 7B 1M 8D View

Grant Power Equipment Operators Blade (finish & Bluetop), Automatic, Cmi, Abc, Finish Athey & Huber & Similar When Used As Automatic

$45.26 7B 1M 8D View

Grant Power Equipment Operators Blade Operator (motor Patrol & Attachments)

$44.99 7B 1M 8D View

Grant Power Equipment Operators Blower Operator (cement) $43.78 7B 1M 8D View

Grant Power Equipment Operators Boat Operator $43.46 7B 1M 8D View

Grant Power Equipment Operators Bob Cat (skid Steer) $44.39 7B 1M 8D View

Grant Power Equipment Operators Bolt Threading Machine $43.46 7B 1M 8D View

Grant Power Equipment Operators Boom Cats (side) $44.99 7B 1M 8D View

Grant Power Equipment Operators Boring Machine (earth) $44.39 7B 1M 8D View

Grant Power Equipment Operators Boring Machine (Rock Under 8 inch Bit - Quarry Master, Joy Or Similar)

$44.39 7B 1M 8D View

Grant Power Equipment Operators Bump Cutter (wayne, Saginau Or Similar)

$44.39 7B 1M 8D View

Grant Power Equipment Operators Cableway Controller (dispatcher)

$44.99 7B 1M 8D View

Grant Power Equipment Operators Cableway Operators $45.26 7B 1M 8D View

Grant Power Equipment Operators Canal Lining Machine (concrete)

$44.39 7B 1M 8D View

Grant Power Equipment Operators Carrydeck & Boom Truck (under 25 Tons)

$44.71 7B 1M 8D View

Grant Power Equipment Operators Cement Hog $43.78 7B 1M 8D View

Grant Power Equipment Operators $44.39 7B 1M 8D View

Page 7 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 394: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Chipper (without Crane) Cleaning & Doping Machine (pipeline)

Grant Power Equipment Operators Clamshell, Dragline $46.36 7B 1M 8D View

Grant Power Equipment Operators Compactor (self-propelled With Blade)

$44.99 7B 1M 8D View

Grant Power Equipment Operators Compressor (2000 Cfm Or Over, 2 Or More, Gas Diesel Or Electric Power)

$43.78 7B 1M 8D View

Grant Power Equipment Operators Compressors (under 2000 Cfm, Gas, Diesel Or Electric Power)

$43.46 7B 1M 8D View

Grant Power Equipment Operators Concrete Cleaning / Decontamination Machine Operator

$45.26 7B 1M 8D View

Grant Power Equipment Operators Concrete Pump Boon Truck

$44.99 7B 1M 8D View

Grant Power Equipment Operators Concrete Pumps (squeeze-crete, Flow-crete, Whitman & Similar)

$44.55 7B 1M 8D View

Grant Power Equipment Operators Concrete Saw (multiple Cut)

$43.78 7B 1M 8D View

Grant Power Equipment Operators Concrete Slip Form Paver $44.99 7B 1M 8D View

Grant Power Equipment Operators Conveyor Aggregate Delivery Systems (c.a.d.)

$44.99 7B 1M 8D View

Grant Power Equipment Operators Crane Oiler- Driver (cdl Required) & Cable Tender, Mucking Machine

$43.46 7B 1M 8D View

Grant Power Equipment Operators Cranes (25 Tons & Under), All Attachments Incl. Clamshell, Dragline

$44.71 7B 1M 8D View

Grant Power Equipment Operators Cranes (25 Tons To And Including 45 Tons), All Attachments Incl. Clamshell, Dragline

$44.99 7B 1M 8D View

Grant Power Equipment Operators Cranes (45 Tons To 85 Tons), All Attachments Incl. Clamshell And Dragline

$45.26 7B 1M 8D View

Grant Power Equipment Operators Cranes (85 Tons & Over) And All Climbing, Overhead, Rail & Tower. All Attachments Incl.

$46.36 7B 1M 8D View

Grant Power Equipment Operators Crusher Feeder $43.46 7B 1M 8D View

Grant Power Equipment Operators Crusher, Grizzle & Screening Plant Operator

$44.99 7B 1M 8D View

Grant Power Equipment Operators Curb Extruder (asphalt Or Concrete)

$44.55 7B 1M 8D View

Grant Power Equipment Operators Deck Engineer $44.39 7B 1M 8D View

Grant Power Equipment Operators Deck Hand $43.46 7B 1M 8D View

Grant Power Equipment Operators Derricks & Stifflegs (65 Tons & Over)

$45.26 7B 1M 8D View

Page 8 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 395: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Grant Power Equipment Operators Derricks & Stifflegs (under 65 Tons)

$44.71 7B 1M 8D View

Grant Power Equipment Operators Distributor Leverman $43.78 7B 1M 8D View

Grant Power Equipment Operators Ditch Witch Or Similar $43.78 7B 1M 8D View

Grant Power Equipment Operators Dope Pots (power Agitated

$43.78 7B 1M 8D View

Grant Power Equipment Operators Dozer / Tractor (up To D-6 Or Equivalent) And Traxcavator

$44.39 7B 1M 8D View

Grant Power Equipment Operators Dozer / Tractors (d-6 & Equivalent & Over)

$44.99 7B 1M 8D View

Grant Power Equipment Operators Dozer, 834 R/t & Similar $44.99 7B 1M 8D View

Grant Power Equipment Operators Drill Doctor $44.99 7B 1M 8D View

Grant Power Equipment Operators Driller Licensed $46.36 7B 1M 8D View

Grant Power Equipment Operators Drillers Helper $43.46 7B 1M 8D View

Grant Power Equipment Operators Drilling Equipment (8 inch Bit & Over - Robbins, Reverse Circulation & Similar)

$44.71 7B 1M 8D View

Grant Power Equipment Operators Drills (churn, Core, Calyx Or Diamond)

$44.55 7B 1M 8D View

Grant Power Equipment Operators Elevating Belt (holland Type)

$45.26 7B 1M 8D View

Grant Power Equipment Operators Elevating Belt-type Loader (euclid, Barber Green & Similar)

$44.39 7B 1M 8D View

Grant Power Equipment Operators Elevating Grader-type Loader (dumor, Adams Or Similar)

$44.39 7B 1M 8D View

Grant Power Equipment Operators Elevator Hoisting Materials

$43.78 7B 1M 8D View

Grant Power Equipment Operators Equipment Serviceman, Greaser & Oiler

$44.55 7B 1M 8D View

Grant Power Equipment Operators Fireman & Heater Tender $43.46 7B 1M 8D View

Grant Power Equipment Operators Fork Lift Or Lumber Stacker, Hydra-life & Similar

$43.78 7B 1M 8D View

Grant Power Equipment Operators Generator Plant Engineers (diesel Or Electric)

$44.39 7B 1M 8D View

Grant Power Equipment Operators Gin Trucks (pipeline) $43.78 7B 1M 8D View

Grant Power Equipment Operators Grade Checker $44.71 7B 1M 8D View

Grant Power Equipment Operators Gunite Combination Mixer & Compressor

$44.39 7B 1M 8D View

Grant Power Equipment Operators H.d. Mechanic $45.26 7B 1M 8D View

Grant Power Equipment Operators H.d. Welder $45.26 7B 1M 8D View

Grant Power Equipment Operators Heavy Equipment Robotics Operator

$45.26 7B 1M 8D View

Grant Power Equipment Operators Helicopter Pilot $46.36 7B 1M 8D View

Grant Power Equipment Operators Helper, Mechanic Or Welder, H.D

$43.46 7B 1M 8D View

Page 9 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 396: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Grant Power Equipment Operators Hoe Ram $44.71 7B 1M 8D View

Grant Power Equipment Operators Hoist (2 Or More Drums Or Tower Hoist)

$44.55 7B 1M 8D View

Grant Power Equipment Operators Hoist, Single Drum $43.78 7B 1M 8D View

Grant Power Equipment Operators Hydraulic Platform Trailers (goldhofer, Shaurerly And Similar)

$45.26 7B 1M 8D View

Grant Power Equipment Operators Hydro-seeder, Mulcher, Nozzleman

$43.46 7B 1M 8D View

Grant Power Equipment Operators Lime Batch Tank Operator (recycle Train)

$44.99 7B 1M 8D View

Grant Power Equipment Operators Lime Brain Operator (recycle Train)

$44.99 7B 1M 8D View

Grant Power Equipment Operators Loader (360 Degrees Revolving Koehring Scooper Or Similar)

$45.26 7B 1M 8D View

Grant Power Equipment Operators Loader Operator (front-end & Overhead, 4 Yds. Incl. 8 Yds.)

$44.99 7B 1M 8D View

Grant Power Equipment Operators Loaders (bucket Elevators And Conveyors)

$43.78 7B 1M 8D View

Grant Power Equipment Operators Loaders (overhead & Front-end, Over 8 Yds. To 10 Yds.)

$45.26 7B 1M 8D View

Grant Power Equipment Operators Loaders (overhead & Front-end, Under 4 Yds.. R/t)

$44.55 7B 1M 8D View

Grant Power Equipment Operators Loaders (overhead And Front-end, 10 Yds. & Over)

$46.36 7B 1M 8D View

Grant Power Equipment Operators Locomotive Engineer $44.39 7B 1M 8D View

Grant Power Equipment Operators Longitudinal Float $43.78 7B 1M 8D View

Grant Power Equipment Operators Master Environmental Maintenance Technician

$45.26 7B 1M 8D View

Grant Power Equipment Operators Mixer (portable - Concrete)

$43.78 7B 1M 8D View

Grant Power Equipment Operators Mixermobile $44.39 7B 1M 8D View

Grant Power Equipment Operators Mobile Crusher Operator (recycle Train)

$44.99 7B 1M 8D View

Grant Power Equipment Operators Mucking Machine $44.39 7B 1M 8D View

Grant Power Equipment Operators Multiple Dozer Units With Single Blade

$44.99 7B 1M 8D View

Grant Power Equipment Operators Pavement Breaker, Hydra-hammer & Similar

$43.78 7B 1M 8D View

Grant Power Equipment Operators Paving (dual Drum) $44.71 7B 1M 8D View

Grant Power Equipment Operators Paving Machine (asphalt And Concrete)

$44.99 7B 1M 8D View

Grant Power Equipment Operators Piledriving Engineers $44.71 7B 1M 8D View

Grant Power Equipment Operators Plant Oiler $43.46 7B 1M 8D View

Grant Power Equipment Operators Posthole Auger Or Punch $44.39 7B 1M 8D View

Page 10 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 397: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Grant Power Equipment Operators Power Broom $43.78 7B 1M 8D View

Grant Power Equipment Operators Pump (grout Or Jet) $44.39 7B 1M 8D View

Grant Power Equipment Operators Pumpman $43.46 7B 1M 8D View

Grant Power Equipment Operators Quad-track Or Similar Equipment

$44.99 7B 1M 8D View

Grant Power Equipment Operators Railroad Ballast Regulation Operator (self-propelled)

$43.78 7B 1M 8D View

Grant Power Equipment Operators Railroad Power Tamper Operator (self-propelled)

$43.78 7B 1M 8D View

Grant Power Equipment Operators Railroad Tamper Jack Operator (self-propelled)

$43.78 7B 1M 8D View

Grant Power Equipment Operators Railroad Track Liner Operator (self-propelled)

$44.71 7B 1M 8D View

Grant Power Equipment Operators Refrigeration Plant Engineer (1000 Tons & Over)

$44.71 7B 1M 8D View

Grant Power Equipment Operators Refrigeration Plant Engineer (under 1000 Ton)

$44.55 7B 1M 8D View

Grant Power Equipment Operators Rollerman (finishing Asphalt Pavement)

$44.99 7B 1M 8D View

Grant 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

$43.46 7B 1M 8D View

Grant Power Equipment Operators Roto Mill (pavement Grinder)

$44.99 7B 1M 8D View

Grant Power Equipment Operators Rotomill Groundsman $44.55 7B 1M 8D View

Grant Power Equipment Operators Rubber-tired Scrapers (multiple Engine With Three Or More Scrapers)

$45.26 7B 1M 8D View

Grant Power Equipment Operators Rubber-tired Skidders (r/t With Or Without Attachments)

$44.55 7B 1M 8D View

Grant Power Equipment Operators Scrapers, All, Rubber-tired

$44.99 7B 1M 8D View

Grant Power Equipment Operators Screed Operator $44.99 7B 1M 8D View

Grant Power Equipment Operators Shovels (3 Yds. & Over) $45.26 7B 1M 8D View

Grant Power Equipment Operators Shovels (under 3 Yds.) $44.99 7B 1M 8D View

Grant Power Equipment Operators Signalman (whirleys, Highline, Hammerheads Or Similar)

$44.71 7B 1M 8D View

Grant Power Equipment Operators Soil Stabilizer (p & H Or Similar)

$44.39 7B 1M 8D View

Grant Power Equipment Operators Spray Curing Machine (concrete)

$43.78 7B 1M 8D View

Grant Power Equipment Operators Spreader Box (self-propelled)

$43.78 7B 1M 8D View

Page 11 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 398: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Grant Power Equipment Operators Spreader Machine $44.39 7B 1M 8D View

Grant Power Equipment Operators Steam Cleaner $43.46 7B 1M 8D View

Grant Power Equipment Operators Straddle Buggy (ross & Similar On Construction Job Only)

$43.78 7B 1M 8D View

Grant Power Equipment Operators Surface Heater & Planer Machine

$44.55 7B 1M 8D View

Grant Power Equipment Operators Tractor (farm Type R/t With Attachments, Except Backhoe)

$43.78 7B 1M 8D View

Grant Power Equipment Operators Traverse Finish Machine $44.39 7B 1M 8D View

Grant Power Equipment Operators Trenching Machines (7 Ft. Depth & Over)

$44.99 7B 1M 8D View

Grant Power Equipment Operators Trenching Machines (under 7 Ft. Depth Capacity)

$44.55 7B 1M 8D View

Grant Power Equipment Operators Tug Boat Operator $44.99 7B 1M 8D View

Grant Power Equipment Operators Tugger Operator $43.78 7B 1M 8D View

Grant Power Equipment Operators Turnhead (with Re-screening)

$44.55 7B 1M 8D View

Grant Power Equipment Operators Turnhead Operator $44.39 7B 1M 8D View

Grant Power Equipment Operators Ultra High Pressure Wateriet Cutting Tool System Operator, (30,000 Psi)

$45.26 7B 1M 8D View

Grant Power Equipment Operators Vactor Guzzler, Super Sucker

$44.99 7B 1M 8D View

Grant Power Equipment Operators Vacuum Blasting Machine Operator

$45.26 7B 1M 8D View

Grant Power Equipment Operators Vacuum Drill (reverse Circulation Drill Under 8" Bit)

$44.55 7B 1M 8D View

Grant Power Equipment Operators Welding Machine $43.46 7B 1M 8D View

Grant Power Equipment Operators Whirleys & Hammerheads, All

$45.26 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

A-frame Truck (2 Or More Drums)

$44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

A-frame Truck (single Drum)

$43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Asphalt Plant Operator $44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Assistant Plant Operator, Fireman Or Pugmixer (asphalt)

$43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Assistant Refrigeration Plant & Chiller Operator (over 1000 Ton)

$44.39 7B 1M 8D View

Grant Assistant Refrigeration Plant (under 1000 Ton)

$43.78 7B 1M 8D View

Page 12 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 399: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Power Equipment Operators- Underground Sewer & Water

Grant Power Equipment Operators- Underground Sewer & Water

Automatic Subgrader (ditches & Trimmers)

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Backfillers (cleveland & Similar)

$44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Backhoe & Hoe Ram (under 3/4 Yd.)

$44.71 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Backhoe (45,000 Gw & Under)

$44.71 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Backhoe (45,000 Gw To 110,000 Gw)

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Backhoe (over 110,000 Gw)

$45.26 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Backhoes & Hoe Ram (3 Yds & Over)

$45.26 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Backhoes & Hoe Ram (3/4 Yd. To 3 Yd.)

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Bagley Or Stationary Scraper

$43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Batch & Wet Mix Operator (multiple Units, 2 & Incl. 4)

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Batch Plant & Wet Mix Operator, Single Unit (concrete)

$44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Batch Plant (over 4 Units) $44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Belt Finishing Machine $43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Belt Loader (kocal Or Similar)

$44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Belt-crete Conveyors With Power Pack Or Similar

$44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Bending Machine $44.39 7B 1M 8D View

Grant Bit Grinders $43.46 7B 1M 8D View

Page 13 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 400: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Power Equipment Operators- Underground Sewer & Water

Grant Power Equipment Operators- Underground Sewer & Water

Blade (finish & Bluetop), Automatic, Cmi, Abc, Finish Athey & Huber & Similar When Used As Automatic

$45.26 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Blade Operator (motor Patrol & Attachments)

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Blower Operator (cement) $43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Boat Operator $43.46 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Bob Cat (skid Steer) $44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Bolt Threading Machine $43.46 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Boom Cats (side) $44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Boring Machine (earth) $44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Boring Machine (Rock Under 8 inch Bit - Quarry Master, Joy Or Similar)

$44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Bump Cutter (wayne, Saginau Or Similar)

$44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Cableway Controller (dispatcher)

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Cableway Operators $45.26 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Canal Lining Machine (concrete)

$44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Carrydeck & Boom Truck (under 25 Tons)

$44.71 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Cement Hog $43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Chipper (without Crane) Cleaning & Doping Machine (pipeline)

$44.39 7B 1M 8D View

Page 14 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 401: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Grant Power Equipment Operators- Underground Sewer & Water

Clamshell, Dragline $46.36 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Compactor (self-propelled With Blade)

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Compressor (2000 Cfm Or Over, 2 Or More, Gas Diesel Or Electric Power)

$43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Compressors (under 2000 Cfm, Gas, Diesel Or Electric Power)

$43.46 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Concrete Cleaning / Decontamination Machine Operator

$45.26 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Concrete Pump Boon Truck

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Concrete Pumps (squeeze-crete, Flow-crete, Whitman & Similar)

$44.55 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Concrete Saw (multiple Cut)

$43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Concrete Slip Form Paver $44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Conveyor Aggregate Delivery Systems (c.a.d.)

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Crane Oiler- Driver (cdl Required) & Cable Tender, Mucking Machine

$43.46 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Cranes (25 Tons & Under), All Attachments Incl. Clamshell, Dragline

$44.71 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Cranes (25 Tons To And Including 45 Tons), All Attachments Incl. Clamshell, Dragline

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Cranes (45 Tons To 85 Tons), All Attachments Incl. Clamshell And Dragline

$45.26 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Cranes (85 Tons & Over) And All Climbing, Overhead, Rail & Tower. All Attachments Incl.

$46.36 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Crusher Feeder $43.46 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Crusher, Grizzle & Screening Plant Operator

$44.99 7B 1M 8D View

Page 15 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 402: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Grant Power Equipment Operators- Underground Sewer & Water

Curb Extruder (asphalt Or Concrete)

$44.55 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Deck Engineer $44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Deck Hand $43.46 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Derricks & Stifflegs (65 Tons & Over)

$45.26 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Derricks & Stifflegs (under 65 Tons)

$44.71 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Distributor Leverman $43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Ditch Witch Or Similar $43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Dope Pots (power Agitated

$43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Dozer / Tractor (up To D-6 Or Equivalent) And Traxcavator

$44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Dozer / Tractors (d-6 & Equivalent & Over)

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Dozer, 834 R/t & Similar $44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Drill Doctor $44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Driller Licensed $46.36 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Drillers Helper $43.46 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Drilling Equipment (8 inch Bit & Over - Robbins, Reverse Circulation & Similar)

$44.71 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Drills (churn, Core, Calyx Or Diamond)

$44.55 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Elevating Belt (holland Type)

$45.26 7B 1M 8D View

Grant $44.39 7B 1M 8D View

Page 16 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 403: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Power Equipment Operators- Underground Sewer & Water

Elevating Belt-type Loader (euclid, Barber Green & Similar)

Grant Power Equipment Operators- Underground Sewer & Water

Elevating Grader-type Loader (dumor, Adams Or Similar)

$44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Elevator Hoisting Materials

$43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Equipment Serviceman, Greaser & Oiler

$44.55 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Fireman & Heater Tender $43.46 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Fork Lift Or Lumber Stacker, Hydra-life & Similar

$43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Generator Plant Engineers (diesel Or Electric)

$44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Gin Trucks (pipeline) $43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Grade Checker $44.71 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Gunite Combination Mixer & Compressor

$44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

H.d. Mechanic $45.26 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

H.d. Welder $45.26 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Heavy Equipment Robotics Operator

$45.26 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Helicopter Pilot $46.36 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Helper, Mechanic Or Welder, H.D

$43.46 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Hoe Ram $44.71 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Hoist (2 Or More Drums Or Tower Hoist)

$44.55 7B 1M 8D View

Grant Hoist, Single Drum $43.78 7B 1M 8D View

Page 17 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 404: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Power Equipment Operators- Underground Sewer & Water

Grant Power Equipment Operators- Underground Sewer & Water

Hydraulic Platform Trailers (goldhofer, Shaurerly And Similar)

$45.26 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Hydro-seeder, Mulcher, Nozzleman

$43.46 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Lime Batch Tank Operator (recycle Train)

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Lime Brain Operator (recycle Train)

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Loader (360 Degrees Revolving Koehring Scooper Or Similar)

$45.26 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Loader Operator (front-end & Overhead, 4 Yds. Incl. 8 Yds.)

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Loaders (bucket Elevators And Conveyors)

$43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Loaders (overhead & Front-end, Over 8 Yds. To 10 Yds.)

$45.26 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Loaders (overhead & Front-end, Under 4 Yds.. R/t)

$44.55 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Loaders (overhead And Front-end, 10 Yds. & Over)

$46.36 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Locomotive Engineer $44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Longitudinal Float $43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Master Environmental Maintenance Technician

$45.26 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Mixer (portable - Concrete)

$43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Mixermobile $44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Mobile Crusher Operator (recycle Train)

$44.99 7B 1M 8D View

Grant Mucking Machine $44.39 7B 1M 8D View

Page 18 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 405: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Power Equipment Operators- Underground Sewer & Water

Grant Power Equipment Operators- Underground Sewer & Water

Multiple Dozer Units With Single Blade

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Pavement Breaker, Hydra-hammer & Similar

$43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Paving (dual Drum) $44.71 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Paving Machine (asphalt And Concrete)

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Piledriving Engineers $44.71 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Plant Oiler $43.46 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Posthole Auger Or Punch $44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Power Broom $43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Pump (grout Or Jet) $44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Pumpman $43.46 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Quad-track Or Similar Equipment

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Railroad Ballast Regulation Operator (self-propelled)

$43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Railroad Power Tamper Operator (self-propelled)

$43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Railroad Tamper Jack Operator (self-propelled)

$43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Railroad Track Liner Operator (self-propelled)

$44.71 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Refrigeration Plant Engineer (1000 Tons & Over)

$44.71 7B 1M 8D View

Grant Refrigeration Plant Engineer (under 1000 Ton)

$44.55 7B 1M 8D View

Page 19 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 406: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Power Equipment Operators- Underground Sewer & Water

Grant Power Equipment Operators- Underground Sewer & Water

Rollerman (finishing Asphalt Pavement)

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Rollers, All Types On Subgrade, Including Seal And Chip Coating (farm Type, Case, John Deere And Similar,or Compacting Vibrator), Except When Pulled B

$43.46 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Roto Mill (pavement Grinder)

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Rotomill Groundsman $44.55 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Rubber-tired Scrapers (multiple Engine With Three Or More Scrapers)

$45.26 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Rubber-tired Skidders (r/t With Or Without Attachments)

$44.55 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Scrapers, All, Rubber-tired

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Screed Operator $44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Shovels (3 Yds. & Over) $45.26 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Shovels (under 3 Yds.) $44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Signalman (whirleys, Highline, Hammerheads Or Similar)

$44.71 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Soil Stabilizer (p & H Or Similar)

$44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Spray Curing Machine (concrete)

$43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Spreader Box (self-propelled)

$43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Spreader Machine $44.39 7B 1M 8D View

Grant Steam Cleaner $43.46 7B 1M 8D View

Page 20 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 407: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Power Equipment Operators- Underground Sewer & Water

Grant Power Equipment Operators- Underground Sewer & Water

Straddle Buggy (ross & Similar On Construction Job Only)

$43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Surface Heater & Planer Machine

$44.55 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Tractor (farm Type R/t With Attachments, Except Backhoe)

$43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Traverse Finish Machine $44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Trenching Machines (7 Ft. Depth & Over)

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Trenching Machines (under 7 Ft. Depth Capacity)

$44.55 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Tug Boat Operator $44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Tugger Operator $43.78 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Turnhead (with Re-screening)

$44.55 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Turnhead Operator $44.39 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Ultra High Pressure Wateriet Cutting Tool System Operator, (30,000 Psi)

$45.26 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Vactor Guzzler, Super Sucker

$44.99 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Vacuum Blasting Machine Operator

$45.26 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Vacuum Drill (reverse Circulation Drill Under 8" Bit)

$44.55 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Welding Machine $43.46 7B 1M 8D View

Grant Power Equipment Operators- Underground Sewer & Water

Whirleys & Hammerheads, All

$45.26 7B 1M 8D View

Grant Journey Level In Charge $49.96 5A 4A View

Page 21 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 408: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Power Line Clearance Tree Trimmers

Grant Power Line Clearance Tree Trimmers

Spray Person $47.37 5A 4A View

Grant Power Line Clearance Tree Trimmers

Tree Equipment Operator $49.96 5A 4A View

Grant Power Line Clearance Tree Trimmers

Tree Trimmer $44.57 5A 4A View

Grant Power Line Clearance Tree Trimmers

Tree Trimmer Groundperson

$33.60 5A 4A View

Grant Refrigeration & Air Conditioning Mechanics

Journey Level $80.93 6Z 1Q View

Grant Residential Brick Mason Journey Level $49.04 5A 1M View

Grant Residential Carpenters Journey Level $15.75 1 View

Grant Residential Cement Masons Journey Level $14.86 1 View

Grant Residential Drywall Applicators

Journey Level $22.60 1 View

Grant Residential Drywall Tapers Journey Level $18.09 1 View

Grant Residential Electricians Journey Level $29.65 1 View

Grant Residential Glaziers Journey Level $17.83 1 View

Grant Residential Insulation Applicators

Journey Level $14.86 1 View

Grant Residential Laborers Journey Level $13.07 1 View

Grant Residential Marble Setters Journey Level $49.04 5A 1M View

Grant Residential Painters Journey Level $15.37 1 View

Grant Residential Plumbers & Pipefitters

Journey Level $24.06 1 View

Grant Residential Refrigeration & Air Conditioning Mechanics

Journey Level $24.06 1 View

Grant Residential Sheet Metal Workers

Journey Level $34.27 1 View

Grant Residential Soft Floor Layers

Journey Level $29.42 1 View

Grant Residential Sprinkler Fitters (Fire Protection)

Journey Level $19.14 1 View

Grant Residential Stone Masons Journey Level $49.04 5A 1M View

Grant Residential Terrazzo Workers

Journey Level $14.86 1 View

Grant Residential Terrazzo/Tile Finishers

Journey Level $21.96 1 View

Grant Residential Tile Setters Journey Level $14.86 1 View

Grant Roofers Journey Level $40.21 5I 1R View

Grant Roofers Using Irritable Bituminous Materials

$42.21 5I 1R View

Grant Sheet Metal Workers Journey Level (Field or Shop)

$54.61 6Z 1B View

Grant Sign Makers & Installers (Electrical)

Journey Level $69.10 7F 1E View

Grant Sign Makers & Installers (Non-Electrical)

Journey Level $14.65 1 View

Page 22 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 409: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Grant Soft Floor Layers Journey Level $22.77 1 View

Grant Solar Controls For Windows Journey Level $12.00 1 View

Grant Sprinkler Fitters (Fire Protection)

Journey Level $56.82 7J 1R View

Grant Stage Rigging Mechanics (Non Structural)

Journey Level $13.23 1 View

Grant Stone Masons Journey Level $49.04 5A 1M View

Grant Street And Parking Lot Sweeper Workers

Journey Level $14.00 1 View

Grant Surveyors All Classifications $28.57 0 1 View

Grant Telecommunication Technicians

Telecom Technician Journey Level

$43.70 5B 1B View

Grant Telephone Line Construction - Outside

Cable Splicer $41.22 5A 2B View

Grant Telephone Line Construction - Outside

Hole Digger/Ground Person

$23.12 5A 2B View

Grant Telephone Line Construction - Outside

Installer (Repairer) $39.53 5A 2B View

Grant Telephone Line Construction - Outside

Special Aparatus Installer I $41.22 5A 2B View

Grant Telephone Line Construction - Outside

Special Apparatus Installer II

$40.41 5A 2B View

Grant Telephone Line Construction - Outside

Telephone Equipment Operator (Heavy)

$41.22 5A 2B View

Grant Telephone Line Construction - Outside

Telephone Equipment Operator (Light)

$38.36 5A 2B View

Grant Telephone Line Construction - Outside

Telephone Lineperson $38.36 5A 2B View

Grant Telephone Line Construction - Outside

Television Groundperson $21.92 5A 2B View

Grant Telephone Line Construction - Outside

Television Lineperson/Installer

$29.13 5A 2B View

Grant Telephone Line Construction - Outside

Television System Technician

$34.68 5A 2B View

Grant Telephone Line Construction - Outside

Television Technician $31.18 5A 2B View

Grant Telephone Line Construction - Outside

Tree Trimmer $38.36 5A 2B View

Grant Terrazzo Workers Journey Level $42.21 5A 1M View

Grant Tile Setters Journey Level $42.21 5A 1M View

Grant Tile, Marble & Terrazzo Finishers

Journey Level $34.33 5A 1M View

Grant Traffic Control Stripers Journey Level $46.23 7A 1K View

Grant Truck Drivers Asphalt Mix Over 20 Yards $44.69 5D 1V 8M View

Grant Truck Drivers Asphalt Mix To 20 Yards $44.52 5D 1V 8M View

Grant Truck Drivers Dump Truck $44.52 5D 1V 8M View

Grant Truck Drivers Dump Truck & Trailer $44.69 5D 1V 8M View

Grant Truck Drivers Other Trucks $44.41 5D 1V 8M View

Grant Truck Drivers - Ready Mix $44.08 5D 1V 8M View

Page 23 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 410: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Transit Mixers 3 yards to include 6 yards

Grant Truck Drivers - Ready Mix Transit Mixers over 10 yards to include 20 yards

$44.69 5D 1V 8M View

Grant Truck Drivers - Ready Mix Transit Mixers over 20 yards

$45.22 5D 1V 8M View

Grant Truck Drivers - Ready Mix Transit Mixers over 6 yards to include 10 yards

$44.52 5D 1V 8M View

Grant Well Drillers & Irrigation Pump Installers

Irrigation Pump Installer $13.61 1 View

Grant Well Drillers & Irrigation Pump Installers

Oiler $12.00 1 View

Grant Well Drillers & Irrigation Pump Installers

Well Driller $18.00 1 View

Page 24 of 24

7/24/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 411: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

************************************************************************************************************ Overtime Codes

Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker.

1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE

PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.

B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and

the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage.

E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage.

G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-

ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment

breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.

J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.

K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours

worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid

at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.

All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

Page 412: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Overtime Codes Continued

1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours

worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage.

P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and

one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.

Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage.

R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage.

U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on

Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage.

V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and

one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage.

W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the

employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.

X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage.

Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any

employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.

Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All

hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay.

Page 413: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Overtime Codes Continued

2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.

C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage.

F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday

pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage.

G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay.

H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall

be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double

the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked

over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage.

3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when

four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.

C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when

four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.

Page 414: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Overtime Codes Continued

3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of

straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate.

F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on

Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay.

H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at

two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay.

I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week (Monday through Friday,) or a four day-ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on

Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when

four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.

After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period.

4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE

PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly

rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly

rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be

paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay.

Page 415: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Overtime Codes Continued

4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly

rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew.

EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage.

E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.

G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked

Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage.

I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All

hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage.

K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday

is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage.

Page 416: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

4. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All

hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay.

M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work

less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate.

N. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on

Sundays and holidays, and all work performed between the hours of midnight (12:00 AM) and eight AM (8:00 AM) every day shall be paid at double the hourly rate of wage.

O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of

wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage.

P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The first four (4) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is

the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage. All hours

worked on Sundays shall be paid at double the hourly rate of wage. T. The first two (2) hours of overtime for hours worked Monday-Friday shall be paid at one and one-half times the hourly

rate of wage. All hours worked in excess of ten (10) hours per day shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which is scheduled prior to the end of shift on Friday, the first six (6) hours work shall be paid at one and one-half times the hourly rate of wage, and all hours over (6) shall be paid double the hourly rate of wage. For work on Saturday which was assigned following the close of shift on Friday, all work shall be paid at double the hourly rate of wage.

U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after

Thanksgiving Day, and Christmas Day (7).

B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8).

Page 417: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Holiday Codes Continued

5. C. Holidays: Friday after Thanksgiving Day, And Christmas Day (8).

D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and

Saturday after Thanksgiving Day, And Christmas Day (8).

H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6).

I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day

(6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day,

Christmas Eve Day, And Christmas Day (7). K. Day,

Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. , Memorial Day, Independence Day, Labor Day, Thanksgiving

Day, Friday after Thanksgiving Day, And Christmas Day (8).

N. Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9).

P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday

After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday.

Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas

Day (6).

R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2).

S. And Christmas Day (7).

T.

Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9).

Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8).

6. A.

the Friday after Thanksgiving Day, And Christmas Day (8).

E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half-

Page 418: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Day On Christmas Eve Day. (9 1/2).

Holiday Codes Continued 6. G.

Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11).

H.

Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday

After Thanksgiving Day, And Christmas Day (7). 6. T.

Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9).

Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after

Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday.

7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and

Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day.

B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and

Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving

Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

D. Paid Holidays: New Year's Day, Memorial Day, Indepe

which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after

Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

F. g Day, the Friday after

Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day

(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.

Page 419: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Holiday Codes Continued

7. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

I. r Day, Thanksgiving Day, The

Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6).

Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day

before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

M.

Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after

Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.

P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.

Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day.

R. Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.

S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after

Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.

Page 420: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Holiday Codes Continued 7. T. Paid Holidays: New Year's Day, the Day after o

Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

V. Holidays: N

the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New olidays falls on a Sunday, the day observed by the Nation shall be considered

a holiday and compensated accordingly. W. Holidays:

Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before

X. Holidays: New Year's Day, Day before or after Day, Memorial Day, Independence Day,

Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday.

Y. Holidays: New Year's Day, Presidents , Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly.

Z. Day, Memorial Day, Labor Day, Thanksgiving Day, The

Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after

Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.

B.

as Day. (9)

C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8)

D Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday

after Thanksgiving Day, Christmas Day, and the day after Christmas.

Page 421: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And

Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D:

$0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level

C: $0.50, And Level D: $0.25.

P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50.

Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the

shift shall be used in determining the scale paid.

R. Effective August 31, 2012 A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012.

S. Effective August 31, 2012 A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.

T. Effective August 31, 2012 A Traffic Control Laborer performs the setup, maintenance and removal of all temporary

traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.

U. Workers on hazmat projects receive additional hourly premiums as follows Class A Suit: $2.00, Class B Suit: $1.50,

And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who

receive an additional $0.50 per hour.

Page 422: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Note Codes Continued

8. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The

premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the dis - - -

W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description.

X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.)

Page 423: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

PART 6

STATE AND FEDERAL LAWS TO BE OBSERVED

Page 424: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

STATE AND FEDERAL LAWS TO BE OBSERVED The applicant must comply with all state and federal laws in performing all tasks undertaken with respect to the Public Assistance (PA) Grant Program. The following sections are included for informational purpose and are not professed to include all relevant laws. It is the applicant’s responsibility to comply with all federal, state, and local laws. 1. EQUAL EMPLOYMENT OPPORTUNITY – All contracts shall contain a provision requiring compliance with E.O. 11246, “Equal Employment Opportunity,” as amended by E.O. 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and as supplemented by regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” 2. COPELAND “ANTI-KICKBACK” ACT (18 U.S.C. 874 AND 40 U.S.C. 276c) – All contracts and subgrants in excess of $2,000 for construction or repair awarded by recipients and subrecipients shall include a provision for compliance with the Copeland “Anti-Kickback” Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or sub-recipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The recipient shall report all suspected or reported violations to the Federal awarding agency. 3. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C 327-333) – Where applicable, all contracts awarded by recipients in excess of $2,000 for construction contracts and in excess of $2,500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333), as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than 1 ½ times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence.

Page 425: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

4. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT

– Contracts or agreements for the performance of experimental, developmental, or research work shall provide for the rights of the Federal Government and the recipient in any resulting invention in accordance with 37 CFR part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. 5. CLEAN AIR ACT (42 U.S.C. 7401 et seq.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. 1251 et seq.), as amended – Contractors and subgrants of amounts in excess of $100,000 shall contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.) Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). 6. BYRD ANTI-LOBBYING AMENDMENT (31 U.S.C. 1352) – Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose any lobbying in non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 7. DEBARMENT AND SUSPENSION (E.O.s 12549 and 12689) – No contract shall be made to parties listed on the General Services Administration’s List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, “Debarment and Suspension.” This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549. Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. 8. PUBLIC LAW 88-352, TITLE VI OF THE CIVIL RIGHTS ACT OF 1964(42 U.S.C. 2000d et seq.) (24 CFR Part 1). The APPLICANT must comply with the provisions of "Public Law 88-352," which refers to Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq.). The law provides that no person in the United States shall, on the grounds of race, color or national origin, be denied the benefits of, be excluded from participation in, or be subjected to discrimination under any program or activity receiving federal financial assistance.

Page 426: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

9. SECTION 504 OF THE REHABILITATION ACT, 1973, AS AMENDED (29 U.S.C. 794). The APPLICANT must comply with Section 504of the Rehabilitation Act of 1973, as amended, which provides that no otherwise qualified individual shall, solely by reason of his or her disability, be excluded from participation (including employment), denied program benefits or be subjected to discrimination under any program or activity receiving federal assistance funds. 10. AMERICANS WITH DISABILITIES ACT (42 U.S.C. 12101, et seq.) The APPLICANT shall comply with the provisions of the Americans with Disabilities Act, 42 U.S.C. 12101, et. seq. That Act provides a comprehensive national mandate to eliminate discrimination against individuals with disabilities. The Act may impose requirements on the APPLICANT in four principle ways: 1) with respect to employment; 2) with respect to the provision of public services; 3) with respect to transportation; 4) with respect to existing facilities and new construction. 11. THE NATIONAL ENVIRONMENTAL POLICY ACT OF 1969 (NEPA) (42 U.S.C Section 4321 et seq., and 24 CFR Part 58). The APPLICANT shall comply with the provisions of the National Environmental Policy Act of 1969. The purpose of this Act is to attain the widest use of the environment without degradation, risk to health or safety, or other undesirable and unintended consequences. Environmental review procedures, including determining and publishing a Finding of Significance or of No Significance for a proposal, are a necessary part of this process. Pursuant to these provisions, the APPLICANT must also submit environmental certifications to the DEPARTMENT when requesting that funds be released for the project. The APPLICANT must certify that the proposed project will not significantly impact the environment and that the APPLICANT has complied with environmental regulations and fulfilled its obligations to give public notice of the funding request, environmental findings and compliance performance. 12. EXECUTIVE ORDER 11990, MAY 24, 1977: PROTECTION OF WETLANDS (42 F.R. 26961 et seq.) The APPLICANT shall comply with Executive Order 11990. The intent of this Executive Order is (1) to avoid, to the extent possible, adverse impacts associated with the destruction or modification of wetland, and (2) to avoid direct or indirect support of new construction in wetlands wherever there is a practical alternative. The APPLICANT, to the extent permitted by law, must avoid undertaking or providing assistance for new construction located in wetlands unless (1) there is no practical alternative to such construction, and (2) the proposed action includes all practical measures to minimize harm to wetlands which may result from such use. In making this determination, the APPLICANT may take into account economic, environmental and other pertinent factors.

Page 427: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

13. EXECUTIVE ORDER 11988, MAY 24, 1977: FLOODPLAIN MANAGEMENT (42 F.R. 26951 et seq). The APPLICANT shall comply with the provisions of Executive Order 11988. The intent of this Executive Order is to (1) avoid, to the extent possible, adverse impacts associated with the occupancy and modification of floodplains, and (2) avoid direct or indirect support of floodplain development wherever there is a practical alternative. If the APPLICANT proposes to conduct, support or allow an action to be located in a floodplain, the APPLICANT must consider alternatives to avoid adverse effects and incompatible involvement in the floodplain. If siting in a floodplain is the only practical alternative, the APPLICANT must, prior to taking any action (1) design or modify its actions in order to minimize any potential harm to the floodplain, and (2) prepare and circulate a notice containing an explanation of why the action is proposed to be located in a floodplain. 14. THE WILD AND SCENIC RIVERS ACT OF 1968, AS AMENDED (16 U.S.C. 1271 et seq.). The APPLICANT shall comply with the Wild and Scenic Rivers Act. The purpose of this Act is to preserve selected rivers or sections of rivers in their free-flowing condition, to protect the water quality of such rivers and to fulfill other vital national conservation goals. Federal assistance by loan, grant, license, or other mechanism cannot be provided to water resources construction projects that would have a direct and adverse effect on any river included or designated for study or inclusion in the National Wild and Scenic River System. 15. COASTAL ZONE MANAGEMENT ACT OF 1972, AS AMENDED (16 U.S.C. 1451 et seq.). The APPLICANT shall comply with the Coastal Zone Management Act of 1972, as amended. The intent of this Act is to preserve, protect, develop, and where possible, restore or enhance the resources of the nation's coastal zone. Federal agencies cannot approve assistance for proposed projects that are inconsistent with the state's Coastal Zone Management program except upon a finding by the U.S. Secretary of Commerce that such a project is consistent with the purpose of this chapter or necessary in the interests of national security. 16. THE ENDANGERED SPECIES ACT OF 1973, AS AMENDED (16 U.S.C. 1531 et seq.). The APPLICANT shall comply with the Endangered Species Act of 1973, as amended. The intent of this Act is to ensure that all federally assisted projects seek to preserve endangered or threatened species. Federally authorized and funded projects must not jeopardize the continued existence of endangered and threatened species or result in the destruction of or modification of habitat of such species which is determined by the U.S. Department of the Interior, after consultation with the state, to be critical. 17. THE RESERVOIR SALVAGE ACT OF 1960, AS AMENDED BY THE ARCHAEOLOGICAL AND HISTORIC PRESERVATION ACT OF 1974 (16 U.S.C. 469 et seq.). Under the Reservoir Salvage Act, the APPLICANT must comply with provisions for the preservation of historical and archaeological data (including relics and specimens) that might otherwise be irreparably lost or destroyed as a result of any alteration of the terrain caused as a result of any federal construction project or federally

Page 428: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

licensed activity or program. Whenever the APPLICANT finds, or is notified in writing by an appropriate historical or archaeological authority, that its activities in connection with any federal funded construction project or federally licensed project, activity or program may cause irreparable loss or destruction of significant scientific, prehistoric, historical or archaeological data, the APPLICANT must stop work immediately and must notify the U.S. Secretary of Interior and the Department in writing and provide appropriate information concerning the project or program activity. 18. THE ARCHAEOLOGICAL AND HISTORICAL DATA PRESERVATION ACT OF 1974 (16 U.S.C. 469 a-1 et seq.). The APPLICANT shall comply with the Archaeological and Historical Data Preservation Act, which provides for the preservation of historic and archaeological information that would be lost due to development and construction activities as a result of federally funded activities. 19. THE SAFE DRINKING WATER ACT OF 1974, AS AMENDED (42 U.S.C. Section 201, 300(f) et seq., and U.S.C. Section 349). The APPLICANT must comply with the Safe Drinking Water Act, as amended, which is intended to protect underground sources of water. No commitment for federal financial assistance, according to this Act, shall be entered into for any project, which the U.S. Environmental Protection Agency determines, may contaminate an aquifer that is the sole or principal drinking water source for an area. 20. THE FEDERAL WATER POLLUTION CONTROL ACT OF 1972, AS AMENDED, INCLUDING THE CLEAR WATER ACT OF 1977, PUBLIC LAW 92-212 (33 U.S.C. SECTION 1251 et seq.). The APPLICANT must assure compliance with the Water Pollution Control Act, as amended, which provides for the restoration of chemical, physical and biological integrity of the nation's water. 21. THE SOLID WASTE DISPOSAL ACT, AS AMENDED BY THE RESOURCE CONSERVATION AND RECOVERY ACT OF 1976 (42 U.S.C. SECTION 6901 et seq.) The APPLICANT must assure compliance with the Solid Waste Disposal Act, as amended. The purpose of this Act is to promote the protection of health and the environment and to conserve valuable material and energy resources. 22. THE FISH AND WILDLIFE COORDINATION ACT OF 1958, AS AMENDED (16 U.S.C. SECTION 661 et seq.) The APPLICANT must assure compliance with the Fish and Wildlife Coordination Act, as amended. The Act assures that wildlife conservation receives equal consideration and is coordinated with other features of water resources development programs. 23. RELOCATION ASSISTANCE AND REAL PROPERTY ACQUISITION POLICY, CHAPTER 8.26 RCW. The APPLICANT shall comply with the provisions of Chapter 8.26 RCW and Chapter 365-24 WAC when its activities involve any acquisition of real property assisted under this Grant Agreement or the displacement of any family, individual, business, nonprofit organization or farm that results from such acquisition.

Page 429: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

24. STATE ENVIRONMENTAL POLICY ACT (SEPA), CHAPTER 43.21 (C) RCW. The APPLICANT shall comply with the provisions of Chapter 43.21(C) RCW and Chapter 197-11 WAC, the guidelines by which local agencies will (1) require environmental checklists from private and public entities considering an action potentially subject to the Environmental Impact Statement (EIS) requirement of SEPA, (2) make "threshold determinations" that such an action will not have a significant environmental impact, (3) provide for the preparation of a draft and final EIS if the action has significant impact, and (4) circulate the EIS to other agencies and interested parties. 25. NOISE CONTROL, CHAPTER 70.107 RCW. The APPLICANT shall assure compliance with the state Noise Control Act. Objectives of the Act are to assist local governments in implementing local noise ordinances and to control and reduce excessive noise in Washington. 26. SHORELINE MANAGEMENT ACT OF 1971, CHAPTER 90.58 RCW. The APPLICANT shall comply with the provisions of Chapter 90.58 RCW. This Act defines a planning program and a permit system, which are initiated at the local government level under state guidance. Its purpose is to protect and enhance the state's shoreline and it includes a comprehensive shoreline inventory process and a master program for regulation of shoreline uses. A permit application at the local level must be in compliance with those plans and consistent with the state Coastal Zone Management program if substantial developments and shoreline modifications occur, and a record of the application and decision must be submitted to the state. 27. STATE BUILDING CODE, CHAPTER 19.27 RCW; ENERGY RELATED BUILDING STANDARDS, CHAPTER 19.27A RCW; AND PROVISIONS IN BUILDINGS FOR AGED AND HANDICAPPED PERSONS, CHAPTER 70.92 RCW. The APPLICANT shall comply with the provisions of Chapter 19.27 RCW, Chapter 9.27A RCW, Chapter 70.92 RCW and the regulations for building construction and for barrier free facilities adopted by the Washington State Building Code Council pursuant to these statutes. The State Building Code Act provides for a uniform state building code and mandates counties, cities and towns to administer and enforce its provisions. Local governments are authorized to modify the state building code to fit local conditions as long as such modifications do not result in a code that is less than the minimum performance standards and objectives contained in the state code. 28. OPEN PUBLIC MEETINGS ACT, CHAPTER 42.30 RCW. The APPLICANT shall comply with provisions of Chapter 42.30 RCW which require that all meetings of the governing body which pertain to this Grant Agreement shall be open to the public except those where specific provision is made for executive sessions pursuant to RCW 42.30.110.

Page 430: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

29. LAW AGAINST DISCRIMINATION, CHAPTER 49.60 RCW. The APPLICANT shall comply with the provisions of Chapter 49.60 RCW in all activities relating to this Grant Agreement. 30. GOVERNOR'S EXECUTIVE ORDER 89-10, DECEMBER 11, 1989: PROTECTION OF WETLANDS, AND GOVERNOR'S EXECUTIVE ORDER 90- 04, APRIL 21, 1990: PROTECTION OF WETLANDS. The APPLICANT shall ensure that it avoids any activities that would adversely affect wetlands and adequately mitigates unavoidable impacts. For the purposes of this requirement, except where a contrary definition is provided by statute, mitigation means: (1) avoiding the impact altogether by not taking certain action or part of an action; (2) minimizing impacts by limiting the degree or magnitude of the action and its implementation, by using appropriate technology, or by taking affirmative steps to avoid or reduce impacts; (3) rectifying the impact by repairing, rehabilitating, or restoring the affected environment; (4) reducing or eliminating the impact over time by preservation and maintenance operations during the life of the action; (5) compensating for the impact by replacing, enhancing, or providing substitute resources or environments; and (6) monitoring the impact and taking appropriate corrective measures. Mitigation for individual actions may include a combination of the above measures. Mitigation may not include any of the above measures to the extent that they may be contrary to statute as applied under the particular circumstances. Emergency work that is essential to save lives and protect property and public health is exempt from these provisions. 31. PREVAILING WAGES ON PUBLIC WORKS, CHAPTER 39.12 RCW. The applicant shall comply with the provisions of Chapter 39.12, Prevailing Wages on Public Works. This statute mandates that the prevailing rate of wage, as determined by the State Department of Labor and Industries, be paid to workers performing under public works contracts. 32. CONTRACTING WITH SMALL MINORITY FIRMS, WOMEN’S BUSINESS ENTERPRISE AND LABOR SURPLUS AREA FIRMS. In accordance 44 CFR 13.36(e), Contracting With Small and Minority Firms, if employing contractors or suppliers the Contractor will take affirmative steps to assure that minority firms, women’s business enterprises, and labor surplus area firms are used when possible. (1) The grantee and subgrantee will take all necessary affirmative steps to assure that minority firms, women’s enterprises and labor surplus area firms are used when possible. (2) Affirmative steps shall include: (i) Placing qualified small and minority businesses, and women’s business enterprises on solicitation lists; (ii) Assuring that small and minority enterprises are solicited whenever they are potential sources; (iii) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business, and women’s business enterprises; (iv) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority business, and women’s business enterprises; (v) Using the services and assistance of the Small Business Administration, and the Minority Business Development Agency of the Department of Commerce; and (vi) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (e)(2)(i) through (v) of this section.

Page 431: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

PART 7

APPENDIX

Page 432: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

APPENDIX A

PROPERTY RELEASE

Page 433: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

PROPERTY RELEASE

________________________________________________ (Owner's Name)

________________________________________________

(Property Address)

________________________________________________ DATE:_____________________________________ I, __________________________________, owner of ____________ (Property Owner's Name) (Property __________________________________, hereby release (Description or Address) _________________________________, from any property (Contractor's Name) damage or personal injury resulting from construction adjacent to or on my property located at ___________________________________, (Property Address)

during construction of the GINKGO AND FEMA STREET REPAIRS. My

signature below is my acknowledgment and acceptance that my property, as

identified above, was returned to a satisfactory condition. Name: ______________________________ Signed: ______________________________ Address: ______________________________ ______________________________ Phone: ______________________________

Page 434: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

APPENDIX B

FUNDING AGENCY FORMS

Page 435: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

RUS Bulletin 1780-35

Exhibit C Page 1

GENERAL (PRIME) CONTRACTOR’S CERTIFICATION OF COMPLIANCE WITH PROVISIONS OF THE AMERICAN IRON AND STEEL REQUIREMENTS OF SECTION 746 OF TITLE VII OF THE CONSOLIDATED APPROPRIATIONS ACT OF 2017 (DIVISION A - AGRICULTURE, RURAL DEVELOPMENT, FOOD AND DRUG ADMINISTRATION, AND RELATED AGENCIES APPROPRIATIONS ACT, 2017) AND SUBSEQUENT STATUTES MANDATING DOMESTIC PREFERENCE DATE: RE: PROJECT NAME

APPLICANT CONTRACT NUMBER I hereby certify that to the best of my knowledge and belief all iron and steel products installed for this project by my company and by any and all subcontractors and manufacturers my company has contracted with for this project comply with Section 746 of Title VII of the Consolidated Appropriations Act of 2017 (Division A - Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2017) and subsequent statutes mandating domestic preference or are the subject of a waiver approved by the Secretary of Agriculture or designee. This certification is to be submitted upon completion of the project to the project engineer. Name of Construction Company (PRINT) By Authorized Representative (SIGNATURE) Title

Page 436: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

RUS Bulletin 1780-35

Exhibit D Page 1

EXAMPLE OF A MANUFACTURER’S CERTIFICATION LETTER OF COMPLIANCE WITH PROVISIONS OF THE AMERICAN IRON AND STEEL (AIS) REQUIREMENTS OF SECTION 746 OF TITLE VII OF THE CONSOLIDATED APPROPRIATIONS ACT OF 2017 (DIVISION A - AGRICULTURE, RURAL DEVELOPMENT, FOOD AND DRUG ADMINISTRATION, AND RELATED AGENCIES APPROPRIATIONS ACT, 2017) AND SUBSEQUENT STATUTES MANDATING DOMESTIC PREFERENCE Date: Company Name: Company Address: Subject: AIS Step Certification for Project (X), Owner’s Name, and Contract Number I, (company representative), certify that the (melting, bending, galvanizing, cutting, etc.) processes for (manufacturing or fabricating) the following products and/or material shipped or provided for the subject project is in full compliance with the AIS requirement as mandated by Section 746 of Title VII of the Consolidated Appropriations Act of 2017 (Division A - Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2017) and subsequent statutes mandating domestic preference. Item, Products and/or Materials, and location of delivery (City, State): 1. 2. Such processes for AIS took place at the following location: (City, State) This certification is to be submitted upon request to interested parties (e.g. municipalities, consulting engineers, general contractors, etc.) If any of the above compliance statements change while providing materials to this project, please immediately notify the person(s) who is requesting to use your product(s). Authorized Company Representative Signature (Note: Authorized signature shall be manufacturer’s representative not the material distributor or supplier)

Page 437: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

TEMPORARY CONSTRUCTION SIGN FOR RURAL DEVELOPMENT PROJECTS

Sponsor / Developer

Architect or Engineer

(second line)

(second line)

Contractor

Financed by United States Department of Agriculture (USDA) Rural Development

Project Title

USDA is an equal opportunity provider, employer, and lender.Donald J. Trump, President of the United StatesSonny Perdue, Secretary of Agriculture

SIGN DIMENSIONS : 1200 mm x 2400 mm x 19 mm (approx. 4’ x 8’ x ¾”)PLYWOOD PANEL (APA RATED A-B GRADE–EXTERIOR)

White Background

Black Lettering

Black Lettering Lettering

(Green, PMS 343)

Symbol Letters(Blue, PMS 288)

Symbol Fields(Green, PMS 343)

Signature Letters (Black)

Recommended Fonts: Helvetica, Arial, or Myriad Pro

Page 438: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

APPENDIX C

PLAN AND PROCEDURES FOR THE UNANTICIPATED DISCOVERY OF CULTURAL RESOURCES AND HUMAN

SKELETAL REMAINS

Page 439: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

ECY 070-560 (09/2016) - 1 -

PLAN AND PROCEDURES FOR THE UNANTICIPATEDDISCOVERY OF CULTURAL RESOURCES AND HUMAN

SKELETAL REMAINS1

PROJECT TITLE: Water and Sewer Utility Improvements

COUNTY WASHINGTON: Grant County

Section, Township, Range: SEC 13/24/25, T 22 N, R 26 E, W.M. & SEC18/19/30, T 22N, R 27 E, W.M.

1. INTRODUCTION

The City of Soap Lake’s Water and Sewer Utility Improvements project includesimprovements to the City’s water system as described in the City’s Water System Plan(2018). These improvements include the construction of fourteen 8-inch diameter waterlines, with a combined length of approximately 7,500 feet. The improvements alsoinclude the replacement of the City’s water meters as part of a system-wide automaticmeter reading system and the replacement of nineteen fire hydrants. Collectively, theseimprovements have been identified to reduce the City’s water leakage rate, reduceoperations and maintenance costs for the City, and improvement firefighting capabilitiesthroughout the City. Figure 8-1 from the Water System Plan (attached) shows thelocations of these various improvements.

The proposed project also includes improvements to the City’s sewer collection system asdescribed in the General Sewer Plan (2016) and General Sewer Plan Amendment (2018).These improvements will address sewers that have been identified as being in “poor” or“fair” condition. These improvements include the construction of approximately 14,000feet of 8-inch, 10-inch, and 12-inch diameter gravity sewers and associated manholes.The City will perform a complete video investigation of the collection system during thedesign phase to identify which sewers will be replaced. Figure 2-3 from the GeneralSewer Plan (attached) shows the City’s existing collection system, and it is assumed thatthe replacement of sewers will occur throughout the City rather than constructionactivities being limited to one particular area of the City. The three areas highlighted onFigure 2-3 are sewer lines recommended in the General Sewer Plan to be completed inthis project; the remaining 12,000 feet of collection system replacement will be identifiedthrough video investigation efforts.

The City is in the process of securing design and construction funding and will completethe design of this project in 2019. Construction is anticipated to occur between March2020 through November 2020. The City will contract with Palouse Conservation Districtto have on-site monitoring throughout the project. Based upon the general contractor’sconstruction schedule and manpower devoted to the project, Palouse Conservation Districtwill have up to two archaeologists on site at all times to provide adequate coverage of

1 If you need this document in a format for the visually impaired, call Water Quality Reception at Ecology, (360)407-6600. Persons with hearing loss can call 711 for Washington Relay Service. Persons with a speech disabilitycan call 877-833-6341.

Page 440: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

ECY 070-560 - 2 -

construction activities. Resumes for the archaeologists that will be utilized on this projectare attached.

The following Inadvertent Discovery Plan (IDP) outlines procedures to follow, inaccordance with state and federal laws, if archaeological materials or human remains arediscovered.

2. RECOGNIZING CULTURAL RESOURCES

A cultural resource discovery could be prehistoric or historic. Examples include:

a. An accumulation of shell, burned rocks, or other food related materials.

b. Bones or small pieces of bone.c. An area of charcoal or very dark stained soil with artifacts.

d. Stone tools or waste flakes (i.e. an arrowhead. or stone chips).e. Clusters of tin cans or bottles, logging or agricultural equipment that appears to be

older than 50 years.f. Buried railroad tracks, decking, or other industrial materials.

When in doubt, assume the material is a cultural resource.

3. ON-SITE RESPONSIBILITIESSTEP 1: Stop Work. If any employee, contractor or subcontractor believes that he or shehas uncovered a cultural resource at any point in the project, all work must stopimmediately. Notify the appropriate party(s). Leave the surrounding area untouched, andprovide a demarcation adequate to provide the total security, protection, and integrity ofthe discovery. The discovery location must be secured at all times by a temporary fence orother onsite security.

STEP 2: Notify Archaeological Monitor or Licensed Archaeologist. If there is anArchaeological Monitor for the project, notify that person. If there is a monitoring plan inplace, the monitor will follow the outlined procedure.

STEP 3: Notify the Project Manager of this project and contact the Ecology Staff ProjectManager, or other applicable contacts:

Project Manager:Name: Darrin FronsmanPhone:509-246-1823Email: [email protected]

Ecology Staff Project ManagerName: Cynthia WallPhone: 509-329-3537Email: [email protected]

Assigned Alternates:Assigned Project Manager Alternate:Name: Nancy Wetch

Ecology Cultural Resource Specialist(Alternate):

Page 441: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

ECY 070-560 - 3 -

Phone: 509-453-4833Email: [email protected]

Name: Heather BartlettPhone: 360-407-6405email: [email protected]

The Project Manager or applicable staff will make all calls and necessary notifications.If human remains are encountered, treat them with dignity and respect at all times.Cover the remains with a tarp or other materials (not soil or rocks) for temporaryprotection and to shield them from being photographed. Do not call 911 or speak withthe media. Do not take pictures unless directed to do so by DAHP. See Section 5.

4. FURTHER CONTACTS AND CONSULTATION

A. Project Manager’s Responsibilities:

· Protect Find: The Project Manager is responsible for taking appropriate steps toprotect the discovery site. All work will stop immediately in a surrounding areaadequate to provide for the complete security of location, protection, and integrityof the resource. Vehicles, equipment, and unauthorized personnel will not bepermitted to traverse the discovery site. Work in the immediate area will notresume until treatment of the discovery has been completed following provisionsfor treating archaeological/cultural material as set forth in this document.

· Direct Construction Elsewhere on-Site: The Project Manager may directconstruction away from cultural resources to work in other areas prior tocontacting the concerned parties.

· Contact Senior Staff: If the Senior Staff person has not yet been contacted, theProject Manager must do so.

B. Senior Staff Responsibilities:

· Identify Find: The Senior Staff (or a delegated Cultural Resource Specialist), willensure that a qualified professional archaeologist examines the area to determine ifthere is an archaeological find.

o If it is determined not to be of archaeological, historical, or humanremains, work may proceed with no further delay.

o If it is determined to be an archaeological find, the Senior Staff orCultural Resource Specialist will continue with all notifications.

o If the find may be human remains or funerary objects, the SeniorStaff or Cultural Resource Specialist will ensure that a qualifiedphysical anthropologist examines the find. If it is determined to behuman remains, the procedure described in Section 5 will befollowed.

· Notify DAHP: The Senior Staff (or a delegated Cultural Resource Specialist) willcontact the involved federal agencies (if any) and the Washington Department ofArchaeology and Historic Preservation (DAHP).

Page 442: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

ECY 070-560 - 4 -

· Notify Tribes: If the discovery may be of interest to Native American Tribes, theDAHP and Ecology Supervisor or Coordinator will coordinate with the interestedand/or affected tribes.

General Contacts

Federal Agencies: State Agencies:

Department of Archaeology and Historic Preservation:Dr. Allyson BrooksState Historic Preservation Officer360-586-3066Assigned Alternate:

Rob Whitlam, Ph.D.Staff Archaeologist360-586-3050Assigned Alternate:

The DAHP or appropriate Ecology Staff will contact the interested and affectedTribes for a specific project.

Tribes consulted on this project are:Tribe: Confederated Tribes of the ColvilleReservation

The Confederated Tribes and Bands of theYakama Nation

Name: Guy Moura Name: V. Kate Valdez

Title: Tribal Historic Preservation Officer(THPO)

Title: THPO

Phone: 509-634-2693 Phone: 509-985-7596

Email: [email protected] Email: [email protected]

Further Activities· Archaeological discoveries will be documented as described in Section 6.

· Construction in the discovery area may resume as described in Section 7.

5. SPECIAL PROCEDURES FOR THE DISCOVERY OF HUMANSKELETAL MATERIALAny human skeletal remains, regardless of antiquity or ethnic origin, will at all times betreated with dignity and respect. Do not take photographs by any means, unless you arepre-approved to do so.If the project occurs on federal lands or receives federal funding (e.g., national forest orpark, military reservation) the provisions of the Native American Graves Protection and

Agency: N/ANameTitleNumberEmail

Agency: Washington Department ofCommerce Community DevelopmentBlock Grants (CDBG)Name: Sheila-Lee JohnstonTitle: Project ManagerNumber: 360-725-3009Email:[email protected]

Page 443: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

ECY 070-560 - 5 -

Repatriation Act of 1990 apply, and the responsible federal agency will follow itsprovisions. Note that state highways that cross federal lands are on an easement and arenot owned by the state.

If the project occurs on non-federal lands, the Project Manager will comply withapplicable state and federal laws, and the following procedure:

A. In all cases you must notify a law enforcement agency or MedicalExaminer/Coroner’s Office:

In addition to the actions described in Sections 3 and 4, the Project Manager willimmediately notify the local law enforcement agency or medical examiner/coroner’soffice.

The Medical Examiner/Coroner (with assistance of law enforcement personnel) willdetermine if the remains are human, whether the discovery site constitutes a crimescene, and will then notify DAHP.

Enter contact information below:

City of Soap LakePolice Department (SLPD)239 2nd Ave SESoap Lake, WA 98851509-246-1122 (Non-Emergency phone number)

B. Participate in Consultation:

Per RCW 27.44.055, RCW 68.50, and RCW 68.60, DAHP will have jurisdiction overnon-forensic human remains. Ecology staff will participate in consultation.

C. Further Activities:· Documentation of human skeletal remains and funerary objects will be agreed

upon through the consultation process described in RCW 27.44.055, RCW68.50, and RCW 68.60.

· When consultation and documentation activities are complete, construction inthe discovery area may resume as described in Section 7.

6. DOCUMENTATION OF ARCHAEOLOGICAL MATERIALSArchaeological deposits discovered during construction will be assumed eligible forinclusion in the National Register of Historic Places under Criterion D until a formalDetermination of Eligibility is made.

Project staff will ensure the proper documentation and field assessment will be made ofany discovered cultural resources in cooperation with all parties: the federal agencies (ifany), DAHP, Ecology, affected tribes, and a contracted consultant (if any).

All prehistoric and historic cultural material discovered during project construction will be

Page 444: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

ECY 070-560 - 6 -

recorded by a professional archaeologist on a cultural resource site or isolate form usingstandard and approved techniques. Site overviews, features, and artifacts will bephotographed; stratigraphic profiles and soil/sediment descriptions will be prepared forminimal subsurface exposures. Discovery locations will be documented on scaled siteplans and site location maps.

Cultural features, horizons and artifacts detected in buried sediments may require furtherevaluation using hand-dug test units. Units may be dug in controlled fashion to exposefeatures, collect samples from undisturbed contexts, or to interpret complex stratigraphy.A test excavation unit or small trench might also be used to determine if an intactoccupation surface is present. Test units will be used only when necessary to gatherinformation on the nature, extent, and integrity of subsurface cultural deposits to evaluatethe site’s significance. Excavations will be conducted using state-of-the-art techniques forcontrolling provenience, and the chronology of ownership, custody and location recordedwith precision.

Spatial information, depth of excavation levels, natural and cultural stratigraphy, presenceor absence of cultural material, and depth to sterile soil, regolith, or bedrock will berecorded for each probe on a standard form. Test excavation units will be recorded onunit-level forms, which include plan maps for each excavated level, and material type,number, and vertical provenience (depth below surface and stratum association whereapplicable) for all artifacts recovered from the level. A stratigraphic profile will be drawnfor at least one wall of each test excavation unit.

Sediments excavated for purposes of cultural resources investigation will be screenedthrough 1/8-inch mesh, unless soil conditions warrant ¼-inch mesh.

All prehistoric and historic artifacts collected from the surface and from probes andexcavation units will be analyzed, catalogued, and temporarily curated. Ultimatedisposition of cultural materials will be determined in consultation with the federalagencies (if any), DAHP, Ecology and the affected tribes.

Within 90 days of concluding fieldwork, a technical report describing any and allmonitoring and resultant archaeological excavations will be provided to the ProjectManager, who will forward the report for review and delivery to Ecology, the federalagencies (if any), DAHP, and the affected tribe(s).

If assessment activity exposes human remains (burials, isolated teeth, or bones), theprocess described in Section 5 will be followed.

7. PROCEEDING WITH WORKWork outside the discovery location may continue while documentation and assessment ofthe cultural resources proceed. A professional archaeologist must determine theboundaries of the discovery location. In consultation with Ecology, DAHP and anyaffected tribes, the Project Manager will determine the appropriate level of documentationand treatment of the resource. If there is a federal nexus, Section 106 consultation andassociated federal laws will make the final determinations about treatment anddocumentation.

Page 445: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

ECY 070-560 - 7 -

Work may continue at the discovery location only after the process outlined in this plan isfollowed and the Project Manager, DAHP, any affected tribes, Ecology (and the federalagencies, if any) determine that compliance with state and federal law is complete.

8. RECIPIENT/PROJECT PARTNER RESPONSIBILITYThe Project Recipient/Project Partner is responsible for developing an IDP. The IDP mustbe immediately available onsite, be implemented to address any discovery, and beavailable by request by any party. The Project Manager and staff will review the IDPduring a project kickoff or pre-construction meeting.

We recommend that you print images in color for accuracy.

Page 446: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Implement the IDP / UDP if …You see chipped stone artifacts.

1Stone Artifacts from OregonECY 070-560

• Glass-like material

• Angular

• “Unusual” material for area

• “Unusual” shape

• Regularity of flaking

• Variability of size

Page 447: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Implement the IDP / UDP if …You see ground or pecked stone artifacts.

2Artifacts from Unknown ProveniencesECY 070-560

• Striations or scratching

• Unusual or unnatural shapes

• Unusual stone

• Etching

• Perforations

• Pecking

• Regularity in modifications

• Variability of size, function,and complexity

Page 448: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Implement the IDP / UDP if …You see bone or shell artifacts.

3Bone Awls from Oregon and Bone Wedge from CaliforniaECY 070-560

• Often smooth

• Unusual shape

• Carved

• Often pointed if used as a tool

• Often wedge shaped like a“shoehorn”

Page 449: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Implement the IDP / UDP if …You see bone or shell artifacts.

4Tooth Pendant and Bone Pendants from Oregon and WashingtonECY 070-560

• Often smooth

• Unusual shape

• Perforated

• Variability of size

Page 450: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Implement the IDP / UDP if …

5Artifacts from Mud Bay, Olympia, WashingtonECY 070-560

You see fiber or wood artifacts.

• Wet environments needed forpreservation

• Variability of size, function,and complexity

• Rare

Page 451: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Implement the IDP / UDP if …

6Artifacts from Downtown Seattle, Alaskan Way Viaduct (Upper Left and Lower) and Unknown Site (Upper Right)ECY 070-560

Paragraph head 16 pt. Paragraph head 16 pt. Paragraph head 16 pt.

Paragraph text 14 pt. Paragraph text 14 pt. Paragraph text 14 pt.

You see historic period artifacts.

Page 452: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Implement the IDP / UDP if …You see strange, different or interesting looking dirt, rocks, orshells

7Unknown SitesECY 070-560

• Human activities leave tracesin the ground that may or maynot have artifacts associatedwith them

• “Unusual” accumulations ofrock (especially fire-crackedrock)

• “Unusual” shapedaccumulations of rock (e.g.,similar to a fire ring)

• Charcoal or charcoal-stainedsoils

• Oxidized or burnt-looking soils

• Accumulations of shell

• Accumulations of bonesor artifacts

• Look for the “unusual” or outof place (e.g., rock piles oraccumulations in areas withfew rock)

Page 453: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Implement the IDP / UDP if …You see strange, different or interesting looking dirt, rocks, orshells

8Site on Muckleshoot Indian Reservation, near WSDOT ROW along SR 164ECY 070-560

• “Unusual” accumulations ofrock (especially fire-crackedrock)

• “Unusual” shapedaccumulations of rock (e.g.,similar to a fire ring)

• Look for the “unusual” or outof place (e.g., rock piles oraccumulations in areas withfew rock)

Page 454: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

Implement the IDP / UDP if …You see strange, different or interesting looking dirt, rocks, orshells

ECY 070-560 Site located within WSDOT ROW near Anacortes Ferry Terminal 9

Layers of shellmidden

• Often have a layered or“layer cake” appearance

• Often associated withblack or blackish soil

• Often have verycrushed andcompacted shells

Historic Debris

Page 455: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

ECY 070-560 45KI924, In WSDOT ROW for SR 99 Tunnel

Implement the IDP I UDP if ...You see historic foundations or buried structures.

Page 456: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

APPENDIX D

SUPPLEMENTAL BIDDERS RESPONSIBILITY CRITERIA

Page 457: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

(June 7, 2019) SC-1 of 8 J:\Boiler\Specs\Front End Documents\Supplemental Bidder Responsibility Criteria\Appendix A - Supplemental Bidder Responsibility Criteria Forms.docx

APPENDIX A

SUPPLEMENTAL BIDDER RESPONSIBILITY CRITERIA FORMS GINKGO STREET AND FEMA REPAIR

These forms shall be completed in their entirety and submitted by the apparent two lowest Bidders to the CITY OF SOAP LAKE by 12:00 p.m. (noon) of the second business day following the bid submittal deadline. Failure to submit and meet the requirements as stated in Section 1-02 of the Special Provisions shall be grounds for rejection of the bid. The CITY OF SOAP LAKE will be the sole judge in determining if the prospective contractor meets the minimum experience requirements. Contractor: Name: _________________________________________________________________

Address: _______________________________________________________________

Phone: _________________________________________________________________

Contact Person: __________________________________________________________

2. Delinquent State Taxes

Instructions to Bidders: Check the appropriate box

The Bidder does not owe delinquent taxes to the Washington State Department of Revenue.

Alternatively, the Bidder does owe delinquent taxes to the Washington State

Department of Revenue. If the Bidder owes delinquent taxes, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency. (Date) (Signature)

______________________________ (Print Name) ______________________________ (Title)

Page 458: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SC-2 of 8

3. Claims Against Retainage and Bonds: Instructions to Bidders: Check the appropriate box The Bidder has not had claims against retainage and bonds in the 3 years

prior to the bid submittal date. Alternatively, the Bidder has had claims against retainage and bonds in the

3 years prior to the bid submittal date. If the Bidder has had claims against retainage and bonds in the 3 years prior to the bid submittal date, submit a list of public works projects completed during this period that have had claims against retainage and bonds and include name of Project, contact information for the Owner, a list of claims filed against retainage and/or payment bond for any of the projects listed; and a written explanation of circumstances surrounding each claim and the ultimate resolution of the claim.

(Date) (Signature)

______________________________ (Print Name) ______________________________ (Title)

Page 459: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SC-3 of 8

4. Public Bidding Crime:

Instructions to Bidders: Check the appropriate box The undersigned certifies that the Bidder and/or its Owners have not been

convicted of a crime involving bidding on a public works contract in the 5 years prior to the bid submittal date.

Alternatively, the undersigned confirms that the Bidder and/or its Owners

have been convicted of a crime involving bidding on a public works contract in the 5 years prior to the bid submittal date.

If the Bidder and/or its Owners have been convicted of a crime involving bidding on a public works contract, provide a written explanation identifying the date of the conviction and a description of the circumstances surrounding the conviction.

(Date) (Signature)

______________________________ (Print Name) ______________________________ (Title)

Page 460: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SC-4 of 8

5. Termination for Cause/Termination for Default Instructions to Bidders: Check the appropriate box The undersigned certifies that the Bidder has not had any public works

contracts terminated for cause or terminated for default by a government agency in the 5 years prior to the bid submittal date.

Alternatively, the undersigned confirms that the Bidder has had public

works contracts terminated for cause or terminated for default by a government agency in the 5 years prior to the bid submittal date.

If the Bidder has had any public works contracts terminated for cause or terminated for default in the 5 years prior to the bid submittal date, provide a written explanation for all contracts terminated for cause or terminated for default by identifying the project contract that was terminated, the government agency which terminated the Contract, the date of the termination, and a description of the circumstances surrounding the termination.

(Date) (Signature)

______________________________ (Print Name) ______________________________ (Title)

Page 461: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SC-5 of 8

6. Lawsuits Instructions to Bidders: Check the appropriate box The undersigned certifies that the Bidder has not had any lawsuits with

judgments entered against the Bidder in the 5 years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts.

Alternatively, the undersigned confirms that the Bidder has had any

lawsuits with judgments entered against the Bidder in the 5 years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts.

If the Bidder has had any lawsuits with judgments entered against the Bidder in the 5 years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, submit a list of lawsuits along with a written explanation of the circumstances surrounding each lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet the terms of contracts.

(Date) (Signature)

______________________________ (Print Name) ______________________________ (Title)

Page 462: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SC-6 of 8

7. Contract Time (Liquidated Damages) Instructions to Bidders: Check the appropriate box The undersigned certifies that the Bidder has not had liquidated damages

assessed on any project it has completed in the 5 years prior to the bid submittal date.

Alternatively, the undersigned confirms that the Bidder has had liquidated

damages assessed on projects in the 5 years prior to the bid submittal date. If the Bidder has had liquidated damages assessed against projects in the 5 years prior to the bid submittal dated, submit a list of projects along with Owner contact information, and number of days assessed liquidated damages. The Contracting Agency shall determine whether the Contractor has a pattern of failing to complete projects within Contract Time.

(Date) (Signature)

______________________________ (Print Name) ______________________________ (Title)

Page 463: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SC-7 of 8

8. Capacity and Experience The Bidder shall have sufficient current capacity and the Project Superintendent assigned to the Project shall have experience to meet the requirements of this Project. The Bidder and Project Superintendent shall have successfully completed at least two projects, of a similar size and scope, during the 5-year period immediately preceding the bid submittal deadline for this project. Similar size is defined as a minimum of 70 percent of the bid amount submitted by the Bidder. A. Capacity

i. Gross dollar amount of work currently under contract:

ii. Gross dollar amount of contracts currently not completed:

iii. List five major pieces of equipment which are anticipated to be used

on this project by the Contractor and note which items are owned by the Contractor and which are to be leased or rented from others:

iv. Number of superintendents on Bidder’s staff:

B. Experience i. General character of work performed by firm:

ii. Identify who will be the superintendent on this project and years of

experience. Also, list the number of years this person has been with your firm.

Page 464: CITY OF SOAP LAKE...SCHEDULE A: GROUP 1: GINKGO STREET ROADWAY REPAIR (FEMA NO. 025-65345-00) The construction of the overlay of approximately 1,900 lineal feet of Ginkgo Street, including

SC-8 of 8

iii. Similar Size and Scope Projects Completed in the Past 5 Years

#1 Owner’s Name and Contact Information: Owner is a Government Agency? ___ Yes ____ No Superintendent’s Name: Project Name: Awarded Contract Amount: Final Contract Amount: Completion Date: Project Description:

#2 Owner’s Name and Contact Information: Owner is a Government Agency? ___ Yes ____ No Superintendent’s Name: Project Name: Awarded Contract Amount: Final Contract Amount: Completion Date: Project Description:

#3 Owner’s Name and Contact Information: Owner is a Government Agency? ___ Yes ____ No Superintendent’s Name: Project Name: Awarded Contract Amount: Final Contract Amount: Completion Date: Project Description:


Recommended