Loading...
HomeMy WebLinkAbout09-164 - Goodfellow Bros Inc - Emergency Levee Repair (Flood Control)CONSTRUCTION CONTRACT FOR TUKWILA EMERGENCY WORK Project No. 10901301 CITY OF TUKWILA 6200 Southcenter Boulevard Tukwila, Washington 98188 09 -164 Approved by Council Res. #1689 0 6 i AGREEMENT FORM 1 of 2 CONTRACT NO. 09 -164 Approved by Council Hes. #1689 THIS AGREEMENT is made and entered into on this I kg day of et�G 2009, by and between the City of Tukwila, Washington "Owner and Goodfellow Bros., Inc. "Contractor Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled Tukwila Emergency Work, Project No. 10901301, including all changes to the Work and force account work, in accordance with the Contract Documents, as described or referenced in the following Attachments to this Agreement: A. Negotiated Price Commitment and Breakdown B. Proposed Subcontractors C. Payment and Performance Bond D. Insurance certificate(s) and applicable endorsements E. Amendments to the 2008 WSDOT Standard Specifications for Road, Bridge, and Municipal Construction F. Special Provisions G. Prevailing Wage Rates, State and Davis -Bacon H. Standard Details and Manufacturer's Specifications I. Project Plans, titled "2009 Outfall and Levee Maintenance Program" (KPG) under separate cover J. Existing Conditions Aerial Map(s), titled "Emergency Levee Work" under separate cover K. City of Tukwila GIS map, showing approximate locations of Work 2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account as specified in Attachment A according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 3. Completion Date. Work shall be completed as soon as possible, and time is of the essence to this Contract. The date this contract is signed by the City of Tukwila will constitute the Notice to Proceed Date, and the Contractor will begin site work on that date. Although no specific substantial completion date has been established, due to the emergency nature of the Work, the Contractor shall do everything within their power to finish all Work under this contract within 30 calendar days of Notice to Proceed. Should work need to be accelerated even further before that date, due the threat of high flows in the Green River, the Contractor will mobilize additional resources, which will be subject to additional compensation authorized by change order to this Contract. 4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. TUKWILA EMERGENCY WORK City of Tukwila S:1Projects\Projects 12009109026- 01- TukwilaLevee\ 500- Preconstruclion1505- PlansAndSpecs ConstructionContract \Tukwila EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 CITY OF TUKWILA, WASHINGTON (Owner) By: Attest: h This I lP day of Yom►" 20 tq City Clerk Approved a Ci orney Contractor's License No. GOODFB *370N0 License Bond Registration No. 'lb -nLLQ ldyg3 Employment Security Dept. No. ta20b5 Circle One: U Phone No.: City address for giving notices: ta,4-qsicv- GOODFELLOW BRO (Contractor) By: v� Titles Ste. ��o 3 CT Attest: This 11- day ofc� -ro .'R 2009 WA State UBI No. 048 000 968 Individual Partnership State of Incorporation: Joint Venture Corporation M Ac4kCz�� ustrial Insurance Acct. No. 028.618 -00 State Excise Tax Registration No. Q Socio S 1Projects1Projects12g691g9g26 -61 -Tu kwila Levee15o6- Preconstruction1565- PlansAndSpecslConslruclionContractqukwila_ EmergencyWork_Agrmt.10- 14 -69(FI NAL).docx 2 of 2 Note: If a co- partnership, give firm name under which business is transacted; contract must be executed by a partner. If a corporation, contract must be executed in the corporate name by the president or vice president (or any other corporate officer accompanied by evidence of authority to sign). Contractor address for giving notices: �.o "ox t4 t°t TUKWILA EMERGENCY WORK City of Tukwila October 2009 CORPORATE DESIGNATION OF AUTHORITY The undersigned, President and Secretary of Goodfellow Bros., Inc., a Washington corporation, pursuant to their authority as corporate officers hereby adopt the following designation of corporate authority. That Lane N. Shinnick is authorized on behalf of the corporation to execute for and on behalf of the corporation any and all construction contracts with owners of projects and any and all subcontracts with subcontractors for construction projects and Bid documents and Bid Bonds. This authorization shall be effective through the 31 day of January 2010. EFFECTIVE as of the day of adtudiy3 J. ST'FHEN GOO[ ELLOW, President CYNTHIA K. BEATTIE, Secretary Attachment A Negotiated Price Commitment and Breakdown 1 To the Mayor and City Council City of Tukwila, Washington NEGOTIATED PRICE COMMITMENT AND BREAKDOWN TUKWILA EMERGENCY WORK Project No. 10901301 The Contractor, Goodfellow Bros., Inc., hereby certifies that he personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled Tukwila Emergency Work, which project includes but is not limited to repairs and reinforcements to the levees on either side of the Green River, in Tukwila, Washington. The work includes, but is not limited to: repairing two segments of the levee modify three outfalls to the Green River adding sand bags and Hesco units on top of the levees coordinating with railroad, utilities, property owners, and tenants property and access road restoration and other work necessary to complete the Work as specified and shown in the Contract Documents, and has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Contractor understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents, which may affect the Total Negotiated Price. TUKWILA EMERGENCY WORK City of Tukwila S:1 ProjectsTrojecls12009109026- 01- TukwilaLevee1500- PreconsWction1505- PlansAndSpecslConsWctionContracllTukwila_ EmergencyWork _Agrml.10- 14- 09(FINAL).docx October 2009 Attachment A Negotiated Price Commitment and Breakdown 2 Note: Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Retail Sales Tax is not included in the various Unit and Lump Sum prices, but instead is added to the end sum as shown. Item No 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 Item Description Mobilization Contractor Supplied Surveying and Staking SPCC Plan Temporary Water Pollution /Erosion Control Silt Fence Inlet Protection Stabilized Construction Entrance Project Temporary Traffic Control Construction Signs Class A Channelization Removal and Replacement SR 181 Super Sacks (3'x3'x4') on Levee Single Row Hesco on Road Hesco Removal Spreader Bar Removing and Resetting Existing Permanent Barrier Property Restoration Miscellaneous Work S. 180th Street Outfall (Site 1) Railroad Ave Outfall (Site 2) S. 144th St. Outfall (Site 3) S. 180th Street Levee S (Site 4A) S. 180th Street Levee N (Site 4B) Crew Acceleration Hesco Barrier Procurement Estimated Unit Unit Price Amount Quantity 1 LS $76,000.00 $76,000.00 1 LS $15,000.00 $15,000.00 1 LS $500.00 $500.00 1 FA $5,000.00 $5,000.00 200 LF $5.00 $1,000.00 10 EA $100.00 $1,000.00 4 EA $2,000.00 $8,000.00 1 LS $24,700.00 $24,700.00 300 I SF $20.00 $6,000.00 1 LS $17,200.00 $17,200.00 20,000 LF $53.00 $1,060,000.00 10,000 I LF $33.00 I $330,000.00 1 1 EA $5,000.00 $5,000.00 1 LS $500.00 $500.00 1 FA $20,000.00 $20,000.00 1 FA $10,000.00 $10,000.00 1 LS $25,000.00 $25,000.00 1 LS $65,000.00 $65,000.00 1 LS $46,000.00 $46,000.00 1 LS $15,100.00 $15,100.00 1 LS $25,200.00 $25,200.00 1 EST $5,000.00 $5,000.00 4,600 LF $35.00 $161,000.00 Subtotal $1,922,200.00 Sales Tax 9.5% $182.609.00 Total Negotiated Price $2.104.809.00 TUKWILA EMERGENCY WORK City of Tukwila S:1 Projects1Projeclst2009109026- 01- TukwilaLevee1500- Preconstnrct ion1505- PlansAndSpecs1ConstruclionContracllTUkwila EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment B Proposed Subcontractors 1 PROPOSED SUBCONTRACTORS In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. The successful Bidder must have the written permission of the Owner to make any change to this list. None Percent of total bid to be performed by Bidder 0.00 Schedule /Bid Item Numbers of Total Name Subcontractor will perform Bid TUKWILA EMERGENCY WORK City of Tukwila SAProjectOrojecls1200910 9026- 01- Tukwilalevee150 0- Preconslruclion1505- PlansAndSpecsl ConstructionContractqukwila_ EmergencyWork _Agrmt.l0- 14- 09(FINAL).docx October 2009 Attachment C Payment and Performance Bond 1 of 2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. We, and (Principal) (Surety) a corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington "Owner in the penal sum of Dollars the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors, or personal representatives, as the case may be. This Payment and Performance Bond is provided to secure the performance of Principal in connection with a contract dated 20_ between Principal and Owner for a project entitled Tukwila Emergency Work, Contract No. 10901301 "Contract The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only upon the condition that Principal: Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men, and all other persons or agents who supply labor, equipment, or materials to the Project; Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. This bond shall remain in effect for one (1) year after Final Acceptance of the Contract at ten percent (10 of the Total Bid Price, including sales tax, to insure against all defects and corrections needed in the material provided or workmanship performed. The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Payment and Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20 If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Payment and Performance Bond shall automatically increase in a like TUKWILA EMERGENCY WORK City of Tukwila S:IProjectslProjects120091 09026- 01- TukwilaLevee1500- Preconstruction1505- PlansAndSpecs1ConstructionContract lTukwila_EmergencyWork Agrm1.10- 14- 09(FINAL).docx October 2009 Attachment C Payment and Performance Bond 2 of 2 amount. Any such increase shall not exceed twenty -five percent (25 of the original amount of the Payment and Performance Bond without the prior written consent of Surety. This Payment and Performance Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this day of 20 Principal Signature of Authorized Official Title Name and address of local office of agent and /or Surety Company: By Surety Signature of Authorized Official Attorney in Fact (Attach Power of Attorney) Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1 -02.7 of the Standard Specifications. TUKWILA EMERGENCY WORK City of Tukwila S:\Projecls\Projects12009\ 09026- 01- Tu 500- PreconsWCtion\ 505- PlansAndSpecs \ConstructionConlracl\ Tukwila_ EmergencyWork _Agrmt.10- 14- 09(PINAL).docx October 2009 Attachment D Insurance Certificates and Applicable Endorsements (Attached) TUKWILA EMERGENCY WORK City of Tukwila SAProjectsTrojeclst 2009109026- 01- TukwilaLevee1500- Preconstruction1505- PlansAndSpecs1ConsiruclionConlract \Tukwila EmergencyWork _Agrm1.10- 14- 09(FINAL).docx October 2009 1 1.1 1 !Fil CERTIFICATE OF LIABILITY INSURANCE OPio law DATE(MWDD/YYYYI GOODF -1 714/09 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PRODUCER Risk Solution Partners, LLC. 800 Bethel Street, Suite 201 Honolulu HI 96813 Phone:808- 954 --7475 Fax:808- I1MM Goodfello Bros., Inc P.O. Box 598 Wenatchee WA 98807 COVERAGES THE POLICES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOLRREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LMMTS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE I GENERAL LIABILITY A X X COMMERCIAL GENERAL LIABILITY 1 CLAMS MADE OCCUR B X C X XI GEM. AGGREGATE UNIT APPLIES PER: POLICY n LOC AUTOMOBILE LIABILITY X ANY AUTO X X ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON OW NED AUTOS GARAGE LLs,81UTY ANY AUTO EXCESS! UMBRELLA LU1BIITY DEDUCIBLE RETENTION S RICERS r TION MID EMPLOYERS' LIAEIJTY Y N D ANY PROPRETOWPARTNERIEXECUTNE❑ describe y FI ER EXCLUDED? PROVISIONS berm/ OTHER E Pollution Liab. CERTIFICATE HOLDER City of Tukwila 6200 Southcenter Blvd. Tukwila WA 96188 ACORD 25 (2009101) 954 -7444 ORIGINA POLICY NUMBER BAP3739140 -00 OCCUR EI CLAMASMADE 71C7000025 -091 WC09000025 NASIINOTON STOP OAP Z.L. E0C3999325 -01 GL09000012 06/01/09 INSURERS AFFORDING COVERAGE INSURER A: American Contractors IneCo SAG INSURER S: Zurich American insurance Co. URER C. Everest Reinsurance oaepanr INSURER D: ACIG Insurance Company INSURER E: steadfast Insurance Cs4ranv 026YREIAMEIMIXIMMI 10/01/09 06/01/10 06/01/09 10/01/09 The ACORD name and logo are registered marks of ACORD EACH OCCURRENCE 06/01/10 PR MUSE E a t occurenuf I MED EXP (My one person) I PERSONAL a ADV INJURY I GENERAL AGGREGATE PRODUCTS COMP/OP AGO COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per acddenl) OTHER THAN AUTO ONLY: EACH OCCURRENCE 10/01/09 06/01/10 AGGREGATE 06/01/10 Each Loss Aaareaate DESCRIPTION OF OPERATIONS LOCATIONS 1 VEIMCLES 1 EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS WASHINGTON GBI JOB NO. 2630 TUKWILA EMERGENCY LEVEE REINFORCEMENT Additional Insured if required by written contract: City of Tukwila, KBA, Inc. and KPG, Inc. See Endorsement 9. Coverage is primary and non contributory. LIMITS I X I TORY LIMITS 1 I ER 06/01/10 1 E.L EACH ACCIDENT 1 E.L. DISEASE EA EMPLOYEE 1 E.L. DISEASE POLICY LIMIT Is1,000.000 Is100,000 1$5,000 Is1,000,000 1$2,000,000 Is2,000,000 51,000,000 PROPERTY DAMAGE (Per accident) 1 AUTO ONLY -EA ACCIDENT I f EA ACC S AGO NAIC 0 i 26387 $1,000,000 $1,000.000 $1,000,000 $1,000.000 $1.000.000 1,000,000 1.000.000 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE !XPIRATIO P DATE THEREOF, THE ISSUING INSURER PALL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO 80 SHALL IMPOSE NO OBLIGATION OR UABIUTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. CORPORATION. All rights reserved. ACORD 25 (2009101) IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ADDITtONAL INSURED OWNERS, LESSEES OR CONTRACTORS It is hereby understood and agreed WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your work" for that insured by or for you. Name of Person or Organization: SCHEDULE My person or organization that the insured has agreed and/or Is required by a written contract executed prior to an occurrence, claim or suit to: a. name as an additional insured; b. provide an owners and contractors protective (OCP) Insurance policy; or c. provide a railroad protective (RRP) liability policy. WHERE SPECIFICALLY REQUIRED BY CONTRACT, IT IS FURTHER UNDERSTOOD AND AGREED THAT THE INSURANCE PROVIDED BY THIS ENDORSEMENT IS PRIMARY. OTHER INSURANCE AFFORDED TO THE ADDITIONAL INSURED SHALL APPLY AS EXCESS OF, AND DOES NOT CONTRIBUTE, WITH THE INSURANCE PROVIDED BY THIS ENDORSEMENT. Nothing heroin contained shall be held to vary, alter, wahro or extend any of the terms, conditions, provisions, agreements or OmitatIons alto mentioned Policy, other than as above stated. This endorsement changes the poly to which It Is attached and is effective on the date issued unless othenvise stated (The Information below le required only when this endorsement Is Issued subsequent to preparation of the pocky.) Endorsement Effective: 6/f /2009 Polley No.: GL09000012 Endorsement No.: 9 Insured: Goodfellow Bros., Inc. Premium insurance Company; American Contractors Insurance Company Risk Retention Group Countersigned By Attachment E Amendments to the Standard Specifications A -1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2008 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1 -05, CONTROL OF WORK April 7, 2008 1 -05.1 Authority of the Engineer The fourth paragraph is revised to read: At the Contractor's risk, the Project Engineer may suspend all or part of the Work according to Section 1 -08.6. 1 05.12 Final Acceptance The second paragraph is revised to read: The Contractor agrees that neither completion nor final acceptance shall relieve the Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency against any claim or loss resulting from the failure of the Contractor (or the subcontractors or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, materialpersons, or any other person who provides labor, supplies, or provisions for carrying out the Work or for any payments required for unemployment compensation under Title 50 RCW or for industrial insurance and medical aid required under Title 51 RCW. 1 06.6 Sieves for Testing This section including title is revised to read: 1 -06.6 Vacant SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 3, 2009 1- 07.5(1) General The following new paragraph is inserted after the first paragraph: The Contractor shall be responsible to immediately report to the Engineer any deviation from the contract provisions pertaining to environmental compliance, including but not limited to spills, unauthorized fill in waters of the State including wetlands, water quality standards, noise, air quality, etc. TUKWILA EMERGENCY WORK City of Tukwila S: IProjectsl Projects12009109026- 01- TukwilaLevee1500- Preconstruction1505- PlansAndSpecs1ConstructionConlractlTUkwila EmergencyWork Agrm1.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -2 1- 07.5(2) State Department of Fish and Wildlife The following new numbered item is inserted after number 8.: 9. Immediately notify the Engineer and stop all work causing impacts, if at any time, as a result of project activities, fish are observed in distress, or a fish kill occurs. 1 07.5(3) State Department of Ecology Number 4. is supplemented with the following: These include, but are not limited to petroleum products, hydraulic fluid, fresh concrete, sediments, sediment -laden water, chemicals, paint, solvents, or other toxic or deleterious materials. 1 07.8 High Visibility Apparel This section is revised to read: The Contractor shall require all personnel under their control (including service providers, Subcontractors and lower tier Subcontractors) that are on foot in the work zone and are exposed to vehicle traffic or construction equipment to wear the high visibility apparel described in this Section. The Contractor shall ensure that a competent person as identified in the MUTCD selects the appropriate high visibility apparel suitable for the job -site conditions. High visibility garments shall always be the outermost garments. High visibility garments shall be in a condition compliant with the ANSI 107 -2004 and shall be used in accordance with manufacturer recommendations. This section is supplemented with the following new sub sections. 1 07.8(1) Traffic Control Personnel All personnel performing the Work described in Section 1 -10 (including traffic control supervisors, flaggers, spotters, and others performing traffic control labor of any kind), shall comply with the following: 1. During daylight hours with clear visibility, workers shall wear a high visibility ANSI /ISEA 107 -2004 Class 2 or 3 vest or jacket, and hardhat meeting the high visibility headwear requirements of WAC 296- 155 -305; and 2. During hours of darkness (1/2 -hour before sunset to 1/2 -hour after sunrise) or other low visibility conditions (snow, fog, etc.), workers shall wear a high visibility ANSI /ISEA 107 -2004 Class 2 or 3 vest or jacket, high visibility lower garment meeting ANSI /ISEA 107 -2004 Class E, and hardhats meeting the high visibility headwear requirements of WAC 296- 155 -305. 1 07.8(2) Non Traffic Control Personnel All personnel, except those performing the Work described in Section 1 -10, shall wear high visibility apparel meeting the ANSI /ISEA 107 -2004 Class 2 or 3 standard. TUKWILA EMERGENCY WORK City of Tukwila S:1Projects1Projectsl20091 09026- 01- TukwilaLevee1500- PreconsWClion1505- PlansAndSpecs1ConsWctionContractqukwila_ EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -3 1- 07.9(1) General The following new paragraph is inserted to follow the sixth paragraph: The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCW 39.12 because of the definition "Contractor" in WAC 296 -127- 010, complies with all the requirements of RCW 39.12. 1 07.15 Temporary Water Pollution /Erosion Control This section is supplemented with the following: Stormwater or dewatering water that has come in contact with concrete rubble, concrete pours, or cement treated soils shall be maintained to pH 8.5 or less before it is allowed to enter waters of the state. If pH exceeds 8.5, the Contractor shall immediately discontinue work and initiate treatment according to the plan to lower the pH. Work may resume, with treatment, once the pH of the stormwater is 8.5 or less or it can be demonstrated that the runoff will not reach surface waters. High pH process water shall not be discharged to waters of the state. Unless specific measures are identified in the Special Provisions, high pH process water may be infiltrated, dispersed in vegetation or compost, or pumped to a sanitary sewer system. Water being infiltrated or dispersed shall have no chance of discharging directly to waters of the state, including wetlands or conveyances that indirectly lead to waters of the state. High pH process water shall be treated to within a range of 6.5 to 8.5 pH units prior to infiltration to ensure the discharge does not cause a violation of groundwater quality standards. If water is pumped to the sanitary sewer, the Contractor shall provide a copy of permits and requirements for placing the material into a sanitary sewer system prior to beginning the work. Process water may be collected and disposed of by the Contractor off the project site. The Contractor shall provide a copy of the permit for an approved waste site for the disposal of the process water prior to the start of work which generates the process water. 1 07.15(1) Spill Prevention, Control and Countermeasures Plan This section is revised to read: The Contractor shall prepare a project- specific spill prevention, control, and countermeasures plan (SPCC Plan) that will be used for the duration of the project. The Contractor shall submit the plan to the Project Engineer no later than the date of the preconstruction conference. No on -site construction activities may commence until WSDOT accepts an SPCC Plan for the project. The term "hazardous materials as used in this Specification, is defined in Chapter 447 of the WSDOT Environmental Procedures Manual (M31 -11). Occupational safety and health requirements that may pertain to SPCC Plan implementation are contained in but not limited to WAC 296 -824 and WAC 296 -843. Implementation Requirements The SPCC Plan shall be updated by the Contractor throughout project construction so that the written plan reflects actual site conditions and practices. The Contractor shall update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project site. All project employees shall be trained in spill prevention and containment, and shall know where the SPCC Plan and spill response kits are located and have immediate access to them. TUKWILA EMERGENCY WORK City of Tukwila S:1ProjectsTrojects1 2009109026- 01- TukwilaLevee1500- Preconstruction1505- PlansAndSpecslConstructionContractUukwila EmergencyWork Agrm1.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -4 If hazardous materials are encountered or spilled during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. The Contractor shall supply and maintain spill response kits of appropriate size within close proximity to hazardous materials and equipment. The Contractor shall implement the spill prevention measures identified in the SPCC Plan before performing any of the following: 1. Placing materials or equipment in staging or storage areas. 2. Refueling, washing, or maintaining equipment. 3. Stockpiling contaminated materials. SPCC Plan Element Requirements The SPCC Plan shall set forth the following information in the following order: 1. Responsible Personnel Identify the name(s), title(s), and contact information for the personnel responsible for implementing and updating the plan, including all spill responders. 2. Spill Reporting List the names and telephone numbers of the federal, State, and local agencies the Contractor shall notify in the event of a spill. 3. Project and Site Information Describe the following items: A. The project Work. B. The site location and boundaries. C. The drainage pathways from the site. D. Nearby waterways and sensitive areas and their distances from the site. 4. Potential Spill Sources Describe each of the following for all potentially hazardous materials brought or generated on -site (including materials used for equipment operation, refueling, maintenance, or cleaning): A. Name of material and its intended use. B. Estimated maximum amount on -site at any one time. C. Location(s) (including any equipment used below the ordinary high water line) where the material will be staged, used, and stored and the distance(s) from nearby waterways and sensitive areas. D. Decontamination location and procedure for equipment that comes into contact with the material. E. Disposal procedures. TUKWILA EMERGENCY WORK City of Tukwila S:\Projecls\ Projects\ 20091 09026- 01- TukwilaLevee1500- Preconslructionl 505- PlansAndSpecs \ConslruclionContracffukwila EmergencyWork Agrm1.l0- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -5 5. Pre Existing Contamination Describe any pre- existing contamination and contaminant sources (such as buried pipes or tanks) in the project area that are described in the Contract documents. Identify equipment and work practices that will be used to prevent the release of contamination. 6. Spill Prevention and Response Training Describe how and when all personnel (including refueling contractors and Subcontractors) will be trained in spill prevention, containment and response in accordance with the Plan. Describe how and when all spill responders will be trained in accordance with WAC 296 -824. 7. Spill Prevention Describe the following items: A. Spill response kit contents and location(s). B. Security measures for potential spill sources. C Secondary containment practices and structures for all containers to handle the maximum volume of potential spill of hazardous materials. D. Methods used to prevent stormwater from contacting hazardous materials. E. Site inspection procedures and frequency. F. Equipment and structure maintenance practices. G. Daily inspection and cleanup procedures that ensure all equipment used below the ordinary high water line is free of all external petroleum based products. H. Refueling procedures for equipment that cannot be moved from below the ordinary high water line. 8. Spill Response Outline the response procedures the Contractor will follow for each scenario listed below. Include a description of the actions the Contractor shall take and the specific, on -site, spill response equipment that shall be used to assess the spill, secure the area, contain and eliminate the spill source, and clean up and dispose of spilled and contaminated material. A. A spill of each type of hazardous material at each location identified in 4, above. B. Stormwater that has come into contact with hazardous materials. C. A release or spill of any pre- existing contamination and contaminant source described in 5, above. TUKWILA EMERGENCY WORK City of Tukwila S1Projects\Projects12009\ 09026- 01- TukwilaLevee1500- Preconstruction1505- PlansAndSpecs1ConstructionConlracl\ Tukwila_ EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -6 D. A release or spill of any unknown pre- existing contamination and contaminant sources (such as buried pipes or tanks) encountered during project Work. E. A spill occurring during Work with equipment used below the ordinary high water line. If the Contractor will use a Subcontractor for spill response, provide contact information for the Subcontractor under item 1 (above), identify when the Subcontractor will be used, and describe actions the Contractor shall take while waiting for the Subcontractor to respond. 9. Project Site Map Provide a map showing the following items: A. Site location and boundaries. B. Site access roads. C. Drainage pathways from the site. D. Nearby waterways and sensitive areas. E. Hazardous materials, equipment, and decontamination areas identified in 4, above. F. Pre existing contamination or contaminant sources described in 5, above. G. Spill prevention and response equipment described in 7 and 8, above. 10. Spill Report Forms Provide a copy of the spill report form(s) that the Contractor will use in the event of a release or spill. Payment Payment will be made in accordance with Section 1 -04.1 for the following Bid item when it is included in the Proposal: "SPCC Plan lump sum. When the written SPCC is accepted by WSDOT, the Contractor shall receive 50- percent of the lump sum Contract price for the plan. The remaining 50- percent of the lump sum price will be paid after the materials and equipment called for in the plan is mobilized to the project. The lump sum payment for "SPCC Plan" shall be full pay for: 1. All costs associated with creating the accepted SPCC Plan. TUKWILA EMERGENCY WORK City of Tukwila S:\ Projects\ Projects\ 2009\ 09026- 01- TukwilaLevee\ 500- Preconslruction1505- PlansAndSpecs1ConslructionContract\ Tukmila_ EmergencyWork _Agrmtl0- 14- 09(FINAL).docz October 2009 Attachment E Amendments to the Standard Specifications A -7 2. All costs associated with providing and maintaining the on -site spill prevention equipment described in the accepted SPCC Plan. 3. All costs associated with providing and maintaining the on -site standby spill response equipment and materials described in the accepted SPCC Plan. 4. All costs associated with implementing the spill prevention measures identified in the accepted SPCC Plan. 5. All costs associated with updating the SPCC Plan as required by this Specification. As to other costs associated with releases or spills, the Contractor may request payment as provided for in the Contract. No payment shall be made if the release or spill was caused by or resulted from the Contractor's operations, negligence, or omissions. 1 07.16(2) Vegetation Protection and Restoration The last sentence in the first paragraph is revised to read: The Engineer will designate the vegetation to be saved and protected by a site preservation line, high visibility fencing, or individual flagging. 1 07.16(4) Archaeological and Historical Objects This section is supplemented with the following new sub section: 1 07.16(4)A Inadvertent Discovery of Human Skeletal Remains If human skeletal remains are encountered by the Contractor, they shall not be further disturbed. The Contractor shall immediately notify the Engineer of any such finds, and shall cease all work adjacent to the discovery, in an area adequate to provide for the total security and protection of the integrity of the skeletal remains. The Engineer may require the Contractor to suspend Work in the vicinity of the discovery until final determinations and removal of the skeletal remains is completed. If the Engineer finds that the suspension of Work in the vicinity of the discovery increases or decreases the cost or time required for performance of any part of the Work under this Contract, the Engineer will make an adjustment in payment or the time required for the performance of the Work in accordance with Sections 1 -04.4 and 1 -08.8. 1 07.17(2) Utility Construction, Removal or Relocation by Others The first sentence in the second paragraph is revised to read: If the Contract provides notice that utility work (including furnishing, adjusting, relocating, replacing, or constructing utilities) will be performed by others during the prosecution of the Work, the Special Provisions will establish the utility owners anticipated completion. The first sentence in the third paragraph is revised to read: When others delay the Work through late performance of utility work, the Contractor shall adhere to the requirements of Section 1 -04.5. TUKWILA EMERGENCY WORK City of Tukwila S:1 Projects1Projects12009109026- 01- TukwilaLevee1500- Preconstruclion1505- PlansAndSpecs1ConstructionConlract lTukwila_EmergencyWork Agrm1.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -8 1 -07.23 Public Convenience and Safety This section is revised to read: The Contractor shall be responsible for providing adequate safeguards, safety devices, protective equipment, and any other needed actions to protect the life, health, and safety of the public, and to protect property in connection with the performance of the Work covered by the Contract. The Contractor shall perform any measures or actions the Engineer may deem necessary to protect the public and property. The responsibility and expense to provide this protection shall be the Contractor's except that which is to be furnished by the Contracting Agency as specified in other sections of these Specifications. Nothing contained in this Contract is intended to create any third -party beneficiary rights in favor of the public or any individual utilizing the Highway facilities being constructed or improved under this Contract. 1 07.23(1) Construction Under Traffic The second sentence in the second paragraph is revised to read: The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. The fifth sentence in the second paragraph is revised to read: The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. The final paragraph in this section is deleted. 1 07.23(2) Construction and Maintenance of Detours Number 1. under the first paragraph is revised to read: Detours and detour bridges that will accommodate traffic diverted from the Roadway, bridge, sidewalk or path during construction, SECTION 1 -08, PROSECUTION AND PROGRESS August 3, 2009 1 -08.1 Subcontracting Item (2) in the first sentence of the seventh paragraph is revised to read: (2) Delivery of these materials to the Work site in vehicles owned or operated by such plants or by recognized independent or commercial hauling companies hired by those commercial plants. 1 08.6 Suspension of Work The first paragraph is revised to read: The Engineer may order suspension of all or any part of the Work if: 1. Unsuitable weather that prevents satisfactory and timely performance of the Work; or TUKWILA EMERGENCY WORK City of Tukwila s 09026- o1- TUkwilatevee1500- Preconstruction1505- PlansAndspecsl const ructioncontractqukwila_ Emergencyworx _Agrmt1O- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -9 2. The Contractor does not comply with the Contract: or 3. It is in the public interest. 1 08.7 Maintenance During Suspension The first sentence in the fourth paragraph is revised to read: If the Engineer determines that the Contractor has pursued the Work diligently before the suspension, then the Contracting Agency will maintain the temporary Roadway (and bear its cost). The fifth paragraph is revised to read: The Contractor shall protect and maintain all other Work in areas not used by traffic. All costs associated with protecting and maintaining such Work shall be the responsibility of the Contractor, except those costs associated with implementing the TESC Plan according to Section 8 -01. The seventh paragraph is revised to read: After any suspension, the Contractor shall resume all responsibilities the Contract assigns for the Work. SECTION 1 -09, MEASUREMENT AND PAYMENT April 7, 2008 1 -09.9 Payments The first paragraph is supplemented with the following: For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction meeting. The second sentence in the third paragraph is revised to read: Unless otherwise provided in the payment clause of the applicable Specifications, partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Project Engineer's determination of the amount of Work performed, with consideration given to but not exclusively based on the Contractors lump sum breakdown. The third paragraph is supplemented with the following: The determination of payments under the contract will be final in accordance with Section 1 -05.1. 1 09.9(1) Retainage In the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000. TUKWILA EMERGENCY WORK City of Tukwila S:1ProjectslProjecls 12009109026- 01- TukwilaLevee1 500- Preconstruction1 505- PlansAndSpecs1ConstructionContract \Tukwila EmergencyWork _Agrmt.l0- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -10 SECTION 1 -10, TEMPORARY TRAFFIC CONTROL August 3, 2009 1- 10.1(2) Description The following new paragraph is inserted after the second paragraph: Unless otherwise permitted by the Contract or approved by the Project Engineer, the Contractor shall keep all existing pedestrian routes and access points (including sidewalks, paths and crosswalks) open and clear at all times. The second and third sentences in the third paragraph are revised to read: The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on or adjacent to Highways, roads, streets, sidewalks or paths. No Work shall be done on or adjacent to any Traveled Way until all necessary signs and traffic control devices are in place. 1 10.2(1) General The second sentence in the third paragraph is revised to read: Possession of a current TCS card and flagging card by the primary and alternate TCS is mandatory. 1 10.2(1)B Traffic Control Supervisor In number 1. under the third paragraph, the reference to the book Quality Guidelines for Work Zone Traffic Control Devices is revised to Quality Guidelines for Temporary Traffic Control Devices. In number 2. under the third paragraph, the second sentence is revised to read: Traffic control devices shall be inspected at least once per hour during working hours except that Class A signs need to be checked only once a week and nighttime lighting need to be checked only once a shift. 1 10.2(2) Traffic Control Plans The first sentence in the first paragraph is revised to read: The traffic control plan or plans appearing in the Contract documents show a method of handling vehicle, bicycle and pedestrian traffic. In the third sentence of the second paragraph, the reference to "MUTCD, Part VI" is revised to "MUTCD, Part 6 1 10.2(3) Conformance to Established Standards The second paragraph is revised to read: In addition to the standards of the MUTCD described above, the Contracting Agency has crashworthiness requirements for most workzone devices. The National Cooperative Highway Research Project (NCHRP) Report 350 has established requirements for crash TUKWILA EMERGENCY WORK City of Tukwila S:1 Projects\ Projects12009109026- 01- TU kwilaLevee1500- Preconstruclion1505- PlansAndSpecslCons lruclionContract Tukwila_ EmergencyWork _Agrmt.l0- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -11 testing. Workzone devices are divided into four categories. Each of those categories is described below: In the paragraph that begins with "Category 2 the second sentence is revised to read: Examples of this class are barricades, portable sign supports and signs. 1 10.3(1) Traffic Control Labor The second paragraph is revised to read: Vests and other high visibility apparel shall be in conformance with Section 1 -07.8. 1 10.3(1)A Flaggers and Spotters The following is inserted after the fifth sentence of the second paragraph: Flagger station illumination shall meet the requirements of the MUTCD and these specifications. The Contractor shall provide portable lighting equipment capable of sufficiently illuminating a flagger and their station without creating glare for oncoming motorists, yet will meet the mobility requirements of the operation. The lighting stations shall be located on the same side of the roadway as the flagger and aimed either parallel or perpendicular to the traveled lanes to minimize glare. The lighting devices shall be located 5 to 10 feet from the edge of the travel lane with a mounting height of 15 to 25 if above the ground. The flagger should be visible and discernable as a flagger from a distance of 1000 feet. The fourth sentence of the fourth paragraph is revised to read: The duties of a spotter shall not include flagging and the use of a flagging paddle while performing spotting duties is not allowed. 1 10.3(2)C Lane Closure Setup /Takedown The following is inserted in front of item 1. of the first paragraph: A portable changeable message sign shall be established in advance of the operation, far enough back to provide warning of both the operation and of any queue of traffic that has formed during the operation. The second paragraph is revised to read: Once the lane is closed, the TMA/arrow board combination shall be replaced with an arrow board without attenuator. The second sentence of the third paragraph is revised to read: A truck mounted attenuator with arrow board is required during the process of closing each additional lane and is to be replaced with an arrow board without attenuator after the lane is closed. 1 10.3(2)D Mobile Operations The first sentence of the first paragraph is revised to read: TUKWILA EMERGENCY WORK City of Tukwila S1ProjectslProjecls12009109026- 01- TUkwilaLevee1 500- Preconst ruction1505- PlansAndSpecs1ConstruolionContracl \Tukwila EmergencyWork Agrmt.l0- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -12 Where construction operations are such that movement along the length of a Roadway is continuous or near continuous to the extent that a stationary traffic control layout will not be effective, the Contractor may implement a moving, or mobile, traffic control scheme. 1 10.3(3)A Construction Signs The third paragraph is revised to read: All existing signs, new permanent signs installed under this Contract, and construction signs installed under this Contract that are inappropriate for the traffic configuration at a given time shall be removed or completely covered in accordance with Section 8- 21.3(3). The seventh sentence of the fourth paragraph is revised to read: Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one to three days. The fourth paragraph is supplemented with the following: Tripod mounted signs in place more than three days in any one location, unless approved by the Engineer, shall be required to be post mounted and shall be classified as Class A construction signs. The fifth paragraph is revised to read: Where it is necessary to add weight to signs for stability, sand bags or other similar ballast may be used but the height shall not be more than 4- inches above the Roadway surface, and shall not interfere with the breakaway features of the device. The Contractor shall follow the manufacturer's recommendations for sign ballasting. 1 10.3(3)B Sequential Arrow Signs The second and third sentences of the first paragraph are deleted. 1 10.3(3)C Portable Changeable Message Sign The second sentence of the first paragraph is deleted. 1 10.3(3)D Barricades The second paragraph is revised to read: Where it is necessary to add weight to barricades for stability, sand bags or other similar ballast may be used but the height shall not be more than 4- inches above the Roadway surface and shall not interfere with the breakaway features of the device. The Contractor shall follow the manufacturer's recommendation for sign ballasting. 1 10.3(3)E Traffic Safety Drums The second paragraph is revised to read: Used drums may be utilized, provided all drums used on the project are of essentially the same configuration and the devices conform to Section 1- 10.2(3). 1 10.3(3)G Traffic Cones This section including title is revised to read: TUKWILA EMERGENCY WORK City of Tukwila S:1ProjeclslProjects12009109026- 01- TukwilaLevee1500- Preconstruction1505- PlansAndSpecs1ConsWclionConlract1Tukwila _EmergencyWork Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -13 1- 10.3(3)G Traffic Cones and Tall Channelizing Devices Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, install and maintain traffic cones or tall channelizing devices. Cones and tall channelizing devices shall be kept in good repair and shall be removed immediately when directed by the Engineer. Where wind or moving traffic frequently displaces cones, an effective method of stabilizing them, such as stacking two together at each location, shall be employed or heavier weighted bases may be necessary. 1 10.3(3)J Truck Mounted Attenuator This section is supplemented with the following: A TMA may be used in lieu of a temporary impact attenuator when approved by the Engineer as part of a stage traffic control shift to protect an object such as blunt barrier end, or bridge pier column that is located within the work zone clear zone. This use of a TMA is restricted to a maximum of 3 days or approved extension by the Engineer. 1 10.3(3)K Portable Temporary Traffic Control Signal The first paragraph is revised to read: Where shown on an approved traffic control plan, the Contractor shall provide, operate, maintain and remove a portable temporary traffic control signal system to provide alternating one -lane traffic operations on a two -way facility. A portable temporary traffic control signal system shall be defined as two traffic control units that operate together. The system shall be trailer mounted, fully self- contained and designed so that it can be easily transported and deployed at different locations. The third sentence in the second paragraph is deleted. The following is inserted in front of the sixth paragraph: The Traffic Control Supervisor shall monitor and insure that the Portable Temporary Traffic Control Signal is fully operational and maintained as specified by the manufacturer. This Work may include cleaning and replacing lamps and other routine maintenance as needed. 1 10.4(2) Item Bids with Lump Sum for Incidentals The unit of measurement statement for "Portable Changeable Message Sign" is revised to read: "Portable Changeable Message Sign" will be measured by the hour for the time that each sign is operating as shown on an approved Traffic Control Plan. The unit of measurement statement for "Operation of Portable Changeable Message Sign" is deleted. The unit of measurement statement for "Portable Temporary Traffic Control Signal" is revised to read: No specific unit of measurement will apply to the lump sum item of "Portable Temporary Traffic Control Signal TUKWILA EMERGENCY WORK City of Tukwila S1Projects1Projecls120091 09026 -01- Tukwila Levee1500- Preconstruclion1505- PlansAndSpecslConslruclionContracll Tukwila_ EmergencyWork _Agrmt.l0- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -14 1- 10.5(1) Lump Sum Bid for Project (No Unit Items) This section is revised to read: "Project Temporary Traffic Control lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Contract Work defined in Section 1 -10, except for costs compensated by Bid Proposal items inserted through Contract Provisions as described in Section 1- 10.4(3). 1 10.5(2) Item Bids with Lump Sum for Incidentals The unit of measure for "Portable Changeable Message Sign" is revised to "per hour The bid item "Operation of Portable Changeable Message Sign" and the associated paragraph are deleted. The unit of measure for the bid item "Portable Temporary Traffic Control Signal," is revised to lump sum. The paragraph following "Portable Temporary Traffic Control Signal," is revised to read: The lump sum Contract price shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the Contract Work as described in Section 1- 10.3(3)K, including all costs for traffic control during manual control, adjustment, malfunction, or failure of the portable traffic control signals and during replacement of failed or malfunctioning signals. SECTION 2 -01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP April 7, 2008 2- 01.3(1) Clearing Item 3 .is deleted. The first sentence in Item 4. is revised to read: Follow these requirements for all stumps that will be buried deeper than 5 -feet from the top, side, or end surface of the embankment or any structure: 2 01.3(2) Grubbing Item 2. e, is revised to read: Upon which embankments will be placed except stumps may be close -cut or trimmed as allowed in Section 2- 01.3(1) item 4. SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS April 7, 2008 2- 02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters The first sentence in 3. is supplemented with the following: TUKWILA EMERGENCY WORK City of Tukwila S:1 Projects \Projects\ 2009169026- 01- TukwilaLevee1500- Preconstruction\ 505- PlansAndSpecs \Construction Contract1Tukwila_ EmergencyWork _Agrmt.l0- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -15 For removal of bituminous pavement, asphalt planing equipment may be used in lieu of sawcutting provided that a clean vertical edge remains. SECTION 2 -03, ROADWAY EXCAVATION AND EMBANKMENT January 7, 2008 2 -03.1 Description The first sentence in the first paragraph is revised to read: The Work described in this section, regardless of the nature or type of the materials encountered, includes excavating and grading the Roadway, excavating in borrow pits, excavating below grade, excavating channels and ditches, removing slide material, and disposing of all excavated material. 2 03.3(3) Excavation Below Grade The section title is revised to read: 2 03.3(3) Excavation Below Subgrade The first sentence in the fifth paragraph is revised to read: Compaction. If the density of the natural earth under any area of the Roadway is less than that required in Section 2- 03.3(14)C, Method B, the Engineer may order the Contractor to perform any or all of the following: 2 03.3(14)M Excavation of Channels This section including title is revised to read: 2 03.3(14)M Excavation of Channels and Ditches Channel Excavation: Open excavations 8 -feet or more wide at the bottom, but excludes channels that are part of the Roadway. Ditch Excavation: Open excavations less than 8 -feet wide at the bottom, but excludes ditches that are part of the Roadway. Before excavating channels or ditches, the Contractor shall clear and grub the area in accordance with Section 2 -01. 2 03.4 Measurement The first sentence in the first paragraph is revised to read: Roadway excavation, channel excavation, ditch excavation, unsuitable foundation excavation, and common borrow items will be measured by the cubic yard. The fourth sentence in the first paragraph is revised to read: For Roadway excavation, channel excavation and ditch excavation items, the original ground will be compared with the planned finished section shown in the Plans. 2 03.5 Payment The first paragraph is supplemented with the following: TUKWILA EMERGENCY WORK City of Tukwila S: IProjects1Projects12009109026- 01- TukwilaLevee1500- Preconstruction1 505- PlansAndSpecsl ConstructionContractakMa_ EmergencyWork _Agrm1.10- 14- 09(FINAL).doox October 2009 Attachment E Amendments to the Standard Specifications A -16 "Channel Excavation per cubic yard. "Channel Excavation Incl. Haul per cubic yard. "Ditch Excavation per cubic yard. "Ditch Excavation Incl. Haulm, per cubic yard. The first sentence in the second paragraph is revised to read: The unit Contract price per cubic yard for "Roadway Excavation "Roadway Excavation Incl. Haul "Roadway Excavation Area "Roadway Excavation Incl. Haul Area "Channel Excavation "Channel Excavation Incl. Haul "Ditch Excavation" and "Ditch Excavation Incl. Haul" shall be full compensation for all costs incurred for excavating, loading, placing, or otherwise disposing of the material. The second paragraph is supplemented with the following: When a bid item is not included in the proposal for channel excavation or ditch excavation all costs shall be included in roadway excavation. The third paragraph is revised to read: When the Engineer orders Work according to Section 2- 03.3(3), unit Contract prices shall apply, unless the Work differs materially from the excavation above Subgrade, then payment will be in accordance with Section 1 -04.4. SECTION 2 -10, DITCH EXCAVATION January 7, 2008 This section is deleted in its entirety. The section title is revised to read: 2 -10 VACANT SECTION 5 -04, HOT MIX ASPHALT August 3, 2009 5 -04.1 Description The first paragraph is supplemented with the following: The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives and foaming. 5 04.2 Materials The first paragraph is supplemented with the following: Warm Mix Asphalt Additive Recycled Asphalt Pavement 9 -02.5 9- 03.8(3)B The second sentence in the third paragraph is revised to read: If utilized, the amount of RAP shall not exceed 20- percent of the total weight of the HMA. TUKWILA EMERGENCY WORK City of Tukwila S: 1ProjectsTrojects12009109026- 01- TukwilaLevee1500- Preconstruction1505- PlansAndSpecslConstruclionContractlTukwila_ EmergencyWork _Agrmt.10- 14- 09(PINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -17 The following is inserted after the fourth sentence in the fourth paragraph: The substituted asphalt binder shall not exceed a one grade change for either of the design temperatures with a minimum pavement design temperature no lower than minus 28° C. The following paragraph is inserted after the fourth paragraph: The Contractor may use Warm Mix Asphalt (WMA) processes in the production of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. The reference to "pavement" in the fifth paragraph is revised to "HMA 5 04.3(1) HMA Mixing Plant The following item is inserted to follow item 2: 3. Heating of Asphalt Binder. The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25 °F. Also, when a WMA additive is included in the asphalt binder the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. Existing items 3. and 4. are renumbered to items 4. and 5. respectively. 5 04.3(3) Hot Mix Asphalt Pavers The following is inserted at the beginning of the second paragraph: Prior to the use of any HMA paver the Contractor shall certify the paver is equipped with the most current equipment available from the manufacturer for the prevention of the segregation of the coarse aggregate particles. The certification shall list the make, model and year of the paver and any equipment that has been retrofitted to the paver. The third paragraph is deleted. All references to "Engineer" in the seventh paragraph are revised to "Project Engineer This section is supplemented with the following sub section: 5 04.3(3)A Material Transfer DeviceNehicle Direct transfer of HMA from the hauling equipment to the paving machine will not be allowed in the top 0.30 feet of the pavement section of hot mix asphalt (HMA) used in traffic lanes with a depth of 0.08 feet or greater. A material transfer device or vehicle (MTDN) shall be used to deliver the HMA from the hauling equipment to the paving machine. HMA placed in irregularly shaped and minor areas such as road approaches, tapers and turn lanes are excluded from this requirement. The MTDN shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the TUKWILA EMERGENCY WORK City of Tukwila S9 Projects\ Projects\ 2009109026- 01- TUkwilaLevee\ 500- Preconslruclion1505- PlansAndSpecslConstructionContractlTUkwila_ EmergencyWork _AgrmL10- 14- 09(FINALydocx October 2009 Attachment E Amendments to the Standard Specifications A -18 windrow may be limited in urban areas or through intersections, at the discretion of the Project Engineer. 5 04.3(4) Rollers All references to "Engineer" in this section are revised to "Project Engineer 5 04.3(5)A Preparation of Existing Surfaces The reference to "will" in the third sentence of the second paragraph is revised to "shall 5 04.3(5)C Crack Sealing The reference to "U.S. No. 4 -0" in the first sentence of the second paragraph is revised to "No. 4 -0" 5 04.3(5)E Pavement Repair This section is revised to read: The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as staked. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Project Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Project Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift. The Project Engineer will determine the excavation depth, which may vary up to 1 -foot. The determination will depend on the location of material suitable for support of the pavement. The minimum width of any pavement repair area shall be 3 -feet unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed in a Contractor provided site off the Right of Way or used in accordance with Sections 2- 02.3(3) or 9- 03.21. Asphalt for tack coat shall be required as specified in Section 5- 04.3(5)A. A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35 -foot compacted depth. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5 04.3(6) Heating of Asphalt Binder This section including title is revised to read: 5- 04.3(6) Vacant 5- 04.3(7)A Mix Design The content of this section is revised and moved to the following sub sections: 5 04.3(7)A1 General The Contractor shall develop a mix design prior to the initial production of HMA and prior to the production of HMA each calendar year thereafter. The mix design aggregate structure and asphalt binder content shall be determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9- 03.8(2) and 9- 03.8(6). Mix designs that were developed during the calendar year prior to current year's production TUKWILA EMERGENCY WORK City of Tukwila S:1ProjectsTrojecls\20091 09026- 01- TukwilaLevee1 500- Preconstruclion1 505- PlansAndSpecs\ ConstructionConlractlTukwila_ EmergencyWork _Agrmt.l0- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -19 of HMA that have been issued a WSDOT mix design report will be accepted provided the Contractor submits a certification letter stating that the aggregate and asphalt binder have not changed. Changes to aggregate that may require a new mix design include the source of material or a change in the percentage of material from a stockpile greater than 5- percent. Changes to asphalt binder that may require a new mix design include the source of the crude petroleum supplied to the refinery, the refining process and additives or modifiers in the asphalt binder. 5 04.3(7)A2 Statistical or Nonstatistical Evaluation Mix designs for HMA accepted by statistical and nonstatistical evaluation shall be submitted to the Project Engineer on DOT form 350 -042. For a mix design that was originally developed for another WSDOT contract the Contractor shall also submit DOT form 350 -041 and include all changes to the job mix formula that have been approved on other contracts. The Contractor shall submit representative samples of the mineral materials that are to be used in the HMA production. The Contracting Agency will use these samples to conduct verification testing of the mix design in accordance with WSDOT Standard Operating Procedure 732 and to determine anti -strip requirements, if any, in accordance with WSDOT test method T 718. Verification testing of HMA mix designs proposed by the Contractor that include RAP will be completed without the inclusion of the RAP. Submittal of RAP samples is not required. A mix design report will be provided within 25- calendar days after a mix design submittal has been received in the State Materials Laboratory in Tumwater. No paving shall begin prior to issuance of the mix design report or reference mix design report for that year. 5 04.3(7)A3 Commercial Evaluation Mix designs for HMA accepted by commercial evaluation shall be submitted to the Project Engineer on DOT form 350 -042; only the first page is required. Verification of the mix design by the Contracting Agency is not required. The Project Engineer will determine anti -strip requirements for the HMA. Paving shall not begin before the anti -strip requirements have been provided to the Contractor. For commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use. 5 04.3(8) Mixing The second paragraph is revised to read: When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25 °F as shown on the mix design or reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2- percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Project Engineer. This section is supplemented with the following: Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and TUKWILA EMERGENCY WORK City of Tukwila S:1 Projects \Projects12009109026 -01- Tukwila Levee1500- Preconstruclion1505- PlansAndSpecs1Cons truclionContracll Tukwila_ EmergencyWork _Agrm1.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -20 mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Project Engineer. 5- 04.3(8)A Acceptance Sampling and Testing HMA Mixture The content of this section is revised and moved to the following sub sections: 5- 04.3(8)A1 General Acceptance of HMA shall be as provided under statistical, nonstatistical or commercial evaluation. Acceptance of HMA by statistical evaluation is administered under the provisions of Section 5- 04.5(1) Quality Assurance Price Adjustments. Statistical evaluation will be used for a class of HMA when the Proposal quantities for that class of HMA exceed 4,000 tons. Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal quantities for a class of HMA are 4,000 -tons or less. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of statistical and nonstatistical evaluation. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Project Engineer and may be made in accordance with Section 9- 03.8(7). 5- 04.3(8)A2 Aggregates For HMA accepted by statistical evaluation the gradation of aggregates will be included in the statistical calculations. The acceptance criteria for aggregate properties of sand equivalent, uncompacted void content and fracture will be their conformance to the requirements of Section 9- 03.8(2). These properties will not be included in the statistical evaluation. Sampling and testing of aggregates accepted by commercial evaluation will be at the option of the Project Engineer. 5- 04.3(8)A3 Sampling The random sampling of HMA will be by WSDOT Test Method T 716. Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with WSDOT FOP for WAQTC /AASHTO T 168. 5- 04.3(8)A4 Definition of Sampling Lot and Sublot A lot is represented by randomly selected samples that will be tested for acceptance with a maximum of 15- sublots per lot; the final lot may be increased to 25- sublots. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a TUKWILA EMERGENCY WORK City of Tukwila SA Projects1Projects12009109026- 01- TukwilaLevee1500- Preconstruction1505- PlansAndSpecsl ConstructionContracffukwila_ EmergencyWork _Agrml.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -21 CPF less than 0.75 a new lot will begin at the Contractor's request after the Project Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for statistical and nonstatistical evaluation shall be performed on the frequency of one sample per sublot. The sublots shall be approximately uniform in size with a maximum sublot size of 800 -tons. The quantity of material represented by the final sublot for either statistical or nonstatistical evaluation may be increased to a maximum of 2- times the sublot quantity calculated. Should a lot accepted by statistical evaluation contain fewer than three sublots, the HMA will be accepted in accordance with nonstatistical evaluation. 5 04.3(8)A5 Test Results The results of all acceptance testing performed in the field and the Composite Pay Factor (CPF) of the lot after three sublots have been tested will be available to the Contractor through WSDOT's website. The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7- calendar days after the specific test results have been posted to the website. A split of the original acceptance sample will be sent for testing to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Project Engineer. The split of the sample will not be tested with the same equipment or by the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content and Va and the results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $250 per sample. 5 04.3(8)A6 Test Methods Testing of HMA for compliance of Va will be by WSDOT Standard Operating Procedure SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11. 5 04.3(8)A7 Test Section HMA Mixture For each class of HMA accepted by statistical evaluation the Contractor may request a test section to determine if the mixture meets the requirements of Sections 9- 03.8(2) and 9- 03.8(6). The test section shall be constructed at the beginning of paving and will be at least 600 -tons and a maximum of 1000 -tons or as approved by the Project Engineer. No further wearing or leveling HMA will be paved the day of or the day following the construction of the test section. The mixture in the test section will be evaluated as a lot with a minimum of 3 sublots required. 5 04.3(9) Spreading and Finishing The nominal compacted depth for HMA Class 3/4' and HMA Class 1 /2" listed under the first paragraph is revised to read: HMA Class 3 /4" and HMA Class 1 /2" wearing course 0.30 -feet other courses 0.35 -feet TUKWILA EMERGENCY WORK City of Tukwila wrojectslProjectsvomoson- Oldukwilkevee1 500- Preconstruction1 505- PlansAndspecs lconsWclionconlracll Tukwila_ Emergencywork _Agrmm- u- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -22 5- 04.3(10)A General The second sentence in the third paragraph is revised to read: An exception shall be that pneumatic tired rollers shall be used for compaction of the wearing course beginning October 1st of any year through March 31st of the following year. The sixth sentence in the third paragraph is revised to read: Rollers shall only be operated in static mode on bridge decks. 5 04.3(10)B Control The content of this section is revised and moved to the following sub sections: 5 04.3(10)B1 General HMA mixture accepted by statistical or nonstatistical evaluation that is used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 -foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1 -06.2, using a minimum of 91.0- percent of the reference maximum density as determined by WSDOT FOP for AASHTO T 209. The specified level of density attained will be determined by the statistical evaluation of tests taken in accordance with FOP for WAQTC TM 8 and WSDOT SOP T 729 on the day the mix is placed (after completion of the finish rolling). Each compaction lot will be divided into sublots with a maximum of 15- sublots per lot; the final lot may be increased to 25- sublots. Sublots will be uniform in size with a maximum of approximately 80 -tons per sublot; the final sublot of the day may be increased to 120 tons. The sublot locations within each density lot will be determined by the stratified random sampling procedure conforming to WSDOT Test Method T 716. For a lot in progress with a CPF less than 0.75 a new lot will begin at the Contractor's request after the Project Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Project Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5 04.3(10)B2 Cyclic Density The Project Engineer may also evaluate the HMA for low cyclic density of the pavement in accordance with WSDOT SOP 733. Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90.0- percent of the reference maximum density. Any area tested for density under Section 5- 04.3(10)B1 will be included in this evaluation. A $500 price adjustment will be assessed for any 500 -foot section with two or more density readings below 90.0- percent of the reference maximum density. TUKWILA EMERGENCY WORK City of Tukwila S:\Projects\ Projects\ 2009109026- 01- TukwilaLevee 1500- Preconstruction\ 505- PlansAndSpecs1ConslmctionContractlTukwila EmergencyWork _Agrml.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -23 5- 04.3(10)B3 Longitudinal Joint Density. The Project Engineer will evaluate the HMA wearing surface for low density at the longitudinal joint in accordance with WSDOT SOP 735. Low density is defined as less than 90.0- percent of the reference maximum density. If 1 density reading, at either longitudinal joint, is below 90.0- percent of the reference maximum density, a $200 price adjustment will be assessed for that sublot. 5 04.3(10)B4 Test Results The nuclear moisture density gauge results of all compaction acceptance testing and the CPF of the lot after three sublots have been tested will be available to the Contractor through WSDOT's website. Determination of the relative density of the HMA with a nuclear moisture density gauge requires a correlation factor and may require resolution after the correlation factor is known. Acceptance of HMA compaction will be based on the statistical evaluation and CPF so determined. For a sublot that did not meet the minimum of 91.0- percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear moisture density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. The core will be taken at approximately the same location as the nuclear moisture density gauge test in the compaction sublot being challenged. Traffic control shall be provided by the Contractor as requested by the Project Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5 04.3(11) Reject HMA The section heading is revised to read: 5 04.3(11) Reject Work The content of this section is revised and moved to the following sub sections: 5 04.3(11)A General Work that is defective or does not conform to Contract requirements shall be rejected. 5 04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5 04.3(11)C Rejection Without Testing The Project Engineer may, without sampling, reject any batch, Toad, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. TUKWILA EMERGENCY WORK City of Tukwila S: 1Projects1Projecls12009109026- 01- TukwilaLevee1 500- Preconstruction1505- PlansAndSpecs1ConstructionContract 1Tukwila EmergencyWork Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -24 No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of 3 representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the statistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material, and in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75 the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25- percent of the unit Contract price added for the cost of removal and disposal. 5- 04.3(11)D Lots and Sublots 5- 04.3(11)D1 A Partial Sublot In addition to the random acceptance sampling and testing, the Project Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of 3 random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1- 06.2(2). 5 04.3(11)D2 An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of 2 additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1- 06.2(2). 5 04.3(11)D3 ALot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Project Engineer is satisfied that material conforming to the Specifications can be produced: a. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or b. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or c. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 5 04.3(11)D4 An Entire Lot An entire lot with a CPF of less than 0.75 will be rejected. The designated percentage reduction as defined in Section 1- 06.2(2)B under Financial Incentive Paragraph 1, Item 3, shall be 25- percent. 5 04.3(12)A Transverse Joints The first and second sentences of the second paragraph are revised to read: TUKWILA EMERGENCY WORK City of Tukwila S:1Projectsl Projects@ 009109026- 01- TukwilaLevee1 500- Preconstruclion1505- PlansAndSpecslConstructionContracll Tukwila_ EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -25 A temporary wedge of HMA constructed on a 50H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. 5 04.3(12)B Longitudinal Joints The first two paragraphs are revised to read: The longitudinal joint in any 1 course shall be offset from the course immediately below by not more than 6- inches nor less than 2- inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. On one -lane ramps a longitudinal joint may be constructed at the center of the traffic lane, subject to approval by the Project Engineer, if: 1. The ramp must remain open to traffic, or 2. The ramp is closed to traffic and a hot -lap joint is constructed. a. If a hot -lap joint is allowed at the center of the traffic lane, 2 paving machines shall be used; a minimum compacted density in accordance with Section 5- 04.3(10)B shall be achieved throughout the traffic lane; and construction equipment other than rollers shall not operate on any uncompacted mix. The reference to Standard Plan A -1 in the third paragraph is revised to read "Standard Plan A40.10 -00." 5 04.3(16) Weather Limitations The first sentence of the first paragraph is revised to read: HMA for wearing course shall not be placed on any Traveled Way beginning October 1st of any year through March 31st of the following year without written approval from the Project Engineer. The chart for Surface Temperature Limitation is revised to read: Surface Temperature Limitation Compacted Wearing Course Other Courses Thickness (Feet) Less than 0.10 1 55 °F 1 45 °F 0.10 to 0.20 1 45 °F 1 35 °F More than 0.20 1 35 °F 1 35 °F 5 04.3(19) Sealing of Pavement Surfaces This section is revised to read: Where shown in the Plans, the Contractor shall apply a fog seal. The fog seal shall be constructed in accordance with Section 5 -02.3. Unless otherwise approved by the Project Engineer, the fog seal shall be applied prior to opening to traffic. TUKWILA EMERGENCY WORK City of Tukwila S: 1Projects1Projects12009109026- 01- TukwilaLevee1 500- Preconslruclion1505- PlansAndSpecs1ConstructionConlract1TUkwila EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -26 5- 04.3(21) Asphalt Binder Revision This section including title is revised to read: 5- 04.3(21) Vacant 5 -04.4 Measurement The measurement statement for Asphalt For Fog Seal is revised to read: Asphalt For Fog Seal will be measured by the ton as provided in Section 5 -02.4. 5 04.5 Payment The payment statement for Asphalt for Fog Seal is revised to read: Payment for "Asphalt for Fog Seal" is described in Section 5 -02.5. The reference to "item 1B" in the payment statement for "Longitudinal Joint Density Price Adjustment" is deleted. 5 04.5(1) Quality Assurance Price Adjustments The table of Price Adjustment Factors is revised to read: Table of Price Adjustment Factors Constituent All aggregate passing No. 8 sieve All aggregate passing No. 200 sieve Asphalt binder Air Voids, Va The second paragraph is revised to read: Factor "f" All aggregate passing: 1 1", 3 1 /2I 3 /s° and 2 No.4 sieves 15 20 40 20 A pay factor will be calculated for each sieve listed that is equal to or smaller than the maximum allowable aggregate size (100 percent passing sieve), asphalt binder and percent air voids (Va). 5 04.5(1)B Price Adjustments for Quality of HMA Compaction This section is revised to read: For each compaction control lot with one or two sublots having all sublots attain a relative density that is 91.0- percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 91.0- percent of the reference maximum density the lot shall be evaluated in accordance with Section 1 -06.2 to determine the appropriate CPF. Additional TUKWILA EMERGENCY WORK City of Tukwila S9ProjeclsTrojecls12009\ 09026- 01- TukwilaLeyee1500- PreconsWction1 505- PlansAndSpecs \ConstructionContracl \Tukwila EmergencyWork Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -27 testing by either a nuclear moisture density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For each compaction control lot with three or more sublots, a Compaction Incentive Price Adjustment Factor (CIPAF) will be determined. The CIPAF equals the algebraic difference of the CPF minus 1.00 multiplied by 40- percent. The Compaction Price Adjustment will be calculated as the product of CIPAF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. SECTION 5 -05, CEMENT CONCRETE PAVEMENT August 3, 2009 5 -05.2 Materials Dowel bars and the referenced section are revised to read: Corrosion Resistant Dowel Bars 9- 07.5(2) This section is supplemented with the following: Concrete Patching Material 9 -20 5 05.3(1) Concrete Mix Design for Paving Number 1. Materials is revised to read: 1. Materials. Materials shall conform to Section 5 -05.2. Fine aggregate shall conform to Section 9- 03.1(2), Class 1. Coarse aggregate shall conform to Section 9- 03.1(4) AASHTO grading No. 467. An alternate combined gradation conforming to Section 9- 03.1(5) may be proposed, that has a nominal maximum aggregate size equal to or greater than a 1 -inch square sieve. The first sentence in number 2. Submittals, is revised to read: The Contractor's submittal shall include the mix proportions per cubic yard, test results from beams and cylinders and the proposed sources for all ingredients including the fly ash. The fourth sentence in number 2. Submittals, is revised to read: In addition the Contractor shall fabricate, cure, and test 5 sets of cylinders, for evaluation of 28 -day strengths, according to WSDOT FOP's for AASHTO T 22 and AASHTO T 23 using the same mix design as used in fabrication of the beams. The fifth sentence in number 2. Submittals, is deleted. The sixth sentence in number 2. Submittals, is revised to read: Mix designs submitted by the Contractor shall provide a unique identification for each proposal and shall include test data confirming that concrete made in accordance with the proposed design will meet the requirements of these Specifications and the 28 day compressive strength results. Number 3. Mix Design Modifications is revised to read: TUKWILA EMERGENCY WORK City of Tukwila S9ProjeclsTrojects12009109026- 01- TukwilaLevee 150(1- Preconstruction\ 505- PlansAndSpecs\ ConstructionConlractlTUkwila _EmergencyWork Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -28 3. Conformance to Mix Design. Cement, coarse and fine aggregate weights shall be within the following tolerances of the mix design: Portland Cement Concrete Batch Volumes Cement I +5% I -1% Coarse 200 Pounds 200 Pounds Aggregate Fine Aggregate I 200 Pounds I 200 Pounds If the total cementitious material weight is made up of different components, these component weights shall be within the following tolerances: 1. Portland cement weight plus 5- percent or minus 1- percent of that specified in the mix design. 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5- percent of that specified in the mix design. 3. Microsilica weight plus or minus 10- percent of that specified in the mix design. Water shall not exceed the maximum water specified in the mix design. The Contractor may initiate minor adjustments to the approved mix proportions within the tolerances noted above without resubmitting the mix design. Utilizing admixtures to accelerate the set or to increase workability will be permitted only when approved by the Engineer. Only non chloride accelerating admixtures that meet the requirements of Section 9 -23.6 Admixture for Concrete, shall be used. The Contractor shall notify the Engineer in writing of any proposed modification. A new mix design will designate a new lot. 5 05.3(3) Equipment This section is revised to read: Equipment necessary for handling materials and performing all parts of the Work shall conform to the following requirements: 5 05.3(3)C Finishing Equipment The second sentence in the first paragraph is revised to read: On other roads and on WSDOT projects requiring less than 1000 square yards of cement concrete pavement or requiring individual placement areas of less than 1000 square yards, irregular areas, intersections and at locations inaccessible to slip -form paving equipment, cement concrete pavement may be placed with approved placement and finishing equipment utilizing stationary side forms. 5 05.3(4)A Acceptance of Portland Cement Concrete Pavement The fifth paragraph is revised to read: TUKWILA EMERGENCY WORK City of Tukwila S:1 ProjeclsTrojects12009109026- 01- TUkwilaLevee1500- PreconsWction1505- PlansAndSpecsl Construct ionConlractlTukwila_ EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -29 The point of acceptance will be per WAQTC FOP for TM 2 or at the point of discharge when a pump is used. The seventh paragraph is revised to read: For the purpose of acceptance sampling and testing, a lot is defined as having a maximum of 15 sublots that was produced for the same class of mix. The final lot may be increased to 25 sublots. All of the test results obtained from the same lot shall be evaluated collectively. The quantity represented by each sample will constitute a sublot. Sampling and testing shall be performed on a random basis at the frequency of one sample per sublot. Sublot size shall be determined to the nearest 10 -cubic yards to provide not less than three uniform sized sublots with a maximum sublot size of 500 -cubic yards. The eighth paragraph is deleted. The third sentence in the ninth paragraph is deleted. The following is inserted after the tenth paragraph: Rejection of Concrete 1. Rejection by the Contractor. The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material at no expense to the Contracting Agency. Any such new material will be sampled, tested and evaluated for acceptance. 2. Rejection Without Testing. The Engineer may reject any load that appears defective prior to placement. Material rejected before placement shall not be incorporated into the pavement. No payment will be made for the rejected materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected materials tested, a sample will be taken and both the air content and strength shall be tested by WSDOT. Payment for rejected material will be based on the results of the 1 sample, which was taken and tested. If the rejected material fails either test, no payment will be made for the rejected material and in addition, the cost of sampling and testing, at the rate of $250.00 per sample shall be borne by the Contractor. If the rejected material passes both tests the mix will be compensated at a CPF of 1.00 and the cost of the sampling and testing will borne by the Contracting Agency. Statistical Acceptance The results of all acceptance testing performed in the field and the Composite Pay Factor (CPF) of the lot after three sublots have been tested will be available to the contractor through WSDOT's website The 14th paragraph Rejection of Concrete and the remainder of this section is deleted and replaced with the following: Non Statistical Acceptance Concrete will be accepted based on conformance to the requirement for air content, and the compressive strength at 28 -days for sublots as tested and determined by the Contracting Agency. The lower Specification limit for Air Content shall be 3.0- percent, and TUKWILA EMERGENCY WORK City of Tukwila S:1 Projects1Projects12009109026- 01- TukwilaLevee\ 500- Preconstruction1505- PlansAndSpecs 1ConstructionContraclqukwila EmergencyWork Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -30 the upper Specification limit for Air Content shall be 7.0- percent. The lower Specification limit for compressive strength shall be 1200 -psi less than that established in the mix design as the arithmetic mean of the 5 sets of 28 -day compressive strength cylinders, or 3000 -psi, whichever is higher. These compressive strength cylinders are to be cast at the same time as the flexural beams that were used to prequalify the mix design under Section 5- 05.3(1). Each sublot will be deemed to have met the specified compressive strength requirement when both of the following conditions are met: 1. Individual strength tests do not fall below the lower specification limit for strength by more than 12 percent or 500 -psi, whichever is least. 2. An individual strength test averaged with the 2 preceding individual strength tests meets or exceeds the lower specification limit for strength. When compressive strengths fail to satisfy one or both of the above requirements, the Contractor may request acceptance of in -place concrete strength based on core results. This method will not be used if the Engineer determines coring would be harmful to the integrity of the Structure. Cores, if allowed, will be obtained by the Contractor in accordance with AASHTO T 24 and delivered to the Contracting Agency for testing in accordance with AASHTO T 22. If the concrete in the Structure will be dry under service conditions, the core will be air dried at a temperature of between 60 °F and 80 °F and at a relative humidity of less than 60- percent for 7 -days before testing, and will be tested air dry. Acceptance for each sublot by the core method requires that the average compressive strength of 3 cores be at least 85- percent of the specified strength with no 1 core less than 75- percent of the specified strength. When the Contractor requests strength analysis by coring, the results obtained will be accepted by both parties as conclusive and supersede all other strength data for the concrete sublot. If the Contractor elects to core, cores shall be obtained no later than 50 -days after initial concrete placement. The Engineer will concur in the locations to be cored. Repair of cored areas shall be the responsibility of the Contractor. The cost incurred in coring and testing these cores, including repair of core locations, shall be borne by the Contractor. 5 05.3(8) Joints The first paragraph is revised to read: Joints in cement concrete pavement will be designated as longitudinal and transverse contraction joints, longitudinal and transverse construction joints, or isolation joints and shall be constructed as shown in the Plans and in accordance with the following provisions: 5 05.3(8)A Contraction Joints The fifth paragraph is revised to read: When cement concrete pavement is placed adjacent to existing cement concrete pavement, the vertical face of all existing working joints shall be covered with a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer. 5 05.3(8)B Sealing Sawed Contraction Joints The fifth sentence is revised to read: TUKWILA EMERGENCY WORK City of Tukwila WrojeclsTrojects12009109026- 01- Tukwilalevee1500- Preconstruction1505- PlansAndSpecsl Construct ionContractlTUkwila_ EmergencyWork _Agrmt.l0- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -31 The hot poured compound and the cold poured compound shall be applied under sufficient pressure to fill the groove from bottom to top and the cured joint sealant shall be between 1/4 inch and 5/8 inch below the top surface of the concrete. This section is supplemented with the following new sub section: 5 05.3(8)D Isolation Joints Premolded joint filler in accordance with Section 9- 04.1(2) shall be placed as detailed in the Plans through the full depth of concrete pavement when drainage features are placed within the concrete pavement. 5 05.3(10) Tie Bars and Dowel Bars This section including title is revised to read: 5 05.3(10) Tie Bars and Corrosion Resistant Dowel Bars Tie bars shall be placed at all longitudinal contraction and construction joints, in accordance with the requirements shown in the Standard Plan. In addition, tie bars shall be installed when concrete Shoulders are placed as a separate operation or when widening existing pavement. Tie bars shall be placed at longitudinal construction joints between lanes in a manner that the individual bars are located at the required elevation and spaced as shown in the Standard Plan and in a manner that the vertical edge of the concrete is not deformed or otherwise damaged during placement of the bars. Placement tolerances for tie bars shall be within 1 -inch of the middle of the concrete slab, within 1 -inch of being centered over the joint and placed parallel or perpendicular to centerline within 1 -inch of the vertical and horizontal plane. Corrosion resistant dowel bars will be required for the construction joint at the end of paving operations each day and they shall be placed in accordance with the Standard Plan. Corrosion resistant dowel bars shall be placed at all transverse contraction joints as shown in the Contract or in accordance with the Standard Plans. All dowel bars shall have a parting compound, such as curing compound, grease or other Engineer approved equal applied to them prior to placement. Any dowel bar delivered to the project that displays rust/oxidation, pinholes, questionable blemishes, or deviate from the round shall be rejected. The Contractor shall furnish a Manufacturer's Certificate of Compliance in accordance with Section 1- 0.6.3, including mill test report, verifying conformance to the requirements of Section 9- 07.5(2) as well as written certification identifying the patching material, when applicable, used at cut dowel bar ends. Only one type of corrosion resistant dowel bars will be allowed per contract; intermixing of different corrosion resistant dowel bars types will not be allowed. Placement tolerances for dowel bars shall be within 1 -inch of the middle of the concrete slab, within 1 -inch of being centered over the transverse joint and parallel to centerline within -inch of the vertical and the horizontal plane. Cutting of stiffeners within the dowel bar cage is not allowed. TUKWILA EMERGENCY WORK City of Tukwila SAProjecls1Projectst 2069109026- 01- TukwilaLevee1 500- Preconstruction1505- PlansAndSpecs lConsWCtionContractl Tukwila_ EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -32 When fresh concrete pavement is to be placed against pre project existing cement concrete pavement, tie bars shall be drilled and set into the existing pavement with an epoxy bonding agent in accordance with the Standard Plan and specified tolerances for placement of tie bars. The epoxy- bonding agent shall be either Type I or IV epoxy resin as specified in Section 9 -26. The Contractor may use any method for drilling the holes, provided the method selected does not damage the existing concrete. Any damage caused by the Contractor's operations shall be repaired by the Contractor in accordance with Section 1- 07.13. The tie bar holes shall be blown clean with compressed air before grouting. The bar shall be centered in the hole for the full length of embedment before grouting. The grout shall then be pumped into the hole around the bar in a manner that the back of the hole will be filled first. Blocking or shimming shall not impede the flow of the grout into the hole. Dams, if needed, shall be placed at the front of the holes to confine the grout. The dams shall permit the escape of air without leaking grout and shall not be removed until grout has cured in the hole. 5- 05.3(11) Finishing The first sentence in the second paragraph is revised to read: Any edge slump of the pavement, exclusive of specified edging, in excess of -inch shall be corrected before the concrete has hardened. 5- 05.3(12) Surface Smoothness In the fourth sentence of the seventh paragraph, the reference to "age" is revised to "strength". The eighth paragraph is revised to read: Smoothness perpendicular to the centerline will be measured with a 10 -foot straight edge across all lanes with the same cross slope, including shoulders when composed of Cement Concrete Pavement. The overlapping 10 -foot straight edge measurement shall be discontinued at a point six inches from the most extreme outside edge of the finished Cement Concrete Pavement.. The transverse slope of the finished pavement shall be uniform to a degree such that no variations greater than '/4 -inch are present when tested with a 10 -foot long straightedge laid in a direction perpendicular to the centerline. Any areas that are in excess of this specified tolerance shall be corrected by abrasive means. 5- 05.3(22) Repair of Defective Pavement Slabs The third paragraph is revised to read: SpaIls and edge slumping shall be repaired by making vertical saw cuts at least 3- inches outside the affected area and to a minimum depth of 2- inches. SpaII repairs that encounter dowel bars or are within 6 inches of a dowel bar will not be permitted. These spall areas shall be repaired by replacing a half or full panel as permitted by the Engineer. Removal of the existing pavement shall not damage any pavement to be left in place. If jackhammers are used for removing pavement, they shall not weigh more than 30- pounds, and chipping hammers shall not weigh more than 15- pounds. All power driven hand tools used for the removal of pavement shall be operated at angles less than 45- degrees as measured from the surface of the pavement to the tool. The patch limits shall extend beyond the spalled area a minimum of 3.0- inches. Repair areas shall be kept square or rectangular. Repair areas that are within 12.0- inches of another repair area shall be combined. TUKWILA EMERGENCY WORK City of Tukwila S: 1Projecls1Projects12009109026- 01- TUkwilaLevee1 500- Preconslruction1505- PlansAndSpecs1ConstructionContract \Tukwila EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -33 The Contractor shall remove material within the perimeter of the saw cut to a depth of 2.0- inches, or to sound concrete as determined by the Engineer. The surface patch area shall be sand blasted and all loose material removed. All sandblasting residue shall be removed using dry oil -free air. When a partial depth repair is placed directly against an adjacent longitudinal joint a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer shall be placed between the existing concrete and the area to be patched. Patches that abut working transverse joints or cracks require placement of a compressible insert. The new joint or crack shall be formed to the same width as the existing joint or crack. The compressible joint material shall be placed into the existing joint 1.0 -inch below the depth of repair. The compressible insert shall extend at least 3.0- inches beyond each end of the patch boundaries. Patches that abut the lane /Shoulder joint require placement of a formed edge, along the slab edge, even with the surface. The patching material shall be mixed, placed, consolidated, finished and cured according to manufacturer's recommendations. Slab /patch interfaces that will not receive pavement grinding shall be sealed (painted) with a 1:1 cement -water grout along the patch perimeter. The Contractor shall reseal all joints in accordance with Section 5- 05.3(8)B. Opening to traffic shall meet the requirements of Section 5- 05.3(17). Low areas which grinding cannot feasibly remedy, shall be sandblasted, filled with epoxy bonded mortar, and textured by grinding. The epoxy bonding agent shall meet the requirements of Section 9- 26.1(1)B for Type II epoxy. 5 05.4 Measurement Number 2. under Cement concrete pavement is revised to read: 2. The length will be measured along the center of each Roadway or ramp. Epoxy coated dowel bar and the measurement statement is revised to read: Corrosion resistant dowel bar will be measured per each for the actual number of bars used in the completed Work. Epoxy coated tie bar and the measurement statement is revised to read: Tie bar with drill hole will be measured per each for the actual number of bars used in the completed Work. 5 05.5 Payment The payment statement for Cement Conc. Pavement is revised to read: The unit Contract price per cubic yard for "Cement Conc. Pavement" shall be full compensation for all costs incurred to carry out the requirements of Section 5 -05 except for those costs included in other items which are included in this sub section and which are included in the Proposal. TUKWILA EMERGENCY WORK City of Tukwila svrojectssTrojects\2009 \09026- oldukwilatevee\ 500- preconstruction\ 505- plansAndspecs \coostnrctioncontract\ Tukwila_ Emergencywork _Agrmt.10- 14- 09(FINAtpocx October 2009 Attachment E Amendments to the Standard Specifications A -34 The bid item "Epoxy Coated Dowel Bar" and the payment statement is revised to read: "Corrosion Resistant Dowel Bar per each, The unit Contract price per each for Corrosion Resistant Dowel Bar" shall be full payment for furnishing, and installing corrosion resistant dowel bars and any costs for drilling holes, placing dowel bars with baskets, furnishing and installing parting compound and all other costs associated with completing the installation of corrosion resistant dowel bars. The bid item "Epoxy Coated Tie Bar" and the payment statement is revised to read: "Tie Bar with Drill Hole per each. The unit Contract price per each, "Tie Bar with Drill Hole" shall be full payment for furnishing, and installing tie bars and any costs for drilling holes, and all other costs associated with installation of tie bars. The bid item "Cement Conc. Pavement Including Dowels" and the associated payment statement are deleted. SECTION 6 -01, GENERAL REQUIREMENTS FOR STRUCTURES August 3, 2009 6 -01.10 Utilities Supported by or Attached to Bridges The second sentence in the third paragraph is revised to read: The purple tint of the transparent film shall match Federal Standard 595 Color No. 37100. SECTION 6 -14, GEOSYNTHETIC RETAINING WALLS August 3, 2009 6- 14.3(7) Geosynthetic Retaining Wall Traffic Barrier and Geosynthetic Retaining Wall Pedestrian Barrier This section is supplemented with the following: The moment slab supporting the geosynthetic wall traffic barrier and geosynthetic wall pedestrian barrier shall be continuously wet cured for 3 days in accordance with Section 6- 02.3(11). SECTION 7 -02, CULVERTS December 1, 2008 7 -02.2 Materials The third paragraph is revised to read: Thermoplastic culvert pipe includes solid wall PVC culvert pipe, profile wall PVC culvert pipe, and corrugated polyethylene culvert pipe. Solid wall PVC culvert pipe, profile wall PVC culvert pipe, and corrugated polyethylene culvert pipe are acceptable alternates for Schedule A or B culvert pipe. In the chart for Culvert Pipe Schedules, for Schedule B, 15' 25', the references in the column for Thermoplastic PE or PVC for "PVC" are revised to "PE or PVC TUKWILA EMERGENCY WORK City of Tukwila S:1Projecls\Projects12009\ 09026- 01- TukwilaLevee\ 500- Preconstruction\ 505- PlansAndSpecs \ConstructionContract\Tukwila EmergencyWork Agrml.10- 14- 09(FINAL).docz October 2009 Attachment E Amendments to the Standard Specifications A -35 SECTION 7 -04, STORM SEWERS December 1, 2008 7 -04.2 Materials In the chart for Storm Sewer Pipe Schedules, for Schedule B, 15' 25', in the column for PE, insert "Allowed SECTION 7 -05, MANHOLES, INLETS, CATCHBASINS, AND DRYWELLS August 3, 2009 7 -05.2 Materials The referenced section for Precast Concrete Manhole is revised to 9- 05.50(2). The referenced section for Precast Concrete Catch Basins is revised to 9- 05.50(3). The referenced section for Precast Concrete Drywells is revised to 9- 05.50(5). This section is supplemented with the following: Precast Concrete Inlets 9- 05.50(4) SECTION 7 -07, CLEANING EXISTING DRAINAGE STRUCTURES August 3, 2009 7 -07.3 Construction Requirements The last sentence of the first paragraph is revised to read: Existing drainage facilities shall be kept clean throughout the life of the project and be clean upon final acceptance of the Work. This section is supplemented with the following: Material to be removed shall be disposed of in the following manner: 1. Structures specifically noted in the Contract that are suspected to contain contaminated sediment shall be disposed of at a licensed disposal facility. 2. While performing the Work, if drainage water and /or soil appear oily, exhibits an unusual color or odor, or if staining or corrosion is observed, the Contractor shall stop work and immediately notify the Engineer. Additional work necessary in handling materials shall be in accordance with Section 1 -04.4. 3. If sediment and water from structures does not meet the conditions described in 1 or 2 above, material may be placed in an upland area with no possibility of surface runoff to waters of the state, including wetlands. While performing the Work, the Contractor shall implement all necessary best management practices and measures to meet the conditions of Section 1 -07.5. TUKWILA EMERGENCY WORK City of Tukwila S: 1Projectsl Projects12009109026- 01- TUkwilaLevee1500- Preconstruction1505- PlansAndSpecs lConstruclionConlracl \Tukwila EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -36 SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL August 3, 2009 8 -01.1 Description This section is revised to read: This Work consists of furnishing, installing, maintaining, removing and disposing of high visibility fence, and water pollution and erosion control items in accordance with these Specifications and as shown in the Plans or as designated by the Engineer. 8 01.2 Materials The following is inserted below the item "Erosion Control Devices 9.14.5": High Visibility Fence 9 -14.5 8 01.3(1) General The following is inserted at the beginning of this section: The Contractor shall install a high visibility fence along the site preservation lines shown in the Plans or as instructed by the Engineer. Post spacing and attachment of the fence fabric to the posts shall be as shown in the Plans. The fence shall not be fastened to trees. Throughout the life of the project, the Contractor shall preserve and protect the delineated area, acting immediately to repair or restore any fencing damaged or removed. The following is inserted at the beginning of the paragraph above the table: All sediment control devices including, but not limited to sediment ponds, perimeter silt fencing, or other sediment trapping BMP's shall be installed prior to any ground disturbing activity. The first sentence in the eighth paragraph is revised to read: Erodible earth not being worked, whether at final grade or not, shall be covered within the following time period, using an approved soil covering practice: The ninth paragraph is revised to read: If the Engineer, under Section 1 -08.6, orders the Work suspended, the Contractor shall continue to control erosion, pollution, and runoff during the shutdown. 8 01.3(1)A Submittals The following is inserted after the first sentence: If modified, the Contractor's TESC Plan shall meet all requirements of Chapter 6 -2 of the current edition of the WSDOT Highway Runoff Manual. 8 01.3(1)C Water Management The following is inserted at the beginning of this section: TUKWILA EMERGENCY WORK City of Tukwila WrojeclsTrojecls12009109026- 01- TUkwilalevee1500- Preconstruction1505- PlansAndSpecs1ConstruclionContract1 Tukwila_ EmergencyWork _Agrml.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -37 Unless site water is to be managed in accordance with the conditions of a waste discharge permit from a local permitting authority, site water shall be managed as follows: Item 2. "Process Water" is supplemented with the following new first paragraph: High pH process water or wastewater (non stormwater) that is generated on -site, including water generated during concrete grinding, rubblizing, washout, and hydrodemolition activities, shall not be discharged to waters of the state including wetlands. Water may be infiltrated upon the approval of the Engineer. Off -site disposal of concrete process water shall be in accordance with Standard Specification 5- 01.3(11). 8 01.3(1)D Dispersion /Infilitration This section is revised to read: Water shall be conveyed only to dispersion or infiltration areas designated in the TESC Plan or to sites approved by the Engineer. Water shall be conveyed to designated dispersion areas at a rate that if runoff leaves the area and enters waters of the State, turbidity standards are achieved. Water shall be conveyed to designated infiltration areas at a rate that does not produce surface runoff. 8 01.3(2)D Mulching The second paragraph is supplemented with the following: Wood strand mulch shall be applied by hand or by straw blower. 8 01.3(2)E Tacking Agent and Soil Binders The second sentence in the fourth paragraph is revised to read: Pam may be reapplied on actively worked areas within a 48 -hour period. 8 01.3(6)D Wattle Check Dam The reference to Section 8 01.3(10) is revised to Section 9 14.5(5). 8 01.3(12) Compost Sock The last paragraph is deleted. 8 01.3(13) Temporary Curb The first paragraph is revised to read: Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles, or geotextile /plastic encased berms of sand or gravel, or as approved by the Engineer. 8 01.4 Measurement This section is supplemented with the following: High visibility fence will be measured by the linear foot along the ground line of the completed fence. 8 01.5 Payment This section is supplemented with the following: TUKWILA EMERGENCY WORK City of Tukwila SAProjectsTrojecls\ 2099 \09926- 01- TukwilaLevee1 509- Preconstruclion1595- PlansAndSpecs \ConstructionConlract\ Tukwila_ EmergencyWork _Agrmt.10- 14- 09(FINAL).docz October 2009 Attachment E Amendments to the Standard Specifications A -38 "High Visibility Fence per linear foot. The unit contract price per linear foot for "High Visibility Fence" shall be full pay for all costs to obtain, install, maintain, and remove the fence as specified. Once removed, the fencing shall remain the property of the Contractor. SECTION 8 -02, ROADSIDE RESTORATION April 7, 2008 8- 02.3(3) Planting Area Weed Control The second paragraph is deleted. This section is supplemented with the following: Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square and shall be secured by a minimum of 5 staples per mat. Mats and staples shall be installed according to the manufacturer's recommendations. SECTION 8 -12, CHAIN LINK FENCES AND WIRE FENCE August 3, 2009 8- 12.3(1)A Posts All references to "Type 3 fence" in the second and third paragraphs are revised to read "Type 3 and Type 4 fences The first sentence in the eighth paragraph is revised to read: Gate and pull posts shall be braced to the adjacent brace, end, or corner post(s) in the manner shown in the Standard Plans. The tenth paragraph is revised to read: All posts for chain link fence Types 1 and 6 shall be fitted with an approved top cap designed to fit securely over the post to support the top rail. All round posts for chain link fence Types 3 and 4 shall have approved top caps fastened securely to the posts. The base of the top cap fitting for round posts shall feature an apron around the outside of the posts. 8 12.3(1)C Tension Wire This section including title is revised to read: 8 12.3(1)C Tension Wire and Tension Cable Tension Wires shall be attached to the posts as detailed in the Standard Plans or as approved by the Engineer. Tension Cables shall be installed in accordance with Section 8- 25.3(5). 8 12.3(1)D Chain Link Fabric The following new paragraph is inserted in front of the first paragraph: Attach the chain link fabric after the cables and wires have been properly tensioned and /or the top rail has been installed. TUKWILA EMERGENCY WORK City of Tukwila WrojectsTrojects120091 09026- 01- TukwilaLevee1500- Preconstruclion1505- PlansAndSpecs1ConsWclionContractgukwila_ EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -39 The third and fourth sentences in the third paragraph are revised to read: Fastening to posts shall be with tie wire, metal bands, or other approved method attached at 14 -inch intervals. The top and bottom edge of the fabric shall be fastened with tie wires to the top rail, and with hog rings to the tension cable or top and bottom tension wires as may be applicable, spaced at 24 -inch intervals. 8 12.3(1)E Chain Link Gates The second sentence in the second paragraph is revised to read: The clean areas shall then be painted with 2 coats of paint conforming to Section 9- 08.1(2)B. SECTION 8 -21, PERMANENT SIGNING August 3, 2009 8- 21.3(4) Sign Removal The following two new paragraphs are inserted after the first sentence in the first paragraph: Sign Structures shall include sign bridges, cantilever sign Structures, bridge mounted sign brackets, and any other sign mounting structure shown in the Plans to be removed by the Contractor. The embedded anchors attaching signs and sign Structures specified for removal to existing concrete Structures shall be removed a minimum of one inch beneath the existing concrete surface. The void left by removal of the embedded anchors shall be coated with epoxy bonding agent and filled with grout. The epoxy bonding agent shall be Type II conforming to Section 9 -26.1 with the grade and class as recommended by the epoxy bonding agent manufacturer and as approved by the Engineer. The grout shall consist of cement and fine aggregate mixed in the proportions to match the color of the existing concrete surface as near as practicable. 8 21.3(9)F Bases This section including title is revised to read: 8 21.3(9)F Foundations The excavation and backfill shall be in conformance with the requirements of Section 2- 09.3(1)E. Where obstructions prevent construction of planned foundations, the Contractor shall construct an effective foundation satisfactory to the Engineer. The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation beneath the existing ground line is formed or cased instead of being cast against the existing soil forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfilled and compacted in accordance with Section 2- 09.3(1)E. Foundations shall be cast in one operation where practicable. The exposed portions shall be formed to present a neat appearance. Class 2 surface finish shall be applied to exposed surfaces of concrete in accordance with the requirements of Section 6- 02.3(14)B. TUKWILA EMERGENCY WORK City of Tukwila S: IProjectsl Projects12009109026- 01- TukwilaLevee1 500- Preconstruction1505- PlansAndSpecslConstructionContracllTukwila EmergencyWork _Agrm1.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A-40 Where soil conditions are poor, the Engineer may order the Contractor to extend the foundations shown in the Plans to provide additional depth. Such additional work will be paid for according to Section 1 -04.4. Forms shall be true to line and grade. Tops of foundations for roadside sign structures shall be finished to ground line, unless otherwise shown in the Plans or directed by the Engineer. Tops of foundations for sign bridges and cantilever sign structures shall be finished to the elevation shown in the Plans. Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Forms shall not be removed until the concrete has set at least three days. All forms shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. Foundation concrete shall conform to the requirements for the specified class, be cast -in- place concrete and be constructed in accordance with Section 6 -02.2 and 6 -02.3. Sign structures shall not be erected on concrete foundations until foundations have attained a compressive strength of 2,400 psi. In addition to the basic requirements, sign bridges and cantilever sign structures shall be installed in accordance with the following: 1. Tops of foundations for sign bridges and cantilever sign structures shall be finished to the elevation shown in the Plans. 2. Steel reinforcing bars shall conform to Section 9 -07. 3. Concrete shall be Class 4000, except as otherwise specified. Where water is present in the shaft excavations for Type 1 foundations for sign bridges and cantilever sign structures, the shaft concrete shall be Class 4000P placed in accordance with Section 6- 02.3(6)B. 4. All bolts and anchor bolts shall be installed so that two class full threads extend beyond the top of the top heavy -hex nut. Anchor bolts shall be installed plumb, plus or minus 1 degree. 5. Plumbing of sign bridges and cantilever sign structures shall be accomplished by adjusting leveling nuts. Shims or other similar devices for plumbing or raking will not be permitted. 6. The top heavy -hex nuts of sign bridges and cantilever sign structures shall be tightened in accordance with Section 6- 03.3(33), and by the Turn -Of -Nut Method to a minimum rotation of 1/4 turn and a maximum of 1/3 turn past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight. In addition to the basic requirements, roadside sign structures shall be installed in accordance with the following: TUKWILA EMERGENCY WORK City of Tukwila S1Projects1Projects12009109026- 01- TukwilaLevee1 590- Preconstruction1505- PlansAndSpecsl ConstructionContracffukwila_ EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A-41 1. Tops of foundations shall be finished to final ground line, unless otherwise shown in the Plans or staked by the Engineer. 2. Spiral reinforcing shall conform to AASHTO M32. All other steel reinforcement shall conform to the requirements of Section 9 -07. 3. Concrete shall be Class 3000. 4. The assembly and installation of all Type TP A or B bases for roadside sign structures shall be supervised at all times by either a manufacturer's representative or an installer who has been trained and certified by the manufacturer of the system. If the supervision is provided by a trained installer, a copy of the installer certification shall be provided to the Engineer prior to installation. 5. For all Type A or B bases the Contractor shall attach four female anchors to a flat rigid template following the manufacturer's recommendations. The Contractor shall lower the anchor assembly into fresh concrete foundation and vibrate into position such that the tops of the anchor washers are flush with the finished top surface of the foundation. The Contractor shall support the template such that all anchors are level and in their proper position. Slip base and hinge connection nuts of roadside sign structures shall be tightened using a torque wrench to the torque, and following the procedure, specified in the Standard Plans. 8 21.3(9)G Identification Plates The first and second sentences of this section are deleted. 8 21.3(10) Vacant This section is revised to read: 8 21.3(10) Sign Attachment Sign panels consisting of sheet aluminum or fiberglass reinforced plastic shall be attached or mounted to sign posts or sign structures as shown in the Standard Plans. Signs not conforming to the above, including all variable message sign (VMS) assemblies and other message board type assemblies, shall be attached or mounted to sign posts or sign structures by means of positive connections defined as through bolted connections. The use of clips or clamps to accomplish the attachment or mounting of such signs and assemblies is prohibited. 8 21.3(12) Steel Sign Posts This section is revised to read: For roadside sign structures on Type A or B bases, the Contractor shall use the following procedures and manufacturer's recommendations: 1. The couplings, special bolts, bracket bolts, and hinge connection nuts on all Type A or B bases shall be tightened using the Turn -Of -Nut Tightening Method to a maximum rotation of 1/2 turn past snug tight. TUKWILA EMERGENCY WORK City of Tukwila SAProjectslProjecls120091 09026- 01- TUkwilaLevee1500- Preconstruclion1505- PlansAndSpecs lConslruclionContract1 Tukwila_ EmergencyWork _Agrml.l0- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A-42 2. The Contractor shall shim as necessary to plumb the steel sign posts. For roadside sign structures on all Type PL and SB slip bases, the Contractor shall use the following procedures: 1. The Contractor shall assemble the steel sign post to stub post with bolts and flat washers as shown in the Standard Plans. 2. Each bolt be tightened using a torque wrench to the torque, and following the procedures specified in the Standard Plans. SECTION 8 -22, PAVEMENT MARKING April 6, 2009 8- 22.3(2) Preparation of Roadway Surfaces This section is revised to read: All surfaces shall be dry, free of any loose debris and within the proper temperature range prior to striping. When required by the pavement marking manufacturer's installation instructions, remove pavement markings from pavement surfaces that will adversely affect the bond of new pavement marking material to the roadway surface according to Section 8- 22.3(6). Remove all other contaminants from pavement surfaces that may adversely affect the installation of new pavement markings by sandblasting, shot blasting, or sweeping. Air blast the pavement with a high pressure system to remove extraneous or loose material. Apply materials to new HMA that is sufficiently cured according to the manufacturer's recommendations. Typically, Type D material applied to new HMA pavement requires a pavement cure period of 21 days. This cure period may be reduced if the manufacturer performs a successful bond test and approves the reduction of the pavement cure period. For new Portland Cement Concrete surfaces remove curing compounds and laitance by an approved mechanical means. Air blast the pavement with a high pressure system to remove extraneous or loose material. Apply materials to concrete that has reached a minimum compressive strength of 2,500 psi and that is sufficiently cured according to the manufacturer's recommendations. Typically, Type D material applied to Portland cement concrete pavement requires a pavement cure period of 28 days. This cure period may be reduced if the manufacturer performs a successful bond test and approves the reduction of the pavement cure period. After the pavement surface is clean and dry, apply primer as recommended by the manufacturer to the area receiving the pavement markings. Apply the primer in a continuous, solid film according to the recommendations of the primer manufacturer and the pavement markings manufacturer. 8 22.3(3) Marking Application The content of this section is deleted. This section is supplemented with the following new sub- sections: TUKWILA EMERGENCY WORK City of Tukwila S:1Projects1Projects120091 09026- 01- TukwilaLevee1500- Preconstruclion1 505- PlansAndSpecs1ConslruclionConlractqukwila _EmergencyWork Agrm1.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A-43 8- 22.3(3)A Marking Colors Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. Transverse markings shall be white, except as otherwise noted in the Standard Plans. 8 22.3(3)B Line Patterns Solid line a continuous line without gaps. Broken line a line consisting of solid line segments separated by gaps. Dotted line a broken line with noticeably shorter line segments separated by noticeably shorter gaps. 8 22.3(3)C Line Surfaces Flat Lines Pavement marking lines with a flat surface. Profiled Marking A profiled pavement marking is a marking that consists of a base line thickness and a profiled thickness which is a portion of the pavement marking line that is applied at a greater thickness than the base line thickness. Profiles shall be applied using the extruded method in the same application as the base line. The profiles may be slightly rounded provided the minimum profile thickness is provided for the length of the profile. See the Standard Plans for the construction details. Embossed Plastic Line Embossed plastic lines consist of a flat line with transverse grooves. An embossed plastic line may also have profiles. See the Standard Plans for the construction details. 8 22.3(3)D Line Applications Surface line a line constructed by applying pavement marking material directly to the pavement surface or existing pavement marking. Grooved line A line constructed by grinding or saw cutting a groove into the pavement surface and spraying, extruding or gluing pavement marking material into the groove. Groove depth is measured vertically from the bottom of a 2 -foot or longer straight edge placed on the roadway surface to the ground surface. The groove depth is dependent upon the material used, the pavement surface and location. See these Standard Specifications, the project Plans and Special Provisions. 8 22.3(3)E Installation Apply pavement marking materials to clean dry pavement surfaces and according to the following: 1. Place material according to the manufacture's recommendations; 2. Place parallel double lines in one pass; 3. The top of pavement marking shall be smooth and uniform; 4. Line ends shall be square and clean; 5. Place pavement marking lines parallel and true to line; and, 6. Place markings in proper alignment with existing markings. When applying paint, Type A or Type C material, ensure that both the pavement surface and the air temperature at the time of application are not less than 50 °F and rising. When TUKWILA EMERGENCY WORK City of Tukwila S:1Projecls1Projecls12009\ 09026- 01- TUkwilaLevee1500- PreconstNCtion1505- PlansAndSpecs lConstruclionContracl\TUkwila EmergencyWork Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A-44 applying Type B or Type D material, ensure that both the pavement surface and the air temperature at the time of application are not less than 40 °F and rising. Ensure that the Type A thermoplastic material meets the manufacturers temperature specifications when it contacts the pavement surface. Two applications of paint will be required to complete all paint markings. The second application of paint shall be squarely on top of the first pass. The time period between paint applications will vary depending on the type of pavement and paint (low VOC waterborne, high VOC solvent, or low VOC solvent) as follows: Pavement Type I Paint Type I Time Period Bituminous Surface Low VOC Waterborne 4 -hours min., Treatment 48 -hours max. Hot Mix Asphalt Pavement Low VOC Waterborne 4 -hours min., 30 -days max. Cement Concrete Low VOC Waterborne 4 -hours min., Pavement 30 -days max. Bituminous Surface High and Low VOC Solvent 40 min. min., Treatment 48 hrs. max. Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30 -days max. Cement Concrete High and Low VOC Solvent 40 min. min., Pavement 30 -days max. Centerlines on 2 -lane Highways with broken line patterns, paint or plastic, shall be applied in the increasing mile post direction so they are in cycle with existing broken line patterns at the beginning of the project. Broken line patterns applied to multi -lane or divided Roadways shall be applied in cycle in the direction of travel. Where paint is applied on centerline on two -way roads with bituminous surface treatment or centerline rumble strips, the second paint application shall be applied in the opposite (decreasing mile post) direction as the first application (increasing mile post) direction. This will require minor broken line pattern corrections for curves on the second application. 8 22.3(3)F Application Thickness Pavement markings shall be applied at the following base line thickness measured above the pavement surface or above the groove bottom for grooved markings in thousandths of an inch (mils): Marking Material Application HMA PCC BST Groove Depth Paint -first coat I spray 110 10 110 Paint- second coat I spray 115 15 115 Type A flat/transverse symbols 'extruded 1 125 125 1 125 Type A flat/long line symbols 'spray 190 90 1 120 Type A with profiles !extruded 190 190 1 120 TUKWILA EMERGENCY WORK City of Tukwila S:1ProjectsTrojects@ 009109026- 01- TUkwilaLevee1500- Preconstruct ion1505- PlansAndSpecsl ConstruclionContracllTukwila _EmergencyWork Agrm1.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A-45 Type A embossed Type A embossed with profiles Type A grooved /flat/long line Type B flat /transverse symbols Type C -2 flat/transverse symbols Type C -1 2 flat/long line Type C -1 grooved /flat/long line Type D flat/transverse symbols Type D flat/transverse symbols Type D flat/long line Type D flat/long fine Type D profiled /long line Type D grooved /flat/long line Mils thickness Feet of 4" line /gallon 10 483 15 322 18 268 20 242 22 220 24 202 30 161 40 122 45 107 60 81 90 54 90 with profiles 130 120 140 120 with profiles 126 230 121 1 extruded 1 160 1 extruded 1 160 1 extruded 230 heat fused adhesive adhesive adhesive spray extruded spray extruded extruded extruded 161 108 89 80 73 67 54 41 36 27 18 10 13 9 7 125 90 60 60 120 120 90 90 90 230 Square feet/gallon 1160 1160 1160 1160 1230 1230 125 125 90 NA 60 NA 60 NA 120 120 120 120 90 120 90 120 90 120 230 230 Mils thickness 1 Feet of 4" line /50# bag 1 Square feet/50# bag 30 flat 1358 1120 1250 100 250 Liquid pavement marking material yield per gallon depending on thickness shall not exceed the following: Solid pavement marking material (Type A) yield per 50 -pound bag shall not exceed the following: TUKWILA EMERGENCY WORK City of Tukwila S:IProjectslProjects12009 109026- 01- TukwilaLevee1 500- Preconstruclion1505- PlansAndSpecsl ConstructionConlracllTukwila_ EmergencyWork _AgrmL10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A-46 45 flat 60 flat 90 flat 90 flat with profiles 120 flat 120 flat with profiles 125 embossed 125 embossed with profiles 230- flat grooved 240 179 120 67 90 58 86 58 47 All grooved lines shall be applied into a groove cut or ground into the pavement. For Type A or Type D material the groove shall be cut or ground with equipment to produce a smooth square groove 4- inches wide. For Type C -1 material the groove shall be cut with equipment to produce a smooth bottom square groove with a width in accordance with the material manufacturer's recommendation. After grinding, clean the groove by shot blasting or a method approved by Engineer. Immediately before placing the marking material clean the groove with high pressure air. 8 22.3(3)A Glass beads This section is renumbered as follows: 180 160 40 23 30 20 129 20 15 8- 22.3(3)G Glass Beads The second sentence in the second paragraph is revised to read: For plastic pavement markings, glass bead type and application rate shall be as recommended by the marking material manufacturer. 8 22.3(4) Tolerances for Lines This section is revised to read: Allowable tolerances for lines are as follows: Length of Line The longitudinal accumulative error within a 40 -foot length of broken line shall not exceed plus or minus 1 -inch. The broken line segment shall not be less than 10 feet. Width of Line The width of the line shall not be less than the specified line width or greater than the specified line width plus -inch Lane Width the lane width, which is defined as the lateral width from the edge of pavement to the center of the lane line or between the centers of successive lane lines, shall not vary from the widths shown in the Contract by more than plus or minus 4- inches. TUKWILA EMERGENCY WORK City of Tukwila SA ProjectsTrojects12009109026- 01- TukwilaLevee1 500- Preconstruclion1505- PlansAndSpecs ConstruclionContract1Tukwila_ EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -47 Thickness a thickness tolerance not exceeding plus 10- percent will be allowed for thickness or yield in paint and plastic material application. Parallel Lines the gap tolerance between parallel lines is plus or minus 1 /2 -inch. 8 22.3(5) Plastic Installation Instructions This section's title is revised to read: 8 22.3(5) Installation Instructions The following new sentences are inserted to follow the first sentence: The instructions shall include equipment requirements, approved work methods and procedures, material application temperature range, air and pavement surface temperature requirements, weather limitations, precautions, and all other requirements for successful application and material performance. Do not use materials with incomplete or missing instructions. SECTION 8 -23, TEMPORARY PAVEMENT MARKINGS April 6, 2009 8- 23.3(2) Beading and Tolerances This section's content is deleted. This section's title is revised to read: 8 23.3(2) Marking Application This section is supplemented with the following new sub sections: 8 23.3(2)A Temporary Pavement Marking Paint Paint used for temporary pavement markings shall be applied in one application at a thickness of 15 -mils or 108 square feet per gallon. Glass beads shall be in accordance with Section 8- 22.3(3)G. 8 23.3(2)B Temporary Pavement Marking Tape Surface preparation and application of temporary pavement marking tape shall be in conformance with the manufacturer's recommendations. 8 23.3(2)C Temporary Raised Pavement Markers Surface preparation and application of temporary flexible raised pavement markers shall be in conformance with the manufacturer's recommendations. When temporary flexible raised pavement markers are used for bituminous surface treatment operations, the markers shall be installed with the protective cover in place. The cover shall be removed after spraying asphaltic material. Application of temporary raised pavement markers (other than temporary flexible raised pavement markers) shall conform to the requirements of Section 8 -09.3. 8 23.3(2)D Tolerance for Lines Tolerance for lines shall conform to Section 8- 22.3(4) TUKWILA EMERGENCY WORK City of Tukwila S:1Projects1Projects120091 99026 -01- Tukwila Levee1509- Preconstruction1505- PlansAndSpecslConslr uclionConlracffukwila_ EmergencyWork _Agrmt.l0- 14- 99(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A-48 SECTION 9 -00, DEFINITIONS AND TESTS August 3, 2009 9 -00 Definitions and Tests In regards to sieve sizes, all references in this division to "U.S" and "Square" are deleted. 9 00.4 Sieve Analysis of Aggregate This section including title is revised to read: 9 00 Sieves for Testing Purposes Test sieves shall be made either: (1) of woven wire cloth conforming to AASHTO Designation M 92 or ASTM Designation E 11, or (2) of square -hole, perforated plates conforming to ASTM Designation E 323. SECTION 9 -02, BITUMINOUS MATERIALS August 3, 2009 9 -02.1 Asphalt Material, General This section is supplemented with the following: The Asphalt Supplier of Performance Graded Asphalt Binder (PGAB) and Cationic Emulsified Asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and Emulsified Asphalts." The Asphalt Supplier's QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to be submitted. The Asphalt Supplier of PGAB and Cationic Emulsified Asphalt shall certify through the Bill of Lading that the PGAB or Cationic Emulsified Asphalt meets the Specification requirements of the Contract. 9 02.1(4)A Quality Control Plan This section including title is revised to read: 9 02.1(4)A Vacant This section is supplemented with the following new subsection: 9 02.5 Warm Mix Asphalt (WMA) Additive Additives for WMA shall be approved by the Engineer. SECTION 9 -03, AGGREGATES August 3, 2009 9 -03 Aggregates In regards to sieve sizes, all references in this division to "U.S" and "Square" are deleted. 9 03.1(1) General Requirements The reference to ASTM C -1260 in the third, fifth, and sixth paragraphs is deleted. The following new paragraph is inserted after the sixth paragraph: TUKWILA EMERGENCY WORK City of Tukwila s: Iprojeclslprojecismonso26- o1- Tukwiikeveemo- preconsWction1 505- mansAndspecsl conslructioncontractrrukwila _Emergencywork Agrml.lo- 14- ovINA4docx October 2009 Attachment E Amendments to the Standard Specifications A-49 The use of fly ash that does not meet the requirements of Table 2 of AASHTO M295 may be approved for use. The Contractor shall submit test results according to ASTM C 1567 through the Project Engineer to the State Materials Laboratory that demonstrate that the proposed fly ash when used with the proposed aggregates and portland cement will control the potential expansion to 0.20 percent or less before the fly ash and aggregate sources may be used in concrete. The Contracting Agency may test the proposed ASR mitigation measure to verify its effectiveness. In the event of a dispute, the Contracting Agency's results will prevail. 9 03.1(5)B Grading The table following the second paragraph is revised to read: Nominal 3 2 -1/2 2 1-Y2 1 Maximum Aggregate Size 3 3" 2 '/2" 2" 1 r 1" 3/ 4 2 3/ 8 No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 100 93 -100* 100 92 -100* 100 76 -90 90 -100* 100 66 -79 71 -88 87 -100* 100 54 -66 58 -73 64 -83 82 -100* 100 47 -58 51 -64 55 -73 62 -88 87 -100* 100 38 -48 41 -54 45 -61 57 -83 81 -100* 100 33 -43 35 -47 39 -54 43 -64 60 -88 86 -100* 100 22 -31 24 -34 26 -39 29 -47 34 -54 41 -64 48 -73 68 -100* 15 -23 16 -25 17 -29 19 -34 22 -39 27 -47 31 -54 39 -73 9 -17 10 -18 11 -21 12 -25 14 -29 17 -34 20 -39 24 -54 28 -73 5 -12 6 -14 6 -15 7 -18 8 -21 9 -25 11 -29 13 -39 16 -54 2 -9 2 -10 3 -11 3 -14 3 -15 4 -18 5 -21 6 -29 7 -39 0 -7 0 -7 0 -8 0 -10 0 -11 0 -14 0 -15 0 -21 0 -29 0 -2.0 0 -2.0 0 -2.0 0 -2.0 0 -2.0 0 -2.0 0 -2.0 0 -2.0 0 -2.5 Nominal Maximum Size 9- 03.4(2) Grading and Quality The table following the second paragraph is revised to read: Crushed Screening Percent Passing No.4- No. 10 0 I I I I No.4 No.4 No.4 1" 100 I 3 /4" I95 -1001 100 5 /e" I I95 -100 100 I 3 /4 1 /2 3 /8 No. 4 TUKWILA EMERGENCY WORK City of Tukwila S9Projects1Projectsl 2009109026- 01- TukwilaLevee1500- Preconstruction1505- PlansAndSpecslConstructionContractUukwila _EmergencyWork Agrml.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -50 y No. 4 0 -20 90 -100 I 100 100 0-5 60-85 70-90 90-100 100 0 -10 1 0 -3 0 -5 1 0 -20 76 -100 No. 10 0 -3 I I 0 -5 30 -60 No. 200 0 -1.5 0 -1.5 0-1.5 0-1.5 0-1.5 0-10.0 90 90 90 90 90 90 fracture, by weight, min. This section is supplemented with the following: Fine aggregate used for choke stone applications meeting the grading requirements of Section 9-03.1(2)B may be substituted for the No. 4 0 gradation. 9 03.6(3) Test Requirements The sentence above the last paragraph is revised to read: WSDOT Test Method T 718 Pass 9 03.8(2) HMA Test Requirements Under Mix Criteria, in the chart following number 4, "Modified Lottman Stripping Test" is revised to "Stripping Evaluation WSDOT Test Method T 718 9 03.8(3)B Gradation Recycled Asphalt Pavement and Mineral Aggregate This section is revised to read: The gradation for the new aggregate used in the production of the HMA shall be the responsibility of the Contractor, and when combined with recycled material, the combined material shall meet the gradation Specification requirements for the specified Class HMA as listed in Section 9- 03.8(6) or as shown in the Special Provisions. The new aggregate shall meet the general requirements listed in Section 9- 03.8(1) and Section 9- 03.8(2). No contamination by deleterious materials will be allowed in the old asphalt concrete used. 9 03.8(7) HMA Tolerances and Adjustments Number 1. including the associated chart is revised to read: 1. Job Mix Formula Tolerances. The constituents of the mixture at the time of acceptance shall conform to the following tolerances: TUKWILA EMERGENCY WORK City of Tukwila Wrojecl s1Projects12009109026- 01- TukwilaLevee1500- Preconstruclion1505- PlansAndSpecslConslructionContractqukwila_ EmergencyWork _Agrm1.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -51 Aggregate, percent passing 1", /z" and 6% 6% 8% sieves No.4sieve ±5% ±6% ±8% No. 8 sieve 4% 6% 8% No. 200 sieve 2.0% 2.0% 3.0% Asphalt binder 0.5% 0.5% 0.7% Air Voids, Va 2.5% minimum and 5.5% maximum These tolerance limits constitute the allowable limits as described in Section 1 -06.2. The tolerance limit for aggregate shall not exceed the limits of the control points, except the tolerance limits for sieves designated as 100% passing will be 99 -100. 9 03.17 Foundation Material Class A and Class B This section is revised to read: Foundation material Class A and Class B shall conform to the following gradations: Sieve Size 2 2 2" 1'/2" 3 /4" 3/8 No. 4 Percent Passing Class A Class B 98 -100 95 -100 92 -100 75 -100 72 -87 30 -60 27 -47 0 -5 3 -14 0 -5 All percentages are by mass. 9 -03.20 Test Methods for Aggregates This section is revised to read: Statistical Nonstatistical Commercial Evaluation Evaluation Evaluation The properties enumerated in these Specifications shall be determined in accordance with the following methods of test: Title I Test Method FOP for AASHTO T 2 for Standard WSDOT FOP for AASHTO Practice for Sampling Aggregates T 2 TUKWILA EMERGENCY WORK City of Tukwila S: 1Projects1Projecls12009109026- 01- TukwilaLevee1500- PreconsWction1505- PlansAndSpecslConstructionContractl Tukwila_ EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications Organic Impurities in Fine Aggregates for Concrete Clay Lumps and Friable Particles in Aggregates Resistance to Degradation of Small Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine Material Finer than 0.075 mm (No. 200) Sieve in Mineral Aggregates by Washing FOP forAASHTO for Determining the Percentage of Fracture in Coarse Aggregates FOP for WAQTC /AASHTO for Sieve Analysis of Fine and Coarse Aggregates FOP for AASHTO T 176 for Plastic Fines in Graded Aggregates and Soils by Use of the Sand Equivalent Test f Method of Test for Determination of Degradation Value Particle Size Analysis of Soils Method of Test for Determination of the Resistance (R Value) of Untreated Bases, Subbases, and Basement Soils by the Stabilometer 9 03.21(1) General Requirements The first paragraph is supplemented with the following: This section is supplemented with the following sub sections: AASHTO T 21 AASHTO T 112 AASHTO T 96 AASHTO T 11 WSDOT FOP forAASHTO TP 61 WAQTC FOP for AASHTO T 27/11 WSDOT FOP for AASHTO T 176 WSDOT T 113 AASHTO T 88 WSDOT T 611 The Contractor shall provide a certification that the recycled materials are in conformance with the requirements of the Standard Specifications prior to delivery. The certification shall include the percent by weight of each recycled material. 9 03.21(1)A Recycled Hot Mix Asphalt For recycled materials incorporating hot mix asphalt the Contractor shall verify the maximum bitumen content for the blended mix. The Contractor shall use WSDOT FOP for AASHTO T 308 (a statewide average of 0.70 may be used as a calibration factor) and WSDOT FOP for AASHTO T 329 or other tests approved by the Engineer to determine the total bitumen content. S: 1Projecls1Projects12009109026- 01- TukwilaLevee1500- Preconstruction1505- PlansAndSpecs1ConstruclionContracllTukwila EmergencyWork _AgrmL10- 14- 09(FINAL).docx A -52 TUKWILA EMERGENCY WORK City of Tukwila October 2009 Attachment E Amendments to the Standard Specifications A -53 9- 03.21(1)B Recycled Portland Cement Concrete Rubble For recycled materials incorporating Portland cement concrete rubble the product supplier shall perform total lead content testing quarterly. Tests shall include a minimum of five samples. Sample collection shall be conducted according to ASTM D 75. Total lead content testing will be conducted according to EPA Method 3010/6010. A test shall not exceed 250 ppm using a total lead analysis EPA Test Method 6010. In addition, the Toxicity Characteristics Leaching Procedure, EPA Test Method 1311 shall be used and a test shall not exceed 5.0 ppm. The product supplier shall keep all test results on file. 9 03.21(1)C Recycled Glass Aggregates The product supplier shall perform total lead content testing quarterly. Tests shall include a minimum of five samples. Sample collection shall be conducted according to ASTM D 75. Total lead content testing will be conducted according to EPA Method 3010/6010. A test shall not exceed 250 ppm using a total lead analysis EPA Test Method 6010. In addition, the Toxicity Characteristics Leaching Procedure, EPA Test Method 1311 shall be used and a test shall not exceed 5.0 ppm. The product supplier shall keep all test results on file. 9 03.21(1)D Recycled Steel Furnace Slag The Contractor shall provide to the Engineer the steel furnace slag blends that will be used in the final product prior to use. Maximum Allowable Percent (by weight) of Recycled Material Hot Mix Concrete Recycled Glass Steel Asphalt Rubble Furnace Slag Fine Aggregate for 9- 03.1(2) 0 0 0 0 Portland Cement Concrete Coarse Aggregates 9- 03.1(4) 0 0 0 0 for Portland Cement Concrete Aggregate for 9 -03.6 Asphalt Treated Base (ATB) Aggregates for Hot 9 -03.8 See 5 -04.2 0 0 20 Mix Asphalt Ballast 1 9- 03.9(1) I 20 I 100 I 15 1 20 Shoulder Ballast 1 9- 03.9(2) 20 I 100 I 15 I 20 Crushed Surfacing' 9-03.9(3) 20 I 100 I 15 I 20 Aggregate for 9 -03.10 20 100 15 20 Gravel Base Gravel Backfill for 9- 03.12(1)A 20 100 15 20 Foundations Class A Gravel Backfill for I9- 03.12(1)BI 20 I 100 I 15 20 TUKWILA EMERGENCY WORK City of Tukwila S: \Projects1Projects\ 2909109026- 01- TukwilaLevee\ 500- Preconstruclion1505- PlansAndSpecslConstructionContracl\ Tukwila_ EmergencyWork _AgrmLll)- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications Foundations Class B Gravel Backfill for 9 03.12(2) 0 Walls Gravel Backfill for 9 03.12(3) 0 Pipe Zone Bedding Gravel Backfill for 9 03.12(4) 0 Drains Gravel Backfill for 9 03.12(5) 0 Drywelis Backfill for Sand 9 03.13 0 Drains Sand Drainage 9 03.13(1) 0 Blanket Gravel Borrow Select Borrow 1 9- 03.14(1) 9- 03.14(2) Select Borrow 9 03.14(2) (greater than 3 -feet below Subgrade and side slopes) Common Borrow 19 03.14(3) 20 20 100 20 100 100 100 0 100 100 100 100 100 100 Common Borrow 9 03.14(3) 100 100 (greater than 3 -feet below Subgrade and side slopes) Foundation 9 03.17 0 100 Material Class A and Class B Foundation 9 03.18 0 Material Class C Bank Run Gravel 9 03.19 0 for Trench Backfill 9- 03.21(2) This section 9 03.21(3) This section 9 03.21(4) This section 9 03.21(5) This section Recycled Hot Mix Asphalt including title is deleted in its entirety. Recycled Glass Aggregates including title is deleted in its entirety. Steel Furnace Slag including title is deleted in its entirety. 100 100 Recycled Portland Cement Concrete Rubble including title is deleted in its entirety. 15 15 100 100 100 100 100 100 100 100 100 100 100 S A Projecls1Projects12009109026 -01- Tukwila Levee 1590- Preconstruction1 505 -Plan sAndSpecs1Construction Conlract1TU kwila_EmergencyWork_Ag rmt.10- 14 -09(F INAL).docx 20 20 0 0 0 0 20 20 20 100 I 20 20 20 20 20 A -54 TUKWILA EMERGENCY WORK City of Tukwila October 2009 Attachment E Amendments to the Standard Specifications A -55 SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS December 1, 2008 9- 04.1(2) Premolded Joint Filler for Expansion Joints This section is revised to read: Premolded joint filler for use in expansion (through) joints shall conform to either AASHTO M 213 Specifications for "Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction" except the requirement for water absorption is deleted, or ASTM D 7174 Specifications for "Preformed Closed -Cell Polyolefin Expansion Joint Fillers for Concrete Paving and Structural Construction." 9 04.2(1) Hot Poured Joint Sealants This section is revised to read: Hot poured joint sealants shall meet the requirements of AASHTO M 324 Type IV except that the Cone Penetration at 25 °C shall be 130 max. Hot poured joint sealants shall be sampled in accordance with ASTM D 5167 and tested in accordance with ASTM D 5329. The Hot poured joint sealant shall have a minimum Cleveland Open Cup Flash Point of 205 °C in accordance with AASHTO T 48 SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS August 3, 2009 This section is supplemented with the following new sub sections: 9 -05.50 Precast Concrete Drainage Structures 9- 05.50(1) Fabrication Tolerances and requirements All precast concrete items shall meet the requirements of AASHTO M199, fabricated as shown on the Plans, and shall meet the tolerances and revisions as listed below: 1. The following information shall be legibly marked on each precast product (excluding rectangular and round adjustment sections). Marking shall be indented into the concrete, painted thereon with waterproof paint, or contained within a bar coded sticker firmly attached to the product: a. Fabricator name or trademark. b. Date of manufacture. 2. Catch Basins (to include Type 1, Type 1L, Type 1P), and Concrete Inlets a. Knock -out wall thickness, measured at thinnest point, 1'/2" to 2 b. Knock -out diameter, 5% plus /minus allowance. c. Base thickness, measured at thinnest point, 4" with '/2" minus tolerance. d. All other dimensions as shown on plans, 5% plus /minus allowance. 3. Catch Basin Type 2, and Manhole Type 1, 2, 3 a. Knock -out diameter, 5% plus /minus allowance. 4. Flat Slab Tops a. Round or rectangular opening, 5% plus /minus allowance. TUKWILA EMERGENCY WORK City of Tukwila Wrojects1Pmjecls120091 99026- 01- TukwilaLevee1 590- Preconstruction1505- PlansAndSpecslConstructionContractl Tukwila_ EmergencyWork _AgrmLlg- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -56 5. Rectangular or Circular Adjustment Sections a. Opening size or diameter, 5% plus /minus allowance. 6. Conical Sections a. Top opening diameter, 5% plus /minus allowance. 7. Grate Inlets a. Knock -out wall thickness, measured at thinnest point, 1 to 2W. b. Knock -out diameter, 5% plus /minus allowance. c. Opening size, 2% plus /minus allowance. 8. Drop Inlets a. Knock -out diameter, 1" plus /minus allowance. 9 05.50(2) Manholes Precast concrete manholes shall meet the requirements of AASHTO M 199. The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral displacement. When secondary synthetic fiber reinforcement is used in 48 -inch diameter by 3 -foot high eccentric or concentric cone sections the synthetic fiber shall meet the requirements of Section 9- 05.50(9). A minimum of two hoops of W2 wire shall be placed in the 48 -inch end of each cone. No steel is required in the remainder of the cone. Precast manhole sections 48 -inch diameter, with no knock -outs, may be produced using no steel reinforcement. As an alternate to conventional steel reinforcement, producers shall use synthetic structural fibers meeting the requirements of Section 9- 05.50(10). 9 05.50(3) Precast Concrete Catch Basins Precast concrete catch basins shall conform to the requirements of Section 9- 05.50(1), except that the dimensions shall be as set forth in the Plan. When secondary synthetic fiber reinforcement is used to produce Type 1, Type 1L and Type 1P, Catch Basins, the synthetic fiber shall meet the requirements of Section 9- 05.50(9). A minimum amount of steel reinforcement shall be used to reinforce the area around the knockouts. Steel reinforcing shall consist of a No. 3 horizontal hoop reinforcing bar located above the knockouts, and a No. 3 vertical reinforcing bar in each corner, extending a minimum of 18- inches below the top surface of the catch basin. Catch Basin Type 1 may be produced using structural synthetic fibers meeting the requirements of Section 9- 05.50(10). Catch Basin Type 1 shall contain one hoop of No. 3 reinforcing bar around the top perimeter. Knockouts or cutouts may be placed on all four sides and may be round or D shaped. 9 05.50(4) Precast Concrete Inlets Precast concrete inlets shall conform to the requirements of Section 9- 05.50(1) except that the dimensions shall be as set forth in the Plans. TUKWILA EMERGENCY WORK City of Tukwila S1 ProjectsT rojects12009109026- 01- TukwilaLevee\ 500- Preconstruclion1 505- PlansAndSpecs1ConstructionContract1Tukwila_ EmergencyWork _Agrml.l0- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -57 9- 05.50(5) Precast Concrete Drywells Precast concrete drywells shall meet the requirements of Section 9- 05.50(1). Seepage port size and shape may vary per manufacturer. Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 square inches for round openings and 15 square inches for rectangular openings. The ports shall be uniformity spaced with at least one port per 8- inches of drywell height and 15- inches of drywell circumference. Precast Drywells may be produced using no steel reinforcement. As an alternate to conventional steel reinforcement, producers shall use synthetic structural fibers meeting the requirements of Section 9- 05.50(10). 9- 05.50(6) vacant 9- 05.50(7) vacant 9- 05.50(8) vacant 9- 05.50(9) Synthetic Fibers for Precast Units The synthetic fiber, either nylon multifilament fibers or polypropylene fibrillated fibers, shall meet the requirements of ASTM C 1116 Section 4.1.3 3 and ICC ES AC 32, Sections 4.1.1 and 4.1.2. Synthetic fibers shall be added at a minimum dosage rate of 1.0 pound of Nylon Multifilament fibers per cubic yard of concrete or 1.5 pounds of Polypropylene Fibrillated fibers per cubic yard of concrete and shall be thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of 0.75- inches and a maximum of 2- inches in length. 9 05.50(10) Synthetic Structural Fibers for Precast Units Synthetic fibers shall be monofilament or monofilament /fibrillated blend made of polyolefin, polypropylene or polypropylene /polyethylene blend, meeting the requirements of ATSM C 1116, Section 4.1.3, and ICC ES Acceptance Criteria 32, Sections 4.1.3 and 4.1.2. Additionally the vendor or manufacturer shall furnish an Engineering Report which provides test data in accordance with ASTM C 1018 and /or ASTM C 1399 from an ICC qualified commercial laboratory relating to the specification requirements. The vendor or manufacturer shall provide a letter of certification stating compliance with specifications and /or standard codes. The fibers shall be a minimum of 2 inches in length, and have an aspect ratio (length divided by the equivalent diameter of the fiber) between 70 and 100 when the fibers are in their final phase. The fibers shall have a minimum tensile strength of 50 ksi, and a minimum modulus of elasticity of 600 ksi, when tested in accordance with ASTM D 3822. Precast drainage units shall have a minimum dosage rate of 3.75 Ibs /cu yd. or more in order to obtain an Average Residual Strength (ARS) of 175 PSI when tested in accordance with ASTM C1018 and /or ASTM C1399. Fiber supplier shall submit independent laboratory data to support ARS results. TUKWILA EMERGENCY WORK City of Tukwila SAProjects1Projects120091 09026- 01- TukwilaLevee1500- Preconstruction1505- PlansAndSpecsl ConstructionConlractUukwila_ EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -58 SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING August 3, 2009 9- 14.4(4) Vacant This section including title is revised to read: 9 14.4(4) Wood Strand Mulch Wood strand mulch shall be a blend of loose, long, thin wood pieces derived from native conifer or deciduous trees with high length -to -width ratio. A minimum of 95% of the wood strand shall have lengths between 2 and 10- inches, with a width and thickness between 1/16 and 3/8- inches. The mulch shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust or wood shavings shall not be used as mulch. 9 14.4(8) Compost This section is revised to read: Compost products shall be the result of the biological degradation and transformation of plant- derived materials under controlled conditions designed to promote aerobic decomposition. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. Compost production and quality shall comply with Chapter 173 -350 WAC. Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting (TMECC) 02.02 -B, "Sample Sieving for Aggregate Size Classification Fine Compost shall meet the following: Min. Max. Percent passing 2" 100% Percent passing 1" 95% 100% Percent passing 5/8" 90% 100% Percent passing 1 75% 100% Maximum particle length of 6 inches Coarse Compost shall meet the following: Min. Max. Percent passing 3" 100% Percent passing 1" 90% 100% Percent passing 70% 100% Percent passing 1 /4" 40% 60% Maximum particle length of 6 inches TUKWILA EMERGENCY WORK City of Tukwila S: IProjeclsl Projects12009109026- 01- TukudaLevee1500- Preconslruction1 505- PlansAndSpecslConstructionContract quhvila_ EmergencyWork _Agrml.10- 14- 09(PINAL).doox October 2009 Attachment E Amendments to the Standard Specifications A -59 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. Composting Council TMECC 04.11 -A, "1:5 Slurry pH 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0 percent by weight as determined by U.S. Composting Council TMECC 03.08 -A "Classification of Inerts by Sieve Size 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05.07A "Loss -On- Ignition Organic Matter Method (LOI) 5. Soluble salt contents shall be less than 4.0 mmhos /cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity 6. Maturity shall be greater than 80% in accordance with U.S. Composting Council TMECC 05.05 -A, "Germination and Root Elongation 7. Stability shall be 7 mg CO —C /g OM /day or below in accordance with U.S. Composting Council TMECC 05.08 -B "Carbon Dioxide Evolution Rate 8. The compost product must originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173 -350 as "Type 1 Feedstocks." A maximum of 35 percent by volume of "Type 2 Feedstocks," source separated food waste, and /or biosolids may be substituted for recycled plant waste. The manufacturer shall provide a list of feedstock sources by percentage in the final compost product. 9. The Engineer may also evaluate compost for maturity using U.S. Composting Council TMECC 05.08 -E "Solvita® Maturity Index Fine Compost shall score a number 6 or above on the Solvita® Compost Maturity Test. Coarse Compost shall score a 5 or above on the Solvita® Compost Maturity Test. This section is supplemented with the following new sub sections: 9 14.4(8)A Compost Approval The Contractor shall either select a compost manufacturer from the Qualified Products List, or submit the following information to the Engineer for approval: 1. A Request for Approval of Material Source. 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department as per WAC 173 -350 (Minimum Functional Standards for Solid Waste Handling). 3. The manufacturer shall verify in writing, and provide lab analyses that the material complies with the processes, testing, and standards specified in WAC 173 -350 and these specifications. An independent Seal of Testing Assurance (STA) Program certified laboratory shall perform the analysis. 4. A copy of the manufacturer's Seal of Testing Assurance STA certification as issued by the U.S. Composting Council. TUKWILA EMERGENCY WORK City of Tukwila syrojectsTrojects12009\ 09026 -Ot- Tukwila Levee\ 500- Preconstruction1 505- PlansAndspecs\ constructioncontractlTukwila_ Emergencywork _Agrmt.1O- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -60 9- 14.4(8)B Compost Acceptance Seven days prior to initial application of any compost the Contractor shall submit a compost sample, a STA test report dated within 90 calendar days, and the list of feedstocks by volume for each compost type to the Engineer for review. The Contractor shall use only compost that has been tested within 90 calendar days of application and meets the requirements in section 9- 14.4(8). Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall be immediately removed from the project and replaced at no cost to the Contracting Agency. 9 14.5 Erosion Control Devices This section is supplemented with the following new sub section: 9 14.5(8) High Visibility Fencing High visibility fence shall be UV stabilized, orange, high- density polyethylene or polypropylene mesh, and shall be at least four feet in height. Support posts shall be wood or steel in accordance with Standard Plan 1- 10.10 -00. The posts shall have sufficient strength and durability to support the fence through the life of the project. 9 14.5(1) Polyacrylamide (PAM) The second sentence is revised to read: PAM shall be anionic and shall be linear, and not cross linked. 9 14.5(3) Clear Plastic Covering This section is revised to read: Clear plastic covering shall conform to the requirements of ASTM D 4397, for polyethylene sheeting having a minimum thickness of 6 mils. 9 14.5(7) Coir Log The reference to Standard Plans in the second sentence of the first paragraph is revised to read Plans. SECTION 9 -16, FENCE AND GUARDRAIL December 1, 2008 9- 16.1(1)A Post Material for Chain Link Fence The first paragraph is supplemented with the following: Round Post Material Round post material shall be Grade 1 or 2. Roll Form Material Roll- formed post material shall be Grade 1. TUKWILA EMERGENCY WORK City of Tukwila S:1 ProjeclsTrojects12009109026- 01- TukwilaLevee1500- Preconstruclion1505- PlansAndSpecs1ConstruclionContractlTukwila EmergencyWork Agrml.l0- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -61 Roll- formed end, corner, and pull posts shall have integral fastening loops to connect to the fabric for the full length of each post. Top rails and brace rails shall be open rectangular sections with internal flanges as shown in ASTM F1043. The Round Post Material and Roll Form Material information following the third paragraph is deleted. 9 16.1(1)B Chain Link Fence Fabric The first paragraph is revised to read: Chain link fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and 9 gage wire for chain link fence Type 1. The fabric shall be zinc coated steel wire conforming to AASHTO M 181, Class C. Zinc 5- percent Aluminum Mischmetal alloy meeting the requirements of ASTM B 750 may be substituted for zinc coating (hot- dipped) at the application rate specified by ASSHTO M 181 for hot -dip zinc coating. Coating for chain link fence fabric shall meet the requirements of ASTM A 817 with minimum weight of coating of uncoated wire surface 1.0 oz /sq ft (305 g /m2). 9 16.1(1)C Tension Wire This section including title is revised to read: 9 16.1(1)C Tension Wire and Tension Cable Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall be Class 1. Tension cable shall meet the requirements of Section 9- 16.6(5). 9 16.1(1)D Fittings and Hardware This section is supplemented with the following: Fabric bands and stretcher bars shall meet the requirements of Section 9- 16.6(9). Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of Section 9- 16.6(6). 9 16.1(1)E Chain Link Gates The first sentence in the first paragraph is revised to read: Gate frames shall be constructed of not less that 1 1/2 -inch (I.D.) galvanized pipe conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9- 16.1(1)A. The fourth sentence in the first paragraph is revised to read: All welds shall be ground smooth and painted with an A -9 -73 galvanizing repair paint or A- 11-99 primer meeting the requirements of Section 9 -08.2. 9 16.2(1)A Steel Post Material The paragraph under Angle Post Material is revised to read: All angle post material shall be galvanized in accordance with the requirements of AASHTO M 111 except the anchor plate on fence post material shall be grade 55. TUKWILA EMERGENCY WORK City of Tukwila S: IProjecls1Projecls12009109026- 01- TukwilaLevee1500- Preconstruction1505- PlansAndSpecslConst mclionContracllTukwila _EmergencyWork Agrm1.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -62 Angle post used for end, corner, gate and pull post and brace shall have a minimum weight of 3.1 lb/ft. The first sentence in the third paragraph is revised to read: Posts shall not be less than 7 -feet in length. The last sentence in the third paragraph is revised to read: The anchor plate shall be securely attached and have a surface area of 20 ±2 in and a minimum weight of 0.67 pounds. 9 16.3(2) Posts and Blocks The first sentence in the second paragraph is revised to read: Timber posts and blocks shall conform to the grade specified in Section 9- 09.2(2). 9 16.3(3) Galvanizing The first sentence in the first paragraph is revised to read: W -beam or thrie beam rail elements and terminal sections shall be galvanized in accordance with AASHTO M -180, Class A, Type 2, except that the rail shall be galvanized after fabrication, with fabrication to include forming, cutting, shearing, punching, drilling, bending, welding, and riveting. 9 16.3(4) Hardware This section is revised to read: 491 Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts, shall conform to 9- 06.5(1). High Strength bolts, nuts, and washers for High Strength Bolts shall conform to 9- 06.5(3). Unfinished bolts will be accepted by field verification and documentation that bolt heads are stamped 307A. The Contractor shall submit a manufacturer's certificate of compliance per 1 -06.3 for high strength bolts, nuts, and washers prior to installing any of the hardware. 9 16.3(5) Anchors The reference to "hot dip galvanized" in the tenth paragraph is revised to "galvanized 9 16.4(2) Wire Mesh The reference to "hot dip galvanized" in the second sentence in the third paragraph is revised to "galvanized 9 16.6(2) Glare Screen Fabric The reference to "A 491" in the second sentence in the first paragraph is revised to "ASTM A 9 16.6(3) Posts The first paragraph is revised to read: TUKWILA EMERGENCY WORK City of Tukwila S:1 Projects1Projectst2009109026- 01- TukwilaLevee1 590- Preconstruction1 595- PlansAndSpecslConstructionContractl Tukwila_ EmergencyWork _Agrmt.10- 14- 09(EINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -63 Line posts for Type 1 glare screen shall be 1 1/2- inches by 1 7/8- inches galvanized steel H column with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 2 glare screen shall be 1 5/8- inches by 2 1/4- inches galvanized steel H column with a minimum weight of 4.0 pounds per linear foot, or 2 -inch inside diameter galvanized steel pipe with a nominal weight of 3.65 pounds per linear foot provided only one type shall be used on any one project. The first paragraph is supplemented with the following: End, corner, brace, and pull posts for Type 1 Design A shall be 1 1/2- inches by 1 7/8- inches steel H column with a minimum weight of 2.8 pounds per linear foot. The first sentence in the second paragraph is revised to read: End, corner, brace, and pull posts for Type 1 Design B and Type 2 shall be 2 -inch inside diameter galvanized steel pipe with nominal weight of 3.65 pounds per linear foot. The reference to "hot dip galvanized" in the third sentence in the second paragraph is revised to "galvanized The first two sentences in the fifth paragraph are revised to read: All posts shall be galvanized in accordance with AASHTO M 181, Section 32. The minimum average zinc coating is per square foot of surface area. 9 16.6(5) Cable The reference to "hot dip galvanized" is revised to "galvanized 9 16.6(6) Cable and Tension Wire Attachments The reference to "hot dip galvanized" in the first sentence in the first paragraph is revised to "galvanized The third sentence in the first paragraph is deleted. 9 16.6(9) Fabric Bands and Stretcher Bars The reference to "hot dip galvanized" is revised to "galvanized 9 16.6(10) Tie Wire This section including title is revised to read: 9 16.6(10) Tie Wire and Hog Rings Tie wire shall be 9 gage aluminum wire complying with the ASTM B 211 for alloy 1100 H14 or 9 gage galvanized wire meeting the requirements of AASHTO M 279. Galvanizing shall be Class 1. Hog rings shall be 12 gage galvanized steel wire. 9 16.8(1) Rail and Hardware The word "Composition" following the first paragraph is deleted. TUKWILA EMERGENCY WORK City of Tukwila SAProjects1Projecls@ 009109026- 01- TUkwilaLevee1500- Preconslruclicn1505- PlansAndSpecslConstructionContracffukwila_ EmergencyWork _Agrmtl0- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -64 SECTION 9 -28, SIGNING MATERIALS AND FABRICATION April 6, 2009 9 -28.8 Sheet Aluminum Signs The second paragraph (excluding chart) is revised to read: After the sheeting has been fabricated, the surface of each panel shall be protected from corrosion. The corrosion protection shall meet the requirements of ASTM B -449 class 11 Specification for Chromates on Aluminum. Aluminum signs over 12 -feet wide by 5 -feet high shall be comprised of vertical panels in increments of 2, 3, or 4 -feet wide. No more than one 2 -foot and /or 3 -foot panel may be used per sign. The Contractor shall use the widest panels possible. All parts necessary for assembly shall be constructed of aluminum, galvanized, or stainless steel in accordance with the plans. Sheet thickness shall be as follows: 9 28.9(1) Mechanical Properties The chart in this section is revised to read: Mechanical Property Ave. Min. Requirement ASTM Test Tensile Strength 10.0 psi x 10 D638 Tensile Modulus 1.2 psi x 10 D638 Flexural Strength 20.0 psi x 10 D790 Flexural Modulus 1.2 psi x 10 D790 Compression Strength 32.0 psi x 10 D695 Compression Modulus 1.4 psi x 10 D695 Punch Shear 12.0 psi x 10 D732 9 28.14(2) Steel Structures and Posts The first sentence in the fifth paragraph is supplemented with the following: Steel used for slip bases (SB -1, SB -2, SB -3) and heavy duty anchors shall have a controlled silicon maximum of 0.40 percent. SECTION 9 -30, WATER DISTRIBUTION MATERIALS December 1, 2008 9- 30.3(1) Gate Valves (3- inches to 16- inches) The second paragraph is revised to read: The Contractor shall provide an affidavit of compliance stating that the valve furnished fully complies with AWWA C509 or AWWA C515. SECTION 9 -33, CONSTRUCTION GEOSYNTHETIC August 3, 2009 In regards to sieve sizes, all references in this division to "U.S." and "Square" are deleted. TUKWILA EMERGENCY WORK City of Tukwila WrojectsNrojecls12009109026- 01- TukwilaLevee \500- Preconstruclion1505- PlansAndSpecs1ConstructionConlract\ Tukwila_ EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -65 SECTION 9 -34, PAVEMENT MARKING MATERIAL August 3, 2009 9- 34.2(1) High VOC Solvent Based Paint The reference to "Federal Standard 595a" in the first paragraph under Color Yellow is revised to "Federal Standard 595 9 34.2(2) Low VOC Solvent Based Paint The reference to "Federal Standard 595a" in the first paragraph under Color Yellow is revised to :Federal Standard 595 9 34.2(3) Low VOC Waterborne Paint The reference to "Federal Standard 595a" in the first paragraph under Color Yellow is revised to "Federal Standard 595 9 34.2(4) Temporary Pavement Marking Paint This section is revised to read: Paint used for temporary pavement marking shall conform to the requirements of Section 9- 34.2. 9 34.5 Temporary Pavement Marking Tape The third sentence is deleted. 9 34.6 Temporary Raised Pavement Markers The eighth and ninth sentences in the first paragraph are deleted. SECTION 9 -35, TEMPORARY TRAFFIC CONTROL MATERIALS August 3, 2009 9 -35.2 Construction Signs The fourth paragraph is revised to read: The use of plywood, fiberglass reinforced plastic, fabric rollup signs, and any other previously approved sign materials except aluminum or aluminum composite is prohibited. The following is inserted after the first sentence of the fifth paragraph: A fabrication decal as stated in Section 9- 28.1(2) is not required for construction signs. 9 35.14 Portable Temporary Traffic Control Signal The sixth sentence of the seventh paragraph is deleted. The third sentence in the eighth paragraph is revised to read: A highly retroreflective yellow strip, 3 -in wide, shall be placed around the perimeter of the face of all vehicle signal backplates to project a rectangular image at night towards oncoming traffic. TUKWILA EMERGENCY WORK City of Tukwila S:1Projecls1Projects12009109026- 01- TUkwilaLevee1 500- Preconstruction1505- PlansAndSpecs lConstructionContractqukwila EmergencyWork _Agrmt.l0- 14- 09(FINAL).docx October 2009 Attachment E Amendments to the Standard Specifications A -66 TUKWILA EMERGENCY WORK City of Tukwila S:IProjecis1Projecls120091 09026- 01- TukwilaLevee1500- Preconsiruction1505- PlansAndSpecslConstructionContractqukwila_ EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -1 SPECIAL PROVISIONS CONTENTS DIVISION 1 GENERAL REQUIREMENTS 3 1 -01 Definitions And Terms 3 1 -03 Award And Execution Of Contract 4 1 -04 Scope Of The Work 5 1 -05 Control of Work 5 1 -06 Control Of Material 11 1 -07 Legal Relations And Responsibilities To The Public 11 1 -08 Prosecution And Progress 22 1 -09 Measurement And Payment 24 1 -10 Temporary Traffic Control 24 DIVISION 2 ROADWAY EXCAVATION AND EMBANKMENT 25 2 -01 Clearing, Grubbing And Roadside Cleanup 25 2 -03 Roadway Excavation And Embankment 25 DIVISION 3 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 26 3 -01 Production From Quarry And Pit Sites 26 DIVISION 5 SURFACE TREATMENTS AND PAVEMENT 27 5 -04 Hot Mix Asphalt 27 DIVISION 6 STRUCTURES 28 6 -10 Concrete Barrier 28 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 29 7 -05 Manholes, Inlets, Catch Basins And Drywells 29 DIVISION 8 MISCELLANEOUS CONSTRUCTION 30 8 -01 Erosion Control And Water Pollution Control 30 8 -02 Roadside Restoration 30 8 -22 Pavement Marking 31 8 -30 Bollards 31 8 -31 Hesco Units 31 8 -32 Miscellaneous Work 32 8 -33 2009 Outfall And Levee Maintenance Program 32 8 -34 Project Identification Sign 34 8 -35 Super Sacks 34 DIVISION 10 MEASUREMENT AND PAYMENT UNIT PRICE CONTRACT 35 General 35 Bid Schedule Items 35 TUKWILA EMERGENCY WORK City of Tukwila S: IProjecls1Projects12009109026- 01- Tukwilalevee1500- Preconstruclion1505- PlansAndSpecslConstructionContracllTukwila_ EmergencyWork _Agrml10- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -2 INTRODUCTION TO THE SPECIAL PROVISIONS The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2008 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project- specific fill -ins; and project- specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project- specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: (May 18, 2007 APWA GSP) (August 7, 2006 WSDOT GSP) (April 2, 2007 Tukwila GSP) In case of conflict between the various elements of the Contract Documents, refer to Section 1- 04.2 of these Special Provisions for order of precedence. Also incorporated into the Contract Documents by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, current edition as adopted and amended by the State of Washington (see Chapter 468 -95 WAC for Washington State amendments) Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition City of Tukwila Standard Plans, Third Edition, Rev. 3, 2009 Contractor shall obtain copies of these publications, at Contractor's own expense. IMPORTANT PLEASE READ Each Special Provision in this document either Supplements, Replaces, or Modifies the specific combined Standard Specifications /Amendments cited; or is a New section /provision as detailed below. These designations are shown in Italics at the beginning of each Special Provision. Supplement: Text supplements, slightly modifies, or adds clarification to the identified section of the Standard Specifications. New: Item /specification is unique to this project and will not be found in the Standard Specifications. Replacement: A replacement of the entire identified section or subsection of the Standard Specifications. Modification: A replacement of the identified sentence or paragraph of the Standard Specifications. TUKWILA EMERGENCY WORK City of Tukwila S: 1ProjectsTrojecls12009109026- 01- TukwilaLevee1500- Preconstruetion1505- PlansAndSpecaonstruclionContractlTukwila EmergencyWork Agrml.l0- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -3 1 -01 DEFINITIONS AND TERMS 1 -01.3 Definitions This Section is supplemented with the following: DIVISION 1 GENERAL REQUIREMENTS All references in the Standard Specifications to the terms "State "Department of Transportation "Washington State Transportation Commission "Commission "Secretary of Transportation "Secretary", "Headquarters and "State Treasurer" shall be revised to read "Contracting Agency All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Note: for this Project, all levee repair, outfall repair, and levee additions such as Hesco units, must have been completed, to achieve Substantial Completion. TUKWILA EMERGENCY WORK City of Tukwila S9ProjeclslProjects120091 99026- 01- TUkwilalevee1500- Preconstruction1505- PlansAndSpecslConstruclionContrac4TUkwila_ EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -4 Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. Provide The word "provide" means furnish and install the item specified. 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: Modification The Contractor shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency- furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a Dower of attorney for the Surety's officer empowered to sign the bond: and TUKWILA EMERGENCY WORK City of Tukwila S1Projects\ Projects@ 009109026- 01- TukwilaLevee1500- Preconstrvclion1505- PlansAndSpecslConstructionCon tract\ Tukwila_ EmergencyWork _Agrml.l0- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -5 6. Be sianed by an officer of the Contractor empowered to sian official statements (sole Proprietor or partner). If the Contractor is a corporation, the bond must be sianed by the President or vice president. unless accompanied by written proof of the authority of the individual sianina the bond to bind the corporation (i.e., corporate resolution. Dower of attorney or a letter to such effect by the president or vice president). 1 04 SCOPE OF THE WORK 1 04.1 Intent of the Contract The intent of the Contract is to provide emergency services to make repairs to specific areas of the levee and to install a series of sand bags and Hesco units to temporarily raise the levee by approximately 4 feet. Plans are provided for the 2009 Outfall and Levee Maintenance Program. There are no detailed plans, other than large scale aerial GIS maps to depict approximate locations of sand bags and Hesco units and other measures. 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Proposal Form, 2. Special Provisions, including APWA and Tukwila General Special Provisions, 3. Contract Plans, 4. Amendments to the Standard Specifications, 5. WSDOT /APWA Standard Specifications for Road, Bridge and Municipal Construction, 6. Contracting Agency's Standard Plans, and 7. WSDOT /APWA Standard Plans for Road, Bridge, and Municipal Construction. 1 -05 CONTROL OF WORK Modification Modification 1- 05.3(1) Contractor Requested Changes to Design or Substitution of Materials New Any request by Contractor for an alternate or substitute design or material for some portions of the Work, shall be in writing or by e-mail to the Engineer. Requests should include the following items: reproducible drawings, if applicable samples, if applicable descriptive and technical data reports of tests, if applicable advantage to Contracting Agency, including cost savings impact on any other projects or contractors working in the vicinity TUKWILA EMERGENCY WORK City of Tukwila S:1 Projectsl Projecls12009109026- 01- TukwilaLevee1500- Preconstruction1505- PlansAndSpecslConslructionConlract1Tukwila _EmergencyWork Agrmt.l0- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -6 Engineer will consider such substitution requests with reasonable promptness. No substitute items shall be furnished or installed without Engineer's written approval. If the request is for an alternate design or redesign, and appears reasonable and advantageous to the Contracting Agency, Engineer will perform an engineering review of the proposed alternate design, or if requested by Contractor, Engineer will perform an engineering redesign to make it compatible with the rest of the Work. The cost of the engineering review of the proposed alternate, or the cost of an engineering redesign as requested by Contractor, if performed by Contracting Agency or its authorized representatives, will be charged to Contractor at the rate of 3 times the direct payroll costs, plus direct expenses, and the total deducted from the Contractor's monthly progress payments. This change must be negotiated and result in a change order for payment purposes. If detailed in the Contracting Agency's approval of the request, charges for changes in the work of other contractors resulting from such substitution will also be deducted from the Contractor's monthly progress payments. 1- 05.4(1) Roadway and Utility Surveys New The Engineer shall furnish to the Contractor survey data in the form of an ASCII text file. This survey provides point elevation information at the top of the levee system, with points taken at an interval of approximately 200 feet. Additional staking may be necessary by the Contractor 1 -05.5 As -Built Recording New Contractor shall record, detailed locations and dimensions of constructed features as the project progresses, and show them on aerial maps provided by the Owner, clear enough to be used as a final record. Finalizing and producing the final complete red -lined markups will be a punchlist item. Physical Completion will not be declared, nor will Final Acceptance nor Final Payment be issued, until a complete set of Record Drawing markups is submitted, and the Engineer is satisfied as to its quality and accuracy. 1 -05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of Toss or damage to the public. TUKWILA EMERGENCY WORK City of Tukwila SAProjects1Projecls1200 9109026- 01- TukwilaLevee1500- Preconstruclion1505- PlansAndSpecs1ConslmclionContractlTukwila_ EmergencyWork _Agrmt.10- 14- 09(FINALLdocx October 2009 Attachment F Special Provisions SP -7 Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1 -05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing Replacement 1- 05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately TUKWILA EMERGENCY WORK City of Tukwila S1ProjeclsTrojects12009109026- 01- TukwilaLevee\ 500- Preconstruction\ 505- PlansAndSpecs\ ConsWctionContractlTukwila _EmergencyWork AgrmL10- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -8 take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1 -05.14 Cooperation with Other Contractors (March 31, 2006 Tukwila GSP) Supplement Contractor shall afford Contracting Agency and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective work, and Contractor shall properly connect and coordinate its work with theirs. Other utilities, districts, agencies, and /or contractors who may be working, or have facilities, within the project area are as follows: Puget Sound Energy /Gas Puget Sound Energy /Power Comcast Cable Services City of Tukwila Qwest Communications Seattle City Light Union Pacific Railroad Val Vue Sewer District King County (Transit and Sewer) Water District 125 Highline Water District Seattle Public Utilities Washington State Department of Transportation (WSDOT) City of Kent 1 05.14(1) Notifications Relative to Contractor's Activities (March 31, 2006 Tukwila GSP) New The Contractor shall give written notification to the Engineer, to all adjacent property owners (including land owner, building owner, business owner and tenants), and to the following listed agencies and individuals, in time for them to receive such notice at least 1 calendar days prior to commencement of any Work, or significant change in type of work or impacts, on the Project site. This notification must include: the time of the commencement and completion of work names of streets or locations of alleys to be closed routes of detours where possible schedule of operations name(s) and phone number(s) of the construction superintendent in responsible charge SAProjecls\Projects12009 \09026- 01- TUkwilaLevee\ 590- Precons W Ilion \505- PlansAndSpecs \Construction Contract\ Tukwila_ EmergencyWork _Agrml.l0- 14- 09(FINAL).docx TUKWILA EMERGENCY WORK City of Tukwila October 2009 City of Tukwila Police Department Telephone: (206) 433 -1808 Fax: (206) 244 -6181 6200 Southcenter Boulevard Tukwila, Washington 98188 Utilities Underground Location Center 1- 800 424 -5555 Attachment F Special Provisions names of individuals having full authority to execute the orders or directions of the Engineer, in the event of an emergency. Include phone numbers with 24/7 availability. The Contractor shall copy the Engineer on all communications with others related to this project, whether written, or logs of phone conversations. The following addresses and telephone numbers of private, public, franchise utilities, county, state and city services are supplied for the Contractor's use and convenience. Valley Communications Center (operates 911 for South King County) (253) 372 -1300 King County Water Pollution Control Division Attn: Mr. Eric Davidson, MS KSC -NR -0508 Telephone: (206) 684 -1707 FAX: (206) 684 -1710 201 S. Jackson St Seattle, Washington 98104 -3855 WSDOT NW Region Traffic Signal Maintenance Attn: John Merriman Telephone: (206)764- 4010/Ce1:799 -7005 P.O. Box 33010 Seattle, WA 98133 -9710 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: 1 -05.16 Water and Power City of Tukwila Fire Department Telephone: (206) 575 -4404 Fax: (206) 575 -4439 6200 Southcenter Boulevard Tukwila, Washington 98188 City of Tukwila Maintenance Shops Attn: Mr. Pat Brodin, Operations Manager Telephone: (206) 431 -1860 Fax: (206) 575 -3404 600 Minkler Boulevard Tukwila, Washington 98188 King County/ Metro Transit Attn: Construction Information Center Telephone: (206) 684 -2732 1270 6th Avenue S, MS -QS Seattle, Washington 98134 WSDOT Maintenance /Area 5 (15 n/o 178th SR599) Attn: Phil George Telephone: (425) 822 -4161 10833 Northrup Way NE Bellevue, WA 98004 Union Pacific Railroad Mario Ortegon Telephone: (503) 249 -2323 1619 N. River Street Portland, OR 97227 SP -9 All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constitutina any notification. notice of protest, notice of dispute. or other correspondence constitutina notification reauired to be furnished under the Contract. must be in paper format. hand delivered or sent via mail delivery service to the Proiect Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the reauirements of the Contract. SAProjectsTrojects\20091 09026- 01- TukwilaLevee1500- Precons W clion1505- PlansAndSpecs1ConstruclionConlracll Tukwila_ EmergencyWork _Agrm1.10- 14- 09(FINAL).docx Modification TUKWILA EMERGENCY WORK City of Tukwila October 2009 Attachment F Special Provisions SP -10 (October 1, 2005 APWA GSP) New The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1 -05.17 Oral Agreements (October 1, 2005 AWPA GSP) New No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1 -05.18 Contractor's Daily Diary (March 31, 2006 Tukwila GSP) New The Contractor and subcontractors shall maintain daily, a Daily Diary Record of the Work. The Diary must be kept and maintained by Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. Provide signed copies of diary sheets for the previous week to Engineer at each Weekly Coordination Meeting, or within one week. Every single diary sheet/page must have: Project name number; Consecutive numbering of pages, and Typed or printed name, signature, and date of the person making the entry. At a minimum, the diary shall, for each day, have a separate entry detailing each of the following: 1. Day and date. 2. Weather conditions, including changes throughout the day. 3. Complete description of work accomplished during the day, with adequate references to the Plans and Contract Provisions so the reader can easily and accurately identify said work on the Plans. Identify location /description of photographs or videos taken that day. 4. Each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Contracting Agency, or any third party in any manner. 5. List all materials received and stored on- or off -site by Contractor that day for future installation, including the manner of storage and protection of the same. 6. List materials installed that day. 7. List all subcontractors working on -site that day. 8. List the number of Contractor's employees working during each day, by category of employment. 9. List Contractor's equipment on the site that day; showing which were in use, and which idle. 10. Notations to explain inspections, testing, stake -out, and all other services furnished by Contracting Agency or other party during the day. 11. Verify the daily (including non -work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. TUKWILA EMERGENCY WORK City of Tukwila S:1Projects1 Projects@ 009109026- 01- TukwilaLevee1500- Preconstruction1505- PlansAndSpecslConstructionContractl Tukwila_ EmergencyWork _Agrmt10- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -11 It is expressly agreed between Contractor and Contracting Agency that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this Contract. Failure of Contractor to maintain this Diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor. Engineer or his representative on the job site will also complete a Daily Construction Report. 1 06 CONTROL OF MATERIAL 1- 06.1(4) Materials and Equipment Furnished by Owner Contractor shall receive, inspect, and accept all Owner furnished items of material and equipment, subject only to latent defects. Claim by Contractor to Owner shall be made in writing within 7 calendar days after discovery of any latent defect. Such Contractor claims shall be limited to the cost of and labor for replacement of any such damaged item, and for a time extension if replacement delays the critical path. 1 07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.2 State Sales Tax New 1 07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. TUKWILA EMERGENCY WORK City of Tukwila S:1Projects\Projects @099\ 09026- 01- TukwilaLevee 1500- Preconstruclion\ 505- PlansAndSpecs lConstruclionContractl Tukwila_ EmergencyWork _Agrm1.10- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -12 (October 1, 2005 APWA GSP) Replacement (including of subsections) Note: Rule 170 applies to this Project, and the Contractor shall collect retail sales tax from the Contracting Agency. However, sales tax for purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project, shall be included in the bid item prices. 1- 07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1- 07.2(2) State Sales Tax Rule 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1- 07.2(3) State Sales Tax Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. TUKWILA EMERGENCY WORK City of Tukwila SA ProjeclsTrojecls12009109026- 01- TukwilaLevee1 500- Preconstruction1505- PlansAndSpecs lConstruclionContracll Tukwila_ EmergencyWork _Agrml.10- 14- 09(PINAL).docx October 2009 Attachment F Special Provisions SP -13 Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1- 07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1- 07.5(2) State Department of Fish and Wildlife Supplement The Contracting Agency is in the process of obtaining a Hydraulic Project Approval (HPA) for this project. All contacts with the Department of Fish And Wildlife concerning this approval shall be through the Engineer. The Contractor will be required to comply with all provisions of the permit. The Hydraulic Project Approval will pertain to contract work within the project limits as described in the Contract. This Hydraulic Project Approval is not a permit for work in material sources, staging areas, or disposal sites not provided in the Contract. 1- 07.5(5) Noise Regulations (March 31, 2006 Tukwila GSP) New Contractor shall also comply with the City of Tukwila Municipal Code, with special emphasis on Chapter 8.22 Noise, which is hereby made a part of the Contract Documents. A copy of this environmental provision is available to Contractor at Engineer's office. Note: Restrictions on night work are waived for this Project. 1 -07.6 Permits and Licenses (March 31, 2006 Tukwila GSP) Supplement Contractor shall comply with all conditions of the permits, easements, and licenses to construct, at no additional cost to Contracting Agency. Contractor shall indemnify Contracting Agency from all claims that may arise due to Contractor's actions related to any of these requirements, in the same manner as detailed in Section 1 -07.1 of the Standard Specifications. Contractor shall fully restore all property within the easements or licenses to construct. See also Section 1 -07.16 of the Standard Specifications and Special Provisions. Permits, permission under franchises, licenses, and bonds of a temporary nature necessary for and during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by Contractor. Where Contracting Agency is required to secure permits, permission under franchises, licenses, and bonds, any and all costs incurred by Contracting Agency due to violation(s) by the Contractor of the permits /franchises /licenses /bonds, or any other law or regulation, shall be charged against Contractor and offset by Contracting Agency against the Contract price. 1 -07.7 Load Limits TUKWILA EMERGENCY WORK City of Tukwila S: 1Projects1Projects12009109026- 01- TukwilaLevee1500- Preconsl ruction1505- PlansAndSpecs1ConslruclionConlracll Tukwila_ EmergencyWork _Agrmt.l0- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -14 1- 07.7(1) General (August 1, 2006 Tukwila GSP) Supplement The Contractor shall, at the Contractor's expense, make all arrangements for use of all haul routes. 1 -07.9 Wages Supplement A surcharge may be applied to the prevailing wage rates of Contractor forces, for hours worked in excess of the totals listed in, and as described in, Section 1- 08.0(2). Davis -Bacon labor rates and Washington State Prevailing labor rates, whichever is greater for any one classification, apply to this project. All Contractors are responsible for payment of prevailing wages to all "workers employed directly upon the site of the work" under the contract. All Contractors shall provide weekly certified payroll reports that are complete and comply with the Davis -Bacon act and the conditions set out in the Contract Documents. The Contractor is also responsible for the compliance to the above requirements of all Subcontractors and Sub Subcontractors. All contractors shall complete and provide all Owner required documentation and forms. Non compliance with the above requirements will result in denial of the Contractor's application for payment. No exceptions will be made. (February 11, 2008 WSDOT GSP) Supplement The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA080001. (April 2, 2007 WSDOT GSP) Supplement Application of Wage Rates For The Occupation Of Landscape Construction State prevailing wage rates for public works contracts are included in this contract and show a separate listing for the occupation: Landscape Construction, which includes several different occupation descriptions such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment Operators, and Landscaping or Planting Laborers. In addition, federal wage rates that are included in this contract may also include occupation descriptions in Federal Occupational groups for work also specifically identified with landscaping such as: Laborers with the occupation description, Landscaping or Planting, or Power Equipment Operators with the occupation description, Mulch Seeding Operator. If Federal wage rates include one or more rates specified as applicable to landscaping work, then Federal wage rates for all occupation descriptions, specific or general, must be considered and compared with corresponding State wage rates. The higher wage rate, either State or Federal, becomes the minimum wage rate for the work performed in that occupation. Contractors are responsible for determining the appropriate crafts necessary to perform the contract work. If a classification considered necessary for performance of the work is missing from the Federal Wage Determination applicable to the contract, the Contractor shall initiate a TUKWILA EMERGENCY WORK City of Tukwila S9Projects1Projecls12009109026- 01- TukwilaLevee1500- PreconsWclion1505- PlansAndSpecs lConsWclionContracl \Tukwila EmergencyWork Agrml.10- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -15 request for approval of a proposed wage and benefit rate. The Contractor shall prepare and submit Standard Form 1444, Request for Authorization of Additional Classification and Wage Rate available at htto: /www.wdol.aov /docs /sf1444.odf, and submit the completed form to the Project Engineer's office. The presence of a classification wage on the Washington State Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the purpose of determining a federal classification wage rate. 1- 07.16(3) Fences, Mailboxes, Incidentals (March 31, 2006 Tukwila GSP) Supplement Contractor shall coordinate mail delivery service with the US Postal Service, for all mailboxes that are impacted by construction. Contact the Delivery Manager at 206 242 -3522 at the Riverton Post Office. 1 -07.18 Insurance (May 10, 2006 APWA GSP) Replacement 1 07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period "tail or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self- insurance, or insurance pool coverage. F. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at TUKWILA EMERGENCY WORK City of Tukwila S9Projects1Projecls12009109026- 01- TukwilaLevee1500- Preconstruction1 505- PlansAndSpecs1Cons tructionConlract1 Tukwila_ EmergencyWork _Agrm1.10- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -16 the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1- 07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): the Contracting Agency and its officers, elected officials, employees, agents, and volunteers KBA, Inc. KPG, Inc. The above listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor. 1- 07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1- 07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1- 07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self- insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1- 07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises /Operations Liability Products /Completed Operations for a period of one year following final acceptance of the work. Personal /Advertising Injury TUKWILA EMERGENCY WORK City of Tukwila SA Projects1Projects12009109026- 01- TukwilaLevee1500- Preconslruclion1505- PlansAndSpecs1ConstructionConlract1Tukwila_ EmergencyWork _Agrmt.l0- 14- 09(FINAL).doex October 2009 Attachment F Special Provisions Contractual Liability Independent Contractors Liability Stop Gap Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 $2,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 Each Occurrence General Aggregate Products Completed Operations Aggregate Personal Advertising Injury, each offence Stop Gap Employers' Liability Each Accident Disease Policy Limit Disease Each Employee SP -17 1- 07.18(5)B Automobile Liability Automobile Liability for owned, non owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1- 07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1- 07.18(5)F Excess or Umbrella Liability (May 10, 2006 APWA GSP) New The Contractor shall provide Excess or Umbrella Liability coverage at limits of $1 million per occurrence and annual aggregate. This excess or umbrella liability coverage shall apply, at a minimum, to both the Commercial General and Auto insurance policy coverage. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverage, or any combination thereof. 1- 07.18(5)G Pollution Liability (May 10, 2006 APWA GSP) New The Contractor shall provide a Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims arising out of: Contractor's operations related to this project; and /or Remediation, abatement, repair, maintenance or other work with lead -based paint or materials containing asbestos; and /or S:\ProjeclsTrojects12009\ 09026- 01- TukwilaLevee1 500- Preconstruction\ 505- PlansAndSpecs\ ConstructionConlract \Tukwila_EmergencyWork Agrm1.l0- 14- 09(FINAL).docx TUKWILA EMERGENCY WORK City of Tukwila October 2009 Attachment F Special Provisions SP -18 Transportation of hazardous materials away from any site related to this project. Such Pollution Liability policy shall provide the following minimum coverage: $1 million each loss and annual aggregate 1- 07.18(5)H Relations with Railroad (August 7, 2006 WSDOT GSP) Supplement Railroad Company, as used in the following specifications, shall be the railroad company or companies, or railway company or companies specified in these Special Provisions. The following provisions, though referring to a single Railroad Company, shall be applicable to each of the following railroad companies or railway companies: Union Pacific Railroad Protection of Railroad Property The Contractor shall exercise care in all operations and shall, at the Contractor's expense, protect the property of the Railroad Company and the Company's appurtenances, property in its custody, or persons lawfully upon its right of way, from damage, destruction, interference or injury caused by the Contractor's operations. The Contractor shall prosecute the work to not interfere with the Railroad Company or its appurtenances, or any of the Railroad Company's trains or facilities, and shall complete the work to a condition that shall not interfere with or menace the integrity or safe and successful operations of the Railroad Company or its appurtenances, or any of the Railroad Company's trains or facilities. The Contractor shall not transport equipment, machinery, or materials across the Railroad Company's tracks, except at a public crossing, without the written consent of the Railroad Company. The Contractor shall keep the right of way and ditches of the Railroad Company open and clean from any deposits or debris resulting from its operations. The Contractor shall be responsible for the cost to clean and restore ballast of the Railroad Company which is disturbed or becomes fouled with dirt or materials when such deposits or damage result from the Contractor's operations, except as provided elsewhere. The Contractor's work shall be conducted in such a manner that there will be a minimum of interference with the operation of railroad traffic. The Railroad Company will specify what periods will be allowed the Contractor for executing any part of the work in which the Railroad Company's tracks will be obstructed or made unsafe for operation of railroad traffic. In the event that an emergency occurs in connection with the work specified, the Railroad Company reserves the right to do any and all work that may be necessary to maintain railroad traffic. If the emergency is caused by the Contractor, the Contractor shall pay the Railroad Company for the cost of such emergency work. Protective services to protect the Railroad Company's facilities, property, and movement of its trains or engines, including railroad flagging and other devices, may be required by the Railroad Company as a result of the Contractor's operations. The nature and extent of protective services, personnel and other measures required will in all cases be determined by the Railroad Company. Nothing in these specifications will limit TUKWILA EMERGENCY WORK City of Tukwila S9Projecls1Projects @00 9109026 -01- Tukwila Levee1500- Preconstruction1505- PlansAndSpecslConstructionContractqukwila_ EmergencyWork _Agrml.l0- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -19 the Railroad Company's right to determine and assign the number of personnel, the classes of personnel for protective services, nor other protective measures it deems necessary. When, in the opinion of the Railroad Company, the services of flaggers or security personnel are necessary for the protection of the Railroad Company's facilities by reason of the Contractor's operations, the Railroad Company will furnish such flaggers or security personnel as may be required. The Contractor shall notify the Railroad Company a minimum of *2 days in advance of whenever the Contractor is about to perform work adjacent to the tracks to enable the Railroad Company to provide flagging or other protective service. The Railroad Company's contact is: Union Pacific Railroad Mario Ortegon (503) 249 -2323 1619 N. River Street Portland, OR 97227 No act of the Railroad Company in supervising or approving any work shall reduce or in any way affect the liability of the Contractor for damages, expense, or cost which may result to the Railroad Company from the construction of this Contract. Unless otherwise provided, all personnel assigned by the Railroad Company, other than those engaged in performing work by the Railroad Company as listed under Construction Work by Railroad Company, will be considered protective personnel. In general, the Railroad Company will furnish protective services: a. For any excavation below the elevation of the track subgrade, if in the opinion of the Railroad Company's representative, the track or other railroad facilities may be subject to settlement or movement. For all work over or adjacent to the track if, in the opinion of the Railroad Company's representative, said work represents a hazard to the Railroad Company. b. During any clearing, grubbing, grading, or blasting in proximity to the facilities, which in the opinion of the Railroad Company's representative, may endanger or interfere with railroad facilities or operations. c. When any of the Contractor's operations take place within or near railroad right of way and, in the opinion of the Railroad Company's representative, could endanger railroad facilities or create a hazard to railroad operations. Communications Linemen or Signalmen may be used to protect communications and signal facilities, if deemed necessary by the Railroad Company. There will be no cost to the Contractor for the railroad protective services unless such services result from the Contractor's failure to comply with the terms and conditions of its contract with the Contracting Agency or with its Contractor's Right of Entry Agreements with the Railroad Companies. TUKWILA EMERGENCY WORK City of Tukwila S: IProjectsTrojects12009109026- 01- TukwilaLevee1500- Preconstruction1505- PlansAndSpecslConstruclionContracll Tukwila_ EmergencyWork _Agrmt.t0- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -20 Railroad Protective Liability Insurance The Contractor shall protect the Railroad Company and any other railroad company occupying or using the Railroad Company's rights of way or lines of railroad against all loss and damages arising from activities of the Contractor or the Contractor's forces or any of the Contractor's subcontractors or agents. The Contractor shall furnish for each Railroad Company the original and three certified copies of a Railroad Protective Liability Insurance Policy, naming the Railroad Company as the insured and providing for protection to the Railroad Company in the manner and form described in the Railroad Protective Liability Form as set forth below. Said insurance shall be executed by a corporation qualified to write insurance in the State of Washington in form and substance satisfactory to the Railroad Company and shall be delivered to the Engineer. The Engineer will submit the insurance to the Railroad Company for its approval. The Contractor shall not enter upon or use the Railroad Company's property until notified by the Engineer of the Railroad Company's approval. The various blank sections of the Railroad Protective Liability Form shall contain the following information: Named Insured: Union Pacific Railroad 1619 N. River Street Portland, OR 97227 Limits of Liability: The combined single limit of the insurance company's liability under this policy to the insured shall be not less than $2,000,000 for all damages arising out of bodily injuries to or death of any person or persons and for all damages arising out of loss or destruction of or injury or damage to property in any one occurrence and $6,000,000 aggregate during the policy period. Said insurance policy executed by a corporation qualified to write the same in the State of Washington, shall be in form and substance satisfactory to the Railroad Company and shall be delivered to and approved by the Railroad Company prior to the entry upon or use of its property by the Contractor. All insurance specified above shall be carried until the physical completion date of the contract as described in Section 1 -08.5 except as stated herein. When all the work involving construction activities within or immediately adjacent to the railroad right of way is completed, the Contractor may make a written request to the Engineer to be relieved of the responsibility to continue all or part of the insurance specified above. If the Engineer deems the portion of the work in that area is complete, the Engineer may approve the Contractor's request. However, if for any reason the Contractor resumes or starts any new work in that area (including being ordered to do so by the Engineer), the insurance shall be reinstated by the Contractor before the work is started. If the insurance must be reinstated because of the Contractor's operations or failure of the Contractor to perform all the contract requirements, the costs shall be the responsibility of the Contractor. If the insurance must be reinstated because of changes to the contract, the costs will be considered in accordance with Section 1 -04.4. TUKWILA EMERGENCY WORK City of Tukwila S: 1Projects1Projects12009109026- 01- TukwilaLevee1500- Preconstruction1505- PlansAndSpecs1ConstructionContractlTukwila_ EmergencyWork _Agrm1.10- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -21 Other Insurance Requirements The Contracting Agency is in the process of negotiating an agreement with the railroad, at the time of signing of this Contract. If additional insurance requirements are contained in that agreement, any additional cost to the Contractor will be compensated through the change order process. Commercial General Liability Insurance A certificate of insurance providing proof of said Insurance, executed by a corporation qualified to write the same in the State of Washington, in form and substance satisfactory to the Railroad Company, shall be delivered to and approved by the Railroad Company prior to the entry upon or use of the Railroad Company's property by the Contractor. (August 7, 2006 WSDOT GSP) Supplement Contractor's Right of Entry and Insurance Requirements UPRR No work shall commence within Union Pacific Railroad right of way until the Contractor has executed, delivered, and received in return the fully executed Contractor's Right -of -Entry Agreement from Union Pacific Railroad, and has obtained all of the insurance required by the Railroad. All work within Union Pacific Railroad's right of way shall be in accordance with the Contractor's Right of Entry Agreement (These documents will be provided to the Contractor as soon as they are available). The Contractor, its subcontractors or agents, shall at its own expense, obtain and maintain in force all insurance required by Union Pacific Railroad until the completion date of the contract as described in Section 1 -08.5 except as stated herein. When all the work involving construction activities within or immediately adjacent to the railroad right of way is completed, the Contractor may make a written request to the Engineer to be relieved of the responsibility to continue the insurance required by Union Pacific Railroad. If the Engineer deems the portion of the work in that area is complete, the Engineer may approve the Contractor's request. However, if for any reason the Contractor resumes or starts any new work in that area (including being ordered to do so by the Engineer), the insurance shall be reinstated by the Contractor before the work is started. If the insurance must be reinstated because of the Contractors activities or failure of the Contractor to perform all the contract requirements, the costs shall be the responsibility of the Contractor. If the insurance must be reinstated because of changes to the contract, the costs will be considered in accordance with Section 1 -04.4. 1 -07.24 Rights of Way (October 1, 2005 APWA GSP) Replacement Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Contract Documents or will be brought to the Contractor's attention. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements will be made available to the Contractor as soon as practical after they have been obtained by the Engineer. The Owner will acquire easements and licenses to construct, and give copies to the Contractor as soon as each is acquired. The Contractor may be beginning work on part of the Project, TUKWILA EMERGENCY WORK City of Tukwila S:1 Projects \Projects\ 2009109026- 01- TukwilaLevee \500- Preconstruction1 505- PlansAndSpecslConstructionContractlTukwila EmergencyWork _Agrm1.10- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -22 while such licenses are being obtained on other parts of the Project, so close coordination with the Engineer is crucial. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 24 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contracting Agency will provide access to two staging areas. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 08 PROSECUTION AND PROGRESS 1 08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1 08.0(1) Preconstruction Conference (May 25, 2006 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be the Contractor, the Engineer and such other interested parties as may be invited. of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or work; 3. To establish and review procedures for progress payment, notifications, approv etc., 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; SAProjects1Pro 2 00910 90 26- 01- Tukw Precons W ction\ 5 05- PlansAndSp T E mergencyWodc _Agrmt.t6 14 09(FI NAL).docx New New held between The purpose affected by the als, submittals, TUKWILA EMERGENCY WORK City of Tukwila October 2009 Attachment F Special Provisions SP -23 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1- 08.0(2) Hours of Work For this emergency Contract, the standard rules for hours of work will not apply. The Contractor may work any time of the day or night, any and all days of the week, in order to meet the required schedule. Night, weekend, and holiday work are pre- approved by the Contracting Agency. The negotiated Contract amount is based on the Contractor working six, 10 -hour days per week, and accounts for any overtime rate due for non exempt workers, for that work period. If the Contractor is required to add hours and /or shifts to that schedule, a wage surcharge may be added, which will be paid under the estimated bid item, "Crew Acceleration The surcharge will be paid: For every hour worked over the 10 hours per day scheduled, If a second shift is added during any 24 -hour period, the Owner will pay a surcharge for each hour of labor during that second shift. of 15% may be added to the prevailing wage rates of the Payment under that bid item will be only when and as authorized by Owner, and will be measured and paid as follows: The Contractor will keep a tracking sheet showing the following: a. name b. prevailing wage rate c. number of hours worked, subject to the surcharge d. surcharge amount (b x 0.15) x c The Contractor will submit the tracking sheet, with a total for the month under the bid item "Crew Acceleration Additional charges related to added night work (for added light plants and related additional items) will be paid under the item `Miscellaneous Work'. 1 -08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Modification Notice to Proceed will be given on the date the Contract is signed by the Contracting Agency. The contract bond and evidence of insurance must be approved and filed by the Contracting Agency before site work begins. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. 1 -08.5 Time for Completion (March 31, 2006 Tukwila GSP) The schedule for completion shall be as detailed in the Agreement Form. 1 -08.9 Liquidated Damages Delete this section. Liquidated Damages will not apply on this Project. New Modification Replacement TUKWILA EMERGENCY WORK City of Tukwila Wrojectsl Projecls12009109026- 01- TukwilaLevee1500- Preconstruction\ 505- PlansAndSpecslConslructionConlract\ Tukwila_ EmergencyWork _Agrml.10- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -24 1 -09 MEASUREMENT AND PAYMENT 1 -09.6 Force Account Supplement The totals for Force Account items in the Negotiated Price Commitment and Breakdown are estimates only. Owner does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1- 09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Replacement The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or Tess, submitted in accordance with Section 1 -09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1- 09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contractina Aaencv's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 1 10 TEMPORARY TRAFFIC CONTROL 1- 10.3(3)A Construction Signs Modification Supplement The Contractor shall provide and maintain construction signs during construction of the Project, per the approved Traffic Control Plans. At the end of the Project, the Engineer will designate which signs are to be removed and disposed of by the Contractor, and which are to remain. It is anticipated that signs will be concentrated long -term on SR 181 for either a long term lane closure or lane shift resulting in the closure of the two way left turn lane near S. 180th Street. TUKWILA EMERGENCY WORK City of Tukwila S1Projectsl Projecls12009109026- 01- TukwilaLevee1 500- Preconstruclion\ 505- PlansAndSpecs \ConslructionContract\Tukwila EmergencyWork _Agrm1.10- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -25 2 -01.1 Description DIVISION 2 ROADWAY EXCAVATION AND EMBANKMENT 2 -01 CLEARING, GRUBBING AND ROADSIDE CLEANUP Supplement The construction area for the Work shall be cleared and grubbed by the Contractor. The Contractor shall use information known to date and field inspection, to determine the extent of the construction area and the limits of clearing, grubbing and roadside cleanup. The areas of the clearing and grubbing operations shall be limited to only that minimal area necessary to safely and effectively conduct/perform the work. All clearing limits shall be pre approved by the Engineer, prior to removal or destruction of vegetation. Existing landscaping, including but not limited to, rockeries, beauty bark, decorative gravel or rock, bushes, trees, and shrubbery adjacent to the construction areas shall be protected from damage and /or temporarily removed and /or relocated as required. The Contractor shall protect, remove, relocate (temporary or permanent), water, stake, fencing, etc. all disturbed landscaping as required. All costs for clearing, grubbing, roadside cleanup, and protection of existing landscaping and improvements, shall be included in the various bid items listed in Division 10; no separate payment will be made. 2 03 ROADWAY EXCAVATION AND EMBANKMENT 2 -03.1 Description Supplement The work shall consist of roadway excavation on the top of the levee, in areas identified in the Plans. All costs for clearing, grubbing, roadside cleanup, and protection of existing landscaping and improvements, shall be included in the various bid items listed in Division 10; no separate payment will be made. TUKWILA EMERGENCY WORK City of Tukwila S1Projectsl Projects 12009109026- 01- TulmilaLevee\ 500- Preconstruction1 505- PlansAndSpecsl ConslructionContracl \Tukwila_EmergencyWork Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -26 DIVISION 3 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3 -01 PRODUCTION FROM QUARRY AND PIT SITES 3 -01.4 Contractor Furnished Materials Sources Supplement No source has been provided for any materials necessary for the construction of this improvement. If the source of materials provided by the Contractor necessitates hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes. TUKWILA EMERGENCY WORK City of Tukwila S:1 Projects\ Projects@ 009109026- 01- TukwilaLevee\ 500- Preconstruction\ 505- PlansAndSpecs1ConstructionContract \Tukwila_EmergencyWork Agrm1.10- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -27 5 -04 HOT MIX ASPHALT 5 04.1 Description DIVISION 5 SURFACE TREATMENTS AND PAVEMENT Supplement The work shall consist of placing HMA 1/2 -inch PG 64 -22 on the top of the levee, in areas identified in the Plans. Due to the small quantity of this work, no materials testing will be required. A mix design shall be submitted to the Engineer for approval. All costs for this work shall be included incidental to the Contract, including placement, maintenance, and removal of cold mix; no separate payment will be made. 5- 04.3(21) Cold Mix New During the course of construction, it may be necessary to provide improved temporary access along the levees, streets, and other areas within the construction site and at all access roads, when so designated by the Engineer in the field. This cold mix asphalt concrete shall consist of a mixture of mineral aggregate and a minimum of five and one -half percent (5- 1/2 cutback asphalt binder MC -250, combined in a mechanical mixer. It shall be placed, maintained as needed, and removed and disposed of off -site properly by the Contractor. TUKWILA EMERGENCY WORK City of Tukwila S:1Projects\ Projects\ 2009109026- 01- TukwilaLevee1500- Preconslruction1 505- PlansAndSpecs1Cons truclionConlractl Tukwila_ EmergencyWork _Agrmt.l0- 14- 0 October 2009 Attachment F Special Provisions SP -28 6 -10 CONCRETE BARRIER DIVISION 6 STRUCTURES 6- 10.3(3) Removing and Resetting Permanent Concrete Barrier Supplement If and when directed by the Contracting Agency, the Contractor shall relocate the concrete barrier currently in place on the west side of SR 181 (West Valley Highway), at the north side of the S. 180th Street Bridge, as shown on the Traffic Control Plans. TUKWILA EMERGENCY WORK City of Tukwila S:1 Projectsl Projeclst2009109026- 01- TukwilaLevee1500- Preconslruction1505- PlansAndSpecsl ConslructionConlractlTukwila_ EmergencyWork _Agrml.l0- 1 0 October 2009 Attachment F Special Provisions SP -29 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7 -05 MANHOLES, INLETS, CATCH BASINS AND DRYWELLS 7 -05.1 Description Supplement All costs for this work shall be included in the various bid items listed in Division 10; no separate payment will be made. 7 -05.2 Materials Supplement Tideflex Check Valve shall meet the following requirements: 1. Valve Sleeve: Polyurethane 2. Stainless steel backup rings or slip overtype. 3. Flange size shall conform to ANSI B16.10 Class 150 4. The port area shall contour down to a duck bill, which allows passage of flow in one direction while preventing reverse flow, 5. Valve shall be Series 35 or TF -2 as manufactured by Red Valve Co., Inc. 6. Company name, plant location, valve size and serial number shall be bonded to the check valve. TUKWILA EMERGENCY WORK City of Tukwila S:\Projects \Projects@ 0091 09026- 01- TukwilaLevee1500- Preconstruction1505- PlansAndSpecs \ConstruotionContractl Tukwila_ EmergencyWork _Agrmt.l0- 1 0 October 2009 Attachment F Special Provisions SP -30 8 -01.1 Description 8 -01.2 Materials 8 02 ROADSIDE RESTORATION 8 -02.1 Description 8- 02.3(17) Fencing Removal and Repair DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL Supplement All areas shall be protected with the appropriate erosion and water pollution control measures, including but not limited to siltation basins, straw bales, inlet protection at all affected catch basins, and silt fences, wherever needed and where directed by Engineer. Supplement Catch Basin inserts shall be Streamguard Catch Basin Inserts #3003, or approved equivalent. Supplement The Contractor shall restore all existing private property improvements in kind. For example, if lawns are disturbed, place hydroseed on top of 4 inches of topsoil. If bark, lava rock, river rock, crushed rock, bricks, pavers, blocks, soil, asphalt or concrete pavement or any other type of material is disturbed, place back equal or better quality and thickness of material to match. All property restoration must be approved by both the Engineer and the property owner. If approval is not given, Contractor must correct or replace the Work to the satisfaction of both parties, at no additional expense to the Contracting Agency. All work under this section, including fencing removal and repair will be paid by force account if and as approved by the Engineer, under the item 'Property Restoration'. New Some fence sections on private property will need to be removed in order to install the levee reinforcing materials. The Contractor shall coordinate with each property owner to provide temporary fencing (able to last 2 to 3 years) to seal up such breaches in the fencing, if created by the levee- related construction. This work may involve removing and disposing of existing fencing, or removing and replacing fencing, and /or providing new fencing, as appropriate and agreed to with the property owner. TUKWILA EMERGENCY WORK City of Tukwila SAProjects1Projects120091 09026- 01- TukwilaLevee1500- Preconstruction1 505- PlansAndSpecslConstmctionContraotl Tukwila_ EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -31 8 22 PAVEMENT MARKING 8 -22.1 Description Supplement The following shall apply to all channelization on SR 181, including raised pavement markers and pavement markings, both paint and thermoplastic. The Contractor shall remove existing channelization on SR 181 as shown on the Plans, and per Section 8- 22.3(6) of the Standard Specifications. The Contractor shall provide new channelization as shown on the approved Channelization Plans, in accordance with Sections 8 -09 and 8 -22 of the Standard Specifications. Striping will include some form of reflectorized and /or profiled channelization. 8 30 BOLLARDS 8 -30.1 General The work shall consist of providing new bollards on the trail system, at locations identified in the Plans. Bollards and their installation shall be per City of Tukwila Standard Plan RS -04. 8 31 HESCO UNITS 8 -31.1 General New New The work shall consist of installing Hesco C -4315 units provided by the Contracting Agency, and furnishing and installing the rest of the units required. The Contracting Agency will provide approximately 10,300 linear feet of Hesco units. These Hesco Units will be available for pickup at the warehouse located at approximately 8990 East Marginal Way, near the Boeing Museum of Flight. The remainder of the units required must be procured by the Contractor. The Contractor is not responsible for maintenance, once installed. Removal of the Hesco units is not part of this Contract. 8 -31.2 Materials Sand to fill the Hesco units shall be screened builder's sand, with 100% of the material passing the 1/4 -inch screen. The Contractor shall fabricate a spreader bar to aid in the removal of the Hesco units for the Contracting Agency's emergency use or for the future removal of the units. The design for the spreader bar will be provided by Hesco Bastion, and is expected to consist of a steel I -beam with cabled sections at 3 foot spacing, having angled barbs to attach to the wire fabric of the Hesco units. The Contractor shall deliver the spreader bar to a location to be provided by the Contracting Agency, and it shall become the property of the Contracting Agency. 8 -31.3 Construction Requirements TUKWILA EMERGENCY WORK City of Tukwila S9ProjectslProjecls12o091 09026- 01- TukwilaLevee1500- Preconstruction1505- PlansAndSpecs \ConstruclionContract1 Tukwila_ EmergencyWork _Agrmll0- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -32 The Contractor shall pick up and deliver the units to the jobsite. The Contractor shall install, backfill, and compact the units, as detailed below, and where directed by the Engineer. The City provided GIS aerial map indicates the approximate limits of the Hesco units. Installation shall be per the manufacturer's specifications and recommendations. The manufacturer will be available to provide on -site guidance and training for the proper installation of the Hesco units, provided they are given advance notice by Contractor. Contractor may ask Engineer to request the manufacturer's help. The contact for Hesco is: Following the installation of the Hesco units, backfill shall be placed in 3 lifts, with each lift being compacted by means of water settling, manual compaction, or other approved means. No density testing will be performed during this operation. The Hesco units will need to be modified in some locations to fit the curvature of the levee system and property constraints. 8 32 MISCELLANEOUS WORK 8 -32.1 General Dennis Baremeyer, Technical Representative Hesco Bastion USA, Inc. Cell: (504) 450 -5660 E -mail: Bennis( hesco- usa.com All Miscellaneous Work must be approved by the Engineer prior to proceeding with the work. 8 33 2009 OUTFALL AND LEVEE MAINTENANCE PROGRAM New This work will be for those items of work determined by the Engineer to be unanticipated at the time of the Contract Negotiation. This work may include added equipment for night work beyond the 5 nights of anticipated work to install the Hesco units along SR 181 (West Valley Highway). This equipment could include light plants. New 8 -33.1 General This work includes repair to various outlets to the Green River and levee repair work. The work is detailed in the Plans, which also includes Tideflex shop drawings. Work in each area shall be paid under the lump sum items described for each site, including all preparation, fittings and appurtenances, and cleanup. TUKWILA EMERGENCY WORK City of Tukwila S:1 ProjeclslProjecls12009109026- 01- TukwilaLevee1500- Preconstruclion1505- PlansAndSpecsl ConstructionConlracl lTukwila_EmergencyWork Agrmt.10- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -33 8 -33.2 Construction Requirements Site 1 S 180th Street Outfall This work includes the filling and abandonment of concrete storm drain pipe that outfalls to the Green River, and other work as described in the Plan notes for this location. The work shall be in accordance with Division 7 of the Standard Specifications. Site 2 Railroad Avenue Outfall This work includes providing a 42" Tideflex valve series TF -1 at the existing 48" outlet. See Section 7 -05 of these Special Provisions for Tideflex valve requirements. This work also includes providing a 24 LF coated steel pipe that is to be sleeved in the existing 48" outlet pipe. The annular space around the 42" steel pipe is to be grouted. The Contractor may propose to provide alternate means of connection, including sawcutting the existing bevel from the 48" pipe. This will require a proposal from the Contractor. The Contractor will also be required to order the Tideflex valve for fabrication, and to provide a plan showing how the valve will be attached. The fabrication of this valve will require an approved plan for attachment. Plan notes further describe this work. Site 3 S 144 Street Outfall This work includes providing a 42" Tideflex valve series 35 -1 at the existing headwall for the 36" outfall pipe. The Tideflex valve shall be directly bolted to the headwall structure. The existing flap gate will be removed as part of this work. The Contractor will also be required to order the Tideflex valve for fabrication. Plan notes further describe this work. Site 4A S 180 Street Levee South This work includes regrading 510 linear feet of the levee as shown and described on the Plans. The work will include the removal of some existing surfacing, scarifying the subgrade, and constructing a new levee surface with CSTC. The US Army Corps of Engineers (USACE) may provide a specification for a substitute material for Gravel Borrow (i.e. levee mix). The following quantities are provided as a basis of the Negotiated Price Commitment: Item 1 Roadway Excavation Including Haul 1 Gravel Borrow (Levee Mix) 1 Crushed Surfacing Top Course Unit Estimated Quantity 1 95 1 CY 1 1 350 1 TON 1 1 75 1 TON 1 Site 4B S 180 Street Levee North This work includes regrading approximately 120 linear feet of the levee as shown and described on the Plans. The work will include the removal of some existing surfacing, scarifying the subgrade, and constructing a new levee surface from either HMA or CSTC, as specified. The USACE may provide a specification for a substitute material for Gravel Borrow (i.e. levee mix). The work also includes the removal and reset of 4 bollards and 45 LF of chain link fence. The following quantities are provided as a basis of the Negotiated Price Commitment: Item Unit Estimated Quantity Roadway Excavation Including Haul 1 95 1 CY 1 TUKWILA EMERGENCY WORK City of Tukwila S1Projecls\ Projects 12009109026- 01- TukwilaLevee1 500- Preconstruction\ 505- PlansAndSpecs\ ConstmctionContractlTukwila_ EmergencyWork _Agrml.10- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -34 Gravel Borrow (Levee Mix) I 350 1 TON Crushed Surfacing Top Course 1 75 TON HMA PG 64 -22 1 30 1 TON Remove and Replace Bollards 4 1 EA Remove and Replace Chainlink Fence 45 1 LF 8 34 PROJECT IDENTIFICATION SIGN New 8 -34.1 General The Contractor shall provide one Project Identification Sign, and maintain it until Physical Completion of the Project. Contracting Agency will provide layout, content, and location of sign. All costs for Project Identification Sign shall be included in the lump sum cost for Mobilization. 8 35 SUPER SACKS New 8 -35.1 General The City of Tukwila will provide approximately 9,000 LF of Super Sacks for use by the Contractor to construct a barrier as shown in the attached City of Kent `Existing Green River Levee Section (Looking South)' detail. The location of the barrier will be provided by the Engineer. The Contractor is not responsible for maintenance, once installed. This work shall include the following elements: Develop and provide filling station Retrieval of Super Sacks from the City of Tukwila warehouse at approximately 8990 East Marginal Way South, near the Museum of Flight. Filling of Super Sacks Installation of Super Sacks per the referenced detail, including plastic sheeting and weighting of the plastic sheeting with sand bags. TUKWILA EMERGENCY WORK City of Tukwila Wrojects1Projecls12009109026- 01- TUkwilaLevee1500- Preconstruclion1505- PlansAndSpecslConstructionConlractqukwila_ EmergencyWork _Agrmt.l0- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP -35 DIVISION 10 MEASUREMENT AND PAYMENT UNIT PRICE CONTRACT GENERAL When the Contract Documents state that a certain item of work "shall be considered incidental to the Contract and whenever any aspect of work is not included in one of the pay items listed below, then the cost of performing that work shall be included in the various bid prices of the Contract, and no separate payment will be made. Contractor shall include all costs of doing this work within the unit and lump sum bid prices in the Proposal. If the Contract Documents require work that has no unit or lump sum bid item in the proposal, costs shall be incidental and included within the unit and lump sum bid prices in the Proposal. For items listed below as being paid by "Force Account" or "Estimate to provide a common basis for all bidders, Owner has estimated and included in the Proposal, dollar amounts for those items. All such dollar amounts are to become a part of Contractor's total bid. However, Owner does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer, in accordance with Section 1 -09.6 of the Standard Specifications. The negotiated price for each bid item shall be full pay for all labor, materials, tools, equipment, and supervision to perform the work specified. BID SCHEDULE ITEMS The following subsections correspond to the items on the Negotiated Price Commitment and Breakdown and shall be paid based on the conditions listed, and as detailed in the Standard Specifications for that item. The Section where the item of work is discussed in the Standard Specifications and /or Special Provisions is shown in parentheses. 1. Mobilization, lump sum (1 -09.7) The lump sum contract price for "Mobilization" shall be full compensation for providing, furnishing, and installing all labor, work and materials necessary to: a. Move or organize equipment and personnel onto and off of the site, b. Provide and maintain support facilities c. Clean up the site at the conclusion of the project d. Obtain all necessary permits, licenses, and bonds. e. Provide and maintain Progress Schedule f. Provide Project Identification Sign g. Prepare traffic control plans h. Keeping Project site and streets clean The lump sum price for Mobilization shall also include all costs associated with remobilization following any suspension of work. TUKWILA EMERGENCY WORK City of Tukwila S:1ProjeclsTrojecls12009109026 -01- Tukwila Levee\ 500- Preconstruction1 505- PlansAndSpecs1ConsWCtionConlracffukwila_ EmergencyWork _Agrmt. 14- 09 (FINAL).docx October 2009 Attachment F Special Provisions SP -36 Delete the second paragraph and subsequent list of Section 1 -09.7 of the Standard Specifications and replace them with the following: Based on the lump sum contract price for "Mobilization," partial payments will be made as follows: 1. When 10 percent of the total original contract amount is earned from other contract items, excluding amounts paid for materials on hand, 60 percent of the amount bid for mobilization, or 10 percent of the total original contract amount, whichever is the least, will be paid. 2. When the substantial completion date has been established for the project, any remaining amount bid for mobilization will be paid. 2. Contractor Supplied Surveying and Staking, lump sum (1 -05.4) The lump sum contract price for "Contractor Supplied Surveying and Staking" shall be full pay for all Contractor provided surveying and staking, and shall also include any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. 3. SPCC Plan, lump sum (1- 07.15) The lump sum contract price for "SPCC Plan" shall be full pay for: a. all costs associated with the SPCC plan. b. All costs associated with providing and maintaining on site standby materials and equipment described in the SPCC plan. c. All costs associated with the implementing the prevention and containment measures identified in the approved SPCC plan. 4. Temporary Water Pollution /Erosion Control, force account (1 -07, 1 -09.6, 8 -01) This item shall provide payment for erosion control measures not identified by either silt fencing or inlet protection, which are to be paid under separate unit price items. All work for this item shall be performed on a force account basis, as defined in Section 1 -09.6 of the Standard Specifications. 5. Silt Fence, per linear foot (8 -01) The work shall include, but not be limited to, all posts, fabric, trenching, backfill, and other work to provide for the complete installation of, maintenance of, and removal of silt fence. 6. Inlet Protection, per each (8 -01) This item shall include, but not be limited to, the installation, maintenance, and removal of the inlet protection. 7. Stabilized Construction Entrance, per SY (8 -01) This item shall also include, but not be limited to, any necessary excavation, geotextile fabric, ballast rock, and other work as required by the City of Tukwila Standard Plans for the construction of construction entrances. 8. Project Temporary Traffic Control, lump sum (1 -10) This item shall be paid in accordance with the Standard Specifications. TUKWILA EMERGENCY WORK City of Tukwila SA Projects1Projects12009109026- 01- TukwilaLevee1500- Preconslruction1505- PlansAndSpecs1ConslruclionContractlTukwila_ EmergencyWork _Agrmt.l0- 14- 09(FINAL).docx October 2009 Attachment F Special Provisions SP-37 9. Construction Signs Class A, per square foot (1 -10) This item shall be payment for all Construction Signs Class A, including providing and maintaining the signs, and removing and disposing of the signs designated for removal. The Contractor is not responsible for maintenance or removal of signs designated to remain, after the completion of the Work. 10. Channelization Removal and Replacement SR 181, lump sum (8 -22) The lump sum payment of this item shall be full pay to remove and replace in new locations, all channelization devices as shown and specified, including striping and raised pavement markers, regardless of quantity and type. 11. Hesco on Road, per linear foot (8 -31) This item shall include the pickup, delivery, installation, backfilling, and compaction, whether the units are provided by Contracting Agency or Contractor. Payment will be by linear foot of co units in place. Payment for the double layer- configuration of Hesco units will be by li ar fo t Q, for each layer. EXG(.;Ub S 12. Hesco on Levee, per linear foot (8 -31) This item shall include the pickup, delivery, installation, backfilling, and compaction, whether units are provided by Contracting Agency or Contractor. Payment will be by linear foot of Hesco units in place, and includes clearing and grubbing. Payment for multiple layer configu atioon of Hesco units will be by linear foot for each row of Hesco placed. 6 .UDES 13. Hesco Removal Spreader Bar, per each tt-rrA This item shall include the fabrication of and delivery of a spreader bar. (8 -31 14. Removing and Resetting Existing Permanent Barrier, lump sum (8 -11) The lump sum payment for this item shall be full pay for removing and resetting the barrier, regardless of length. Should it be determined that the concrete barrier does not need to be moved, there will be no payment for this item. 15. Property Restoration, Force Account (1 -09.6, 8 -01) "Property Restoration when approved by Engineer, will be paid by force account per Section 1- 09.6 of the Standard Specifications and these Special Provisions, and will be full compensation to relocate, replace, or modify existing private improvements or landscaping where required as a condition of an easement or permit, or where impact resulting from construction activities is determined by Engineer, prior to the impact occurrina, to be unavoidable. All other maintenance and property restoration work shall be incidental to the contract; no separate payment will be made. 16. Miscellaneous Work, Force Account (8 -32) "Miscellaneous Work when approved by Engineer, will be paid by force account per Section 1- 09.6 of the Standard Specifications and these Special Provisions, and will be full compensation to perform work not included under other bid items, when determined necessary and authorized by the Engineer, prior to the work being performed. TUKWILA EMERGENCY WORK City of Tukwila S1Projects1Projecls12009\ 09026- 01- TukwilaLevee\ 599- Preconslmction\ 505- PlansAndSpecs lConstructionConlracl\ Tukwila_ EmergencyWork _Agrmt.l 14- 09 (FINAL).docx October 2009 Attachment F Special Provisions SP -38 17. S. 180th Street Outfall (Site 1), lump sum (8 -33) The lump sum payment for this item shall be full pay for performing the Work shown on the Plans and described in the Special Provisions, including but not limited to all preparation, fabrication, fittings and other items, construction, and cleanup. 18. Railroad Ave Outfall (Site 2), lump sum (8 -33) The lump sum payment for this item shall be full pay for performing the Work shown on the Plans and described in the Special Provisions, including but not limited to all preparation, fabrication, fittings and other items, construction, and cleanup. 19. S. 144th St. Outfall (Site 3), lump sum (8 -33) The lump sum payment for this item shall be full pay for performing the Work shown on the Plans and described in the Special Provisions, including but not limited to all preparation, fabrication, fittings and other items, construction, and cleanup. 20. S. 180th Street Levee S (Site 4A), lump sum (8 -33) The lump sum payment for this item shall be full pay for performing the Work shown on the Plans and described in the Special Provisions, including but not limited to all preparation, materials, placing, hauling, and compacting. 21. S. 180th Street Levee N (Site 4B), lump sum (8 -33) The lump sum payment for this item shall be full pay for performing the Work shown on the Plans and described in the Special Provisions, including but not limited to all preparation, fabrication, fittings and other items, bollards, construction, and cleanup.. 22. Crew Acceleration, estimate (1- 08.0(2)) "Crew Acceleration when approved by Engineer, will be paid as detailed in Section 1- 08.0(2) of these Special Provisions, provided that Contractor submits detailed and complete documentation of the extra hours worked. 22. Hesco Barrier Procurement, per linear foot (8 -31.1) This item shall include the procurement, including pickup or delivery, of all Hesco units required which are not supplied by the Contracting Agency. (Installation, backfilling, and compaction is covered under the items "Hesco on Road" and "Hesco on Levee 23. Super Sacks, per linear foot (8 -35) This item shall include the procurement, including pickup or delivery, of all Super Sacks, filling, plastic sheeting for wrapping of Super Sacks, sand bagging plastic sheeting. EXCLuP65 ii, A TUKWILA EMERGENCY WORK City of Tukwila s9Projects1Projects@ 009109026- 01- TukwilaLeveel5W- Preconstruction1505- PlansAndspecs \conslructioncontractlTukwila EmergencyWork _Agrmt.10- 14- 09(FINAL).docx October 2009 Tukwila Emergency Levee Reinforcement City of Tukwila October 13, 2009 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $40.03 1H 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS BRICK BLOCK FINISHER $39.49 1M 5A JOURNEY LEVEL $46.35 1M 5A BUILDING SERVICE EMPLOYEES JANITOR $17.98 2F 5S TRAVELING WAXER /SHAMPOOER $18.39 2F 5S WINDOW CLEANER (NON- SCAFFOLD) $22.65 2F 5S WINDOW CLEANER (SCAFFOLD) $23.51 2F 5S CABINET MAKERS (IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $48.63 1H 5D BRIDGE, DOCK AND WARF CARPENTERS $48.47 1H 5D CARPENTER $48.47 1H 5D CREOSOTED MATERIAL $48.57 1H 5D DRYWALL APPLICATOR $48.47 1H 5D FLOOR FINISHER $48.60 1H 5D FLOOR LAYER $48.60 1H 5D FLOOR SANDER $48.60 1H 5D MILLWRIGHT AND MACHINE ERECTORS $49.47 1H 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $48.67 1H 5D SAWFILER $48.60 1H 5D SHINGLER $48.60 1H 5D STATIONARY POWER SAW OPERATOR $48.60 1H 5D STATIONARY WOODWORKING TOOLS $48.60 1H 5D CEMENT MASONS JOURNEY LEVEL $49.15 1M 5D DIVERS TENDERS DIVER 1M 5D 8A DIVER ON STANDBY $56.68 1M 5D DIVER TENDER $52.23 1M 5D SURFACE RCV ROV OPERATOR $52.23 1M 5D SURFACE RCV ROV OPERATOR TENDER $50.72 1B 5A DREDGE WORKERS ASSISTANT ENGINEER $49.57 1T 5D 8L ASSISTANT MATE (DECKHAND) $49.06 IT 5D 8L BOATMEN $49.57 1T 5D 8L ENGINEER WELDER $49.62 1T 5D 8L Page 1 KING COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LEVERMAN, HYDRAULIC $51.19 1T 5D 8L MAINTENANCE $49.06 1T 5D 8L MATES $49.57 1T 5D 8L OILER $49.19 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $48.79 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 ELECTRICIANS INSIDE CABLE SPLICER $61.95 2W 5L CABLE SPLICER (TUNNEL) $66.57 2W 5L CERTIFIED WELDER $59.85 2W 5L CERTIFIED WELDER (TUNNEL) $64.13 2W 5L CONSTRUCTION STOCK PERSON $31.83 2W 5L JOURNEY LEVEL $57.74 2W 5L JOURNEY LEVEL (TUNNEL) $61.95 2W 5L ELECTRICIANS MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS POWERLINE CONSTRUCTION CABLE SPLICER $59.79 4A 5A CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39.07 4A 5A HEAD GROUNDPERSON $41.22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54.59 4A 5A LINE EQUIPMENT OPERATOR $46.33 4A 5A POLE SPRAYER $54.59 4A 5A POWDERPERSON $41.22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS MECHANIC $64.81 4A 6Q MECHANIC IN CHARGE $70.60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.60 2K 5B FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $33.93 1H 5D GLAZIERS JOURNEY LEVEL $48.61 1Y 5G HEAT FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $48.28 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS MASON TENDERS JOURNEY LEVEL $41.28 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 Page 2 KING COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INLAND BOATMEN CAPTAIN $48.39 1K 5B COOK $45.36 1K 5B DECKHAND $45.36 1K 5B ENGINEER/DECKHAND $46.25 1K 5B MATE, LAUNCH OPERATOR $47.35 1K 5B INSPECTION /CLEANING /SEALING OF SEWER WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $31.49 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $24.91 1 TECHNICIAN $19.33 1 TV TRUCK OPERATOR $20.45 1 INSULATION APPLICATORS JOURNEY LEVEL $48.47 1M 5D IRONWORKERS JOURNEY LEVEL $54.27 10 5A LABORERS ASPHALT RAKER $41.28 1H 5D BALLAST REGULATOR MACHINE $40.03 1H 5D BATCH WEIGHMAN $33.93 1H 5D BRUSH CUTTER $40.03 1H 5D BRUSH HOG FEEDER $40.03 1H 5D BURNERS $40.03 1H 5D CARPENTER TENDER $40.03 1H 5D CASSION WORKER $41.28 1H 5D CEMENT DUMPER/PAVING $40.77 1H 5D CEMENT FINISHER TENDER $40.03 1H 5D CHANGE -HOUSE MAN OR DRY SHACKMAN $40.03 1H 5D CHIPPING GUN (OVER 30 LBS) $40.77 1H 5D CHIPPING GUN (UNDER 30 LBS) $40.03 1H 5D CHOKER SETTER $40.03 1H 5D CHUCK TENDER $40.03 1H 5D CLEAN -UP LABORER $40.03 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $40.77 1H 5D CONCRETE FORM STRIPPER $40.03 1H 5D CONCRETE SAW OPERATOR $40.77 1H 5D CRUSHER FEEDER $33.93 1H 5D CURING LABORER $40.03 1H 5D DEMOLITION, WRECKING MOVING (INCLUDING CHARRED MATERIALS) $40.03 1H 5D DITCH DIGGER $40.03 1H 5D DIVER $41.28 1H 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $40.77 1H 5D DRILL OPERATOR, AIRTRAC $41.28 1H 5D DUMPMAN $40.03 1H 5D EPDXY TECHNICIAN $40.03 1H 5D EROSION CONTROL WORKER $40.03 1H 5D FALLER/BUCKER, CHAIN SAW $40.77 1H 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $30.84 1H 5D construction debris cleanup) Page 3 KING COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code FINE GRADERS $40.03 1H 5D FIRE WATCH $33.93 1H 5D FORM SETTER $40.03 1H 5D GABION BASKET BUILDER $40.03 1H 5D GENERAL LABORER $40.03 1H 5D GRADE CHECKER TRANSIT PERSON $41.28 1H 5D GRINDERS $40.03 1H 5D GROUT MACHINE TENDER $40.03 1H 5D GUARDRAIL ERECTOR $40.03 1H 5D HAZARDOUS WASTE WORKER LEVEL A $41.28 1H 5D HAZARDOUS WASTE WORKER LEVEL B $40.77 1H 5D HAZARDOUS WASTE WORKER LEVEL C $40.03 1H 5D HIGH SCALER $41.28 1H 5D HOD CARRIER /MORTARMAN $41.28 1H 5D JACKHAMMER $40.77 1H 5D LASER BEAM OPERATOR $40.77 1H 5D MANHOLE BUILDER MUDMAN $40.77 1H 5D MATERIAL YARDMAN $40.03 1H 5D MINER $41.28 1H 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $40.77 1H 5D PRESSURE AIR WATER ON CONCRETE ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $40.77 1H 5D PILOT CAR $33.93 1H 5D PIPE POT TENDER $40.77 1H 5D PIPE RELINER (NOT INSERT TYPE) $40.77 1H 5D PIPELAYER CAULKER $40.77 1H 5D PIPELAYER CAULKER (LEAD) $41.28 1H 5D PIPEWRAPPER $40.77 1H 5D POT TENDER $40.03 1H 5D POWDERMAN $41.28 1H 5D POWDERMAN HELPER $40.03 1H 5D POWERJACKS $40.77 1H 5D RAILROAD SPIKE PULLER (POWER) $40.77 1H 5D RE- TIMBERMAN $41.28 1H 5D RIPRAP MAN $40.03 1H 5D RODDER $40.77 1H 5D SCAFFOLD ERECTOR $40.03 1H 5D SCALE PERSON $40.03 1H 5D SIGNALMAN $40.03 1H 5D SLOPER (OVER 20 $40.77 1H 5D SLOPER SPRAYMAN $40.03 1H 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $40.77 1H 5D SPREADER (CONCRETE) $40.77 1H 5D STAKE HOPPER $40.03 1H 5D STOCKPILER $40.03 1H 5D TAMPER SIMILAR ELECTRIC, AIR GAS $40.77 1H 5D TAMPER (MULTIPLE SELF PROPELLED) $40.77 1H 5D TOOLROOM MAN (AT JOB SITE) $40.03 1H 5D TOPPER TAILER $40.03 1H 5D TRACK LABORER $40.03 1H 5D TRACK LINER (POWER) $40.77 1H 5D Page 4 KING COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK SPOTTER $40.03 1H 5D TUGGER OPERATOR $40.77 1H 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $40.03 1H 5D VIBRATOR $40.77 1H 5D VINYLSEAMER $40.03 1H 5D WELDER $40.03 1H 5D WELL -POINT LABORER $40.77 1H 5D LABORERS UNDERGROUND SEWER WATER GENERAL LABORER $40.03 1H 5D PIPE LAYER $40.77 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28.17 1 LANDSCAPING OR PLANTING LABORERS $17.87 1 LATHERS JOURNEY LEVEL $48.47 1H 5D METAL FABRICATION (IN SHOP) FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.40 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $34.87 2B 6Z PLASTERERS JOURNEY LEVEL $46.63 1R 5B PLAYGROUND PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS PIPEFITTERS JOURNEY LEVEL $64.84 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $47.12 1T 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50.94 1T 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51.51 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50.39 IT 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49.48 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $49.90 IT 5D 8P BARRIER MACHINE (ZIPPER) $49.90 1T 5D 8P BATCH PLANT OPERATOR, CONCRETE $49.90 1T 5D 8P BELT LOADERS (ELEVATING TYPE) $49.48 1T 5D 8P BOBCAT (SKID STEER) $47.12 1T 5D 8P Page 5 KING COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code BROKK- REMOTE DEMOLITION EQUIPMENT $47.12 1T 5D 8P BROOMS $47.12 1T 5D 8P BUMP CUTTER $49.90 1T 5D 8P CABLEWAYS $50.39 1T 5D 8P CHIPPER $49.90 1T 5D 8P COMPRESSORS $47.12 1T 5D 8P CONCRETE FINISH MACHINE LASER SCREED $47.12 1T 5D 8P CONCRETE PUMPS $49.48 IT 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 1T 5D 8P CONVEYORS $49.48 1T 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $51.51 1T 5D 8P CRANE, FRICTION OVER 200 TONS $52.07 IT 5D 8P CRANES, THRU 19 TONS, WITH ATTACHMENTS $49.48 1T 5D 8P CRANES, 20 44 TONS, WITH ATTACHMENTS $49.90 1T 5D 8P CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50.39 1T 5D 8P WITH ATACHMENTS) CRANES, 100 TONS 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50.94 1T 5D 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51.51 1T 5D 8P WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $47.12 1T 5D 8P CRANES, A- FRAME, OVER 10 TON $49.48 1T 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52.07 IT 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 44 TONS) $49.90 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (45 99 TONS) $50.39 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS OVER) $50.94 1T 5D 8P CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $50.94 1T 5D 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51.51 1T 5D 8P CRUSHERS $49.90 1T 5D 8P DECK ENGINEER /DECK WINCHES (POWER) $49.90 1T 5D 8P DERRICK, BUILDING $50.39 1T 5D 8P DOZERS, D -9 UNDER $49.48 1T 5D 8P DRILL OILERS AUGER TYPE, TRUCK OR CRANE MOUNT $49.48 1T 5D 8P DRILLING MACHINE $49.90 1T 5D 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47.12 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $49.48 1T 5D 8P FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $49.90 1T 5D 8P FORK LIFTS, (3000 LBS AND OVER) $49.48 1T 5D 8P FORK LIFTS, (UNDER 3000 LBS) $47.12 1T 5D 8P GRADE ENGINEER $49.48 1T 5D 8P GRADECHECKER AND STAKEMAN $47.12 1T 5D 8P GUARDRAIL PUNCH $49.90 1T 5D 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49.48 1T 5D 8P HORIZONTAL /DIRECTIONAL DRILL LOCATOR $49.48 1T 5D 8P HORIZONTAL /DIRECTIONAL DRILL OPERATOR $49.90 1T 5D 8P HYDRALIFTS /BOOM TRUCKS (10 TON UNDER) $47.12 1T 5D 8P HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $49.48 1T 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50.39 1T 5D 8P LOADERS, OVERHEAD (8 YD OVER) $50.94 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49.90 1T 5D 8P LOCOMOTIVES, ALL $49.90 1T 5D 8P MECHANICS, ALL $50.94 1T 5D 8P Page 6 KING COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code MIXERS, ASPHALT PLANT $49.90 1T 5D 8P MOTOR PATROL GRADER (FINISHING) $50.39 1T 5D 8P MOTOR PATROL GRADER (NON- FINISHING) $49.48 1T 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $50.39 IT 5D 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47.12 IT 5D 8P OPERATOR PAVEMENT BREAKER $47.12 1T 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $49.90 1T 5D 8P PLANT OILER (ASPHALT, CRUSHER) $49.48 1T 5D 8P POSTHOLE DIGGER, MECHANICAL $47.12 1T 5D 8P POWER PLANT $47.12 1T 5D 8P PUMPS, WATER $47.12 1T 5D 8P QUAD 9, D -10, AND HD -41 $50.39 1T 5D 8P QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 1T 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 5D 8P EQUIP RIGGER AND BELLMAN $47.12 1T 5D 8P ROLLAGON $50.39 1T 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $47.12 1T 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49.48 1T 5D 8P ROTO -MILL, ROTO- GRINDER $49.90 1T 5D 8P SAWS, CONCRETE $49.48 1T 5D 8P SCRAPERS SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50.39 1T 5D 8P OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $49.48 1T 5D 8P SCREED MAN $50.39 1T 5D 8P SHOTCRETE GUNITE $47.12 1T 5D 8P SLIPFORM PAVERS $50.39 1T 5D 8P SPREADER, TOPSIDER SCREEDMAN $50.39 1T 5D 8P SUBGRADE TRIMMER $49.90 1T 5D 8P TOWER BUCKET ELEVATORS $49.48 1T 5D 8P TRACTORS, (75 HP UNDER) $49.48 1T 5D 8P TRACTORS, (OVER 75 HP) $49.90 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49.90 1T 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50.39 1T 5D 8P TRENCHING MACHINES $49.48 1T 5D 8P TRUCK CRANE OILER /DRIVER UNDER 100 TON) $49.48 1T 5D 8P TRUCK CRANE OILER/DRIVER (100 TON OVER) $49.90 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49.90 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $47.12 IT 5D 8P YO YO PAY DOZER $49.90 1T 5D 8P POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $39.33 4A 5A SPRAY PERSON $37.24 4A 5A TREE EQUIPMENT OPERATOR $37.85 4A 5A TREE TRIMMER $35.21 4A 5A TREE TRIMMER GROUNDPERSON $26.58 4A 5A REFRIGERATION AIR CONDITIONING MECHANICS MECHANIC $60.56 1G 5A RESIDENTIAL BRICK MARBLE MASONS JOURNEY LEVEL $27.05 1 Page 7 KING COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $48.79 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $33.29 1H 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION AIR CONDITIONING MECHANICS JOURNEY LEVEL $60.56 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $1 9.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $39.19 2X 5A RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $32.56 2R 5C RESIDENTIAL TERRAZZO /TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO /TILE SETTERS JOURNEY LEVEL $45.26 1M 5A ROOFERS JOURNEY LEVEL $40.05 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $43.05 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $59.32 1E 6L SHIPBUILDING SHIP REPAIR BOILERMAKER $32.56 1H 6W CARPENTER $33.66 1B 6X ELECTRICIAN $33.34 1B 6X HEAT FROST INSULATOR $48.28 1S 5J LABORER $32.17 1B 6X MACHINIST $33.29 1B 6X OPERATOR $35.61 1B 6X PAINTER $33.21 1B 6X PIPEFITTER $33.23 1B 6X RIGGER $33.24 1B 6X SANDBLASTER $33.24 1B 6X SHEET METAL $33.24 1B 6X SHIPFITTER $33.24 1B 6X TRUCKER $33.06 1B 6X WAREHOUSE $33.11 1B 6X WELDER /BURNER $33.24 1B 6X Page 8 KING COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SIGN MAKERS INSTALLERS (ELECTRICAL) SIGN INSTALLER $22.92 1 SIGN MAKER $21.36 1 SIGN MAKERS INSTALLERS (NON- ELECTRICAL) SIGN INSTALLER $27.28 1 SIGN MAKER $33.25 1 SOFT FLOOR LAYERS JOURNEY LEVEL $39.19 2X 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $59.74 1X 5C STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 STREET AND PARKING LOT SWEEPER WORKERS JOURNEY LEVEL $19.09 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION OUTSIDE CABLE SPLICER $32.27 2B 5A HOLE DIGGER /GROUND PERSON $18.10 2B 5A INSTALLER (REPAIRER) $30.94 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 2B 5A SPECIAL APPARATUS INSTALLER I $32.27 2B 5A SPECIAL APPARATUS INSTALLER II $31.62 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30.02 2B 5A TELEVISION GROUND PERSON $17.18 2B 5A TELEVISION LINEPERSON /INSTALLER $22.73 2B 5A TELEVISION SYSTEM TECHNICIAN $27.09 2B 5A TELEVISION TECHNICIAN $24.35 2B 5A TREE TRIMMER $30.02 2B 5A TERRAZZO WORKERS TILE SETTERS JOURNEY LEVEL $45.26 1M 5A TILE, MARBLE TERRAZZO FINISHERS FINISHER $39.09 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38.90 1K 5A TRUCK DRIVERS ASPHALT MIX TO 16 YARDS) $45.63 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $46.47 1T 5D 8L DUMP TRUCK $45.63 IT 5D 8L DUMP TRUCK TRAILER $46.47 1T 5D 8L OTHER TRUCKS $46.47 1T 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 Page 9 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code WELL DRILLER KING COUNTY EFFECTIVE 09 -02 -2009 Page 10 $18.00 1 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $40.03 1H 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS BRICK BLOCK FINISHER $39.49 1M 5A JOURNEY LEVEL $46.35 1M 5A BUILDING SERVICE EMPLOYEES JANITOR $17.98 2F 5S TRAVELING WAXER/SHAMPOOER $18.39 2F 5S WINDOW CLEANER (NON- SCAFFOLD) $22.65 2F 5S WINDOW CLEANER (SCAFFOLD) $23.51 2F 5S CABINET MAKERS (IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $48.63 1H 5D BRIDGE, DOCK AND WARF CARPENTERS $48.47 1H 5D CARPENTER $48.47 1H 5D CREOSOTED MATERIAL $48.57 1H 5D DRYWALL APPLICATOR $48.47 1H 5D FLOOR FINISHER $48.60 1H 5D FLOOR LAYER $48.60 1H 5D FLOOR SANDER $48.60 1H 5D MILLWRIGHT AND MACHINE ERECTORS $49.47 1H 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $48.67 1H 5D SAWFILER $48.60 1H 5D SHINGLER $48.60 1H 5D STATIONARY POWER SAW OPERATOR $48.60 1H 5D STATIONARY WOODWORKING TOOLS $48.60 1H 5D CEMENT MASONS JOURNEY LEVEL $49.15 1M 5D DIVERS TENDERS DIVER 1M 5D 8A DIVER ON STANDBY $56.68 1M 5D DIVER TENDER $52.23 1M 5D SURFACE RCV ROV OPERATOR $52.23 1M 5D SURFACE RCV ROV OPERATOR TENDER $50.72 1B 5A DREDGE WORKERS ASSISTANT ENGINEER $49.57 1T 5D 8L ASSISTANT MATE (DECKHAND) $49.06 1T 5D 8L BOATMEN $49.57 1T 5D 8L ENGINEER WELDER $49.62 1T 5D 8L Page 1 KING COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LEVERMAN, HYDRAULIC $51.19 1T 5D 8L MAINTENANCE $49.06 1T 5D 8L MATES $49.57 1T 5D 8L OILER $49.19 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $48.79 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 ELECTRICIANS INSIDE CABLE SPLICER $61.95 2W 5L CABLE SPLICER (TUNNEL) $66.57 2W 5L CERTIFIED WELDER $59.85 2W 5L CERTIFIED WELDER (TUNNEL) $64.13 2W 5L CONSTRUCTION STOCK PERSON $31.83 2W 5L JOURNEY LEVEL $57.74 2W 5L JOURNEY LEVEL (TUNNEL) $61.95 2W 5L ELECTRICIANS MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS POWERLINE CONSTRUCTION CABLE SPLICER $59.79 4A 5A CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39.07 4A 5A HEAD GROUNDPERSON $41.22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54.59 4A 5A LINE EQUIPMENT OPERATOR $46.33 4A 5A POLE SPRAYER $54.59 4A 5A POWDERPERSON $41.22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS MECHANIC $64.81 4A 6Q MECHANIC IN CHARGE $70.60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.60 2K 5B FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $33.93 1H 5D GLAZIERS JOURNEY LEVEL $48.61 1Y 5G HEAT FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $48.28 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS MASON TENDERS JOURNEY LEVEL $41.28 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 Page 2 KING COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INLAND BOATMEN CAPTAIN $48.39 1K 5B COOK $45.36 1K 5B DECKHAND $45.36 1K 5B ENGINEER/DECKHAND $46.25 1K 5B MATE, LAUNCH OPERATOR $47.35 1K 5B INSPECTION /CLEANING /SEALING OF SEWER WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $31.49 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $24.91 1 TECHNICIAN $19.33 1 TV TRUCK OPERATOR $20.45 1 INSULATION APPLICATORS JOURNEY LEVEL $48.47 1M 5D IRONWORKERS JOURNEY LEVEL $54.27 10 5A LABORERS ASPHALT RAKER $41.28 1H 5D BALLAST REGULATOR MACHINE $40.03 1H 5D BATCH WEIGHMAN $33.93 1H 5D BRUSH CUTTER $40.03 1H 5D BRUSH HOG FEEDER $40.03 1H 5D BURNERS $40.03 1H 5D CARPENTER TENDER $40.03 1H 5D CASSION WORKER $41.28 1H 5D CEMENT DUMPER/PAVING $40.77 1H 5D CEMENT FINISHER TENDER $40.03 1H 5D CHANGE HOUSE MAN OR DRY SHACKMAN $40.03 1H 5D CHIPPING GUN (OVER 30 LBS) $40.77 1H 5D CHIPPING GUN (UNDER 30 LBS) $40.03 1H 5D CHOKER SETTER $40.03 1H 5D CHUCK TENDER $40.03 1H 5D CLEAN -UP LABORER $40.03 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $40.77 1H 5D CONCRETE FORM STRIPPER $40.03 1H 5D CONCRETE SAW OPERATOR $40.77 1H 5D CRUSHER FEEDER $33.93 1H 5D CURING LABORER $40.03 1H 5D DEMOLITION, WRECKING MOVING (INCLUDING CHARRED MATERIALS) $40.03 1H 5D DITCH DIGGER $40.03 1H 5D DIVER $41.28 1H 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $40.77 1H 50 DRILL OPERATOR, AIRTRAC $41.28 1H 5D DUMPMAN $40.03 1H 5D EPDXY TECHNICIAN $40.03 1H 5D EROSION CONTROL WORKER $40.03 1H 5D FALLER/BUCKER, CHAIN SAW $40.77 1H 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $30.84 1H 5D construction debris cleanup) Page 3 KING COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code FINE GRADERS $40.03 1H 5D FIRE WATCH $33.93 1H 5D FORM SETTER $40.03 1H 5D GABION BASKET BUILDER $40.03 1H 5D GENERAL LABORER $40.03 1H 5D GRADE CHECKER TRANSIT PERSON $41.28 1H 5D GRINDERS $40.03 1H 5D GROUT MACHINE TENDER $40.03 1H 5D GUARDRAIL ERECTOR $40.03 1H 5D HAZARDOUS WASTE WORKER LEVEL A $41.28 1H 5D HAZARDOUS WASTE WORKER LEVEL B $40.77 1H 5D HAZARDOUS WASTE WORKER LEVEL C $40.03 1H 5D HIGH SCALER $41.28 1H 5D HOD CARRIER /MORTARMAN $41.28 1H 5D JACKHAMMER $40.77 1H 5D LASER BEAM OPERATOR $40.77 1H 5D MANHOLE BUILDER MUDMAN $40.77 1H 5D MATERIAL YARDMAN $40.03 1H 5D MINER $41.28 1H 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $40.77 1H 5D PRESSURE AIR WATER ON CONCRETE ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $40.77 1H 5D PILOT CAR $33.93 1H 5D PIPE POT TENDER $40.77 1H 5D PIPE RELINER (NOT INSERT TYPE) $40.77 1H 5D PIPELAYER CAULKER $40.77 1H 5D PIPELAYER CAULKER (LEAD) $41.28 1H 5D PIPEWRAPPER $40.77 1H 5D POT TENDER $40.03 1H 5D POWDERMAN $41.28 1H 5D POWDERMAN HELPER $40.03 1H 5D POWERJACKS $40.77 1H 5D RAILROAD SPIKE PULLER (POWER) $40.77 1H 5D RE- TIMBERMAN $41.28 1H 5D RIPRAP MAN $40.03 1H 5D RODDER $40.77 1H 5D SCAFFOLD ERECTOR $40.03 1H 5D SCALE PERSON $40.03 1H 5D SIGNALMAN $40.03 1H 5D SLOPER (OVER 20 $40.77 1H 5D SLOPER SPRAYMAN $40.03 1H 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $40.77 1H 5D SPREADER (CONCRETE) $40.77 1H 5D STAKE HOPPER $40.03 1H 5D STOCKPILER $40.03 1H 5D TAMPER SIMILAR ELECTRIC, AIR GAS $40.77 1H 5D TAMPER (MULTIPLE SELF PROPELLED) $40.77 1H 5D TOOLROOM MAN (AT JOB SITE) $40.03 1H 5D TOPPER TAILER $40.03 1H 5D TRACK LABORER $40.03 1H 5D TRACK LINER (POWER) $40.77 1H 5D Page 4 KING COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK SPOTTER $40.03 1H 5D TUGGER OPERATOR $40.77 1H 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $40.03 1H 5D VIBRATOR $40.77 1H 5D VINYLSEAMER $40.03 1H 5D WELDER $40.03 1H 5D WELL -POINT LABORER $40.77 1H 5D LABORERS UNDERGROUND SEWER WATER GENERAL LABORER $40.03 1H 5D PIPE LAYER $40.77 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28.17 1 LANDSCAPING OR PLANTING LABORERS $17.87 1 LATHERS JOURNEY LEVEL $48.47 1H 5D METAL FABRICATION (IN SHOP) FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.40 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $34.87 2B 6Z PLASTERERS JOURNEY LEVEL $46.63 1R 5B PLAYGROUND PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS PIPEFITTERS JOURNEY LEVEL $64.84 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $47.12 1T 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50.94 IT 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51.51 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50.39 1T 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49.48 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $49.90 1T 5D 8P BARRIER MACHINE (ZIPPER) $49.90 1T 5D 8P BATCH PLANT OPERATOR, CONCRETE $49.90 1T 5D 8P BELT LOADERS (ELEVATING TYPE) $49.48 IT 5D 8P BOBCAT (SKID STEER) $47.12 1T 5D 8P Page 5 KING COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code BROKK- REMOTE DEMOLITION EQUIPMENT $47.12 1T 5D 8P BROOMS $47.12 1T 5D 8P BUMP CUTTER $49.90 IT 5D 8P CABLEWAYS $50.39 1T 5D 8P CHIPPER $49.90 1T 5D 8P COMPRESSORS $47.12 1T 5D 8P CONCRETE FINISH MACHINE LASER SCREED $47.12 1T 5D 8P CONCRETE PUMPS $49.48 1T 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 1T 5D 8P CONVEYORS $49.48 1T 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $51.51 1T 5D 8P CRANE, FRICTION OVER 200 TONS $52.07 1T 5D 8P CRANES, THRU 19 TONS, WITH ATTACHMENTS $49.48 1T 5D 8P CRANES, 20 44 TONS, WITH ATTACHMENTS $49.90 1T 5D 8P CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50.39 1T 5D 8P WITH ATACHMENTS) CRANES, 100 TONS 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50.94 1T 5D 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51.51 1T 5D 8P WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $47.12 1T 5D 8P CRANES, A- FRAME, OVER 10 TON $49.48 1T 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52.07 1T 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE 20 44 TONS) $49.90 IT 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (45 99 TONS) $50.39 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS OVER) $50.94 1T 5D 8P CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $50.94 1T 5D 8P CRANES, TOWER CRANE OVER 175 IN HEIGHT, BASE TO BOOM $51.51 IT 5D 8P CRUSHERS $49.90 1T 5D 8P DECK ENGINEER /DECK WINCHES (POWER) $49.90 1T 5D 8P DERRICK, BUILDING $50.39 1T 5D 8P DOZERS, D -9 UNDER $49.48 1T 5D 8P DRILL OILERS AUGER TYPE, TRUCK OR CRANE MOUNT $49.48 IT 5D 8P DRILLING MACHINE $49.90 1T 5D 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47.12 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $49.48 1T 5D 8P FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $49.90 IT 5D 8P FORK LIFTS, (3000 LBS AND OVER) $49.48 1T 5D 8P FORK LIFTS, (UNDER 3000 LBS) $47.12 1T 5D 8P GRADE ENGINEER $49.48 1T 5D 8P GRADECHECKER AND STAKEMAN $47.12 1T 5D 8P GUARDRAIL PUNCH $49.90 1T 5D 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49.48 1T 5D 8P HORIZONTAL /DIRECTIONAL DRILL LOCATOR $49.48 1T 5D 8P HORIZONTAL /DIRECTIONAL DRILL OPERATOR $49.90 IT 5D 8P HYDRALIFTS /BOOM TRUCKS (10 TON UNDER) $47.12 1T 5D 8P HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $49.48 1T 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50.39 1T 5D 8P LOADERS, OVERHEAD (8 YD OVER) $50.94 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49.90 IT 5D 8P LOCOMOTIVES, ALL $49.90 1T 5D 8P MECHANICS, ALL $50.94 1T 5D 8P Page 6 KING COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code MIXERS, ASPHALT PLANT $49.90 1T 5D 8P MOTOR PATROL GRADER (FINISHING) $50.39 1T 5D 8P MOTOR PATROL GRADER (NON- FINISHING) $49.48 1T 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $50.39 1T 5D 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47.12 IT 5D 8P OPERATOR PAVEMENT BREAKER $47.12 IT 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $49.90 1T 5D 8P PLANT OILER (ASPHALT, CRUSHER) $49.48 1T 5D 8P POSTHOLE DIGGER, MECHANICAL $47.12 1T 5D 8P POWER PLANT $47.12 1T 5D 8P PUMPS, WATER $47.12 1T 5D 8P QUAD 9, D -10, AND HD -41 $50.39 1T 5D 8P QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 IT 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 5D 8P EQUIP RIGGER AND BELLMAN $47.12 1T 5D 8P ROLLAGON $50.39 1T 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $47.12 1T 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49.48 1T 5D 8P ROTO -MILL, ROTO- GRINDER $49.90 1T 5D 8P SAWS, CONCRETE $49.48 1T 5D 8P SCRAPERS SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50.39 1T 5D 8P OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $49.48 1T 5D 8P SCREED MAN $50.39 1T 5D 8P SHOTCRETE GUNITE $47.12 1T 5D 8P SLIPFORM PAVERS $50.39 IT 5D 8P SPREADER, TOPSIDER SCREEDMAN $50.39 1T 5D 8P SUBGRADE TRIMMER $49.90 1T 5D 8P TOWER BUCKET ELEVATORS $49.48 1T 5D 8P TRACTORS, (75 HP UNDER) $49.48 1T 5D 8P TRACTORS, (OVER 75 HP) $49.90 IT 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49.90 1T 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50.39 1T 5D 8P TRENCHING MACHINES $49.48 1T 5D 8P TRUCK CRANE OILER/DRIVER UNDER 100 TON) $49.48 1T 5D 8P TRUCK CRANE OILER/DRIVER (100 TON OVER) $49.90 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49.90 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $47.12 1T 5D 8P YO YO PAY DOZER $49.90 IT 5D 8P POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $39.33 4A 5A SPRAY PERSON $37.24 4A 5A TREE EQUIPMENT OPERATOR $37.85 4A 5A TREE TRIMMER $35.21 4A 5A TREE TRIMMER GROUNDPERSON $26.58 4A 5A REFRIGERATION AIR CONDITIONING MECHANICS MECHANIC $60.56 1G 5A RESIDENTIAL BRICK MARBLE MASONS JOURNEY LEVEL $27.05 1 Page 7 KING COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $48.79 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $33.29 1H 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION AIR CONDITIONING MECHANICS JOURNEY LEVEL $60.56 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $39.19 2X 5A RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $32.56 2R 5C RESIDENTIAL TERRAZZO /TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO /TILE SETTERS JOURNEY LEVEL $45.26 1M 5A ROOFERS JOURNEY LEVEL $40.05 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $43.05 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $59.32 1E 6L SHIPBUILDING SHIP REPAIR BOILERMAKER $32.56 1H 6W CARPENTER $33.66 1B 6X ELECTRICIAN $33.34 1B 6X HEAT FROST INSULATOR $48.28 1S 5J LABORER $32.17 1B 6X MACHINIST $33.29 1B 6X OPERATOR $35.61 1B 6X PAINTER $33.21 1B 6X PIPEFITTER $33.23 1B 6X RIGGER $33.24 1B 6X SANDBLASTER $33.24 1B 6X SHEET METAL $33.24 1B 6X SHIPFITTER $33.24 1B 6X TRUCKER $33.06 1B 6X WAREHOUSE $33.11 1B 6X WELDER /BURNER $33.24 1B 6X Page 8 KING COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SIGN MAKERS INSTALLERS (ELECTRICAL) SIGN INSTALLER $22.92 1 SIGN MAKER $21.36 1 SIGN MAKERS INSTALLERS (NON ELECTRICAL) SIGN INSTALLER $27.28 1 SIGN MAKER $33.25 1 SOFT FLOOR LAYERS JOURNEY LEVEL $39.19 2X 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $59.74 1X 5C STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 STREET AND PARKING LOT SWEEPER WORKERS JOURNEY LEVEL $19.09 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION OUTSIDE CABLE SPLICER $32.27 2B 5A HOLE DIGGER /GROUND PERSON $18.10 2B 5A INSTALLER (REPAIRER) $30.94 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 2B 5A SPECIAL APPARATUS INSTALLER I $32.27 2B 5A SPECIAL APPARATUS INSTALLER II $31.62 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30.02 2B 5A TELEVISION GROUND PERSON $17.18 2B 5A TELEVISION LINEPERSON /INSTALLER $22.73 2B 5A TELEVISION SYSTEM TECHNICIAN $27.09 2B 5A TELEVISION TECHNICIAN $24.35 2B 5A TREE TRIMMER $30.02 2B 5A TERRAZZO WORKERS TILE SETTERS JOURNEY LEVEL $45.26 1M 5A TILE, MARBLE TERRAZZO FINISHERS FINISHER $39.09 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38.90 1K 5A TRUCK DRIVERS ASPHALT MIX TO 16 YARDS) $45.63 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $46.47 1T 5D 8L DUMP TRUCK $45.63 1T 5D 8L DUMP TRUCK TRAILER $46.47 1T 5D 8L OTHER TRUCKS $46.47 1T 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 Page 9 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code WELL DRILLER KING COUNTY EFFECTIVE 09 -02 -2009 Page 10 $18.00 1 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, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. PREVAILING WAGE RATE CORRECTION POWER EQUIPMENT OPERATORS JOURNEY LEVEL WAGE UPDATE PERIOD OF 9 -02 -2009 CORRECTION PUBLISHED ON 9 -08 -2009 CORRECTED RATES AND CLASSIFICATIONS WILL BE EFFECTIVE ON 10 -07 -2009 List of Corrected Rates Compared to the Incorrect Rate Previously Published. CHELAN, CLALLAM, DOUGLAS, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, LEWIS, MASON, PACIFIC, PIERCE, SKAGIT, SNOHOMISH, THURSTON, WHATCOM AND YAKIMA Journey Level Classification GRADE ENGINEER COUNTIES COVERED: CORRECTED RATES Corrected Rate $49.90 Incorrect Rate $49.48 CORRECTED CLASSIFICATIONS Corrected Classification Incorrect Classification DOZER, QUAD 9, D -10 AND HD -41 QUAD 9, D -10 AND HD -41 SCREEDMAN: (This classification will be removed. It is already listed as a SPREADER, TOPSIDER AND SCREEDMAN at the same wage rate.) 1 SCRAPERS —SELF PROPELLED, HARD -TAIL END DUMP, ARTICULATING OFF —ROAD EQUIPMENT (UNDER 45 YARDS) 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, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. PREVAILING WAGE RATE CORRECTION POWER EQUIPMENT OPERATORS JOURNEY LEVEL WAGE UPDATE PERIOD OF 9 -02 -2009 CORRECTION PUBLISHED ON 9 -08 -2009 CORRECTED RATES WILL BE EFFECTIVE ON 10 -07 -2009 List of Corrected Rates. COUNTIES COVERED: CHELAN, CLALLAM, DOUGLAS, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, LEWIS, MASON, PACIFIC, PIERCE, SKAGIT, SNOHOMISH, THURSTON, WHATCOM AND YAKIMA NEW CLASSIFICATIONS Classification Prevailing Wage Rate ASPHALT PLANT OPERATOR $50.39 CONCRETE PUMP —TRUCK MOUNT WITH $50.39 BOOM ATTACHMENT OVER 42 METERS $49.90 WELDER $50.39 2 BENEFIT CODE KEY EFFECTIVE 09 -02 -2009 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. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO 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. 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. L. 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. 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. 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. 1. Q. BENEFIT CODE KEY EFFECTIVE 09 -02 -2009 -2- 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 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. T. 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. 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. 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 APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY. 2. 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. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO 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. BENEFIT CODE KEY EFFECTIVE 09 -02 -2009 -3- D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY 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. 2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS 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 THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE 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. P. THE FIRST EIGHT (8) HOURS ON 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 SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE 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. S. 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, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY. T. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF PAY, AND THIS RATE SHALL INCLUDE HOLIDAY PAY. 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. V. ALL HOURS WORKED ON SATURDAYS AND ON MAKE -UP DAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY EFFECTIVE 09 -02 -2009 -4- 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. X. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M. AND 6:00 A.M. AND ALL HOURS 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. 4A. 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. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). M. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. BENEFIT CODE KEY EFFECTIVE 09 -02 -2009 -5- Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS: NEW YEARS 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). 5. S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9). U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). E. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF -DAY ON CHRISTMAS EVE DAY. (9 1/2). F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. PAID HOLIDAYS: NEW YEARS DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). H. PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). J. 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). L. 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) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY: PRESIDENTS' DAY. BENEFIT CODE KEY EFFECTIVE 09 -02 -2009 -6- T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W. PAID HOLIDAYS: NEW YEARS DAY, DAY BEFORE NEW YEARS DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEARS DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). Y. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (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. NOTE CODES 8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220' $4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220' $5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A B: $1.00, LEVELS C D: $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A: $1.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25 P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS CLASS A SUIT: $2.00, CLASS B SUIT: $1.50, CLASS C SUIT: $1.00, AND CLASS D SUIT $0.50. Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) Below is the department's (State L &I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non- standard For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non covered workers shall be directed to State L &I at (360) 902 -5330. Supplemental to Wage Rates 1 9/2/09 Reversion Edition, Published 9/1/2009 1. WSDOT's Predetermined List for Suppliers Manufactures Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. ITEM DESCRIPTION YES NO Metal rectangular frames, solid metal covers, herringbone grates, and bi- directional vaned grates for Catch Basin Types 1, 'IL, 1 P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 6. Corrugated Steel Pipe Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. Supplemental to Wage Rates 9/2/09 Reversion Edition, Published 9/1/2009 X 2 WSDOT's Predetermined List for Suppliers Manufactures Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts Nuts Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9- 28.14(3). 10. Major Structural Steel Fabrication Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. 11. Minor Structural Steel Fabrication Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9- 28.14(3). 13. Concrete Piling Precast Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. 16. Precast Catch Basin Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. Supplemental to Wage Rates 9/2/09 Reversion Edition, Published 9/1/2009 3 WSDOT's Predetermined List for Suppliers Manufactures Fabricator ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet with adjustment sections, See Std. Plans 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans 21. Precast Concrete Utility Vaults Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault For use with underground utilities. See Contract Plans for details. 24. Precast Concrete Barrier Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 25. Reinforced Earth Wall Panels Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls Precast Concrete Walls tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 9/2/09 Reversion Edition, Published 9/1/2009 X X X X X X X 4 ITEM DESCRIPTION WSDOT's Predetermined List for Suppliers Manufactures Fabricator 27. Precast Railroad Crossings Concrete Crossing Structure Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 29. Prestressed Concrete Girder Series 4 -14 Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 30. Prestressed Tri -Beam Girder Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 31. Prestressed Precast Hollow -Core Slab Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A. 32. Prestressed -Bulb Tee Girder Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 33. Monument Case and Cover See Std. Plan. Supplemental to Wage Rates 9/2/09 Reversion Edition, Published 9/1/2009 YES NO X X X 5 ITEM DESCRIPTION WSDOT's Predetermined List for Suppliers Manufactures Fabricator 34. Cantilever Sign Structure Cantilever Sign Structure fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 35. Mono -tube Sign Structures Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. 36. Steel Sign Bridges Steel Sign Bridges fabricated from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication 38. Light Standard Prestressed Spun, prestressed, hollow concrete poles. 39. Light Standards Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre- approved drawings. 40. Traffic Signal Standards Traffic Signal Standards for use on highway and /or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre- approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. Supplemental to Wage Rates 9/2/09 Reversion Edition, Published 9/1/2009 YES NO x x x 6 ITEM DESCRIPTION YES NO 42. Traffic Signs Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed 43. Cutting bending reinforcing steel 44. Guardrail components 45. Aggregates /Concrete mixes 46. Asphalt 47. Fiber fabrics 48. Electrical wiring /components 49. treated or untreated timber pile 50. Girder pads (elastomeric bearing) 51. Standard Dimension lumber 52. Irrigation components WSDOT's Predetermined List for Suppliers Manufactures Fabricator Supplemental to Wage Rates 9/2/09 Reversion Edition, Published 9/1/2009 X X Custom Std Message Signing Message X X Custom i Standard End Sec Sec Covered by WAC 296 127 -018 Covered by WAC 296- 127 -018 X X X X 7 ITEM DESCRIPTION 53. Fencing materials 54. Guide Posts 55. Traffic Buttons 56. Epoxy 57. Cribbing 58. Water distribution materials 59. Steel "H" piles 60. Steel pipe for concrete pile casings 61. Steel pile tips, standard 62. Steel pile tips, custom WSDOT's Predetermined List for Suppliers Manufactures Fabricator YES NO X X X X X X X X X Supplemental to Wage Rates 8 9/2/09 Reversion Edition, Published 9/1/2009 State of Washington Department of Labor and Industries Prevailing Wage Section Telephone (360) 902 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, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. METAL FABRICATION (IN SHOP) EFFECTIVE 09/02/2009 Classification Code (See Benefit Code Key) Counties Covered: ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 LABORER $8.55 MACHINE OPERATOR $12.66 PAINTER $10.20 Counties Covered: BENTON Prevailing Overtime Holiday Wage Code Code 1 1 1 1 MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 WELDER $16.70 1 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $9.54 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 WELDER $12.24 1 Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Supplemental to Wage Rates 9 9/2/09 Reversion Edition, Published 9/1/2009 METAL FABRICATION (IN SHOP) EFFECTIVE 09/02/2009 Classification Code FITTER/WELDER PAINTER (See Benefit Code Key) Counties Covered: CLARK FITTER $27.49 1E 6H LABORER $19.21 1E 6H MACHINE OPERATOR $28.77 1E 6H PAINTER $25.31 1E 6H WELDER $26.89 1E 6H LAYEROUT $28.77 1E 6H Counties Covered: COWLITZ MACHINE OPERATOR $24.65 1B 6V FITTER $24.65 1B 6V WELDER $24.65 1B 6V Counties Covered: GRANT Counties Covered: KING Counties Covered: KITSAP Prevailing Overtime Holiday Wage Code Code $10.79 1 $8.55 1 FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER 15.48 FITTER $26.96 1 LABORER $8.55 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Supplemental to Wage Rates 10 9/2/09 Reversion Edition, Published 9/1/2009 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 09/02/2009 (See Benefit Code Key) Counties Covered: KLICKITAT, SKAMANIA, WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 Counties Covered: PIERCE FITTER $15.25 1 LABORER $10.32 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTER/WELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $8.55 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 Prevailing Overtime Holiday Wage Code Code Supplemental to Wage Rates 11 9/2/09 Reversion Edition, Published 9/1/2009 METAL FABRICATION (IN SHOP) EFFECTIVE 09/02/2009 Classification Code (See Benefit Code Key) Counties Covered: THURSTON FITTER $26.24 1A 6T LABORER $16.42 1A 6T MACHINE OPERATOR $20.23 1A 6T LAYEROUT $28.56 1A 6T WELDER $23.97 1A 6T Counties Covered: WHATCOM FITTER/WELDER $13.81 1 LABORER $9.00 1 MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 Prevailing Overtime Holiday Wage Code Code Supplemental to Wage Rates 12 9/2/09 Reversion Edition, Published 9/1/2009 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 09/02/2009 Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS ALL CLASSIFICATIONS Counties Covered: WHATCOM Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA Counties Covered: YAKIMA $9.96 1 8.61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $13.60 2K 5B Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE ALL CLASSIFICATIONS $20.23 1 ALL CLASSIFICATIONS $13.67 1 CRAFTSMAN $8.72 1 LABORER $8.55 1 Supplemental to Wage Rates 13 9/2/09 Reversion Edition, Published 9/1/2009 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. Electrical Fixture Maintenance Workers Electricians Motor Shop Heating Equipment Mechanics Industrial Engine and Machine Mechanics Industrial Power Vacuum Cleaners Inspection, Cleaning, Sealing of Water Systems by Remote Control Laborers Underground Sewer Water Machinists (Hydroelectric Site Work) Modular Buildings Playground Park Equipment Installers Power Equipment Operators Underground Sewer Water Residential ALL ASSOCIATED RATES Sign Makers and Installers (Non Electrical) Sign Makers and Installers (Electrical) Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers Manufacturers Fabricators" Fabricated Precast Concrete Products Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296 -127. Supplemental to Wage Rates 14 9/2/09 Reversion Edition, Published 9/1/2009 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296 127 -018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean -up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 15 9/2/09 Reversion Edition, Published 9/1/2009 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to Toad, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off -site facility shall be paid the applicable prevailing wage rates for the county in which the off -site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08 -24 -101, 296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92 -01 -104 and 92 -08 -101, 296- 127 -018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 16 9/2/09 Reversion Edition, Published 9/1/2009 Attachment H Standard Details and Manufacturer's Specifications A geotextile lined unit for use in flood protection applications. The design of these units reduces permeability of the wall when filled. Floodline units are designed for easy removal: Suitable for filling with earth, sand, or well graded gravel. Floodline units may also be used in other applications. General specifications Geotextile lined welded wire fabric gabion to ASTM A 974 -97. The geotextile is a heavy-duty, non- woven, permeable, polypropylene fabric, available in either green or sand color. Welded wire mesh Wire Wire gauge Wire diameter' Tensile strength of wire Corrosion Protection Mesh Wire spacing Tolerance on line wire spacing Cross wire straightness across test panel Mesh strength Panels Squareness Flatness 'Wire diameter is nominal Geotextile Standard Value Mechanical Properties Grab Tensile Strength (Machine Direction) Grab Tensile Strength (Cross Direction) Grab Elongation (Machine Direction) Grab Elongation (Cross Direction) 8.5 American SWG, steel 0.155 /3.937mm 80 -110 ksi 550 760 kPa Zn- 5AI -MM to ASTM A 856A /A 856M -03 minimum coating weight 0.8oz /fta/ 240g /m 3" x 3" /a" limit of deviation 1/4" in 72" 70% of wire tensile strength in 4' diagonals shall not vary by more than 5 /e" in 6' not more than 2" from plane ASTM D 4632 130Ibs ASTM D 4632 1601bs ASTM D 4632 50% ASTM D 4632 55% CBR Burst ASTM D 6241 4501bs Cone Drop Test EN 918 24mm Endurance Resistance UV Resistance ASTM D 4355 70% retained after 500hrs) Chemical Resistance EN 14030 80% Oxidation Resistance EN 13438 80% Hydraulic Properties Apparent Opening Size ASTM D 4751 70 US Std. Sieve Permittivity ASTM D 4491 1.30sec' Permeability ASTM D 4491 0.24 cm /sec Water Flow Rate ASTM D 4491 100 gpm /ftz Joining pins are supplied to join units together. Plastic ties are supplied to close the geotextile together at the top of unit ends. This prevents fill material from falling between unit joints. Joining pin Plastic tie F 3315 H 3' W 3' L 15' (5 cells) F H W-3' L-15' (5 cells) The values given are indicative and correspond to average results obtained in our suppliers' laboratories HESCO Bastion USA 47152 Conrad E. Anderson Drive, Hammond, LA 70401 and in testing institutes. The right is reserved to make changes without notice at any time Email: intoahesco-usa.com Web: www.hesco- usa.com EP /TSS /l03 /1.0 /FEB09- (0 Copyright 2009. International and US Patents apply. All Patents, Trademarks and Copyrights used under license. NOTES: 42" 6" UNDISTURBED 24 SUBGRADE OR COMPACTED \`i: -1 BACKFILL S/� 42" 30" 18" 15" 1 1/2" UNDISTURBED SUBGRADE OR r,\_ COMPACTED BACKFILL 18" PERMANENT BOLLARD City of Tukwila 18" <9 SHEET: REVISION #1: APPROVAL: TYP. 1" CHAMFER @45 4 SIDES REFLECTORS OR REFLECT TAPE 1" GALVANIZED EYE BOLT WITH SHOULDER DRILL 7/16" HOLE FOR PADLOCK 8" X 8" TIMBER CONCRETE FOOTING WASHED ROCK REMOVABLE BOLLARD TYP. 1" CHAMFER @45 4 SIDES 1/2" GALVANIZED MACHINE BOLTS WITH WASHERS. PEEN BOLT ENDS AFTER TIGHTENING. SET FLUSH WITH WOOD SUREFACE BOTH SIDES. 1" GALVANIZED STEEL ROD DRILL 7/16" HOLE FOR PADLOCK (TYP. BOTH SIDES). PADLOCKS BY OWNER. FINISH GRADE CONCRETE FOOTING TOP EDGE MUST BE CLEAN EVEN JT. BETWEEN A.C. CONCRETE BROOM FINISH TOP OF CONCRETE 3" I.D. GALVANIZED STEEL PIPE: 2' -6" LONG 4" I.D. GALVANIZED STEEL PIPE: 2' -10" LONG WASHED ROCK 1. TIMBER SHALL BE DOUGLAS FIR, DENSE CONSTRUCTION GRADE AND SHALL BE PRESSURE TREATED. 2. STEEL TUBE SHALL CONFORM TO ASTM A53 OR ASTM A53 GRADE A. 3. NUTS, BOLTS, WASHERS SHALL CONFORM TO ASTM A307. 4. ALL STEEL PARTS SHALL BE GALVANIZED. 5. CONCRETE SHALL BE 3000 psi. 6. REMOVABLE BOLLARDS ARE REQUIRED FOR RESTRICTED ACCESS ROADWAYS SUCH AS MAINTENANCE EASEMENTS. BOLLARD RS -04 08.03 B. SHELTON NOT TO SCALE y f SECTION DET -NOT TO SCALE TOP OF SLOP GREED RIVER FLOW EX. COVER P ATA7‘ 12 MIL. FOUR LAYE ROLL) (BLACK 18' xi 00 SLIP ERSACK DE r EXISTING .,;..s. tom, DVS MIS ►s'' V i1�` LEVE F A f RIVER /EXISTING 1 OVERLAP 12 MIL. LAYER SIDE FOUR "OVERLA PLAN DETAIL NOT TO SCALE y�pRIZONTAL� 1" -20' 1 G SOUTH) VERTI SEPTEMBER, 2009 LEVEE SECTION CLOOKIN SEPTEM EXISTING GREEN RIVER SC�{EpULES 2, 3, 5 FLOOD P RO E CTIC�N LEVEE l'E�pORA RY G REEN RIVER REV GOODFELLOW BROS., INC., a Washington corporation "Contractor NOW, THEREFORE, the parties agree as follows: The parties have entered into that certain Construction Contract identified above and desire that the provisions of this Addendum be incorporated in the original agreement as if set forth therein. 1. Design. Owner and Contractor agree that the Owner's design and plan is the responsibility of Owner and is provided at Owner's expenses. Errors, omissions, or inadequacies in Owner's plan are the sole responsibility of Owner. Contractor's sole responsibility is to accomplish the work in accordance with the Owner's design and plan. 2. Indemnity and Hold Harmless. To the full extent permitted by applicable law, Owner specifically and expressly agrees to defend, indemnify and hold harmless Contractor from and against all suits, actions, proceedings, claims, demands, judgments, damages, penalties, fines, royalties and expenses (including, but not limited to, reasonable attorney's fees and interest) whether arising before or after the final acceptance of the work arising out of or due to: a. any act, omission or negligence of the city, its officers, employees, agents, invitees and volunteers in connection with or incident to performance of the work of this contract; b. any injury to or death of any person or persons or damage to any property or environment related to levee breach or failure, or flood damage not related to the negligent or intentional acts of the Contractor performing the Work. ADDENDUM Page 1 7ARQQR ADDENDUM TO CONSTRUCTION CONTRACT FOR TUKWILA EMERGENCY LEVEE REINFORCEMENT PROJECT NO. 10901301 Between THE CITY OF TUKWILA, WASHINGTON "Owner and ADDENDUM Page 2 7,152QQR OWNER AND CONTRACTOR ACKNOWLEDGE THAT THIS INDEMNITY PROVISION HAS BEEN SPECIFCIALLY NEGOTIATED BETWEEN THE PARTIES, FORMS A MATERIAL PART OF THE CONTRACT, AND WITHOUT IT THE CONTRACTOR WOULD NOT HAVE ENTERED INTO THE CONTRACT. CITY OF TUKWILA (OWNER) (Mayor) Attest this /eP day of 0-a rth.P,V 2009. X3 i e- c, (City Clerk) Bv Tit�e /gig. ,ii) Approved as to Form: Y (City 9r ?ey) GOODFELLOWBRO ONTACTOR) J Eci 1 4 /I t 1Ae/P?_