<<

CITY OF BOTHELL

KING/SNOHOMISH COUNTY, WASHINGTON

CONTRACT PROVISIONS

FOR 2018 Crack Seal Project Project No. 30559512.563063.0085.05.T001.ST1

January 2018

ADVERTISEMENT FOR BIDS CITY OF BOTHELL 2018 Crack Seal Project COB Project # 30559512.563063.0085.05.T001.ST1

Notice is hereby given that the City of Bothell will receive sealed bids for the following project. Bids will be received by the receptionist inside Bothell City Hall, located at 18415 101st Ave NE, (425) 806-6100, in the City of Bothell, Washington up to the hour of 2:00 PM (PDT), as determined by the designated bid clock at said location, on 01/25/2018, after all bids will be publicly opened and read to determine the apparent lowest bidder.

The 2018 Crack Seal Project proposes to crack seal of 13 predetermined arterial and 19 local streets located within the City limits. The general aspects of this work will involve traffic control efforts and crack sealing totaling approximately 52,000 linear feet for arterial streets and 56,000 linear feet for local streets, as described in this Proposal. The total estimated cost for this project is in the range of $285,000 to $410,000. The number of working days for Physical Completion of this project is 60 working days

Free-of-charge access to project bid documents (plans, specifications, addenda, and Bidders List) is provided to Prime Bidders, Subcontractors, and Vendors by going to www.bxwa.com and clicking on "Posted Projects", "Public Works", and "City of Bothell". It is recommended that Bidders “Register” in order to receive automatic e-mail notification of future addenda and to place themselves on the “Self- Registered Bidders List". Bidders that do not register will not be automatically notified of addenda and will need to periodically check the online plan room for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303 should you require assistance with access or registration. Construction plans, specifications and contract documents may also be examined at the office of the Public Works Department Dawson Building.

The City of Bothell in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 USC 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-Assisted Programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award.

The City of Bothell reserves the right to reject any or all bids and to waive minor irregularities or informalities and to further make award of the project to the lowest responsive, responsible bidder as it best serves the interest of the City. Proposals are to be submitted only on the form provided with the Contract Provisions. All Proposals must be accompanied by a certified check, cashier’s check, money order or bid bond payable to the City of Bothell and in the amount of not less than 5% of the total bid amount.

City of Bothell LAURA HATHAWAY City Clerk

Published in the Seattle Times and the Seattle Daily Journal of Commerce 1/10/2018 and 1/16/2018. OPEN ON 1/25/2018 Last Legal Update: 2014 TABLE OF CONTENTS CITY OF BOTHELL 2018 Crack Seal Project

Page No. ADVERTISEMENT FOR BIDS

SECTION 1 – INSTRUCTIONS TO BIDDERS 1-1

SECTION 2 – CONTRACT PROPOSAL (YELLOW)

Proposal 2-1 Bid Schedule 2-3 Bid Bond Form 2-5 Statement of Bidder’s Qualifications 2-6 Proposed Subcontractors 2-9 Non-Collusion Declaration 2-10

SECTION 3 – CONTRACT AGREEMENT (YELLOW)

Agreement Contract Bond 3-6 Certificate as to Corporate Principal 3-8

SECTION 4 – AMENDMENTS TO THE STANDARD SPECIFICATIONS (BLUE)

Introduction 4-1 Section 1-01 Definition and Terms 4-1 Section 1-02 Bid Procedures and Conditions 4-1 Section 1-04 Scope of the Work 4-2 Section 1-06 Control of Material 4-2 Section 1-07 Legal relations and Responsibilities to the Public 4-4 Section 1-08 Prosecution and Progress 4-6 Section 1-09 Measurement and Payment 4-7 Section 1-10 Temporary Traffic Control 4-8 Section 2-03 Roadway Excavation and Embankment 4-8 Section 2-06 Subgrade Preparation 4-9 Section 3-04 Acceptance of Aggregate 4-9 Section 4-04 Ballast and Crushed Surfacing 4-9 Section 5-01 Pavement Rehabilitation 4-9 Section 5-02 Bituminous Surface Treatment 4-12 Section 5-04 Hot Mix Asphalt 4-12 Section 5-05 Cement Concrete Pavement 4-49 Section 6-02 Concrete Structures 4-50

TOC-2 Section 6-03 Steel Structures 4-64 Section 6-05 Piling 4-64 Section 6-07 Painting 4-400 Section 6-08 Waterproofing 4-71 Section 6-09 Modified Concrete Overlays 4-79 Section 6-10 Concrete Barrier 4-80 Section 6-12 Noise Barrier Walls 4-81 Section 6-14 Geosynthetic Retaining Walls 4-81 Section 6-19 Shafts 4-81 Section 7-02 Culverts 4-90 Section 7-08 General Pipe Installation Requirements 4-95 Section 7-09 Water Mains 4-95 Section 8-01 Erosion Control and Water Pollution Control 4-95 Section 8-09 Raised Pavement Markers 4-96 Section 8-10 Guide Posts 4-96 Section 8-11 Guardrail 4-96 Section 8-20 Illumination, Traffic Signal Systems, and Electrical 4-96 Section 8-22 Pavement Marking 4-99 Section 9-01 4-100 Section 9-03 Aggregates 4-101 Section 9-04 Joint and Crack Sealing Materials 4-105 Section 9-06 Structural Steel and Related Materials 4-106 Section 9-07 Reinforcing Steel 4-106 Section 9-10 Piling 4-107 Section 9-11 Waterproofing 4-107 Section 9-16 Fence and Guardrail 4-110 Section 9-20 Concrete Patching Material, Grout, and Mortar 4-110 Section 9-23 Concrete Curing Materials 4-111 Section 9-28 Signing Materials and Fabrication 4-111 Section 9-29 Illumination, Signal and Electrical 4-111 Section 9-35 Temporary Traffic Control Materials 4-126

SECTION 5 - SPECIAL PROVISIONS

Introduction to the Special Provisions 5-1 Division 1 – General Requirements 5-2 Division 8 – Miscellaneous Construction 5-41

SECTION 6 – APPENDICES

Appendix A: List of Streets Appendix B: Local Street Map Appendix C: Arterial Street Map Appendix D: Wage Rates SECTION 1 INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS

I. Bid Procedures:

A completed bid proposal must be submitted in a sealed envelope clearly marked with the following Bidder contact information and project title on the outside of the envelope:

Name of Bidder, address and phone number 2018 Crack Seal Project

All bids must be received at the location and within the time constraints as stated within the Advertisement for Bids. Bid proposals not meeting these requirements upon receipt will be stamped with the date and time, and returned or mailed back unopened to the Bidder as unacceptable.

At the time of bid submittal, the Bidder is required to notify the City in writing the names of Subcontractors pertinent to the bidder qualifications of this Contract with whom the Bidder, if awarded the contract, will enter into a subcontract to perform Contract work. Subcontractor experience will be considered in determining if Bidder meets qualifications set forth in Section 1- 02.1.

II. Reciprocal Preference for Resident Contractors:

For a public works bid received from a nonresident contractor from a state that provides an in-state percentage bidding preference, a Comparable Percentage Disadvantage (CPD) will be applied to the bid of that nonresident contractor. The CPD is the in-state contractor percent advantage provided by the contractor’s home state.

For the purpose of determining the successful bidder, multiply the Nonresident Contractor bid amount by the CPD. The “bid amount” shall be the total of the base bid and all accepted alternate bid items. The CPD shall be added to the Nonresident Contractor bid amount which equates to the Nonresident Disadvantage Total. The Nonresident Disadvantage Total shall be compared to the Washington contractor bid amounts. The bidder with the lowest total shall be the successful bidder. See example below.

EXAMPLE: Alaska Nonresident Contractor Bid Amount $100,000 Multiplied by the Alaska CPD x 0.05 Alaska CPD Total $ 5,000

Alaska Nonresident Contractor Bid Amount $100,000 Alaska CPD Total $ 5,000 Nonresident Disadvantage Total $105,000*

1-6 * Note – If the Nonresident Disadvantage Total is lower than all other Washington contractor bid amounts, the Alaska Nonresident Contractor is the successful bidder and will be awarded a contract for the bid amount of $100,000.

If the Nonresident Disadvantage Total is higher than a Washington contractor bid amount, the successful Washington bidder will be awarded a contract for the bid amount.

III. Bidder Responsibility Criteria:

A. It is the intent of the City to award a contract to the low responsible bidder. Before award, the bidder must meet the following bidder responsibility criteria to be considered a responsible bidder. The bidder may be required by the City to submit documentation demonstrating compliance with the criteria. The bidder must:

1. Have a current certificate of registration as a contractor in compliance with chapter 18.27 RCW, which must have been in effect at the time of bid submittal;

2. Have a current Washington Unified Business Identifier (UBI) number;

3. If applicable: a. Have Industrial Insurance (workers’ compensation) coverage for the bidder’s employees working in Washington, as required in Title 51 RCW; b. Have a Washington Employment Security Department number, as required in Title 50 RCW; c. Have a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW;

4. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3).

B. The Bidder should give attention to Section 1-02.14, Disqualification of Bidders, in the Special Provisions. The Statement of Bidder’s Qualifications shall be submitted with the bid by the 2 lowest bidders within 24 hours of the bid submittal deadline.

C. No person, firm or corporation shall be allowed to make or file or be interested in more than one Bid for the same work unless alternate Bids are specifically called for. A person, firm or corporation that has submitted a sub-proposal to a Bidder is not thereby disqualified from submitting a sub-proposal or quoting prices to other Bidders or making a prime proposal.

IV. Execution of Agreement:

A. Execution of Agreement Within 10 days after the date the lowest qualified Bidder receives notification of award, the lowest qualified Bidder shall execute and return the required number of Agreement copies.

B. Certificate as to Corporate Principal

Certificate is to be furnished at the time of delivery of the executed Agreement.

C. Contract Bond

1. The bond form in these Bid Documents should be carefully examined by the Bidder and are to be furnished at the time of delivery of the executed Agreement. No substitutions are allowed.

2. The Contract Bond as required under RCW 39.08 and RCW 60.28.11(b) is to be in full amount of Contract price, and shall be sufficient to satisfy the requirements of RCW 60.28.011(b).

3. The surety must be authorized to do business in the state of Washington and be satisfactory to the City.

D. Contract Insurance

1. Contract insurance is to be furnished at the time of delivery of the executed Agreement.

2. Work under the Contract Documents shall not commence until the Contractor and all Subcontractors have submitted certificates of insurance to the City as required under the Contract Documents.

3. The Contractor and Subcontractors shall take out and maintain during the life of this Contract Workman’s Compensation Insurance.

4. Contractor specifically waives its immunity under Title 51 of the Revised Code of Industrial Insurance Act, for injuries to its employees, and indemnifies the City and its consultant for the project from liability for the action brought by those employees.

V. Contract Payments:

Progress payments, as permitted by the Contract Documents, will be made by the City as Work is accomplished. No payments will be made until a certified Intent to Pay Prevailing Wages for the Contractor and all Subcontractors has been received by the City. There will be reserved and retained from moneys earned by the Contractor, as determined by the progress estimates, a sum equal to five percent (5%) of such estimates. The retainage may be placed in an escrow or interest bearing account at the Contractor’s request or a retainage bond.

When all Work has been completed to the satisfaction of the Department of Public Works, the final payment less retainage will be paid.

After acceptance of the Project by the City Council, a Notice of Completion of Public Work Contract will be forwarded to the State Department of Revenue and a Certificate of Completion will be issued by the City to the Contractor. The retainage will be held until the later of the following:

 approval of release from the State has been received,

 a 60-day period has elapsed,

 the Affidavit of Wages Paid for Contractor and Subcontractors is on file with the City,

 the City has received a release from the Department of Labor and Industries releasing the City from further liability pursuant to RCW 51.12.050 and RCW 51.12.070,

 the City has received a certificate that all taxes, increases and penalties due have been paid (RCW 60.28.050) from the Department of Revenue,

 and the City has received a certificate that all contributions, penalties and interest due under the Employment Security Act have been paid (RCW 50.24.130) from the Department of Employment Security. SECTION 2 CONTRACT PROPOSAL PROPOSAL

City of Bothell Project Name: 2018 Crack Seal Project 18415 101st Avenue NE Project No.: 30559512.563063.0085.05.T001.ST1 Bothell, Washington 98011 Date: ______

Total Bid Amount:

The City of Bothell proposes to provide for the crack sealing of 13 predetermined arterial and 19 predetermined local roads located within the City limits The general aspects of this work will involve traffic control efforts and crack sealing as described in this Proposal and as specified in the Contract Documents.

The undersigned, as Bidder, declare that we have personally examined the project site in the City of Bothell, and all of the plans, specifications and Contract Documents herein contained, and that we will contract with the City of Bothell on the form of agreement provided herewith to do everything necessary to perform and complete construction called for in the Contract for the construction of the project listed above, at the price and on the terms and conditions herein contained in the Contract Documents. The total price for the Contract has been written in numbers.

We also acknowledge that addenda numbers _____ to _____ have been received and examined as part of the Contract Documents. (______Initial here)

Attached is a proposal guaranty bond duly completed by a guaranty company authorized to carry on business in the state of Washington in the amount of at least five percent (5%) of the total amount of our proposal.

If our proposal is accepted, we agree to sign the Agreement and the Certificate as to Corporate Principal and to furnish the contract bond and the required evidence of insurance within ten (10) calendar days after receiving written notice of the award of the Contract. We acknowledge that the City of Bothell may forfeit our bid deposit or bond as liquidated damages in the event of our non-compliance with the requirements of this paragraph.

We agree to prosecute the work in accordance with the Contract Documents. We further agree to complete the project within the allotted time as specified in the Contract.

We understand that the Owner reserves the right to reject any and all proposals, as well as increase or decrease the scope of work, in accordance with Section 1-04 of the 2016 WSDOT Standard Specifications for Road, Bridge, and Municipal Construction.

The Undersigned Bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date for this Project, the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction.

2 - 1 SIGNATURE PAGE FOLLOWS IMMEDIATELY

Business/Bidder Name Business Address

Telephone City/State/Zip Code

I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct.

Signature By Authorized Official Date of Signature

Print Name Location or Place Executed

Title of Authorized Official

Contractor’s Registration No.:

All blank lines must be filled in to constitute a completed Bid Form.

2 - 2 BID SCHEDULE (To Be Submitted with Bid Proposal)

NOTE: Unit prices for all items and the total amount bid must be shown. The Project must be bid in its entirety, including all bid items as specifically listed in the Proposal, in order to be considered a responsive bid. Where conflict occurs between the unit price and the total amount named for any items, the unit price typed or printed and entered in ink shall prevail. The Contracting Agency reserves the right to award all work bid according to the lowest qualified responsive bid tendered, available funds, and as it best serves the interest of the Contracting Agency. All work awarded will be made to the same Contractor/bidder.

BASE BID SCHEDULE A

ITEM SPEC UNIT ITEM QUANTITY UNIT PRICE NO. SECTION COST A-1 1-07 SPCC Plan 1 LS $ $

A-2 1-09 Mobilization 1 LS $ $ Project Temporary A-3 1-10 SP 1 LS $ $ Traffic Control Traffic Control A-4 1-10 SP 1 LS $ $ Supervisor Erosion/Water A-5 8-01 1 LS $ $ Pollution Control Washington State Sales Tax (9.5%) This Bid Schedule N/A

SUBTOTAL BID AMOUNT $

SCHEDULE B: Local Streets

ITEM SPEC UNIT ITEM QUANTITY UNIT PRICE NO. SECTION COST B-1 1-10 SP Flaggers 400 HR $ $ Off Duty B-2 1-10 SP Uniformed Police 4 HR $ $ Officer B-3 5-04 Crack Sealing 56,000 LF $ $

Washington State Sales Tax (9.5%) This Bid Schedule N/A

SUBTOTAL BID AMOUNT $

2 - 3 SCHEDULE C: Arterial Streets

ITEM SPEC UNIT ITEM QUANTITY UNIT PRICE NO. SECTION COST C-1 1-10 SP Flaggers 800 HR $ $ Off Duty C-2 1-10 SP Uniformed Police 48 HR $ $ Officer C-3 5-04 Crack Sealing 52,000 LF $ $

Washington State Sales Tax (9.5%) This Bid Schedule N/A

SUBTOTAL BID AMOUNT $ TOTAL BID AMOUNT ALL SCHEDULES $ (Schedule A + Schedule B+ Schedule C)

2 - 4 BID BOND FORM (To be Submitted with Bid Proposal)

Herewith find deposit in the form of a certified check, cashier’s check, cash or bid bond, in the amount of $______($______), which is not less than five percent (5%) of the total bid.

Sign here ...... BID BOND

KNOW ALL PEOPLE BY THESE PRESENTS:

That I/we, as Principal, and that I/we, as Surety, are held firmly bound unto the City of Bothell, Washington, as Obligee, in the penal sum of $ ($ ), for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents.

The condition of this obligation is such that if the Obligee shall make any award to the Principal for the 2018 Crack Seal Project No. 30559512.563063.0085.05.T001.ST1, , Bothell, Washington Project, according to the terms of the proposal or bid made by the Principal thereto, and the Principal shall duly make and enter into a Contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond.

Signed, sealed, and dated this _____ day of ______, ______.

Principal

Surety

Note: Power of Attorney shall be attached.

Attorney in Fact

Received return deposit in the sum of $______($______).

Bond No.: ______

2 - 5 STATEMENT OF BIDDER’S QUALIFICATIONS (To be Submitted with Bid Proposal)

Each Contractor bidding on work included in these Contract Documents shall prepare and submit the following data:

1. Name of Bidder:

2. Business Address:

3. Number of years engaged in the contracting business under the present firm name and management structure: ______

4. List all projects under construction, being completed, or contracted to start by your company. Completion Date Type Status (√ ) Contract Cost (Roadway, (mo/yr) Reference Name and Project Name Structures, Contracted Under Being Total Company Scheduled Actual contact number/email etc.) to start Constr. Completed Portion

Totals

2 - 6 5. List projects that have been completed by your Company with similar type of work related to this project: Approximate Cost Completion Date (mo/yr) Project Name Duration Reference Name and contact number/email Total Company Scheduled Actual portion

6. Key personnel to be assigned to project and experience Experience Name Title No. of References and contact number/email Previous Projects Position years Foreman

Add more sheets if necessary for any of the tables above.

2 - 7 7. State of Washington Contractor Registration No. and Expiration Date:

8. Contractor’s UBI Number:

9. Federal Tax Identification Number:

10. State of Washington Dept. of Labor and Industries Account No.:

11. Employment Security Department No.:

12. State Excise Tax Registration No.:

13. DUNS No.:

Company Authorized Signature/Title

2 - 8 PROPOSED SUBCONTRACTORS (To Be Submitted with Bid Proposal)

At the time of bid submittal, the Bidder is required to notify the City in writing in the table below the names of Subcontractors pertinent to the bidder qualifications of this Contract with whom the Bidder, if awarded the contract, will enter into a subcontract to perform Contract work (use additional sheets if needed). Subcontractor experience will be considered in determining if Bidder meets qualifications set forth in Section 1-02.1.

In compliance with RCW 39.30.06, failure to list Subcontractors who are proposed to perform the work of HVAC (heating, ventilation and air conditioning) and plumbing, as described in chapter 18.106 RCW, and electrical as described in chapter 19.28 RCW, or listing more than one Subcontractor for each category of work identified will render the bidder’s bid nonresponsive and, therefore, void.

Bid Description Subcontractor Name & License No. Contact Person/ Work to be performed Percentage Item Address Phone Number of Work #

2 - 9 NON-COLLUSION CERTIFICATE (To Be Submitted with Bid Proposal)

STATE OF WASHINGTON ) ) ss. COUNTY OF KING )

The undersigned, being duly sworn, deposes and says that the person, firm, association, co-partnership or corporation herein named, has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in the preparation and submission of a proposal to the City of Bothell for consideration in the award of a contract on the improvement described as follows:

2018 Crack Seal Project

City of Bothell Project No. 30559512.563063.0085.05.T001.ST1

NAME OF FIRM

TITLE

SIGNATURE OF AUTHORIZED MEMBER

STATE OF WASHINGTON ) )ss COUNTY OF KING ) On this day personally appeared before me ______, to me known to be the ______of the ______, Company that executed the within and foregoing instrument, and acknowledged the said corporation for the purposes therein mentioned, and an oath, stated that he was authorized to execute said instrument on behalf of said corporation, and the seal affixed thereto is the corporate seal of said corporation.

GIVEN UNDER MY HAND AND OFFICIAL SEAL this ______day of ______, _____.

NOTARY PUBLIC in and for the State of Washington, residing in .

My commission expires ______, 20__.

2 - 10 SECTION 3 CONTRACT AGREEMENT

AGREEMENT

THIS AGREEMENT, made in three copies, each of which shall be deemed an original, and entered into this _____ day of ______, 2018, by and between the City of Bothell, hereinafter called the “Owner” and ______, hereinafter called the “Contractor.”

WHEREAS, the Owner has caused Specifications, Drawings and other Contract Documents to be prepared for certain Work as described therein, known as 2018 Crack Seal Project, hereinafter referred to as the “Project” and

WHEREAS, the Contractor has offered to perform the proposed Work in accordance with the terms of the Contract Documents.

NOW, THEREFORE, the Contractor hereby agrees to complete the Work at the price and on the terms and conditions herein contained, and the Owner agrees to pay the Contractor the Contract Price provided herein for the fulfillment of the Work and the performance of the covenants set forth herein according to the Contract Documents as to time, manner, and condition of payment. The payments to the Contractor include the costs for all labor, tools, materials and equipment for the Work, changes to the Work and force account work.

ARTICLE I. SCOPE OF WORK. The Contractor shall perform, within the time stipulated in the Contract Time, the Contract as herein defined, of which this Agreement is a component part, and everything required to be performed and shall provide and furnish any and all utility and transportation services necessary to perform the Contract and complete in a workmanlike manner all of the construction Work covered by the Contract in connection with the Owner's Project (COB Contract______) in strict conformity with the Plans and Specifications, including any and all Addenda issued by the Owner, along with the other Contract Documents.

ARTICLE II. AMOUNT OF AWARD. The Contractor shall do all work, furnish all labor, tools, materials and equipment to complete the Project. The work shall be commenced and completed in accordance with and as described in the Contract Documents, which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the Project provided under this Contract and every part thereof, for the sum of ______Dollars ($ ______).

Payment for the work and additional work shall be in accordance with the Contract Specifications and Special Provisions.

ARTICLE III. COMPONENT PARTS OF THIS CONTRACT. The Contract entered into by the acceptance of the Contractor's bid and the signing of this Agreement consists of the following documents all which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: the Agreement Form, Bidder’s completed Proposal Form, Contract Plans, Contract Provisions, Standard Specifications, Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). These parts complement each other in describing a complete Work. Any requirement in one part binds as if stated in all parts. The Contractor shall provide any Work or materials clearly implied in the Contract even if the Contract does not mention it specifically.

3 - 1

The Project is to be built and constructed in accordance with the Contract as defined in the WSDOT 2016 Standard Specifications and Contract Special Provisions Section 1-04.2.

Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the WSDOT Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. City of Bothell’s Standard Plans and Specifications (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.

ARTICLE IV. CONTRACT TIME. The Contractor agrees to begin the work on the Project and the work shall be completed within the time as described in the Contract Documents. If the Physical Work under this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Contract Documents.

ARTICLE V. CONTRACTOR'S REPRESENTATIONS. In order to induce Owner to enter into this Agreement, Contractor makes the following representations:

5.1 Contractor has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance, or furnishing of the Work.

5.2 Contractor has examined the Contract Documents in accordance with the WSDOT Standard Specification 1-02.4.

5.3 Contractor has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities.

5.4 Contractor has given Engineer written notice of all conflicts, errors, or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor.

6.5 Contractor has a current certificate of registration as a contractor in compliance with chapter 18.27 RCW, which must have been in effect at the time of bid submittal.

5.6 Contractor has a current Washington Unified Business Identifier (UBI) number.

5.7 Contractor has a Washington Employment Security Department number, as required in Title 50 RCW;

5.8 Contractor has a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW; and

3 - 2

5.9 If applicable, Contractor has Industrial Insurance (workers’ compensation) coverage for the Contractor’s employees working in Washington, as required in Title 51 RCW.

5.10 Contractor is not disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3).

ARTICLE VI. SUBCONTRACTOR RESPONSIBILITY

6.1 The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its Subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide documentation to the Owner demonstrating that the Subcontractor meets the Subcontractor responsibility criteria below. The requirements of this section apply to all Subcontractors regardless of tier.

6.2 At the time of subcontract execution, the Contractor shall verify that each of its first tier Subcontractors meets the following bidder responsibility criteria:

6.2.1 Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal;

6.2.2 Have a current Washington Unified Business Identifier (UBI) number;

6.2.3 If applicable, have: a. Industrial Insurance (workers’ compensation) coverage for the Subcontractor’s employees working in Washington, as required in Title 51 RCW; b. A Washington Employment Security Department number, as required in Title 50 RCW; c. A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW; d. An electrical contractor license, if required by Chapter 19.28 RCW; e. An elevator contractor license, if required by Chapter 70.87 RCW. f. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3).

ARTICLE VII. CITY OF BOTHELL HAS NO LIABILITY. It is further agreed that no liability shall attach to the City of Bothell by reason of entering into this Contract, except as expressly provided herein.

ARTICLE VIII. TAX REPORTING REQUIREMENTS. The amount of tax reported and paid by the Contractor to the Washington State Department of Revenue due to any and all payments made to the Contractor for the work performed under this Contract shall be coded to the City of Bothell under Tax Code Location 69.091003. Additionally, the Contractor shall require all Subcontractors performing work under this Contract to use Tax Code Location 69.091003 in reporting tax to the Washington State Department of Revenue for the payments they receive from the Contractor. In order for the Contract Bond to be released, the Contractor shall provide to the City copies of all state tax returns showing that the tax has been reported in compliance with the requirements of this section.

3 - 3

ARTICLE IX. INDEMNIFICATION. The City, and all officers and employees of the City, will not be responsible in any manner: for any loss or damage that may happen to the Work or any part; for any loss of material or damage to any of the materials or other things used or employed in the performance of Work; for injury to or death of any persons, either workers or the public; or for damage to the public for any cause which might have been prevented by the Contractor, or the workers or anyone employed by the Contractor.

The Contractor shall be responsible for any liability imposed by law for injuries to, or the death of, any persons or damages to property resulting from any cause whatsoever during the performance of the Work, or before final acceptance.

Subject to the limitations in this article and WSDOT Standard Specification section 1-07.14, the Contractor shall indemnify, defend, and save harmless the City, and all officers and employees of the City from all claims, suits, or actions brought for injuries to, or death of, any persons or damages resulting from construction of the Work or in consequence of any negligence regarding the Work, the use of any improper materials in the Work, caused in whole or in part by any act or omission by the Contractor or the agents or employees of the Contractor during performance or at any time before final acceptance. In addition to any remedy authorized by law, the City may retain so much of the money due the Contractor as deemed necessary by the Engineer to ensure indemnification until disposition has been made of such suits or claims.

The Contractor expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees and agrees that the obligation to indemnify, defend and hold harmless provided for in the Contract Documents extends to any claim brought by or on behalf of any employee of the Contractor.

ARTICLE X. FEDERAL AID PROVISIONS. The Contractor shall also comply with all Federal Aid provisions, included within these Contract Documents and Special Provisions.

ARTICLE XI. 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 and expert witness fees.

ARTICLE XII. INSURANCE. The Contractor shall procure and maintain the insurance requirements stated in Articles V and VI above and in Section 1-07.18 of the WSDOT Standard Specifications and the Contract Special Provisions.

SIGNATURE PAGE FOLLOWS IMMEDIATELY

3 - 4

IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first above written.

CITY OF BOTHELL CONTRACTOR

By Jennifer Phillips Name of Contractor

Its City Manager By

Its

ATTEST: CONTRACTOR’S ADDRESS AND PHONE:

Laura K. Hathaway, City Clerk

APPROVED FOR FORM:

Laura K. Hathaway, City Clerk

3 - 5

CONTRACT BOND

2018 Crack Seal Project Project No. 30559512.563063.0085.05.T001.ST1

KNOW ALL MEN BY THESE PRESENTS, That

______of ______, as Principal, and ______as Surety, are jointly and severally held and bound unto the City of Bothell, in the penal sum of ______Dollars ($______), the payment of which we jointly and severally bind ourselves, our heirs, executors, administrators, and assigns, and successors and assigns, firmly by these presents.

The CONDITION of this bond is such that WHEREAS, on the _____ day of ______A.D., ______, the said ______Principal, herein, executed a certain contract with the City of Bothell, by the terms, conditions, and provisions of which contract the said ______Principal, herein, agree to furnish all material and do certain work, to wit: That ______will undertake and complete the construction of 2018 Crack Seal Project according to the maps, plans and specifications made a part of said contract, which contract as so executed is hereunto attached, is now referred to and by reference is incorporated herein and made a part hereof as fully for all purposes as if here set forth at length. This bond shall cover all approved change orders as if they were in the original contract.

NOW, THEREFORE, if the Principal herein shall faithfully and truly observe and comply with the terms, conditions, and provisions of said contract in all respects and shall well and truly and fully do and perform all matters and things by them undertaken to be performed under said contract, upon the terms proposed therein, and within the time prescribed therein, and until the same is accepted, and shall pay all laborers, mechanics, Subcontractors, and material men, and all persons who shall supply such contractor or Subcontractor with provisions and supplies for the carrying on of such work, and shall in all respects, faithfully perform said contract according to law, then this obligation to be void, otherwise to remain in full force and effect.

SIGNATURE PAGE FOLLOWS IMMEDIATELY

3 - 6

WITNESS our hands this day of ,

(Principal)

(Attorney-in-fact, Surety)

Name and Address Local Office of Agent

APPROVED AS TO FORM:

City Attorney

Date: ,

Surety Bond No.

3 - 7

CERTIFICATE AS TO CORPORATE PRINCIPAL

I, ______, certify that I am the ______of the corporation named as Contractor in Agreement attached hereto; that ______who signed said Agreement on behalf of the Contractor, was then of said corporation; that said Agreement was duly signed for and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers.

By:

Title:

State of:

County of:

being duly sworn deposes and says that he/she is

of . (Name of Organization)

STATE OF WASHINGTON ) )ss COUNTY OF KING )

On this day personally appeared before me ______, to me known to be the ______of the ______, Company, that executed the within and foregoing instrument, and acknowledged the said corporation for the purposes therein mentioned, and an oath, stated that he was authorized to execute said instrument on behalf of said corporation, and the seal affixed thereto is the corporate seal of said corporation.

GIVEN UNDER MY HAND AND OFFICIAL SEAL this ______day of ______, _____.

NOTARY PUBLIC in and for the State of Washington, residing in .

My commission expires ______, 20___.

3 - 8

SECTION 4

AMMENDMENTS TO THE STANDARD SPECIFICATIONS

1 INTRODUCTION

2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2016 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 14 15 Section 1-01, Definitions and Terms 16 August 1, 2016

17 1-01.3 Definitions 18 The following new term and definition is inserted after the eighth paragraph: 19 20 Cold Weather Protection Period – A period of time 7 days from the day of concrete 21 placement or the duration of the cure period, whichever is longer. 22 23 Section 1-02, Bid Procedures and Conditions 24 June 1, 2017

25 1-02.4(1) General 26 The first sentence of the last paragraph is revised to read: 27 28 Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, 29 shall request the explanation or interpretation in writing by close of business on the 30 Thursday preceding the bid opening to allow a written reply to reach all prospective 31 Bidders before the submission of their Bids. 32 33 1-02.6 Preparation of Proposal 34 In this section, “Disadvantaged Business Enterprise” is revised to read “Underutilized 35 Disadvantaged Business Enterprise”, and “DBE” is revised to read “UDBE”. 36 37 1-02.9 Delivery of Proposal 38 The last sentence of the third paragraph is revised to read: 39 40 The Contracting Agency will not open or consider any Proposal when the Proposal or 41 Bid deposit is received after the time specified for receipt of Proposals or received in a 42 location other than that specified for receipt of Proposals unless an emergency or 43 unanticipated event interrupts normal work processes of the Contracting Agency so 44 that Proposals cannot be received. 45 46 The following new paragraph is inserted before the last paragraph: 47

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 1

1 If an emergency or unanticipated event interrupts normal work processes of the 2 Contracting Agency so that Proposals cannot be received at the office designated for 3 receipt of bids as specified in Section 1-02.12 the time specified for receipt of the 4 Proposal will be deemed to be extended to the same time of day specified in the 5 solicitation on the first work day on which the normal work processes of the Contracting 6 Agency resume. 7 8 1-02.12 Public Opening of Proposals 9 This section is supplemented with the following new paragraph: 10 11 If an emergency or unanticipated event interrupts normal work processes of the 12 Contracting Agency so that Proposals cannot be opened at the time indicated in the 13 call for Bids the time specified for opening of Proposals will be deemed to be extended 14 to the same time of day on the first work day on which the normal work processes of 15 the Contracting Agency resume. 16 17 1-02.13 Irregular Proposals 18 In this section, “Disadvantaged Business Enterprise” is revised to read “Underutilized 19 Disadvantaged Business Enterprise”, and “DBE” is revised to read “UDBE”. 20 21 Section 1-04, Scope of the Work 22 June 1, 2017

23 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, 24 Specifications, and Addenda 25 The following new paragraph is inserted before the second to last paragraph: 26 27 Whenever reference is made in these Specifications or the Special Provisions to 28 codes, rules, specifications, and standards, the reference shall be construed to mean 29 the code, rule, specification, or standard that is in effect on the Bid advertisement date, 30 unless otherwise stated or as required by law. 31 32 1-04.3 Reference Information 33 This section is supplemented with the following new sentence: 34 35 If a document that is provided as reference information contains material also included 36 as a part of the Contract, that portion of the document shall be considered a part of the 37 Contract and not as Reference Information. 38 39 1-04.4(2)A General 40 Item number 4 in the third paragraph is revised to read: 41 42 4. Provide substitution for deleted or reduced Condition of Award Work, Apprentice 43 Utilization and Training. 44 45 Section 1-06, Control of Material 46 August 7, 2017

47 This section is supplemented with the following new section and subsections: 48

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 2

1 1-06.6 Recycled Materials 2 The Contractor shall make their best effort to utilize recycled materials in the 3 construction of the project; the use of recycled concrete aggregate as specified in 4 Section 1-06.6(1)A is a requirement of the Contract. 5 6 The Contractor shall submit a Recycled Material Utilization Plan as a Type 1 Working 7 Drawing within 30 calendar days after the Contract is executed. The plan shall provide 8 the Contractor’s anticipated usage of recycled materials for meeting the requirements 9 of these Specifications. The quantity of recycled materials will be provided in tons and 10 as a percentage of the Plan quantity for each material listed in Section 9-03.21(1)E 11 Table on Maximum Allowable Percent (By Weight) of Recycled Material. When a 12 Contract does not include Work that requires the use of a material that is included in 13 the requirements for using materials the Contractor may state in their plan that no 14 recycled materials are proposed for use. 15 16 Prior to Physical Completion the Contractor shall report the quantity of recycled 17 materials that were utilized in the construction of the project for each of the items listed 18 in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete 19 aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. 20 utilization of on-site material and aggregates from concrete returned to the supplier). 21 The Contractor’s report shall be provided on DOT Form 350-075 Recycled Materials 22 Reporting. 23 24 1-06.6(1) Recycling of Aggregate and Concrete Materials 25 1-06.6(1)A General 26 The minimum quantity of recycled concrete aggregate shall be 25 percent of the 27 total quantity of aggregate that is incorporated into the Contract for those items 28 listed in Section 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of 29 Recycled Material that allow the use of recycled concrete aggregate. The 30 percentage of recycled material incorporated into the project for meeting the 31 required percentage will be calculated in tons based on the quantity of recycled 32 concrete used on the entire Contract and not as individual items. 33 34 If the Contractor’s total cost for Work with recycled concrete aggregate is greater 35 than without the Contractor may choose to not use recycled concrete aggregate. If 36 the Recycled Material Utilization Plan does not indicate the minimum usage of 37 recycled concrete aggregate required above, or if completed project quantities do 38 not meet the minimum usage required, the Contractor shall develop the following: 39 40 1. A cost estimate for each material listed in Section 9-03.21(1)E that is 41 utilized on the Contract. The cost estimate shall include the following: 42 43 a. The estimated costs for the Work for each material with 25 percent 44 recycled concrete aggregate. The cost estimate shall include for 45 each material a copy of the price quote from the supplier with the 46 lowest total cost for the Work. 47 48 b. The estimated costs for the Work for each material without recycled 49 concrete aggregate. 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 3

1 The Contractor’s cost estimates shall be submitted as an attachment to the 2 Recycled Material Utilization Plan, or with the Reporting form. 3 4 Section 1-07, Legal Relations and Responsibilities to the Public 5 August 7, 2017

6 1-07.1 Laws to be Observed 7 The second paragraph is deleted. 8 9 In the second to last sentence of the third paragraph, “WSDOT” is revised to read 10 “Contracting Agency”. 11 12 1-07.2(2) State Sales Tax: WAC 458-20-170 – Retail Sales Tax 13 The last three sentences of the first paragraph are deleted and replaced with the following 14 new sentence: 15 16 The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase 17 or rental of tools, machinery, equipment, or consumable supplies not integrated into the 18 project, in the unit bid prices. 19 20 1-07.3(1) Forest Fire Prevention 21 This section is supplemented with the following new subsections: 22 23 1-07.3(1)A Fire Prevention Control and Countermeasures Plan 24 The Contractor shall prepare and implement a project-specific fire prevention, control, 25 and countermeasures plan (FPCC Plan) for the duration of the project. The Contractor 26 shall submit a Type 2 Working Drawing no later than the date of the preconstruction 27 conference. 28 29 1-07.3(1)A1 FPCC Plan Implementation Requirements 30 The Contractor’s FPCC Plan shall be fully implemented at all times. The 31 Contractor shall update the FPCC Plan throughout project construction so that the 32 plan reflects actual site conditions and practices. The Contractor shall update the 33 FPCC Plan at least annually and maintain a copy of the updated FPCC Plan that is 34 available for inspection on the project site. Revisions to the FPCC Plan and the 35 Industrial Fire Precaution Level (IFPL) shall be discussed at the weekly project 36 safety meetings. 37 38 1-07.3(1)A2 FPCC Plan Element Requirements 39 The FPCC Plan shall include the following: 40 41 1. The names, titles, and contact information for the personnel responsible 42 for implementing and updating the plan. 43 44 2. The names and telephone numbers of the Federal, State, and local 45 agencies the Contractor shall notify in the event of a fire. 46 47 3. All potential fire causing activities such as welding, cutting of metal, 48 blasting, fueling operations, etc. 49

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 4

1 4. The location of fire extinguishers, water, shovels, and other firefighting 2 equipment. 3 4 5. The response procedures the Contractor shall follow in the event of a fire. 5 6 Most of Washington State is covered under the IFPL system which, by law, is 7 managed by the Department of Natural Resources (DNR). It is the Contractor’s 8 responsibility to be familiar with the DNR requirements and to verify whether or not 9 IFPL applies to the specific project. 10 11 If the Contractor wishes to continue a work activity that is prohibited under an 12 industrial fire precaution level, the Contractor shall obtain a waiver from the DNR 13 and provide a copy to the Engineer prior to continuation of work on the project. 14 15 If the IFPL requirements prohibit the Contractor from performing Work the 16 Contractor may be eligible for an unworkable day in accordance with Section 1- 17 08.5. 18 19 The Contractor shall comply with the requirements of these provisions at no 20 additional cost to the Contracting Agency. 21 22 1-07.8 High-Visibility Apparel 23 The last paragraph is revised to read: 24 25 High-visibility garments shall be labeled as, and in a condition compliant with the 26 ANSI/ISEA 107 (2004 or later version) and shall be used in accordance with 27 manufacturer recommendations. 28 29 1-07.8(1) Traffic Control Personnel 30 In this section, references to “ANSI/ISEA 107-2004” are revised to read “ANSI/ISEA 107”. 31 32 1-07.8(2) Non-Traffic Control Personnel 33 In this section, the reference to “ANSI/ISEA 107-2004” is revised to read “ANSI/ISEA 107”. 34 35 1-07.9(2) Posting Notices 36 Items 1 and 2 are revised to read: 37 38 1. EEOC - P/E-1 (revised 11/09, supplemented 09/15) – Equal Employment 39 Opportunity IS THE LAW published by US Department of Labor. Post for projects 40 with federal-aid funding. 41 42 2. FHWA 1022 (revised 05/15) – NOTICE Federal-Aid Project published by Federal 43 Highway Administration (FHWA). Post for projects with federal-aid funding. 44 45 Items 5, 6 and 7 are revised to read: 46 47 5. WHD 1420 (revised 02/13) – Employee Rights and Responsibilities Under The 48 Family And Medical Leave Act published by US Department of Labor. Post on all 49 projects. 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 5

1 6. WHD 1462 (revised 01/16) – Employee Polygraph Protection Act published by 2 US Department of Labor. Post on all projects. 3 4 7. F416-081-909 (revised 09/15) – Job Safety and Health Law published by 5 Washington State Department of Labor and Industries. Post on all projects. 6 7 Items 9 and 10 are revised to read: 8 9 9. F700-074-909 (revised 06/13) – Your Rights as a Worker in Washington State 10 by Washington State Department of Labor and Industries (L&I). Post on all 11 projects. 12 13 10. EMS 9874 (revised 10/15) – Unemployment Benefits published by Washington 14 State Employment Security Department. Post on all projects. 15 16 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan 17 The second sentence of the first paragraph is deleted. 18 19 The first sentence of the second paragraph is revised to read: 20 21 The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and 22 other materials defined in Chapter 447 of the WSDOT Environmental Manual M 31-11. 23 24 Item number four of the fourth paragraph (up until the colon) is revised to read: 25 26 4. Potential Spill Sources – Describe each of the following for all potentially 27 hazardous materials brought or generated on-site, including but not limited to 28 materials used for equipment operation, refueling, maintenance, or cleaning: 29 30 The first sentence of item 7e of the fourth paragraph is revised to read: 31 32 BMP methods and locations where they are used to prevent discharges to ground or 33 water during mixing and transfer of hazardous materials and fuel. 34 35 The last paragraph is deleted. 36 37 Section 1-08, Prosecution and Progress 38 June 1, 2017

39 1-08.1 Subcontracting 40 The eighth and ninth paragraphs are revised to read: 41 42 On all projects, the Contractor shall certify to the actual amounts paid to all firms that 43 were used as Subcontractors, lower tier subcontractors, manufacturers, regular 44 dealers, or service providers on the Contract. This includes all Disadvantaged, Minority, 45 Small, Veteran or Women’s Business Enterprise firms. This Certification shall be 46 submitted to the Engineer on a monthly basis each month between Execution of the 47 Contract and Physical Completion of the Contract using the application available at: 48 https://wsdot.diversitycompliance.com. A monthly report shall be submitted for every

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 6

1 month between Execution of the Contract and Physical Completion regardless of 2 whether payments were made or work occurred. 3 4 The Contractor shall comply with the requirements of RCW 39.04.250, 39.76.011, 5 39.76.020, and 39.76.040, in particular regarding prompt payment to Subcontractors. 6 Whenever the Contractor withholds payment to a Subcontractor for any reason 7 including disputed amounts, the Contractor shall provide notice within 10 calendar days 8 to the Subcontractor with a copy to the Contracting Agency identifying the reason for 9 the withholding and a clear description of what the Subcontractor must do to have the 10 withholding released. Retainage withheld by the Contractor prior to completion of the 11 Subcontractors work is exempt from reporting as a payment withheld and is not 12 included in the withheld amount. The Contracting Agency’s copy of the notice to 13 Subcontractor for deferred payments shall be submitted to the Engineer concurrently 14 with notification to the Subcontractor. 15 16 1-08.1(1) Prompt Payment, Subcontract Completion and Return of Retainage 17 Withheld 18 In item number 5 of the first paragraph, “WSDOT” is revised to read “Contracting Agency”. 19 20 The last sentence in item number 11 of the first paragraph is revised to read: 21 22 The Contractor may also require any documentation from the Subcontractor that is 23 required by the subcontract or by the Contract between the Contractor and Contracting 24 Agency or by law such as affidavits of wages paid, and material acceptance 25 certifications to the extent that they relate to the Subcontractor’s Work. 26 27 Item number 12 of the first paragraph is revised to read: 28 29 12. If the Contractor fails to comply with the requirements of the Specification and the 30 Subcontractor’s retainage or retainage bond is wrongfully withheld, the Contractor 31 will be subject to the actions described in No. 7 listed above. The Subcontractor 32 may also seek recovery against the Contractor under applicable prompt pay 33 statutes in addition to any other remedies provided for by the subcontract or by 34 law. 35 36 1-08.5 Time for Completion 37 In item 2c of the last paragraph, “Quarterly Reports” is revised to read “Monthly Reports”. 38 39 Section 1-09, Measurement and Payment 40 April 4, 2016

41 1-09.6 Force Account 42 The second sentence of item number 4 is revised to read: 43 44 A “specialized service” is a work operation that is not typically done by worker 45 classifications as defined by the Washington State Department of Labor and Industries 46 and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and 47 municipal construction. 48

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 7

1 Section 1-10, Temporary Traffic Control 2 January 3, 2017

3 1-10.1(2) Description 4 The first paragraph is revised to read: 5 6 The Contractor shall provide flaggers and all other personnel required for labor for 7 traffic control activities that are not otherwise specified as being furnished by the 8 Contracting Agency. 9 10 In the third paragraph, “Project Engineer” is revised to read “Engineer”. 11 12 The following new paragraph is inserted after the third paragraph: 13 14 The Contractor shall keep lanes, on-ramps, and off-ramps, open to traffic at all times 15 except when Work requires closures. Ramps shall not be closed on consecutive 16 interchanges at the same time, unless approved by the Engineer. Lanes and ramps 17 shall be closed for the minimum time required to complete the Work. When paving hot 18 mix asphalt the Contractor may apply water to the pavement to shorten the time 19 required before reopening to traffic. 20 21 1-10.3(2)C Lane Closure Setup/Takedown 22 The following new paragraph is inserted before the last paragraph: 23 24 Channelization devices shall not be moved by traffic control personnel across an open 25 lane of traffic. If an existing setup or staging of traffic control devices require crossing 26 an open lane of traffic, the traffic control devices shall be taken down completely and 27 then set up in the new configuration. 28 29 Section 2-02, Removal of Structures and Obstructions 30 August 7, 2017

31 2-02.3(2)A Bridge Removal 32 This section’s title is revised to read: 33 34 Bridge and Structure Removal 35 36 Section 2-03, Roadway Excavation and Embankment 37 August 1, 2016

38 2-03.3(7)C Contractor-Provided Disposal Site 39 The second paragraph is revised to read: 40 41 The Contractor shall acquire all permits and approvals required for the use of the 42 disposal sites before any waste is hauled off the project. The Contractor shall submit a 43 Type 1 Working Drawing consisting of copies of the permits and approvals for any 44 disposal sites to be used. The cost of any such permits and approvals shall be included 45 in the Bid prices for other Work. 46 47 The third paragraph is deleted.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 8

1 2 Section 2-06, Subgrade Preparation 3 January 3, 2017

4 2-06.3(2) Subgrade for Pavement 5 The second sentence in the first paragraph is revised to read: 6 7 The Contractor shall compact the Subgrade to a depth of 6 inches to 95 percent of 8 maximum density as determined by the compaction control tests for granular materials. 9

10 Section 3-04, Acceptance of Aggregate 11 January 3, 2017

12 3-04.5 Payment 13 In Table 1, the Contingent Unit Price Per Ton value for the item HMA Aggregate is 14 revised to read “$15.00”. 15 16 Section 4-04, Ballast and Crush Surfacing 17 January 3, 2017

18 4-04.3(5) Shaping and Compaction 19 The first sentence is revised to read: 20 21 Immediately following spreading and final shaping, each layer of surfacing shall be 22 compacted to at least 95 percent of maximum density determined by the requirements 23 of Section 2-03.3(14)D before the next succeeding layer of surfacing or pavement is 24 placed. 25 26 Section 5-01, Cement Concrete Pavement Rehabilitation 27 January 3, 2017

28 In this section, “portland cement” is revised to read “cement”. 29 30 5-01.2 Materials 31 In the first paragraph, the following item is inserted after the item “Joint Sealants”: 32 33 Closed Cell Foam Backer Rod 9-04.2(3)A 34 35 5-01.3(1)A Concrete Mix Designs 36 This section, including title, is revised to read: 37 38 5-01.3(1)A Mix Designs 39 The Contractor shall use either concrete patching materials or cement concrete for the 40 rehabilitation of cement concrete pavement. Concrete patching materials shall be used 41 for spall repair and dowel bar retrofitting and cement concrete shall be used for 42 concrete panel replacement. 43

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 9

1 5-01.3(1)A1 Concrete Patching Materials 2 Item number 1 is revised to read: 3 4 1. Materials – The prepackaged concrete patching material and the aggregate 5 extender shall conform to Section 9-20. 6 7 5-01.3(1)A2 Portland Cement Concrete 8 This section, including title, is revised to read: 9 10 5-01.3(1)A2 Cement Concrete for Panel Replacement 11 Cement concrete for panel replacement shall meet the requirements of Sections 5- 12 05.3(1) and 5-05.3(2) and be air entrained with a design air content of 5.5 percent. 13 Cement concrete for panel replacement may use rapid hardening hydraulic cement 14 meeting the requirements of Section 9-01.2(2). Rapid hardening hydraulic cement will 15 be considered a cementitious material for the purpose of calculating the 16 water/cementitious materials ratio and the minimum cementitious materials 17 requirement. 18 19 5-01.3(1)B Equipment 20 This section’s title is revised to read: 21 22 Equipment for Panel Replacement 23 24 5-01.3(2)B Portland Cement Concrete 25 This section’s title is revised to read: 26 27 Cement Concrete for Panel Replacement 28 29 This section is supplemented with the following new subsection: 30 31 5-01.3(2)B1 Conformance to Mix Design 32 Acceptance of cement concrete pavement for panel replacement shall be in 33 accordance with Section 5-01.3(2)B. The cement, coarse, and fine aggregate weights 34 shall be within the tolerances of the mix design in accordance with Section 5-05.3(1). 35 36 5-01.3(2)B1 Rejection of Concrete 37 This section is renumbered as follows: 38 39 5-01.3(2)B2 Rejection of Concrete 40 41 5-01.3(4) Replace Portland Cement Concrete Panel 42 This section’s title is revised to read: 43 44 Replace Cement Concrete Panel 45 46 5-01.3(8) Sealing Existing Transverse and Longitudinal Joints 47 This section’s title is revised to read: 48 49 Sealing Existing Longitudinal and Transverse Joint 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 10

1 The first paragraph is revised to read: 2 3 The Contractor shall clean and seal existing longitudinal and transverse joints where 4 shown in the Plans or as marked by the Engineer. 5 6 The first sentence of the second paragraph is revised to read: 7 8 Old sealant and incompressible material shall be completely removed from the joint to 9 the depth of the new reservoir with a diamond blade saw in accordance with the detail 10 shown in the Standard Plans. 11 12 The fifth paragraph is revised to read: 13 14 Immediately prior to sealing, the cracks shall be blown clean with dry oil-free 15 compressed air. If shown in the Plans, a backer rod shall be placed at the base of the 16 sawn reservoir. The joints shall be completely dry before the sealing installation may 17 begin. Immediately following the air blowing and backer rod placement, if required, the 18 sealant material shall be installed in conformance to manufacturer’s recommendations 19 and in accordance with Section 5-05.3(8)B. 20 21 5-01.3(9) Portland Cement Concrete Pavement Grinding 22 This section’s title is revised to read: 23 24 Cement Concrete Pavement Grinding 25 26 5-01.3(11) Concrete Slurry and Grinding Residue 27 The last sentence of the first paragraph is revised to read: 28 29 Slurry shall not be allowed to drain into an area open to traffic, off of the paved surface, 30 into any drainage structure, water of the state, or wetlands. 31 32 The following new sentence is inserted at the end of the second paragraph: 33 34 The Contractor shall submit copies of all disposal tickets to the Engineer within 5 35 calendar days. 36 37 5-01.4 Measurement 38 The fourth paragraph is revised to read: 39 40 Sealing existing longitudinal and transverse joint will be measured by the linear foot, 41 measured along the line of the completed joint. 42 43 5-01.5 Payment 44 The Bid item “Sealing Transverse and Longitudinal Joints”, per linear foot and the 45 paragraph following Bid item are revised to read: 46 47 “Sealing Existing Longitudinal and Transverse Joint”, per linear foot. 48 49 The unit Contract price per linear foot for “Sealing Existing Longitudinal and Transverse 50 Joint”, shall be full payment for all costs to complete the Work as specified, including

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 11

1 removing incompressible material, preparing and sealing existing transverse and 2 longitudinal joints where existing transverse and longitudinal joints are cleaned and for 3 all incidentals required to complete the Work as specified. 4 5 Section 5-02, Bituminous Surface Treatment 6 April 4, 2016

7 5-02.3(2) Preparation of Roadway Surface 8 This section is supplemented with the following new subsection: 9 10 5-02.3(2)E Crack Sealing 11 Where shown in the Plans, seal cracks and joints in the pavement in accordance with 12 Section 5-04.3(4)A1 and the following: 13 14 1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 15 16 2. Cracks greater than 1 inch in width – fill with sand slurry. 17 18 Section 5-04, Hot Mix Asphalt 19 April 3, 2017

20 This section (and all subsections) is revised to read: 21 22 This Section 5-04 is written in a style which, unless otherwise indicated, shall be 23 interpreted as direction to the Contractor. 24 25 5-04.1 Description 26 This Work consists of providing and placing one or more layers of plant-mixed hot mix 27 asphalt (HMA) on a prepared foundation or base, in accordance with these 28 Specifications and the lines, grades, thicknesses, and typical cross-sections shown 29 in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) 30 processes in accordance with these Specifications. 31 32 HMA shall be composed of asphalt binder and mineral materials as required, and may 33 include reclaimed asphalt pavement (RAP) or reclaimed asphalt shingles (RAS), mixed 34 in the proportions specified to provide a homogeneous, stable, and workable mix. 35 36 5-04.2 Materials 37 Provide materials as specified in these sections: 38 39 Asphalt Binder 9-02.1(4) 40 Cationic Emulsified Asphalt 9-02.1(6) 41 Anti-Stripping Additive 9-02.4 42 Warm Mix Asphalt Additive 9-02.5 43 Aggregates 9-03.8 44 Reclaimed Asphalt Pavement (RAP) 9-03.8(3)B 45 Reclaimed Asphalt Shingles (RAS) 9-03.8(3)B 46 Mineral Filler 9-03.8(5) 47 Recycled Material 9-03.21 48 Joint Sealants 9-04.2

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 12

1 Closed Cell Foam Backer Rod 9-04.2(3)A 2 3 5-04.2(1) How to Get an HMA Mix Design on the QPL 4 Comply with each of the following: 5 6 • Develop the mix design in accordance with WSDOT SOP 732. 7 8 • Develop a mix design that complies with Sections 9-03.8(2) and 9- 9 03.8(6). 10 11 • Develop a mix design no more than 6 months prior to submitting it for 12 QPL evaluation. 13 14 • Submit mix designs to the WSDOT State Materials Laboratory in 15 Tumwater, including WSDOT Form 350-042. 16 17 • Include representative samples of the materials that are to be used in the 18 HMA production as part of the mix design submittal. 19 20 • Identify the brand, type, and percentage of anti-stripping additive in the 21 mix design submittal. 22 23 • Include with the mix design submittal a certification from the asphalt 24 binder supplier that the anti-stripping additive is compatible with the crude 25 source and the formulation of asphalt binder proposed for use in the mix 26 design. 27 28 • Do not include warm mix asphalt (WMA) additives when developing a mix 29 design or submitting a mix design for QPL evaluation. The use of warm 30 mix asphalt (WMA) additives is not part of the process for obtaining 31 approval for listing a mix design on the QPL. Refer to Section 5- 32 04.2(2)B. 33 34 The Contracting Agency’s basis for approving, testing, and evaluating HMA mix 35 designs for approval on the QPL is dependent on the contractual basis for 36 acceptance of the HMA mixture, as shown in Table 1. 37 Table 1 Basis for Contracting Agency Evaluation of HMA Mix Designs for Approval on the QPL Contractual Basis Basis for Contracting Contracting Agency for Acceptance of Agency Approval of Materials Testing for HMA Mixture (see Mix Design for Evaluation of the Mix Section 5-04.3(9)) Placement on QPL Design The Contracting Agency will test the mix design WSDOT Standard Statistical Evaluation materials for compliance Practice QC-8 with Sections 9-03.8(2) and 9-03.8(6).

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 13

The Contracting Agency may elect to test the mix Review of Form 350- design materials, or 042 for compliance with Visual Evaluation evaluate in accordance Sections 9-03.8(2) and with WSDOT Standard 9-03.8(6) Practice QC-8, at its sole discretion. 1 2 If the Contracting Agency approves the mix design, it will be listed on the QPL for 3 12 consecutive months. The Contracting Agency may extend the 12 month listing 4 provided the Contractor submits a certification letter to the Qualified Products 5 Engineer verifying that the aggregate source and job mix formula (JMF) gradation, 6 and asphalt binder crude source and formulation have not changed. The 7 Contractor may submit the certification no sooner than three months prior to 8 expiration of the initial 12 month mix design approval. Within 7 calendar days of 9 receipt of the Contractor’s certification, the Contracting Agency will update the 10 QPL. The maximum duration for approval of a mix design and listing on the QPL 11 will be 24 months from the date of initial approval or as approved by the Engineer. 12 13 5-04.2(1)A Mix Designs Containing RAP and/or RAS 14 Mix designs are classified by the RAP and/or RAS content as shown in Table 15 2. 16 Table 2 Mix Design Classification Based on RAP/RAS Content RAP/RAS Classification RAP/RAS Content1 Low RAP/No RAS 0% ≤ RAP% ≤ 20% and RAS% = 0% High RAP/Any RAS 20% < RAP% ≤ Maximum Allowable RAP2 and/or 0% < RAS% ≤ Maximum Allowable RAS2 1Percentages in this table are by total weight of HMA 2See Table 4 to determine the limits on the maximum amount RAP and/or RAS. 17 18 5-04.2(1)A1 Low RAP/No RAS – Mix Design Submittals for 19 Placement on QPL 20 For Low RAP/No RAS mix designs, comply with the following additional 21 requirements: 22 23 1. Develop the mix design with or without the inclusion of RAP. 24 25 2. The asphalt binder grade shall be the grade indicated in the Bid 26 item name or as otherwise required by the Contract. 27 28 3. Submit samples of RAP if used in development of the mix 29 design. 30

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 14

1 4. Testing RAP or RAS stockpiles is not required for obtaining 2 approval for placing these mix designs on the QPL. 3 4 5-04.2(1)A2 High RAP/Any RAS - Mix Design Submittals for 5 Placement on QPL 6 For High RAP/Any RAS mix designs, comply with the following additional 7 requirements: 8 9 1. For mix designs with any RAS, test the RAS stockpile (and RAP 10 stockpile if any RAP is in the mix design) in accordance with 11 Table 3. 12 13 2. For High RAP mix designs with no RAS, test the RAP stockpile 14 in accordance with Table 3. 15 16 3. For mix designs with High RAP/Any RAS, construct a single 17 stockpile for RAP and a single stockpile for RAS and isolate 18 (sequester) these stockpiles from further stockpiling before 19 beginning development of the mix design. Test the RAP and 20 RAS during stockpile construction as required by item 1 and 2 21 above. Use the test data in developing the mix design, and 22 report the test data to the Contracting Agency on WSDOT Form 23 350-042 as part of the mix design submittal for approval on the 24 QPL. Account for the reduction in asphalt binder contributed 25 from RAS in accordance with AASHTO PP 78. Do not add to 26 these stockpiles after starting the mix design process. 27 Table 3 Test Frequency of RAP/RAS During RAP/RAS Stockpile Construction For Approving a High RAP/Any RAS Mix Design for Placement on the QPL Test Frequency1 Test for Test Method • 1/1000 tons of RAP (minimum Asphalt Binder FOP for AASHTO of 10 per mix Content and Sieve T 308 design) and Analysis of Fine and • 1/100 tons of and Coarse FOP for WAQTC T RAS (minimum Aggregate 27/T 11 of 10 per mix design) 1“tons”, in this table, refers to tons of the reclaimed material before being incorporated into HMA. 28 29 4. Limit the amount of RAP and/or RAS used in a High RAP/Any 30 RAS mix design by the amount of binder contributed by the RAP 31 and/or RAS, in accordance with Table 4. 32 Table 4 Maximum Amount of RAP and/or RAS in HMA Mixture Maximum Amount of Binder Contributed from:

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 15

RAP RAS 40%1 minus contribution of 20%2 binder from RAS 1 Calculated as the weight of asphalt binder contributed from the RAP as a percentage of the total weight of asphalt binder in the mixture. 2 Calculated as the weight of asphalt binder contributed from the RAS as a percentage of the total weight of asphalt binder in the mixture. 1 2 5. Develop the mix design including RAP, RAS, recycling agent, 3 and new binder. 4 5 6. Extract, recover, and test the asphalt residue from the RAP and 6 RAS stockpiles to determine the percent of recycling agent 7 and/or grade of new asphalt binder needed to meet but not 8 exceed the performance grade (PG) of asphalt binder required 9 by the Contract. 10 11 a. Perform the asphalt extraction in accordance with AASHTO 12 T 164 or ASTM D 2172 using reagent grade solvent. 13 14 b. Perform the asphalt recovery in accordance with AASHTO 15 R 59 or ASTM D 1856. 16 17 c. Test the recovered asphalt residue in accordance with 18 AASHTO R 29 to determine the asphalt binder grade in 19 accordance with Section 9-02.1(4). 20 21 d. After determining the recovered asphalt binder grade, 22 determine the percent of recycling agent and/or grade of 23 new asphalt binder in accordance with ASTM D 4887. 24 25 e. Test the final blend of recycling agent, binder recovered 26 from the RAP and RAS, and new asphalt binder in 27 accordance with AASHTO R 29. The final blended binder 28 shall meet but not exceed the performance grade of asphalt 29 binder required by the Contract and comply with the 30 requirements of Section 9-02.1(4). 31 32 7. Include the following test data with the mix design submittal: 33 34 a. All test data from RAP and RAS stockpile construction. 35 36 b. All data from testing the recovered and blended asphalt 37 binder. 38 39 8. Include representative samples of the following with the mix 40 design submittal: 41 42 a. RAP and RAS.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 16

1 2 b. 150 grams of recovered asphalt residue from the RAP and 3 RAS that are to be used in the HMA production. 4 5 5-04.2(1)B Commercial HMA - Mix Design Submittal for Placement on 6 QPL 7 For HMA used in the Bid item Commercial HMA, in addition to the 8 requirements of 5-04.2(1) identify the following in the submittal: 9 10 1. Commercial HMA 11 12 2. Class of HMA 13 14 3. Performance grade of binder 15 16 4. Equivalent Single Axle Load (ESAL) 17 18 The Contracting Agency may elect to approve Commercial HMA mix designs 19 without evaluation. 20 21 5-04.2(1)C Mix Design Resubmittal for QPL Approval 22 Develop a new mix design and resubmit for approval on the QPL when any of 23 the following changes occur. When these occur, discontinue using the mix 24 design until after it is reapproved on the QPL. 25 26 1. Change in the source of crude petroleum used in the asphalt binder. 27 28 2. Changes in the asphalt binder refining process. 29 30 3. Changes in additives or modifiers in the asphalt binder. 31 32 4. Changes in the anti-strip additive, brand, type or quantity. 33 34 5. Changes to the source of material for aggregate. 35 36 6. Changes to the job mix formula that exceed the amounts as 37 described in item 2 of Section 9-03.8(7), unless otherwise approved 38 by the Engineer. 39 40 7. Changes in the percentage of material from a stockpile, when such 41 changes exceed 5% of the total aggregate weight. 42 43 a. For Low RAP/No RAS mix designs developed without RAP, 44 changes to the percentage of material from a stockpile will be 45 calculated based on the total aggregate weight not including the 46 weight of RAP. 47 48 b. For Low RAP/No RAS mix designs developed with RAP, 49 changes to the percentage of material from a stockpile will be 50 calculated based on the total aggregate weight including the 51 weight of RAP.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 17

1 2 c. For High RAP/Any RAS mix designs, changes in the percentage 3 of material from a stockpile will be based on total aggregate 4 weight including the weight of RAP (and/or RAS when included 5 in the mixture). 6 7 Prior to making any change in the amount of RAS in an approved mix design, 8 notify the Engineer for determination of whether a new mix design is required, 9 and obtain the Engineer’s approval prior to implementing such changes. 10 11 5-04.2(2) Mix Design – Obtaining Project Approval 12 Use only mix designs listed on the Qualified Products List (QPL). Submit WSDOT 13 Form 350-041 to the Engineer to request approval to use a mix design from the 14 QPL. Changes to the job mix formula (JMF) that have been approved on other 15 contracts may be included. The Engineer may reject a request to use a mix design 16 if production of HMA using that mix design on any contract is not in compliance 17 with Section 5-04.3(11)D, E, F, and G for mixture or compaction. 18 19 5-04.2(2)A Changes to the Job Mix Formula 20 The approved mix design obtained from the QPL will be considered the 21 starting job mix formula (JMF) and shall be used as the initial basis for 22 acceptance of HMA mixture, as detailed in Section 5-04.3(9). 23 24 During production the Contractor may request to adjust the JMF. Any 25 adjustments to the JMF will require approval of the Engineer and shall be 26 made in accordance with item 2 of Section 9-03.8(7). After approval by the 27 Engineer, such adjusted JMF’s shall constitute the basis for acceptance of the 28 HMA mixture. 29 30 5-04.2(2)B Using Warm Mix Asphalt Processes 31 The Contractor may, at the Contractor’s discretion, elect to use warm mix 32 asphalt (WMA) processes for producing HMA. WMA processes include 33 organic additives, chemical additives, and foaming. The use of WMA is 34 subject to the following: 35 36 • Do not use WMA processes in the production of High RAP/Any RAS 37 mixtures. 38 • Before using WMA processes, obtain the Engineer’s approval using 39 WSDOT Form 350-076 to describe the proposed WMA process. 40 41 5-04.3 Construction Requirements 42 5-04.3(1) Weather Limitations 43 Do not place HMA for wearing course on any Traveled Way beginning October 1st 44 through March 31st of the following year, without written concurrence from the 45 Engineer. 46 47 Do not place HMA on any wet surface, or when the average surface temperatures 48 are less than those specified in Table 5, or when weather conditions otherwise 49 prevent the proper handling or finishing of the HMA. 50 Table 5

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 18

Minimum Surface Temperature for Paving Compacted Wearing Course Other Courses Thickness (Feet) Less than 0.10 55°F 45°F 0.10 to 0.20 45°F 35°F More than 0.20 35°F 35°F 1 2 5-04.3(2) Paving Under Traffic 3 These requirements apply when the Roadway being paved is open to traffic. 4 5 In hot weather, the Engineer may require the application of water to the pavement 6 to accelerate the finish rolling of the pavement and to shorten the time required 7 before reopening to traffic. 8 9 During paving operations, maintain temporary pavement markings throughout the 10 project. Install temporary pavement markings on the Roadway prior to opening to 11 traffic. Temporary pavement markings shall comply with Section 8-23. 12 13 5-04.3(3) Equipment 14 5-04.3(3)A Mixing Plant 15 Equip mixing plants as follows. 16 17 1. Use tanks for storage and preparation of asphalt binder which: 18 19 • Heat the contents by means that do not allow flame to contact 20 the contents or the tank, such as by steam or electricity. 21 22 • Heat and hold contents at the required temperatures. 23 24 • Continuously circulate contents to provide uniform temperature 25 and consistency during the operating period. 26 27 • Provide an asphalt binder sampling valve, in either the storage 28 tank or the supply line to the mixer. 29 30 2. Provide thermometric equipment: 31 32 • In the asphalt binder feed line near the charging valve at the 33 mixer unit, capable of detecting temperature ranges expected in 34 the HMA and in a location convenient and safe for access by 35 Inspectors. 36 37 • At the discharge chute of the drier to automatically register or 38 indicate the temperature of the heated aggregates, and situated 39 in full view of the plant operator. 40 41 3. When heating asphalt binder: 42 43 • Do not exceed the maximum temperature of the asphalt binder 44 recommended by the asphalt binder supplier.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 19

1 2 • Avoid local variations in heating. 3 4 • Provide a continuous supply of asphalt binder to the mixer at a 5 uniform average temperature with no individual variations 6 exceeding 25°F. 7 8 4. Provide a mechanical sampler for sampling mineral materials 9 that: 10 11 • Meets the crushing or screening requirements of Section 1-05.6. 12 13 5. Provide HMA sampling equipment that complies with WSDOT 14 T168. 15 16 • Use a mechanical sampling device installed between the 17 discharge of the silo and the truck transport, approved by the 18 Engineer, or 19 20 • Platforms or devices to enable sampling from the truck transport 21 without entering the truck transport for sampling HMA. 22 23 6. Provide for setup and operation of the Contracting Agency’s 24 field testing: 25 26 • As required in Section 3-01.2(2). 27 28 7. Provide screens or a lump breaker: 29 30 • When using any RAP or any RAS, to eliminate oversize RAP or 31 RAS particles from entering the pug mill or drum mixer. 32 33 5-04.3(3)B Hauling Equipment 34 Provide HMA hauling equipment with tight, clean, smooth metal beds and a 35 cover of canvas or other suitable material of sufficient size to protect the HMA 36 from adverse weather. Securely attach the cover to protect the HMA 37 whenever the weather conditions during the work shift include, or are forecast 38 to include, precipitation or an air temperature less than 45°F. 39 40 Prevent HMA from adhering to the hauling equipment. Spray metal beds with 41 an environmentally benign release agent. Drain excess release agent prior to 42 filling hauling equipment with HMA. Do not use petroleum derivatives or other 43 coating material that contaminate or alter the characteristics of the HMA. For 44 hopper trucks, operate the conveyer during the process of applying the 45 release agent. 46 47 5-04.3(3)C Pavers 48 Use self-contained, power-propelled pavers provided with an internally heated 49 vibratory that is capable of spreading and finishing courses of HMA in 50 lane widths required by the paving section shown in the Plans. 51

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 20

1 When requested by the Engineer, provide written certification that the paver is 2 equipped with the most current equipment available from the manufacturer for 3 the prevention of segregation of the coarse aggregate particles. The 4 certification shall list the make, model, and year of the paver and any 5 equipment that has been retrofitted to the paver. 6 7 Operate the screed in accordance with the manufacturer’s recommendations 8 and in a manner to produce a finished surface of the required evenness and 9 texture without tearing, shoving, segregating, or gouging the mixture. Provide 10 a copy of the manufacturer’s recommendations upon request by the 11 Contracting Agency. Extensions to the screed will be allowed provided they 12 produce the same results, including ride, density, and surface texture as 13 obtained by the primary screed. In the Travelled Way do not use extensions 14 without both augers and an internally heated vibratory screed. 15 16 Equip the paver with automatic screed controls and sensors for either or both 17 sides of the paver. The controls shall be capable of sensing grade from an 18 outside reference line, sensing the transverse slope of the screed, and 19 providing automatic signals that operate the screed to maintain the desired 20 grade and transverse slope. Construct the sensor so it will operate from a 21 reference line or a mat referencing device. The transverse slope controller 22 shall be capable of maintaining the screed at the desired slope within plus or 23 minus 0.1 percent. 24 25 Equip the paver with automatic feeder controls, properly adjusted to maintain 26 a uniform depth of material ahead of the screed. 27 28 Manual operation of the screed is permitted in the construction of irregularly 29 shaped and minor areas. These areas include, but are not limited to, gore 30 areas, road approaches, tapers and left-turn channelizations. 31 32 When specified in the Contract, provide reference lines for vertical control. 33 Place reference lines on both outer edges of the Traveled Way of each 34 Roadway. Horizontal control utilizing the reference line is permitted. 35 Automatically control the grade and slope of intermediate lanes by means of 36 reference lines or a mat referencing device and a slope control device. When 37 the finish of the grade prepared for paving is superior to the established 38 tolerances and when, in the opinion of the Engineer, further improvement to 39 the line, grade, cross-section, and smoothness can best be achieved without 40 the use of the reference line, a mat referencing device may be substituted for 41 the reference line. Substitution of the device will be subject to the continued 42 approval of the Engineer. A joint matcher may be used subject to the approval 43 of the Engineer. The reference line may be removed after completion of the 44 first course of HMA when approved by the Engineer. Whenever the Engineer 45 determines that any of these methods are failing to provide the necessary 46 vertical control, the reference lines will be reinstalled by the Contractor. 47 48 Furnish and install all pins, brackets, tensioning devices, wire, and 49 accessories necessary for satisfactory operation of the automatic control 50 equipment. 51

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 21

1 If the paving machine in use is not providing the required finish, the Engineer 2 may suspend Work as allowed by Section 1-08.6. 3 4 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle 5 Use a material transfer device (MTD) or material transfer vehicle (MTV) to 6 deliver the HMA from the hauling equipment to the paving machine for any lift 7 in (or partially in) the top 0.30 feet of the pavement section used in traffic 8 lanes. However, an MTD/V is not required for HMA placed in irregularly 9 shaped and minor areas such as tapers and turn lanes, or for HMA mixture 10 that is accepted by Visual Evaluation. At the Contractor’s request the 11 Engineer may approve paving without an MTD/V; the Engineer will determine 12 if an equitable adjustment in cost or time is due. If a windrow elevator is used, 13 the Engineer may limit the length of the windrow in urban areas or through 14 intersections. 15 16 To be approved for use, an MTV: 17 18 1. Shall be a self-propelled vehicle, separate from the hauling vehicle 19 or paver. 20 21 2. Shall not connected to the hauling vehicle or paver. 22 23 3. May accept HMA directly from the haul vehicle or pick up HMA from 24 a windrow. 25 26 4. Shall mix the HMA after delivery by the hauling equipment and prior 27 to placement into the paving machine. 28 29 5. Shall mix the HMA sufficiently to obtain a uniform temperature 30 throughout the mixture. 31 32 To be approved for use, an MTD: 33 34 1. Shall be positively connected to the paver. 35 36 2. May accept HMA directly from the haul vehicle or pick up HMA from 37 a windrow. 38 39 3. Shall mix the HMA after delivery by the hauling equipment and prior 40 to placement into the paving machine. 41 42 4. Shall mix the HMA sufficiently to obtain a uniform temperature 43 throughout the mixture. 44 45 5-04.3(3)E Rollers 46 Operate rollers in accordance with the manufacturer’s recommendations. 47 When requested by the Engineer, provide a Type 1 Working Drawing of the 48 manufacturer’s recommendation for the use of any roller planned for use on 49 the project. Do not use rollers that crush aggregate, produce pickup or 50 washboard, unevenly compact the surface, displace the mix, or produce other 51 undesirable results.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 22

1 2 5-04.3(4) Preparation of Existing Paved Surfaces 3 Before constructing HMA on an existing paved surface, the entire surface of the 4 pavement shall be clean. Entirely remove all fatty asphalt patches, grease 5 drippings, and other deleterious substances from the existing pavement to the 6 satisfaction of the Engineer. Thoroughly clean all pavements or bituminous 7 surfaces of dust, soil, pavement grindings, and other foreign matter. Thoroughly 8 remove any cleaning or solvent type liquids used to clean equipment spilled on the 9 pavement before paving proceeds. Fill all holes and small depressions with an 10 appropriate class of HMA. Level and thoroughly compact the surface of the 11 patched area. 12 13 Apply a uniform coat of asphalt (tack coat) to all paved surfaces on which any 14 course of HMA is to be placed or abutted. Apply tack coat to cover the cleaned 15 existing pavement with a thin film of residual asphalt free of streaks and bare 16 spots. Apply a heavy application of tack coat to all joints. For Roadways open to 17 traffic, limit the application of tack coat to surfaces that will be paved during the 18 same working shift. Equip the spreading equipment with a thermometer to indicate 19 the temperature of the tack coat material. 20 21 Do not operate equipment on tacked surfaces until the tack has broken and cured. 22 Repair tack coat damaged by the Contractor’s operation, prior to placement of the 23 HMA. 24 25 Unless otherwise approved by the Engineer, use cationic emulsified asphalt CSS- 26 1, CSS-1h, STE-1, or Performance Graded (PG) asphalt for tack coat. The CSS-1 27 and CSS-1h may be diluted with water at a rate not to exceed one part water to 28 one part emulsified asphalt. Do not allow the tack coat material to exceed the 29 maximum temperature recommended by the asphalt supplier. 30 31 When shown in the Plans, prelevel uneven or broken surfaces over which HMA is 32 to be placed by using an asphalt paver, a motor patrol grader, or by hand raking, 33 as approved by the Engineer. 34 35 5-04.3(4)A Crack Sealing 36 5-04.3(4)A1 General 37 When the Proposal includes a pay item for crack sealing, seal all cracks 38 ¼ inch in width and greater. 39 40 Cleaning: Ensure that cracks are thoroughly clean, dry and free of all 41 loose and foreign material when filling with crack sealant material. Use a 42 hot compressed air lance to dry and warm the pavement surfaces within 43 the crack immediately prior to filling a crack with the sealant material. Do 44 not overheat pavement. Do not use direct flame dryers. Routing cracks is 45 not required. 46 47 Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly 48 mix the components and pour the mixture into the cracks until full. Add 49 additional CSS-1 cationic emulsified asphalt to the sand slurry as needed 50 for workability to ensure the mixture will completely fill the crack. Strike 51 off the sand slurry flush with the existing pavement surface and allow the

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 23

1 mixture to cure. Top off cracks that were not completely filled with 2 additional sand slurry. Do not place the HMA overlay until the slurry has 3 fully cured. 4 5 Hot Poured Sealant: For cracks that are to be filled with hot poured 6 sealant, apply the material in accordance with these requirements and 7 the manufacturer's recommendations. Furnish a Type 1 Working Drawing 8 of the manufacturer's product information and recommendations to the 9 Engineer prior to the start of work, including the manufacturer’s 10 recommended heating time and temperatures, allowable storage time 11 and temperatures after initial heating, allowable reheating criteria, and 12 application temperature range. Confine hot poured sealant material 13 within the crack. Clean any overflow of sealant from the pavement 14 surface. If, in the opinion of the Engineer, the Contractor’s method of 15 sealing the cracks with hot poured sealant results in an excessive amount 16 of material on the pavement surface, stop and correct the operation to 17 eliminate the excess material. 18 19 5-04.3(4)A2 Crack Sealing Areas Prior to Paving 20 In areas where HMA will be placed, use sand slurry to fill the cracks. 21 22 5-04.3(4)A3 Crack Sealing Areas Not to be Paved 23 In areas where HMA will not be placed, fill the cracks as follows: 24 25 1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 26 27 2. Cracks greater than 1 inch in width – fill with sand slurry. 28 29 5-04.3(4)B Soil Residual Herbicide 30 Where shown in the Plans, apply one application of an approved soil residual 31 herbicide. Comply with Section 8-02.3(3)B. Complete paving within 48 hours 32 of applying the herbicide. 33 34 Use herbicide registered with the Washington State Department of Agriculture 35 for use under pavement. Before use, obtain the Engineer’s approval of the 36 herbicide and the proposed rate of application. Include the following 37 information in the request for approval of the material: 38 39 1. Brand Name of the Material, 40 41 2. Manufacturer, 42 43 3. Environmental Protection Agency (EPA) Registration Number, 44 45 4. Material Safety Data Sheet, and 46 47 5. Proposed Rate of Application. 48 49 5-04.3(4)C Pavement Repair 50 Excavate pavement repair areas and backfill these with HMA in accordance 51 with the details shown in the Plans and as staked. Conduct the excavation

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 24

1 operations in a manner that will protect the pavement that is to remain. Repair 2 pavement not designated to be removed that is damaged as a result of the 3 Contractor’s operations to the satisfaction of the Engineer at no cost to the 4 Contracting Agency. Excavate only within one lane at a time unless approved 5 otherwise by the Engineer. Do not excavate more area than can be 6 completely backfilled and compacted during the same shift. 7 8 Unless otherwise shown in the Plans or determined by the Engineer, excavate 9 to a depth of 1.0 feet. The Engineer will make the final determination of the 10 excavation depth required. 11 12 The minimum width of any pavement repair area shall be 40 inches unless 13 shown otherwise in the Plans. Before any excavation, sawcut the perimeter of 14 the pavement area to be removed unless the pavement in the pavement 15 repair area is to be removed by a pavement grinder. 16 17 Excavated materials shall be the property of the Contractor and shall be 18 disposed of in a Contractor-provided site off the Right of Way or used in 19 accordance with Sections 2-02.3(3) or 9-03.21. 20 21 Apply a heavy application of tack coat to all surfaces of existing pavement in 22 the pavement repair area, in accordance with Section 5-04.3(4). 23 24 Place the HMA backfill in lifts not to exceed 0.35-foot compacted depth. 25 Thoroughly compact each lift by a mechanical tamper or a roller. 26 27 5-04.3(5) Producing/Stockpiling Aggregates, RAP, & RAS 28 Produce aggregate in compliance with Section 3-01. Comply with Section 3- 29 02 for preparing stockpile sites, stockpiling, and removing from stockpile each 30 of the following: aggregates, RAP, and RAS. Provide sufficient storage space 31 for each size of aggregate, RAP and RAS. Fine aggregate or RAP may be 32 uniformly blended with the RAS as a method of preventing the agglomeration 33 of RAS particles. Remove the aggregates, RAP and RAS from stockpile(s) in 34 a manner that ensures minimal segregation when being moved to the HMA 35 plant for processing into the final mixture. Keep different aggregate sizes 36 separated until they have been delivered to the HMA plant. 37 38 5-04.3(5)A Stockpiling RAP or RAS for High RAP/Any RAS Mixes 39 Do not place any RAP or RAS into a stockpile which has been 40 sequestered for a High RAP/Any RAS mix design. Do not incorporate any 41 RAP or RAS into a High RAP/Any RAS mixture from any source other 42 than the stockpile which was sequestered for approval of that particular 43 High RAP/Any RAS mix design. 44 45 RAP that is used in a Low RAP/No RAS mix is not required to come from 46 a sequestered stockpile. 47 48 5-04.3(6) Mixing 49 The asphalt supplier shall introduce anti-stripping additive, in the amount 50 designated on the QPL for the mix design, into the asphalt binder prior to 51 shipment to the asphalt mixing plant.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 25

1 2 Anti-strip is not required for temporary work that will be removed prior to 3 Physical Completion. 4 5 Use asphalt binder of the grade, and from the supplier, in the approved mix 6 design. 7 8 Prior to introducing reclaimed materials into the asphalt plant, remove wire, 9 nails, and other foreign material. Discontinue use of the reclaimed material if 10 the Engineer, in their sole discretion, determines the wire, nails, or other 11 foreign material to be excessive. 12 13 Size RAP and RAS prior to entering the mixer to provide uniform and 14 thoroughly mixed HMA. If there is evidence of the RAP or RAS not breaking 15 down during the heating and mixing of the HMA, immediately suspend the use 16 of the RAP or RAS until changes have been approved by the Engineer. 17 18 After the required amount of mineral materials, RAP, RAS, new asphalt binder 19 and recycling agent have been introduced into the mixer, mix the HMA until 20 complete and uniform coating of the particles and thorough distribution of the 21 asphalt binder throughout the mineral materials, RAP and RAS is ensured. 22 23 Upon discharge from the mixer, ensure that the temperature of the HMA does 24 not exceed the optimum mixing temperature shown on the approved Mix 25 Design Report by more than 25°F, or as approved by the Engineer. When a 26 WMA additive is included in the manufacture of HMA, do not heat the WMA 27 additive (at any stage of production including in binder storage tanks) to a 28 temperature higher than the maximum recommended by the manufacturer of 29 the WMA additive. 30 31 A maximum water content of 2 percent in the mix, at discharge, will be 32 allowed providing the water causes no problems with handling, stripping, or 33 flushing. If the water in the HMA causes any of these problems, reduce the 34 moisture content. 35 36 During the daily operation, HMA may be temporarily held in approved storage 37 facilities. Do not incorporate HMA into the Work that has been held for more 38 than 24 hours after mixing. Provide an easily readable, low bin-level indicator 39 on the storage facility that indicates the amount of material in storage. Waste 40 the HMA in storage when the top level of HMA drops below the top of the 41 cone of the storage facility, except as the storage facility is being emptied at 42 the end of the working shift. Dispose of rejected or waste HMA at no expense 43 to the Contracting Agency. 44 45 5-04.3(7) Spreading and Finishing 46 Do not exceed the maximum nominal compacted depth of any layer in any 47 course, as shown in Table 6, unless approved by the Engineer: 48 Table 6 Maximum Nominal Compacted Depth of Any Layer

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 26

Other than Wearing HMA Class Wearing Course Course 1 inch 0.35 feet 0.35 feet ¾ and ½ inch 0.30 feet 0.35 feet 3 ⁄8 inch 0.15 feet 0.15 feet 1 2 Use HMA pavers complying with Section 5-04.3(3) to distribute the mix. On 3 areas where irregularities or unavoidable obstacles make the use of 4 mechanical spreading and finishing equipment impractical, the paving may be 5 done with other equipment or by hand. 6 7 When more than one JMF is being utilized to produce HMA, place the 8 material produced for each JMF with separate spreading and compacting 9 equipment. Do not intermingle HMA produced from more than one JMF. Each 10 strip of HMA placed during a work shift shall conform to a single JMF 11 established for the class of HMA specified unless there is a need to make an 12 adjustment in the JMF. 13 14 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA 15 Sample aggregate for meeting the requirements of Section 3-04 prior to being 16 incorporated into HMA. (The acceptance data generated for the Section 3-04 17 acceptance analysis will not be commingled with the acceptance data 18 generated for the Section 5-04.3(9) acceptance analysis.) Aggregate 19 acceptance samples shall be taken as described in Section 3-04. Aggregate 20 acceptance testing will be performed by the Contracting Agency. Aggregate 21 contributed from RAP and/or RAS will not be evaluated under Section 3-04. 22 23 For aggregate that will be used in HMA mixture which will be accepted by 24 Statistical Evaluation, the Contracting Agency’s acceptance of the aggregate 25 will be based on: 26 27 1. Samples taken prior to mixing with asphalt binder, RAP, or RAS; 28 29 2. Testing for the materials properties of fracture, uncompacted void 30 content, and sand equivalent; 31 32 3. Evaluation by the Contracting Agency in accordance with Section 3- 33 04, including price adjustments as described therein. 34 35 For aggregate that will be used in HMA which will be accepted by Visual 36 Evaluation, evaluation in accordance with items 1, 2, and 3 above is at the 37 discretion of the Engineer. 38 39 5-04.3(9) HMA Mixture Acceptance 40 The Contracting Agency will evaluate HMA mixture for acceptance by one of 41 two methods as determined from the criteria in Table 7. 42 Table 7 Basis of Acceptance for HMA Mixture Visual Evaluation Statistical Evaluation

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 27

 Commercial HMA  All HMA mixture placed at any other than that location accepted by Visual  Any HMA placed in: Evaluation o sidewalks o road approaches ditches Criteria o slopes for o paths Selecting o trails the o gores Evaluation o prelevel Method o o temporary pavement1 o pavement repair  Other nonstructural applications of HMA as approved by the Engineer 1 Temporary pavement is HMA that will be removed before Physical Completion of the Contract. 1 2 5-04.3(9)A Test Sections 3 This Section applies to HMA mixture accepted by Statistical Evaluation. A 4 test section is not allowed for HMA accepted by Visual Evaluation. 5 6 The purpose of a test section is to determine whether or not the 7 Contractor’s mix design and production processes will produce HMA 8 meeting the Contract requirements related to mixture. Construct HMA 9 mixture test sections at the beginning of paving, using at least 600 tons 10 and a maximum of 1,000 tons or as specified by the Engineer. Each test 11 section shall be constructed in one continuous operation. 12 13 5-04.3(9)A1 Test Section – When Required, When to Stop 14 Use Tables 8 and 9 to determine when a test section is required, 15 optional, or not allowed, and to determine when performing test 16 sections may end. Each mix design will be evaluated independently 17 for the test section requirements. If more than one test section is 18 required, each test section shall be evaluated separately by the 19 criteria in table 8 and 9. 20 Table 8 Criteria for Conducting and Evaluating HMA Mixture Test Sections (For HMA Mixture Accepted by Statistical Evaluation) High RAP/Any Low RAP/No

RAS RAS Is Mixture Test At Contractor’s Section Optional or Mandatory1 Option Mandatory?

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 28

Waiting period after paving the test 4 calendar days2 4 calendar days2 section. Meet “Results Provide samples Required to Stop and respond to What Must Happen Performing Test WSDOT test to Stop Performing Sections” in Table 9 results required by Test Sections? for High RAP/Any Table 9 for Low RAS. RAP/No RAS. 1If a mix design has produced an acceptable test section on a previous contract (paved in the same calendar year, from the same plant, using the same JMF) the test section may be waived if approved by the Engineer. 2This is to provide time needed by the Contracting Agency to complete testing and the Contractor to adjust the mixture in response to those test results. Paving may resume when this is done.

1 Table 9 Results Required to Stop Performing HMA Mixture Test Sections1 (For HMA Mixture Accepted by Statistical Evaluation) Type of HMA Test Property Low RAP/No High RAP/Any RAS RAS Minimum PFi of 0.95 based on the criteria Gradation None4 in Section 5- 04.3(9)B42 Minimum PFi of 0.95 based on the criteria Asphalt Binder None4 in Section 5- 04.3(9)B42 Minimum PFi of 0.95 based on the criteria V None4 a in Section 5- 04.3(9)B42 Hamburg Wheel These tests will Meet requirements Track not be done as of Section 9- Indirect Tensile part of Test 03.8(2).3 Strength Section. Nonstatistical Aggregates Evaluation in Sand Equivalent accordance with the Uncompacted Void None3 requirements of Content Section 3-043 Fracture

1In addition to the requirements of this table, acceptance of the HMA mixture used in each test section is subject to the

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 29

acceptance criteria and price adjustments for Statistical Evaluation (see Table 9a). 2Divide the test section lot into three sublots, approximately equal in size. Take one sample from each sublot, and test each sample for the property in the first column. 3Take one sample for each test section lot. Test the sample for the properties in the first column. 4Divide the test section lot into three sublots, approximately equal in size. Take one sample from each sublot, and test each sample for the property in the first column. There are no criteria for discontinuing test sections for these mixes; however, the contractor must comply with Section 5-04.3(11)F before resuming paving. 1 2 5-04.3(9)A2 Test Section – Evaluating the HMA Mixture in a Test 3 Section 4 The Engineer will evaluate the HMA mixture in each test section for 5 rejection, acceptance, and price adjustments based on the criteria in 6 Table 9a using the data generated from the testing required by Table 7 9. Each test section shall be considered a separate lot. 8 Table 9a Acceptance Criteria for HMA Mixture Placed in a Test Section (For HMA Mixture Accepted by Statistical Evaluation) Type of HMA Test Property High RAP/Any Low RAP/No RAS RAS Gradation Statistical Statistical Asphalt Binder Evaluation Evaluation Va Hamburg Wheel Pass/Fail for the Track requirements of N/A Indirect Tensile Section 9-03.8(2)1 Strength Nonstatistical Nonstatistical HMA Aggregate Evaluation in Evaluation in Sand Equivalent accordance with the accordance with Uncompacted Void requirements of the requirements Content Section 3-04 of Section 3-04 1Failure to meet the specifications for Hamburg and/or IDT will cause the mixture in the test section to be rejected. Refer to Section 5-04.3(11). 9 10 5-04.3(9)B Mixture Acceptance – Statistical Evaluation 11 5-04.3(9)B1 Mixture Statistical Evaluation – Lots and Sublots 12 HMA mixture which is accepted by Statistical Evaluation will be 13 evaluated by the Contracting Agency dividing that HMA tonnage into 14 mixture lots, and each mixture lot will be evaluated using stratified 15 random sampling by the Contracting Agency sub-dividing each

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 30

1 mixture lot into mixture sublots. All mixture in a mixture lot shall be of 2 the same mix design. The mixture sublots will be numbered in the 3 order in which the mixture (of a particular mix design) is paved. 4 5 Each mixture lot comprises a maximum of 15 mixture sublots, 6 except: 7 8 • The final mixture lot of each mix design on the Contract will 9 comprise a maximum of 25 sublots. 10 • A mixture lot for a test section will consist of three sublots. 11 12 Each mixture sublot shall be approximately uniform in size with the 13 maximum mixture sublot size as specified in Table 10. The quantity 14 of material represented by the final mixture sublot of the project, for 15 each mix design on the project, may be increased to a maximum of 16 two times the mixture sublot quantity calculated. 17 Table 10 Maximum HMA Mixture Sublot Size For HMA Accepted by Statistical Evaluation HMA Original Plan Maximum Sublot Size (tons)2 Quantity (tons)1 < 20,000 1,000 20,000 to 30,000 1,500 >30,000 2,000 1 “Plan quantity” means the plan quantity of all HMA of the same class and binder grade which is accepted by Statistical Evaluation. 2 The maximum sublot size for each combination of HMA class and binder grade shall be calculated separately. 18 19 • For a mixture lot in progress with a mixture CPF less than 20 0.75, a new mixture lot will begin at the Contractor’s 21 request after the Engineer is satisfied that material 22 conforming to the Specifications can be produced. See 23 also Section 5-04.3(11)F. 24 25 • If, before completing a mixture lot, the Contractor requests 26 a change to the JMF which is approved by the Engineer, 27 the mixture produced in that lot after the approved change 28 will be evaluated on the basis of the changed JMF, and the 29 mixture produced in that lot before the approved change 30 will be evaluated on the basis of the unchanged JMF; 31 however, the mixture before and after the change will be 32 evaluated in the same lot. Acceptance of subsequent 33 mixture lots will be evaluated on the basis of the changed 34 JMF. 35 36 5-04.3(9)B2 Mixture Statistical Evaluation – Sampling 37 Comply with Section 1-06.2(1).

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 31

1 2 Samples of HMA mixture which is accepted by Statistical Evaluation 3 will be randomly selected from within each sublot, with one sample 4 per sublot. The Engineer will determine the random sample location 5 using WSDOT Test Method T 716. The Contractor shall obtain the 6 sample when ordered by the Engineer. The Contractor shall sample 7 the HMA mixture in the presence of the Engineer and in accordance 8 with FOP for WAQTC T 168. 9 10 5-04.3(9)B3 Mixture Statistical Evaluation – Acceptance Testing 11 Comply with Section 1-06.2(1). 12 13 The Contracting Agency will test the mixture sample from each 14 sublot (including sublots in a test section) for the properties shown in 15 Table 11. 16 Table 11 Testing Required for each HMA Mixture Sublot Performed Test Procedure by Va WSDOT SOP Engineer 731 Asphalt Binder Content FOP for Engineer AASHTO T 308 Gradation: Percent FOP for Engineer Passing WAQTC 1½″, 1″, ¾″, ½″, ⅜″, No. 4, T 27/T 11 No. 8, No. 200 17 18 The mixture samples and tests taken for the purpose of determining 19 acceptance of the test section (as described in Section 5-04.3(9)A) 20 shall also be used as the test results for acceptance of the mixture 21 described in 5-04.3(9)B3, 5-04.3(9)B4, 5-04.3(9)B5, and 5- 22 04.3(9)B6. 23 24 5-04.3(9)B4 Mixture Statistical Evaluation – Pay Factors 25 Comply with Section 1-06.2(2). 26 27 The Contracting Agency will determine a pay factor (PFi) for each of 28 the properties in Table 11, for each mixture lot, using the quality level 29 analysis in Section 1-06.2(2)D. For Gradation, a pay factor will be 30 calculated for each of the sieve sizes listed in Table 11 which is 31 equal to or smaller than the maximum allowable aggregate size (100 32 percent passing sieve) of the HMA mixture. The USL and LSL shall 33 be calculated using the Job Mix Formula Tolerances (for Statistical 34 Evaluation) in Section 9-03.8(7). 35 36 If a constituent is not measured in accordance with these 37 Specifications, its individual pay factor will be considered 1.00 in 38 calculating the Composite Pay Factor (CPF).

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 32

1 2 5-04.3(9)B5 Mixture Statistical Evaluation – Composite Pay 3 Factors (CPF) 4 Comply with Section 1-06.2(2). 5 6 In accordance with Section 1-06.2(2)D4, the Contracting Agency will 7 determine a Composite Pay Factor (CPF) for each mixture lot from 8 the pay factors calculated in Section 5-04.3(9)B4, using the price 9 adjustment factors in Table 12. Unless otherwise specified, the 10 maximum CPF for HMA mixture shall be 1.05. 11 Table 12 HMA Mixture Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½″, 1″, ¾″, 2 ½″, ⅜″ and No.4 sieves All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) 20 12 13 5-04.3(9)B6 Mixture Statistical Evaluation – Price Adjustments 14 For each HMA mixture lot, a Job Mix Compliance Price Adjustment 15 will be determined and applied, as follows: 16 17 JMCPA = [0.60 x (CPF – 1.00)] x Q x UP 18 19 Where 20 21 JMCPA = Job Mix Compliance Price Adjustment for a given lot 22 of mixture ($) 23 CPF = Composite Pay factor for a given lot of mixture 24 (maximum is 1.05) 25 Q = Quantity in a given lot of mixture (tons) 26 UP = Unit price of the HMA in a given lot of mixture ($/ton) 27 28 5-04.3(9)B7 Mixture Statistical Evaluation – Retests 29 The Contractor may request that a mixture sublot be retested. To 30 request a retest, submit a written request to the Contracting Agency 31 within 7 calendar days after the specific test results have been 32 posted to the website or emailed to the Contractor, whichever occurs 33 first. The Contracting Agency will send a split of the original 34 acceptance sample for testing by the Contracting Agency to either 35 the Region Materials Laboratory or the State Materials Laboratory as 36 determined by the Engineer. The Contracting Agency will not test the 37 split of the sample with the same equipment or by the same tester 38 that ran the original acceptance test. The sample will be tested for a 39 complete gradation analysis, asphalt binder content, and Va, and the 40 results of the retest will be used for the acceptance of the HMA 41 mixture in place of the original mixture sublot sample test results.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 33

1 The cost of testing will be deducted from any monies due or that may 2 come due the Contractor under the Contract at the rate of $250 per 3 sample. 4 5 5-04.3(9)C Vacant 6 7 5-04.3(9)D Mixture Acceptance – Visual Evaluation 8 Visual Evaluation of HMA mixture will be by visual inspection by the 9 Engineer or, in the sole discretion of the Engineer, the Engineer may 10 sample and test the mixture. 11 12 5-04.3(9)D1 Mixture Visual Evaluation – Lots, Sampling, Testing, 13 Price Adjustments 14 HMA mixture accepted by Visual Evaluation will not be broken into 15 lots unless the Engineer determines that testing is required. When 16 that occurs, the Engineer will identify the limits of the questionable 17 HMA mixture, and that questionable HMA mixture shall constitute a 18 lot. Then, the Contractor will take samples from the truck, or the 19 Engineer will take core samples from the roadway at a minimum of 20 three random locations from within the lot, selected in accordance 21 with WSDOT Test Method T 716, taken from the roadway in 22 accordance with WSDOT SOP 734, and tested in accordance with 23 WSDOT SOP 737. The Engineer will test one of the samples for all 24 constituents in Section 5-04.3(9)B3. If all constituents from that test 25 fall within the Job Mix Formula Tolerances (for Visual Evaluation) in 26 Section 9-03.8(7), the lot will be accepted at the unit Contract price 27 with no further evaluation. 28 29 When one or more constituents fall outside those tolerance limits, the 30 other samples will be tested for all constituents in Section 5- 31 04.3(9)B3, and a Job Mix Compliance Price Adjustment will be 32 calculated in accordance with Table 13. 33 Table 13 Visual Evaluation – Out of Tolerance Procedures Comply with the Following Pay Factors1 Section 5-04.3(9)B4 Composite Pay Factors2 Section 5-04.3(9)B5 Price Adjustments Section 5-04.3(9)B6 1The Visual Evaluation tolerance limits in Section 9-03.8(7) will be used in the calculation of the PFi. 2The maximum CPF shall be 1.00. 34 35 5-04.3(9)E Mixture Acceptance – Notification of Acceptance Test 36 Results 37 The results of all mixture acceptance testing and the Composite Pay 38 Factor (CPF) of the lot after three sublots have been tested will be 39 available to the Contractor through The Contracting Agency’s website. 40

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 34

1 The Contracting Agency will endeavor to provide written notification (via 2 email to the Contractor’s designee) of acceptance test results through its 3 web-based materials testing system Statistical Analysis of Materials 4 (SAM) within 24 hours of the sample being made available to the 5 Contracting Agency. However, the Contractor agrees: 6 7 1. Quality control, defined as the system used by the Contractor to 8 monitor, assess, and adjust its production processes to ensure 9 that the final HMA mixture will meet the specified level of quality, 10 is the sole responsibility of the Contractor. 11 12 2. The Contractor has no right to rely on any testing performed by 13 the Contracting Agency, nor does the Contractor have any right 14 to rely on timely notification by the Contracting Agency of the 15 Contracting Agency’s test results (or statistical analysis thereof), 16 for any part of quality control and/or for making changes or 17 correction to any aspect of the HMA mixture. 18 19 3. The Contractor shall make no claim for untimely notification by 20 the Contracting Agency of the Contracting Agency’s test results 21 or statistical analysis. 22 23 5-04.3(10) HMA Compaction Acceptance 24 For all HMA, the Contractor shall comply with the General Compaction 25 Requirements in Section 5-04.3(10)A. The Contracting Agency will evaluate 26 all HMA for compaction compliance with one of the following - Statistical 27 Evaluation, Visual Evaluation, or Test Point Evaluation - determined by the 28 criteria in Table 14: 29 Table 14 Criteria for Determining Method of Evaluation for HMA Compaction1 Test Point Statistical Evaluation Visual Evaluation of Evaluation of HMA of HMA Compaction is HMA Compaction is Compaction is Required For: Required For: Required For:

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 35

 Any HMA for which  “HMA for  Any HMA not the specified course Preleveling…” meeting the thickness is greater  “HMA for criteria for than 0.10 feet, and Pavement Statistical the HMA is in: Repair…” Evaluation or o traffic lanes, Visual Evaluation including but not limited to:  ramp lanes  truck climbing lanes  weaving lanes  speed change lanes 1This table applies to all HMA, and shall be the sole basis for determining the acceptance method for compaction. 1 2 The Contracting Agency may, at its sole discretion, evaluate any HMA for 3 compliance with the Cyclic Density requirements of Section 5-04.3(10)B. 4 5 5-04.3(10)A HMA Compaction – General Compaction Requirements 6 Immediately after the HMA has been spread and struck off, and after 7 surface irregularities have been adjusted, thoroughly and uniformly 8 compact the mix. The completed course shall be free from ridges, ruts, 9 humps, depressions, objectionable marks, and irregularities and shall 10 conform to the line, grade, and cross-section shown in the Plans. If 11 necessary, alter the JMF in accordance with Section 9-03.8(7) to achieve 12 desired results. 13 14 Compact the mix when it is in the proper condition so that no undue 15 displacement, cracking, or shoving occurs. Compact areas inaccessible 16 to large compaction equipment by mechanical or hand tampers. Remove 17 HMA that becomes loose, broken, contaminated, shows an excess or 18 deficiency of asphalt, or is in any way defective. Replace the removed 19 material with new HMA, and compact it immediately to conform to the 20 surrounding area. 21 22 The type of rollers to be used and their relative position in the compaction 23 sequence shall generally be the Contractor’s option, provided the 24 specified densities are attained. An exception shall be that pneumatic 25 tired rollers shall be used for compaction of the wearing course beginning 26 October 1st of any year through March 31st of the following year. 27 Coverage with a steel wheel roller may precede pneumatic tired rolling. 28 Unless otherwise approved by the Engineer, operate rollers in the static 29 mode when the internal temperature of the mix is less than 175°F. 30 Regardless of mix temperature, do not operate a roller in a mode that 31 results in checking or cracking of the mat. 32

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 36

1 On bridge decks and on the five feet of roadway approach immediately 2 adjacent to the end of bridge/back of pavement seat, operate rollers in 3 static mode only. 4 5 5-04.3(10)B HMA Compaction – Cyclic Density 6 Low cyclic density areas are defined as spots or streaks in the pavement 7 that are less than 90 percent of the theoretical maximum density. At the 8 Engineer’s discretion, the Engineer may evaluate the HMA pavement for 9 low cyclic density, and when doing so will follow WSDOT SOP 733. A 10 $500 Cyclic Density Price Adjustment will be assessed for any 500-foot 11 section with two or more density readings below 90 percent of the 12 theoretical maximum density. 13 14 5-04.3(10)C HMA Compaction Acceptance – Statistical Evaluation 15 HMA compaction which is accepted by Statistical Evaluation will be 16 based on acceptance testing performed by the Contracting Agency, and 17 statistical analysis of those acceptance tests results. This will result in a 18 Compaction Price Adjustment. 19 20 5-04.3(10)C1 HMA Compaction Statistical Evaluation – Lots and 21 Sublots 22 HMA compaction which is accepted by Statistical Evaluation will be 23 evaluated by the Contracting Agency dividing the project into 24 compaction lots, and each compaction lot will be evaluated using 25 stratified random sampling by the Contracting Agency sub-dividing 26 each compaction lot into compaction sublots. All mixture in any 27 individual compaction lot shall be of the same mix design. The 28 compaction sublots will be numbered in the order in which the 29 mixture (of a particular mix design) is paved. 30 31 Each compaction lot comprises a maximum of 15 compaction 32 sublots, except for the final compaction lot of each mix design on the 33 Contract, which comprises a maximum of 25 sublots. 34 35 Each compaction sublot shall be uniform in size as shown in Table 36 15, except that the last compaction sublot of each day may be 37 increased to a maximum of two times the compaction sublot quantity 38 calculated. Minor variations in the size of any sublot shall not be 39 cause to invalidate the associated test result. 40 Table 15 HMA Compaction Sublot Size HMA Original Plan Quantity Compaction Sublot Size (tons)1 (tons) <20,000 100 20,000 to 30,000 150 >30,000 200 1 In determining the plan quantity tonnage, do not include any tons accepted by test point evaluation. 41

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 37

1 The following will cause one compaction lot to end prematurely and a 2 new compaction lot to begin: 3 4 • For a compaction lot in progress with a compaction CPF 5 less than 0.75, a new compaction lot will begin at the 6 Contractor’s request after the Engineer is satisfied that 7 material conforming to the Specifications can be produced. 8 See also Section 5-04.3(11)F. 9 10 All HMA which is paved on a bridge and accepted for compaction by 11 Statistical Evaluation will compose a bridge compaction lot. If the 12 contract includes such HMA on more than one bridge, compaction 13 will be evaluated on each bridge individually, as separate bridge 14 compaction lots. 15 16 Bridge compaction sublots will be determined by the Engineer 17 subject to the following: 18 19 • All sublots on a given bridge will be approximately the same 20 size. 21 22 • Sublots will be stratified from the lot. 23 24 • In no case will there be less than 3 sublots in each bridge 25 compaction lot. 26 27 • No sublot will exceed 50 tons. 28 29 • Compaction test locations will be determined by the 30 Engineer in accordance with WSDOT FOP for AASHTO 31 T716. 32 33 5-04.3(10)C2 HMA Compaction Statistical Evaluation – 34 Acceptance Testing 35 Comply with Section 1-06.2(1). 36 37 The location of HMA compaction acceptance tests will be randomly 38 selected by the Contracting Agency from within each sublot, with one 39 test per sublot. The Contracting Agency will determine the random 40 sample location using WSDOT Test Method T 716. 41 42 Use Table 16 to determine compaction acceptance test procedures 43 and to allocate compaction acceptance sampling and testing 44 responsibilities between the Contractor and the Contracting Agency. 45 HMA cores shall be taken or nuclear density testing shall occur after 46 completion of the finish rolling, prior to opening to traffic, and on the 47 same day that the mix is placed. 48 Table 16

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 38

HMA Compaction Acceptance Testing Procedures and Responsibilities When Contract Includes Bid When Contract Does Not Item “HMA Core Include Bid Item “HMA Core –

– Roadway” or Roadway” or “HMA Core – “HMA Core – Bridge”4 Bridge”4 Nuclear Basis for Test: Cores Cores3 Density Gauge3 Contracting Contractor shall Agency will take take cores1 cores1 using using WSDOT WSDOT SOP Contracting SOP 7342 In-Place 734 Agency, using Contracting Density Contracting WSDOT FOP Agency will Determined by: Agency will for AASHTO determine core determine core T 355 density using density using FOP for FOP for AASHTO T 166 AASHTO T 166 Theoretical Maximum Contracting Agency, using FOP for AASHTO T 209 Density Determined by: Rolling Average of Theoretical Contracting Agency, using WSDOT SOP 729 Maximum Densities Determined by: Contracting Percent Contracting Contracting Agency, using Compaction in Agency, using Agency, using WSDOT FOP Each Sublot WSDOT SOP WSDOT SOP for AASHTO Determined by: 736 736 T 355 1The core diameter shall be 4-inches unless otherwise approved by the Engineer. 2The Contractor shall take the core samples in the presence of the Engineer, at locations designated by the Engineer, and deliver the core samples to the Contracting Agency. 3The Contracting Agency will determine, in its sole discretion, whether it will take cores or use the nuclear density gauge to determine in- place density. Exclusive reliance on cores for density acceptance is generally intended for small paving projects and is not intended as a replacement for nuclear gauge density testing on typical projects. 4The basis for test of all compaction sublots in a bridge compaction lot shall be cores. These cores shall be taken by the Contractor when the Proposal includes the bid item “HMA Cores – Bridge”. When

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 39

there is no bid item for “HMA Cores – Bridge”, the Engineer will be responsible for taking HMA cores for all compaction sublots in a bridge compaction lot. In either case, the Engineer will determine core location, in-place density of the core, theoretical maximum density, rolling average of theoretical maximum density, and percent compaction using the procedure called for in this Section. 1 2 When using the nuclear density gauge for acceptance testing of 3 pavement density, the Engineer will follow WSDOT SOP 730 for 4 correlating the nuclear gauge with HMA cores. When cores are 5 required for the correlation, coring and testing will be by the 6 Contracting Agency. When a core is taken for gauge correlation at 7 the location of a sublot, the relative density of the core will be used 8 for the sublot test result and is exempt from retesting. 9 10 5-04.3(10)C3 HMA Statistical Compaction – Price Adjustments 11 For each HMA compaction lot (that is accepted by Statistical 12 Evaluation) which has less than three compaction sublots, for which 13 all compaction sublots attain a minimum of 91 percent compaction 14 determined in accordance with WSDOT FOP for AASHTO T 355 (or 15 WSDOT SOP 736 when provided by the Contract), the HMA will be 16 accepted at the unit Contract price with no further evaluation. 17 18 For each HMA compaction lot (that is accepted by Statistical 19 Evaluation) which does not meet the criteria in the preceding 20 paragraph, the compaction lot shall be evaluated in accordance with 21 Section 1-06.2(2) to determine the appropriate Compaction Price 22 Adjustment (CPA). All of the test results obtained from the 23 acceptance samples from a given compaction lot shall be evaluated 24 collectively. Additional testing by either a nuclear density gauge or 25 cores will be completed as required to provide a minimum of three 26 tests for evaluation. 27 28 For the statistical analysis in Section 1-06.2, use the following 29 values: 30 31 x = Percent compaction of each sublot 32 USL = 100 33 LSL= 91 34 35 Each CPA will be determined as follows: 36 37 CPA = [0.40 x (CPF – 1.00)] x Q x UP 38 39 Where 40 41 CPA = Compaction Price Adjustment for the compaction lot 42 ($) 43 CPF = Composite Pay Factor for the compaction lot 44 (maximum is 1.05) 45 Q = Quantity in the compaction lot (tons)

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 40

1 UP = Unit price of the HMA in the compaction lot ($/ton) 2 3 5-04.3(10)C4 HMA Statistical Compaction – Requests for 4 Retesting 5 For a compaction sublot that has been tested with a nuclear density 6 gauge that did not meet the minimum of 91 percent of the theoretical 7 maximum density in a compaction lot with a CPF below 1.00 and 8 thus subject to a price reduction or rejection, the Contractor may 9 request that a core, taken at the same location as the nuclear density 10 test, be used for determination of the relative density of the 11 compaction sublot. The relative density of the core will replace the 12 relative density determined by the nuclear density gauge for the 13 compaction sublot and will be used for calculation of the CPF and 14 acceptance of HMA compaction lot. When cores are taken by the 15 Contracting Agency at the request of the Contractor, they shall be 16 requested by noon of the next workday after the test results for the 17 compaction sublot have been provided or made available to the 18 Contractor. Traffic control shall be provided by the Contractor as 19 requested by the Engineer. Failure by the Contractor to provide the 20 requested traffic control will result in forfeiture of the request for 21 retesting. When the CPF for the compaction lot based on the results 22 of the cores is less than 1.00, the Contracting Agency will deduct the 23 cost for the coring from any monies due or that may become due the 24 Contractor under the Contract at the rate of $200 per core and the 25 Contractor shall pay for the cost of the traffic control. 26 27 5-04.3(10)D HMA Compaction – Visual Evaluation 28 Visual Evaluation will be the basis of acceptance for compaction of the 29 Bid items “HMA for Pavement Repair Cl. ___ PG ___”and “HMA for 30 Prelevelling Class___ PG___”. This HMA shall be thoroughly compacted 31 to the satisfaction of the Engineer. HMA that is used to prelevel wheel 32 ruts shall be compacted with a pneumatic tire roller. 33 34 5-04.3(10)E HMA Compaction – Test Point Evaluation 35 When compaction acceptance is by Test Point Evaluation, compact HMA 36 based on a test point evaluation of the compaction train. Perform the test 37 point evaluation in accordance with instructions from the Engineer. The 38 number of passes with an approved compaction train, required to attain 39 the maximum test point density, shall be used on all subsequent paving. 40 41 5-04.3(10)F HMA Compaction Acceptance – Notification of 42 Acceptance Test Results 43 The obligations and responsibilities for notifying the Contractor of 44 compaction acceptance test results are the same as for mixture 45 acceptance test results. See Section 5-04.3(9)E. 46 47 5-04.3(11) Reject Work 48 This Section applies to HMA and all requirements related to HMA (except 49 aggregates prior to being incorporated into HMA). For rejection of aggregate 50 prior to its incorporation into HMA refer to Section 3-04. 51

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 41

1 5-04.3(11)A Reject Work – General 2 Work that is defective or does not conform to Contract requirements shall 3 be rejected. The Contractor may propose, in writing, alternatives to 4 removal and replacement of rejected material. Acceptability of such 5 alternative proposals will be determined at the sole discretion of the 6 Engineer. 7 8 5-04.3(11)B Rejection by Contractor 9 The Contractor may, prior to acceptance sampling and testing, elect to 10 remove any defective material and replace it with new material. Any such 11 new material will be sampled, tested, and evaluated for acceptance. 12 13 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) 14 The Engineer may, without sampling, reject any batch, load, or section of 15 Roadway that appears defective. Material rejected before placement shall 16 not be incorporated into the pavement. 17 18 No payment will be made for the rejected materials or the removal of the 19 materials unless the Contractor requests the rejected material to be 20 tested. If the Contractor requests testing, acceptance will be by Statistical 21 Evaluation, and a minimum of three samples will be obtained and tested. 22 When uncompacted material is required for testing but not available, the 23 Engineer will determine random sample locations on the roadway in 24 accordance with WSDOT Test Method T 716, take cores in accordance 25 with WSDOT SOP 734, and test the cores in accordance with WSDOT 26 SOP 737. 27 28 If the CPF for the rejected material is less than 0.75, no payment will be 29 made for the rejected material; in addition, the cost of sampling and 30 testing shall be borne by the Contractor. If the CPF is greater than or 31 equal to 0.75, the cost of sampling and testing will be borne by the 32 Contracting Agency. If the material is rejected before placement and the 33 CPF is greater than or equal to 0.75, compensation for the rejected 34 material will be at a CPF of 0.75. If rejection occurs after placement and 35 the CPF is greater than or equal to 0.75, compensation for the rejected 36 material will be at the calculated CPF with an addition of 25 percent of the 37 unit Contract price added for the cost of removal and disposal. 38 39 5-04.3(11)D Rejection – A Partial Sublot (Mixture or Compaction) 40 In addition to the random acceptance sampling and testing, the Engineer 41 may also isolate from a mixture or compaction sublot any material that is 42 suspected of being defective in relative density, gradation or asphalt 43 binder content. Such isolated material will not include an original sample 44 location. The Contracting Agency will obtain a minimum of three random 45 samples of the suspect material and perform the testing. When 46 uncompacted material is required for testing but is not available, the 47 Engineer will select random sample locations on the roadway in 48 accordance with WSDOT Test Method T 716, take cores samples in 49 accordance with WSDOT SOP 734, and test the material in accordance 50 with WSDOT SOP 737. The material will then be statistically evaluated as 51 an independent lot in accordance with Section 1-06.2(2).

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 42

1 2 5-04.3(11)E Rejection – An Entire Sublot (Mixture or Compaction) 3 An entire mixture or compaction sublot that is suspected of being 4 defective may be rejected. When this occurs, a minimum of two additional 5 random samples from this sublot will be obtained. When uncompacted 6 material is required for the additional samples but the material has been 7 compacted, the Contracting Agency will take and test cores from the 8 roadway as described in Section 5-04.3(11)D. The additional samples 9 and the original sublot will be evaluated as an independent lot in 10 accordance with Section 1-06.2(2). 11 12 5-04.3(11)F Rejection - A Lot in Progress (Mixture or Compaction) 13 The Contractor shall shut down operations and shall not resume HMA 14 placement until such time as the Engineer is satisfied that material 15 conforming to the Specifications can be produced when: 16 17 1. the Composite Pay Factor (CPF) of a mixture or compaction lot 18 in progress drops below 1.00 and the Contractor is taking no 19 corrective action, or 20 21 2. the Pay Factor (PFi) for any constituent of a mixture or 22 compaction lot in progress drops below 0.95 and the Contractor 23 is taking no corrective action, or 24 25 3. either the PFi for any constituent (or the CPF) of a mixture or 26 compaction lot in progress is less than 0.75. 27 28 5-04.3(11)G Rejection – An Entire Lot (Mixture or Compaction) 29 An entire lot with a CPF of less than 0.75 will be rejected. 30 31 5-04.3(12) Joints 32 5-04.3(12)A HMA Joints 33 5-04.3(12)A1 Transverse Joints 34 Conduct operations such that placement of the top or wearing course 35 is a continuous operation or as close to continuous as possible. 36 Unscheduled transverse joints will be allowed, but the roller may 37 pass over the unprotected end of the freshly laid HMA only when the 38 placement of the course is discontinued for such a length of time that 39 the HMA will cool below compaction temperature. When the Work is 40 resumed, cut back the previously compacted HMA to produce a 41 slightly beveled edge for the full thickness of the course. 42 43 Construct a temporary wedge of HMA on a 50H:1V where a 44 transverse joint as a result of paving or planing is open to traffic. 45 Separate the HMA in the temporary wedge from the permanent HMA 46 upon which it is placed by strips of heavy wrapping paper or other 47 methods approved by the Engineer. Remove the wrapping paper 48 and trim the joint to a slightly beveled edge for the full thickness of 49 the course prior to resumption of paving. 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 43

1 Waste the material that is cut away and place new HMA against the 2 cut. Use rollers or tamping irons to seal the joint. 3 4 5-04.3(12)A2 Longitudinal Joints 5 Offset the longitudinal joint in any one course from the course 6 immediately below by not more than 6 inches nor less than 2 inches. 7 Locate all longitudinal joints constructed in the wearing course at a 8 lane line or an edge line of the Traveled Way. Construct a notched 9 wedge joint along all longitudinal joints in the wearing surface of new 10 HMA unless otherwise approved by the Engineer. The notched 11 wedge joint shall have a vertical edge of not less than the maximum 12 aggregate size nor more than ½ of the compacted lift thickness, and 13 then taper down on a slope not steeper than 4H:1V. Uniformly 14 compact the sloped portion of the HMA notched wedge joint. 15 16 On one-lane ramps a longitudinal joint may be constructed at the 17 center of the traffic lane, subject to approval by the Engineer, if: 18 19 1. The ramp must remain open to traffic, or 20 21 2. The ramp is closed to traffic and a hot-lap joint is 22 constructed. 23 24 a. Two paving machines shall be used to construct the 25 hot-lap joint. 26 27 b. The pavement within 6 inches of the hot-lap joint will 28 not be excluded from random location selection for 29 compaction testing. 30 31 c. Construction equipment other than rollers shall not 32 operate on any uncompacted HMA. 33 34 When HMA is placed adjacent to cement concrete pavement, 35 construct longitudinal joints between the HMA and the cement 36 concrete pavement. Saw the joint to the dimensions shown on 37 Standard Plan A-40.10 and fill with joint sealant meeting the 38 requirements of Section 9-04.2. 39 40 5-04.3(12)B Bridge Paving Joint Seals 41 5-04.3(12)B1 HMA Sawcut and Seal 42 Prior to placing HMA on the bridge deck, establish sawcut alignment 43 points at both ends of the bridge paving joint sealsto be placed at the 44 bridge ends, and at interior joints within the bridge deck when and 45 where shown in the Plans. Establish the sawcut alignment points in 46 a manner that they remain functional for use in aligning the sawcut 47 after placing the HMA overlay. 48 49 Submit a Type 1 Working Drawing consisting of the sealant 50 manufacturer’s application procedure. 51

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 44

1 Construct the bridge paving joint seal as specified in the Plans and in 2 accordance with the detail shown in the Standard Plans. Construct 3 the sawcut in accordance with Section 5-05.3(8). Apply the sealant 4 in accordance with Section 5-05.3(8)B and the manufacturer’s 5 application procedure. 6 7 5-04.3(12)B2 Paved Panel Joint Seal 8 Construct the paved panel joint seal in accordance with the 9 requirements specified in Section 5-04.3(12)B1 and the following 10 requirement: 11 12 1. Clean and seal the existing joint between concrete panels 13 in accordance with Section 5-01.3(8) and the details shown 14 in the Standard Plans. 15 16 5-04.3(13) Surface Smoothness 17 The completed surface of all courses shall be of uniform texture, smooth, 18 uniform as to crown and grade, and free from defects of all kinds. The 19 completed surface of the wearing course shall not vary more than ⅛ inch from 20 the lower edge of a 10-foot straightedge placed on the surface parallel to the 21 centerline. The transverse slope of the completed surface of the wearing 22 course shall vary not more than ¼ inch in 10 feet from the rate of transverse 23 slope shown in the Plans. 24 25 When deviations in excess of the above tolerances are found that result from 26 a high place in the HMA, correct the pavement surface by one of the 27 following methods: 28 29 1. Remove material from high places by grinding with an approved 30 grinding machine, or 31 32 2. Remove and replace the wearing course of HMA, or 33 34 3. By other method approved by the Engineer. 35 36 Correct defects until there are no deviations anywhere greater than the 37 allowable tolerances. 38 39 Deviations in excess of the above tolerances that result from a low place in 40 the HMA and deviations resulting from a high place where corrective action, in 41 the opinion of the Engineer, will not produce satisfactory results will be 42 accepted with a price adjustment. The Engineer shall deduct from monies due 43 or that may become due to the Contractor the sum of $500.00 for each and 44 every section of single traffic lane 100 feet in length in which any excessive 45 deviations described above are found. 46 47 When portland cement concrete pavement is to be placed on HMA, the 48 surface tolerance of the HMA shall be such that no surface elevation lies 49 above the Plan grade minus the specified Plan depth of portland cement 50 concrete pavement. Prior to placing the portland cement concrete pavement,

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 45

1 bring any such irregularities to the required tolerance by grinding or other 2 means approved by the Engineer. 3 4 When utility appurtenances such as manhole covers and valve boxes are 5 located in the Traveled Way, pave the Roadway before the utility 6 appurtenances are adjusted to the finished grade. 7 8 5-04.3(14) Planing Bituminous Pavement 9 Plane in such a manner that the underlying pavement is not torn, broken, or 10 otherwise damaged by the planing operation. Delamination or raveling of the 11 underlying pavement will not be construed as damage due to the Contractor’s 12 operations. Pavement outside the limits shown in the Plans or designated by 13 the Engineer that is damaged by the Contractor’s operations shall be repaired 14 to the satisfaction of the Engineer at no additional cost to the Contracting 15 Agency. 16 17 For mainline planing operations, use equipment with automatic controls and 18 with sensors for either or both sides of the equipment. The controls shall be 19 capable of sensing the grade from an outside reference line, or a mat- 20 referencing device. The automatic controls shall have a transverse slope 21 controller capable of maintaining the mandrel at the desired transverse slope 22 (expressed as a percentage) within plus or minus 0.1 percent. 23 24 Remove all loose debris from the planed surface before opening the planed 25 surface to traffic. The planings and other debris resulting from the planing 26 operation shall become the property of the Contractor and be disposed of in 27 accordance with Section 2-03.3(7)C, or as otherwise allowed by the Contract. 28 29 5-04.3(15) Sealing Pavement Surfaces 30 Apply a fog seal where shown in the Plans. Construct the fog seal in 31 accordance with Section 5-02.3. Unless otherwise approved by the Engineer, 32 apply the fog seal prior to opening to traffic. 33 34 5-04.3(16) HMA Road Approaches 35 Construct HMA approaches at the locations shown in the Plans or where 36 staked by the Engineer, in accordance with Section 5-04. 37 38 5-04.4 Measurement 39 HMA Cl. ___ PG ___, HMA for ___ Cl. ___ PG ___, and Commercial HMA will 40 be measured by the ton in accordance with Section 1-09.2, with no deduction being 41 made for the weight of asphalt binder, mineral filler, or any other component of the 42 HMA. If the Contractor elects to remove and replace HMA as allowed by Section 5- 43 04.3(11), the material removed will not be measured. 44 45 Roadway cores will be measured per each for the number of cores taken. 46 47 Crack Sealing-LF will be measured by the linear foot along the line of the crack. 48 49 Soil residual herbicide will be measured by the mile for the stated width to the nearest 50 0.01 mile or by the square yard, whichever is designated in the Proposal. 51

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 46

1 Pavement repair excavation will be measured by the square yard of surface marked 2 prior to excavation. 3 4 Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4. 5 6 Longitudinal joint seals between the HMA and cement concrete pavement will be 7 measured by the linear foot along the line and slope of the completed joint seal. 8 9 HMA sawcut and seal, and paved panel joint seal, will be measured by the linear foot 10 along the line and slope of the completed joint seal. 11 12 Planing bituminous pavement will be measured by the square yard. 13 14 Temporary pavement marking will be measured by the linear foot as provided in 15 Section 8-23.4. 16 17 Water will be measured by the M gallon as provided in Section 2-07.4. 18 19 5-04.5 Payment 20 Payment will be made for each of the following Bid items that are included in the 21 Proposal: 22 23 “HMA Cl. ___ PG ___”, per ton. 24 “HMA for Approach Cl. ___ PG ___”, per ton. 25 “HMA for Preleveling Cl. ___ PG ___”, per ton. 26 “HMA for Pavement Repair Cl. ___ PG ___”, per ton. 27 “Commercial HMA”, per ton. 28 The unit Contract price per ton for “HMA Cl. ___ PG ___”, “HMA for Approach Cl. 29 ___ PG ___”, “HMA for Preleveling Cl. ___ PG ___”, “HMA for Pavement Repair 30 Cl. ___ PG ___”, and “Commercial HMA” shall be full compensation for all costs, 31 including anti-stripping additive, incurred to carry out the requirements of Section 32 5-04 except for those costs included in other items which are included in this 33 Subsection and which are included in the Proposal. 34 35 “Crack Sealing-FA”, by force account. 36 “Crack Sealing-FA” will be paid for by force account as specified in Section 1-09.6. 37 For the purpose of providing a common Proposal for all Bidders, the Contracting 38 Agency has entered an amount in the Proposal to become a part of the total Bid by 39 the Contractor. 40 41 “Crack Sealing-LF”, per linear foot. 42 The unit Contract price per linear foot for “Crack Sealing-LF” shall be full payment 43 for all costs incurred to perform the Work described in Section 5-04.3(4)A. 44 45 “Soil Residual Herbicide ____ ft. Wide”, per mile, or 46 “Soil Residual Herbicide”, per square yard. 47 The unit Contract price per mile or per square yard for “Soil Residual Herbicide” 48 shall be full payment for all costs incurred to obtain, provide and install herbicide in 49 accordance with Section 5-04.3(4)B. 50 51 “Pavement Repair Excavation Incl. Haul”, per square yard.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 47

1 The unit Contract price per square yard for “Pavement Repair Excavation Incl. 2 Haul” shall be full payment for all costs incurred to perform the Work described in 3 Section 5-04.3(4)C with the exception, however, that all costs involved in the 4 placement of HMA shall be included in the unit Contract price per ton for “HMA for 5 Pavement Repair Cl. ___ PG ___”, per ton. 6 7 “Asphalt for Fog Seal”, per ton. 8 Payment for “Asphalt for Fog Seal” is described in Section 5-02.5. 9 10 “Longitudinal Joint Seal”, per linear foot. 11 The unit Contract price per linear foot for “Longitudinal Joint Seal” shall be full 12 payment for all costs incurred to construct the longitudinal joint between HMA and 13 cement concrete pavement, as described in Section 5-04.3(12)B. 14 15 “HMA Sawcut And Seal”, per linear foot. 16 The unit Contract price per linear foot for “HMA Sawcut And Seal” shall be full 17 payment for all costs incurred to perform the Work described in Section 5- 18 04.3(12)B1. 19 20 “Paved Panel Joint Seal”, per linear foot. 21 The unit Contract price per linear foot for “Paved Panel Joint Seal” shall be full 22 payment for all costs incurred to perform the Work described in Section 5- 23 04.3(12)B2. 24 25 “Planing Bituminous Pavement”, per square yard. 26 The unit Contract price per square yard for “Planing Bituminous Pavement” shall 27 be full payment for all costs incurred to perform the Work described in Section 5- 28 04.3(14). 29 30 “Temporary Pavement Marking”, per linear foot. 31 Payment for “Temporary Pavement Marking” is described in Section 8-23.5. 32 33 “Water”, per M gallon. 34 Payment for “Water” is described in Section 2-07.5. 35 36 “Job Mix Compliance Price Adjustment”, by calculation. 37 “Job Mix Compliance Price Adjustment” will be calculated and paid for as 38 described in Section 5-04.3(9)B6 and 5-04.3(9)D1. 39 40 “Compaction Price Adjustment”, by calculation. 41 “Compaction Price Adjustment” will be calculated and paid for as described in 42 Section 5-04.3(10)C3. 43 44 “HMA Core – Bridge”, per each. 45 The unit Contract price per each for “HMA Core – Bridge” shall be full payment for 46 all costs, including traffic control, associated with taking HMA density cores in 47 pavement that is on a bridge deck. 48 49 “HMA Core – Roadway”, per each.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 48

1 The unit Contract price per each for “HMA Core – Roadway” shall be full payment 2 for all costs, including traffic control, associated with taking HMA density cores in 3 pavement that is not on a bridge deck. 4 5 “Cyclic Density Price Adjustment”, by calculation. 6 “Cyclic Density Price Adjustment” will be calculated and paid for as described in 7 Section 5-04.3(10)B. 8 9 Section 5-05, Cement Concrete Pavement 10 January 3, 2017

11 5-05.3(1) Concrete Mix Design for Paving 12 In last sentence of the second paragraph of item number 1, the reference to “Section 9- 13 01.2(4)” is revised to read “Section 9-01.2(1)B”. 14 15 The following is inserted after item number 2: 16 17 3. Mix Design Modifications - The Contractor may initiate adjustments to the 18 aggregate proportions of the approved mix design. An adjustment in both the fine 19 and coarse aggregate batch target weights of plus or minus 200 pounds per cubic 20 yard will be allowed without resubmittal of the mix design. The adjusted 21 aggregate weights shall become the new batch target weights for the mix design. 22 23 Item number 3 is renumbered to 4 and revised (up until the table) to read: 24 25 4. Conformance to Mix Design - Cement and coarse and fine aggregate weights 26 shall be within the following tolerances of the batch target weights of the mix 27 design: 28 Portland Cement Concrete Batch Weights Cement +5% -1% Coarse Aggregate +2% -2% Fine Aggregate +2% -2% 29 30 5-05.3(3)B Mixing Equipment 31 The last sentence of item number 4 is revised to read: 32 33 Plant-mixed concrete may be transported in nonagitated vehicles provided that the 34 concrete is in a workable condition when placed and: 35 36 a. discharge is completed within 45 minutes after the introduction of mixing 37 water to the cement and aggregates, or 38 39 b. discharge is completed within 60 minutes after the introduction of mixing 40 water to the cement and aggregates, provided the concrete mix temperature 41 is 70°F or below during placement, or 42 43 c. discharge is completed within 60 minutes after the introduction of mixing 44 water to the cement and aggregates, provided the mix contains an approved 45 set retarder at the manufacturer’s minimum dosage rate.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 49

1 2 5-05.3(6) Subgrade 3 This section, including title, is revised to read: 4 5 5-05.3(6) Surface Preparation 6 The Subgrade surface shall be prepared and compacted a minimum of 3 feet beyond 7 each edge of the area which is to receive concrete pavement in order to accommodate 8 the slip-form equipment. 9 10 Concrete shall not be placed during a heavy rainfall. Prior to placing concrete: 11 12 1. The surface shall be moist; 13 14 2. Excess water (e.g., standing, pooling or flowing) shall be removed from the 15 surface. 16 17 3. The surface shall be clean and free of any deleterious materials. 18 19 4. The surface temperature shall not exceed 120°F or be frozen. 20 21 5-05.3(7)A Slip-Form Construction 22 The second sentence of the first paragraph is revised to read: 23 24 The alignment and elevation of the paver shall be regulated from outside reference 25 lines established for this purpose, or by an electronic control system capable of 26 controlling the line and grade within required tolerances. 27 28 Section 6-02, Concrete Structures 29 August 7, 2017

30 6-02.2 Materials 31 The item “Elastomeric Bearing Pads” is revised to read “Fabricated Bridge Bearing 32 Assemblies”. 33 34 6-02.3(2) Proportioning Materials 35 In the sixth paragraph, the reference to “Section 9-01.2(4)” is revised to read “9-01.2(1)B”. 36 37 6-02.3(2)A Contractor Mix Design 38 The following new sentence is inserted after the first sentence of the third paragraph: 39 40 The mix design submittal shall also include test results no older than one year showing 41 that the Aggregates do not contain Deleterious Substances in accordance with Section 42 9-03. 43 44 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D 45 Item number 4 of the first paragraph is deleted. 46 47 Items number 5, 6, and 7 of the first paragraph are renumbered to 4, 5, and 6, respectively. 48 49 The following new sentence is inserted after the second sentence of the last paragraph:

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 50

1 2 Mix designs using shrinkage reducing admixture shall state the specific quantity 3 required. 4 5 The following new sentence is inserted before the last sentence of the last paragraph: 6 7 Testing samples of mixes using shrinkage reducing admixture shall use the admixture 8 amount specified in the mix design submittal. 9 10 6-02.3(2)B Commercial Concrete 11 The last sentence of the first paragraph is revised to read: 12 13 Commercial concrete does not require mix design or source approvals for cement, 14 aggregate, and other admixtures. 15 16 6-02.3(5)G Sampling and Testing for Temperature, Consistency and Air 17 Content 18 The last three paragraphs are revised to read: 19 20 Sampling and testing will be performed before concrete placement from the first load. 21 Concrete shall not be placed until all tests have been completed by the Engineer, and 22 the results indicate that the concrete is within acceptable limits. If the concrete is not 23 within acceptable limits, sampling and testing will continue before concrete placement 24 for each load until one load meets all of the applicable acceptance requirements. After 25 one test indicates that the concrete is within specified limits, the concrete may be 26 placed and the sampling and testing frequency may decrease to one for every 100 27 cubic yards. Sampling shall be performed in accordance with FOP for WAQTC TM 2 28 and random samples shall be selected in accordance with WSDOT T 716. After the 29 first acceptable load of concrete, up to ½ cubic yard may be placed from subsequent 30 loads to be tested prior to testing for acceptance. 31 32 When the results for any subsequent acceptance test indicates that the concrete as 33 delivered and approved by the Contractor for placement does not conform to the 34 specified limits, the sampling and testing frequency will be resumed for each load. 35 Whenever one subsequent test indicates that the concrete is within the specified limits, 36 the random sampling and testing frequency of one for every 100 cubic yards may 37 resume. 38 39 Sampling and testing for a placement of one class of concrete consisting of 50 cubic 40 yards or less will be as listed above, except that after one set of tests indicate that the 41 concrete is within specified limits, the remaining concrete to be placed may be 42 accepted by visual inspection. 43 44 6-02.3(6)A1 Hot Weather Protection 45 This section is revised to read: 46 47 The Contractor shall provide concrete within the specified temperature limits. Cooling 48 of the coarse aggregate piles by sprinkling with water is permitted provided the 49 moisture content is monitored and the mixing water is adjusted for the free water in the 50 aggregate. Shading or cooling aggregate piles (sprinkling of fine aggregate piles with

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 51

1 water is not allowed). If sprinkling of the coarse aggregates is to be used, the piles 2 moisture content shall be monitored and the mixing water adjusted for the free water in 3 the aggregate. In addition, when removing the coarse aggregate, it shall be removed 4 from at least 1 foot above the bottom of the pile. Refrigerating mixing water; or 5 replacing all or part of the mixing water with crushed ice, provided the ice is completely 6 melted by placing time. 7 8 If air temperature exceeds 90°F, the Contractor shall use water spray or other accepted 9 methods to cool all concrete-contact surfaces to less than 90°F. These surfaces 10 include forms, reinforcing steel, steel beam flanges, and any others that touch the mix. 11 12 6-02.3(6)A2 Cold Weather Protection 13 This section is revised to read: 14 15 Concrete shall be maintained at or above a temperature of 40°F during the first seven 16 days of the Cold Weather Protection Period and at or above a temperature of 35°F 17 during the remainder of the Cold Weather Protection Period. Cold weather protection 18 requirements do not apply to concrete in shafts and piles placed below the ground line. 19 20 Prior to placing concrete in cold weather, the Contractor shall submit a Type 2 Working 21 Drawing with a written procedure for cold weather concreting. The procedure shall 22 detail how the Contractor will adequately cure the concrete and prevent the concrete 23 temperature from falling below the minimum temperature. Extra protection shall be 24 provided for areas especially vulnerable to freezing (such as exposed top surfaces, 25 corners and edges, thin sections, and concrete placed into steel forms). Concrete 26 placement will only be allowed if the Contractor’s cold weather protection plan has 27 been accepted by the Engineer. 28 29 Prior to concrete placement, the Contractor shall review the 7-day temperature 30 predictions for the job site from the Western Region Headquarters of the National 31 Weather Service (www.wrh.noaa.gov). When temperatures below 35°F are predicted, 32 the Contractor shall: 33 34 1. Install temperature sensors in each concrete placement. One sensor shall be 35 installed for every 100 cubic yards of concrete placed. Sensors shall be 36 installed at locations directed by the Engineer, and shall be placed 1.5 inches 37 from the face of concrete. 38 39 2. Immediately after concrete placement, temperature sensors shall be installed 40 on the concrete surface at locations directed by the Engineer. One sensor 41 shall be installed for every 100 cubic yards of concrete placed. 42 43 Temperatures shall be measured and recorded a minimum of every hour for the 44 duration of the Cold Weather Protection Period. Temperature data shall be submitted 45 to the Engineer as a Type 1 Working Drawing within three days following the end of the 46 Cold Weather Protection Period. 47 48 For each day that the concrete temperature falls below 40°F during the first seven days 49 of the Cold Weather Protection Period, no curing time is awarded for that day and the 50 Cold Weather Protection Period is extended for one additional day. If the concrete

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 52

1 temperature falls below 35°F during the Cold Weather Protection Period, the concrete 2 may be rejected by the Engineer. 3 4 6-02.3(7) Concrete Exposed to Sea Water 5 This section including title is revised to read: 6 7 6-02.3(7) Vacant 8 9 6-02.3(8) Concrete Exposed to Alkaline Soils or Water 10 This section including title is revised to read: 11 12 6-02.3(8) Vacant 13 14 6-02.3(10)D4 Monitoring Bridge Deck Concrete Temperature After Placement 15 This section is revised to read: 16 17 The Contractor shall measure and record the concrete temperature and ambient 18 temperature a minimum of every hour for seven calendar days after concrete 19 placement. The Contractor shall place two temperature sensors in the bridge deck at 20 locations specified by the Engineer. The Contractor shall measure ambient 21 temperature near the locations where concrete temperature is being measured. When 22 the bridge deck is being enclosed and heated to meet cold weather requirements, 23 ambient temperature readings shall be taken within the enclosure. The Contractor shall 24 submit the concrete temperature and ambient temperature data as a Type 1 Working 25 Drawing in spreadsheet format within 14 calendar days from placing the bridge deck 26 concrete. 27 28 The Contractor shall submit a Type 1 Working Drawing consisting of the type and 29 model of each device and the method used to measure and record the temperatures. 30 31 6-02.3(13)A Strip Seal Expansion Joint System 32 The first paragraph is revised to read: 33 34 The Contractor shall submit Type 2 Working Drawings consisting of the strip seal 35 expansion joint shop drawings. These plans shall include, at a minimum, the following: 36 37 1. Plan, elevation, and sections of the joint system and all components, with 38 dimensions and tolerances. 39 40 2. All material designations. 41 42 3. Manufacturer’s written installation procedure. The installation procedure shall 43 indicate how the extrusions set into the two sides of the joint will be allowed to 44 move independently of one another. 45 46 4. Corrosion protection system used on the metal components. 47 48 5. Locations of welded shear studs, lifting mechanisms, temperature setting 49 devices, and construction adjustment devices. 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 53

1 6. Method of sealing the system to prevent leakage of water through the joint. 2 3 7. Details of the temporary supports for the steel extrusions while the 4 encapsulating concrete of the headers is placed and cured. 5 6 8. The gland installation procedure, including the means and methods used to 7 install the gland and assure correct seating of the gland within the steel 8 extrusions. 9 10 The following new paragraph is inserted after the third paragraph: 11 12 If the gland is installed in the field, the Contractor shall have the services of a strip seal 13 expansion joint system manufacturer’s technical representative physically present at 14 the job site. The manufacturer’s technical representative shall train the Contractor’s 15 personnel performing the field installation of the gland, provide technical assistance for 16 installing the gland, and observe and inspect the installation of at least the first 17 complete joint. 18 19 The second to last paragraph is deleted. 20 21 6-02.3(14)D General Requirements for Concrete Surface Finishes Produced 22 by Form Liners 23 The first two sentences of the third paragraph are deleted. 24 25 6-02.3(16) Plans for Falsework and 26 The last sentence of the first paragraph is revised to read: 27 28 A submittal is not required for footing or retaining wall formwork if the concrete 29 placement is 4 feet or less in height. 30 31 The second to last paragraph is revised to read: 32 33 The Contractor shall furnish associated design calculations to the Engineer as part of 34 the submittal. The design calculations shall include the structural and geotechnical 35 design of the foundation and shall show the stresses and deflections in all load-carrying 36 members that are part of the falsework system. Construction details which may be 37 shown in the form of sketches on the calculation sheets shall be shown in the falsework 38 or formwork drawings as well. Falsework or formwork plans will not be accepted in 39 cases where it is necessary to refer to the calculation sheets for information needed for 40 complete understanding of the falsework and formwork plans or how to construct the 41 falsework and formwork. 42 43 The last paragraph is deleted. 44 45 6-02.3(17)D Falsework Support Systems: Piling, Temporary Concrete 46 Footings, Timber Mudsills, Manufactured Shoring Towers, Caps, and Posts 47 This section, including title, is revised to read: 48

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 54

1 6-02.3(17)D Falsework Support Systems: Foundations, Manufactured Shoring 2 Towers, Caps, and Posts 3 Foundations for falsework shall be designed for conditions stated in this Section using 4 methods shown in the AASHTO Standard Specifications for Highway Bridges 5 Seventeenth Edition – 2002 for allowable stress design, the AASHTO LRFD Bridge 6 Design Specifications for load and resistance factor design or the AASHTO Guide 7 Design Specifications for Bridge Temporary Works. Allowable stresses for materials 8 shall not exceed stresses and conditions allowed by Section 6-02.3(17)B. 9 10 6-02.3(17)D1 Piling 11 This section including title is revised to read: 12 13 6-02.3(17)D1 Vacant 14 15 6-02.3(17)D2 Temporary Concrete Footings and Timber Mudsills 16 This section including title is revised to read: 17 18 6-02.3(17)D2 Vacant 19 20 6-02.3(17)D4 Manufactured Shoring Tower Systems and Devices 21 The fifth paragraph is deleted. 22 23 6-02.3(17)D5 Cross-Braced Type Base Frames 24 This section is deleted in its entirety. 25 26 6-02.3(17)D6 Ladder Type Base Frames 27 This section is deleted in its entirety. 28 29 6-02.3(17)D7 Intermediate Strength Shoring 30 This section is deleted in its entirety. 31 32 6-02.3(17)D8 Heavy-Duty Shoring Systems 33 This section is deleted in its entirety. 34 35 6-02.3(17)K Concrete Forms on Steel Spans 36 In the last paragraph, “ASTM A325” is revised to read “ASTM F3125 Grade A325”. 37 38 6-02.3(17)N Removal of Falsework and Forms 39 The fifth paragraph is deleted. 40 41 6-02.3(19)A Vacant 42 This section, including title, is revised to read: 43 44 6-02.3(19)A Submittals of Acceptance Test Reports and Certificates 45 The Contractor shall submit the following production samples and test reports and 46 certificates for fabricated bridge bearing assemblies as applicable: 47 1 48 1. A Type 2 Working Drawing consisting of a six-inch square by ⁄8-inch thick 49 sample of PTFE taken from the lot of production material. 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 55

1 2. A Type 2 Working Drawing consisting of a six-inch square by 1-inch thick 2 sample of pre-formed fabric pad taken from the lot of production material. 3 4 3. Type 1 Working Drawings consisting of Manufacturers’ Certificates of 5 Compliance for the PTFE, polyether urethane, pre-formed fabric pad duck, 6 silicone grease, epoxy gel, and resin filler. 7 8 4. Type 1 Working Drawings consisting of certified mill test reports for all steel 9 and stainless steel in the bearing assemblies. 10 11 5. Type 1 Working Drawings consisting of certified test reports confirming that 12 the pre-formed fabric pads meet the specific requirements of proof load. 13 14 6-02.3(24)A Field Bending 15 This section (excluding the tables) is revised to read: 16 17 Field bending of AASHTO M31 Grade 60 and ASTM A706 Grade 60 reinforcement 18 shall be done in accordance with the requirements of this section. Field bending of all 19 other reinforcement shall require a Type 2 Working Drawing showing the bend radii, 20 bending and heating procedures, and any inspection or testing requirements. 21 22 Field bending shall not be done on reinforcement within the top or bottom third of 23 column lengths or within plastic hinge regions identified in the Plans. Field bending 24 shall not be done on bar sizes No. 14 or No. 18. 25 26 In field-bending steel reinforcing bars, the Contractor shall: 27 28 1. Make the bend gradually using a bending tool equipped with a bending 29 diameter as listed in Table 1. Bending shall not be done by means of hammer 30 blows and pipe sleeves. When bending to straighten a previously bent bar, 31 move a hickey bar progressively around the bend. 32 33 2. Apply heat as described below for bending bar sizes No. 6 through No. 11 34 and for bending bar sizes No. 5 and smaller when the bars have been 35 previously bent. Previously unbent bars of sizes No. 5 and smaller may be 36 bent without heating when the bar temperature is 40°F or higher. When 37 previously unbent bars of sizes No. 5 and smaller have a bar temperature 38 lower than 40°F, they shall be heated to within the range of 100°F to 150°F 39 prior to bending. In applying heat for field-bending steel reinforcing bars, the 40 Contractor shall: 41 42 a. Avoid damage to the concrete by insulating any concrete within 6 inches 43 of the heated bar area; 44 45 b. Apply two heat tips simultaneously at opposite sides of bar sizes No. 7 or 46 larger; 47 48 c. Heat the bar to within the required temperature range shown in Table 2 49 as verified by using temperature-indicating crayons or other suitable 50 means; 51

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 56

1 d. Heat a minimum bar length as shown in Table 3. Locate the heated 2 section of the bar to include the entire bending length; 3 4 e. Bend immediately after the required temperature range has been 5 achieved. Maintain the bar within the required temperature range during 6 the entire bending process; 7 8 f. Do not cool bars artificially with water, forced air, or other means. 9 10 3. Limit any bend or straightening to these maximum angles: 135 degrees for 11 bar sizes No. 8 or smaller, and 90 degrees for bar sizes No. 9 through No. 11. 12 13 4. Repair epoxy coating on epoxy coated bars in accordance with Section 6- 14 02.3(24)H. 15 16 6-02.3(25) Girders 17 Under the heading “Prestressed Girder”, the second sentence is deleted. 18 19 6-02.3(25)A Shop Drawings 20 The sixth paragraph is deleted. 21 22 6-02.3(25)F Prestress Release 23 The last two sentences of the last paragraph are deleted and replaced with the following 24 single sentence: 25 26 This request shall be submitted as a Type 2E Working Drawing analyzing changes in 27 vertical deflection, girder lateral stability and concrete stresses in accordance with 28 Section 6-02.3(25)L2. 29 30 6-02.3(25)H Finishing 31 Item number 2 in the first paragraph is revised to read: 32 33 2. The bottoms, sides, and tops of the lower flanges on all girders, including the top 34 of the bottom slab between the tub girder webs. 35 36 6-02.3(25)I Fabrication Tolerances 37 Items 4 and 5 in the first paragraph are revised to read: 38 39 4. Flange Depth: ± ¼ inch 40 41 5. Strand Position: 42 43 Individual strands: ± ¼ inch 44 45 Bundled strands: ± ½ inch 46 47 Harped strand group center of gravity at the girder ends: ± 1 inch 48 49 Items 7, 8, 9 and 10 in the first paragraph are revised to read: 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 57

1 7. Position of an Interior Void, vertically and horizontally: ± ½ inch. 2 3 8. Bearing Recess (center of recess to girder end): ± ⅝ inch. 4 5 9. Girder Ends (deviation from square or designated skew): 6 7 Horizontal: ± ⅛ inch per foot of girder width, up to a maximum of ± ½ inch 8 3 9 Vertical: ± ⁄16 inch per foot of girder depth, up to a maximum of ± 1 inch 10 11 10. Bearing Area Deviation from Plane (in length or width of bearing): ± ⅛ inch 12 13 Items 14 and 15 in the first paragraph are revised to read: 14 15 14. Local smoothness of any surface: ± ¼ inch in 10 feet. 16 17 15. Differential Camber between Girders in a Span (measured in place at the job site): 18 For wide flange deck and deck bulb Cambers shall be equalized when tee girders with a cast-in-place the differences in cambers between deck: adjacent girders exceeds ± ¾ inch For wide flange deck, deck bulb tee Cambers shall be equalized when and slab girders without a cast-in- the differences in cambers between place reinforced concrete deck: adjacent girders exceeds ± ¼ inch 19 20 Item 17 in the first paragraph is revised to read: 21 22 17. Position of Lifting Embedments: ± 3 inches longitudinal, ± ¼ inch transverse. 23 24 6-02.3(25)J Horizontal Alignment 25 This section is revised to read: 26 27 The Contractor shall check and record the horizontal alignment (sweep) of each girder 28 at the following times: 29 30 1. Initial – Upon removal of the girder from the casting bed 31 32 2. Shipment – Within 14 days prior to shipment; and 33 34 3. Erection – After girder erection and cutting temporary top strands but prior to 35 any equalization, welding ties or placement of diaphragms. 36 37 Horizontal alignment of the top and bottom flanges shall be checked and recorded. 38 Alternatively, the Contractor may check and record the horizontal alignment of the web 39 near mid-height of the girder. Each check shall be made by measuring the maximum 40 offset at mid-span relative to a chord that starts and stops at the girder ends. The 41 Contractor shall check and record the alignment at a time when the girder is not 42 influenced by temporary differences in surface temperature. Records for the initial 43 check (item 1 above) shall be included in the Contractor’s prestressed concrete 44 certificate of compliance. Records for all other checks shall be submitted as a Type 1 45 Working Drawing.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 58

1 2 For each check (Items 1 to 3 above), the alignment shall not be offset more than ⅛ 3 inch for each 10 feet of girder length. Girders not meeting this tolerance for the 4 shipment check (Item 2 above) shall require an analysis of girder lateral stability and 5 stresses in accordance with Section 6-02.3(25)L1. The Contractor shall perform this 6 analysis and submit it as a Type 2E Working Drawing prior to shipment of the girder. 1 7 Any girder that exceeds an offset of ⁄8 inch for each 10 feet of girder length for the 1 8 erection check (Item 3 above) shall be corrected at the job site to the ⁄8 inch maximum 9 offset per 10 feet of girder length before concrete is placed into the diaphragms. The 10 Contractor shall submit a Type 2 Working Drawing for any required corrective action. 11 12 The maximum distance between the side of a prestressed concrete slab girder, or the 13 edge of the top flange of a wide flange deck, wide flange thin deck or deck bulb tee 14 girder, and a chord that extends the full length of the girder shall be ±½ inch after 15 erection (Item 3 above). 16 17 6-02.3(25)K Vertical Deflection 18 Items 2 and 3 in the first paragraph are revised to read: 19 20 2. Shipment – Within 14 days prior to shipment; 21 22 3. Erection – After girder erection and cutting temporary top strands but prior to any 23 equalization, welding ties or placement of diaphragms. 24 25 The following new paragraph is inserted after the second paragraph: 26 27 Girders with vertical deflections not meeting the limit shown in the Plans for the 28 shipment check (Item 2 above) shall require an analysis of girder lateral stability and 29 stresses in accordance with Section 6-02.3(25)L1. The Contractor shall perform this 30 analysis and submit it as a Type 2E Working Drawing prior to shipment. 31 32 The following new sentence is inserted after the second sentence of the fourth to last 33 paragraph: 34 35 Any diaphragms are assumed to be placed. 36 37 The last three paragraphs are deleted and replaced with the following: 38 39 If the girder vertical deflection measured for the erection check (Item 3 above) is not 40 between the lower “D” dimension bound shown in the Plans and the upper “D” 41 dimension bound shown in the Plans plus ¾ inches, the Engineer may require 42 corrective action. The Contractor shall submit a Type 2 Working Drawing for any 43 required corrective action. 44 45 6-02.3(25)L Handling and Storage 46 The second paragraph is revised to read: 47 48 For strand lift loops, only ½-inch diameter or 0.6-inch diameter strand conforming to 49 Section 9-07.10 shall be used, and a minimum 2-inch diameter straight pin of a shackle 50 shall be used through the loops. Multiple loops shall be held level in the girder during 51 casting in a manner that allows each loop to carry its share of the load during lifting.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 59

1 The minimum distance from the end of the girder to the centroid of the strand lift loops 2 shall be 3 feet. The loops for all prestressed concrete girders, with the exception of 3 prestressed concrete slab girders, shall project a minimum of 1′-6″ from the top of the 4 girder. The loops for prestressed concrete slab girders shall project a minimum of 4 5 inches. Loops shall extend to within 3 inches clear of the bottom of the girder, 6 terminating with a 9-inch long 90-degree hook. Loads on individual loops shall be 7 limited to 12 kips, and all girders shall be picked up at a minimum angle of 60 degrees 8 from the top of the girder. 9 10 The third sentence of the fourth paragraph is revised to read: 11 12 Alternatively, these temporary strands may be post-tensioned provided the strands are 13 stressed on the same day that the permanent prestress is released into the girder and 14 the strands are tensioned prior to lifting the girder. 15 16 The second to last sentence of the fourth paragraph is revised to read: 17 18 When the post-tensioned alternative is used, the Contractor shall be responsible for 19 properly sizing the anchorage plates, and configuring the reinforcement adjacent to the 20 anchorage plates, to prevent bursting or splitting of the concrete in the top flange. 21 22 The second to last paragraph is deleted. 23 24 This section is supplemented with the following new subsections: 25 26 6-02.3(25)L1 Girder Lateral Stability and Stresses 27 The Contractor shall be responsible for safely lifting, storing, shipping and erecting 28 prestressed concrete girders. 29 30 The Contract documents may provide shipping and handling details for girders 31 including lifting embedment locations (L), shipping support locations (L1 and L2), 32 minimum shipping support rotational spring constants (Kθ), minimum shipping support 33 center-to-center wheel spacings (Wcc), vertical deflections and number of temporary top 34 strands. These shipping and handling details have been determined in accordance with 35 Section 6-02.3(25)L2. 36 37 The Contractor shall submit a Type 2E Working Drawing analyzing girder lateral 38 stability and concrete stresses during lifting, storage, shipping and erection in 39 accordance with Section 6-02.3(25)L2 in the following cases: 40 41 1. Any of the analysis assumptions listed in Section 6-02.3(25)L2 are invalid. 42 Determination of validity shall be made by the Contractor, except that analysis 43 assumptions shall be considered invalid if the actual values are outside of the 44 provided tolerances. 45 46 2. The Contractor intends to alter the shipping and handling details provided in 47 the Contract documents. 48 49 3. The Contract documents do not provide shipping and handling details. 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 60

1 6-02.3(25)L2 Lateral Stability and Stress Analysis 2 Analysis for girder lateral stability and concrete stresses during lifting, storage, shipping 3 and erection shall be in accordance with the PCI Recommended Practice for Lateral 4 Stability of Precast, Prestressed Concrete Bridge Girders, First Edition, Publication CB- 5 02-16-E and the AASHTO LRFD Bridge Design Specifications edition identified in the 6 Contract documents. The following design criteria shall be met: 7 8 1. Factor of Safety against cracking shall be at least 1.0 9 10 2. Factor of Safety against failure shall be at least 1.5 11 12 3. Factor of Safety against rollover shall be at least 1.5 13 14 4. Allowable concrete stresses shall be as specified in Section 6-02.3(25)L3 15 16 The analysis shall address any effects on girder vertical deflection (camber), “A” 17 dimensions at centerline of bearings and deck screed cambers (C). 18 19 Shipping and handling details provided in the Contract documents have been 20 determined using the following analysis assumptions: 21 22 1. Girder dimensions, strand locations and lifting embedment locations are within 23 the tolerances specified in Section 6-02.3(25)I 24 25 2. Girder horizontal alignment (sweep) is within the tolerance specified in 26 Section 6-02.3(25)J 27 28 3. Girder vertical deflection (camber) at midspan is less than or equal to the 29 value shown in the Plans for shipping 30 31 4. Minimum concrete compressive strength at release (f’ci) has been reached 32 before initial lifting from casting bed. Minimum concrete compressive strength 33 at 28 days (f’c) has been reached before shipping. 34 35 5. Height of girder bottom above roadway at shipping supports is less than or 36 equal to 72 inches 37 38 6. Height of shipping support roll center above roadway is 24 inches, ± 2 inches 39 40 7. Shipping support longitudinal placement (L1 and L2) tolerance is ± 6 inches 41 42 8. Shipping support lateral placement tolerance is ±1 inches 43 44 9. Shipping supports provide the minimum shipping support rotational spring 45 constant (Kθ) and minimum shipping support center-to-center wheel spacings 46 (Wcc) shown in the Plans 47 48 10. For shipping at highway speeds a ± 20% dynamic load allowance (impact) is 49 included with a typical roadway superelevation of 2% 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 61

1 11. For turning at slow speeds, no dynamic load allowance (impact) is included 2 with a maximum roadway superelevation of 6% 3 4 12. Wind, centrifugal and seismic forces are not considered 5 6 6-02.3(25)L3 Allowable Stresses 7 Prestressed concrete girder stresses shall be limited to the following values at all 8 stages of construction and in service: 9 Condition Stress Location Allowable Stress (ksi) Temporary Tensile In areas without bonded Stress at reinforcement sufficient 0.0948 0.2 Transfer to resist the tensile force and Lifting in the concrete from In areas with bonded Casting reinforcement sufficient 0.24 Bed to resist the tensile force in the concrete Compressive All locations 0.65 Temporary Tensile In areas without bonded Stress at reinforcement sufficient Shipping to resist the tensile force 0.0948 0.2 and in the concrete Erection In areas with bonded reinforcement sufficient to resist the tensile force 0.19 in the concrete In areas with bonded reinforcement sufficient to resist the tensile force in the concrete when 0.24 shipping at 6% superelevation, without impact Compressive All locations 0.65 Final Tensile Precompressed tensile 0.0 Stresses zone at Service Compressive Effective prestress and 0.45 Load permanent loads Effective prestress, permanent loads and 0.60 transient (live) loads Final Compressive Fatigue I Load Stresses Combination plus one- 0.40 at Fatigue half effective prestress Load and permanent loads Variables are as defined in the AASHTO LRFD Bridge Design Specifications. 10

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 62

1 6-02.3(25)M Shipping 2 The last four paragraphs are deleted and replaced with the following: 3 4 Girder lateral stability and stresses during shipping shall be in accordance with Section 5 6-02.3(25)L1. 6 7 If the Contractor elects to assemble spliced prestressed concrete girders into shipping 8 configurations not shown in the Contract documents, the Contractor shall submit a 9 Type 2E Working Drawing analyzing girder lateral stability and concrete stresses in 10 accordance with Section 6-02.3(25)L2 before shipping. 11 12 6-02.3(25)N Prestressed Concrete Girder Erection 13 The second sentence of the first paragraph is revised to read: 14 15 The erection plan shall conform to Section 6-02.3(25)L1. 16 17 The last paragraph is revised to read: 18 19 Stop plates and dowel bars for prestressed concrete girders shall be set with either 20 epoxy grout conforming to Section 9-26.3 or type IV epoxy bonding agent conforming 21 to Section 9-26.1. 22 23 6-02.3(25)O Girder to Girder Connections 24 The second paragraph is revised to read: 25 26 Prestressed concrete girders shall be constructed in the following sequence: 27 28 1. If required, deflections shall be equalized in accordance with the Contractor’s 29 equalization plan. 30 31 2. Any intermediate diaphragms shall be placed and any weld ties shall be 32 welded in accordance with Section 6-03.3(25). Welding ground shall be 33 attached directly to the steel plates being welded when welding the weld-ties. 34 35 3. Any keyways between adjacent girders shown in the Plans to receive grout 36 shall be filled flush with the surrounding surfaces using a grout conforming to 37 Section 9-20.3(2). 38 39 4. Equalization equipment shall not be removed and other construction 40 equipment shall not be placed on the structure until intermediate diaphragms 41 and keyway grout have attained a minimum compressive strength of 2,500 42 psi. 43 44 6-02.3(26)D2 Test Block Dimensions 45 The first sentence is revised to read: 46 47 The dimensions of the test block perpendicular to the tendon in each direction shall be 48 the smaller of twice the minimum edge distance or the minimum spacing specified by 49 the special anchorage device manufacturer, with the stipulation that the

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 63

1 over any confining reinforcing steel or supplementary skin reinforcement shall be 2 appropriate for the project-specific application and circumstances. 3 4 6-02.3(26)E2 Ducts for External Exposed Installation 5 In the first paragraph, “ASTM D3350” is revised to read “ASTM D3035”. 6 7 In the fourth paragraph, "ASTM D3505" is revised to read "ASTM D3035". 8 9 6-02.3(26)G Tensioning 10 Item number 1 of the second paragraph is revised to read: 11 12 1. All concrete has reached a compressive strength of at least 4,000 psi or the 13 strength specified in the Plans. When tensioning takes place prior to 28-day 14 compressive strength testing on concrete sampled in accordance with Section 6- 15 02.3(25)H, compressive strength shall be verified on field cured cylinders in 16 accordance with the FOP for AASHTO T23. 17 18 6-02.3(27)A Use of Self-Consolidating Concrete for Precast Units 19 Item number 2 of the first paragraph is revised to read: 20 21 2. Precast reinforced concrete three-sided structures, box culverts and split box 22 culverts in accordance with Section 7-02.3(6). 23 24 Section 6-03, Steel Structures 25 January 3, 2017

26 6-03.3(33) Bolted Connections 27 In this section, “AASHTO M253” is revised to read “ASTM F3125 Grade A490”, “ASTM 28 F1852” is revised to read “ASTM F3125 Grade F1852”, and “ASTM A325” is revised to read 29 “ASTM F3125 Grade A325”. 30 31 In the headings of Table 3, “A 325” is revised to read “ASTM F3125 Grade A325”. 32 33 In the headings of Table 3, “M 253” is revised to read “ASTM F3125 Grade A490”. 34 35 Section 6-05, Piling 36 August 1, 2016

37 In this section, the words “capacity” and “capacities” are replaced with “resistance” and 38 “resistances”, respectively. 39 40 6-05.3(1) Piling Terms 41 The third paragraph is revised to read: 42 43 Overdriving – Over-driving of piles occurs when the ultimate bearing resistance 44 calculated from the equation in Section 6-05.3(12), or the wave equation driving criteria 45 if applicable, exceeds the ultimate bearing resistance required in the Contract in order 46 to reach the minimum tip elevation specified in the Contract, or as required by the 47 Engineer. 48

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 64

1 The first sentence of the last paragraph is revised to read: 2 3 Minimum Tip Elevation – The minimum tip elevation is the elevation to which the pile 4 tip shall be driven. 5 6 6-05.3(3)A Casting and Stressing 7 The last sentence of the third paragraph is revised to read: 8 9 If the corrective action is not acceptable to the Engineer, the piling(s) will be subject to 10 rejection by the Engineer. 11 12 6-05.3(5) Manufacture of Steel Piles 13 This section is supplemented with the following new paragraph: 14 15 At least 14-days prior to the start of production of the piling, the Contractor shall advise 16 the Engineer of the production schedule. The Contractor shall give the Inspector safe 17 and free access to the Work. If the Inspector observes any nonspecification Work or 18 unacceptable quality control practices, the Inspector will advise the plant manager. If 19 the corrective action is not acceptable to the Engineer, the piling(s) will be subject to 20 rejection by the Engineer. 21 22 6-05.3(9)A Pile Driving Equipment Approval 23 The first sentence of the second paragraph is revised to read: 24 25 The Contractor shall submit Type 2E Working Drawings consisting of a wave equation 26 analysis for all pile driving systems used to drive piling with required maximum driving 27 resistances of greater than 300 tons. 28 29 Section 6-07, Painting 30 August 7, 2017

31 6-07.3(2) Submittals 32 This section is revised to read: 33 34 The Contractor shall submit a painting plan consisting of one comprehensive submittal 35 including all components described in this Section. The Contractor shall submit Type 2 36 Working Drawings of the painting plan components. 37 38 For shop application of paint, the painting plan shall include the documents and 39 samples listed in Sections 6-07.3(2)B, 6-07.3(2)C, and 6-07.3(2)E. 40 41 For field application of paint, the painting plan shall include the documents and 42 samples listed in Section 6-07.3(2)A through 6-07.3(2)F. 43 44 6-07.3(2)A Work Force Qualifications Submittal Component 45 Item number 2 is revised to read: 46 47 2. Resumé of qualifications and contact information for the Contractor’s on-site 48 supervisors. Each on-site supervisor shall have 3 years’ minimum of industrial

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 65

1 painting field experience with 1 year minimum of field supervisory or management 2 experience in bridge painting projects. 3 4 6-07.3(2)D Hazardous Waste Containment, Collection, Testing, and Disposal 5 Submittal Component 6 This section is revised to read: 7 8 The hazardous waste containment, collection, testing, and disposal submittal 9 component of the painting plan shall include the following: 10 11 1. Abrasive blasting containment system attachment and support in accordance 12 with Section 6-07.3(10)A, with a complete description of each attachment 13 device. 14 15 2. Details of jobsite material storage facilities and containment waste storage 16 facilities, including location, security, and environmental control. 17 18 3. Methods and materials used to contain, collect, and dispose of all 19 containment waste and all construction-related waste, including transportation 20 of waste. 21 22 4. Details of the containment waste sampling plan conforming to WAC 173-303 23 for waste designated as dangerous waste or extremely hazardous waste. 24 25 5. The name of, and contact information for, the accredited analytical laboratory 26 performing the testing of the containment waste samples in accordance with 27 Section 6-07.3(10)F. 28 29 6. Process for tracking the disposal of hazardous waste, including a sample form 30 of the tracking documentation. 31 32 7. When a wind speed threshold is specified, a description of the method to 33 lower or withdraw tarps, plastic exterior, and other containment components 34 presenting an exposed face to wind, and the estimated time required to 35 accomplish this action. 36 37 8. Provisions for dust and debris collection, ventilation, and auxiliary lighting 38 within the containment system. 39 40 6-07.3(2)E Cleaning and Surface Preparation Equipment Submittal 41 Component 42 This section, including title, is revised to read: 43 44 6-07.3(2)E Cleaning and Surface Preparation Submittal Component 45 The cleaning and surface preparation submittal component of the painting plan shall 46 include the following: 47 48 1. Details of the abrasive blast cleaning operation, including: 49 50 a. Description of the abrasive blast cleaning procedure.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 66

1 2 b. Type, manufacturer, and brand of abrasive blast material and all 3 associated additives, including Materials Safety Data Sheets (MSDS). 4 5 c. Description of the abrasive blast cleaning equipment to be used. 6 7 6-07.3(3)A Quality Control and Quality Assurance for Shop Application of 8 Paint 9 In this section, “approved” is revised to read “accepted”. 10 11 6-07.3(3)B Quality Control and Quality Assurance for Field Application of 12 Paint 13 The first sentence of the first paragraph is revised to read: 14 15 For field application of paint, the Contractor shall conduct quality control inspections as 16 required by SSPC-PA 1, using the personnel and the processes outlined in the painting 17 plan. 18 19 The second paragraph is revised to read: 20 21 A Type 1 Working Drawing consisting of the Contractor’s daily quality control report, 22 signed and dated by the Contractor’s quality control inspector, accompanied by copies 23 of the test results of quality control tests performed on the work covered by the daily 24 quality control report, shall be submitted before the end of the next day’s work shift. 25 26 In the third paragraph, “approval” is revised to read “acceptance”. 27 28 Item number 2 of the fourth paragraph is deleted. 29 30 In the fourth paragraph, items 3, 4 and 5 are renumbered to 2, 3 and 4, respectively. 31 32 6-07.3(9)F Shop Surface Cleaning and Preparation 33 In the first sentence, “approved” is revised to read “accepted”. 34 35 6-07.3(9)G Application of Shop Primer Coat 36 In the first sentence of the first paragraph, “approval” is revised to read “acceptance”. 37 38 The last sentence of the first paragraph is revised to read: 39 40 Primer shall be applied with the spray nozzles and pressures recommended by the 41 manufacturer of the paint system, to attain the film thicknesses specified. 42 43 In the third paragraph, the first sentence is revised to read: 44 45 The Contractor shall provide access to the steel to permit inspection by the Engineer. 46 47 6-07.3(9)I Application of Field Coatings 48 The following new paragraph is inserted before to the first paragraph: 49 50 An on-site supervisor shall be present for each work shift at the bridge site.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 67

1 2 In the fourth paragraph (after the preceding Amendment is applied), “approved” is deleted 3 from the first sentence. 4 5 The first sentence of the last paragraph is revised to read: 6 7 All paint damage that occurs shall be repaired in accordance with the manufacturer’s 8 written recommendations. 9 10 6-07.3(10)A Containment 11 The first four paragraphs are deleted and replaced with the following three paragraphs: 12 13 The containment system shall be in accordance with SSPC Technology Guide No. 6, 14 Guide for Containing Surface Preparation Debris Generated During Paint Removal 15 Operations Class 1. The containment system shall fully enclose the steel to be painted 16 and not allow any material to escape the containment system. The Contractor shall 17 protect the surrounding environment from all debris or damage resulting from the 18 Contractor’s operations. 19 20 Except as otherwise specified in the Contract, the containment length shall not exceed 21 the length of a span (defined as pier to pier). The containment system shall not cause 22 any damage to the existing structure. Attachment devices shall not mark or otherwise 23 damage the steel member to which they are attached. Field-welding of attachments to 24 the existing structure will not be allowed. The Contractor shall not drill holes into the 25 existing structure or through existing structural members except as shown in the 26 Contractor’s painting plan Working Drawing submittal. 27 28 Emissions shall be assessed by Visible Emission Observations (Method A) in SSPC 29 Technology Update No. 7 Section 6.2 and shall be limited to the Level A Acceptance 30 Criteria Option Level 0 Emissions standard. If visible emissions occur or if failure to the 31 containment system occurs or if signs of failure to the containment system are present, 32 the Contractor shall stop work immediately. Work shall not resume until the failure has 33 been corrected to the satisfaction of the Engineer. 34 35 6-07.3(10)B Bird Guano, Fungus, and Vegetation Removal 36 The last paragraph is revised to read: 37 38 Bird guano, bird nesting materials, fungus, and vegetative growth shall be disposed of 39 at a land disposal site accepted by the Engineer. The Contractor shall submit a Type 1 40 Working Drawing consisting of a copy of the disposal receipt, which shall include a 41 description of the disposed material. 42 43 6-07.3(10)C Dry Cleaning 44 This section is revised to read: 45 46 Dry cleaning shall include removal of accumulated dirt and debris on the surfaces to be 47 painted. Collected dirt and debris shall be disposed of at a land disposal site accepted 48 by the Engineer. The Contractor shall submit a Type 1 Working Drawing consisting of a 49 copy of the disposal receipt, which shall include a description of the disposed material. 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 68

1 6-07.3(10)D Surface Preparation Prior to Overcoat Painting 2 The second paragraph is revised to read: 3 4 Following any preparation by SSPC-SP1, all steel surfaces to be painted shall be 5 prepared in accordance with SSPC-SP 7, brush-off blast cleaning. Surfaces 6 inaccessible to brush-off blast shall be prepared in accordance with SSPC-SP 15, 7 commercial grade power tool cleaning, as allowed by the Engineer. 8 9 The first sentence of the third paragraph is revised to read: 10 11 Following brush-off blast cleaning, the Contractor shall perform spot abrasive blast 12 cleaning in accordance with SSPC-SP 6, commercial blast cleaning. 13 14 In the fifth sentence of the third paragraph, “approved” is revised to read “accepted”. 15 16 The second sentence of the last paragraph is deleted. 17 18 6-07.3(10)F Collecting, Testing, and Disposal of Containment Waste 19 The third, fourth and fifth paragraphs are deleted and replaced with the following two new 20 paragraphs: 21 22 Containment waste is defined as all paint chips and debris removed from the steel 23 surface and all abrasive blast media, as contained by the containment system. After all 24 waste from the containment system has been collected, the Contractor shall collect 25 representative samples of the components that field screening indicates are lead- 26 contaminated material. The Contractor shall collect at least one representative sample 27 from each container. The Contractor may choose to collect a composite sample of 28 each container, but the composite sample must consist of several collection points (a 29 minimum of 3 random samples) that are representative of the entire contents of the 30 container and representative of the characteristics of the type of waste in the container. 31 In accordance with WAC 173–303-040, a representative sample means “a sample 32 which can be expected to exhibit the average properties of the sample source.” 33 34 The debris shall be tested for metals using the Toxicity Characteristics Leaching 35 Procedure (TCLP) and EPA Methods 1311 and 6010. At a minimum, the materials 36 should be analyzed for the Resource Conservation and Recovery Act (RCRA) 8 Metals 37 (arsenic, barium, cadmium, chromium, lead, mercury, selenium, and silver). Pursuant 38 to the Dangerous Waste (DW) Regulations Chapter 173-303-90(8)(c) WAC, “Any 39 waste that contains contaminants which occur at concentrations at or above the DW 40 threshold must be designated as DW.” All material within each individual container or 41 containment system that designates as DW shall be disposed of at a legally permitted 42 Subtitle C Hazardous Waste Landfill. All material within each individual container or 43 containment system that designate below the DW threshold, will be designated as 44 “Solid Waste” and shall be disposed of at a legally permitted Subtitle D Landfill. 45 Disposal shall be in accordance with WAC 173-303 for waste designated “Dangerous 46 Waste” and pursuant to WAC 173-350 for waste designated as “Solid Waste”. 47 48 The first sentence of the fifth to last paragraph is revised to read: 49

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 69

1 The Contractor shall submit a Type 1 Working Drawing consisting of two copies of the 2 transmittal documents or bill of lading listing the waste material shipped from the 3 construction site to the waste disposal site. 4 5 6-07.3(10)G Treatment of Pack Rust and Gaps 6 In this section, “approved by the Engineer” is revised to read “accepted by the Engineer”. 7 8 6-07.3(10)H Paint System 9 In the last paragraph, “approved” is revised to read “allowed”. 10 11 6-07.3(10)I Paint Color 12 In the last sentence, “approved” is revised to read “allowed”. 13 14 6-07.3(10)J Mixing and Thinning Paint 15 In the third paragraph, “approved” is revised to read “allowed”. 16 17 6-07.3(10)O Applying Field Coatings 18 The following new paragraph is inserted before the first paragraph: 19 20 An on-site supervisor shall be present for each work shift at the bridge site. 21 22 In the sixth paragraph (after the preceding Amendment is applied), “approved” and 23 “approval” are revised to read “accepted” and “acceptance”, respectively. 24 25 In the seventh paragraph (after the preceding Amendment is applied), “approval” is revised 26 to read “concurrence”. 27 28 The second sentence of the last paragraph is revised to read: 29 30 Any plank removal or cutting shall be done with the concurrence of the Engineer. 31 32 6-07.3(10)P Field Coating Repair 33 In the second to last sentence, “approved” is revised to read “accepted”. 34 35 The last sentence is deleted. 36 37 6-07.3(11)A Painting of Galvanized Surfaces 38 In the last sentence, “approval” is revised to read “acceptance”. 39 40 6-07.5 Payment 41 The following new paragraph is inserted after the paragraph following the Bid item 42 “Cleaning and Painting - _____”, lump sum: 43 44 When a weather station is specified, all costs in connection with furnishing, installing, 45 operating, and removing the weather station, including furnishing mounting hardware 46 and repeaters, accessories and wireless display console units, processing and 47 submitting daily weather data reports, maintenance and upkeep, shall be included in 48 the lump sum Contract price for “Cleaning And Painting – _____”. 49

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 70

1 Section 6-08, Waterproofing 2 January 3, 2017

3 This section and all subsections, including title, is revised to read: 4 5 6-08 Bituminous Surfacing on Structure Decks 6 6-08.1 Description 7 This Work consists of removing and placing Hot Mix Asphalt (HMA) or Bituminous 8 Surface Treatment (BST) directly on or over a Structure. This Work also includes 9 performing concrete bridge deck repair, applying waterproofing membrane, and 10 sealing paving joints. 11 12 6-08.2 Materials 13 Materials shall meet the requirements of the following sections: 14 15 Bituminous Surface Treatment 5-02.2 16 Hot Mix Asphalt 5-04.2 17 Joint Sealants 9-04.2 18 Closed Cell Foam Backer Rod 9-04.2(3)A 19 Waterproofing Membrane (Deck Seal) 9-11 20 Bridge Deck Repair Material 9-20.5 21 22 6-08.3 Construction Requirements 23 6-08.3(1) Definitions 24 Adjusted Removal Depth – the Bituminous Pavement removal depth 25 specified by the Engineer to supersede the Design Removal Depth after 26 review of the Contractor survey of the existing Bituminous Pavement grade 27 profile. 28 29 Bituminous Pavement – the surfacing material containing an asphalt binder. 30 31 Design Removal Depth – the value shown in the "pavement schedule" or 32 elsewhere in the Plans to indicate the design thickness of Bituminous 33 Pavement to be removed. 34 35 Final Grade Profile – the compacted finished grade surface of completed 36 Bituminous Pavement surfacing consisting of a vertical profile and 37 superelevation cross-slope, developed by the Engineer for Grade Controlled 38 Structure Decks based on the Contractor survey. 39 40 Grade Controlled – a Structure Deck requiring restriction of Bituminous 41 Pavement work, including restriction of pavement removal methods and 42 restriction of overlay pavement thicknesses. 43 44 Structure Deck – the bridge deck (concrete or timber), bridge approach slab, 45 top of concrete box culvert, or other concrete surfaces over or upon which 46 existing Bituminous Pavement is removed and new Bituminous Pavement is 47 applied. 48

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 71

1 6-08.3(2) Contractor Survey for Grade Controlled Structure Decks 2 Prior to removing existing Bituminous Pavement from a Grade Controlled 3 Structure Deck, the Contractor shall complete a survey of the existing surface 4 for use in establishing the existing cross section and grade profile elevations. 5 When removal of Bituminous Pavement is to be achieved by rotary 6 milling/planing, the Contractor’s survey shall also include the depths of the 7 existing surfacing at each survey point. 8 9 The Contractor is responsible for all calculations, surveying, installation of 10 control points, and measuring required for setting, maintaining and resetting 11 equipment and materials necessary for the construction of the overlay to the 12 Final Grade Profile. 13 14 6-08.3(2)A Survey Requirements 15 The Contractor shall establish at least two primary survey control points 16 for controlling actual Bituminous Pavement removal depth and the Final 17 Grade Profile. Horizontal control shall be by station and offset which shall 18 be tied to either the Roadway centerline or the Structure centerline. 19 Vertical control may be an assumed datum established by the Contractor. 20 21 Primary control points shall be described by station or milepost and offset 22 on the baseline selected by the Contractor. The Contractor may expand 23 the survey control information to include secondary horizontal and vertical 24 control points as needed for the project. 25 26 Survey information collected shall include station or milepost, offset, and 27 elevation for each lane line and line. Survey information shall be 28 collected at even 20 foot station intervals, and along the centerline of 29 each bridge expansion joint. The survey shall extend 300’-0” beyond the 30 bridge back of pavement seat or end of Structure Deck. The survey 31 information shall include the top of Bituminous Pavement elevation and, 32 when rotary milling/planing equipment is used, the corresponding depth 33 of Bituminous Pavement to the Structure Deck. The Contractor shall 34 ensure a surveying accuracy to within ± 0.01 feet for vertical control and ± 35 0.2 feet for horizontal control. 36 37 Voids in HMA created by the Contractor’s Bituminous Pavement depth 38 measurements shall be filled by material conforming to Section 9-20 or 39 another material acceptable to the Engineer. 40 41 6-08.3(2)B Survey Submittal 42 The Contractor's survey records shall include descriptions of all survey 43 control points including station/milepost, offset, and elevations of all 44 secondary control points. The Contractor shall maintain survey records of 45 sufficient detail to allow the survey to be reproduced. The Contractor 46 shall submit a Type 2 Working Drawing consisting of the compiled survey 47 records and information. Survey data shall be submitted as an electronic 48 file in Microsoft Excel format. 49

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 72

1 6-08.3(2)C Final Grade Profile and Adjusted Removal Depth 2 Based on the results of the survey, the Engineer may develop a Final 3 Grade Profile and Adjusted Removal Depth. If they are developed, the 4 Final Grade Profile and Adjusted Removal Depth will be provided to the 5 Contractor within three working days after receiving the Contractor's 6 survey information. When provided, the Adjusted Removal Depth 7 supersedes the Design Removal Depth to become the Bituminous 8 Pavement removal depth for that Structure Deck. 9 10 6-08.3(3) General Bituminous Pavement Removal Requirements 11 The Contractor shall remove Bituminous Pavement and associated deck 12 repair material from Structure Decks to the horizontal limits shown in the 13 Plans and to either the specified or adjusted Bituminous Pavement removal 14 depth as applicable. 15 16 Removal of Bituminous Pavement within 12-inches of existing permanent 17 features that limit the reach of the machine or the edge of the following items 18 shall be by hand or by hand operated (nominal 30-pounds class) power tools: 19 existing bridge expansion joint headers; steel expansion joint assemblies; 20 concrete butt joints between back of pavement seats and bridge approach 21 slabs, bridge drain assemblies; thrie beam post steel anchorage assemblies 22 fastened to the side or top of the Structure Deck. 23 24 When removing Bituminous Pavement with a planer, Section 5-04.3(14) shall 25 apply. If the planer contacts the Structure Deck in excess of the specified 26 planing depth tolerance, or contacts steel reinforcing bars at any time, the 27 Contractor shall immediately cease planing operations and notify the 28 Engineer. Planing operations shall not resume until completion of the 29 appropriate adjustments to the planing machine and receiving the Engineer’s 30 concurrence to resume. 31 32 6-08.3(4) Partial Depth Removal of Bituminous Pavement from Structure 33 Decks 34 The depth of surfacing removal, as measured to the bottom of the lowest 35 milling groove generated by the rotary milling/planing machine shall be +0.01, 36 -0.02-feet of the specified or Adjusted Removal Depth as applicable. 37 38 6-08.3(5) Full Depth Removal of Bituminous Pavement from Structure 39 Decks 40 6-08.3(5)A Method of Removal 41 The Contractor shall perform full depth removal by a method that does 42 not damage or remove the Structure Deck in excess of the specified 43 Bituminous Pavement removal tolerance. The Contractor shall submit a 44 Type 2 Working Drawing consisting of the proposed methods and 45 equipment to be used for full depth removal. 46 47 6-08.3(5)B Planer Requirements for Full Depth Removal 48 The final planed surface shall have a finished surface with a tolerance of 49 +0.01, -0.02 feet within the planed surface profile, as measured from a 50 10-foot straight edge. Multiple passes of planing to achieve smoothness 51 will not be allowed.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 73

1 2 In addition to Section 6-08.3(3), the planing equipment shall conform to 3 the following additional requirements: 4 5 1. The cutting tooth spacing on the rotary milling head shall be less 6 than or equal to ¼ inch. 7 8 2. The rotary milling/planing machine shall have cutting teeth that 9 leave a uniform plane surface at all times. All teeth on the mill 3 10 head shall be kept at a maximum differential tolerance of ⁄8-inch 11 between the shortest and longest tooth, as measured by a 12 straight edge placed the full width of the rotary milling head. 13 14 3. Cutting tips shall be replaced when 30 percent of the total length 15 of the cutting tip material remains. 16 17 Prior to each day’s Bituminous Pavement removal operations, the 18 Contractor shall confirm to the satisfaction of the Engineer that the rotary 19 head cutting teeth are within the specified tolerances. 20 21 6-08.3(5)C Structure Deck Cleanup after Bituminous Pavement 22 Removal 23 Waterproofing membrane that is loose or otherwise not firmly bonded to 24 the Structure Deck shall be removed as an incidental component of the 25 Work of surfacing removal. Existing waterproofing membrane bonded to 26 the Structure Deck need not be removed. 27 28 6-08.3(6) Repair of Damage due to Bituminous Pavement Removal 29 Operations 30 All concrete bridge deck, pavement seat, and steel reinforcing bar damage 31 due to the Contractor’s surfacing removal operations shall be repaired by the 32 Contractor in accordance with Section 1-07.13, and as specified below. 33 34 Damaged concrete in excess of the specified Bituminous Pavement removal 35 tolerance shall be repaired in accordance with Section 6-08.3(7), with the 36 bridge deck repair material placed to the level of the surrounding bridge deck 37 and parallel to the final grade paving profile. 38 39 Damaged steel reinforcing bar shall be repaired as follows: 40 41 1. Damage to steel reinforcing bar resulting in a section loss less than 42 20-percent of the bar with no damage to the surrounding concrete 43 shall be left in place and shall be repaired by removing the concrete 44 to a depth ¾-inches around the top steel reinforcing bar and placing 45 bridge deck repair material accepted by the Engineer to the level of 46 the bridge deck and parallel to the final grade paving profile. 47 48 2. Damage to steel reinforcing bar resulting in a section loss of 20- 49 percent or more in one location, bars partially or completely removed 50 from the bridge deck, or where there is a lack of bond to the 51 concrete, shall be repaired by removing the adjacent concrete and

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 74

1 splicing a new bar of the same size. Concrete shall be removed to 2 provide a ¾-inch minimum clearance around the bars. The splice 3 bars shall extend a minimum of 40 bar diameters beyond each end 4 of the damage. 5 6 6-08.3(7) Concrete Deck Repair 7 This Work consists of repairing the concrete deck after Bituminous Pavement 8 has been removed. 9 10 6-08.3(7)A Concrete Deck Preparation 11 The Contractor, with the Engineer, shall inspect the exposed concrete 12 deck to establish the extent of bridge deck repair in accordance with 13 Section 6-09.3(6), except item 4 in Section 6-09.3(6) does not apply. 14 Areas of Structure Deck left with existing well bonded waterproof 15 membrane after full depth Bituminous Pavement removal are exempt 16 from this inspection requirement. 17 18 All loose and unsound concrete within the repair area shall be removed 19 with jackhammers or chipping hammers no more forceful than the 20 nominal 30 pounds class, or other mechanical means acceptable to the 21 Engineer, and operated at angles less than 45 degrees as measured 22 from the surface of the deck to the tool. If unsound concrete exists around 23 the existing steel reinforcing bars, or if the bond between concrete and 24 steel reinforcing bar is broken, the Contractor shall remove the concrete 25 to provide a ¾ inch minimum clearance to the bar. The Contractor shall 26 take care to prevent damage to the existing steel reinforcing bars and 27 concrete to remain. 28 29 After removing sufficient concrete to establish the limits of the repair area, 30 the Contractor shall make ¾ inch deep vertical saw cuts and maintain 31 square edges at the boundaries of the repair area. The exposed steel 32 reinforcing bars and concrete in the repair area shall be abrasive blasted 33 and blown clean just prior to placing the bridge deck repair material. 34 35 6-08.3(7)B Ultra-Low Viscosity, Two-Part Liquid, Polyurethane- 36 Hybrid 37 The ultra-low viscosity, two-part liquid, polyurethane-hybrid polymer 38 concrete shall be mixed in accordance with the manufacturer’s 39 recommendations. 40 41 Aggregate shall conform to the gradation limit requirements 42 recommended by the manufacturer. The aggregate and the ultra-low 43 viscosity, two-part liquid, polyurethane-hybrid polymer concrete shall be 44 applied to the repair areas in accordance with the sequence and 45 procedure recommended by the manufacturer. 46 47 All repairs shall be float finished flush with the surrounding surface within 1 48 a tolerance of ⁄8 inch of a straight edge placed across the full width and 49 breadth of the repair area. 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 75

1 6-08.3(7)C Pre-Packaged Cement Based Repair Mortar 2 The Contractor shall mix the pre-packaged cement based repair mortar 3 using equipment, materials and proportions, batch sizes, and process as 4 recommended by the manufacturer. 5 6 All repairs shall be float finished flush with the surrounding surface within 1 7 a tolerance of ⁄8 inch of a straight edge placed across the full width and 8 breadth of the repair area. 9 10 6-08.3(7)D Cure 11 All bridge deck repair areas shall be cured in accordance with the 12 manufacturer's recommendations and attain a minimum compressive 13 strength of 2,500 psi before allowing vehicular and foot traffic on the 14 repair and placing waterproofing membrane on the bridge deck over the 15 repair. 16 17 6-08.3(8) Waterproof Membrane for Structure Decks 18 This work consists of furnishing and placing a waterproof sheet membrane 19 system over a prepared Structure Deck prior to placing an HMA overlay. The 20 waterproof membrane system shall consist of a sheet membrane adhered to 21 the Structure Deck with a primer. 22 23 The Contractor shall comply with all membrane manufacturer’s installation 24 recommendations. 25 26 6-08.3(8)A Structure Deck Preparation 27 The Structure Deck and ambient air temperatures shall be above 50°F 28 and the Structure Deck shall be surface-dry at the time of the application 29 of the primer and membrane. 30 31 All areas of a Structure Deck that have fresh cast bridge deck concrete 32 less than 28 days old (not including bridge deck repair concrete placed in 33 accordance with Section 6-08.3(7)) shall cure for a period of time 34 recommended by the membrane manufacturer, or as specified by the 35 Engineer, before application of the membrane. 36 37 The entire Structure Deck and the sides of the curb and expansion joint 38 headers to the height of the HMA overlay shall be free of all foreign 39 material such as dirt, grease, etc. Prior to applying the primer or sheet 40 membrane, all dust and loose material shall be removed from the 41 Structure Deck with compressed air. All surface defects such as spalled 42 areas, cracks, protrusions, holes, sharp edges, ridges, etc., and other 43 surface imperfections greater than ¼ inch in width shall be corrected prior 44 to application of the membrane. 45 46 6-08.3(8)B Applying Primer 47 The primer shall be applied to the cleaned deck surfaces at the rate 48 according to the procedure recommended by the membrane 49 manufacturer. All surfaces to be covered by the membrane shall be 50 thoroughly and uniformly coated with primer. Structure Deck areas left 51 with existing well bonded waterproof membrane after bituminous

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 76

1 surfacing removal shall receive an application of primer in accordance 2 with the membrane manufacturer’s recommendations. Precautionary 3 measures shall be taken to ensure that pools and thick layers of primer 4 are not left on the deck surface. The membrane shall not be applied until 5 the primer has cured or volatile material has substantially dissipated, in 6 accordance with the membrane manufacturer’s recommendations. 7 8 The primer and waterproof membrane shall extend from the bridge deck 9 up onto the curb face and expansion joint header face the thickness of 10 the HMA overlay. The membrane shall adhere to the vertical surface. 11 12 6-08.3(8)C Placing Waterproof Membrane 13 Membrane application shall begin at the low point on the deck, and 14 continue in a lapped shingle pattern. The overlap shall be a minimum of 15 six inches or greater if recommended by the membrane manufacturer. 16 Membrane seams shall be sealed as recommended by the membrane 17 manufacturer. Hand rollers or similar tools shall be used on the applied 18 membrane to assure firm and uniform contact with the primed Structure 19 surfaces. 20 21 The fabric shall be neatly cut and contoured at all expansion joints and 22 drains. The cuts at bridge drains shall be two right angle cuts made to the 23 inside diameter of the bridge deck drain outlet, after which the corners of 24 the waterproof membrane shall be turned down into the drains and laid in 25 a coating of primer. 26 27 6-08.3(8)D Membrane Repair and Protection 28 The waterproof membrane will be visually inspected by the Engineer for 29 uniformity, tears, punctures, bonding, bubbles, wrinkles, voids and other 30 defects. All such deficiencies shall be repaired in accordance with the 31 membrane manufacturer’s recommendations prior to placement of the 32 HMA overlay. 33 34 The membrane material shall be protected from damage due to the 35 paving operations in accordance with the membrane manufacturer’s 36 recommendations. No traffic or equipment except that required for the 37 actual waterproofing and paving operations will be permitted to travel or 38 rest on the membrane until it is covered by the HMA overlay. The use of 39 windrows is not allowed for laydown of HMA on a membrane. 40 41 Where waterproofing membrane is placed in stages or applied at different 42 times, a strip of temporary paper shall be used to protect the membrane 43 overlap from the HMA hand removal methods. 44 45 6-08.3(9) Placing Bituminous Pavement on Structure Decks 46 HMA overlay shall be applied on Grade Controlled Structure Decks using 47 reference lines for vertical control in accordance with Section 5-04.3(3)C. 48 49 The compacted elevation of the HMA overlay on Structure Decks shall be 50 within ± 0.02 feet of the specified overlay thickness or Final Grade Profile as 51 applicable. Deviations from the final grade paving profile in excess of the

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 77

1 specified tolerance and areas of non-conforming surface smoothness shall be 2 corrected in accordance with Section 5-04.3(13). 3 4 Final grade Roadway transitions to a Structure Deck with Bituminous 5 Pavement shall not exceed a 0.20 percent change in grade in accordance 6 with the bridge deck transition for HMA overlay Standard Plan, unless shown 7 otherwise in the Plans. 8 9 Final grade compacted HMA elevations shall be higher than an adjacent 1 10 concrete edge by ¼ inch ± ⁄8 inch at all expansion joint headers and concrete 11 butt joints as shown in the concrete to asphalt butt joint details of the bridge 12 paving joint seals Standard Plan. This also applies to steel edges within the 13 limits of the overlay such as bridge drain frames and steel joint riser bars at 14 bridge expansion joints. 15 16 6-08.3(9)A Protection of Structure Attachments and Embedments 17 The Contractor is responsible for protecting all Structure attachments and 18 embedments from the application of BST and HMA. 19 20 Drainage inlets that are to remain open, and expansion joints, shall be 21 cleaned out immediately after paving is completed. Materials passing 22 through expansion joints shall be removed from the bridge within 10 23 working days. 24 25 All costs incurred by the Contractor in protective measures and clean up 26 shall be included in the unit Contract prices for the associated Bid items 27 of Work. 28 29 6-08.3(10) HMA Compaction on Structure Decks 30 Compaction of HMA on Structure Decks shall be in accordance with Section 31 5-04.3(10). 32 33 Work rejected in accordance with Section 5-04.3(11) shall include the 34 materials, work, and incidentals to repair an existing waterproof membrane 35 damaged by the removal of the rejected work. 36 37 6-08.3(11) Paved Panel Joint Seals and HMA Sawcut and Seal 38 Bridge paving joint seals shall be installed in accordance with Section 5- 39 04.3(12)B and the details shown in the Plans and Standard Plans. 40 41 When concrete joints are exposed after removal of Bituminous Pavement, the 42 joints shall be cleaned and sealed in accordance with Section 5-01.3(8) and 43 the paved panel joint seal details of the bridge paving joint seals Standard 44 Plan, including placement of the closed cell backer rod at the base of the 45 cleaned joint. If waterproofing membrane is required, the membrane shall be 46 slack or folded at the concrete joint to allow for Structure movements without 47 stress to the membrane. After placement of the HMA overlay, the second 48 phase of the paved panel joint seal shall be completed by sawing the HMA 49 and sealing the sawn joint in accordance with Section 5-04.3(12)B2. 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 78

1 6-08.4 Measurement 2 Removing existing Bituminous Pavement from Structure Decks will be measured 3 by the square yard of Structure Deck surface area with removed overlay. 4 5 Bridge deck repair will be measured by the square foot surface area of deck 6 concrete removed with the measurement taken at the plane of the top mat of steel 7 reinforcing bars. 8 9 Waterproof membrane will be measured by the square yard surface area of 10 Structure Deck and curb and header surface area covered by membrane. 11 12 6-08.5 Payment 13 Payment will be made for each of the following Bid items when they are included in 14 the Proposal: 15 16 “Structure Surveying”, lump sum. 17 18 “Removing Existing Overlay From Bridge Deck___”, per square yard. 19 The unit Contract price per square yard for "Removing Existing Overlay From 20 Bridge Deck___”, shall be full pay for performing the Work as specified for full 21 removal of Bituminous Pavement on Structure Decks, including the removal of 22 existing waterproof membrane and disposing of materials. 23 24 “Bridge Deck Repair Br. No.___”, per square foot. 25 The unit Contract price per square foot for "Bridge Deck Repair Br. No.___" 26 shall be full pay for performing the Work as specified, including removing and 27 disposing of the concrete within the repair area and furnishing, placing, 28 finishing, and curing the repair concrete. 29 30 “Waterproof Membrane Br. No.___”, per square yard. 31 The unit Contract price per square yard for "Waterproof Membrane Br. 32 No.___" shall be full pay for performing the Work as specified, including 33 repairing any damaged or defective waterproofing membrane and repair of 34 damaged HMA overlay. 35 36 Section 6-09, Modified Concrete Overlays 37 April 4, 2016

38 6-09.3(8)A Quality Assurance for Microsilica Modified and Modified 39 Concrete Overlays 40 The first sentence of the first paragraph is revised to read the following two new sentences: 41 42 The Engineer will perform slump, temperature, and entrained air tests for acceptance in 43 accordance with Section 6-02.3(5)D and as specified in this Section after the 44 Contractor has turned over the concrete for acceptance testing. Concrete samples for 45 testing shall be supplied to the Engineer in accordance with Section 6-02.3(5)E. 46 47 The last paragraph is deleted. 48

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 79

1 6-09.3(8)B Quality Assurance for Latex Modified Concrete Overlays 2 The first two paragraphs are deleted and replaced with the following: 3 4 The Engineer will perform slump, temperature, and entrained air tests for acceptance in 5 accordance with Section 6-02.3(5)D and as specified in this Section after the 6 Contractor has turned over the concrete for acceptance testing. The Engineer will 7 perform testing as the concrete is being placed. Samples shall be taken on the first 8 charge through each mobile mixer and every other charge thereafter. The sample shall 9 be taken after the first 2 minutes of continuous mixer operation. Concrete samples for 10 testing shall be supplied to the Engineer in accordance with Section 6-02.3(5)E. 11 12 The second to last sentence of the last paragraph is revised to read: 13 14 Recommendations made by the technical representative on or off the jobsite shall be 15 adhered to by the Contractor. 16 17 Section 6-10, Concrete Barrier 18 August 7, 2017

19 6-10.3(5) Temporary Concrete Barrier 20 This section title is revised to read: 21 22 Temporary Barrier 23 24 The first paragraph is revised to read: 25 26 For temporary barrier, the Contractor may use barrier or temporary 27 steel barrier. Temporary concrete barrier shall comply with Standard Plan 28 requirements and cross-sectional dimensions, except that: (1) it may be made in other 29 lengths than those shown in the Standard Plan, and (2) it may have permanent lifting 30 holes no larger than 4 inches in diameter or lifting loops. Temporary steel barrier shall 31 be certified that it meets the requirements of NCHRP 350 or MASH Test Level 3 or 4 32 and shall be installed in accordance with the manufacturer’s recommendations. 33 34 6-10.4 Measurement 35 The first sentence of the second paragraph is revised to read: 36 37 Temporary barrier will be measured by the linear foot along the completed line and 38 slope of the barrier, one time only for each setup of barrier protected area. 39 40 6-10.5 Payment 41 The Bid item “Temporary Conc. Barrier”, per linear foot, and the paragraph following this Bid 42 item, is revised to read: 43 44 “Temporary Barrier”, per linear foot. 45 46 The unit Contract price per linear foot for “Temporary Barrier” shall be full pay for all 47 costs, including furnishing, installing, connecting, anchoring, maintaining, temporary 48 storage, and final removal of the temporary barrier. 49

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 80

1 Section 6-12, Noise Barrier Walls 2 January 3, 2017

3 6-12.3(9) Access Doors and Concrete Landing Pads 4 The first sentence of the last paragraph is revised to read: 5 6 The Contractor shall construct concrete landing pads for each access door location as 7 shown in the Plans. 8 9 6-12.5 Payment 10 In the paragraph following the bid item “Noise Barrier Wall Access Door”, per each, 11 “concrete landing pad” is revised to read “concrete landing pads”. 12 13 Section 6-14, Geosynthetic Retaining Walls 14 January 3, 2017

15 6-14.3(2) Submittals 16 The first sentence of the first paragraph is revised to read: 17 18 The Contractor shall submit Type 2E Working Drawings consisting of detailed plans for 19 each wall. 20 21 6-14.5 Payment 22 The bid item “Concrete Fascia Panel”, per square foot, and the paragraph following this bid 23 item are revised to read: 24 25 “Concrete Fascia Panel For Geosynthetic Wall”, per square foot. 26 27 All costs in connection with constructing the concrete fascia panels as specified shall 28 be included in the unit Contract price per square foot for “Concrete Fascia Panel For 29 Geosynthetic Wall”, including all steel reinforcing bars, premolded joint filler, 30 polyethylene bond breaker strip, joint sealant, PVC pipe for weep holes, exterior 31 surface finish, and pigmented sealer (when specified), constructing and placing the 32 concrete footing, edge beam, anchor beam, anchor rod assembly, and backfill. 33 34 Section 6-19, Shafts 35 January 3, 2017

36 6-19.3 Construction Requirements 37 This section is supplemented with the following new subsection: 38 39 6-19.3(10) Engineer’s Final Acceptance of Shafts 40 The Engineer will determine final acceptance of each shaft, based on the 41 nondestructive QA test results and analysis for the tested shafts, and will provide a 42 response to the Contractor within 3 working days after receiving the test results and 43 analysis submittal. 44 45 6-19.3(1)B Nondestructive Testing of Shafts 46 This section’s content is deleted and replaced with the following new subsections: 47

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 81

1 6-19.3(1)B1 Nondestructive Quality Assurance (QA) Testing of Shafts 2 Unless otherwise specified in the Special Provisions, the Contractor shall perform 3 nondestructive QA testing of shafts, except for those constructed completely in the dry. 4 Either crosshole sonic log (CSL) testing in accordance with ASTM D 6760 or thermal 5 integrity profiling (TIP) testing in accordance with ASTM D 7949 shall be used. 6 7 6-19.3(1)B2 Nondestructive Quality Verification (QV) Testing of Shafts 8 The Contracting Agency may perform QV nondestructive testing of shafts that have 9 been QA tested by the Contractor. The Contracting Agency may test up to ten percent 10 of the shafts. The Engineer will identify the shafts selected for QV testing and the 11 testing method the Contracting Agency will use. 12 13 The Contractor shall accommodate the Contracting Agency’s nondestructive testing. 14 15 6-19.3(2) Shaft Construction Submittal 16 This section is revised to read: 17 18 The shaft construction submittal shall be comprised of the following four components: 19 construction experience; shaft installation narrative; shaft slurry technical assistance; 20 and nondestructive QA testing personnel. The submittals shall be Type 2 Working 21 Drawings, except the shaft slurry technical assistance and nondestructive QA testing 22 personnel submittals shall be Type 1. 23 24 This section is supplemented with the following new subsection: 25 26 6-19.3(2)D Nondestructive QA Testing Organization and Personnel 27 The Contractor shall submit the names of the testing organizations, and the names of 28 the personnel who will conduct nondestructive QA testing of shafts. The submittal shall 29 include documentation that the qualifications specified below are satisfied. For TIP 30 testing, the testing organization is the group that performs the data analysis and 31 produces the final report. The testing organizations and the testing personnel shall 32 meet the following minimum qualifications: 33 34 1. The testing organization shall have performed nondestructive tests on a 35 minimum of three deep foundation projects in the last two years. 36 37 2. Personnel conducting the tests for the testing organization shall have a 38 minimum of one year experience in nondestructive testing and interpretation. 39 40 3. The experience requirements for the organization and personnel shall be 41 consistent with the testing methods the Contractor has selected for 42 nondestructive testing of shafts. 43 44 4. Personnel preparing test reports shall be a Professional Engineers, licensed 45 under Title 18 RCW, State of Washington, and in accordance with WAC 196- 46 23-020. 47 48 6-19.3(3) Shaft Excavation 49 The second paragraph is revised to read: 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 82

1 Shaft excavation shall not be started until the Contractor has received the Engineer’s 2 acceptance for the reinforcing steel centralizers required when the casing is to be 3 pulled during concrete placement. 4 5 This section is supplemented with the following: 6 7 Except as otherwise noted, the Contractor shall not commence subsequent shaft 8 excavations until receiving the Engineer’s acceptance of the first shaft, based on the 9 results and analysis of the nondestructive testing for the first shaft. The Contractor may 10 commence subsequent shaft excavations prior to receiving the Engineer’s acceptance 11 of the first shaft, provided the following condition is satisfied: 12 13 The Engineer permits continuing with shaft construction based on the Engineer’s 14 observations of the construction of the first shaft, including, but not limited to, 15 conformance to the shaft installation narrative in accordance with Section 6- 16 19.3(2)B, and the Engineer’s review of Contractor’s daily reports and Inspector’s 17 daily logs concerning excavation, steel reinforcing bar placement, and concrete 18 placement. 19 20 6-19.3(5)B Steel Reinforcing Bar Cage Centralizers 21 This section is supplemented with the following new sentence: 22 23 The Contractor shall furnish and install additional centralizers as required to maintain 24 the specified concrete cover throughout the length of the shaft. 25 26 6-19.3(5)C Concrete Cover Over Steel Reinforcing Bars 27 In the table, the second column (including heading) is revised to read: 28 Minimum Concrete Cover, and Concrete Cover Tolerance, Except at Permanent Slip Casing (Inches) 3, -1½ 4, -2 4, -2 6, -3 29 30 The following new paragraph is inserted after the table: 31 32 The concrete cover tolerances specified above apply to the concrete cover specified in 33 the Plans, even if it exceeds the minimum concrete cover. 34 35 6-19.3(6) Access Tubes for Crosshole Sonic Log (CSL) Testing 36 This section title is revised to read: 37 38 6-19.3(6) Contractor Furnished Accessories for Nondestructive QA Testing 39 40 This section is supplemented with the following three new subsections: 41

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 83

1 6-19.3(6)D Shafts Requiring Thermal Wire 2 The Contractor shall furnish and install thermal wire in all shafts receiving the thermal 3 wire method of TIP testing, except as otherwise noted in Section 6-19.3(1)B1. 4 5 6-19.3(6)E Thermal Wire and Thermal Access Points (TAPs) 6 The thermal wire and associated couplers shall be obtained from the source specified 7 in the Special Provisions. 8 9 The Contractor shall securely attach the thermal wire to the interior of the 10 reinforcement cage of the shaft in conformance with the supplier’s instructions. At a 11 minimum, one thermal wire shall be furnished and installed for each foot of shaft 12 diameter, rounded to the nearest whole number, as shown in the Plans. The number of 13 thermal wires for shaft diameters specified as "X feet 6 inches" shall be rounded up to 14 the next higher whole number. The thermal wires shall be placed around the shaft, 15 inside the spiral or hoop reinforcement, and tied to the vertical reinforcement with 16 plastic "zip" ties at a maximum spacing of 2-feet. Steel tie wire shall not be used. 17 18 The thermal wire shall be installed in straight alignment and taut, but with enough slack 19 to not be damaged during reinforcing cage lofting. The wires shall be as near to parallel 20 to the vertical axis of the reinforcement cage as possible. The thermal wire shall extend 21 from the bottom of the reinforcement cage to the top of the shaft, with 15-feet of slack 22 wire provided above the top of shaft. Care shall be taken to prevent damaging the 23 thermal wires during reinforcement cage installation and concrete placement 24 operations in the shaft excavation. 25 26 After completing shaft reinforcement cage fabrication at the site and prior to installation 27 of the cage into the shaft excavation, the Contractor shall install and connect thermal 28 access points (TAPs) to the thermal wires. The TAPs shall record data for at least one 29 hour after the cage is placed in the excavation to measure the slurry temperature and 30 enable the steel and slurry temperatures to equilibrate prior to placing concrete in the 31 shaft. The TAPs shall record and store data every 15 minutes. The TAPs shall remain 32 active for a minimum of 36 hours. 33 34 Prior to beginning concrete placement the TAPs shall be checked to ensure they are 35 recording data and that the wires have not been damaged. If a TAP unit is not 36 functioning due to a damaged wire, the Contractor shall repair or replace the wire. If a 37 TAP unit fails or a wire breaks after concrete placement has started, the Contractor 38 shall not stop the concrete placement operation to repair the wire. 39 40 6-19.3(6)F Use of Access Tubes for TIP Testing Under the Thermal Probe Method 41 The Contractor may use access tubes for TIP testing under the thermal probe method. 42 Access tubes shall be cared for in accordance with Section 6-19.3(6)C. Prior to TIP 43 testing under the thermal probe method, the water in each tube shall be removed, 44 collected, and stored in an insulated container. The access tube shall be blown dry and 45 swabbed to remove residual water. After TIP testing, the collected and stored tube 46 water shall be introduced back into the access tube. New potable water may be used, 47 provided the water temperature is not more than 10°F cooler than the average concrete 48 temperature measured by the probe. 49 50 6-19.3(6)A Shafts Requiring CSL Access Tubes 51 This section, including title, is revised to read:

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 84

1 2 6-19.3(6)A Shafts Requiring Access Tubes 3 The Contractor shall furnish and install access tubes in all shafts receiving CSL testing 4 or the thermal probe method of TIP testing, except as otherwise noted in Section 6- 5 19.3(1)B1. 6 7 6-19.3(6)B Orientation and Assembly of the CSL Access Tubes 8 This section’s title is revised to read: 9 10 6-19.3(6)B Orientation and Assembly of the Access Tubes 11 12 6-19.3(6)C Care for CSL Access Tubes from Erection through CSL Testing 13 This section’s title is revised to read: 14 15 6-19.3(6)C Care for Access Tubes from Erection Through Nondestructive QA 16 Testing 17 18 The second sentence is revised to read: 19 20 The Contractor shall keep all of a shaft’s access tubes full of water through the 21 completion of nondestructive QA testing of that shaft. 22 23 6-19.3(7)A Concrete Class for Shaft Concrete 24 This section is revised to read: 25 26 Shaft concrete shall be Class 5000P conforming to Section 6-02. 27 28 6-19.3(7)B Concrete Placement Requirements 29 The last sentence of the last paragraph is revised to read: 30 31 The Section 6-02.3(6) restriction for 5 feet maximum free fall shall not apply to 32 placement of concrete into a shaft. 33 34 6-19.3(7)I Requirements for Placing Concrete Above the Top of Shaft 35 This section is revised to read: 36 37 Concrete shall not be placed above the top of shaft (for column splice zones, columns, 38 footings, or shaft caps) until the Contractor receives the Engineer’s acceptance of 39 nondestructive QA testing, if performed at that shaft, and acceptance of the shaft. 40 41 6-19.3(9) Nondestructive Testing of Shafts (Crosshole Sonic Log (CSL) 42 Testing) 43 This section, including title, is revised to read: 44 45 6-19.3(9) Nondestructive QA Testing of Shafts 46 The Contractor shall provide nondestructive QA testing and analysis on all shafts with 47 access tubes or thermal wires and TAPs facilitating the testing (See Section 6- 48 19.3(1)B). The testing and analysis shall be performed by the testing organizations 49 identified by the Contractor’s submittal in accordance with Section 6-19.3(2)D. 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 85

1 The Engineer may direct that additional testing be performed at a shaft if anomalies or 2 a soft bottom are detected by the Contractor’s testing. If additional testing at a shaft 3 confirms the presence of a defect(s) in the shaft, the testing costs and the delay costs 4 resulting from the additional testing shall be borne by the Contractor in accordance with 5 Section 1-05.6. If the additional testing indicates that the shaft has no defect, the 6 testing costs and the delay costs resulting from the additional testing will be paid by the 7 Contracting Agency in accordance with Section 1-05.6, and, if the shaft construction is 8 on the critical path of the Contractor’s schedule, a time extension equal to the delay 9 created by the additional testing will be granted in accordance with Section 1-08.8. 10 11 6-19.3(9)A Schedule of CSL Testing 12 This section, including title, is revised to read: 13 14 6-19.3(9)A TIP Testing Using Thermal Probes or CSL Testing 15 If selected as the nondestructive QA testing method by the Contractor, TIP testing 16 using thermal probes, or CSL testing shall be performed after the shaft concrete has 17 cured at least 96 hours. Additional curing time prior to testing may be required if the 18 shaft concrete contains admixtures, such as set retarding admixture or water-reducing 19 admixture, added in accordance with Section 6-02.3(3). The additional curing time prior 20 to testing required under these circumstances shall not be grounds for additional 21 compensation or extension of time to the Contractor in accordance with Section 1-08.8. 22 23 6-19.3(9)B Inspection of CSL Access Tubes 24 This section’s title is revised to read: 25 26 6-19.3(9)B Inspection of Access Tubes 27 28 6-19.3(9)C Engineer’s Final Acceptance of Shafts 29 This section, including title, is revised to read: 30 31 6-19.3(9)C TIP Testing With Thermal Wires and TAPs 32 If selected as the nondestructive QA testing method by the Contractor, TIP testing with 33 thermal wires and TAPs (See Section 6-19.3(6)E) shall be performed. The TIP testing 34 shall commence at the beginning of the concrete placement operation, recording 35 temperature readings at 15-minute intervals until the peak temperature is captured in 36 the data. Additional curing time may be required if the shaft concrete contains 37 admixtures, such as set retarding admixture or water-reducing admixture, added in 38 accordance with Section 6-02.3(3). The additional curing time required under these 39 circumstances shall not be grounds for additional compensation or extension of time to 40 the Contractor in accordance with Section 1-08.8. 41 42 TIP testing shall be conducted at all shafts in which thermal wires and TAPs have been 43 installed for thermal wire analysis (Section 6-19.3(6)A). 44 45 6-19.3(9)D Requirements to Continue Shaft Excavation Prior to Acceptance of 46 First Shaft 47 This section, including title, is revised to read: 48

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 86

1 6-19.3(9)D Nondestructive QA Testing Results Submittal 2 The Contractor shall submit the results and analysis of the nondestructive QA testing 3 for each shaft tested. The Contractor shall submit the test results within three working 4 days of testing. Results shall be a Type 1 Working Drawing presented in a written 5 report. 6 7 TIP reports shall include: 8 9 1. A map or plot of the wire/tube location within the shaft and their position 10 relative to a known and identifiable location, such as North. 11 12 2. Graphical displays of temperature measurements versus depth of each wire 13 or tube for the analysis time selected, overall average temperature with depth, 14 shaft radius or diameter with depth, concrete cover versus cage position with 15 depth, and effective radius. 16 17 3. The report shall identify unusual temperatures, particularly significantly cooler 18 local deviations from the overall average. 19 20 4. The report shall identify the location and extent where satisfactory or 21 questionable concrete is identified. 22 23 a. Satisfactory (S) - 0 to 6% Effective Radius Reduction and Cover Criteria 24 Met 25 26 b. Questionable (Q) - Effective Local Radius Reduction > 6%, Effective 27 Local Average Diameter Reduction > 4%, or Cover Criteria Not Met 28 29 5. Variations in temperature between wire/tubes (at each depth) which in turn 30 correspond to variations in cage alignment. 31 32 6. Where shaft specific construction information is available (e.g. elevations of 33 the top of shaft, bottom of casing, bottom of shaft, etc.), these values shall be 34 noted on all pertinent graphical displays. 35 36 CSL reports shall include: 37 38 1. A map or plot of the tube location within the shaft and their position relative to 39 a known and identifiable location, such as North. 40 41 2. Graphical displays of CSL Energy versus Depth and CSL signal arrival time 42 versus depth or velocity versus depth. 43 44 3. The report shall identify the location and extent where good, questionable, 45 and poor concrete is identified, where no signal was received, or where water 46 is present. 47 48 a. Good (G) - No signal distortion and decrease in signal velocity of 10% or 49 less is indicative of good quality concrete. 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 87

1 b. Questionable (Q) - Minor signal distortion and a lower signal amplitude 2 with a decrease in signal velocity between 10% and 20%. 3 4 c. Poor (P) - Severe signal distortion and much lower signal amplitude with 5 a decrease in signal velocity of 20% or more. 6 7 d. No Signal (NS) - No signal was received. 8 9 e. Water (W) - A measured signal velocity of nominally V = 4,800 to 5,000 10 fps. 11 12 All QA test reports will provide a recommendation to accept the shaft as-is, 13 recommendation for further review by the Engineer, or will provide a plan for further 14 testing, investigation or repair to address any deficiencies identified by the testing. 15 16 6-19.3(9)E Additional CSL Testing 17 This section, including title, is revised to read: 18 19 6-19.3(9)E Vacant 20 21 6-19.3(9)I Requirements for CSL Access Tubes and Cored Holes After CSL 22 Testing 23 This section’s title is revised to read: 24 25 6-19.3(9)I Requirements for Access Tubes and Cored Holes After CSL Testing 26 27 6-19.4 Measurement 28 This section is revised to read: 29 30 Constructing shafts will be measured by the linear foot. The linear foot measurement 31 will be calculated using the top of shaft elevation and the bottom of shaft elevation for 32 each shaft as shown in the Plans. 33 34 Rock excavation for shaft, including haul, will be measured by the linear foot of shaft 35 excavated. The linear feet measurement will be computed using the top of the rock 36 line, defined as the highest bedrock point within the shaft diameter, and the bottom 37 elevation shown in the Plans. 38 39 QA shaft test will be measured once per shaft tested. 40 41 6-19.5 Payment 42 This section is revised to read: 43 44 Payment will be made for the following Bid items when they are included in the 45 Proposal: 46 47 “Constructing___Diam. Shaft”, per linear foot. 48 The unit Contract price per linear foot for “Constructing___Diam. Shaft” shall be 49 full pay for performing the Work as specified, including: 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 88

1 1. Soil excavation for shaft, including all costs in connection with furnishing, 2 mixing, placing, maintaining, containing, collecting, and disposing of all 3 mineral, synthetic and water slurry, and disposing of groundwater 4 collected by the excavated shaft. 5 6 2. Furnishing and placing temporary shaft casing, including temporary 7 casing in addition to the required casing specified in the Special 8 Provisions, and including all costs in connection with completely 9 removing the casing after completing shaft construction. 10 11 3. Furnishing permanent casing for shaft. 12 13 4. Placing permanent casing for shaft. 14 15 5. Casing shoring, including all costs in connection with furnishing and 16 installing casing shoring above the specified upper limit for casing shoring 17 but necessary to provide for sufficient water head pressure to resist 18 artesian water pressure present in the shaft excavation, removing casing 19 shoring, and placing seals when required. 20 21 6. Furnishing and placing steel reinforcing bar and epoxy-coated steel 22 reinforcing bar, including furnishing and installing steel reinforcing bar 23 centralizers. 24 25 7. Installation of CSL tubes or thermal wires. 26 27 8. Furnishing, placing and curing concrete to the top of shaft or to the 28 construction joint at the base of the shaft-column splice zone as 29 applicable. 30 31 Payment for “Constructing___Diam. Shaft” will be made upon Engineer 32 acceptance of the shaft, including completion of satisfactory QA shaft tests as 33 applicable. 34 35 “Rock Excavation For Shaft Including Haul”, per linear foot. 36 When rock excavation is encountered, payment for rock excavation is in addition 37 to the unit Contract price per linear foot for “Constructing___Diam. Shaft” 38 39 “Shoring Or Extra Excavation Cl. A - ___”, lump sum. 40 The lump sum Contract price for “Shoring Or Extra Excavation Cl. A - ___” shall be 41 full pay for performing the Work as specified, including all costs in connection with 42 all excavation outside the limits specified for soil and rock excavation for shaft 43 including haul, all temporary telescoping casings, and all temporary casings 44 beyond the limits of required temporary casing specified in the Special Provisions. 45 46 “QA Shaft Test”, per each. 47 The unit Contract price per each for “QA Shaft Test” shall be full pay for performing 48 the Work as specified, including operating all associated accessories necessary to 49 record and process data and develop the summary QA test reports. Section 1-04.6 50 does not apply to this bid item. 51

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 89

1 “Removing Shaft Obstructions”, estimated. 2 Payment for removing, breaking-up, or pushing aside shaft obstructions, as 3 defined in Section 6-19.3(3)E, will be made for the changes in shaft construction 4 methods necessary to deal with the obstruction. The Contractor and the Engineer 5 shall evaluate the effort made and reach agreement on the equipment and 6 employees utilized, and the number of hours involved for each. Once these cost 7 items and their duration have been agreed upon, the payment amount will be 8 determined using the rate and markup methods specified in Section 1-09.6. For 9 the purpose of providing a common proposal for all Bidders, the Contracting 10 Agency has entered an amount for the item “Removing Shaft Obstructions” in the 11 Bid Proposal to become a part of the total Bid by the Contractor. 12 13 If drilled shaft tools, cutting teeth, casing or Kelly bar is damaged as a result of the 14 obstruction removal work, the Contractor will be compensated for the costs to 15 repair this equipment in accordance with Section 1-09.6. 16 17 If shaft construction equipment is idled as a result of the Work required to deal with 18 the obstruction and cannot be reasonably reassigned within the project, then 19 standby payment for the idled equipment will be added to the payment 20 calculations. If labor is idled as a result of the Work required to deal with the 21 obstruction and cannot be reasonably reassigned within the project, then all labor 22 costs resulting from Contractor labor agreements and established Contractor 23 policies will be added to the payment calculations. 24 25 The Contractor shall perform the amount of obstruction Work estimated by the 26 Contracting Agency within the original time of the Contract. The Engineer will 27 consider a time adjustment and additional compensation for costs related to the 28 extended duration of the shaft construction operations, provided: 29 30 1. The dollar amount estimated by the Contracting Agency has been 31 exceeded, and 32 33 2. The Contractor shows that the obstruction removal Work represents a 34 delay to the completion of the project based on the current progress 35 schedule provided in accordance with Section 1-08.3. 36 37 38 Section 7-02, Culverts 39 January 3, 2017

40 7-02.2 Materials 41 The following three new items are inserted after the item “Aggregate for Portland Cement 42 Concrete: 43 44 Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 45 Butyl Rubber Sealant 9-04.11 46 External Sealing Band 9-04.12 47 48 The last paragraph is deleted. 49

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 90

1 7-02.3(6) Precast Reinf. Conc. Three Sided Structures, Box Culverts and Split 2 Box Culverts 3 This section is supplemented with the following new paragraph: 4 5 When the Plans include a complete set of design details for a Structure (defining panel 6 shapes and dimensions, concrete strength requirements, and steel reinforcing bar, 7 joint, and connection details), the design and load rating preparation and calculation 8 submittal requirements of Sections 7-02.3(6)A1 and 7-02.3(6)A2 do not apply for the 9 components shown in the Plans, but all other requirements of this Section remain in 10 effect. The Contractor may propose alternate concrete culvert designs, 11 accommodating the same rise, span, and length as shown in the Plans, to replace the 12 Structure details shown in the Plans. If an alternate concrete culvert design is 13 proposed, all of the requirements of this Section, including design and load rating 14 preparation and calculation submittal, apply. 15 16 7-02.3(6)A General 17 This section is supplemented with the following two new paragraphs: 18 19 Tolerances for PRCTSS shall be as follows: 20 21 1. Internal Dimensions – The internal dimension shall not vary more than 1 22 percent or 2 inches, whichever is less, from the Plan dimensions. The haunch 3 23 dimensions shall not vary more than ⁄4 inch from the Plan dimensions. 24 25 2. Slab and Wall Thickness – The slab and wall thickness shall not be less than 26 that shown in the Plans by more than 5 percent or ½ inch, whichever is 27 greater. A thickness more than that required in the Plans will not be a cause 28 for rejection if proper joining is not affected. 29 30 3. Length of Opposite Surfaces – Variations in lengths of two opposite surfaces 3 31 of the three-sided section shall not be more than ⁄4 inch unless beveled 32 sections are being used to accommodate a curve in the alignment. 33 34 4. Reinforcing steel placement shall meet the tolerances specified in Section 6- 35 02.3(24)C. 36 37 Tolerances for PRCBC and PRCSBC shall be as follows: 38 39 1. Internal Dimensions – The internal dimensions shall not vary more than 1 40 percent from the Plan dimensions. If haunches are used, the haunch 41 dimensions shall not vary more than ¼ inch from the Plan dimensions. 42 43 2. Slab and Wall Thickness – The slab and wall thickness shall not be less than 3 44 that shown in the Plans by more than 5 percent or ⁄16 inch, whichever is 45 greater. A thickness more than that required in the Plans will not be a cause 46 for rejection. 47 48 3. Length of Opposite Box Segments – Variations in lengths of two opposite 1 49 surfaces of the box segments shall not be more than ⁄8 inch per foot of 5 50 internal span, with a maximum of ⁄8 inch for all sizes through 7 feet internal

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 91

1 span, and a maximum of ¾ inch for internal spans greater than 7 feet, except 2 where beveled sections are being used to accommodate a curve in the 3 alignment. 4 5 4. Length of Box Segments – The underrun in length of a segment shall not be 1 1 6 more than ⁄8 inch per foot of length with a maximum of ⁄2 inch in any box 7 segment. 8 9 5. Length of Legs and Slabs – The variation in length of the legs shall not be 1 5 10 more than ⁄8 inch per foot of the rise of the leg per leg with a maximum of ⁄8 11 inches. The differential length between opposing legs of the same segment 1 12 shall not be more than ⁄2 inch. Length of independent top slab spans shall not 1 13 vary by more than ⁄8 inch per foot of span of the top slab, with a maximum of 5 14 ⁄8 inches. 15 16 6. Reinforcing steel placement shall meet the tolerances specified in Section 6- 17 02.3(24)C. 18 19 This section is supplemented with the following new subsection: 20 21 7-02.3(6)A5 Wingwalls and Retaining Walls 22 Wingwalls and retaining walls (including cutoff walls and headwalls) shall be 23 constructed in accordance with the Contractor’s design and Working Drawing submittal 24 or when the Plans include a complete set of design details for a wall (defining panel 25 shapes and dimensions, concrete strength requirements, and steel reinforcing bar, 26 joint, and connection details),the details shown in the Plans. 27 28 Precast concrete construction shall conform to Sections 6-02.3(28) and 6-11.3(3). 29 30 Culvert bedding material shall be furnished, placed, and compacted in accordance with 31 Section 7-02.3(6)A4. 32 33 7-02.3(6)A1 Design Criteria 34 The first sentence of the last paragraph is revised to read: 35 36 Whenever the minimum finished backfill or surfacing depth above the top of the 37 Structure is less than 1’-0” (except when the top of the Structure is directly exposed to 38 vehicular traffic), either all steel reinforcing bars in the span unit shall be epoxy-coated 39 with 2" minimum concrete cover from the face of concrete to the face of the top mat of 40 steel reinforcing bars, or the minimum concrete cover shall be 2½". 41 42 The last sentence of the last paragraph is revised to read: 43 44 Concrete cover from the face of any concrete surface to the face of any steel 45 reinforcement shall be 1-inch minimum end clearance at all joints, and 2-inches 46 minimum at all other locations. 47 48 7-02.3(6)A2 Submittals 49 The first paragraph is revised to read: 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 92

1 The Contractor shall submit shop drawings of the precast Structures. Fabrication shop 2 drawings replicating complete design details when shown in the Plans shall be Type 2 3 Working Drawings. Submittals completing the design based on the schematic 4 geometric requirements shown in the Plans, or proposing a Contractor designed 5 alternative concrete culvert Structure shall be Type 2E Working Drawings with 6 supporting design calculations. 7 8 The last paragraph is revised to read: 9 10 For precast Structures with a span length greater than 20-feet (as defined in Section 7- 11 02.3(6)A1), except when the depth of fill above the top of culvert exceeds the Structure 12 span length, a Type 2E Working Drawing shall be submitted consisting of a load rating 13 report prepared in accordance with the AASHTO Manual for Bridge Evaluation and 14 WSDOT Bridge Design Manual LRFD M 23-50 Chapter 13. Soil pressures used shall 15 include effects from the backfill material and compaction methods, and shall be in 16 accordance with the WSDOT Geotechnical Design Manual M 46-03 and the 17 geotechnical report prepared for the project. 18 19 7-02.3(6)A3 Casting 20 This section is revised to read: 21 22 Concrete shall conform to Section 6-02.3(28)B, with a 28-day compressive strength as 23 specified in the Plans or the Working Drawings submittal. 24 25 7-02.3(6)A4 Excavation and Bedding Preparation 26 The last paragraph is revised to read: 27 28 The upper layer of bedding course shall be a 6-inch minimum thickness layer of culvert 29 bedding material, defined as granular material either conforming to Section 9-03.12(3) 30 or to AASHTO Grading No. 57 as specified in Section 9-03.1(4)C. The plan limits of 31 the culvert bedding material shall extend 1-foot beyond the plan limits of the culvert or 32 the Structure footing as applicable. The culvert bedding material shall be compacted in 33 accordance with the Section 2-09.3(1)E requirements for gravel backfill for drains. 34 After compaction, the culvert bedding material shall be screeded transversely to the 35 specified line and grade. Voids in the screeded culvert bedding material shall be filled 36 and then rescreeded prior to erecting the precast Structure. 37 38 7-02.3(6)B3 Erection 39 The last paragraph is revised to read: 40 41 Adjacent precast sections shall be connected by welding the weld-tie anchors in 42 accordance with Section 6-03.3(25). Welding ground shall be attached directly to the 43 steel plates being welded when welding the weld-ties. The weld-tie anchor spacing 44 shall not exceed 6’-0”. After connecting the weld-tie anchors, the Contractor shall paint 45 the exposed metal surfaces with one coat of field primer conforming to Section 9- 46 08.1(2)F. Keyways shall be filled with grout conforming to Section 9-20.3(2). 47 48 7-02.3(6)C1 Casting 49 This section is revised to read: 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 93

1 PRCSBC shall consist of lid elements and “U” shaped base elements. The vertical legs 2 of the “U” shaped base elements shall be full height matching the rise of the culvert, 3 except as otherwise specified for culvert spans greater than 20-feet. For PRCSBC 4 spans greater than 20-feet (as defined in Section 7-02.3(6)A1), the lid elements may 5 include vertical legs of a maximum length of 4-feet. 6 7 All vertical and horizontal joints of PRCBC and PRCSBC elements shall be tongue and 8 groove type joints, except PRCBC and PRCSBC of 20-foot span or less may have 9 keyway joints connected by weld-tie anchors in accordance with Section 6-02.3(25)O. 10 The weld-tie anchor spacing shall not exceed 6’-0”. There shall be at least two 11 galvanized steel tie plates across each top unit tongue and groove joint and each 12 tongue and groove joint between upper and lower units, unless otherwise shown in the 13 Plans or required by the seismic designed completed in accordance with Section 7- 14 02.3(6)A1. 15 16 7-02.3(6)C3 Erection 17 This section is revised to read: 18 19 PRCBC and PRCSBC shall be erected and backfilled in accordance with the erection 20 sequence specified in the Working Drawing submittal, and the construction equipment 21 restrictions specified in Section 6-02.3(25)O. 22 23 The Contractor shall install a continuous strip of butyl rubber sealant within all tongue 24 and groove joints prior to connecting the precast elements together. The butyl rubber 1 1 25 sealant shall have a minimum cross section of ⁄2-inch by 1 ⁄2-inch, unless otherwise 26 shown in the Plans. 27 28 After connecting the joints with weld-tie anchors, the Contractor shall paint the exposed 29 metal surfaces with one coat of field primer conforming to Section 9-08.1(2)F. Keyways 30 shall be filled with grout conforming to Section 9-20.3(2). 31 32 The Contractor shall wrap all exterior joints along the top and sides of the PRCBC and 33 PRCSBC with a 12-inch wide strip of external sealing band centered about the joint 34 and adhesively bonded to the concrete surface. 35 36 Backfill beside the PRCBC and PRCSBC shall be brought up in sequential layers, 37 compacted concurrently. The difference in backfill height on opposing sides of the 38 Structure shall not exceed 2-feet. 39 40 7-02.4 Measurement 41 This section is supplemented with the following: 42 43 Culvert bedding material will be measured by the cubic yard of material placed. 44 45 7-02.5 Payment 46 This section is supplemented with the following: 47 48 “Culvert Bedding Material”, per cubic yard. 49

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 94

1 Section 7-08, General Pipe Installation Requirements 2 January 3, 2017

3 7-08.3(1)A Trenches 4 The second sentence of the last paragraph is revised to read: 5 6 The embankment material shall be compacted to 95 percent of maximum density and 7 the moisture content at the time of compaction shall be between optimum and 3 8 percentage points below optimum as determined by the Compaction Control Tests 9 specified in Section 2-03.3(14)D. 10 11 Section 7-09, Water Mains 12 April 3, 2017

13 7-09.3(24)D Dry Calcium Hypochlorite 14 The second paragraph is revised to read: 15 16 The number of grams of 70 percent test calcium hypochlorite required for a 20-foot 17 length of pipe equals 0.238 × d2, in which “d” is the diameter in inches. 18 19 Section 8-01, Erosion Control and Water Pollution Control 20 August 1, 2016

21 8-01.2 Materials 22 This section is supplemented with the following new paragraph: 23 24 Recycled concrete, in any form, shall not be used for any Work defined in Section 8-01. 25 26 8-01.3(7) Stabilized Construction Entrance 27 The last sentence of the first paragraph is revised to read: 28 29 Material used for stabilized construction entrance shall be free of extraneous materials 30 that may cause or contribute to track out. 31 32 8-01.3(8) Street Cleaning 33 This section is revised to read: 34 35 Self-propelled street sweepers shall be used to remove and collect sediment and other 36 debris from the Roadway, whenever required by the Engineer. The street sweeper 37 shall effectively collect these materials and prevent them from being washed or blown 38 off the Roadway or into waters of the State. Street sweepers shall not generate fugitive 39 dust and shall be designed and operated in compliance with applicable air quality 40 standards. 41 42 Material collected by the street sweeper shall be disposed of in accordance with 43 Section 2-03.3(7)C. 44 45 Street washing with water will require the concurrence of the Engineer. 46

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 95

1 Section 8-09, Raised Pavement Markers 2 January 3, 2017

3 8-09.5 Payment 4 In the last paragraph, “flaggers and spotters” is revised to read “flaggers”. 5 6 Section 8-10, Guide Posts 7 January 4, 2016

8 8-10.3 Construction Requirements 9 The last sentence of the second paragraph is deleted. 10 11 Section 8-11, Guardrail 12 January 17, 2017

13 8-11.3(1)C Terminal and Anchor Installation 14 This section is supplemented with the following new paragraph: 15 16 Beam Guardrail Non-flared Terminals for Type 1 guardrail shall meet the crash test and 17 evaluation criteria of NCHRP 350 or the Manual for Assessing Safety Hardware 18 (MASH). Beam Guardrail Non-flared Terminals for Type 31 guardrail shall meet the 19 crash test and evaluation criteria of MASH. 20 21 8-11.3(1)F Removing and Resetting Beam Guardrail 22 The last sentence of the first paragraph is deleted. 23 24 8-11.5 Payment 25 The paragraph following the Bid item “Removing and Resetting Beam Guardrail”, per linear 26 foot is revised to read: 27 28 The unit Contract price per linear foot for “Removing and Resetting Beam Guardrail” 29 shall be full payment for all costs to perform the Work as described in Section 8- 30 11.3(1)F, except for replacement posts and blocks. 31 32 The paragraph following the Bid item “Raising Existing Beam Guardrail”, per linear foot is 33 revised to read: 34 35 The unit Contract price per linear foot for “Raising Existing Beam Guardrail” shall be full 36 payment for all costs to perform the Work as described in Section 8-11.3(1)E, except 37 for replacement posts and blocks. 38 39 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation 40 Systems, and Electrical 41 August 7, 2017

42 8-20.1 Description 43 This section is supplemented with the following new subsection: 44

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 96

1 8-20.1(3) Permitting and Inspections 2 Electrical installations are subject to electrical inspection in accordance with RCW 3 19.28.101. Electrical inspections may only be performed by an electrical inspector 4 meeting the requirements of RCW 19.28.321. Electrical installations will not be 5 accepted until they have been inspected and approved by an electrical inspector as 6 required by this Section. This inspection is required even if there is no new electrical 7 service or new electrical meter being installed in the Contract. 8 9 Installations within WSDOT right of way are subject to a minimum of a final inspection 10 by a WSDOT certified electrical inspector as allowed by RCW 19.28.141. A separate 11 permit is not required for electrical installations within WSDOT right of way. Additional 12 inspections may be required at the discretion of the Engineer. 13 14 Installations outside of WSDOT right of way are subject to permitting and inspection by 15 the Washington State Department of Labor and Industries (L&I) or a local jurisdiction 16 approved for that location by L&I. Approved local jurisdictions and their contacts may 17 be found on the L&I website at 18 http://www.lni.wa.gov/TradesLicensing/Electrical/FeePermInsp/CityInspectors/. 19 20 8-20.1(1) Regulations and Code 21 The second paragraph is revised to read: 22 23 Wherever reference is made in these Specifications or in the Special Provisions to the 24 Code, the rules, or the standards mentioned above, the reference shall be construed to 25 mean the code, rule, or standard that is in effect on the Bid advertisement date. 26 27 8-20.3(5)A General 28 The last paragraph is revised to read: 29 30 Immediately after the sizing mandrel has been pulled through, install an equipment 31 grounding conductor if applicable (see Section 8-20.3(9)) and any new or existing wire 32 or cable as specified in the Plans. Where conduit is installed for future use, install a 33 200-pound minimum tensile strength pull string with the equipment grounding 34 conductor. The pull string shall be attached to duct plugs or caps at both ends of the 35 conduit. 36 37 8-20.3(5)A1 Fiber Optic Conduit 38 The last paragraph is deleted. 39 40 8-20.3(5)B Conduit Type 41 The second and third paragraphs are deleted and replaced with the following new 42 paragraph: 43 44 PVC and HDPE conduits shall be Schedule 80 unless installed as innerduct. 45 46 8-20.3(5)D Conduit Placement 47 Item number 2 is revised to read: 48 49 2. 24-inches below the top of the untreated surfacing on a Roadbed. 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 97

1 8-20.3(9) Bonding, Grounding 2 The following two new paragraphs are inserted after the first paragraph: 3 4 Install an equipment grounding conductor in all new conduit, whether or not the 5 equipment grounding conductor is called for in the wire schedule. 6 7 For each new conduit with innerduct install an equipment grounding conductor in only 8 one of the innerducts unless otherwise required by the NEC or the Plans. 9 10 The fourth paragraph (after the preceding Amendments are applied) is revised to read: 11 12 Bonding jumpers and equipment grounding conductors meeting the requirements of 13 Section 9-29.3(2)A3 shall be minimum #8 AWG, installed in accordance with the NEC. 14 Where existing conduits are used for the installation of new circuits, an equipment 15 grounding conductor shall be installed unless an existing equipment ground conductor, 16 which is appropriate for the largest circuit, is already present in the existing raceway. 17 The equipment ground conductor between the isolation switch and the sign lighter 18 fixtures shall be minimum #14 AWG stranded copper conductor. Where parallel circuits 19 are enclosed in a common conduit, the equipment-grounding conductor shall be sized 20 by the largest overcurrent device serving any circuit contained within the conduit. 21 22 The second sentence of the fifth paragraph (after the preceding Amendments are applied) 23 is revised to read: 24 25 A non-insulated stranded copper conductor, minimum #8 AWG with a full circle crimp 26 on connector (crimped with a manufacturer recommended crimper) shall be connected 27 to the junction box frame or frame bonding stud, the other end shall be crimped to the 28 equipment bonding conductor, using a “C” type crimp connector. 29 30 The last two sentences of the sixth paragraph (after the preceding Amendments are 31 applied) are revised to read: 32 33 For light standards, signal standards, cantilever and sign bridge Structures the 34 supplemental grounding conductor shall be #4 AWG non-insulated stranded copper 35 conductor. For steel sign posts which support signs with sign lighting or flashing 36 beacons the supplemental grounding conductor shall be #6 AWG non insulated 37 stranded copper conductor. 38 39 The fourth to last paragraph is revised to read: 40 41 Install a two grounding electrode system at each service entrance point, at each 42 electrical service installation and at each separately derived power source. The service 43 entrance grounding electrode system shall conform to the “Service Ground” detail in 44 the Standard Plans. If soil conditions make vertical grounding electrode installation 45 impossible an alternate installation procedure as described in the NEC may be used. 46 Maintain a minimum of 6 feet of separation between any two grounding electrodes 47 within the grounding system. Grounding electrodes shall be bonded copper, ferrous 48 core materials and shall be solid rods not less than 10 feet in length if they are ½ inch 49 in diameter or not less than 8 feet in length if they are ⅝ inch or larger in diameter. 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 98

1 8-20.3(13)A Light Standards 2 The first sentence in the second to last paragraph is revised to read: 3 4 All new and relocated metal light standards shall be numbered for identification using 5 painted 4 inch block gothic letters (similar to series C highway lettering) and numbers 6 installed 3 feet above the base facing the Traveled Way. 7 8 The numbered list in the second to last paragraph is deleted and replaced with the 9 following: 10 11 NN 12 CC-SSSS 13 VVV 14 15 Where: 16 NN – Is the pole number as identified in the Plans. May be one or more 17 characters. 18 CC – Is the circuit letter as identified in the Plans. May be one or more characters. 19 SSSS – Is he service cabinet number as identified in the Plans. Do not include the 20 two or three letter prefix. Up to four digits - do not include leading zeros. 21 VVV – Is the operating voltage of the luminaire. Always three digits. 22 23 8-20.3(13)C Luminaires 24 The first paragraph is revised to read: 25 26 The Contractor shall mark the installation date on the inside of the luminaire ballast or 27 driver housing using a permanent marking pen. 28 29 Section 8-22, Pavement Marking 30 August 7, 2017

31 8-22.3(6) Removal of Pavement Markings 32 This section is revised to read: 33 34 Pavement markings to be removed shall be obliterated until all blemishes caused by 35 the pavement marking removal conform to the coloration of the adjacent pavement. 36 37 Grinding to remove pavement markings in their entirety is allowed in areas designated 38 for applications of either Hot Mix Asphalt (HMA) or Bituminous Surface Treatment 39 (BST). Pavement marking removal shall be performed from April 1st through 40 September 30th and only in those areas that shall be paved within the same time 41 window as the grinding, unless otherwise allowed by the Engineer in writing. 42 43 For all cement concrete pavement and areas that will not be overlaid with hot mix 44 asphalt or BST, grinding is allowed to a depth just above the pavement surface and 45 then Water blasting or shot blasting shall be required to remove the remaining 46 pavement markings. 47 48 If in the opinion of the Engineer, the pavement is materially damaged by pavement 49 marking removal, such damage shall be repaired by the Contractor in accordance with

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 99

1 Section 1-07.13(1). Sand or other material deposited on the pavement as a result of 2 removing lines and markings shall be removed as the Work progresses to avoid 3 hazardous conditions. Accumulation of sand or other material which might interfere 4 with drainage will not be permitted. 5 6 8-22.4 Measurement 7 The first two sentences of the fourth paragraph are revised to read: 8 9 The measurement for “Painted Wide Lane Line”, “Plastic Wide Lane Line”, “Profiled 10 Plastic Wide Lane Line”, “Painted Barrier Center Line”, “Plastic Barrier Center Line”, 11 “Painted Stop Line”, “Plastic Stop Line”, “Painted Wide Dotted Entry Line”, or “Plastic 12 Wide Dotted Entry Line” will be based on the total length of each painted, plastic or 13 profiled plastic line installed. No deduction will be made for the unmarked area when 14 the marking includes a broken line such as, wide broken lane line, drop lane line, wide 15 dotted lane line or wide dotted entry line. 16 17 8-22.5 Payment 18 The following two new Bid items are inserted after the Bid item “Plastic Crosshatch 19 Marking”, per linear foot: 20 21 “Painted Wide Dotted Entry Line”, per linear foot. 22 23 “Plastic Wide Dotted Entry Line”, per linear foot. 24 25 Section 9-01, Portland Cement 26 August 7, 2017

27 This section’s title is revised to read: 28 29 Cement 30 31 9-01.1 Types of Cement 32 This section is revised to read: 33 34 Cement shall be classified as portland cement, blended hydraulic cement, or rapid 35 hardening hydraulic cement. 36 37 9-01.2(2) Vacant 38 This section, including title, is revised to read: 39 40 9-01.2(2) Rapid Hardening Hydraulic Cement 41 Rapid hardening hydraulic cement shall meet the requirements of ASTM C 1600. 42 43 9-01.2(3) Low Alkali Cement 44 This section is renumbered as follows: 45 46 9-01.2(1)A Low Alkali Cement 47 48 9-01.2(4) Blended Hydraulic Cement 49 This section is renumbered as follows:

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 100

1 2 9-01.2(1)B Blended Hydraulic Cement 3 4 In the first paragraph, items number 3 through 5 are revised to read: 5 6 3. Type IT(PX)(LY), where (PX) equals the targeted percentage of pozzolan, and 7 (LY) equals the targeted percentage of limestone. The pozzolan (PX) shall be 8 Class F fly ash and shall be a maximum of 35 percent. (LY) shall be a minimum of 9 5 percent and a maximum of 15 percent. Separate testing of each source of fly ash 10 at each proposed replacement level shall be conducted in accordance with ASTM 11 C1012. Expansion at 180 days shall be 0.10 percent or less. 12 13 4. Type IT(SX)(LY), where (SX) equals the targeted percentage of slag cement, and 14 (LY) equals the targeted percentage of limestone. (SX) shall be a maximum of 50 15 percent. (LY) shall be a minimum of 5 percent and a maximum of 15 percent. 16 Separate testing of each source of slag at each proposed replacement level shall 17 be conducted in accordance with ASTM C1012. Expansion at 180 days shall be 18 0.10 percent or less. 19 20 5. Type IL(X), where (X) equals the targeted percentage of limestone, and shall be a 21 minimum of 5 percent and a maximum of 15 percent. Testing shall be conducted in 22 accordance with ASTM C1012. Expansion at 180 days shall be 0.10 percent or 23 less. 24 25 9-01.3 Tests and Acceptance 26 The second paragraph is revised to read: 27 28 Cement producers/suppliers that certify portland cement or blended hydraulic cement 29 shall participate in the Cement Acceptance Program as described in WSDOT Standard 30 Practice QC 1. Rapid hardening hydraulic cement producers/suppliers are not required 31 to participate in WSDOT Standard Practice QC 1. 32 33 Section 9-03, Aggregates 34 August 7, 2017

35 9-03.1(1) General Requirements 36 In this section, each reference to “Section 9-01.2(3)” is revised to read “Section 9-01.2(1)A”. 37 38 This first paragraph is supplemented with the following: 39 40 Reclaimed aggregate may be used if it complies with the specifications for Portland 41 Cement Concrete. Reclaimed aggregate is aggregate that has been recovered from 42 plastic concrete by washing away the cementitious materials. 43 44 9-03.1(2) Fine Aggregate for Portland Cement Concrete 45 This section is revised to read: 46 47 Fine aggregate shall consist of natural sand or manufactured sand, or combinations 48 thereof, accepted by the Engineer, having hard, strong, durable particles free from

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 101

1 adherent coating. Fine aggregate shall be washed thoroughly to meet the 2 specifications. 3 4 9-03.1(2)A Deleterious Substances 5 This section is revised to read: 6 7 The amount of deleterious substances in the washed aggregate shall be tested in 8 accordance with AASHTO M 6 and not exceed the following values: 9 10 Material finer than No. 200 Sieve 2.5 percent by weight 11 Clay lumps and friable particles 3.0 percent by weight 12 Coal and lignite 0.25 percent by weight 13 Particles of specific gravity less than 2.00 1.0 percent by weight. 14 15 Organic impurities shall be tested in accordance with AASHTO T 21 by the glass 16 color standard procedure and results darker than organic plate no. 3 shall be 17 rejected. A darker color results from AASHTO T 21 may be used provided that 18 when tested for the effect of organic impurities on strength of mortar, the relative 19 strength at 7 days, calculated in accordance with AASHTO T 71, is not less than 20 95 percent. 21 22 9-03.1(4) Coarse Aggregate for Portland Cement Concrete 23 This section is revised to read: 24 25 Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone, 26 or combinations thereof having hard, strong, durable pieces free from adherent 27 coatings. Coarse aggregate shall be washed to meet the specifications. 28 29 9-03.1(4)A Deleterious 30 This section, including title, is revised to read: 31 32 9-03.1(4)A Deleterious Substances 33 The amount of deleterious substances in the washed aggregate shall be tested in 34 accordance with AASHTO M 80 and not exceed the following values: 35 36 Material finer than No. 200 1.01 percent by weight 37 Clay lumps and Friable Particles 2.0 percent by weight 38 Shale 2.0 percent by weight 39 Wood waste 0.05 percent by weight 40 Coal and Lignite 0.5 percent by weight 41 Sum of Clay Lumps, Friable Particles, and 42 Chert (Less Than 2.40 specific gravity SSD) 3.0 percent by weight 43 44 1If the material finer than the No. 200 sieve is free of clay and shale, this 45 percentage may be increased to 1.5. 46 47 9-03.1(4)C Grading 48 The following new sentence is inserted at the beginning of the last pargraph: 49

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 102

1 Where coarse aggregate size 467 is used, the aggregate may be furnished in at least 2 two separate sizes. 3 4 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete 5 This section is revised to read: 6 7 As an alternative to using the fine aggregate sieve grading requirements in Section 9- 8 03.1(2)B, and coarse aggregate sieve grading requirements in Section 9-03.1(4)C, a 9 combined aggregate gradation conforming to the requirements of Section 9-03.1(5)A 10 may be used. 11 12 9-03.1(5)A Deleterious Substances 13 This section is revised to read: 14 3 15 The amount of deleterious substances in the washed aggregates ⁄8 inch or larger shall 16 not exceed the values specified in Section 9-03.1(4)A and for aggregates smaller than 3 17 ⁄8 inch they shall not exceed the values specified in Section 9-03.1(2)A. 18 19 9-03.1(5)B Grading 20 The first paragraph is deleted. 21 22 9-03.8(2) HMA Test Requirements 23 In the table in item number 3, the heading “Statistical and Nonstatistical” is revised to read 24 “Statistical”. 25 26 9-03.8(7) HMA Tolerances and Adjustments 27 In the table in item number 1, the column titled “Nonstatistical Evaluation” is deleted. 28 29 In the table in item 1, the last column titled “Commercial Evaluation” is revised to read 30 “Visual Evaluation”. 31 32 9-03.11(1) Streambed Sediment 33 The following three new sentences are inserted after the first sentence of the first 34 paragraph: 35 36 Alternate gradations may be used if proposed by the Contractor and accepted by the 37 Engineer. The Contractor shall submit a Type 2 Working Drawing consisting of 0.45 38 power maximum density curve of the proposed gradation. The alternate gradation 39 shall closely follow the maximum density line and have Nominal Aggregate Size of no 40 less than 1½ inches or no greater than 3 inches. 41 42 9-03.12(4) Gravel Backfill for Drains 43 The following new sentence is inserted at the beginning of the second paragraph: 44 45 As an alternative, AASHTO grading No. 57 may be used in accordance with Section 9- 46 03.1(4)C. 47 48 9-03.12(5) Gravel Backfill for Drywells 49 The following new sentence is inserted at the beginning of the second paragraph: 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 103

1 As an alternative, AASHTO grading No. 4 may be used in accordance with Section 9- 2 03.1(4)C. 3 4 9-03.21(1)B Concrete Rubble 5 This section, including title, is revised to read: 6 7 9-03.21(1)B Recycled Concrete Aggregate 8 Recycled concrete aggregates are coarse aggregates manufactured from hardened 9 concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate or 10 blended with coarse aggregate for Commercial Concrete. Recycled concrete aggregate 11 shall meet all of the requirements for coarse aggregate contained in Section 9-03.1(4) 12 or 9-03.1(5). In addition to the requirements of Section 9-03.1(4) or 9-03.1(5), recycled 13 concrete shall: 14 15 1. Contain an aggregated weight of less than 1 percent of adherent fines, 16 vegetable matter, plastics, plaster, paper, gypsum board, metals, fabrics, 17 wood, tile, glass, asphalt (bituminous) materials, brick, porcelain or other 18 deleterious substance(s) not otherwise noted; 19 20 2. Be free of components such as chlorides and reactive materials that are 21 detrimental to the concrete, unless mitigation measures are taken to prevent 22 recurrence in the new concrete; 23 24 3. Have an absorption of less than 10 percent when tested in accordance with 25 AASHTO T 85. 26 27 4. Be considered mechanically fractured and therefore be considered part of the 28 total fracture calculation as determined by the FOP for AASHTO T 335. 29 30 Recycled concrete aggregate shall be in a saturated condition prior to mixing. 31 32 Recycled concrete aggregate shall not be placed below the ordinary high water mark of 33 any surface water of the State. 34 35 9-03.21(1)D Recycled Steel Furnace Slag 36 This section title is revised to read: 37 38 Steel Slag 39 40 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled 41 Material 42 43 In the Hot Mix Asphalt column, each value of “20” is revised to read “25”. 44 45 The last column heading “Steel Furnace Slag” is revised to read “Steel Slag”. 46 47 The following new row is inserted after the second row: 48 Coarse Aggregate for Commercial Concrete 9-03.1(4) 0 100 0 0 49

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 104

1 Section 9-04, Joint and Crack Sealing Materials 2 January 3, 2017

3 This section is supplemented with the following two new subsections: 4 5 9-04.11 Butyl Rubber Sealant 6 Butyl rubber sealant shall conform to ASTM C 990. 7 8 9-04.12 External Sealing Band 9 External sealing band shall by Type III B conforming to ASTM C 877. 10 11 9-04.1(2) Premolded Joint Filler for Expansion Joints 12 This section is supplemented with the following: 13 14 As an alternative to the above, a semi-rigid, non-extruding, resilient type, closed-cell 15 polypropylene foam, preformed joint filler with the following physical properties as 16 tested to AASHTO T 42 Standard Test Methods may be used. 17 Closed-Cell Polypropylene Foam Preformed Joint Filler Physical Property Requirement Test Method Water Absorption < 1.0% AASHTO T 42 Compression Recovery > 80% AASHTO T 42 Extrusion < 0.1 in. AASHTO T 42 Density > 3.5 lbs./cu.ft. AASHTO T 42 Water Boil (1 hr.) No expansion AASHTO T 42 Hydrochloric Acid Boil (1 hr.) No disintegration AASHTO T 42 Heat Resistance °F 392°F± 5°F ASTM D 5249 18 19 9-04.2(1) Hot Poured Joint Sealants 20 This section’s content is deleted and replaced with the following new subsections: 21 22 9-04.2(1)A Hot Poured Sealant 23 Hot poured sealant shall be sampled in accordance with ASTM D5167 and tested in 24 accordance with ASTM D5329. 25 26 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement 27 Hot poured sealant for cement concrete pavement shall meet the requirements of 28 ASTM D6690 Type IV, except for the following: 29 30 1. The Cone Penetration at 25°C shall be 130 maximum. 31 32 2. The extension for the Bond, non-immersed, shall be 100 percent. 33 34 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement 35 Hot poured sealant for bituminous pavement shall meet the requirements of ASTM 36 D6690 Type I or Type II. 37 38 9-04.2(1)B Sand Slurry for Bituminous Pavement 39 Sand slurry is mixture consisting of the following components measured by total 40 weight:

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 105

1 2 1. Twenty percent CSS-1 emulsified asphalt, 3 4 2. Two percent portland cement, and 5 6 3. Seventy-eight percent fine aggregate meeting the requirements of 9-03.1(2)B 7 Class 2. Fine aggregate may be damp (no free water). 8 9 9-04.2(2) Poured Rubber Joint Sealer 10 The last paragraph is deleted. 11 12 9-04.4(1) Rubber Gaskets for Concrete Pipes and Precast Manholes 13 “AASHTO M 198” is revised to read “ASTM C 990”. 14 15 9-04.4(3) Gaskets for Aluminum or Steel Culvert or Storm Sewer Pipe 16 In the last sentence, “AASHTO M 198” is revised to read “ASTM C 990”. 17 18 Section 9-06, Structural Steel and Related Materials 19 January 3, 2017

20 9-06.5(3) High-Strength Bolts 21 In this section, “ASTM A325” is revised to read “ASTM F3125 Grade A325”, “ASTM A490” 22 is revised to read “ASTM F3125 Grade A490”, and “ASTM F1852” is revised to read “ASTM 23 F3125 Grade F1852”. 24 25 In the fifth paragraph, “ASTM-A325” is revised to read “ASTM F3125”. 26 27 9-06.12 Bronze Castings 28 In this section, “AASHTO M107” is revised to read “ASTM B22”. 29 30 9-06.16 Roadside Sign Structures 31 In the first paragraph, “ASTM A325” is revised to read “ASTM F3125 Grade A325”. 32 33 Section 9-07, Reinforcing Steel 34 August 1, 2016

35 9-07.1(1)A Acceptance of Materials 36 The first sentence of the first paragraph is revised to read: 37 38 Reinforcing steel manufacturers shall comply with the National Transportation 39 Product Evaluation Program (NTPEP) Work Plan for Reinforcing Steel (rebar) 40 Manufacturers. 41 42 The first sentence of the second paragraph is revised to read: 43 44 Steel reinforcing bar manufacturers use either English or a Metric size designation 45 while stamping rebar. 46

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 106

1 9-07.1(2) Bending 2 The first two sentences of the first paragraph are deleted and replaced with the following 3 two new sentences: 4 5 Steel reinforcing bars shall be cut and bent cold to the shapes shown on the Plans. 6 Fabrication tolerances shall be in accordance with ACI 315. 7 8 Section 9-10, Piling 9 August 1, 2016

10 9-10.3 Cast-In-Place Concrete Piling 11 This section is revised to read: 12 13 Reinforcement for cast-in-place concrete piles shall conform to Section 9-07.2. 14 15 Section 9-11, Waterproofing 16 January 3, 2017

17 This section (and all subsections), including title, is revised to read: 18 19 9-11 Waterproof Membrane 20 9-11.1 Asphalt for Waterproofing 21 Waterproof membrane shall be a sheet membrane conforming to ASTM D 6153 22 Type III, the puncture capacity specified below, and either the thin polymer sheet 23 tensile stress or the geotextile and fabric grab tensile strength specified below: 24 Specification Performance Properties Test Method Requirements Tensile Stress 75 pounds per inch ASTM D 882 (for Thin Polymer Sheets) min. Grab Tensile Strength ASTM D 4632 (for Geotextiles and (Woven or 200 pounds min. Fabrics) Nonwoven) Puncture Capacity (For Thin Polymer Sheets, ASTM E 154 200 pounds min. Geotextiles and Fabrics) 25 26 Waterproofing membrane will be accepted based on a Manufacturer’s Certificate 27 of Compliance with each lot of waterproof membrane. 28 29 9-11.2 Primer for Waterproof Membrane 30 The primer for the waterproof membrane shall be appropriate for bonding the 31 sheet membrane to the bridge deck surface and shall be compatible with the 32 membrane in accordance with the waterproof membrane manufacturer’s 33 recommendations.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 107

1 2 Section 9-14, Erosion Control and Roadside Planting 3 August 7, 2017

4 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs) 5 The first paragraph is revised to read: 6 7 All HECPs shall be made of natural plant fibers unaltered by synthetic materials, and in 8 a dry condition, free of noxious weeds, seeds, chemical printing ink, germination 9 inhibitors, herbicide residue, chlorine bleach, rock, metal, plastic, and other materials 10 detrimental to plant life. 11 12 The last sentence of the third paragraph is revised to read the following two sentences: 13 14 Under no circumstances will field mixing of additives or components be acceptable, 15 with the exception of seed and water. The product shall be hydrated in accordance with 16 the manufacturer’s recommendations. 17 18 In Table 1 of the fourth paragraph, the following new row is inserted below the table 19 heading: 20 These test requirements apply to the fully mixed product, including tackifiers, dyes, or other additives that may be included in the HECP final product in its sprayable form. 21 22 The last two paragraphs are revised to read: 23 24 If the HECP contains a dye to facilitate placement and inspection of the material, it 25 shall be nontoxic to plants, animals, and aquatic life and shall not stain concrete or 26 painted surfaces. 27 28 The HECP shall not be harmful to plants, animals, and aquatic life. 29 30 9-14.4(4) Wood Strand Mulch 31 The last paragraph is revised to read: 32 33 The Contractor shall provide a test report performed in accordance with WSDOT T 125 34 demonstrating compliance to this specification prior to acceptance. This product shall 35 not be harmful to plants, animals, and aquatic life. 36 37 9-14.4(7) Tackifier 38 The first paragraph is supplemented with the following: 39 40 Tackifiers shall include a mulch tracer added to visible aid uniform application, and 41 shall not be harmful to plants, animals, or aquatic life. 42 43 The first sentence of the second paragraph is revised to read: 44

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 108

1 The Contractor shall provide test results documenting the tackifier and mulch tracer 2 meets the requirements for Acute Toxicity, Solvents, and Heavy Metals as required in 3 Table 1 in Section 9-14.4(2). 4 5 9-14.4(7)A Organic Tackifier 6 This section is revised to read: 7 8 Organic tackifiers shall be derived from natural plant sources and shall not be harmful 9 to plants, animals, and aquatic life. 10 11 9-14.4(7)B Synthetic Tackifier 12 This section is revised to read: 13 14 Synthetic tackifiers shall not be harmful to plants, animals, and aquatic life. 15 16 9-14.5(2) Biodegradable Erosion Control Blanket 17 The first paragraph is revised to read: 18 19 Biodegradable erosion control blankets, including netting if present, shall be made of 20 natural plant fibers unaltered by synthetic materials. All blanket material shall effectively 21 perform the intended erosion control function until permanent vegetation has been 22 established, or for a minimum of 6 months, whichever comes first. 23 24 9-14.5(4)A Biodegradable Check Dams 25 This section is revised to read: 26 27 Biodegradable check dams shall meet the following requirements: 28 29 Wattle Section 9-14.5(5) 30 Compost Sock Section 9-14.5(6) 31 Coir Log Section 9-14.5(7) 32 33 The Contractor may substitute a different biodegradable check dam as long as it 34 complies with the following and is accepted by the Engineer: 35 36 1. Made of natural plant fiber unaltered by synthetic material. 37 38 2. Netting if present shall be made of natural plant fibers unaltered by synthetic 39 materials. Materials shall effectively perform the intended erosion control 40 function until permanent vegetation has been established or for a minimum of 41 6 months, whichever comes first. 42 43 3. Straw bales shall not be used as check dams. 44 45 9-14.5(5) Wattles 46 This section is revised to read: 47 48 Wattles shall consist of cylinders of plant material such as weed-free straw, coir, wood 49 chips, excelsior, or wood fiber or shavings encased within netting made of natural plant 50 fibers unaltered by synthetic materials. Wattles shall be a minimum of 8 inches in

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 109

1 diameter. Netting material shall be clean, evenly woven, and free of encrusted concrete 2 or other contaminating materials such as preservatives. Netting material shall be free 3 from cuts, tears, or weak places and shall effectively perform the intended erosion 4 control function until permanent vegetation has been established or for a minimum of 6 5 months, whichever comes first. 6 7 If wood chip filler is used, it shall meet the material requirements as specified in Section 8 9-14.4(3). If straw filler is used, it shall meet the material requirements as specified in 9 Section 9-14.4(1). If wood shavings are used, 80 percent of the fibers shall have a 10 minimum length of 6 inches between 0.030 and 0.50 inches wide and between 0.017 11 and 0.13 inches thick. 12 13 Stakes for wattles shall be made of wood from untreated Douglas fir, hemlock, or pine 14 species. 15 16 9-14.5(6) Compost Socks 17 This section is revised to read: 18 19 Compost socks shall consist of fabric made of natural plant fibers unaltered by 20 synthetic materials. The compost sock shall be filled with Medium Compost as 21 specified in Section 9-14.4(8). Compost socks shall be at least 8 inches in diameter. 22 The sock shall be clean, evenly woven; free of encrusted concrete or other 23 contaminating materials; free from cuts, tears, broken or missing yarns; free of thin, 24 open, or weak areas; and free of any type of preservative. Sock fabric shall effectively 25 perform the intended erosion control function until permanent vegetation has been 26 established or for a minimum of 6 months, whichever comes first. 27 28 Stakes for compost socks shall be made of wood from untreated Douglas fir, hemlock, 29 or pine species. 30 31 Section 9-16, Fence and Guardrail 32 January 17, 2017

33 9-16.3(3) Galvanizing 34 The first three sentences are deleted and replaced with the following single sentence: 35 36 W-beam or thrie beam rail elements and terminal sections shall be galvanized in 37 accordance with AASHTO M 180, Class A, Type II. 38 39 Section 9-20, Concrete Patching Material, Grout, and Mortar 40 January 3, 2017

41 This section is supplemented with the following new subsection: 42 43 9-20.5 Bridge Deck Repair Material 44 Bridge deck repair material shall be either an ultra-low viscosity, two-part liquid, 45 polyurethane-hybrid polymer concrete, or a pre-packaged cement based repair mortar, 46 conforming to the following requirements: 47 48 1. Minimum compressive strength of 2,500 psi, in accordance with ASTM C 109.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 110

1 2 2. Total soluble chloride ion content by mass of product shall conform to the 3 limits specified in Section 6-02.3(2) for reinforced concrete. 4 5 3. Permeability of less than 2,000 coulombs at 56-days in accordance with 6 AASHTO T 277. 7 8 If pre-packaged deck repair material does not include coarse aggregate, the Contractor 9 shall extend the mix with coarse aggregate as recommended by the manufacturer. 10 11 Section 9-23, Concrete Curing Materials and Admixtures 12 January 3, 2017

13 9-23.9 Fly Ash 14 The first paragraph is revised to read: 15 16 Fly ash shall conform to the requirements of AASHTO M295 Class C or F including 17 supplementary optional chemical requirements as set forth in Table 2. 18 19 The last sentence of the last paragraph is revised to read: 20 21 The supplementary optional chemical limits in AASHTO M295 Table 2 do not apply to 22 fly ash used in Controlled Density Fill. 23 24 9-23.12 25 This section, including title, is revised to read: 26 27 9-23.12 Natural Pozzolan 28 Natural Pozzolans shall be either Metakaolin or ground Pumice and shall conform to 29 the requirements of AASHTO M295 Class N, including supplementary optional 30 chemical requirements as set forth in Table 2. 31 32 Section 9-28, Signing Materials and Fabrication 33 April 3, 2017

34 9-28.14(3) Aluminum Structures 35 This section is revised to read: 36 37 Welding of aluminum shall be in accordance with AWS D1.2/D1.2M, latest edition, 38 Structural Welding Code – Aluminum. 39 40 Aluminum alloy filler metals utilized on anodized structures shall result in color 41 matching to base metals. 42 43 Section 9-29, Illumination, Signal, Electrical 44 August 7, 2017

45 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes 46 This section is supplemented with the following new subsections: 47

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 111

1 9-29.2(5) Testing Requirements 2 The Contractor shall provide for testing of junction boxes, cable vaults and pull boxes. 3 Junction boxes, cable vaults and pull boxes shall be tested by an independent 4 materials testing facility, and a test report issued documenting the results of the tests 5 performed. 6 7 For each junction box, vault and pull box type, the independent testing laboratory shall 8 meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test 9 Equipment. The test shall be conducted in the presence of a Professional Engineer, 10 licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, 11 and each test sheet shall have the Professional Engineer’s original signature, date of 12 signature, original seal, and registration number. One copy of the test report shall be 13 furnished to the Contracting Agency certifying that the box and cover meet or exceed 14 the loading requirements for that box type, and shall include the following information: 15 16 1. Product identification. 17 18 2. Date of testing. 19 20 3. Description of testing apparatus and procedure. 21 22 4. All load deflection and failure data. 23 24 5. Weight of box and cover tested. 25 26 6. Upon completion of the required test(s) the box shall be loaded to failure or to 27 the maximum load possible on the testing machine (70,000 pounds 28 minimum). 29 30 7. A brief description of type and location of failure or statement that the testing 31 machine reached maximum load without failure of the box. 32 33 9-29.2(5)A Standard Duty Boxes and Vaults 34 Standard Duty Concrete Junction Boxes, Cable Vaults, and Pull Boxes shall be 35 load tested to 22,500 pounds. The test load shall be applied uniformly through a 36 10 by 10 by 1-inch steel plate centered on the lid. The test load shall be applied 37 and released ten times, and the deflection at the test load and released state shall 38 be recorded for each interval. At each interval the junction box shall be inspected 39 for lid deformation, failure of the lid/frame welds, vertical and horizontal 40 displacement of the lid/frame, cracks, and concrete spalling. 41 42 Concrete junction boxes will be considered to have withstood the test if none of the 43 following conditions are exhibited: 44 45 1. Permanent deformation of the lid or any impairment to the function of the 46 lid. 47 48 2. Vertical or horizontal displacement of the lid frame. 49 50 3. Cracks wider than 0.012 inches that extend 12 inches or more. 51

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 112

1 4. Fracture or cracks passing through the entire thickness of the concrete. 2 3 5. Spalling of the concrete. 4 5 9-29.2(5)B Retrofit Security Lids for Standard Duty Concrete Junction Boxes 6 Security lids used to retrofit existing Standard Duty Concrete Junction Boxes shall 7 be tested as follows: 8 9 1. The security lid shall be installed on any appropriately sized box that is 10 currently approved on the Qualified Products List. 11 12 2. The security lid and box assembly shall be load tested in accordance with 13 Section 9-29.2(5)A. After the ten load cycles but before loading to failure, 14 the security lid shall be fully opened and removed to verify operability. 15 16 3. The locking mechanism(s) shall be tested as follows: 17 18 a. The locking mechanism shall be cycled 250 times (locked, then 19 unlocked again) at room temperature (60-80°F). If there is more 20 than one identical locking mechanism, only one needs to be cycled 21 in this manner. 22 23 b. Temperature changes should be limited to no more than 60°F per 24 hour. 25 26 c. The security lid shall be cooled to and held at -30°F for 15 minutes. 27 The locking mechanism shall then be cycled once to verify operation 28 at this temperature. 29 30 d. The security lid shall be heated to and held at 120-122°F for 15 31 minutes. The locking mechanism shall then be cycled once to verify 32 operation at this temperature. 33 34 e. The security lid shall be temperature adjusted to and held at 110°F 35 and 95% humidity for 15 minutes. The locking mechanism shall then 36 be cycled once to verify operation at this temperature and humidity. 37 38 9-29.2(5)C Standard Duty Non-Concrete Junction Boxes 39 Non-concrete Junction Boxes shall be tested as defined in the ANSI/SCTE 77 Tier 40 15 test method using the test load of 22,500 pounds (minimum) in place of the 41 design load during testing. In addition, the Contractor shall provide a Manufacturer 42 Certificate of Compliance for each non-concrete junction box installed. 43 44 9-29.2(5)D Heavy-Duty Boxes and Vaults 45 Heavy-Duty Junction Boxes, Cable Vaults, and Pull Boxes shall be load tested to 46 46,000 pounds. The test load shall be applied vertically through a 10 by 20 by 1- 47 inch steel plate centered on the lid with an orientation both on the long axis and 48 the short axis of the junction box. The test load shall be applied and released ten 49 times on each axis. The deflection at the test load and released state shall be 50 recorded for each interval. At each interval the test box shall be inspected for lid 51 deformation, failure of the lid or frame welds, vertical and horizontal displacement

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 113

1 of the lid frame, cracks, and concrete spalling. After the twentieth loading interval 2 the test shall be terminated with a 60,000 pound load being applied vertically 3 through the steel plate centered on the lid and with the long edge of steel plate 4 orientated parallel to the long axis of the box. 5 6 Heavy-Duty Junction Boxes will be considered to have withstood the 46,000 pound 7 test if none of the following conditions are exhibited: 8 9 1. Permanent deformation of the lid or any impairment to the function of the 10 lid. 11 12 2. Vertical or horizontal displacement of the lid frame. 13 14 3. Cracks wider than 0.012 inches that extend 12 inches or more. 15 16 4. Fracture or cracks passing through the entire thickness of the concrete. 17 18 5. Spalling of the concrete. 19 20 Heavy-Duty Junction Boxes will be considered to have withstood the 60,000 pound 21 test if all of the following conditions are exhibited: 22 23 1. The lid is operational. 24 25 2. The lid is securely fastened. 26 27 3. The welds have not failed. 28 29 4. Permanent dishing or deformation of the lid is ¼ inch or less. 30 31 5. No buckling or collapse of the box. 32 33 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes 34 This section, including title, is revised to read: 35 36 9-29.2(1) Junction Boxes 37 For the purposes of this Specification concrete is defined as portland cement concrete 38 and non-concrete is all others. 39 40 The Contractor shall provide shop drawings for all components, hardware, lid, frame, 41 reinforcement, and box dimensions. The shop drawings shall be prepared by (or under 42 the supervision of) a Professional Engineer, licensed under Title 18 RCW, State of 43 Washington, in the branch of Civil or Structural. Each sheet shall carry the following: 44 45 1. Professional Engineer’s original signature, date of signature, original seal, and 46 registration number. If a complete assembly drawing is included which 47 references additional drawing numbers, including revision numbers for those 48 drawings, then only the complete assembly drawing is required to be 49 stamped. 50 51 2. The initials and dates of all participating design professionals.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 114

1 2 3. Clear notation of all revisions including identification of who authorized the 3 revision, who made the revision, and the date of the revision. 4 5 Design calculations shall carry on the cover page, the Professional Engineer’s original 6 signature, date of signature, original seal, and registration number. 7 8 For each type of junction box, or whenever there is a change to the junction box 9 design, a proof test, as defined in this Specification, shall be performed and new shop 10 drawings submitted. 11 12 9-29.2(1)A Standard Duty Junction Boxes 13 This section is revised to read: 14 15 Standard Duty Junction Boxes are defined as Type 1, 2 and 8 junction boxes and shall 16 have a minimum load rating of 22,500 pounds and be tested in accordance with 17 Section 9-29.2(5). A complete Type 8 Junction Box includes the spread footing shown 18 in the Standard Plans. All Standard Duty Junction Boxes placed in sidewalks, 19 walkways, and shared use paths shall have slip resistant surfaces. Non-slip lids and 20 frames shall be hot dip galvanized in accordance with AASHTO M111. 21 22 9-29.2(1)A1 Concrete Junction Boxes 23 The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be 24 painted with a black paint containing rust inhibiters or painted with a shop applied, 25 inorganic zinc primer in accordance with Section 6-07.3, or hot-dip galvanized in 26 accordance with AASHTO M 111. 27 28 Concrete used in Standard Duty Junction Boxes shall have a minimum 29 compressive strength of 6,000 psi when reinforced with a welded wire hoop, or 30 4,000 psi when reinforced with welded wire fabric or fiber reinforcement. The 31 frame shall be anchored to the box by welding headed studs ⅜ by 3 inches long, 32 as specified in Section 9-06.15, to the frame. The wire fabric shall be attached to 33 the studs and frame with standard tie practices. The box shall contain ten studs 34 located near the centerline of the frame and box wall. The studs shall be placed 35 one anchor in each corner, one at the middle of each width and two equally 36 spaced on each length of the box. 37 38 Materials for Type 1, 2, and 8 Concrete Junction Boxes shall conform to the 39 following: 40 Materials Requirement Concrete Section 6-02 Reinforcing Steel Section 9-07 Fiber Reinforcing ASTM C1116, Type III Lid ASTM A786 diamond plate steel Slip Resistant Lid ASTM A36 steel Frame ASTM A786 diamond plate steel or ASTM A36 steel Slip Resistant Frame ASTM A36 steel

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 115

Lid Support ASTM A36 steel, or ASTM A1011 SS Grade 36 (or higher) Handle & Handle support ASTM A36 steel, or ASTM A1011 CS (Any Grade) or SS (Any Grade) Anchors (studs) Section 9-06.15 Bolts, Studs, Nuts, Washers ASTM F593 or A193, Type 304 or 316, or Stainless Steel grade 302, 304, or 316 steel in accordance with approved shop drawing Locking and Latching In accordance with approved shop drawings Mechanism Hardware and Bolts 1 2 9-29.2(1)A2 Non-Concrete Junction Boxes 3 Material for the non-concrete junction boxes shall be of a quality that will provide 4 for a similar life expectancy as portland cement concrete in a direct burial 5 application. 6 7 Type 1, 2, and 8 non-concrete junction boxes shall have a Design Load of 22,500 8 pounds and shall be tested in accordance with Section 9-29.2(5). Non-concrete 9 junction boxes shall be gray in color and have an open bottom design with 10 approximately the same inside dimensions, and present a load to the bearing 11 surface that is less than or equal to the loading presented by the concrete junction 12 boxes shown in the Standard Plans. Non-concrete junction box lids shall include a 13 pull slot and embedded 6 by 6 by ¼-inch steel plate, and shall be secured with two 14 ½ inch stainless steel Penta-head bolts recessed into the cover. The tapped holes 15 for the securing bolts shall extend completely through the box to prevent 16 accumulation of debris. Bolts shall conform to ASTM F593, stainless steel. 17 18 9-29.2(1)B Heavy-Duty Junction Boxes 19 The first paragraph is revised to read: 20 21 Heavy-Duty Junction Boxes are defined as Type 4, 5, and 6 junction boxes and shall 22 be concrete and have a minimum vertical load rating of 46,000 pounds without 23 permanent deformation and 60,000 pounds without failure when tested in accordance 24 with Section 9-29.2(5). 25 26 9-29.2(1)C Testing Requirements 27 This section is deleted in its entirety. 28 29 9-29.2(2) Small Cable Vaults, Standard Duty Cable Vaults, Standard Duty Pull 30 Boxes, and Heavy Duty Pull Boxes 31 This section, including title, is revised to read: 32 33 9-29.2(2) Cable Vaults and Pull Boxes 34 Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete 35 lid. The lids for Cable Vaults and Pull Boxes shall be interchangeable and both shall fit 36 the same box as shown in the Standard Plans. 37 38 The Contractor shall provide shop drawings for all components, including concrete box, 39 Cast Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 116

1 shall show placement of reinforcing steel, knock outs, and any other appurtenances. 2 The shop drawing shall be prepared by or under the direct supervision of a 3 Professional Engineer, licensed under Title 18 RCW, State of Washington, in the 4 branch of Civil or Structural. Each sheet shall carry the following: 5 6 1. Professional Engineer’s original signature, date of signature, original seal, and 7 registration number. If a complete assembly drawing is included which 8 references additional drawing numbers, including revision numbers for those 9 drawings, then only the complete assembly drawing is required to be 10 stamped. 11 12 2. The initials and dates of all participating design professionals. 13 14 3. Clear notation of all revisions including identification of who authorized the 15 revision, who made the revision, and the date of the revision. 16 17 Design calculations shall carry on the cover page, the Professional Engineer’s original 18 signature, date of signature, original seal, and registration number. 19 20 For each type of box or whenever there is a change to the Cable Vault or Pull box 21 design, a proof test, as defined in this Specification, shall be performed and new shop 22 drawings submitted. 23 24 9-29.2(2)A Small Cable Vaults, Standard Duty Cable Vaults, and Standard 25 Duty Pull Boxes 26 This section’s title is revised to read: 27 28 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 29 30 The first paragraph is revised to read: 31 32 Standard Duty Cable Vaults and Pull Boxes shall be concrete and have a minimum 33 load rating of 22,500 pounds and be tested in accordance with Section 9-29.2(5). For 34 the purposes of this Section, Small Cable Vaults are considered a type of Standard 35 Duty Cable Vault. 36 37 The first sentence of the second paragraph is revised to read: 38 39 Concrete for Standard Duty Cable Vaults and Pull Boxes shall have a minimum 40 compressive strength of 4,000 psi. 41 42 The first sentence of the third paragraph is revised to read: 43 44 All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways, and 45 shared-use paths shall have slip-resistant surfaces. 46 47 The fourth paragraph (up until the colon) is revised to read: 48 49 Materials for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 117

1 9-29.2(2)B Heavy-Duty Cable Vaults and Pull Boxes 2 The first paragraph is revised to read: 3 4 Heavy-Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a 5 minimum compressive strength of 4,000 psi, and have a minimum vertical load rating of 6 46,000 pounds without permanent deformation and 60,000 pounds without failure when 7 tested in accordance with Section 9-29.2(5). 8 9 9-29.2(3) Structure Mounted Junction Boxes 10 The first and second paragraphs are revised to read: 11 12 Surface mounted junction boxes and concrete embedded junction boxes installed in 13 cast-in-place structures shall be stainless steel NEMA 4X. 14 15 Concrete embedded junction boxes installed in structures constructed by slip forming 16 shall be stainless steel NEMA 3R and shall be adjustable for depth, with depth 17 adjustment bolts, which are accessible from the front face of the junction box with the 18 lid installed. 19 20 9-29.3(1) Fiber Optic Cable 21 This section is revised to read: 22 23 All fiber optic cables shall be single mode fiber optic cables unless otherwise specified 24 in the Contract. All fiber optic cables shall meet the following requirements: 25 26 1. Compliance with the current version of ANSI/ICEA S-87-640. A product data 27 specification sheet clearly identifying compliance or a separate letter from 28 manufacturer to state compliance shall be provided. 29 30 2. Cables shall be gel free, loose tube, low water peak, and all dielectric with no 31 metallic component. 32 33 3. Cables shall not be armored unless specified in the Contract. 34 35 4. Cables shall be approved for mid-span entries and be rated by the 36 manufacturer for outside plant (OSP) use, placement in underground ducts, 37 and aerial installations. 38 39 5. Fiber counts shall be as specified in the Contract. 40 41 6. Fibers and buffer tubes shall be color coded in accordance with the current 42 version of EIA/TIA-598. 43 44 7. Fibers shall not have any factory splices. 45 46 8. Outer Jacket shall be Type M (Medium Density Polyethylene). Outer jacket 47 shall be free from holes, splits, blisters, or other imperfections and must be 48 smooth and concentric as is consistent with the best commercial practice. 49 50 9. A minimum of one (1) rip cord is required for each cable.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 118

1 2 10. Cable markings shall meet the following additional requirements: 3 4 a. Color shall be white or silver. 5 6 b. Markings shall be approximately 3 millimeters (118 mils) in height, and 7 dimensioned and spaced to produce good legibility. 8 9 c. Markings shall include the manufacturer’s name, year of manufacture, the 10 number of fibers, the words “OPTICAL CABLE”, and sequential length 11 marks. 12 13 d. Sequential length markings shall be in meters or feet, spaced at intervals 14 not more than 1 meter or 2 feet apart, respectively. 15 16 e. The actual cable length shall not be shorter than the cable length 17 marking. The actual cable length may be up to 1% longer than the cable 18 length marking. 19 20 f. Cables with initial markings that do not meet these requirements will not 21 be accepted and may not be re-marked. 22 23 11. Short term tensile strength shall be a minimum of 600 pounds (1bs). Long 24 term tensile strength shall be a minimum of 180 pounds (1bs). Tensile 25 strength shall be achieved using a fiberglass reinforced plastic (FRP) central 26 member and / or aramid yarns. 27 28 12. All cables shall be new and free of material or manufacturing defects and 29 dimensional non-uniformity that would: 30 31 a. Interfere with the cable installation using accepted cable installation 32 practices; 33 34 b. Degrade the transmission performance or environmental resistance after 35 installation; 36 37 c. Inhibit proper connection to interfacing elements; 38 39 d. Otherwise yield an inferior product. 40 41 13. The fiber optic cables shall be shipped on reels with a drum diameter at least 42 20 times the diameter of the cable, in order to prevent damage to the cable. 43 The reels shall be substantial and constructed so as to prevent damage 44 during shipment and handling. Reels shall be labeled with the same 45 information required for the cable markings, with the exception that the total 46 length of cable shall be marked instead of incremental length marks. Reels 47 shall also be labeled with the type of cable. 48 49 This section is supplemented with the following new subsection: 50

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 119

1 9-29.3(1)B Multimode Optical Fibers 2 Where multimode fiber optic cables are specified in the Contract, the optical fibers shall 3 be one of the following types, as specified in the Contract: 4 5 a. Type OM1, meeting the requirements of EIA/TIA 492-AAAA-A or ISO/IEC 6 11801. The fiber core diameter shall be 62.5 µm. 7 8 b. Type OM2, meeting the requirements of EIA/TIA 492-AAAB-A or ISO/IEC 9 11801. The fiber core diameter shall be 50 µm. 10 11 All multimode optical fibers shall have a maximum attenuation of 3.0 dB/km at 850nm 12 and 1.0 dB/km at 1300nm. Completed cable assemblies shall be rated for 1000BaseLX 13 Ethernet communications. 14 15 9-29.3(1)A Singlemode Fiber Optic Cable 16 This section is revised to read: 17 18 Single-Mode optical fibers shall be EIA/TIA 492-CAAB or ISO/IEC 11801 Type OS2, 19 low water peak zero dispersion fibers, meeting the requirements of ITU-T G.652.D. 20 21 9-29.6 Light and Signal Standards 22 The third paragraph is revised to read: 23 24 Light standard, signal standards, slip base hardware and foundation hardware shall be 25 hot dip galvanized in accordance with AASHTO M 111 and AASHTO M 232. Where 26 colored standards are required, standards shall be powder-coated after galvanizing in 27 accordance with Section 6-07.3(11). The standard color shall be as specified in the 28 Contract. 29 30 9-29.6(1) Steel Light and Signal Standards 31 In the first paragraph, “ASTM A325” is revised to read “ASTM F3125 Grade A325”. 32 33 9-29.6(2) Slip Base Hardware 34 In this section, “ASTM A325” is revised to read “ASTM F3125 Grade A325”. 35 36 9-29.7(2) Fused Quick-Disconnect Kits 37 The table is supplemented with the following new row: 38 LED* 10A 10A 20A 39 40 The following footnote is inserted after the table: 41 42 * Applies to all LED luminaires, regardless of wattage. Fuses for LED luminaires 43 shall be slow blow. 44 45 9-29.10 Luminaires 46 The first sentence of the third paragraph is revised to read: 47 48 All luminaires shall be provided with markers for positive identification of light source 49 type and wattage in accordance with ANSI C136.15-2011, with the exception that LED

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 120

1 luminaires shall be labeled with the wattage of their conventional luminaire equivalents 2 – the text “LED” is optional. 3 4 The table in the fourth paragraph is revised to read: 5 Conventional Lamp Conventional Wattage Equivalent LED Wattage Legend Legend 70 7 7E 100 10 10E 150 15 15E 175 17 17E 200 20 20E 250 25 25E 310 31 31E 400 40 40E 700 70 70E 750 75 75E 1,000 X1 X1E 6 7 9-29.13(10)C NEMA Controller Cabinets 8 Item number 6 of the first paragraph is revised to read: 9 10 6. LED light strips shall be provided for cabinet lighting. Each LED light strip shall be 11 approximately 12 inches long, have a minimum output of 320 lumens, and have a 12 color temperature of 4100K (cool white) or higher. Two light strips shall be 13 provided. One light strip shall be ceiling mounted and oriented parallel to the door 14 face. The second light strip shall be mounted under the lower shelf, such that the 15 output terminal landings are illuminated. Lighting shall not interfere with the proper 16 operation of any other ceiling or shelf mounted equipment. All lighting fixtures shall 17 energize automatically when any door is opened. Each door switch shall be 18 labeled “Light”. 19 20 9-29.13(10)D Cabinets for Type 170E and 2070 Controllers 21 Item number 6 of the first paragraph is revised to read: 22 23 6. LED light strips shall be provided for cabinet lighting, powered from the Equipment 24 breaker on the Power Distribution Assembly. Each LED light strip shall be 25 approximately 12 inches long, have a minimum output of 320 lumens, and have a 26 color temperature of 4100K (cool white) or higher. There shall be two light strips 27 for each rack within the cabinet. Lighting shall be ceiling mounted – rack mounted 28 lighting is not permitted. One light strip shall be installed above the front of the 29 rack, oriented parallel to the door face, and placed such that the front of the rack 30 and the rack mounted equipment is illuminated. The second light strip shall be 31 installed above the rear of the rack, oriented perpendicular to the door face, and 32 placed such that the interior of the rack is illuminated. Lighting shall not interfere 33 with the proper operation of any other ceiling mounted equipment. All lighting 34 fixtures above a rack shall energize automatically when either door to that 35 respective rack is opened. Each door switch shall be labeled “Light”. 36

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 121

1 9-29.13(12) ITS Cabinet 2 Item number 6 of the first paragraph is revised to read: 3 4 6. LED light strips shall be provided for cabinet lighting, powered from the Equipment 5 breaker on the Power Distribution Assembly. Each LED light strip shall be 6 approximately 12 inches long, have a minimum output of 320 lumens, and have a 7 color temperature of 4100K (cool white) or higher. There shall be two light strips 8 for each rack within the cabinet. Lighting shall be ceiling mounted – rack mounted 9 lighting is not permitted. One light strip shall be installed above the front of the 10 rack, oriented parallel to the door face, and placed such that the front of the rack 11 and the rack mounted equipment is illuminated. The second light strip shall be 12 installed above the rear of the rack, oriented perpendicular to the door face, and 13 placed such that the interior of the rack is illuminated. Lighting shall not interfere 14 with the proper operation of any other ceiling mounted equipment. All lighting 15 fixtures above a rack shall energize automatically when either door to that 16 respective rack is opened. Each door switch shall be labeled “Light”. 17 18 9-29.25 Amplifier, Transformer, and Terminal Cabinets 19 Item 2C is revised to read: 20 21 c. Transformer up to 12.5 KVA 20″ 48″ 24″ 22 Transformer 12.6 to 35 KVA 30″ 60″ 32″ 23 24 The following new sentence is inserted before the last sentence of item number 10: 25 26 There shall be an isolation breaker on the input (line) side of the transformer, and a 27 breaker array on the output (load) side. 28 29 Section 9-30, Water Distribution Materials 30 August 7, 2017

31 9-30.6(3) Service Pipes 32 This section is supplemented with the following new subsection: 33 34 9-30.6(3)C PEX-a Tubing 35 PEX-a tubing shall be a minimum of ¾-inch or a maximum 2-inch in diameter and shall 36 be manufactured in accordance with AWWA C904 and ASTM F876. The tubing shall 37 have a minimum materials designation code of 3306 in accordance with ASTM F876, a 38 pressure rating of 200 psi at 73.4 degrees using a design factor of 0.63 as outlined in 39 PPI TR-3, Part F-7, and shall have a minimum SDR of 9. Tubing color shall be blue in 40 accordance with APWA Uniform color standards. 41 42 9-30.6(4) Service Fittings 43 This section is supplemented with the following new paragraph: 44 45 Fittings for PEX-a tubing shall meet the requirements of AWWA C904. 46

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 122

1 Section 9-31, Elastomeric Pads 2 August 7, 2017

3 This section, including title, is revised to read: 4 5 9-31 Fabricated Bridge Bearing Assemblies 6 9-31.1 Steel Plates and Bars 7 Steel plates and bars, including anchor array templates, shall conform to ASTM A 8 36. 9 10 Recessed steel surfaces retaining PTFE shall have an average surface roughness 11 of 250-microinches or less. 12 13 Steel surfaces in contact with pre-formed fabric pad or polyether urethane disc 14 shall have an average surface roughness of 250-microinches or less. 15 16 Steel surfaces in contact with stainless steel sheet, or with the bearing block of a 17 pin bearing assembly, shall have an average surface roughness of 125- 18 microinches or less. 19 20 All other steel surfaces in contact with other fabricated bridge bearing assembly 21 components shall have an average surface roughness of 250-microinches or less. 22 23 9-31.2 Stainless Steel 24 Stainless steel sheet shall conform to ASTM A 240 Type 304L. Stainless steel in 25 contact with PTFE shall be polished to a Number 8 mirror finish. Stainless steel 26 sheet for fabric pad bearing assemblies shall have a thickness greater than or 27 equal to 14-gage. 28 29 Stainless steel countersunk screws shall be hexagon socket type conforming to 30 the geometric requirements of ANSI B 18.3 and shall conform to ASTM F 593 31 Type 304L. 32 33 9-31.3 Bearing Blocks and Keeper Rings 34 Bearing block forgings for pin bearing assemblies shall conform to Section 9- 35 06.11, including AASHTO M 102 Supplemental Requirement S4. The grade shall 36 be Grade F. The bearing block forging surfaces in contact with other pin bearing 37 assembly components shall have an average surface roughness of 63- 38 microinches or less. All other bearing block forging surfaces shall have an 39 average surface roughness of 250-microinches or less. 40 41 Keeper ring forgings for pin bearing assemblies shall conform to Section 9-06.11, 42 and the grade shall be Grade H. All keeper ring surfaces shall have an average 43 surface roughness of 125-microinches or less. 44 45 9-31.4 Pin Assembly 46 Pins shall conform to ASTM A 276 UNS Designation 21800. The pin surfaces in 47 contact with the bearing block shall have an average surface roughness of 63- 48 microinches or less. 49

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 123

1 Nuts shall conform to ASTM A 563 Grade DH. Nuts with a thread diameter equal 2 to or less than six-inches shall have a minimum Rockwell Hardness of HRc 24. 3 Nuts with a thread diameter greater than six-inches shall have a Rockwell 4 Hardness between HRc 20 and HRc 30. 5 6 Washers shall conform to ASTM A 572 Grade 50. 7 8 Cotter pins shall be stainless steel. 9 10 9-31.5 Welded Shear Connectors 11 Welded shear connectors shall conform to Section 9-06.15. 12 13 9-31.6 Bolts, Nuts and Washers 14 Bolts, nuts and washers shall conform to Section 9-06.5(3). 15 16 9-31.7 Anchor Array Rods, Nuts and Washers 17 Anchor array rods, nuts and washers shall conform to Section 9-06.5(4). The top 18 1’-0”, minimum, of the exposed end of the anchor rods, and the associated nuts 19 and washers, shall be galvanized in accordance with AASHTO M 232 or ASTM F 20 2329 as applicable. 21 22 Pipe sleeves for anchor array templates shall conform to ASTM A 53 Grade B 23 Type E or S, black. 24 25 9-31.8 Bearing Pads 26 9-31.8(1) Elastomeric Pads 27 Elastomeric pads shall conform to the requirements of AASHTO M251 unless 28 otherwise specified in the Plans or Special Provisions. The elastomer shall be 29 low-temperature Grade 3 and shall not contain any form of wax. Unless 30 otherwise specified in the Plans or Special Provisions, the elastomer shall 31 have a shear modulus of elasticity of 165 psi at 73°F. 32 33 All elastomeric pads with steel laminates shall be cast as units in separate 34 molds and bonded and vulcanized under heat and pressure. Corners and 35 edges of molded pads may be rounded at the option of the Contractor. Radius 36 at corners shall not exceed ⅜ inch, and radius of edges shall not exceed ⅛ 37 inch. Elastomeric pads shall be fabricated to meet the tolerances specified in 38 AASHTO M251. 39 40 Shims contained in laminated elastomeric pads shall be mill rolled steel 41 sheets not less than 20 gage in thickness with a minimum cover of elastomer 42 on all edges of: 43 44 ¼ inch for pads less than or equal to 5 inches thick and, 45 46 ½ inch for pads greater than 5 inches thick. 47 48 Steel shims shall conform to ASTM A1011, Grade 36, unless otherwise noted. 49 All shim edges shall be ground or otherwise treated so that no sharp edges 50 remain. 51

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 124

1 9-31.8(2) Polytetrafluoroethylene (PTFE) 2 PTFE shall be unfilled (100-percent virgin) PTFE or fiberglass fiber filled 3 PTFE (or woven fabric PTFE for disc or spherical bearing assemblies) 4 conforming to Section 18.8 of the AASHTO LRFD Bridge Construction 5 Specifications, and the following additional requirements: 6 7 1. PTFE shall be unfilled (100-percent virgin) PTFE except where filled 8 PTFE is specified in the Plans. 9 10 2. Filled PTFE shall be composed of PTFE resin uniformly blended with 11 15-percent maximum fiberglass fiber. 12 13 3. The substrate shall limit the flow (elongation) of the confined PTFE 14 to not more than 0.009-inch under a pressure of 2,000 psi for 15- 15 minutes at 78°F for a two-inch by three-inch test sample. 16 17 4. Unfilled PTFE shall have a hardness of 50 to 65 Durometer D, at 18 78°F, in accordance with ASTM D 2240. 19 20 5. The PTFE may be dimpled. 21 22 9-31.8(3) Pre-Formed Fabric Pad 23 Pre-formed fabric pads shall be composed of multiple layers of duck, 24 impregnated and bound with high-quality oil resistant synthetic rubber, 25 compressed into resilient pads. The pre-formed fabric pads shall conform to 26 MIL C 882 and the following additional requirements: 27 28 1. The pre-formed fabric pad shall have a shore A hardness of 90 ± 5 in 29 accordance with ASTM D 2240. 30 31 2. The number of plies shall be as required to produce the specified 32 thickness after compression and vulcanization. 33 34 9-31.9 Polyether Urethane 35 Polyether urethane shall be a molded polyether urethane compound conforming to 36 the following properties: 37 Physical Properties Specification Hardness, Type D durometer ASTM D 2240 45 55 65 Minimum tensile stress, ksi ASTM D 412 At 100-percent elongation 1.5 1.9 2.3 At 200-percent elongation 2.8 3.4 4.0 Minimum tensile strength, ksi ASTM D 412 4.0 5.0 6.0 Minimum ultimate elongation, ASTM D 412 350 285 220 percent Maximum compression set (22 hours ASTM D 395 40 40 40 at 158°F) Method B, percent 38

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 125

1 Required minimums for tensile stress at specific elongations, tensile strength, 2 ultimate elongation, and compression set may be interpolated for durometer 3 hardness values between 45 and 55, and 55 and 65. 4 5 9-31.10 Silicone Grease 6 Silicone grease for use with dimpled PTFE shall conform to SAE AS 8660. 7 8 9-31.11 Epoxy Gel 9 Epoxy gel shall be Type 1, Grade 3, Class A, B, or C, conforming to Section 9- 10 26.1. 11 12 9-31.12 Resin Filler 13 Resin filler shall be a two-component, resin and catalyst, liquid thermoset material, 14 with the following properties: 15 16 1. The viscosity of the resin-catalyst mixture shall be 35,000 ± 5,000cP at 17 75°F immediately after mixing. 18 19 2. The flash point shall be 100°F minimum. 20 21 3. After mixing, the resin-catalyst mixture shall be pourable for a minimum of 22 8-minutes at 60°F and shall harden in 15-minutes maximum. Heating of 23 the mixture to a maximum temperature of 250°F after placement is 24 permissible to obtain a full cure. 25 26 The properties of the cured resin-catalyst mixture shall be: 27 28 1. The fully cured compressive strength shall be 12,000 psi, minimum. 29 30 2. The maximum allowable shrinkage shall be 2-percent. To control 31 shrinkage, an inert filler may be used in the resin provided the specified 32 viscosity requirements are met. 33 34 3. The hardness shall be between 40 and 55 in accordance with ASTM D 35 2583. 36 37 The resin and catalyst components shall be supplied in separate containers. 38 39 Section 9-35, Temporary Traffic Control Materials 40 August 7, 2017

41 9-35.12 Transportable Attenuator 42 The second sentence of the first paragraph is revised to read: 43 44 The transportable attenuator shall be mounted on, or attached to, a host vehicle that 45 complies with the manufacturer’s recommended weight range. 46 47 9-35.14 Portable Temporary Traffic Control Signal 48 The last sentence of the eighth paragraph is revised to read: 49

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 126

1 A highly retroreflective yellow strip, 1 inch wide, shall be placed around the perimeter of 2 the face of all vehicle signal backplates to project a rectangular image at night toward 3 oncoming traffic.

City of Bothell June 2018 2018 Crack Seal Project 30559512.563063.0085.05.T001.ST1

Page 4- 127

SECTION 5 SPECIAL PROVISIONS

1 INTRODUCTION TO THE SPECIAL PROVISIONS 2 3 (August 14, 2013 APWA GSP) 4 5 The Work on this project shall be accomplished in accordance with the Standard 6 Specifications for Road, Bridge and Municipal Construction, 2016 edition, as issued by the 7 Washington State Department of Transportation (WSDOT) and the American Public Works 8 Association (APWA), Washington State Chapter (hereafter “Standard Specifications”). The 9 Standard Specifications, as modified or supplemented by the Amendments to the Standard 10 Specifications and these Special Provisions, all of which are made a part of the Contract 11 Documents, shall govern all of the Work. 12 13 These Special Provisions are made up of both General Special Provisions (GSPs) from 14 various sources, which may have project-specific fill-ins; and project-specific Special 15 Provisions. Each Provision either supplements, modifies, or replaces the comparable 16 Standard Specification, or is a new Provision. The deletion, amendment, alteration, or 17 addition to any subsection or portion of the Standard Specifications is meant to pertain only 18 to that particular portion of the section, and in no way should it be interpreted that the balance 19 of the section does not apply. 20 21 The project-specific Special Provisions are not labeled as such. The GSPs are labeled under 22 the headers of each GSP, with the effective date of the GSP and its source. For example: 23 24 (March 8, 2013 APWA GSP) 25 (April 1, 2013 WSDOT GSP) 26 27 Also incorporated into the Contract Documents by reference are: 28  Manual on Uniform Traffic Control Devices for Streets and Highways, currently 29 adopted edition, with Washington State modifications, if any 30  Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, 31 current edition 32  Design and Construction Standards and Specifications (DCSS) – City of Bothell, 33 current edition 34  Proposed Guidelines for Pedestrian Facilities in the Public Right-of-Way, July 26, 35 2011 (commonly referred to as the 2011 PROWAG) 36 37 The Contractor shall obtain copies of these publications, at the Contractor’s own expense.

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 1

1 Division 1 2 General Requirements 3 4 5 1-01 Definition and Terms 6 7 1-01.3 Definitions 8 (January 4, 2016 APWA GSP) 9 Delete the heading Completion Dates and the three paragraphs that follow it, and replace 10 them with the following: 11 12 Dates 13 Bid Opening Date 14 The date on which the Contracting Agency publicly opens and reads the Bids. 15 Award Date 16 The date of the formal decision of the Contracting Agency to accept the lowest 17 responsible and responsive Bidder for the Work. 18 Contract Execution Date 19 The date the Contracting Agency officially binds the Agency to the Contract. 20 Notice to Proceed Date 21 The date stated in the Notice to Proceed on which the Contract time begins. 22 Substantial Completion Date 23 The day the Engineer determines the Contracting Agency has full and unrestricted use 24 and benefit of the facilities, both from the operational and safety standpoint, any 25 remaining traffic disruptions will be rare and brief, and only minor incidental Work, 26 replacement of temporary substitute facilities, plant establishment periods, or 27 correction or repair remains for the Physical Completion of the total Contract. 28 Physical Completion Date 29 The day all of the Work is physically completed on the project. All documentation 30 required by the Contract and required by law does not necessarily need to be 31 furnished by the Contractor by this date. 32 Completion Date 33 The day all the Work specified in the Contract is completed and all the obligations of 34 the Contractor under the Contract are fulfilled by the Contractor. All documentation 35 required by the Contract and required by law must be furnished by the Contractor 36 before establishment of this date. 37 Final Acceptance Date 38 The date on which the Contracting Agency accepts the Work as complete. 39 40 Supplement this Section with the following: 41 42 All references in the Standard Specifications, Amendments, or WSDOT General Special 43 Provisions, to the terms “Department of Transportation”, “Washington State

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 2 1 Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, 2 “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”. 3 4 All references to the terms “State” or “state” shall be revised to read “Contracting 5 Agency” unless the reference is to an administrative agency of the State of Washington, a 6 State statute or regulation, or the context reasonably indicates otherwise. 7 8 All references to “State Materials Laboratory” shall be revised to read “Contracting 9 Agency designated location”. 10 11 All references to “final Contract voucher certification” shall be interpreted to mean the 12 Contracting Agency form(s) by which final payment is authorized, and final completion 13 and acceptance granted. 14 15 Additive 16 A supplemental unit of Work or group of Bid items, identified separately in the Bid 17 Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition 18 to the Base Bid. 19 20 Alternate 21 One of two or more units of Work or groups of Bid items, identified separately in the Bid 22 Proposal, from which the Contracting Agency may make a choice between different 23 methods or material of construction for performing the same Work. 24 25 Business Day 26 A business day is any day from Monday through Friday except holidays as listed in 27 Section 1-08.5. 28 29 Contract Bond 30 The definition in the Standard Specifications for “Contract Bond” applies to whatever 31 bond form(s) are required by the Contract Documents, which may be a combination of a 32 Payment Bond and a Performance Bond. 33 34 Contract Documents 35 See definition for “Contract”. 36 37 Contract Time 38 The period of time established by the terms and conditions of the Contract within which 39 the Work must be physically completed. 40 41 Notice of Award 42 The written notice from the Contracting Agency to the successful Bidder signifying the 43 Contracting Agency’s acceptance of the Bid Proposal. 44

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 3 1 Notice to Proceed 2 The written notice from the Contracting Agency or Engineer to the Contractor 3 authorizing and directing the Contractor to proceed with the Work and establishing the 4 date on which the Contract time begins. 5 6 Traffic 7 Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and 8 equestrian traffic. 9 10 11 1-02 Bid Procedures and Conditions 12 13 1-02.1 Prequalification of Bidders 14 Delete this Section and replace it with the following: 15 16 1-02.1 Qualifications of Bidder 17 (January 24, 2011 APWA GSP) 18 19 Before Award of a Public Works Contract, a Bidder must meet at least the minimum 20 qualifications of RCW 39.04.350(1) to be considered a responsible Bidder and qualified 21 to be awarded a Public Works project. 22 23 1-02.2 Plans and Specifications 24 (June 27, 2011 APWA GSP) 25 Delete this Section and replace it with the following: 26 27 Information as to where Bid Documents can be obtained or reviewed can be found in the 28 Call for Bids (Advertisement for Bids) for the Work. 29 30 After Award of the Contract, Plans and Specifications will be issued to the Contractor at 31 no cost as detailed below: 32 To Prime Contractor No. of Sets Basis of Distribution Reduced Plans (11" x 17") 2 Furnished automatically upon Award. Contract Provisions 2 Furnished automatically upon Award.

Large Plans (e.g., 22" x 1 Furnished only upon 34") request. 33 34 Additional Plans and Contract Provisions may be obtained by the Contractor from the 35 source stated in the Call for Bids, at the Contractor’s own expense. 36

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 4 1 1-02.5 Proposal Forms 2 (June 27, 2011 APWA GSP) 3 Delete this Section and replace it with the following: 4 5 The Proposal Form will identify the project and its location and describe the Work. It 6 will also list estimated quantities, units of measurement, the items of Work, and the 7 materials to be furnished at the unit Bid prices. The Bidder shall complete spaces on the 8 Proposal Form that call for, but are not limited to, unit prices; extensions; summations; 9 the total Bid amount; signatures; date; and, where applicable, retail sales taxes and 10 acknowledgment of Addenda; the Bidder’s name, address, telephone number, and 11 signature; the Bidder’s D/M/WBE commitment, if applicable; a State of Washington 12 Contractor’s Registration Number; and a Business License Number, if applicable. Bids 13 shall be completed by typing or shall be printed in ink by hand, preferably in black ink. 14 The required certifications are included as part of the Proposal Form. 15 16 The Contracting Agency reserves the right to arrange the Proposal Forms with alternates 17 and additives, if such be to the advantage of the Contracting Agency. The Bidder shall 18 Bid on all alternates and additives set forth in the Proposal Form unless otherwise 19 specified. 20 21 1-02.6 Preparation of Proposal 22 (June 27, 2011 APWA GSP) 23 Supplement the second paragraph with the following: 24 4. If a minimum Bid amount has been established for any item, the unit or lump sum 25 price must equal or exceed the minimum amount stated. 26 5. Any correction to a Bid made by interlineation, alteration, or erasure, shall be 27 initialed by the signer of the Bid. 28 29 Delete the last paragraph, and replace it with the following: 30 31 The Bidder shall make no stipulation on the Bid Form, nor qualify the Bid in any 32 manner. 33 34 A Bid by a corporation shall be executed in the corporate name, by the president or a 35 vice president (or other corporate officer accompanied by evidence of authority to sign). 36 37 A Bid by a partnership shall be executed in the partnership name, and signed by a 38 partner. A copy of the partnership agreement shall be submitted with the Bid Form if any 39 D/M/WBE requirements are to be satisfied through such an agreement. 40 41 A Bid by a joint venture shall be executed in the joint venture name and signed by a 42 member of the joint venture. A copy of the joint venture agreement shall be submitted 43 with the Bid Form if any D/W/MBE requirements are to be satisfied through such an 44 agreement. 45

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 5 1 1-02.7 Bid Deposit 2 (March 8, 2013 APWA GSP) 3 Supplement this Section with the following: 4 5 Bid bonds shall contain the following: 6 1. Contracting Agency-assigned number for the project; 7 2. Name of the project; 8 3. The Contracting Agency named as obligee; 9 4. The amount of the Bid bond stated either as a dollar figure or as a percentage 10 which represents five percent of the maximum Bid amount that could be 11 awarded; 12 5. Signature of the Bidder’s officer empowered to sign official statements. The 13 signature of the person authorized to submit the Bid should agree with the 14 signature on the bond, and the title of the person must accompany the said 15 signature; 16 6. The signature of the Surety’s officer empowered to sign the bond and the power 17 of attorney. 18 19 If so stated in the Contract Provisions, Bidder must use the bond form included in the 20 Contract Provisions. 21 22 If so stated in the Contract Provisions, cash will not be accepted for a Bid deposit. 23 24 1-02.9 Delivery of Proposal 25 (August 15, 2016 APWA GSP, Option A) 26 Delete this Section and replace it with the following: 27 28 Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project 29 Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as 30 otherwise required in the Bid Documents, to ensure proper handling and delivery. 31 32 If the project has FHWA funding and requires DBE Written Confirmation Document(s) 33 or Good Faith Effort (GFE) Documentation, then to be considered responsive, the Bidder 34 shall submit written Confirmation Documentation from each DBE firm listed on the 35 Bidder’s completed DBE Utilization Certification, form 272-056 EF, as required by 36 Section 1-02.6. The DBE Written Confirmation Document(s) and/or GFE (if any) shall 37 be received either with the Bid Proposal or as a Supplement to the Bid. The document(s) 38 shall be received no later than 24 hours (not including Saturdays, Sundays and 39 Holidays) after the time for delivery of the Bid Proposal. 40 41 If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed 42 envelope labeled the same as for the Proposal, with “DBE Supplemental Information” 43 added. All other information required to be submitted with the Bid Proposal must be 44 submitted with the Bid Proposal itself, at the time stated in the Call for Bids. 45

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 6 1 The Contracting Agency will not open or consider any Bid Proposal that is received after 2 the time specified in the Call for Bids for receipt of Bid Proposals, or received in a 3 location other than that specified in the Call for Bids. The Contracting Agency will not 4 open or consider any DBE confirmations or GFE documentation proposal that is received 5 after the time specified above, or received in a location other than that specified in the 6 Call for Bids. 7 8 1-02.10 Withdrawing, Revising, or Supplementing Proposal 9 (July 23, 2015 APWA GSP) 10 Delete this Section, and replace it with the following: 11 12 After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may 13 withdraw, revise, or supplement it if: 14 15 1. The Bidder submits a written request signed by an authorized person and 16 physically delivers it to the place designated for receipt of Bid Proposals, and 17 2. The Contracting Agency receives the request before the time set for receipt of 18 Bid Proposals, and 19 3. The revised or supplemented Bid Proposal (if any) is received by the 20 Contracting Agency before the time set for receipt of Bid Proposals. 21 22 If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received 23 before the time set for receipt of Bid Proposals, the Contracting Agency will return the 24 unopened Proposal package to the Bidder. The Bidder must then submit the revised or 25 supplemented package in its entirety. If the Bidder does not submit a revised or 26 supplemented package, then its Bid shall be considered withdrawn. 27 28 Late revised or supplemented Bid Proposals or late withdrawal requests will be date 29 recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed 30 requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 31 32 1-02.12 Public Opening of Proposals 33 Section 1-02.12 is supplemented with the following: 34 35 Date of Opening Bids 36 Sealed Bids are to be received at the following location prior to the time specified: 37 38 1. At Bothell City Hall until 2:00 P.M. of the Bid Opening date. 39 40 Bothell City Hall 41 18415 101st Ave NE 42 Bothell, WA. 98011 43 44 The Bid Opening date for this project is January 25, 2018. Bids received will be publicly 45 opened and read after 2:00 P.M. on this date. 46

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 7 1 1-02.13 Irregular Proposals 2 (January 4, 2016 APWA GSP) 3 Delete this Section and replace it with the following: 4 5 1. A Proposal will be considered irregular and will be rejected if: 6 a. The Bidder is not prequalified when so required; 7 b. The authorized Proposal form furnished by the Contracting Agency is not used 8 or is altered; 9 c. The completed Proposal form contains any unauthorized additions, deletions, 10 alternate Bids, or conditions; 11 d. The Bidder adds provisions reserving the right to reject or accept the Award, 12 or enter into the Contract; 13 e. A price per unit cannot be determined from the Bid Proposal; 14 f. The Proposal form is not properly executed; 15 g. The Bidder fails to submit or properly complete a Subcontractor list, if 16 applicable, as required in Section 1-02.6; 17 h. The Bidder fails to submit or properly complete a Disadvantaged Business 18 Enterprise Certification, if applicable, as required in Section 1-02.6; 19 i. The Bidder fails to submit written confirmation from each DBE firm listed on 20 the Bidder’s completed DBE Utilization Certification that they are in 21 agreement with the Bidders DBE participation commitment, if applicable, as 22 required in Section 1-02.6, or if the written confirmation that is submitted fails 23 to meet the requirements of the Special Provisions; 24 j The Bidder fails to submit DBE Good Faith Effort documentation, if 25 applicable, as required in Section 1-02.6, or if the documentation that is 26 submitted fails to demonstrate that a Good Faith Effort to meet the Condition 27 of Award was made; 28 k. The Bid Proposal does not constitute a definite and unqualified offer to meet 29 the material terms of the Bid invitation; or 30 l. More than one Proposal is submitted for the same project from a Bidder under 31 the same or different names. 32 33 2. A Proposal may be considered irregular and may be rejected if: 34 a. The Proposal does not include a unit price for every Bid item; 35 b. Any of the unit prices are excessively unbalanced (either above or below the 36 amount of a reasonable Bid) to the potential detriment of the Contracting 37 Agency; 38 c. Receipt of Addenda is not acknowledged; 39 d. A member of a joint venture or partnership and the joint venture or partnership 40 submit Proposals for the same project (in such an instance, both Bids may be 41 rejected); or 42 e. If Proposal form entries are not made in ink. 43 44 1-02.14 Disqualification of Bidders 45 (March 8, 2013 APWA GSP, Option B) 46 Delete this Section and replace it with the following:

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 8 1 2 A Bidder will be deemed not responsible if the Bidder does not meet the mandatory 3 Bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet the 4 following Supplemental Criteria: 5 6 1. Delinquent State Taxes 7 8 A Criterion: The Bidder shall not owe delinquent taxes to the Washington State 9 Department of Revenue without a payment plan approved by the Department 10 of Revenue. 11 12 B. Documentation: The Bidder shall not be listed on the Washington State 13 Department of Revenue’s “Delinquent Taxpayer List” website: 14 http://dor.wa.gov/content/fileandpaytaxes/latefiling/dtlwest.aspx , or if they 15 are so listed, they must submit a written payment plan approved by the 16 Department of Revenue, to the Contracting Agency by the deadline listed 17 below. 18 19 2. Federal Debarment 20 21 A Criterion: The Bidder shall not currently be debarred or suspended by the 22 Federal government. 23 24 B. Documentation: The Bidder shall not be listed as having an “active exclusion” 25 on the U.S. government’s “System for Award Management” database 26 (www.sam.gov). 27 28 3. Subcontractor Responsibility 29 30 A Criterion: The Bidder’s standard subcontract form shall include the 31 Subcontractor responsibility language required by RCW 39.06.020, and the 32 Bidder shall have an established procedure which it utilizes to validate the 33 responsibility of each of its Subcontractors. The Bidder’s subcontract form 34 shall also include a requirement that each of its Subcontractors shall have and 35 document a similar procedure to determine whether the sub-tier 36 Subcontractors with whom it contracts are also “responsible” Subcontractors 37 as defined by RCW 39.06.020. 38 39 B. Documentation: The Bidder, if and when required as detailed below, shall 40 submit a copy of its standard subcontract form for review by the Contracting 41 Agency, and a written description of its procedure for validating the 42 responsibility of Subcontractors with which it contracts. 43 44 4. Prevailing Wages 45 46 A Criterion: The Bidder shall not have a record of prevailing wage violations as 47 determined by WA Labor & Industries in the five years prior to the Bid

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 9 1 submittal date, that demonstrates a pattern of failing to pay workers prevailing 2 wages, unless there are extenuating circumstances and such circumstances are 3 deemed acceptable to the Contracting Agency. 4 5 B. Documentation: The Bidder, if and when required as detailed below, shall 6 submit a list of all prevailing wage violations in the five years prior to the Bid 7 submittal date, along with an explanation of each violation and how it was 8 resolved. The Contracting Agency will evaluate these explanations and the 9 resolution of each complaint to determine whether the violation demonstrate a 10 pattern of failing to pay its workers prevailing wages as required. 11 12 5. Claims Against Retainage and Bonds 13 14 A Criterion: The Bidder shall not have a record of excessive claims filed against 15 the retainage or payment bonds for Public Works projects in the three years 16 prior to the Bid submittal date, that demonstrate a lack of effective 17 management by the Bidder of making timely and appropriate payments to its 18 Subcontractors, suppliers, and workers, unless there are extenuating 19 circumstances and such circumstances are deemed acceptable to the 20 Contracting Agency. 21 22 B. Documentation: The Bidder, if and when required as detailed below, shall 23 submit a list of the Public Works projects completed in the three years prior to 24 the Bid submittal date that have had claims against retainage and bonds and 25 include for each project the following information: 26 27 • Name of project 28 • The owner and contact information for the owner; 29 • A list of claims filed against the retainage and/or payment bond for any of 30 the projects listed; 31 • A written explanation of the circumstances surrounding each claim and the 32 ultimate resolution of the claim. 33 34 6. Public Bidding Crime 35 36 A Criterion: The Bidder and/or its owners shall not have been convicted of a 37 crime involving Bidding on a Public Works Contract in the five years prior to 38 the Bid submittal date. 39 40 B. Documentation: The Bidder, if and when required as detailed below, shall sign 41 a statement (on a form to be provided by the Contracting Agency) that the 42 Bidder and/or its owners have not been convicted of a crime involving 43 Bidding on a Public Works Contract. 44 45 7. Termination for Cause / Termination for Default 46

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 10 1 A Criterion: The Bidder shall not have had any Public Works Contract 2 terminated for cause or terminated for default by a government agency in the 3 five years prior to the Bid submittal date, unless there are extenuating 4 circumstances and such circumstances are deemed acceptable to the 5 Contracting Agency. 6 7 B. Documentation: The Bidder, if and when required as detailed below, shall sign 8 a statement (on a form to be provided by the Contracting Agency) that the 9 Bidder has not had any Public Works Contract terminated for cause or 10 terminated for default by a government agency in the five years prior to the 11 Bid submittal date; or if Bidder was terminated, describe the circumstances. 12 13 8. Lawsuits 14 15 A Criterion: The Bidder shall not have lawsuits with judgments entered against 16 the Bidder in the five years prior to the Bid submittal date that demonstrate a 17 pattern of failing to meet the terms of Contracts, unless there are extenuating 18 circumstances and such circumstances are deemed acceptable to the 19 Contracting Agency 20 21 B. Documentation: The Bidder, if and when required as detailed below, shall sign 22 a statement (on a form to be provided by the Contracting Agency) that the 23 Bidder has not had any lawsuits with judgments entered against the Bidder in 24 the five years prior to the Bid submittal date that demonstrate a pattern of 25 failing to meet the terms of Contracts, or shall submit a list of all lawsuits with 26 judgments entered against the Bidder in the five years prior to the Bid 27 submittal date, along with a written explanation of the circumstances 28 surrounding each such lawsuit. The Contracting Agency shall evaluate these 29 explanations to determine whether the lawsuits demonstrate a pattern of 30 failing to meet of terms of construction related Contracts 31 32 As evidence that the Bidder meets the mandatory and supplemental responsibility 33 criteria stated above, the apparent two lowest Bidders must submit to the Contracting 34 Agency by 12:00 P.M. (noon) of the second business day following the Bid submittal 35 deadline, a written statement verifying that the Bidder meets all of the mandatory and 36 supplemental criteria together with supporting documentation including but not limited 37 to that detailed above (sufficient in the sole judgment of the Contracting Agency) 38 demonstrating compliance with all mandatory and supplemental responsibility criteria. 39 The Contracting Agency reserves the right to request such documentation from other 40 Bidders as well, and to request further documentation as needed to assess Bidder 41 responsibility. The Contracting Agency also reserves the right to obtain information 42 from third-parties and independent sources of information concerning a Bidder’s 43 compliance with the mandatory and supplemental criteria, and to use that information in 44 their evaluation. The Contracting Agency may (but is not required to) consider 45 mitigating factors in determining whether the Bidder complies with the requirements of 46 the supplemental criteria. 47

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 11 1 The basis for evaluation of Bidder compliance with these mandatory and supplemental 2 criteria shall include any documents or facts obtained by Contracting Agency (whether 3 from the Bidder or third parties) including but not limited to: (i) financial, historical, or 4 operational data from the Bidder; (ii) information obtained directly by the Contracting 5 Agency from others for whom the Bidder has worked, or other public agencies or private 6 enterprises; and (iii) any additional information obtained by the Contracting Agency 7 which is believed to be relevant to the matter. 8 9 If the Contracting Agency determines the Bidder does not meet the Bidder responsibility 10 criteria above and is therefore not a responsible Bidder, the Contracting Agency shall 11 notify the Bidder in writing, with the reasons for its determination. If the Bidder 12 disagrees with this determination, it may appeal the determination within two (2) 13 business days of the Contracting Agency’s determination by presenting its appeal and 14 any additional information to the Contracting Agency. The Contracting Agency will 15 consider the appeal and any additional information before issuing its final determination. 16 If the final determination affirms that the Bidder is not responsible, the Contracting 17 Agency will not execute a Contract with any other Bidder until at least two business 18 days after the Bidder determined to be not responsible has received the Contracting 19 Agency’s final determination. 20 21 Request to Change Supplemental Bidder Responsibility Criteria Prior to Bid: Bidders 22 with concerns about the relevancy or restrictiveness of the Supplemental Bidder 23 Responsibility Criteria may make or submit requests to the Contracting Agency to 24 modify the criteria. Such requests shall be in writing, describe the nature of the 25 concerns, and propose specific modifications to the criteria. Bidders shall submit such 26 requests to the Contracting Agency no later than five (5) business days prior to the Bid 27 submittal deadline and address the request to the Project Engineer or such other person 28 designated by the Contracting Agency in the Bid Documents. 29 30 1-02.15 Pre-Award Information 31 (August 14, 2013 APWA GSP) 32 Revise this Section to read: 33 34 Before awarding any Contract, the Contracting Agency may require one or more of these 35 items or actions of the apparent lowest responsible Bidder: 36 1. A complete statement of the origin, composition, and manufacture of any or all 37 materials to be used, 38 2. Samples of these materials for quality and fitness tests, 39 3. A progress schedule (in a form the Contracting Agency requires) showing the 40 order of and time required for the various phases of the Work, 41 4. A breakdown of costs assigned to any Bid item, 42 5. Attendance at a conference with the Engineer or representatives of the Engineer, 43 6. Obtain, and furnish a copy of, a business license to do business in the city or 44 county where the Work is located. 45 7. Any other information or action taken that is deemed necessary to ensure that the 46 Bidder is the lowest responsible Bidder. 47

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 12 1 2 1-03 Award and Execution of Contract 3 4 1-03.1 Consideration of Bids 5 (January 23, 2006 APWA GSP) 6 Revise the first paragraph to read: 7 8 After opening and reading Proposals, the Contracting Agency will check them for 9 correctness of extensions of the prices per unit and the total price. If a discrepancy exists 10 between the price per unit and the extended amount of any Bid item, the price per unit 11 will control. If a minimum Bid amount has been established for any item and the 12 Bidder’s unit or lump sum price is less than the minimum specified amount, the 13 Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum 14 specified amount and recalculate the extension. The total of extensions, corrected where 15 necessary, including sales taxes where applicable and such additives and/or alternates as 16 selected by the Contracting Agency, will be used by the Contracting Agency for Award 17 purposes and to fix the Awarded Contract Price amount and the amount of the Contract 18 bond. 19 20 1-03.3 Execution of Contract 21 Delete this section and replace it with the following: 22 23 Within 10 calendar days after the award date, the successful bidder shall return the signed 24 Contracting Agency-prepared contract, an insurance certification as required by Section 1- 25 07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the 26 contract by the Contracting Agency, the successful bidder shall provide any pre-award 27 information the Contracting Agency may require under Section 1-02.15. 28 29 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting 30 Agency nor shall any work begin within the project limits or within Contracting Agency 31 furnished sites. The Contractor shall bear all risks for any work begun outside such areas and 32 for any materials ordered before the contract is executed by the Contracting Agency. 33 34 1-03.4 Contract Bond 35 (July 23, 2015 APWA GSP) 36 Delete the first paragraph and replace it with the following: 37 38 The successful Bidder shall provide executed payment and performance bond(s) for the 39 full Contract amount. The bond may be a combined payment and performance bond; or 40 be separate payment and performance bonds. In the case of separate payment and 41 performance bonds, each shall be for the full Contract amount. The bond(s) shall: 42 1. Be on Contracting Agency-furnished form(s); 43 2. Be signed by an approved Surety (or Sureties) that: 44 a. Is registered with the Washington State Insurance Commissioner, and 45 b. Appears on the current Authorized Insurance List in the State of Washington 46 published by the Office of the Insurance Commissioner,

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 13 1 3. Guarantee that the Contractor will perform and comply with all obligations, 2 duties, and conditions under the Contract, including but not limited to the duty 3 and obligation to indemnify, defend, and protect the Contracting Agency against 4 all losses and claims related directly or indirectly from any failure: 5 a. Of the Contractor (or any of the employees, Subcontractors, or lower tier 6 Subcontractors of the Contractor) to faithfully perform and comply with all 7 Contract obligations, conditions, and duties, or 8 b. Of the Contractor (or the Subcontractors or lower tier Subcontractors of the 9 Contractor) to pay all laborers, mechanics, Subcontractors, lower tier 10 Subcontractors, material person, or any other person who provides supplies 11 or provisions for carrying out the Work; 12 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on 13 the project under Titles 50, 51, and 82 RCW; and 14 5. Be accompanied by a power of attorney for the Surety’s officer empowered to 15 sign the bond; and 16 6. Be signed by an officer of the Contractor empowered to sign official statements 17 (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be 18 signed by the president or vice president, unless accompanied by written proof of 19 the authority of the individual signing the bond(s) to bind the corporation (i.e., 20 corporate resolution, power of attorney, or a letter to such effect signed by the 21 president or vice president). 22 23 24 1-04 Scope of the Work 25 26 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, 27 Specifications, and Addenda 28 (March 13, 2012 APWA GSP) 29 Revise the second paragraph to read: 30 31 Any inconsistency in the parts of the Contract shall be resolved by following this order 32 of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 33 1. Addenda, 34 2. Proposal Form, 35 3. Special Provisions, 36 4. Contract Plans, 37 5. Amendments to the Standard Specifications, 38 6. Standard Specifications, 39 7. Contracting Agency’s Standard Plans or Details (if any), and 40 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 41 42 1-04.6 Variation in Estimated Quantities 43 (May 25, 2006 APWA GSP; may not be used on FHWA-funded projects) 44 45 Supplement this section with the following: 46

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 14 1 The quantities for all bid items have been entered into the Proposal only to provide a 2 common proposal for bidders. Actual quantities will be determined in the field as the 3 work progresses, and will be paid at the original bid price, regardless of final quantity. 4 These bid items shall not be subject to the provisions of 1-04.6 of the Standard 5 Specifications. 6 7 8 1-05 Control of Work 9 10 1-05.7 Removal of Defective and Unauthorized Work 11 (October 1, 2005 APWA GSP) 12 Supplement this Section with the following: 13 14 If the Contractor fails to remedy defective or unauthorized Work within the time 15 specified in a written notice from the Engineer, or fails to perform any part of the Work 16 required by the Contract Documents, the Engineer may correct and remedy such Work as 17 may be identified in the written notice, with Contracting Agency forces or by such other 18 means as the Contracting Agency may deem necessary. 19 20 If the Contractor fails to comply with a written order to remedy what the Engineer 21 determines to be an emergency situation, the Engineer may have the defective and 22 unauthorized Work corrected immediately, have the rejected Work removed and 23 replaced, or have Work the Contractor refuses to perform completed by using 24 Contracting Agency or other forces. An emergency situation is any situation when, in the 25 opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause 26 serious risk of loss or damage to the public. 27 28 Direct or indirect costs incurred by the Contracting Agency attributable to correcting and 29 remedying defective or unauthorized Work, or Work the Contractor failed or refused to 30 perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from 31 monies due, or to become due, the Contractor. Such direct and indirect costs shall 32 include in particular, but without limitation, compensation for additional professional 33 services required, and costs for repair and replacement of Work of others destroyed or 34 damaged by correction, removal, or replacement of the Contractor’s unauthorized Work. 35 36 No adjustment in Contract time or compensation will be allowed because of the delay in 37 the performance of the Work attributable to the exercise of the Contracting Agency’s 38 rights provided by this Section. 39 40 The rights exercised under the provisions of this Section shall not diminish the 41 Contracting Agency’s right to pursue any other avenue for additional remedy or damages 42 with respect to the Contractor’s failure to perform the Work as required. 43 44 1-05.11 Final Inspection 45 Delete this Section and replace it with the following: 46 47 1-05.11 Final Inspections and Operational Testing

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 15 1 (October 1, 2005 APWA GSP) 2 3 1-05.11(1) Substantial Completion Date 4 5 When the Contractor considers the Work to be Substantially Complete, the Contractor 6 shall so notify the Engineer and request the Engineer establish the Substantial 7 Completion Date. The Contractor’s request shall list the specific items of Work that 8 remain to be completed in order to reach Physical Completion. The Engineer will 9 schedule an inspection of the Work with the Contractor to determine the status of 10 completion. The Engineer may also establish the Substantial Completion Date 11 unilaterally. 12 13 If, after this inspection, the Engineer concurs with the Contractor that the Work is 14 Substantially Complete and ready for its intended use, the Engineer, by written notice to 15 the Contractor, will set the Substantial Completion Date. If, after this inspection the 16 Engineer does not consider the Work Substantially Complete and ready for its intended 17 use, the Engineer will, by written notice, so notify the Contractor giving the reasons 18 therefor. 19 20 Upon receipt of written notice concurring in or denying Substantial Completion, 21 whichever is applicable, the Contractor shall pursue vigorously, diligently and without 22 unauthorized interruption, the Work necessary to reach Substantial and Physical 23 Completion. The Contractor shall provide the Engineer with a revised schedule 24 indicating when the Contractor expects to reach Substantial and Physical Completion of 25 the Work. 26 27 The above process shall be repeated until the Engineer establishes the Substantial 28 Completion Date and the Contractor considers the Work Physically Complete and ready 29 for final inspection. 30 31 1-05.11(2) Final Inspection and Physical Completion Date 32 33 When the Contractor considers the Work Physically Complete and ready for final 34 inspection, the Contractor by written notice, shall request the Engineer to schedule a 35 final inspection. The Engineer will set a date for final inspection. The Engineer and the 36 Contractor will then make a final inspection and the Engineer will notify the Contractor 37 in writing of all particulars in which the final inspection reveals the Work incomplete or 38 unacceptable. The Contractor shall immediately take such corrective measures as are 39 necessary to remedy the listed deficiencies. Corrective Work shall be pursued vigorously, 40 diligently, and without interruption until Physical Completion of the listed deficiencies. 41 This process will continue until the Engineer is satisfied the listed deficiencies have been 42 corrected. 43 44 If action to correct the listed deficiencies is not initiated within 7 days after receipt of the 45 written notice listing the deficiencies, the Engineer may, upon written notice to the 46 Contractor, take whatever steps are necessary to correct those deficiencies pursuant to 47 Section 1-05.7.

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 16 1 2 The Contractor will not be allowed an extension of Contract time because of a delay in 3 the performance of the Work attributable to the exercise of the Engineer’s right 4 hereunder. 5 6 Upon correction of all deficiencies, the Engineer will notify the Contractor and the 7 Contracting Agency, in writing, of the date upon which the Work was considered 8 Physically Complete. That date shall constitute the Physical Completion Date of the 9 Contract, but shall not imply acceptance of the Work or that all the obligations of the 10 Contractor under the Contract have been fulfilled. 11 12 1-05.11(3) Operational Testing 13 14 It is the intent of the Contracting Agency to have at the Physical Completion Date a 15 complete and operable system. Therefore when the Work involves the installation of 16 machinery or other mechanical equipment; street lighting, electrical distribution or signal 17 systems; irrigation systems; buildings; or other similar Work it may be desirable for the 18 Engineer to have the Contractor operate and test the Work for a period of time after final 19 inspection but prior to the Physical Completion Date. Whenever items of Work are listed 20 in the Contract Provisions for operational testing they shall be fully tested under 21 operating conditions for the time period specified to ensure their acceptability prior to 22 the Physical Completion Date. During and following the test period, the Contractor shall 23 correct any items of workmanship, materials, or equipment which prove faulty, or that 24 are not in first class operating condition. Equipment, electrical controls, meters, or other 25 devices and equipment to be tested during this period shall be tested under the 26 observation of the Engineer, so that the Engineer may determine their suitability for the 27 purpose for which they were installed. The Physical Completion Date cannot be 28 established until testing and corrections have been completed to the satisfaction of the 29 Engineer. 30 31 The costs for power, gas, labor, material, supplies, and everything else needed to 32 successfully complete operational testing, shall be included in the unit Contract prices 33 related to the system being tested, unless specifically set forth otherwise in the Proposal. 34 35 Operational and test periods, when required by the Engineer, shall not affect a 36 manufacturer’s guaranties or warranties furnished under the terms of the Contract. 37 38 1-05.13 Superintendents, Labor and Equipment of Contractor 39 (August 14, 2013 APWA GSP) 40 Delete the sixth and seventh paragraphs of this Section. 41 42 1-05.14 Cooperation With Other Contractors 43 Section 1-05.14 is supplemented with the following: 44

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 17 1 (March 13, 1995 WSDOT GSP) 2 Other Contracts or Other Work 3 It is anticipated that the following Work adjacent to or within the limits of this project 4 will be performed by others during the course of this project and will require 5 coordination of the Work: 6 7  Overlay contract, 228 St SE, summer 2018 8  Roadway patching contract, various roads in 2018 9  Slurry Seal contract, local roads, summer 2018 10 11 1-05.15 Method of Serving Notices 12 (March 25, 2009 APWA GSP) 13 Revise the second paragraph to read: 14 15 All correspondence from the Contractor shall be directed to the Project Engineer. All 16 correspondence from the Contractor constituting any notification, notice of protest, 17 notice of dispute, or other correspondence constituting notification required to be 18 furnished under the Contract, must be in paper format, hand delivered or sent via mail 19 delivery service to the Project Engineer's office. Electronic copies such as e-mails or 20 electronically delivered copies of correspondence will not constitute such notice and will 21 not comply with the requirements of the Contract. 22 23 Add the following new Section: 24 25 1-05.16 Water and Power 26 (October 1, 2005 APWA GSP) 27 28 The Contractor shall make necessary arrangements, and shall bear the costs for power 29 and water necessary for the performance of the Work, unless the Contract includes power 30 and water as a pay item. 31 32 33 1-06 Control of Material 34 35 36 1-06.6 Recycled Materials 37 (January 4, 2016 APWA GSP) 38 Delete this Section, including its subsections, and replace it with the following: 39 40 The Contractor shall make their best effort to utilize recycled materials in the 41 construction of the project. Approval of such material use shall be as detailed elsewhere 42 in the Standard Specifications. 43 44 Prior to Physical Completion the Contractor shall report the quantity of recycled materials 45 that were utilized in the construction of the project for each of the items listed in Section 46 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled 47 glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 18 1 and aggregates from concrete returned to the supplier). The Contractor’s report shall be 2 provided on DOT form 350-075 Recycled Materials Reporting. 3 4 5 1-07 Legal Relations and Responsibilities to the Public 6 7 1-07.1 Laws to be Observed 8 (October 1, 2005 APWA GSP) 9 Supplement this Section with the following: 10 11 In cases of conflict between different safety regulations, the more stringent regulation 12 shall apply. 13 14 The Washington State Department of Labor and Industries shall be the sole and 15 paramount administrative agency responsible for the administration of the provisions of 16 the Washington Industrial Safety and Health Act of 1973 (WISHA). 17 18 The Contractor shall maintain at the project site office, or other well known place at the 19 project site, all articles necessary for providing first aid to the injured. The Contractor 20 shall establish, publish, and make known to all employees, procedures for ensuring 21 immediate removal to a hospital, or doctor’s care, persons, including employees, who 22 may have been injured on the project site. Employees should not be permitted to Work 23 on the project site before the Contractor has established and made known procedures for 24 removal of injured persons to a hospital or a doctor’s care. 25 26 The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of 27 the Contractor’s plant, appliances, and methods, and for any damage or injury resulting 28 from their failure, or improper maintenance, use, or operation. The Contractor shall be 29 solely and completely responsible for the conditions of the project site, including safety 30 for all persons and property in the performance of the Work. This requirement shall 31 apply continuously, and not be limited to normal working hours. The required or 32 implied duty of the Engineer to conduct construction review of the Contractor’s 33 performance does not, and shall not, be intended to include review and adequacy of the 34 Contractor’s safety measures in, on, or near the project site. 35 36 1-07.2 State Taxes 37 Delete this Section, including its sub-sections, in its entirety and replace it with the 38 following: 39 40 1-07.2 State Sales Tax 41 (June 27, 2011 APWA GSP) 42 43 The Washington State Department of Revenue has issued special rules on the State sales 44 tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The 45 Contractor should contact the Washington State Department of Revenue for answers to 46 questions in this area. The Contracting Agency will not adjust its payment if the 47 Contractor bases a Bid on a misunderstood tax liability.

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 19 1 2 The Contractor shall include all Contractor-paid taxes in the unit Bid prices or other 3 Contract amounts. In some cases, however, State retail sales tax will not be included. 4 Section 1-07.2(2) describes this exception. 5 6 The Contracting Agency will pay the retained percentage (or release the Contract Bond 7 if a FHWA-funded project) only if the Contractor has obtained from the Washington 8 State Department of Revenue a certificate showing that all Contract-related taxes have 9 been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to 10 the Contractor any amount the Contractor may owe the Washington State Department of 11 Revenue, whether the amount owed relates to this Contract or not. Any amount so 12 deducted will be paid into the proper State fund. 13 14 1-07.2(1) State Sales Tax — Rule 171 15 16 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, 17 roads, etc., which are owned by a municipal corporation, or political subdivision of the 18 State, or by the United States, and which are used primarily for foot or vehicular traffic. 19 This includes storm or combined sewer systems within and included as a part of the 20 street or road drainage system and power lines when such are part of the Roadway 21 lighting system. For Work performed in such cases, the Contractor shall include 22 Washington State Retail Sales Taxes in the various unit Bid item prices, or other 23 Contract amounts, including those that the Contractor pays on the purchase of the 24 materials, equipment, or supplies used or consumed in doing the Work. 25 26 1-07.2(2) State Sales Tax — Rule 170 27 28 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or 29 existing buildings, or other Structures, upon real property. This includes, but is not 30 limited to, the construction of streets, roads, Highways, etc., owned by the State of 31 Washington; water mains and their appurtenances; sanitary sewers and sewage disposal 32 systems unless such sewers and disposal systems are within, and a part of, a street or 33 road drainage system; telephone, telegraph, electrical power distribution lines, or other 34 conduits or lines in or above streets or roads, unless such power lines become a part of a 35 street or road lighting system; and installing or attaching of any article of tangible 36 personal property in or to real property, whether or not such personal property becomes a 37 part of the realty by virtue of installation. 38 39 For Work performed in such cases, the Contractor shall collect from the Contracting 40 Agency, retail sales tax on the full Contract price. The Contracting Agency will 41 automatically add this sales tax to each payment to the Contractor. For this reason, the 42 Contractor shall not include the retail sales tax in the unit Bid item prices, or in any other 43 Contract amount subject to Rule 170, with the following exception. 44 45 Exception: The Contracting Agency will not add in sales tax for a payment the 46 Contractor or a Subcontractor makes on the purchase or rental of tools, machinery,

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 20 1 equipment, or consumable supplies not integrated into the project. Such sales taxes shall 2 be included in the unit Bid item prices or in any other Contract amount. 3 4 1-07.2(3) Services 5 6 The Contractor shall not collect retail sales tax from the Contracting Agency on any 7 Contract wholly for professional or other services (as defined in Washington State 8 Department of Revenue Rules 138 and 244). 9 10 1-07.7 Load Limits 11 Section 1-07.7 is supplemented with the following: 12 13 (March 13, 1995 WSDOT GSP) 14 If the sources of materials provided by the Contractor necessitates hauling over roads 15 other than State Highways, the Contractor shall, at the Contractor's expense, make all 16 arrangements for the use of the haul routes. 17 18 1-07.17 Utilities and Similar Facilities 19 Section 1-07.17 is supplemented with the following: 20 21 The Contractor shall be aware of the as-built Plans that have been made available for 22 Bidding purposes at www.bxwa.com, indicating the locations of utilities and small 23 underground facilities that may not be shown in the Contract Plans. These as-built Plans 24 shall be considered as part of the Contract Plans insofar as determining the location of 25 existing surface improvements and underground facilities. It shall the responsibility of 26 the Contractor to consult these Plans prior to any excavation or Work. 27 28 The Contractor shall be responsible to verify the condition of existing utilities, whether 29 active or abandoned, that may interfere with Work. Utilities found to be or that which 30 can be abandoned, whether indicated in Plans or not, shall be cut as needed and plugged 31 at each end of the open pipe in accordance with Section 7-08.3(4) of the Special 32 Provisions. Active utilities shall be protected in place. 33 34 Locations and dimensions shown in the Plans for existing utilities are in accordance with 35 available information obtained without uncovering, measuring, or other verification 36 method. Prior to any excavation, the Contractor is reminded to call DIG-ALERT to 37 locate existing utilities. Attention is also directed to Section 1-07.17(4) of these 38 Specifications regarding potholing of utilities. 39 40 In the event of an existing active utility or underground facility not shown in the Plans is 41 encountered and found to interfere with the vertical alignment of a new utility, the 42 Contractor shall stop Work and notify the Engineer in writing of such conflict and 43 provide the vertical and horizontal positioning of the existing utility. 44 45 The following addresses and telephone numbers of utility companies known or 46 suspected of having facilities within the project limits are supplied for the Contractor's 47 convenience:

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 21 1 City of Bothell, Water & Sewer Puget Sound Energy, Electric (Potelco) Ted Stonebridge Jeff Zitterich 9654 NE 182nd Street 360-239-0243 Bothell WA 98011 425-471-4673

Puget Sound Energy, Gas (Pilchuck) Comcast Tom Ling Art Nettles 425-250-1544 425-263-5361

Frontier UW/Seattle City Light (Netversant) Tim Rennick Pete Brooks Mail Code: WA0104OS/ 3849 1st Ave S 1800 – 41st St/ PO Box 1003 Seattle, WA 98134 Everett, WA 98203 206-774-7124 l cell 425-864-0873 425-263-4025 ELI/Integra Bob Robertson 1303 120th Ave NE Bellevue, WA 98005 206-812-3300 2 3 4 1-07.18 Public Liability and Property Damage Insurance 5 Delete this Section in its entirety, and replace it with the following: 6 7 1-07.18 Insurance 8 (January 4, 2016 APWA GSP) 9 10 1-07.18(1) General Requirements 11 A. The Contractor shall procure and maintain the insurance described in all subsections of 12 Section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best 13 rating of not less than A-: VII and licensed to do business in the State of Washington. 14 The Contracting Agency reserves the right to approve or reject the insurance provided, 15 based on the insurer’s financial condition. 16 17 B. The Contractor shall keep this insurance in force without interruption from the 18 commencement of the Contractor’s Work through the term of the Contract and for thirty 19 (30) days after the Physical Completion Date, unless otherwise indicated below. 20 21 C. If any insurance policy is written on a claims made form, its retroactive date, and that of 22 all subsequent renewals, shall be no later than the effective date of this Contract. The 23 policy shall state that coverage is claims made, and state the retroactive date. Claims- 24 made form coverage shall be maintained by the Contractor for a minimum of 36 months

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 22 1 following the Completion Date or earlier termination of this Contract, and the Contractor 2 shall annually provide the Contracting Agency with proof of renewal. If renewal of the 3 claims made form of coverage becomes unavailable, or economically prohibitive, the 4 Contractor shall purchase an extended reporting period (“tail”) or execute another form of 5 guarantee acceptable to the Contracting Agency to assure financial responsibility for 6 liability for services performed. 7 8 D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or 9 Umbrella Liability insurance policies shall be primary and non-contributory insurance as 10 respects the Contracting Agency’s insurance, self-insurance, or self-insured pool 11 coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the 12 Contracting Agency shall be excess of the Contractor’s insurance and shall not contribute 13 with it. 14 15 E. The Contractor shall provide the Contracting Agency and all additional insureds with 16 written notice of any policy cancellation, within two business days of their receipt of such 17 notice. 18 19 G. The Contractor shall not begin Work under the Contract until the required insurance has 20 been obtained and approved by the Contracting Agency. 21 22 H. Failure on the part of the Contractor to maintain the insurance as required shall constitute 23 a material breach of Contract, upon which the Contracting Agency may, after giving five 24 business days’ notice to the Contractor to correct the breach, immediately terminate the 25 Contract or, at its discretion, procure or renew such insurance and pay any and all 26 premiums in connection therewith, with any sums so expended to be repaid to the 27 Contracting Agency on demand, or at the sole discretion of the Contracting Agency, 28 offset against funds due the Contractor from the Contracting Agency. 29 30 I. All costs for insurance shall be incidental to and included in the unit or lump sum prices 31 of the Contract and no additional payment will be made. 32 33 1-07.18(2) Additional Insured 34 All insurance policies, with the exception of Workers Compensation, and of Professional 35 Liability and Builder’s Risk (if required by this Contract) shall name the following listed 36 entities as additional insured(s) using the forms or endorsements required herein: 37 . the Contracting Agency and its officers, elected officials, employees, agents, and 38 volunteers 39 . Perteet Inc. 40 41 The above-listed entities shall be additional insured(s) for the full available limits of liability 42 maintained by the Contractor, irrespective of whether such limits maintained by the 43 Contractor are greater than those required by this Contract, and irrespective of whether the 44 Certificate of Insurance provided by the Contractor pursuant to Section 1-07.18(4) describes 45 limits lower than those maintained by the Contractor. 46

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 23 1 For Commercial General Liability insurance coverage, the required additional insured 2 endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations 3 and CG 20 37 10 01 for completed operations. 4 5 1-07.18(3) Subcontractors 6 The Contractor shall cause each Subcontractor of every tier to provide insurance coverage 7 that complies with all applicable requirements of the Contractor-provided insurance as set 8 forth herein, except the Contractor shall have sole responsibility for determining the limits of 9 coverage required to be obtained by Subcontractors. 10 11 The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 12 Section 1-07.18(2) as additional insureds, and provide proof of such on the policies as 13 required by that section as detailed in Section 1-07.18(2) using an endorsement as least as 14 broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed 15 operations. 16 17 Upon request by the Contracting Agency, the Contractor shall forward to the Contracting 18 Agency evidence of insurance and copies of the additional insured endorsements of each 19 Subcontractor of every tier as required in Section 1-07.18(4) Verification of Coverage. 20 21 1-07.18(4) Verification of Coverage 22 The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and 23 endorsements for each policy of insurance meeting the requirements set forth herein when the 24 Contractor delivers the signed Contract for the Work. Failure of the Contracting Agency to 25 demand such verification of coverage with these insurance requirements or failure of the 26 Contracting Agency to identify a deficiency from the insurance documentation provided shall 27 not be construed as a waiver of the Contractor’s obligation to maintain such insurance. 28 29 Verification of coverage shall include: 30 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 31 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 32 Section 1-07.18(2) as additional insured(s), showing the policy number. The Contractor 33 may submit a copy of any blanket additional insured clause from its policies instead of a 34 separate endorsement. 35 3. Any other amendatory endorsements to show the coverage required herein. 36 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy 37 these requirements – actual endorsements must be submitted. 38 39 Upon request by the Contracting Agency, the Contractor shall forward to the Contracting 40 Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is 41 required on this project, a full and certified copy of that policy is required when the 42 Contractor delivers the signed Contract for the Work. 43

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 24 1 1-07.18(5) Coverages and Limits 2 The insurance shall provide the minimum coverages and limits set forth below. The 3 Contractor’s maintenance of insurance, its scope of coverage, and limits as required herein 4 shall not be construed to limit the liability of the Contractor to the coverage provided by such 5 insurance, or otherwise limit the Contracting Agency’s recourse to any remedy available at 6 law or in equity. 7 8 All deductibles and self-insured retentions must be disclosed and are subject to approval by 9 the Contracting Agency. The cost of any claim payments falling within the deductible or 10 self-insured retention shall be the responsibility of the Contractor. In the event an additional 11 insured incurs a liability subject to any policy’s deductibles or self-insured retention, said 12 deductibles or self-insured retention shall be the responsibility of the Contractor. 13 14 1-07.18(5)A Commercial General Liability 15 Commercial General Liability insurance shall be written on coverage forms at least as broad 16 as ISO occurrence form CG 00 01, including but not limited to liability arising from 17 premises, operations, stop gap liability, independent Contractors, products-completed 18 operations, personal and advertising injury, and liability assumed under an insured Contract. 19 There shall be no exclusion for liability arising from explosion, collapse or underground 20 property damage. 21 22 The Commercial General Liability insurance shall be endorsed to provide a per project 23 general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. 24 25 The Contractor shall maintain Commercial General Liability Insurance arising out of the 26 Contractor’s completed operations for at least three years following Substantial Completion 27 of the Work. 28 29 Such policy must provide the following minimum limits: 30 $1,000,000 Each Occurrence 31 $2,000,000 General Aggregate 32 $2,000,000 Products & Completed Operations Aggregate 33 $1,000,000 Personal & Advertising Injury each offence 34 $1,000,000 Stop Gap / Employers’ Liability each accident 35 36 1-07.18(5)B Automobile Liability 37 Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be 38 written on a coverage form at least as broad as ISO form CA 00 01. If the Work involves the 39 transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 40 endorsements. 41 42 Such policy must provide the following minimum limit: 43 $1,000,000 Combined single limit each accident 44 45 1-07.18(5)C Workers’ Compensation

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 25 1 The Contractor shall comply with Workers’ Compensation coverage as required by the 2 Industrial Insurance laws of the State of Washington. 3 4 [Placeholder for additional 1-07.18(5) subsections] 5 6 1-07.23 Public Convenience and Safety 7 Section 1-07.23 is supplemented with the following: 8 9 When directed by the Engineer, the Contractor shall provide additional elements of 10 public convenience and safety as a result of Contracting Agency public events that could 11 affect the public convenience of safety or local business or residential concerns not 12 otherwise indicated in the Plans or within these Specifications. These elements include, 13 but may not be limited to, sign installation or removal, pedestrian safeguards or 14 pathways, and access to local businesses. 15 16 1-07.23(1) Construction Under Traffic 17 Section 1-07.23(1) is supplemented with the following: 18 19 (January 2, 2012 WSDOT GSP) 20 Work Zone Clear Zone 21 The Work Zone Clear Zone (WZCZ) applies during working and nonworking 22 hours. The WZCZ applies only to temporary roadside objects introduced by the 23 Contractor’s operations and does not apply to preexisting conditions or 24 permanent Work. Those Work operations that are actively in progress shall be 25 in accordance with adopted and approved Traffic Control Plans, and other 26 Contract requirements. 27 28 During nonworking hours equipment or materials shall not be within the 29 WZCZ unless they are protected by permanent guardrail or temporary concrete 30 barrier. The use of temporary concrete barrier shall be permitted only if the 31 Engineer approves the installation and location. 32 33 During actual hours of Work, unless protected as described above, only 34 materials absolutely necessary to construction shall be within the WZCZ and 35 only construction vehicles absolutely necessary to construction shall be allowed 36 within the WZCZ or allowed to stop or park on the Shoulder of the Roadway. 37 38 The Contractor's nonessential vehicles and employees private vehicles shall not 39 be permitted to park within the WZCZ at any time unless protected as described 40 above. 41 42 Deviation from the above requirements shall not occur unless the Contractor 43 has requested the deviation in writing and the Engineer has provided written 44 approval. 45 46 Minimum WZCZ distances are measured from the edge of Traveled Way and 47 will be determined as follows:

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 26 1 Regulatory Distance From Posted Speed Traveled Way (Feet) 35 mph or less 10 * 40 mph 15 45 to 55 mph 20 60 mph or greater 30 2 * or 2-feet beyond the outside edge of sidewalk 3 4 Minimum Work Zone Clear Zone Distance 5 6 (January 5, 2015 WSDOT GSP) 7 Lane closures are subject to the following restrictions: 8 9 Local Streets 10 11 1. Meridian Ave S (224 St SE to 228 St SE): One lane closure one direction 12 only between the hours 9am-3pm, with 2 days advance notice via VMS 13 signs 14 2. 224th St SW (4 Ave W to Meridian Ave S): One lane closure one direction 15 only between the hours 9:30am-3pm on M, T, Th, F and 9:30am-1:30pm 16 for W, with 2 days advance notice via VMS signs 17 18 Arterial Streets 19 20 1. 228th St SE (Bothell-Everett Hwy to 19th Ave SE): One lane closure one 21 direction only between the hours 9am-3pm, with 2 days advance notice via 22 VMS signs 23 2. 240th St SE (Fitzgerald Road to City Limits): One lane closure each 24 direction only between the hours 9am-3pm, with 2 days advance notice via 25 VMS signs 26 3. 120th Ave SE (about 700' ? North of NE 195th St to CL): One lane closure 27 one direction only between the hours 7am-3pm for NB and 9am-3pm for 28 SB, with 2 days advance notice via VMS signs 29 4. 240th St SE (7 Ave SE to Bothell-Everett Hwy): One lane closure one 30 direction only between the hours 9am-3pm, with 2 days advance notice via 31 VMS signs 32 5. Beardslee Blvd (104th Ave NE to Beardslee Pl): One lane closure one 33 direction only between the hours 7am-3pm for WB and 9am-3pm for EB, 34 with 2 days advance notice via VMS signs 35 6. Meridian Ave S (240th to south City LImits): One lane closure one 36 direction only between the hours 7am-3pm for NB and 9am-3pm for SB, 37 with 2 days advance notice via VMS signs 38 7. Woodinville Drive (E of Brickyard to East City Limit): One lane closure 39 one direction only between the hours 7am-3pm for WB and 9am-3pm for 40 EB, with 2 days advance notice via VMS signs

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 27 1 8. North Creek Parkway (NE 195th St to N Creek PKWY S): One lane 2 closure one direction only between the hours 9am-3pm for NB and 7am- 3 3pm for SB, with 2 days advance notice via VMS signs 4 9. 92nd Ave NE (NE 180th St to NE 191st St): One lane closure one direction 5 only between the hours 8am-3pm on M, T, T h, F and 8am-2pm on W, with 6 2 days advance notice via VMS signs 7 10. NE 191st St/NE 190th St (92nd Ave NE to 104th Ave NE): One lane 8 closure one direction only between the hours 7am-3pm for WB and 9am- 9 3pm for EB, with 2 days advance notice via VMS signs 10 11. NE 195th St (I405 to North Creek Parkway): One lane closure one 11 direction only between the hours 9am-3pm for WB and 7am-3pm for EB, 12 with 2 days advance notice via VMS signs 13 12. 15th Ave SE (NE 232nd St to 228th St SE): One lane closure one direction 14 only between the hours 9am-3pm for NB and 7am-3pm for SB, with 2 15 days advance notice via VMS signs 16 17 18 If the Engineer determines the permitted closure hours adversely affect traffic, the 19 Engineer may adjust the hours accordingly. The Engineer will notify the Contractor 20 in writing of any change in the closure hours. 21 22 Lane closures are not allowed on any of the following: 23 24 1. A holiday, 25 26 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or 27 Monday are considered a holiday weekend. A holiday weekend includes 28 Saturday, Sunday, and the holiday. 29 30 31 1-07.24 Rights of Way 32 Delete this Section in its entirety, and replace it with the following: 33 34 Street Right of Way lines, limits of easements, and limits of construction permits are 35 indicated in the Plans or in associated Right of Way documents included in the 36 Appendices of the Contract Documents. The Contractor’s construction activities shall be 37 confined within these limits, unless arrangements for use of private property are made. 38 39 Whenever any of the Work is accomplished on or through property other than public 40 Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any 41 easement agreement obtained by the Contracting Agency from the owner of the private 42 property with the exception of length of time periods listed for owner notifications and 43 construction completion noted herein. 44 45 The Contractor shall give private property owners 45 calendar days notice prior to 46 removing or making adjustments to existing private improvements. A 48 hour notice is 47 required for private property entry to perform surveying or site inspection. All

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 28 1 construction on private property within temporary construction easements shall be 2 repaired and available for use by the private owner within three (3) months starting from 3 the date of notice given to the Owner by the Contractor. 4 5 The Contractor shall be responsible for providing, without expense or liability to the 6 Contracting Agency, any additional land and access thereto that the Contractor may 7 desire for temporary construction facilities, storage of materials, or other Contractor 8 needs. However, before using any private property, whether adjoining the Work or not, 9 the Contractor shall file with the Engineer a written permission of the private property 10 owner, and, upon vacating the premises, a written release from the property owner of 11 each property disturbed or otherwise interfered with by reasons of construction pursued 12 under this Contract. The statement shall be signed by the private property owner, or 13 proper authority acting for the owner of the private property affected, stating that 14 permission has been granted to use the property and all necessary permits have been 15 obtained or, in the case of a release, that the restoration of the property has been 16 satisfactorily accomplished. The statement shall include the parcel number, address, and 17 date of signature. Written releases must be filed with the Engineer before the 18 Completion Date will be established. 19 20 Upon completion of use or Work on private properties, the Contractor shall remove all 21 debris and restore the affected property to the same condition or better immediately prior 22 to entry with the exception of modifications or improvements made as part of the Plans. 23 24 25 1-08 Prosecution and Progress 26 Add the following new Section: 27 28 1-08.0 Preliminary Matters 29 (May 25, 2006 APWA GSP) 30 31 Add the following new Section: 32 33 1-08.0(1) Preconstruction Conference 34 (October 10, 2008 APWA GSP) 35 36 Prior to the Contractor beginning the Work, a Preconstruction Conference will be 37 held between the Contractor, the Engineer and such other interested parties as may 38 be invited. The purpose of the Preconstruction Conference will be: 39 1. To review the initial progress schedule; 40 2. To establish a working understanding among the various parties associated 41 or affected by the Work; 42 3. To establish and review procedures for progress payment, notifications, 43 approvals, submittals, etc.; 44 4. To establish normal working hours for the Work; 45 5. To review safety standards and traffic control; and 46 6. To discuss such other related items as may be pertinent to the Work.

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 29 1 2 The Contractor shall prepare and submit at the Preconstruction Conference the 3 following: 4 1. A breakdown of all lump sum items; 5 2. A preliminary schedule of Working Drawing submittals; and 6 3. A list of material sources for approval if applicable. 7 8 Add the following new Section: 9 10 1-08.0(2) Hours of Work 11 (December 8, 2014 APWA GSP) 12 13 Except in the case of emergency or unless otherwise approved by the Engineer, the 14 normal working hours for the Contract shall be any consecutive 8-hour period 15 between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch 16 break. If the Contractor desires different than the normal working hours stated 17 above, the request must be submitted in writing prior to the Preconstruction 18 Conference, subject to the provisions below. The working hours for the Contract 19 shall be established at or prior to the Preconstruction Conference. 20 21 All working hours and days are also subject to local permit and ordinance 22 conditions (such as noise ordinances). 23 24 If the Contractor wishes to deviate from the established working hours, the 25 Contractor shall submit a written request to the Engineer for consideration. This 26 request shall state what hours are being requested, and why. Requests shall be 27 submitted for review no later than 14 days prior to the day(s) the Contractor is 28 requesting to change the hours. 29 30 If the Contracting Agency approves such a deviation, such approval may be subject 31 to certain other conditions, which will be detailed in writing. For example: 32 1. On non-Federal aid projects, requiring the Contractor to reimburse the 33 Contracting Agency for the costs in excess of straight-time costs for 34 Contracting Agency representatives who worked during such times. (The 35 Engineer may require designated representatives to be present during the 36 Work. Representatives who may be deemed necessary by the Engineer 37 include, but are not limited to: survey crews; personnel from the Contracting 38 Agency’s material testing lab; Inspectors; and other Contracting Agency 39 employees or third party consultants when, in the opinion of the Engineer, 40 such Work necessitates their presence.) 41 2. Considering the Work performed on Saturdays, Sundays, and holidays as 42 working days with regard to the Contract time. 43 3. Considering multiple Work shifts as multiple working days with respect to 44 Contract time even though the multiple shifts occur in a single 24-hour 45 period.

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 30 1 4. If a 4-10 Work schedule is requested and approved the non-working day for 2 the week will be charged as a working day. 3 5. If Davis Bacon wage rates apply to this Contract, all requirements must be 4 met and recorded properly on certified payroll. 5 6 1-08.3 Progress Schedule 7 8 1-08.3(2) Progress Schedule Types 9 10 1-08.3(2)A Type A Progress Schedule 11 (March 13, 2012 APWA GSP) 12 Revise this Section to read: 13 14 The Contractor shall submit 2 copies of a Type A Progress Schedule no later 15 than at the Preconstruction Conference, or some other mutually agreed upon 16 submittal time. The schedule may be a critical path method (CPM) schedule, 17 bar chart, or other standard schedule format. Regardless of which format used, 18 the schedule shall identify the critical path. The Engineer will evaluate the Type 19 A Progress Schedule and approve or return the schedule for corrections within 20 15 calendar days of receiving the submittal. 21 22 1-08.4 Prosecution of Work 23 Delete this Section and replace it with the following: 24 25 1-08.4 Notice to Proceed and Prosecution of Work 26 (July 23, 2015 APWA GSP) 27 28 Notice to Proceed will be given after the Contract has been executed and the Contract 29 bond and evidence of insurance have been approved and filed by the Contracting 30 Agency. The Contractor shall not commence with the Work until the Notice to Proceed 31 has been given by the Engineer. The Contractor shall commence construction activities 32 on the project site within ten days of the Notice to Proceed Date, unless otherwise 33 approved in writing. The Contractor shall diligently pursue the Work to the Physical 34 Completion Date within the time specified in the Contract. Voluntary shutdown or 35 slowing of operations by the Contractor shall not relieve the Contractor of the 36 responsibility to complete the Work within the time(s) specified in the Contract. 37 38 When shown in the Plans, the first order of Work shall be the installation of high 39 visibility fencing to delineate all areas for protection or restoration, as described in the 40 Contract. Installation of high visibility fencing adjacent to the Roadway shall occur after 41 the placement of all necessary signs and traffic control devices in accordance with 42 Section 1-10.1(2). Upon construction of the fencing, the Contractor shall request the 43 Engineer to inspect the fence. No other Work shall be performed on the site until the 44 Contracting Agency has accepted the installation of high visibility fencing, as described 45 in the Contract. 46 47 Section 1-08.4 is supplemented with the following:

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 31 1 2 The Contracting Agency has established a prioritized order for the crack sealing Work. 3 The Contractor shall pursue the Work in this order. In order, the priorities of the 4 locations to be crack sealed are as follows: 5 6 1. Local Streets 7 2. Arterial Streets 8 9 10 1-08.5 Time for Completion 11 (September 12, 2016 APWA GSP, Option A) 12 Revise the third and fourth paragraphs to read: 13 14 Contract time shall begin on the first working day following the Notice to Proceed Date. 15 16 Each working day shall be charged to the Contract as it occurs, until the Contract Work is 17 Physically Complete. If Substantial Completion has been granted and all the authorized 18 working days have been used, charging of working days will cease. Each week the 19 Engineer will provide the Contractor a statement that shows the number of working days: 20 (1) charged to the Contract the week before; (2) specified for the Physical Completion of 21 the Contract; and (3) remaining for the Physical Completion of the Contract. The 22 statement will also show the nonworking days and any partial or whole day the Engineer 23 declares as unworkable. Within 10 calendar days after the date of each statement, the 24 Contractor shall file a written protest of any alleged discrepancies in it. To be considered 25 by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain 26 the basis and amount of time disputed. By not filing such detailed protest in that period, 27 the Contractor shall be deemed as having accepted the statement as correct. If the 28 Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and 29 the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a 30 working day then the fifth day of that week will be charged as a working day whether or 31 not the Contractor works on that day. 32 33 Revise the sixth paragraph to read: 34 35 The Engineer will give the Contractor written notice of the completion date of the 36 Contract after all the Contractor’s obligations under the Contract have been performed by 37 the Contractor. The following events must occur before the Completion Date can be 38 established: 39 1. The physical Work on the project must be complete; and 40 2. The Contractor must furnish all documentation required by the Contract and required 41 by law, to allow the Contracting Agency to process Final Acceptance of the Contract. 42 The following documents must be received by the Project Engineer prior to 43 establishing a Completion Date: 44 a. Certified Payrolls (per Section 1-07.9(5)). 45 b. Material Acceptance Certification Documents

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 32 1 c. Monthly Reports of Amounts Credited as DBE Participation, as required by the 2 Contract Provisions. 3 d. Final Contract Voucher Certification 4 e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor 5 and all Subcontractors 6 f. Property owner releases per Section 1-07.24 7 8 Section 1-08.5 is supplemented with the following: 9 10 City of Bothell Recognized Holidays 11 Holiday Date Observed New Year’s Day First day of January Martin Luther King Day Third Monday in January President’s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veteran’s Day November 11th Thanksgiving Day Fourth Thursday in November Day After Thanksgiving When observed Christmas Day December 25th 12 13 Holiday Falls on Saturday or Sunday: If any holiday mentioned above falls on a 14 Saturday, the preceding Friday shall be given as a holiday. If the holiday falls on a 15 Sunday, the following Monday shall be given as a holiday. 16 17 (March 13, 1995 WSDOT GSP) 18 This project shall be physically completed within 60 working days. 19 20 1-08.6 Suspension of Work 21 Section 1-08.6 is supplemented with the following: 22 23 There shall be no crack sealing work allowed prior to April 1 and between 24 November 1, 2018 and March 31, 2019. During this time frame, the Contractor shall 25 remove any traffic control related items used for the maintenance of traffic. All costs 26 associated with the removal of traffic control items, and re-establishment of the traffic 27 control items upon resuming work shall be included in the unit price of “Project 28 Temporary Traffic Control”. 29 30 The Contractor shall request in writing to the Engineer when they propose to begin work 31 after the suspension. The written request shall be submitted at least 7 calendar days 32 before the Contractor proposes to resume work. Any costs associated with the 33 suspension of work shall be included in the other items of work, and there shall be no

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 33 1 adjustment in either project or unit costs, or time associated with the Suspension of 2 Work. The requirements of Section 1-08.7 shall remain in effect during any suspension 3 of work. 4 5 1-08.9 Liquidated Damages 6 (August 14, 2013 APWA GSP) 7 Revise the fourth paragraph to read: 8 9 When the Contract Work has progressed to Substantial Completion as defined in the 10 Contract, the Engineer may determine that the Work is Substantially Complete. The 11 Engineer will notify the Contractor in writing of the Substantial Completion Date. For 12 overruns in Contract time occurring after the date so established, the formula for 13 liquidated damages shown above will not apply. For overruns in Contract time occurring 14 after the Substantial Completion Date, liquidated damages shall be assessed on the basis 15 of direct engineering and related costs assignable to the project until the actual Physical 16 Completion Date of all the Contract Work. The Contractor shall complete the remaining 17 Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall 18 furnish a written schedule for completing the physical Work on the Contract. 19 20 21 1-09 Measurement and Payment 22 23 1-09.6 Force Account 24 (October 10, 2008 APWA GSP) 25 Supplement this Section with the following: 26 27 The Contracting Agency has estimated and included in the Proposal, dollar amounts for 28 all items to be paid per force account, only to provide a common Proposal for Bidders. 29 All such dollar amounts are to become a part of Contractor's total Bid. However, the 30 Contracting Agency does not warrant expressly or by implication, that the actual amount 31 of Work will correspond with those estimates. Payment will be made on the basis of the 32 amount of Work actually authorized by Engineer. 33 34 Supplement this Section with the following: 35 36 No payment will be made for any force account bid item, or work performed during the 37 suspension, as noted in 1-08.6. 38 39 1-09.9 Payments 40 (March 13, 2012 APWA GSP) 41 Delete the first four paragraphs and replace them with the following: 42 43 The basis of payment will be the actual quantities of Work performed according to the 44 Contract and as specified for payment. 45

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 34 1 The Contractor shall submit a breakdown of the cost of lump sum Bid items at the 2 Preconstruction Conference, to enable the Project Engineer to determine the Work 3 performed on a monthly basis. A breakdown is not required for lump sum items that 4 include a basis for incremental payments as part of the respective Specification. Absent 5 a lump sum breakdown, the Project Engineer will make a determination based on 6 information available. The Project Engineer’s determination of the cost of Work shall be 7 final. 8 9 Progress payments for completed Work and material on hand will be based upon 10 progress estimates prepared by the Engineer. A progress estimate cutoff date will be 11 established at the Preconstruction Conference. 12 13 The initial progress estimate will be made not later than 30 days after the Contractor 14 commences the Work, and successive progress estimates will be made every month 15 thereafter until the Completion Date. Progress estimates made during progress of the 16 Work are tentative, and made only for the purpose of determining progress payments. 17 The progress estimates are subject to change at any time prior to the calculation of the 18 final payment. 19 20 The value of the progress estimate will be the sum of the following: 21 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units 22 of Work completed multiplied by the unit price. 23 2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump 24 sum breakdown for that item, or absent such a breakdown, based on the 25 Engineer’s determination. 26 3. Materials on Hand — 100 percent of invoiced cost of material delivered to job 27 site or other storage area approved by the Engineer. 28 4. Change Orders — entitlement for approved extra cost or completed extra Work 29 as determined by the Engineer. 30 31 Progress payments will be made in accordance with the progress estimate less: 32 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 33 2. The amount of progress payments previously made; and 34 3. Funds withheld by the Contracting Agency for disbursement in accordance with 35 the Contract Documents. 36 37 Progress payments for Work performed shall not be evidence of acceptable performance 38 or an admission by the Contracting Agency that any Work has been satisfactorily 39 completed. The determination of payments under the Contract will be final in 40 accordance with Section 1-05.1. 41 42 1-09.13 Claims Resolution 43 44 1-09.13(3) Claims $250,000 or Less 45 (October 1, 2005 APWA GSP) 46 Delete this Section and replace it with the following:

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 35 1 2 The Contractor and the Contracting Agency mutually agree that those claims that 3 total $250,000 or less, submitted in accordance with Section 1-09.11 and not 4 resolved by nonbinding ADR processes, shall be resolved through litigation unless 5 the parties mutually agree in writing to resolve the claim through binding 6 arbitration. 7 8 1-09.13(3)A Administration of Arbitration 9 (July 23, 2015 APWA GSP) 10 Revise the third paragraph to read: 11 12 The Contracting Agency and the Contractor mutually agree to be bound by the 13 decision of the arbitrator, and judgment upon the award rendered by the 14 arbitrator may be entered in the Superior Court of the county in which the 15 Contracting Agency’s headquarters is located, provided that where claims 16 subject to arbitration are asserted against a county, RCW 36.01.05 shall control 17 venue and jurisdiction of the Superior Court. The decision of the arbitrator and 18 the specific basis for the decision shall be in writing. The arbitrator shall use 19 the Contract as a basis for decisions. 20 21 1-10 Temporary Traffic Control 22 23 1-10.2 Traffic Control Management 24 25 1-10.2(1) General 26 Section 1-10.2(1) is supplemented with the following: 27 28 (January 3, 2017 WSDOT GSP) 29 Only training with WSDOT TCS card and WSDOT training curriculum is 30 recognized in the State of Washington. The Traffic Control Supervisor shall be 31 certified by one of the following: 32 33 The Northwest Laborers-Employers Training Trust 34 27055 Ohio Ave. 35 Kingston, WA 98346 36 (360) 297-3035 37 38 Evergreen Safety Council 39 12545 135th Ave. NE 40 Kirkland, WA 98034-8709 41 1-800-521-0778 42 43 The American Traffic Safety Services Association 44 15 Riverside Parkway, Suite 100 45 Fredericksburg, Virginia 22406-1022 46 Training Dept. Toll Free (877) 642-4637 47 Phone: (540) 368-1701

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 36 1 2 1-10.2(1)A Traffic Control Management 3 Section 1-10.2(1)A is supplemented with the following: 4 5 When a Contractor assigned Traffic Control Manager or Supervisor becomes 6 aware or is notified by the Engineer, through verbal or written communication, 7 that an element of an approved Traffic Control Plan (TCP) is not properly 8 installed, the Contractor shall correct any TCP discrepancies within 45 minutes 9 of the notice. It is the responsibility of the Contractor to ensure that a Traffic 10 Control Manager or Supervisor contact is available at all times during Work, or 11 make known to the Engineer a delegated individual to contact should a TCP 12 correction becomes necessary. 13 14 If the Contractor proceeds with Work that impacts vehicular traffic or 15 pedestrian access that is not covered by an approved TCP in accordance with 16 Section 1-10.2(2), the Contractor shall stop Work immediately and return the 17 Work area to a safe condition. Work shall not resume until a TCP is approved 18 by the Engineer. All costs to provide temporary detours, repairs to the Work 19 area and their subsequent removals as a result of the stoppage shall be borne by 20 the Contractor. 21 22 The Contractor shall take note of existing construction signage related to other 23 nearby projects to ensure that the intent/message of proposed TCP signage on 24 this project does not conflict with other existing signage/messaging. 25 26 The Contracting Agency also reserves the right to address safety hazards not 27 addressed by the Contractor within the time specified, without notice to the 28 Contractor or the Surety, and deduct actual costs of equipment and personnel or 29 the amount below, whichever is greater, from the Contract amount. 30 31 Contracting Agency provided Traffic Control - $50 per hour for each of the 32 following traffic control elements used: 33 34 1) Vehicles 35 2) Personnel 36 3) PCMS 37 38 Contracting Agency provided traffic control devices or signs - $50 per day per 39 sign or traffic control device. 40 41 1-10.2(2) Traffic Control Plans 42 Section 1-10.2(2) is supplemented with the following: 43 44 A Traffic Control Plan (TCP) shall be submitted for approval ten (10) days in 45 advance of all Roadway Work A TCP shall be submitted for each type of Work listed 46 below. A revised or additional TCP shall be submitted for approval 10 days prior to 47 each time an adjustment to a previously approved TCP becomes necessary.

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 37 1 2 1) TCP (Construction Access) – Any construction activity that requires the 3 Contractor to enter and exit the construction site using a public road. This 4 Plan shall address routes for hauling and delivery of project materials to and 5 from the project site, and designated entrances and exits for personnel or 6 construction vehicles for normal daily use. This Plan shall be submitted 10 7 days after Contract Award. 8 9 2) TCP (Temporary Traffic Lane Closures) – Any activity requiring closures or 10 adjustments to lanes or Shoulders; driveway or pedestrian access; or entire 11 Roadway. 12 13 3) TCP (Pedestrian Detour Routes) – Any Work that may impede or impact 14 directly or indirectly any existing pedestrian route not related to 2) above. 15 Attention is also directed to Section 1-07.23(3) of the Special Provisions for 16 Pedestrian Control and Safety for TCP requirements for pedestrian access 17 routes. 18 19 The Contractor shall also submit for approval to the Engineer a Closure/Detour 20 Notice on a Contracting Agency provided form on the Wednesday preceding the 21 week of the planned Work requiring the implementation of a TCP. The notice shall 22 include planned closures or detours for the week period with the following 23 information: 24 25 1) Date of closure 26 2) Limits of closure 27 3) Type of Work 28 4) Start and end times of closure 29 5) Approved TCP number 30 6) Detour routes, as applicable 31 7) Other pertinent information describing the closure 32 33 1-10.3 Traffic Control Labor, Procedures and Devices 34 35 1-10.3(1) Traffic Control Labor 36 37 1-10.3(1)B Other Traffic Control Labor 38 Section 1-10.3(1)B is supplemented with the following: 39 40 The Contractor shall use the assistance of an off duty Uniformed Police Officer 41 (UPO) when the Engineer requires the control of a signalized intersection 42 during Work. The Engineer will generally require the control of a signalized 43 intersection in the following conditions: 44 45 1. When the operation of a signal is interrupted as part of required Work; 46 or

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 38 1 2. When detouring traffic safely through a signalized intersection becomes 2 necessary as part of required Work. 3 4 The Contractor shall use City of Bothell police enforcement unless it is unable 5 to respond to a request to assist with the Work. City of Bothell police assistance 6 can be reached at the following number: 7 8 Darren Timpe 9 City of Bothell Police Department 10 (425) 487-5550, extension 5543 11 12 A UPO shall be provided in the event of accidental power outages or disruption 13 of a signalized intersection as a result of Contractor Work. The UPO shall be 14 provided at Contractor expense, and remain in place until the intersection 15 becomes satisfactorily operational as determined by City of Bothell Police 16 Department. 17 18 1-10.3(3) Traffic Control Devices 19 20 1-10.3(3)A Construction Signs 21 Section 1-10.3(3)A is supplemented with the following: 22 23 Class B signs may remain longer than 3-days provided they do not impede 24 pedestrian routes (unless designed to), conflict with vehicular traffic 25 movements, or have a restricted view. 26 27 1-10.4 Measurement 28 29 1-10.4(3) Reinstating Unit Items With Lump Sum Traffic Control 30 Section 1-10.4(3) is supplemented with the following: 31 32 (August 2, 2004 WSDOT GSP) 33 The Bid Proposal contains the item “Project Temporary Traffic Control,” lump sum 34 and the additional temporary traffic control items listed below. The provisions of 35 Section 1-10.4(1), Section 1-10.4(3), and Section 1-10.5(3) shall apply. 36 “Traffic Control Supervisor”, lump sum 37 “Flaggers”, per hour 38 39 “Off Duty Uniformed Police Officer” will be measured by the hour for each officer 40 used to control a signalized intersection as required by the Contracting Agency 41 shown on an approved TCP; or during specific traffic detours at the locations shown 42 in the Contract Plans. 43 44 Section 1-04.6 shall not apply to temporary traffic control Bid items. 45 46 1-10.5 Payment 47 Section 1-10.5 is supplemented with the following:

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 39 1 2 “Off Duty Uniformed Police Officer”, per hour. 3 The unit Contract price for “Off Duty Uniformed Police Officer” shall be full 4 compensation for providing a UPO to control a traffic intersection as specified in Section 5 1-10.3(1)B of these Specifications. Unless shown on an approved TCP or used by the 6 Contractor for any intersection closure traffic detour if shown in the Contract Plans, no 7 payment will be made for a UPO. 8

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 40 1 Division 8 2 Miscellaneous Construction 3 4 8-01.1 Description 5 This Section is supplemented with the following: 6 7 The Contractor shall install and maintain all temporary and permanent erosion control 8 measures and Best Management Practices (BMP’s) in accordance with the Plans, 9 Standard Specifications, Special Provisions, permit conditions, or as directed by the 10 Engineer prior to commencing work. Such measures shall include, but are not necessarily 11 limited to: 12  Erosion and water pollution control for stockpiled materials 13  Straw bale check dams 14  Straw mulch, netting, and tackifier 15  Inlet protection on existing and proposed drainage structures 16  Disposal of sediments and materials 17  Maintenance of BMPs including in the event of emergencies and as weather and field 18 conditions dictate; and also including installation of additional BMPs which may 19 become required as field and weather conditions evolve. 20  Street sweeping and cleaning 21  All materials, tools, and equipment necessary to meet these requirements 22 23 Water 24 The Contractor shall make, at the Contractor's expense, whatever arrangements may be 25 necessary to ensure an adequate supply of water required for erosion control. The Contractor 26 shall also furnish all necessary hose, equipment, attachments, and accessories for the 27 adequate irrigation of planted areas as may be required to complete the work as specified. All 28 costs shall be incidental to and included in the bid items involved and no additional 29 compensation shall be made. 30 31 8-01.3 Construction Requirements 32 8-01.3(8) Street Cleaning 33 This Section is supplemented with the following: 34 35 All streets used by the Contractor during the execution of the work under this contract shall 36 be maintained in a clean condition. Any damage caused by dust and/or mud, or any sealant 37 material shall be the sole responsibility of the Contractor. In no case shall sediment-laden 38 water be allowed to enter drainage facilities without prior filtration or sedimentation. 39 40 The roadway shall be swept as needed. Flushing will not be permitted. 41 Roadway sweeping and cleaning shall be considered incidental to other items in the contract 42 and no additional payment will be made. 43 44 8-01.3(16) Removal 45 This Section is supplemented with the following: 46 47 Removing Temporary Erosion / Water Pollution Control BMPs

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 41 1 The Contractor shall removal all Temporary Erosion / Water Pollution Control BMPs within 2 twenty (20) days after final slope stabilization, landscape restoration, or after the BMPs are 3 no longer needed. Trapped sediment shall be removed or stabilized on site. 4 5 8-01.3(17) Suspension of Work 6 Add the following: 7 8 If at any time during the life of this Contract it becomes necessary, or the Contractor elects to 9 suspend work due to weather conditions, material delivery schedules, or other constraints, it 10 shall be the Contractor’s obligation to meet the following requirements: 11 12  The Contractor shall remain obligated to meet the Temporary Water Pollution/Erosion 13 Control requirements of the Plans during any suspension of work. 14  The Contractor shall remain obligated to meet the Temporary Traffic Control (both 15 vehicular and pedestrian) requirements of the Plans during any suspension of work. 16  The Contractor shall maintain vigilance and maintain a safe project area free of 17 hazards to public safety and shall remedy all hazardous situations immediately. 18 19 8-01.4 Measurement 20 This Section is supplemented with the following: 21 22 “Erosion / Water Pollution Control” shall be lump sum. 23 24 Relocation and/or replacement of damaged protection devices will not be measured. 25 26 8-01.5 Payment 27 This Section is supplemented with the following: 28 29 Sediment removal from and maintenance of erosion control devices will be paid by lump 30 under the item “Erosion / Water Pollution Control”. Intermittent removing, moving and 31 reinstalling erosion control BMPs due to interference with the performance of daily Contract 32 Work shall not be considered as maintenance, and shall be done at Contractor expense.

City of Bothell January 2018 2018 Crack Seal 30559512.563063.0085.05.T001.ST1 5- 42 SECTION 6 APPENDICES APPENDIX A LIST OF STREETS 2018 Crack Seal Roads Street List

Arterial Streets 1 228th St SE (Bothell-Everett Hwy to 19th Ave SE) 2 240th St SE (Fitzgerald Road to City Limits) 3 120th Ave SE (about 700' ? North of NE 195th St to CL) 4 240th St SE (7 Ave SE to Bothell-Everett Hwy) 5 Beardslee Blvd (104th Ave NE to Beardslee Pl) 6 Meridian Ave (240th to south City LImits) 7 Woodinville Drive (E of Brickyard to East City Limit) 8 North Creek Parkway (NE 195th St to N Creek PKWY S) 9 92nd Ave NE (NE 180th St to NE 191st St) 10 NE 191st St/NE 190th St (92nd Ave NE to 104th Ave NE) 11 NE 195th St (I405 to North Creek Parkway) 12 15th Ave SE (NE 232nd St to 228th St SE) 13 242nd St SE (15th Ave SE to 19th Ave SE, stop at House # 1711)

Local Streets 1 216th St SE (9 Ave W to 2 Ave SE) 2 Meridian Ave S (216 St SE to 228 St SE) 3 219th Pl SW (4 Ave W to Meridian Ave S) 4 218th St SW (9 Ave W to 4 Ave W) 5 220th St SW (7 Pl W to 4 Ave W) 6 222nd St SW (7 Pl W to 4 Pl W) 7 4th Pl W (222 St SW to 224 St SW) 8 224th St SW (6 Pl W to Meridian Ave S) 9 1st Pl W (224 St SW to 228 St SW) 10 225th St SW (3 Pl W to 1 Pl W) 11 3rd Pl W (225 St SW to 225 Pl SW) 12 225th Pl SW (3 Pl W to 1 Pl W) 13 2nd Pl W (225 Pl W to 228 St SW) 14 4th Ave SE (3 Ave SE to 224 St SE) 15 217th Pl SE (Meridian Ave S to 2 Ave SE) 16 9 Ave W (8 Pl W to 218 St SW) 17 6 Ave W (216 St SW to 218 St SW) 18 221 St SW (7 Pl W 4 Pl W) 19 4 Pl W (220 St SW to 221 St SW) APPENDIX B LOCAL STREET MAP E

L S E O 210

0 G E L 1 B A 2 W N V ST SE

E S D E H A

U R L BBAR D R V D R W D D 1 4 P R W S R T A 1

M 2 P A T 7 D W L S E

11 E R N 2

R L W D 212 ST SW O P I PL SE N

D 211 M 8 I H N 212 S T S W PL A S C 3 W N I 212 A 212 R

P W SE L W ST PL W

S E W W L

A

W E

V

E

V A Y 213 W 213 V

A L

1

A O PL SW 3 ST SW P 2 I 4 - D R

W

E 4

6

8 D

W

S L A R 0 L D A P M 405

5 R R A V S E 0 2 14 ST S Y O D 21 § E ¨¦ 1 W 4 E S O 214 N 214 V E N

N S T R W S

A E N R A I PL SW ST SW I 215 D - A

D

1 4 PL SW I E

S 5 R 0 21

E 5

R

W W T SW S M

D

L E P 2

2 V 15 216 ST 2 A SW 9 ST 9 C SE T E 216

S S S E T SE

E W

W S 2 V E A T 1 7 V

2

L

A 2 SW 21 17 E E

P 7 6 7 21 P 4 V P L S E

218 ST SW SE W A

L PL SW A S

8 S 8

E V I 218 218 V E

W

W E 4

A L SW PL PL SE S S

E 0

P 2 V E 5 3 1 R 3 9 A

P D 2 L S W 9 3 220 21 21 L SE R W ST 9 P L S W P SW E D 2 2 E 0 S 4

L V ST S W W A E

P

5

L

7

P

W

4 L 221 S P T

7 221 S W 1 E 221 PL SW 2 S ST SW 222 2 SE ST T R SW S D 5 W 222 ST S W E L 2 S 223 S 23 P T S E E 4 ST SW E S 22 V P 3 R L S A E

D L

E

P

4 2 24 ST S S W W 1 224 2 S T S W

L 5 25 224 E P 2 P

S

L 6 ST SW ST SE

R W

D

225 6 ST SE 224 PL SE 225 W 226

E

L d P S x L S T

m W S . SE E 25 2 D S

P _ s k

r R o

W SE E c PL i l b D u 2 E P 1 \ S E s e t a l 1

p P S m S R e W T \ 22 S 6 I L D G

\ E s p p

W

A L W 7 \

E : V PL Q SW P

L A

V

P

3

7

A

P 22 1 8 S T S W 22 8 2 r S T S W i vat e 22 8 S T S E d Rd te R riva

P E d x m S . s

d a o

E

E R _ l a

S

V e

S _

A k c

E a r C \

2

V

O A

_ V

E 1 n 1

A o r W

e

E m

a 7 C S \ n

o i 231 S t T S E a E t

E r o

S p

s

V n

E a r 2 T 32

A W \ 2 V

32

W

A

L P

\ ST SE :

3

PL SW 7 P Q

: h

t 9 a P

The City of Bothell delivers this data (map) in an AS-IS condition. APPENDIX B: : GIS data (maps) are produced by the City of Bothell for internal purposes. No representation or guarantee is made concerning 660 330 0 660 Feet the accuracy, currency, or completeness of the information provided. Local Crack Seal Date: 12/29/2017 APPENDIX C ARTERIAL STREET MAP D MA

A LT BY

M R D S

( SR Y

O 524 A 524 )

N õö 524 W õö R

T D

S U

C

E O 405 L S ¨¦§ õö527

E E

S V

W

A S T SE

0 E E 2 2

9

V

V

A

A

9

4

E

3

S

E

228 S T S W Y V W 228 S T SE A I H - 5

S 4 4 0 T 5

T E

E

E E S

V

S E

R

A

E S

D

E

E

R V E

N V

V E

A

S

R A

A

V E

I

-

E 5

A E

D

L

9

3

I

T

V

L

1 5

R E A

R 1

E H

A 3 T 405 240 S T S M E

C 2

O ¨¦§

B

E N

B

E 1 O E

N 2

T V

E 0

E A

H

E

N

V

A 0 E

N

A

3 V

E

L

E 1

E L E E V

0 N W

N

0 V A

1 E A N A

4 E

Y E V

E

0

8

V A

1

8 N N

A

E E

3 0 E N

7 8

V

E

A

V

2 A

9 8 N 6 E 180 S T SR 52 2 522 õö522

d õö x m . E D S _

s E k r R o W c i l

b I u P \ V s e t a l p E m e R N T E 175 \ S T S I G \

s R p

p D A \

: S W Q I D E O N O E D 171 S T I N

E

N V

5 IL

0 E d L x

m E

4

. V s

- - d

a R

I A o

R E _ l

a J E 1 60 4

e N S T D S _ U 2 k

c M a

1 r A C

\ O

O NE 1 _ 55 S T n N N o r e m I D a

C T \ n o A R i t a t r D o

p D s n a r R 405 T \ W

P §

\ ¨¦ N : Q

: E h t a

P NE 145 S T

The City of Bothell delivers this data (map) in an AS-IS condition. APPENDIX C: : GIS data (maps) are produced by the City of Bothell for internal purposes. No representation or guarantee is made concerning 2,500 1,250 0 2,500 Feet the accuracy, currency, or completeness of the information provided. Arterial Crack Seal Date: 12/28/2017 APPENDIX D WAGE RATES State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540

Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key.

Journey Level Prevailing Wage Rates for the Effective Date: 12/28/2017

County Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $46.57 5D 1H King Boilermakers Journey Level $64.54 5N 1C King Brick Mason Journey Level $55.82 5A 1M King Brick Mason Pointer-Caulker-Cleaner $55.82 5A 1M King Building Service Employees Janitor $23.73 5S 2F King Building Service Employees Traveling Waxer/Shampooer $24.18 5S 2F King Building Service Employees Window Cleaner (Non-Scaffold) $27.23 5S 2F King Building Service Employees Window Cleaner (Scaffold) $28.13 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $57.18 5D 4C King Carpenters Bridge, Dock And Wharf $57.18 5D 4C Carpenters King Carpenters Carpenter $57.18 5D 4C King Carpenters Carpenters on Stationary Tools $57.31 5D 4C King Carpenters Creosoted Material $57.28 5D 4C King Carpenters Floor Finisher $57.18 5D 4C King Carpenters Floor Layer $57.18 5D 4C King Carpenters Scaffold Erector $57.18 5D 4C King Cement Masons Journey Level $57.21 7A 1M King Divers & Tenders Bell/Vehicle or Submersible $110.54 5D 4C Operator (Not Under Pressure) King Divers & Tenders Dive Supervisor/Master $72.97 5D 4C King Divers & Tenders Diver $110.54 5D 4C 8V King Divers & Tenders Diver On Standby $67.97 5D 4C King Divers & Tenders Diver Tender $61.65 5D 4C King Divers & Tenders Manifold Operator $61.65 5D 4C King Divers & Tenders Manifold Operator Mixed Gas $66.65 5D 4C King Divers & Tenders Remote Operated Vehicle $61.65 5D 4C Operator/Technician King Divers & Tenders Remote Operated Vehicle $57.43 5A 4C Tender King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $56.78 5D 1H King Drywall Tapers Journey Level $57.43 5P 1E King Electrical Fixture Maintenance Journey Level $27.99 5L 1E Workers King - Inside Cable Splicer $73.20 7C 4E King Electricians - Inside Cable Splicer (tunnel) $78.59 7C 4E King Electricians - Inside Certified Welder $70.75 7C 4E King Electricians - Inside Certified Welder (tunnel) $75.89 7C 4E King Electricians - Inside Construction Stock Person $38.69 7C 4E King Electricians - Inside Journey Level $68.30 7C 4E King Electricians - Inside Journey Level (tunnel) $73.20 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $73.93 5A 4D Construction King Electricians - Powerline Certified Line Welder $67.60 5A 4D Construction King Electricians - Powerline Groundperson $45.49 5A 4D Construction King Electricians - Powerline Heavy Line Equipment Operator $67.60 5A 4D Construction King Electricians - Powerline Journey Level Lineperson $67.60 5A 4D Construction King Electricians - Powerline Line Equipment Operator $57.02 5A 4D Construction King Electricians - Powerline Pole Sprayer $67.60 5A 4D Construction King Electricians - Powerline Powderperson $50.76 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $88.36 7D 4A King Elevator Constructors Mechanic In Charge $95.41 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $17.20 5B 1R Products Work Only King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $39.48 7A 3I King Journey Level $60.56 7L 1Y King Heat & Frost Insulators And Journeyman $67.93 5J 4H Asbestos Workers King Heating Equipment Mechanics Journey Level $78.17 7F 1E King Hod Carriers & Mason Tenders Journey Level $48.02 7A 3I King Industrial Power Vacuum Cleaner Journey Level $11.00 1 King Inland Boatmen Boat Operator $59.86 5B 1K King Inland Boatmen Cook $56.18 5B 1K King Inland Boatmen Deckhand $56.18 5B 1K King Inland Boatmen Deckhand Engineer $57.26 5B 1K King Inland Boatmen Launch Operator $58.59 5B 1K King Inland Boatmen Mate $58.59 5B 1K King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 Sewer & Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer & Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 Sewer & Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 Sewer & Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 Sewer & Water Systems By Remote Control King Insulation Applicators Journey Level $57.18 5D 4C King Journeyman $66.68 7N 1O King Laborers Air, Gas Or Electric Vibrating $46.57 7A 3I Screed King Laborers Airtrac Drill Operator $48.02 7A 3I King Laborers Ballast Regular Machine $46.57 7A 3I King Laborers Batch Weighman $39.48 7A 3I King Laborers Brick Pavers $46.57 7A 3I King Laborers Brush Cutter $46.57 7A 3I King Laborers Brush Hog Feeder $46.57 7A 3I King Laborers Burner $46.57 7A 3I King Laborers Caisson Worker $48.02 7A 3I King Laborers Carpenter Tender $46.57 7A 3I King Laborers Caulker $46.57 7A 3I King Laborers Cement Dumper-paving $47.44 7A 3I King Laborers Cement Finisher Tender $46.57 7A 3I King Laborers Change House Or Dry Shack $46.57 7A 3I King Laborers Chipping Gun (under 30 Lbs.) $46.57 7A 3I King Laborers Chipping Gun(30 Lbs. And Over) $47.44 7A 3I King Laborers Choker Setter $46.57 7A 3I King Laborers Chuck Tender $46.57 7A 3I King Laborers Clary Power Spreader $47.44 7A 3I King Laborers Clean-up Laborer $46.57 7A 3I King Laborers Concrete Dumper/chute $47.44 7A 3I Operator King Laborers Concrete Form Stripper $46.57 7A 3I King Laborers Concrete Placement Crew $47.44 7A 3I King Laborers Concrete Saw Operator/core $47.44 7A 3I Driller King Laborers Crusher Feeder $39.48 7A 3I King Laborers Curing Laborer $46.57 7A 3I King Laborers : Wrecking & Moving $46.57 7A 3I (incl. Charred Material) King Laborers Ditch Digger $46.57 7A 3I King Laborers Diver $48.02 7A 3I King Laborers Drill Operator $47.44 7A 3I (hydraulic,diamond) King Laborers Dry Stack Walls $46.57 7A 3I King Laborers Dump Person $46.57 7A 3I King Laborers Epoxy Technician $46.57 7A 3I King Laborers Erosion Control Worker $46.57 7A 3I King Laborers Faller & Bucker Chain Saw $47.44 7A 3I King Laborers Fine Graders $46.57 7A 3I King Laborers Firewatch $39.48 7A 3I King Laborers Form Setter $46.57 7A 3I King Laborers Gabian Basket Builders $46.57 7A 3I King Laborers General Laborer $46.57 7A 3I King Laborers Grade Checker & Transit Person $48.02 7A 3I King Laborers Grinders $46.57 7A 3I King Laborers Grout Machine Tender $46.57 7A 3I King Laborers Groutmen (pressure)including $47.44 7A 3I Post Tension Beams King Laborers Guardrail Erector $46.57 7A 3I King Laborers Hazardous Waste Worker (level $48.02 7A 3I A) King Laborers Hazardous Waste Worker (level $47.44 7A 3I B) King Laborers Hazardous Waste Worker (level $46.57 7A 3I C) King Laborers High Scaler $48.02 7A 3I King Laborers Jackhammer $47.44 7A 3I King Laborers Laserbeam Operator $47.44 7A 3I King Laborers Maintenance Person $46.57 7A 3I King Laborers Manhole Builder-mudman $47.44 7A 3I King Laborers Material Yard Person $46.57 7A 3I King Laborers Motorman-dinky Locomotive $47.44 7A 3I King Laborers Nozzleman (, $47.44 7A 3I Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $47.44 7A 3I King Laborers Pilot Car $39.48 7A 3I King Laborers Pipe Layer Lead $48.02 7A 3I King Laborers Pipe Layer/tailor $47.44 7A 3I King Laborers Pipe Pot Tender $47.44 7A 3I King Laborers Pipe Reliner $47.44 7A 3I King Laborers Pipe Wrapper $47.44 7A 3I King Laborers Pot Tender $46.57 7A 3I King Laborers Powderman $48.02 7A 3I King Laborers Powderman's Helper $46.57 7A 3I King Laborers Power Jacks $47.44 7A 3I King Laborers Railroad Spike Puller - Power $47.44 7A 3I King Laborers Raker - Asphalt $48.02 7A 3I King Laborers Re-timberman $48.02 7A 3I King Laborers Remote Equipment Operator $47.44 7A 3I King Laborers Rigger/signal Person $47.44 7A 3I King Laborers Rip Rap Person $46.57 7A 3I King Laborers Rivet Buster $47.44 7A 3I King Laborers Rodder $47.44 7A 3I King Laborers Scaffold Erector $46.57 7A 3I King Laborers Scale Person $46.57 7A 3I King Laborers Sloper (over 20") $47.44 7A 3I King Laborers Sloper Sprayer $46.57 7A 3I King Laborers Spreader (concrete) $47.44 7A 3I King Laborers Stake Hopper $46.57 7A 3I King Laborers Stock Piler $46.57 7A 3I King Laborers Tamper & Similar Electric, Air & $47.44 7A 3I Gas Operated Tools King Laborers Tamper (multiple & Self- $47.44 7A 3I propelled) King Laborers Timber Person - Sewer (lagger, $47.44 7A 3I Shorer & Cribber) King Laborers Toolroom Person (at Jobsite) $46.57 7A 3I King Laborers Topper $46.57 7A 3I King Laborers Track Laborer $46.57 7A 3I King Laborers Track Liner (power) $47.44 7A 3I King Laborers Traffic Control Laborer $42.22 7A 3I 8R King Laborers Traffic Control Supervisor $42.22 7A 3I 8R King Laborers Truck Spotter $46.57 7A 3I King Laborers Tugger Operator $47.44 7A 3I King Laborers Tunnel Work-Compressed Air $92.60 7A 3I 8Q Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $97.63 7A 3I 8Q Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $101.31 7A 3I 8Q Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $107.01 7A 3I 8Q Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $109.13 7A 3I 8Q Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $114.23 7A 3I 8Q Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $116.13 7A 3I 8Q Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $118.13 7A 3I 8Q Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $120.13 7A 3I 8Q Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $48.12 7A 3I 8Q Tender King Laborers Tunnel Work-Miner $48.12 7A 3I 8Q King Laborers Vibrator $47.44 7A 3I King Laborers Vinyl Seamer $46.57 7A 3I King Laborers Watchman $35.88 7A 3I King Laborers Welder $47.44 7A 3I King Laborers Well Point Laborer $47.44 7A 3I King Laborers Window Washer/cleaner $35.88 7A 3I King Laborers - Underground Sewer & General Laborer & Topman $46.57 7A 3I Water King Laborers - Underground Sewer & Pipe Layer $47.44 7A 3I Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment Operators $28.17 1 Or Truck Drivers King Landscape Construction Landscaping or Planting Laborers $17.87 1 King Lathers Journey Level $56.78 5D 1H King Marble Setters Journey Level $55.82 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $11.00 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Journey Level $58.68 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings $11.56 1 King Modular Buildings Production Worker $11.00 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $41.60 6Z 2B King Pile Driver Crew Tender $52.37 5D 4C King Pile Driver Hyperbaric Worker - Compressed $71.35 5D 4C Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - Compressed $76.35 5D 4C Air Worker 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - Compressed $80.35 5D 4C Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - Compressed $85.35 5D 4C Air Worker 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker - Compressed $87.85 5D 4C Air Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - Compressed $92.85 5D 4C Air Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - Compressed $94.85 5D 4C Air Worker 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - Compressed $96.85 5D 4C Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - Compressed $98.85 5D 4C Air Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $57.43 5D 4C King Journey Level $54.89 7Q 1R King Playground & Park Equipment Journey Level $11.00 1 Installers King & Pipefitters Journey Level $79.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $60.49 7A 3C 8P King Power Equipment Operators Assistant Engineer $56.90 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $59.96 7A 3C 8P King Power Equipment Operators Batch Plant Operator, Concrete $59.96 7A 3C 8P King Power Equipment Operators Bobcat $56.90 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $56.90 7A 3C 8P Equipment King Power Equipment Operators Brooms $56.90 7A 3C 8P King Power Equipment Operators Bump Cutter $59.96 7A 3C 8P King Power Equipment Operators Cableways $60.49 7A 3C 8P King Power Equipment Operators Chipper $59.96 7A 3C 8P King Power Equipment Operators Compressor $56.90 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $60.49 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $56.90 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $59.49 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $59.96 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $59.49 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and $62.33 7A 3C 8P over King Power Equipment Operators Cranes: 20 Tons Through 44 Tons $59.96 7A 3C 8P With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P 250’ of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $62.33 7A 3C 8P 300’ of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $60.49 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Under King Power Equipment Operators Cranes: Friction cranes through $61.72 7A 3C 8P 199 tons King Power Equipment Operators Cranes: Through 19 Tons With $59.49 7A 3C 8P Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $59.96 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $59.96 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $60.49 7A 3C 8P King Power Equipment Operators Dozers D-9 & Under $59.49 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $61.10 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $56.90 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $59.96 7A 3C 8P Gamaco & Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With $59.49 7A 3C 8P Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $56.90 7A 3C 8P Attachments King Power Equipment Operators Grade Engineer: Using Blue $59.96 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $56.90 7A 3C 8P King Power Equipment Operators Guardrail Punch $59.96 7A 3C 8P King Power Equipment Operators Hard Tail End Dump Articulating $60.49 7A 3C 8P Off- Road Equipment 45 Yards. & Over King Power Equipment Operators Hard Tail End Dump Articulating $59.96 7A 3C 8P Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $59.49 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $59.96 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over 10 $59.49 7A 3C 8P Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 Tons $56.90 7A 3C 8P And Under King Power Equipment Operators Loader, Overhead 8 Yards. & $61.10 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $60.49 7A 3C 8P Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $59.96 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $59.96 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $59.49 7A 3C 8P King Power Equipment Operators Locomotives, All $59.96 7A 3C 8P King Power Equipment Operators Material Transfer Device $59.96 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $0.50 $61.10 7A 3C 8P Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $60.49 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel $60.49 7A 3C 8P Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $56.90 7A 3C 8P Distribution & Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $59.49 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: 20 $59.96 7A 3C 8P Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 Tons $61.10 7A 3C 8P And Over King Power Equipment Operators Overhead, Bridge Type: 45 Tons $60.49 7A 3C 8P Through 99 Tons King Power Equipment Operators Pavement Breaker $56.90 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $59.96 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $56.90 7A 3C 8P King Power Equipment Operators Power Plant $56.90 7A 3C 8P King Power Equipment Operators Pumps - Water $56.90 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $56.90 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $60.49 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $56.90 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, Bellman $59.49 7A 3C 8P (Certified) King Power Equipment Operators Rollagon $60.49 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $56.90 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $59.96 7A 3C 8P King Power Equipment Operators Saws - Concrete $59.49 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under 45 $59.96 7A 3C 8P Yards King Power Equipment Operators Scrapers - Concrete & Carry All $59.49 7A 3C 8P King Power Equipment Operators Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $59.49 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $56.90 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $60.49 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $61.10 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $60.49 7A 3C 8P King Power Equipment Operators Spreader, Topsider & Screedman $60.49 7A 3C 8P King Power Equipment Operators Subgrader Trimmer $59.96 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In $61.10 7A 3C 8P Height Base To Boom King Power Equipment Operators Tower Crane: over 175’ through $61.72 7A 3C 8P 250’ in height, base to boom King Power Equipment Operators Tower Cranes: over 250’ in $62.33 7A 3C 8P height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $60.49 7A 3C 8P Type King Power Equipment Operators Trenching Machines $59.49 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver Under $59.49 7A 3C 8P 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $59.96 7A 3C 8P King Power Equipment Operators Welder $60.49 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $56.90 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $59.96 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Assistant Engineer $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Barrier Machine (zipper) $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Batch Plant Operator, Concrete $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Bobcat $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Brokk - Remote Demolition $56.90 7A 3C 8P Underground Sewer & Water Equipment King Power Equipment Operators- Brooms $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Bump Cutter $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cableways $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Chipper $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Compressor $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Concrete Pump: Truck Mount $60.49 7A 3C 8P Underground Sewer & Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $56.90 7A 3C 8P Underground Sewer & Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $59.49 7A 3C 8P Underground Sewer & Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $59.96 7A 3C 8P Underground Sewer & Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes Friction: 200 tons and $62.33 7A 3C 8P Underground Sewer & Water over King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $59.96 7A 3C 8P Underground Sewer & Water With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Underground Sewer & Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P Underground Sewer & Water 250’ of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $62.33 7A 3C 8P Underground Sewer & Water 300’ of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $60.49 7A 3C 8P Underground Sewer & Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Underground Sewer & Water Under King Power Equipment Operators- Cranes: Friction cranes through $61.72 7A 3C 8P Underground Sewer & Water 199 tons King Power Equipment Operators- Cranes: Through 19 Tons With $59.49 7A 3C 8P Underground Sewer & Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Deck Engineer/deck Winches $59.96 7A 3C 8P Underground Sewer & Water (power) King Power Equipment Operators- Derricks, On Building Work $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Dozers D-9 & Under $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Underground Sewer & Water Or Crane Mount King Power Equipment Operators- Drilling Machine $61.10 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Elevator And Man-lift: $56.90 7A 3C 8P Underground Sewer & Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $59.96 7A 3C 8P Underground Sewer & Water Gamaco & Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over With $59.49 7A 3C 8P Underground Sewer & Water Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $56.90 7A 3C 8P Underground Sewer & Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $59.96 7A 3C 8P Underground Sewer & Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Guardrail Punch $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Hard Tail End Dump Articulating $60.49 7A 3C 8P Underground Sewer & Water Off- Road Equipment 45 Yards. & Over King Power Equipment Operators- Hard Tail End Dump Articulating $59.96 7A 3C 8P Underground Sewer & Water Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $59.49 7A 3C 8P Underground Sewer & Water Locator King Power Equipment Operators- Horizontal/directional Drill $59.96 7A 3C 8P Underground Sewer & Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over 10 $59.49 7A 3C 8P Underground Sewer & Water Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons $56.90 7A 3C 8P Underground Sewer & Water And Under King Power Equipment Operators- Loader, Overhead 8 Yards. & $61.10 7A 3C 8P Underground Sewer & Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $60.49 7A 3C 8P Underground Sewer & Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $59.96 7A 3C 8P Underground Sewer & Water Yards King Power Equipment Operators- Loaders, Plant Feed $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Loaders: Elevating Type Belt $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Locomotives, All $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Material Transfer Device $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 $61.10 7A 3C 8P Underground Sewer & Water Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $60.49 7A 3C 8P Underground Sewer & Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $56.90 7A 3C 8P Underground Sewer & Water Distribution & Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $59.49 7A 3C 8P Underground Sewer & Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: 20 $59.96 7A 3C 8P Underground Sewer & Water Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 Tons $61.10 7A 3C 8P Underground Sewer & Water And Over King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $60.49 7A 3C 8P Underground Sewer & Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Pile Driver (other Than Crane $59.96 7A 3C 8P Underground Sewer & Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Posthole Digger, Mechanical $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Power Plant $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Pumps - Water $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Quick Tower - No Cab, Under $56.90 7A 3C 8P Underground Sewer & Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $60.49 7A 3C 8P Underground Sewer & Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Rigger/Signal Person, Bellman $59.49 7A 3C 8P Underground Sewer & Water (Certified) King Power Equipment Operators- Rollagon $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Roller, Other Than Plant Mix $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Underground Sewer & Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Saws - Concrete $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $59.96 7A 3C 8P Underground Sewer & Water Yards King Power Equipment Operators- Scrapers - Concrete & Carry All $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Underground Sewer & Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Shotcrete/gunite Equipment $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Underground Sewer & Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $60.49 7A 3C 8P Underground Sewer & Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Underground Sewer & Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $61.10 7A 3C 8P Underground Sewer & Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Underground Sewer & Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Spreader, Topsider & Screedman $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Subgrader Trimmer $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Tower Bucket Elevators $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Tower Crane Up To 175' In $61.10 7A 3C 8P Underground Sewer & Water Height Base To Boom King Power Equipment Operators- Tower Crane: over 175’ through $61.72 7A 3C 8P Underground Sewer & Water 250’ in height, base to boom King Power Equipment Operators- Tower Cranes: over 250’ in $62.33 7A 3C 8P Underground Sewer & Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $60.49 7A 3C 8P Underground Sewer & Water Type King Power Equipment Operators- Trenching Machines $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P Underground Sewer & Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver Under $59.49 7A 3C 8P Underground Sewer & Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Welder $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Wheel Tractors, Farmall Type $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P Underground Sewer & Water King Power Line Clearance Tree Journey Level In Charge $48.54 5A 4A Trimmers King Power Line Clearance Tree Spray Person $46.03 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $48.54 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $43.32 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $32.68 5A 4A Trimmers King Refrigeration & Air Conditioning Journey Level $75.36 6Z 1G Mechanics King Residential Brick Mason Journey Level $55.82 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $42.86 5D 4C King Residential Drywall Tapers Journey Level $57.43 5P 1E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $40.25 7L 1H King Residential Insulation Applicators Journey Level $26.28 1 King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers & Journey Level $34.69 1 Pipefitters King Residential Refrigeration & Air Journey Level $75.36 6Z 1G Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $44.56 7F 1R King Residential Soft Floor Layers Journey Level $47.61 5A 3D King Residential Sprinkler Fitters (Fire Journey Level $44.98 5C 2R Protection) King Residential Stone Masons Journey Level $55.82 5A 1M King Residential Terrazzo Workers Journey Level $51.36 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $20.00 1 King Journey Level $49.27 5A 3H King Roofers Using Irritable Bituminous $52.27 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $78.17 7F 1E King Shipbuilding & Ship Repair Boilermaker $43.31 7M 1H King Shipbuilding & Ship Repair Carpenter $41.06 7T 2B King Shipbuilding & Ship Repair Electrician $42.07 7T 4B King Shipbuilding & Ship Repair Heat & Frost Insulator $67.93 5J 4H King Shipbuilding & Ship Repair Laborer $41.99 7T 4B King Shipbuilding & Ship Repair Machinist $42.00 7T 4B King Shipbuilding & Ship Repair Operator $41.95 7T 4B King Shipbuilding & Ship Repair Painter $42.00 7T 4B King Shipbuilding & Ship Repair Pipefitter $41.96 7T 4B King Shipbuilding & Ship Repair Rigger $42.05 7T 4B King Shipbuilding & Ship Repair Sheet Metal $41.98 7T 4B King Shipbuilding & Ship Repair Shipfitter $42.05 7T 4B King Shipbuilding & Ship Repair Trucker $41.91 7T 4B King Shipbuilding & Ship Repair Warehouse $41.94 7T 4B King Shipbuilding & Ship Repair Welder/Burner $42.05 7T 4B King Sign Makers & Installers Sign Installer $22.92 1 (Electrical) King Sign Makers & Installers Sign Maker $21.36 1 (Electrical) King Sign Makers & Installers (Non- Sign Installer $27.28 1 Electrical) King Sign Makers & Installers (Non- Sign Maker $33.25 1 Electrical) King Soft Floor Layers Journey Level $47.61 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Protection) Journey Level $74.49 5C 1X King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $55.82 5A 1M King Street And Parking Lot Sweeper Journey Level $19.09 1 Workers King Surveyors Assistant Construction Site $59.49 7A 3C 8P Surveyor King Surveyors Chainman $58.93 7A 3C 8P King Surveyors Construction Site Surveyor $60.49 7A 3C 8P King Telecommunication Technicians Journey Level $22.76 1 King Telephone Line Construction - Cable Splicer $38.84 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $21.45 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $37.21 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer I $38.84 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $38.03 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $38.84 5A 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $36.09 5A 2B Outside (Light) King Telephone Line Construction - Telephone Lineperson $36.09 5A 2B Outside King Telephone Line Construction - Television Groundperson $20.33 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $27.21 5A 2B Outside King Telephone Line Construction - Television System Technician $32.55 5A 2B Outside King Telephone Line Construction - Television Technician $29.18 5A 2B Outside King Telephone Line Construction - Tree Trimmer $36.09 5A 2B Outside King Terrazzo Workers Journey Level $51.36 5A 1M King Tile Setters Journey Level $51.36 5A 1M King Tile, Marble & Terrazzo Finishers Finisher $42.19 5A 1B King Traffic Control Stripers Journey Level $44.93 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. $52.70 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. WA- $51.86 5D 3A 8L Joint Council 28) King Truck Drivers Dump Truck & Trailer $52.70 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $51.86 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $52.70 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers & Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers & Irrigation Pump Oiler $12.97 1 Installers King Well Drillers & Irrigation Pump Well Driller $18.00 1 Installers Snohomish Asbestos Abatement Workers Journey Level $46.57 5D 1H Snohomish Boilermakers Journey Level $64.54 5N 1C Snohomish Brick Mason Journey Level $55.82 5A 1M Snohomish Brick Mason Pointer-Caulker-Cleaner $55.82 5A 1M Snohomish Building Service Employees Janitor $11.00 1 Snohomish Building Service Employees Shampooer $11.00 1 Snohomish Building Service Employees Waxer $11.00 1 Snohomish Building Service Employees Window Cleaner $13.48 1 Snohomish Cabinet Makers (In Shop) Journey Level $15.08 1 Snohomish Carpenters Acoustical Worker $57.18 5D 4C Snohomish Carpenters Bridge, Dock And Wharf $57.18 5D 4C Carpenters Snohomish Carpenters Carpenter $57.18 5D 4C Snohomish Carpenters Carpenters on Stationary Tools $57.31 5D 4C Snohomish Carpenters Creosoted Material $57.28 5D 4C Snohomish Carpenters Floor Finisher $57.18 5D 4C Snohomish Carpenters Floor Layer $57.18 5D 4C Snohomish Carpenters Scaffold Erector $57.18 5D 4C Snohomish Cement Masons Journey Level $57.21 7A 1M Snohomish Divers & Tenders Bell/Vehicle or Submersible $110.54 5D 4C Operator (Not Under Pressure) Snohomish Divers & Tenders Dive Supervisor/Master $72.97 5D 4C Snohomish Divers & Tenders Diver $110.54 5D 4C 8V Snohomish Divers & Tenders Diver On Standby $67.97 5D 4C Snohomish Divers & Tenders Diver Tender $61.65 5D 4C Snohomish Divers & Tenders Manifold Operator $61.65 5D 4C Snohomish Divers & Tenders Manifold Operator Mixed Gas $66.65 5D 4C Snohomish Divers & Tenders Remote Operated Vehicle $61.65 5D 4C Operator/Technician Snohomish Divers & Tenders Remote Operated Vehicle $57.43 5A 4C Tender Snohomish Dredge Workers Assistant Engineer $56.44 5D 3F Snohomish Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F Snohomish Dredge Workers Boatmen $56.44 5D 3F Snohomish Dredge Workers Engineer Welder $57.51 5D 3F Snohomish Dredge Workers Leverman, Hydraulic $58.67 5D 3F Snohomish Dredge Workers Mates $56.44 5D 3F Snohomish Dredge Workers Oiler $56.00 5D 3F Snohomish Drywall Applicator Journey Level $56.78 5D 1H Snohomish Drywall Tapers Journey Level $57.43 5P 1E Snohomish Electrical Fixture Maintenance Journey Level $13.76 1 Workers Snohomish Electricians - Inside Cable Splicer $68.09 7H 1E Snohomish Electricians - Inside Construction Stock Person $33.86 7H 1D Snohomish Electricians - Inside Journey Level $63.61 7H 1E Snohomish Electricians - Motor Shop Craftsman $15.37 1 Snohomish Electricians - Motor Shop Journey Level $14.69 1 Snohomish Electricians - Powerline Cable Splicer $73.93 5A 4D Construction Snohomish Electricians - Powerline Certified Line Welder $67.60 5A 4D Construction Snohomish Electricians - Powerline Groundperson $45.49 5A 4D Construction Snohomish Electricians - Powerline Heavy Line Equipment Operator $67.60 5A 4D Construction Snohomish Electricians - Powerline Journey Level Lineperson $67.60 5A 4D Construction Snohomish Electricians - Powerline Line Equipment Operator $57.02 5A 4D Construction Snohomish Electricians - Powerline Pole Sprayer $67.60 5A 4D Construction Snohomish Electricians - Powerline Powderperson $50.76 5A 4D Construction Snohomish Electronic Technicians Journey Level $30.10 1 Snohomish Elevator Constructors Mechanic $88.36 7D 4A Snohomish Elevator Constructors Mechanic In Charge $95.41 7D 4A Snohomish Fabricated Precast Concrete Journey Level - In-Factory Work $13.50 1 Products Only Snohomish Fence Erectors Fence Erector $14.00 1 Snohomish Flaggers Journey Level $39.48 7A 3I Snohomish Glaziers Journey Level $60.56 7L 1Y Snohomish Heat & Frost Insulators And Journeyman $67.93 5J 4H Asbestos Workers Snohomish Heating Equipment Mechanics Journey Level $78.17 7F 1E Snohomish Hod Carriers & Mason Tenders Journey Level $48.02 7A 3I Snohomish Industrial Power Vacuum Cleaner Journey Level $11.00 1 Snohomish Inland Boatmen Boat Operator $59.86 5B 1K Snohomish Inland Boatmen Cook $56.18 5B 1K Snohomish Inland Boatmen Deckhand $56.18 5B 1K Snohomish Inland Boatmen Deckhand Engineer $57.26 5B 1K Snohomish Inland Boatmen Launch Operator $58.59 5B 1K Snohomish Inland Boatmen Mate $58.59 5B 1K Snohomish Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $11.00 1 Sewer & Water Systems By Operator Remote Control Snohomish Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer & Water Systems By Remote Control Snohomish Inspection/Cleaning/Sealing Of Head Operator $12.78 1 Sewer & Water Systems By Remote Control Snohomish Inspection/Cleaning/Sealing Of Technician $11.00 1 Sewer & Water Systems By Remote Control Snohomish Inspection/Cleaning/Sealing Of Tv Truck Operator $11.00 1 Sewer & Water Systems By Remote Control Snohomish Insulation Applicators Journey Level $57.18 5D 4C Snohomish Ironworkers Journeyman $66.68 7N 1O Snohomish Laborers Air, Gas Or Electric Vibrating $46.57 7A 3I Screed Snohomish Laborers Airtrac Drill Operator $48.02 7A 3I Snohomish Laborers Ballast Regular Machine $46.57 7A 3I Snohomish Laborers Batch Weighman $39.48 7A 3I Snohomish Laborers Brick Pavers $46.57 7A 3I Snohomish Laborers Brush Cutter $46.57 7A 3I Snohomish Laborers Brush Hog Feeder $46.57 7A 3I Snohomish Laborers Burner $46.57 7A 3I Snohomish Laborers Caisson Worker $48.02 7A 3I Snohomish Laborers Carpenter Tender $46.57 7A 3I Snohomish Laborers Caulker $46.57 7A 3I Snohomish Laborers Cement Dumper-paving $47.44 7A 3I Snohomish Laborers Cement Finisher Tender $46.57 7A 3I Snohomish Laborers Change House Or Dry Shack $46.57 7A 3I Snohomish Laborers Chipping Gun (under 30 Lbs.) $46.57 7A 3I Snohomish Laborers Chipping Gun(30 Lbs. And Over) $47.44 7A 3I Snohomish Laborers Choker Setter $46.57 7A 3I Snohomish Laborers Chuck Tender $46.57 7A 3I Snohomish Laborers Clary Power Spreader $47.44 7A 3I Snohomish Laborers Clean-up Laborer $46.57 7A 3I Snohomish Laborers Concrete Dumper/chute $47.44 7A 3I Operator Snohomish Laborers Concrete Form Stripper $46.57 7A 3I Snohomish Laborers Concrete Placement Crew $47.44 7A 3I Snohomish Laborers Concrete Saw Operator/core $47.44 7A 3I Driller Snohomish Laborers Crusher Feeder $39.48 7A 3I Snohomish Laborers Curing Laborer $46.57 7A 3I Snohomish Laborers Demolition: Wrecking & Moving $46.57 7A 3I (incl. Charred Material) Snohomish Laborers Ditch Digger $46.57 7A 3I Snohomish Laborers Diver $48.02 7A 3I Snohomish Laborers Drill Operator $47.44 7A 3I (hydraulic,diamond) Snohomish Laborers Dry Stack Walls $46.57 7A 3I Snohomish Laborers Dump Person $46.57 7A 3I Snohomish Laborers Epoxy Technician $46.57 7A 3I Snohomish Laborers Erosion Control Worker $46.57 7A 3I Snohomish Laborers Faller & Bucker Chain Saw $47.44 7A 3I Snohomish Laborers Fine Graders $46.57 7A 3I Snohomish Laborers Firewatch $39.48 7A 3I Snohomish Laborers Form Setter $46.57 7A 3I Snohomish Laborers Gabian Basket Builders $46.57 7A 3I Snohomish Laborers General Laborer $46.57 7A 3I Snohomish Laborers Grade Checker & Transit Person $48.02 7A 3I Snohomish Laborers Grinders $46.57 7A 3I Snohomish Laborers Grout Machine Tender $46.57 7A 3I Snohomish Laborers Groutmen (pressure)including $47.44 7A 3I Post Tension Beams Snohomish Laborers Guardrail Erector $46.57 7A 3I Snohomish Laborers Hazardous Waste Worker (level $48.02 7A 3I A) Snohomish Laborers Hazardous Waste Worker (level $47.44 7A 3I B) Snohomish Laborers Hazardous Waste Worker (level $46.57 7A 3I C) Snohomish Laborers High Scaler $48.02 7A 3I Snohomish Laborers Jackhammer $47.44 7A 3I Snohomish Laborers Laserbeam Operator $47.44 7A 3I Snohomish Laborers Maintenance Person $46.57 7A 3I Snohomish Laborers Manhole Builder-mudman $47.44 7A 3I Snohomish Laborers Material Yard Person $46.57 7A 3I Snohomish Laborers Motorman-dinky Locomotive $47.44 7A 3I Snohomish Laborers Nozzleman (concrete Pump, $47.44 7A 3I Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla Snohomish Laborers Pavement Breaker $47.44 7A 3I Snohomish Laborers Pilot Car $39.48 7A 3I Snohomish Laborers Pipe Layer Lead $48.02 7A 3I Snohomish Laborers Pipe Layer/tailor $47.44 7A 3I Snohomish Laborers Pipe Pot Tender $47.44 7A 3I Snohomish Laborers Pipe Reliner $47.44 7A 3I Snohomish Laborers Pipe Wrapper $47.44 7A 3I Snohomish Laborers Pot Tender $46.57 7A 3I Snohomish Laborers Powderman $48.02 7A 3I Snohomish Laborers Powderman's Helper $46.57 7A 3I Snohomish Laborers Power Jacks $47.44 7A 3I Snohomish Laborers Railroad Spike Puller - Power $47.44 7A 3I Snohomish Laborers Raker - Asphalt $48.02 7A 3I Snohomish Laborers Re-timberman $48.02 7A 3I Snohomish Laborers Remote Equipment Operator $47.44 7A 3I Snohomish Laborers Rigger/signal Person $47.44 7A 3I Snohomish Laborers Rip Rap Person $46.57 7A 3I Snohomish Laborers Rivet Buster $47.44 7A 3I Snohomish Laborers Rodder $47.44 7A 3I Snohomish Laborers Scaffold Erector $46.57 7A 3I Snohomish Laborers Scale Person $46.57 7A 3I Snohomish Laborers Sloper (over 20") $47.44 7A 3I Snohomish Laborers Sloper Sprayer $46.57 7A 3I Snohomish Laborers Spreader (concrete) $47.44 7A 3I Snohomish Laborers Stake Hopper $46.57 7A 3I Snohomish Laborers Stock Piler $46.57 7A 3I Snohomish Laborers Tamper & Similar Electric, Air & $47.44 7A 3I Gas Operated Tools Snohomish Laborers Tamper (multiple & Self- $47.44 7A 3I propelled) Snohomish Laborers Timber Person - Sewer (lagger, $47.44 7A 3I Shorer & Cribber) Snohomish Laborers Toolroom Person (at Jobsite) $46.57 7A 3I Snohomish Laborers Topper $46.57 7A 3I Snohomish Laborers Track Laborer $46.57 7A 3I Snohomish Laborers Track Liner (power) $47.44 7A 3I Snohomish Laborers Traffic Control Laborer $42.22 7A 3I 8R Snohomish Laborers Traffic Control Supervisor $42.22 7A 3I 8R Snohomish Laborers Truck Spotter $46.57 7A 3I Snohomish Laborers Tugger Operator $47.44 7A 3I Snohomish Laborers Tunnel Work-Compressed Air $92.60 7A 3I 8Q Worker 0-30 psi Snohomish Laborers Tunnel Work-Compressed Air $97.63 7A 3I 8Q Worker 30.01-44.00 psi Snohomish Laborers Tunnel Work-Compressed Air $101.31 7A 3I 8Q Worker 44.01-54.00 psi Snohomish Laborers Tunnel Work-Compressed Air $107.01 7A 3I 8Q Worker 54.01-60.00 psi Snohomish Laborers Tunnel Work-Compressed Air $109.13 7A 3I 8Q Worker 60.01-64.00 psi Snohomish Laborers Tunnel Work-Compressed Air $114.23 7A 3I 8Q Worker 64.01-68.00 psi Snohomish Laborers Tunnel Work-Compressed Air $116.13 7A 3I 8Q Worker 68.01-70.00 psi Snohomish Laborers Tunnel Work-Compressed Air $118.13 7A 3I 8Q Worker 70.01-72.00 psi Snohomish Laborers Tunnel Work-Compressed Air $120.13 7A 3I 8Q Worker 72.01-74.00 psi Snohomish Laborers Tunnel Work-Guage and Lock $48.12 7A 3I 8Q Tender Snohomish Laborers Tunnel Work-Miner $48.12 7A 3I 8Q Snohomish Laborers Vibrator $47.44 7A 3I Snohomish Laborers Vinyl Seamer $46.57 7A 3I Snohomish Laborers Watchman $35.88 7A 3I Snohomish Laborers Welder $47.44 7A 3I Snohomish Laborers Well Point Laborer $47.44 7A 3I Snohomish Laborers Window Washer/cleaner $35.88 7A 3I Snohomish Laborers - Underground Sewer & General Laborer & Topman $46.57 7A 3I Water Snohomish Laborers - Underground Sewer & Pipe Layer $47.44 7A 3I Water Snohomish Landscape Construction Irrigation Or Lawn Sprinkler $17.31 1 Installers Snohomish Landscape Construction Landscape Equipment Operators $20.06 1 Or Truck Drivers Snohomish Landscape Construction Landscaping Or Planting Laborers $14.13 1 Snohomish Lathers Journey Level $56.78 5D 1H Snohomish Marble Setters Journey Level $55.82 5A 1M Snohomish Metal Fabrication (In Shop) Fitter $15.38 1 Snohomish Metal Fabrication (In Shop) Laborer $11.00 1 Snohomish Metal Fabrication (In Shop) Machine Operator $11.00 1 Snohomish Metal Fabrication (In Shop) Painter $11.00 1 Snohomish Metal Fabrication (In Shop) Welder $15.38 1 Snohomish Millwright Journey Level $58.68 5D 4C Snohomish Modular Buildings Journey Level $11.00 1 Snohomish Painters Journey Level $41.60 6Z 2B Snohomish Pile Driver Crew Tender $52.37 5D 4C Snohomish Pile Driver Hyperbaric Worker - Compressed $71.35 5D 4C Air Worker 0-30.00 PSI Snohomish Pile Driver Hyperbaric Worker - Compressed $76.35 5D 4C Air Worker 30.01 - 44.00 PSI Snohomish Pile Driver Hyperbaric Worker - Compressed $80.35 5D 4C Air Worker 44.01 - 54.00 PSI Snohomish Pile Driver Hyperbaric Worker - Compressed $85.35 5D 4C Air Worker 54.01 - 60.00 PSI Snohomish Pile Driver Hyperbaric Worker - Compressed $87.85 5D 4C Air Worker 60.01 - 64.00 PSI Snohomish Pile Driver Hyperbaric Worker - Compressed $92.85 5D 4C Air Worker 64.01 - 68.00 PSI Snohomish Pile Driver Hyperbaric Worker - Compressed $94.85 5D 4C Air Worker 68.01 - 70.00 PSI Snohomish Pile Driver Hyperbaric Worker - Compressed $96.85 5D 4C Air Worker 70.01 - 72.00 PSI Snohomish Pile Driver Hyperbaric Worker - Compressed $98.85 5D 4C Air Worker 72.01 - 74.00 PSI Snohomish Pile Driver Journey Level $57.43 5D 4C Snohomish Plasterers Journey Level $54.89 7Q 1R Snohomish Playground & Park Equipment Journey Level $11.94 1 Installers Snohomish Plumbers & Pipefitters Journey Level $67.47 5A 1G Snohomish Power Equipment Operators Asphalt Plant Operators $60.49 7A 3C 8P Snohomish Power Equipment Operators Assistant Engineer $56.90 7A 3C 8P Snohomish Power Equipment Operators Barrier Machine (zipper) $59.96 7A 3C 8P Snohomish Power Equipment Operators Batch Plant Operator, Concrete $59.96 7A 3C 8P Snohomish Power Equipment Operators Bobcat $56.90 7A 3C 8P Snohomish Power Equipment Operators Brokk - Remote Demolition $56.90 7A 3C 8P Equipment Snohomish Power Equipment Operators Brooms $56.90 7A 3C 8P Snohomish Power Equipment Operators Bump Cutter $59.96 7A 3C 8P Snohomish Power Equipment Operators Cableways $60.49 7A 3C 8P Snohomish Power Equipment Operators Chipper $59.96 7A 3C 8P Snohomish Power Equipment Operators Compressor $56.90 7A 3C 8P Snohomish Power Equipment Operators Concrete Pump: Truck Mount $60.49 7A 3C 8P With Boom Attachment Over 42 M Snohomish Power Equipment Operators Concrete Finish Machine -laser $56.90 7A 3C 8P Screed Snohomish Power Equipment Operators Concrete Pump - Mounted Or $59.49 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. Snohomish Power Equipment Operators Concrete Pump: Truck Mount $59.96 7A 3C 8P With Boom Attachment Up To 42m Snohomish Power Equipment Operators Conveyors $59.49 7A 3C 8P Snohomish Power Equipment Operators Cranes Friction: 200 tons and $62.33 7A 3C 8P over Snohomish Power Equipment Operators Cranes: 20 Tons Through 44 Tons $59.96 7A 3C 8P With Attachments Snohomish Power Equipment Operators Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) Snohomish Power Equipment Operators Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P 250’ of boom including jib with attachments Snohomish Power Equipment Operators Cranes: 300 tons and over or $62.33 7A 3C 8P 300’ of boom including jib with attachments Snohomish Power Equipment Operators Cranes: 45 Tons Through 99 $60.49 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) Snohomish Power Equipment Operators Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Under Snohomish Power Equipment Operators Cranes: Friction cranes through $61.72 7A 3C 8P 199 tons Snohomish Power Equipment Operators Cranes: Through 19 Tons With $59.49 7A 3C 8P Attachments A-frame Over 10 Tons Snohomish Power Equipment Operators Crusher $59.96 7A 3C 8P Snohomish Power Equipment Operators Deck Engineer/deck Winches $59.96 7A 3C 8P (power) Snohomish Power Equipment Operators Derricks, On Building Work $60.49 7A 3C 8P Snohomish Power Equipment Operators Dozers D-9 & Under $59.49 7A 3C 8P Snohomish Power Equipment Operators Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Or Crane Mount Snohomish Power Equipment Operators Drilling Machine $61.10 7A 3C 8P Snohomish Power Equipment Operators Elevator And Man-lift: $56.90 7A 3C 8P Permanent And Shaft Type Snohomish Power Equipment Operators Finishing Machine, Bidwell And $59.96 7A 3C 8P Gamaco & Similar Equipment Snohomish Power Equipment Operators Forklift: 3000 Lbs And Over With $59.49 7A 3C 8P Attachments Snohomish Power Equipment Operators Forklifts: Under 3000 Lbs. With $56.90 7A 3C 8P Attachments Snohomish Power Equipment Operators Grade Engineer: Using Blue $59.96 7A 3C 8P Prints, Cut Sheets, Etc Snohomish Power Equipment Operators Gradechecker/stakeman $56.90 7A 3C 8P Snohomish Power Equipment Operators Guardrail Punch $59.96 7A 3C 8P Snohomish Power Equipment Operators Hard Tail End Dump Articulating $60.49 7A 3C 8P Off- Road Equipment 45 Yards. & Over Snohomish Power Equipment Operators Hard Tail End Dump Articulating $59.96 7A 3C 8P Off-road Equipment Under 45 Yards Snohomish Power Equipment Operators Horizontal/directional Drill $59.49 7A 3C 8P Locator Snohomish Power Equipment Operators Horizontal/directional Drill $59.96 7A 3C 8P Operator Snohomish Power Equipment Operators Hydralifts/boom Trucks Over 10 $59.49 7A 3C 8P Tons Snohomish Power Equipment Operators Hydralifts/boom Trucks, 10 Tons $56.90 7A 3C 8P And Under Snohomish Power Equipment Operators Loader, Overhead 8 Yards. & $61.10 7A 3C 8P Over Snohomish Power Equipment Operators Loader, Overhead, 6 Yards. But $60.49 7A 3C 8P Not Including 8 Yards Snohomish Power Equipment Operators Loaders, Overhead Under 6 $59.96 7A 3C 8P Yards Snohomish Power Equipment Operators Loaders, Plant Feed $59.96 7A 3C 8P Snohomish Power Equipment Operators Loaders: Elevating Type Belt $59.49 7A 3C 8P Snohomish Power Equipment Operators Locomotives, All $59.96 7A 3C 8P Snohomish Power Equipment Operators Material Transfer Device $59.96 7A 3C 8P Snohomish Power Equipment Operators Mechanics, All (leadmen - $0.50 $61.10 7A 3C 8P Per Hour Over Mechanic) Snohomish Power Equipment Operators Motor Patrol Graders $60.49 7A 3C 8P Snohomish Power Equipment Operators Mucking Machine, Mole, Tunnel $60.49 7A 3C 8P Drill, Boring, Road Header And/or Shield Snohomish Power Equipment Operators Oil Distributors, Blower $56.90 7A 3C 8P Distribution & Mulch Seeding Operator Snohomish Power Equipment Operators Outside Hoists (elevators And $59.49 7A 3C 8P Manlifts), Air Tuggers,strato Snohomish Power Equipment Operators Overhead, Bridge Type Crane: 20 $59.96 7A 3C 8P Tons Through 44 Tons Snohomish Power Equipment Operators Overhead, Bridge Type: 100 Tons $61.10 7A 3C 8P And Over Snohomish Power Equipment Operators Overhead, Bridge Type: 45 Tons $60.49 7A 3C 8P Through 99 Tons Snohomish Power Equipment Operators Pavement Breaker $56.90 7A 3C 8P Snohomish Power Equipment Operators Pile Driver (other Than Crane $59.96 7A 3C 8P Mount) Snohomish Power Equipment Operators Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Snohomish Power Equipment Operators Posthole Digger, Mechanical $56.90 7A 3C 8P Snohomish Power Equipment Operators Power Plant $56.90 7A 3C 8P Snohomish Power Equipment Operators Pumps - Water $56.90 7A 3C 8P Snohomish Power Equipment Operators Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P Snohomish Power Equipment Operators Quick Tower - No Cab, Under $56.90 7A 3C 8P 100 Feet In Height Based To Boom Snohomish Power Equipment Operators Remote Control Operator On $60.49 7A 3C 8P Rubber Tired Earth Moving Equipment Snohomish Power Equipment Operators Rigger And Bellman $56.90 7A 3C 8P Snohomish Power Equipment Operators Rigger/Signal Person, Bellman $59.49 7A 3C 8P (Certified) Snohomish Power Equipment Operators Rollagon $60.49 7A 3C 8P Snohomish Power Equipment Operators Roller, Other Than Plant Mix $56.90 7A 3C 8P Snohomish Power Equipment Operators Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Materials Snohomish Power Equipment Operators Roto-mill, Roto-grinder $59.96 7A 3C 8P Snohomish Power Equipment Operators Saws - Concrete $59.49 7A 3C 8P Snohomish Power Equipment Operators Scraper, Self Propelled Under 45 $59.96 7A 3C 8P Yards Snohomish Power Equipment Operators Scrapers - Concrete & Carry All $59.49 7A 3C 8P Snohomish Power Equipment Operators Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Yards And Over Snohomish Power Equipment Operators Service Engineers - Equipment $59.49 7A 3C 8P Snohomish Power Equipment Operators Shotcrete/gunite Equipment $56.90 7A 3C 8P Snohomish Power Equipment Operators Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Tractors Under 15 Metric Tons. Snohomish Power Equipment Operators Shovel, Excavator, Backhoe: $60.49 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons Snohomish Power Equipment Operators Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Tractors: 15 To 30 Metric Tons Snohomish Power Equipment Operators Shovel, Excavator, Backhoes: $61.10 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons Snohomish Power Equipment Operators Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Over 90 Metric Tons Snohomish Power Equipment Operators Slipform Pavers $60.49 7A 3C 8P Snohomish Power Equipment Operators Spreader, Topsider & Screedman $60.49 7A 3C 8P Snohomish Power Equipment Operators Subgrader Trimmer $59.96 7A 3C 8P Snohomish Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C 8P Snohomish Power Equipment Operators Tower Crane Up To 175' In $61.10 7A 3C 8P Height Base To Boom Snohomish Power Equipment Operators Tower Crane: over 175’ through $61.72 7A 3C 8P 250’ in height, base to boom Snohomish Power Equipment Operators Tower Cranes: over 250’ in $62.33 7A 3C 8P height from base to boom Snohomish Power Equipment Operators Transporters, All Track Or Truck $60.49 7A 3C 8P Type Snohomish Power Equipment Operators Trenching Machines $59.49 7A 3C 8P Snohomish Power Equipment Operators Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P Tons And Over Snohomish Power Equipment Operators Truck Crane Oiler/driver Under $59.49 7A 3C 8P 100 Tons Snohomish Power Equipment Operators Truck Mount Portable Conveyor $59.96 7A 3C 8P Snohomish Power Equipment Operators Welder $60.49 7A 3C 8P Snohomish Power Equipment Operators Wheel Tractors, Farmall Type $56.90 7A 3C 8P Snohomish Power Equipment Operators Yo Yo Pay Dozer $59.96 7A 3C 8P Snohomish Power Equipment Operators- Asphalt Plant Operators $60.49 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Assistant Engineer $56.90 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Barrier Machine (zipper) $59.96 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Batch Plant Operator, Concrete $59.96 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Bobcat $56.90 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Brokk - Remote Demolition $56.90 7A 3C 8P Underground Sewer & Water Equipment Snohomish Power Equipment Operators- Brooms $56.90 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Bump Cutter $59.96 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Cableways $60.49 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Chipper $59.96 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Compressor $56.90 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Concrete Pump: Truck Mount $60.49 7A 3C 8P Underground Sewer & Water With Boom Attachment Over 42 M Snohomish Power Equipment Operators- Concrete Finish Machine -laser $56.90 7A 3C 8P Underground Sewer & Water Screed Snohomish Power Equipment Operators- Concrete Pump - Mounted Or $59.49 7A 3C 8P Underground Sewer & Water Trailer High Pressure Line Pump, Pump High Pressure. Snohomish Power Equipment Operators- Concrete Pump: Truck Mount $59.96 7A 3C 8P Underground Sewer & Water With Boom Attachment Up To 42m Snohomish Power Equipment Operators- Conveyors $59.49 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Cranes Friction: 200 tons and $62.33 7A 3C 8P Underground Sewer & Water over Snohomish Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $59.96 7A 3C 8P Underground Sewer & Water With Attachments Snohomish Power Equipment Operators- Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Underground Sewer & Water Tons, Or 150' Of Boom (Including Jib With Attachments) Snohomish Power Equipment Operators- Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P Underground Sewer & Water 250’ of boom including jib with attachments Snohomish Power Equipment Operators- Cranes: 300 tons and over or $62.33 7A 3C 8P Underground Sewer & Water 300’ of boom including jib with attachments Snohomish Power Equipment Operators- Cranes: 45 Tons Through 99 $60.49 7A 3C 8P Underground Sewer & Water Tons, Under 150' Of Boom (including Jib With Attachments) Snohomish Power Equipment Operators- Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Underground Sewer & Water Under Snohomish Power Equipment Operators- Cranes: Friction cranes through $61.72 7A 3C 8P Underground Sewer & Water 199 tons Snohomish Power Equipment Operators- Cranes: Through 19 Tons With $59.49 7A 3C 8P Underground Sewer & Water Attachments A-frame Over 10 Tons Snohomish Power Equipment Operators- Crusher $59.96 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Deck Engineer/deck Winches $59.96 7A 3C 8P Underground Sewer & Water (power) Snohomish Power Equipment Operators- Derricks, On Building Work $60.49 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Dozers D-9 & Under $59.49 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Underground Sewer & Water Or Crane Mount Snohomish Power Equipment Operators- Drilling Machine $61.10 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Elevator And Man-lift: $56.90 7A 3C 8P Underground Sewer & Water Permanent And Shaft Type Snohomish Power Equipment Operators- Finishing Machine, Bidwell And $59.96 7A 3C 8P Underground Sewer & Water Gamaco & Similar Equipment Snohomish Power Equipment Operators- Forklift: 3000 Lbs And Over With $59.49 7A 3C 8P Underground Sewer & Water Attachments Snohomish Power Equipment Operators- Forklifts: Under 3000 Lbs. With $56.90 7A 3C 8P Underground Sewer & Water Attachments Snohomish Power Equipment Operators- Grade Engineer: Using Blue $59.96 7A 3C 8P Underground Sewer & Water Prints, Cut Sheets, Etc Snohomish Power Equipment Operators- Gradechecker/stakeman $56.90 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Guardrail Punch $59.96 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Hard Tail End Dump Articulating $60.49 7A 3C 8P Underground Sewer & Water Off- Road Equipment 45 Yards. & Over Snohomish Power Equipment Operators- Hard Tail End Dump Articulating $59.96 7A 3C 8P Underground Sewer & Water Off-road Equipment Under 45 Yards Snohomish Power Equipment Operators- Horizontal/directional Drill $59.49 7A 3C 8P Underground Sewer & Water Locator Snohomish Power Equipment Operators- Horizontal/directional Drill $59.96 7A 3C 8P Underground Sewer & Water Operator Snohomish Power Equipment Operators- Hydralifts/boom Trucks Over 10 $59.49 7A 3C 8P Underground Sewer & Water Tons Snohomish Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons $56.90 7A 3C 8P Underground Sewer & Water And Under Snohomish Power Equipment Operators- Loader, Overhead 8 Yards. & $61.10 7A 3C 8P Underground Sewer & Water Over Snohomish Power Equipment Operators- Loader, Overhead, 6 Yards. But $60.49 7A 3C 8P Underground Sewer & Water Not Including 8 Yards Snohomish Power Equipment Operators- Loaders, Overhead Under 6 $59.96 7A 3C 8P Underground Sewer & Water Yards Snohomish Power Equipment Operators- Loaders, Plant Feed $59.96 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Loaders: Elevating Type Belt $59.49 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Locomotives, All $59.96 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Material Transfer Device $59.96 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Mechanics, All (leadmen - $0.50 $61.10 7A 3C 8P Underground Sewer & Water Per Hour Over Mechanic) Snohomish Power Equipment Operators- Motor Patrol Graders $60.49 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Mucking Machine, Mole, Tunnel $60.49 7A 3C 8P Underground Sewer & Water Drill, Boring, Road Header And/or Shield Snohomish Power Equipment Operators- Oil Distributors, Blower $56.90 7A 3C 8P Underground Sewer & Water Distribution & Mulch Seeding Operator Snohomish Power Equipment Operators- Outside Hoists (elevators And $59.49 7A 3C 8P Underground Sewer & Water Manlifts), Air Tuggers,strato Snohomish Power Equipment Operators- Overhead, Bridge Type Crane: 20 $59.96 7A 3C 8P Underground Sewer & Water Tons Through 44 Tons Snohomish Power Equipment Operators- Overhead, Bridge Type: 100 Tons $61.10 7A 3C 8P Underground Sewer & Water And Over Snohomish Power Equipment Operators- Overhead, Bridge Type: 45 Tons $60.49 7A 3C 8P Underground Sewer & Water Through 99 Tons Snohomish Power Equipment Operators- Pavement Breaker $56.90 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Pile Driver (other Than Crane $59.96 7A 3C 8P Underground Sewer & Water Mount) Snohomish Power Equipment Operators- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Posthole Digger, Mechanical $56.90 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Power Plant $56.90 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Pumps - Water $56.90 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Quick Tower - No Cab, Under $56.90 7A 3C 8P Underground Sewer & Water 100 Feet In Height Based To Boom Snohomish Power Equipment Operators- Remote Control Operator On $60.49 7A 3C 8P Underground Sewer & Water Rubber Tired Earth Moving Equipment Snohomish Power Equipment Operators- Rigger And Bellman $56.90 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Rigger/Signal Person, Bellman $59.49 7A 3C 8P Underground Sewer & Water (Certified) Snohomish Power Equipment Operators- Rollagon $60.49 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Roller, Other Than Plant Mix $56.90 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Underground Sewer & Water Materials Snohomish Power Equipment Operators- Roto-mill, Roto-grinder $59.96 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Saws - Concrete $59.49 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Scraper, Self Propelled Under 45 $59.96 7A 3C 8P Underground Sewer & Water Yards Snohomish Power Equipment Operators- Scrapers - Concrete & Carry All $59.49 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Underground Sewer & Water Yards And Over Snohomish Power Equipment Operators- Service Engineers - Equipment $59.49 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Shotcrete/gunite Equipment $56.90 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Underground Sewer & Water Tractors Under 15 Metric Tons. Snohomish Power Equipment Operators- Shovel, Excavator, Backhoe: $60.49 7A 3C 8P Underground Sewer & Water Over 30 Metric Tons To 50 Metric Tons Snohomish Power Equipment Operators- Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Underground Sewer & Water Tractors: 15 To 30 Metric Tons Snohomish Power Equipment Operators- Shovel, Excavator, Backhoes: $61.10 7A 3C 8P Underground Sewer & Water Over 50 Metric Tons To 90 Metric Tons Snohomish Power Equipment Operators- Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Underground Sewer & Water Over 90 Metric Tons Snohomish Power Equipment Operators- Slipform Pavers $60.49 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Spreader, Topsider & Screedman $60.49 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Subgrader Trimmer $59.96 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Tower Bucket Elevators $59.49 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Tower Crane Up To 175' In $61.10 7A 3C 8P Underground Sewer & Water Height Base To Boom Snohomish Power Equipment Operators- Tower Crane: over 175’ through $61.72 7A 3C 8P Underground Sewer & Water 250’ in height, base to boom Snohomish Power Equipment Operators- Tower Cranes: over 250’ in $62.33 7A 3C 8P Underground Sewer & Water height from base to boom Snohomish Power Equipment Operators- Transporters, All Track Or Truck $60.49 7A 3C 8P Underground Sewer & Water Type Snohomish Power Equipment Operators- Trenching Machines $59.49 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P Underground Sewer & Water Tons And Over Snohomish Power Equipment Operators- Truck Crane Oiler/driver Under $59.49 7A 3C 8P Underground Sewer & Water 100 Tons Snohomish Power Equipment Operators- Truck Mount Portable Conveyor $59.96 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Welder $60.49 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Wheel Tractors, Farmall Type $56.90 7A 3C 8P Underground Sewer & Water Snohomish Power Equipment Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P Underground Sewer & Water Snohomish Power Line Clearance Tree Journey Level In Charge $48.54 5A 4A Trimmers Snohomish Power Line Clearance Tree Spray Person $46.03 5A 4A Trimmers Snohomish Power Line Clearance Tree Tree Equipment Operator $48.54 5A 4A Trimmers Snohomish Power Line Clearance Tree Tree Trimmer $43.32 5A 4A Trimmers Snohomish Power Line Clearance Tree Tree Trimmer Groundperson $32.68 5A 4A Trimmers Snohomish Refrigeration & Air Conditioning Mechanic $67.47 5A 1G Mechanics Snohomish Residential Brick Mason Journey Level $20.00 1 Snohomish Residential Carpenters Journey Level $42.86 5D 4C Snohomish Residential Cement Masons Journey Level $14.00 1 Snohomish Residential Drywall Applicators Journey Level $42.86 5D 4C Snohomish Residential Drywall Tapers Journey Level $57.43 5P 1E Snohomish Residential Electricians Journey Level $32.24 7F 1D Snohomish Residential Glaziers Journey Level $40.25 7L 1H Snohomish Residential Insulation Applicators Journey Level $25.68 1 Snohomish Residential Laborers Journey Level $20.73 1 Snohomish Residential Marble Setters Journey Level $30.74 1 Snohomish Residential Painters Journey Level $17.46 1 Snohomish Residential Plumbers & Journey Level $28.99 1 Pipefitters Snohomish Residential Refrigeration & Air Journey Level $39.88 5A 1G Conditioning Mechanics Snohomish Residential Sheet Metal Workers Journey Level (Field or Shop) $44.56 7F 1R Snohomish Residential Soft Floor Layers Journey Level $47.61 5A 3D Snohomish Residential Sprinkler Fitters (Fire Journey Level $44.98 5C 2R Protection) Snohomish Residential Stone Masons Journey Level $30.74 1 Snohomish Residential Terrazzo Workers Journey Level $11.00 1 Snohomish Residential Terrazzo/Tile Journey Level $21.60 1 Finishers Snohomish Residential Tile Setters Journey Level $20.32 1 Snohomish Roofers Journey Level $49.27 5A 3H Snohomish Roofers Using Irritable Bituminous $52.27 5A 3H Materials Snohomish Sheet Metal Workers Journey Level (Field or Shop) $78.17 7F 1E Snohomish Shipbuilding & Ship Repair Boilermaker $43.31 7M 1H Snohomish Shipbuilding & Ship Repair Carpenter $41.56 7R 2B Snohomish Shipbuilding & Ship Repair Electrician $42.34 5T 3E Snohomish Shipbuilding & Ship Repair Heat & Frost Insulator $67.93 5J 4H Snohomish Shipbuilding & Ship Repair Laborer $42.34 5T 3E Snohomish Shipbuilding & Ship Repair Machinist $42.34 5T 3E Snohomish Shipbuilding & Ship Repair Painter $41.60 6Z 2B Snohomish Shipbuilding & Ship Repair Shipfitter $42.34 5T 3E Snohomish Shipbuilding & Ship Repair Welder/Burner $42.34 5T 3E Snohomish Sign Makers & Installers Sign Installer $26.56 1 (Electrical) Snohomish Sign Makers & Installers Sign Maker $20.50 1 (Electrical) Snohomish Sign Makers & Installers (Non- Sign Installer $22.56 1 Electrical) Snohomish Sign Makers & Installers (Non- Sign Maker $20.50 1 Electrical) Snohomish Soft Floor Layers Journey Level $47.61 5A 3D Snohomish Solar Controls For Windows Journey Level $11.00 1 Snohomish Sprinkler Fitters (Fire Protection) Journey Level $74.49 5C 1X Snohomish Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) Snohomish Stone Masons Journey Level $55.82 5A 1M Snohomish Street And Parking Lot Sweeper Journey Level $15.00 1 Workers Snohomish Surveyors Assistant Construction Site $59.49 7A 3C 8P Surveyor Snohomish Surveyors Chainman $58.93 7A 3C 8P Snohomish Surveyors Construction Site Surveyor $60.49 7A 3C 8P Snohomish Telecommunication Technicians Journey Level $22.38 1 Snohomish Telephone Line Construction - Cable Splicer $38.84 5A 2B Outside Snohomish Telephone Line Construction - Hole Digger/Ground Person $21.45 5A 2B Outside Snohomish Telephone Line Construction - Installer (Repairer) $37.21 5A 2B Outside Snohomish Telephone Line Construction - Special Aparatus Installer I $38.84 5A 2B Outside Snohomish Telephone Line Construction - Special Apparatus Installer II $38.03 5A 2B Outside Snohomish Telephone Line Construction - Telephone Equipment Operator $38.84 5A 2B Outside (Heavy) Snohomish Telephone Line Construction - Telephone Equipment Operator $36.09 5A 2B Outside (Light) Snohomish Telephone Line Construction - Telephone Lineperson $36.09 5A 2B Outside Snohomish Telephone Line Construction - Television Groundperson $20.33 5A 2B Outside Snohomish Telephone Line Construction - Television Lineperson/Installer $27.21 5A 2B Outside Snohomish Telephone Line Construction - Television System Technician $32.55 5A 2B Outside Snohomish Telephone Line Construction - Television Technician $29.18 5A 2B Outside Snohomish Telephone Line Construction - Tree Trimmer $36.09 5A 2B Outside Snohomish Terrazzo Workers Journey Level $51.36 5A 1M Snohomish Tile Setters Journey Level $51.36 5A 1M Snohomish Tile, Marble & Terrazzo Finishers Finisher $42.19 5A 1B Snohomish Traffic Control Stripers Journey Level $44.93 7A 1K Snohomish Truck Drivers Asphalt Mix Over 16 Yards (W. $52.70 5D 3A 8L WA-Joint Council 28) Snohomish Truck Drivers Asphalt Mix To 16 Yards (W. WA- $51.86 5D 3A 8L Joint Council 28) Snohomish Truck Drivers Dump Truck $37.94 1 Snohomish Truck Drivers Dump Truck And Trailer $38.52 1 Snohomish Truck Drivers Other Trucks $38.52 1 Snohomish Truck Drivers Transit Mixer $34.63 1 Snohomish Well Drillers & Irrigation Pump Irrigation Pump Installer $17.05 1 Installers Snohomish Well Drillers & Irrigation Pump Oiler $13.93 1 Installers Snohomish Well Drillers & Irrigation Pump Well Driller $19.01 1 Installers 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 03/02/2017 Edition, Published February 1st, 2017

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

1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans X

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. X 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. X

4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X

5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X

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. X

7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in X diameter. May also be treated, #5.

Supplemental to Wage Rates 2 03/02/2017 Edition, Published February 1st, 2017

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. X 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 X 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. X

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 X 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 X 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.. X

14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans.

15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X

16. Precast Catch Basin - Catch Basin type 1, 1L, 1P, and 2 With adjustment sections. See Std. Plans. X

Supplemental to Wage Rates 3 03/02/2017 Edition, Published February 1st, 2017

ITEM DESCRIPTION YES NO

17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X

18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X

19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X

20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X

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 X requirements. Shop drawings are to be provided for approval prior to casting

22. Vault Risers - For use with Valve Vaults and Utilities

X X Vaults.

23. Valve Vault - For use with underground utilities. See Contract Plans for details. X 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 X 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. X 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 X to be used

Supplemental to Wage Rates 4 03/02/2017 Edition, Published February 1st, 2017

ITEM DESCRIPTION YES NO

27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. X 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 X 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 X 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 X 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 X 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 X for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A

33. Monument Case and Cover See Std. Plan. X

Supplemental to Wage Rates 5 03/02/2017 Edition, Published February 1st, 2017

ITEM DESCRIPTION YES NO

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 X 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. X

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 X 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 X fabrication 38. Light Standard-Prestressed - Spun, prestressed, hollow concrete poles. X

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 X 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. X Plans. See Special Provisions for pre-approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X See Std. Plans.

Supplemental to Wage Rates 6 03/02/2017 Edition, Published February 1st, 2017

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. X X NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Std Custom Signing Message Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom Standard End Sec Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X

Supplemental to Wage Rates 7 03/02/2017 Edition, Published February 1st, 2017

ITEM DESCRIPTION YES NO

53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X

Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place.

It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform.

See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site.

Supplemental to Wage Rates 8 03/02/2017 Edition, Published February 1st, 2017

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.

 Building Service Employees  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 9 03/02/2017 Edition, Published February 1st, 2017

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 10 03/02/2017 Edition, Published February 1st, 2017

(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 load, 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 11 03/02/2017 Edition, Published February 1st, 2017