CITY OF SOAP LAKE GRANT COUNTY

CONTRACT PROVISIONS

for

2018 SOAP LAKE STREET IMPROVEMENTS TIB NO.: 6-E-865(003)-1 TIB NO.: 6-E-865(001)-1 TIB NO.: 2-E-865(009)-1

G&O #17043, 17044 & 18007 MAY 2018

CALL FOR BIDS

CITY OF SOAP LAKE

2018 SOAP LAKE STREET IMPROVEMENTS

Sealed Proposals will be received by the undersigned at the City of Soap Lake, City Hall, 239 Second Avenue SE, Soap Lake, Washington 98851, up to 10:00 AM; local time on Wednesday, June 13, 2018, for furnishing the necessary labor, materials, equipment, tools, and guarantees thereof to construct 2018 Soap Lake Street Improvements.

This Contract provides for three (3) schedules of work, all in accordance with the attached Contract Plans, these Special Provisions, and the Standard Specifications:

Schedule A: Division Street Improvements:

This Contract provides for the overlay of approximately 2,100 lineal feet of Division Street, from SR 28 to 7th Avenue SE, including but not limited to pulverizing the existing pavement, excavation, grading, subgrade preparation, storm drainage improvements, cement concrete curb, gutters, curb ramps, sidewalks, driveway entrances, cement treated base, hot mix asphalt pavement, pavement marking, illumination system, miscellaneous surface restoration, traffic control and all other appurtenances required to complete the work.

Schedule B: Complete Streets:

The construction of approximately 1,000 square yards of sidewalk and thirteen ADA compliant curb ramps along 3rd Avenue SE, from SR 17 to Fern Street, and Elder Street, from 3rd Avenue to 4th Avenue, including but not limited to excavation, grading, subgrade preparation, cement concrete curb, gutters, curb ramps, sidewalks, hot mix asphalt pavement repair , drainage swale, pavement marking, miscellaneous surface restoration, permanent signing, traffic control and all other appurtenances required to complete the work.

Schedule C: FY 2019 Rehabilitation Project:

The construction of the overlay of approximately 850 lineal feet of 3rd Avenue SE, from SR 17 to Fern Street, approximately 350 lineal feet of Elder Street, from 3rd Avenue to 4th Avenue, and approximately 500 lineal feet of 4th Avenue SE, from SR 17 to Elder Street, including but not limited to pulverizing the existing pavement, excavation, grading, subgrade preparation, cement treated base, hot mix asphalt pavement, pavement marking, miscellaneous surface restoration, traffic control and all other appurtenances required to complete the work.

CB-1 Contractors are required to bid all Schedules. Failure to bid all Schedules shall make the bid unresponsive.

The basis of award shall be the lowest, responsive, responsible bidder for: the combined total of Schedule A, Schedule B, Schedule C and Additive Item No. 1; or the combined total of Schedule A, Schedule B, Schedule C and Additive Item No. 2, as available funding allows and as it best serves the interests of the Contracting Agency.

The Work shall be Substantially complete within 65 working days after the commencement date stated in the Notice to Proceed. All bidding and construction is to be performed in compliance with the Contract Provisions and Contract Plans for this project and any addenda issued thereto that are on file at the office of the City Clerk, City Hall, Soap Lake, Washington.

The Proposals will be publicly opened and read aloud shortly after the time and date stated above. Proposals are to be submitted only on the form provided with the Bid Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Soap Lake” and in an amount of not less than five percent (5%) of the total Proposal amount.

Bid Documents may be examined at the office of the City of Soap Lake, or the office of the Project Engineer, Gray & Osborne, Inc. Bid Documents for this project are available free-of-charge at the following website: “http://gobids.grayandosborne.com”. Bidders are encouraged to “Register” as a planholder in order to receive automatic email notification of applicable addenda and to be placed on the “Planholder List”. For assistance, please call (509) 453-4833. Contract questions shall be directed only to the office of the Project Engineer.

Financing of the Project has been provided by the City of Soap Lake, Washington and the Washington State Transportation Improvement Board. The City of Soap Lake expressly reserves the right to reject any or all Proposals and to waive minor irregularities or informalities and to Award the Project to the lowest responsive, responsible bidder as it best serves the interests of the City.

(Signed) KAREN HAND FINANCE DIRECTOR

CB-2 CONTRACT PROVISIONS

TABLE OF CONTENTS

CITY OF SOAP LAKE

2018 SOAP LAKE STREET IMPROVEMENTS

PAGE NO.

CALL FOR BIDS

PART 1. BID DOCUMENTS

BIDDER’S CHECKLIST ...... BC-1 PROPOSAL ...... P-1 – P-16 PROPOSAL BOND ...... PB-1

PART 2. AGREEMENT AND BONDS

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

PART 3. SPECIAL PROVISIONS

DIVISION 1 – GENERAL REQUIREMENTS ...... 1-1 TO 1-61

DIVISION 2 – EARTHWORK ...... 2-1 TO 2-16

DIVISION 3 – AGGREGATE PRODUCTION AND ACCEPTANCE ...... 3-1

DIVISION 4 – BASES ...... 4-1 TO 4-2

DIVISION 5 – SURFACE TREATMENTS AND PAVEMENTS ...... 5-1 TO 5-37

DIVISION 7 – DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS ...... 7-1 TO 7-14

DIVISION 8 – MISCELLANEOUS CONSTRUCTION ...... 8-1 TO 8-21

DIVISION 9 – MATERIALS ...... 9-1 TO 9-2

PART 4. AMENDMENTS TO THE STANDARD SPECIFICATIONS

TC-1 PART 5. WAGE RATES

PART 6. APPENDIX

Appendix A – Property Release

TC-2 PART 1

BID DOCUMENTS BIDDER’S CHECKLIST

1. REQUIRED FORMS

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

a. Proposal (including Statement of Bidder’s Qualifications) (Pages P-1 – P-14) b. Bid Deposit or Proposal Bond (PB-1) c. Total cost must be shown in both written words and figures.

2. AGREEMENT FORMS

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

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

 Form to be furnished by Contractors insurance company. Forty-five (45) day cancellation notice by certified mail and hold harmless statement required. A copy of the endorsement naming the City, its officials, employees and Engineer as additional insureds must be attached to the Certificate of Insurance.

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

The following forms are to be executed in conjunction with the date of project acceptance:

l. Affidavit of Wages Paid

Submitted by prime Contractor and all subcontractors

m. Release of Liens n. As-Built Drawings

BC-1 2018 SOAP LAKE STREET IMPROVEMENTS

PROPOSAL

City of Soap Lake 239 Second Avenue SE Soap Lake, Washington 98851

The undersigned has examined the Work site(s), local conditions, the Contract, and all applicable laws and regulations covering the Work. The following unit and lump sum prices are tendered as an offer to perform the Work in accordance with all of the requirements set forth in the Contract and all applicable laws and regulations.

As required by the Contract, a postal money order, certified check, cashier’s check or Proposal bond made payable to the Owner is attached hereto. If this Proposal is accepted and the undersigned fail(s) or refuse(s) to enter into a contract and furnish the required performance bond, labor and material payment bond, special guarantee bonds (if required), required insurance and all other required documentation, the undersigned will forfeit to the Owner an amount equal to five percent of the Proposal amount.

After the date and hour set for submitting the Proposals, no bidder may withdraw its Proposal, unless the Award of the contract is delayed for a period exceeding 60 consecutive calendar days.

The undersigned agrees that in the event it is Awarded the contract for the Work, it shall employ only Contractors and Subcontractors that are duly licensed by the State of Washington and remain so at all times they are in any way involved with the Work.

The undersigned agrees that the Owner reserves the right to reject any or all Proposals and to waive any minor irregularities and informalities in any Proposal.

The undersigned agrees that the Owner reserves the right to Award the Contract to the lowest responsible, responsive bidder whose Proposal is in the best interest of the Owner.

P-1 PROPOSAL - Continued

SCHEDULE A - DIVISION STREET IMPROVEMENTS (SR 28 TO 7TH AVENUE SE):

NO. ITEM QUANTITY UNIT PRICE AMOUNT

1. Mobilization, Cleanup, and Demobilization 1 LS $______$______

2. SPCC Plan 1 LS $______$______

3. Project Temporary Traffic Control 1 LS $______$______

4. Removal of Structures and Obstructions 1 LS $______$______

5. Excavation, Embankment and Grading, Incl. Haul 1,200 CY $______$______

6. Cement Treated Base 6,000 SY $______$______

7. Cement for Cement Treated Base 220 TON $______$______

8. Controlled Density Fill 1 CY $______$______

9. Crushed Surfacing Top Course 980 TON $______$______

10. Crushed Surfacing Repair 1,870 SY $______$______

11. Drainage Swale 1,180 SY $______$______

12. Commercial HMA, Cl. 1/2 Inch, 1,680 TON $______$______PG 64-28

13. Commercial HMA Pavement Repair 210 SY $______$______

14. Storm Sewer Pipe, 12 Inch. Diam. (Incl. Bedding) 80 LF $______$______

15. Catch Basin, Type 1 10 EA $______$______

16. Grate Inlet Type 2 4 EA $______$______

17. Precast Concrete Drywell, 48 Inch Diam. 3 EA $______$______

P-2

PROPOSAL - Continued

NO. ITEM QUANTITY UNIT PRICE AMOUNT

18. Adjust Manhole 1 EA $______$______

19. Trench Excavation Safety Systems 1 LS $______$______

20. Adjust Valve Box 6 EA $______$______

21. Relocate Existing Fire Hydrant Assembly 1 EA $______$______

22. Adjust Junction Box 1 EA $______$______

23. Erosion/Water Pollution Control 1 LS $______$______

24. Cement Concrete Traffic Curb and Gutter 4,320 LF $______$______

25. Cement Concrete Pedestrian Curb 20 LF $______$______

26. Cement Concrete Curb Scupper 11 EA $______$______

27. Cement Concrete Driveway Entrance 285 SY $______$______

28. Removable Bollard 12 EA $______$______

29. Cast in Place Monument 1 EA $______$______

30. Cement Concrete Sidewalk 175 SY $______$______

31. Cement Concrete Curb Ramp 1 EA $______$______

32. Detectable Warning Surface 80 SF $______$______

33. Permanent Signing 1 LS $______$______

34. Paint Line 3,560 LF $______$______

35. Painted Crosswalk Line 225 SF $______$______

36. Plastic Crosswalk Line 200 SF $______$______

37. Painted Stop Line 90 LF $______$______

P-3 PROPOSAL - Continued

Subtotal (Schedule A): ...... $______

Washington State Sales Tax (0.00%)*: ...... $ 0.00

TOTAL CONSTRUCTION COST (SCHEDULE A): ...... $______

______(Write this amount in words)

Note: A bid must be received on all items. If any unit prices or extensions are left blank, they will be entered as $0.00.

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

P-4 PROPOSAL - Continued

SCHEDULE B - COMPLETE STREETS:

NO. ITEM QUANTITY UNIT PRICE AMOUNT

1. Mobilization, Cleanup, and Demobilization 1 LS $______$______

2. SPCC Plan 1 LS $______$______

3. Project Temporary Traffic Control 1 LS $______$______

4. Removal of Structures and Obstructions 1 LS $______$______

5. Excavation, Embankment and Grading, Incl. Haul 500 CY $______$______

6. Controlled Density Fill 1 CY $______$______

7. Crushed Surfacing Repair 240 SY $______$______

8. Drainage Swale 990 SY $______$______

9. Commercial HMA Pavement Repair 180 SY $______$______

10. Commercial HMA Pavement Repair WSDOT 460 SY $______$______

11. Storm Sewer Pipe, 12 Inch Diam. (Incl. Bedding) 70 LF $______$______

12. Catch Basin, Type 1 3 EA $______$______

13. Adjust Catch Basin 2 EA $______$______

14. Trench Excavation Safety Systems 1 LS $______$______

15. Adjust Valve Box 7 EA $______$______

16. Adjust Fire Hydrant 1 EA $______$______

17. Adjust Meter Box 2 EA $______$______

P-5 PROPOSAL - Continued

NO. ITEM QUANTITY UNIT PRICE AMOUNT

18. Erosion/Water Pollution Control 1 LS $______$______

19. Surface Restoration 100 SY $______$______

20. Cement Concrete Traffic Curb and Gutter 1,100 LF $______$______

21. Cement Concrete Rolled Curb and Gutter 485 LF $______$______

22. Cement Concrete Pedestrian Curb 80 LF $______$______

23. Cement Concrete Driveway Entrance 105 SY $______$______

24. Remove and Relocate Chain Link Fence 20 LF $______$______

25. Remove and Relocate Wood Fence 50 LF $______$______

26. Cement Concrete Sidewalk 1,035 SY $______$______

27. Cement Concrete Curb Ramp 14 EA $______$______

28. Permanent Signing 1 LS $______$______

29. Painted Crosswalk Line 70 SF $______$______

30. Plastic Crosswalk Line 385 SF $______$______

31. Painted Stop Line 40 LF $______$______

Subtotal (Schedule B): ...... $______

Washington State Sales Tax (0.00%)*: ...... $ 0.00

TOTAL CONSTRUCTION COST (SCHEDULE B): ...... $______

______(Write this amount in words)

Note: A bid must be received on all items. If any unit prices or extensions are left blank, they will be entered as $0.00. *Per Washington State Revenue Rule 171. See Special Provisions Section 1-07.2 and WAC 458-20-171

P-6 PROPOSAL - Continued

SCHEDULE C - 3RD AVENUE, 4TH AVENUE AND ELDER STREET:

NO. ITEM QUANTITY UNIT PRICE AMOUNT

1. Mobilization, Cleanup, and Demobilization 1 LS $______$______

2. SPCC Plan 1 LS $______$______

3. Project Temporary Traffic Control 1 LS $______$______

4. Removal of Structures and Obstructions 1 LS $______$______

5. Excavation, Embankment and Grading, Incl. Haul 300 CY $______$______

6. Cement Treated Base 4,970 SY $______$______

7. Cement for Cement Treated Base 180 TON $______$______

8. Crushed Surfacing Top Course 260 TON $______$______

9. Crushed Surfacing Repair 950 SY $______$______

10. Commercial HMA, Cl. 1/2 Inch, 610 TON $______$______PG 64-28

11. Commercial HMA Pavement Repair 470 SY $______$______

12. Storm Sewer Pipe, 12 In. Diam. (Incl. Bedding) 30 LF $______$______

13. Catch Basin, Type 1 2 EA $______$______

14. Precast Concrete Drywell, 48 In. Diam. 1 EA $______$______

15. Adjust Catch Basin 2 EA $______$______

16. Adjust Manhole 1 EA $______$______

P-7 PROPOSAL - Continued

NO. ITEM QUANTITY UNIT PRICE AMOUNT

17. Trench Excavation Safety Systems 1 LS $______$______

18. Adjust Valve Box 4 EA $______$______

19. Adjust Meter Box 6 EA $______$______

20. Erosion/Water Pollution Control 1 LS $______$______

21. Cast in Place Monument 1 EA $______$______

22. Paint Line 1,380 LF $______$______

23. Painted Stop Line 90 LF $______$______

Subtotal (Schedule C): ...... $______

Washington State Sales Tax (0.00%)*: ...... $ 0.00

TOTAL CONSTRUCTION COST (SCHEDULE C): ...... $______

______(Write this amount in words)

Note: A bid must be received on all items. If any unit prices or extensions are left blank, they will be entered as $0.00.

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

P-8 PROPOSAL - Continued

ADDITIVE ITEM NO. 1:

NO. ITEM QUANTITY UNIT PRICE AMOUNT

1. Illumination System – Option 1 1 LS $______$______

Subtotal (Additive Item No. 1): ...... $______

Washington State Sales Tax (0.00%)*: ...... $ 0.00

TOTAL CONSTRUCTION COST (ADDITIVE NO.1): ...... $______

______(Write this amount in words)

ADDITIVE ITEM NO. 2:

NO. ITEM QUANTITY UNIT PRICE AMOUNT

2. Illumination System – Option 2 1 LS $______$______

Subtotal (Additive Item No. 2): ...... $______

Washington State Sales Tax (0.00%)*: ...... $ 0.00

TOTAL CONSTRUCTION COST (ADDITIVE NO.2): ...... $______

______(Write this amount in words)

Note: A bid must be received on all items. If any unit prices or extensions are left blank, they will be entered as $0.00.

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

P-9 PROPOSAL - Continued

BID SUMMARY

1. TOTAL CONSTRUCTION COST; (SCHEDULE A) (forwarded from page P-4): ...... $______

2. TOTAL CONSTRUCTION COST; (SCHEDULE B) (forwarded from page P-6): ...... $______

3. TOTAL CONSTRUCTION COST; (SCHEDULE C) (forwarded from page P-8): ...... $______

4. TOTAL CONSTRUCTION COST; (SCHEDULES A, B, AND C): ...... $______

______(Write this amount in words)

TOTAL CONSTRUCTION COST (SCHEDULES A, B, AND C) AND (ADDITIVE ITEM NO. 1): ...... $______

______(Write this amount in words)

TOTAL CONSTRUCTION COST (SCHEDULES A, B, AND C) AND (ADDITIVE ITEM NO. 2): ...... $______

______(Write this amount in words)

Note: A bid must be received on all items. If any unit prices or extensions are left blank, they will be entered as $0.00.

P-10 PROPOSAL - Continued

ALTERNATES TO BID ITEMS

Bidders shall use this page to submit proposals on any alternate types of equipment or materials that bidders recommend the Owner consider using. Contract Award will be made on the basis of equipment and materials that are specified. After Award, the Owner may consider any proposal alternates that, in the opinion of the Owner, will be equivalent to or better than the item specified. The Owner shall have complete discretion on whether to use any alternates, and the Owner’s decision shall not be subject to challenge.

BASE BID:

Alternate to Bid Item No. Schedule Item Manufacturer Amount Bid

ADDITIVE ITEM:

Alternate to Bid Item No. Schedule Item Manufacturer Amount Bid

P-11 PROPOSAL - Continued

STATEMENT OF BIDDER'S QUALIFICATIONS

Name of Firm:

Address:

Telephone No. Fax No.

Contact Person for this Project:

E-mail:

Number of years the Contractor has been engaged in the construction business under the present firm name, as indicated above:

Gross dollar amount of work currently under contract:

Gross dollar amount of contracts currently not completed:

General character of work performed by firm:

List of five major projects of a similar nature which have been completed by the Contractor within the last five years and the gross dollar amount of each project, together with the Owner's name and telephone number, and the Engineer’s name:

Engineer’s Project Name Amount Owner Phone Name

P-12 PROPOSAL - Continued

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

Bank Reference:

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

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

Have you changed bonding companies within the last three years?

If so, why?

Have you ever been a party to a lawsuit or an arbitration proceeding in any way relating to a construction project?

Identify the proceeding and parties and describe the claims asserted by all parties.

What was the disposition of the case?

Do you have any outstanding payments due to the Department of Revenue?

If yes, explain.

Bidder agrees that the Owner shall have the right to obtain credit reports.

Yes No

P-13 PROPOSAL - Continued

WORK COMPLETED BY CONTRACTOR

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

Work to be Performed Dollar Amount

PROPOSED SUBCONTRACTORS (Per RCW 39.30.060)

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

Subcontractor or Prime Work to be Performed (Name and Registration Number) Heating, Ventilation and Air Conditioning

Plumbing

Electrical

P-14 PROPOSAL - Continued

ADDENDA RECEIVED

Addendum No. Date Received Name of Recipient

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

Subject to any extensions of the Contract time granted under the Contract, the undersigned agrees to substantially complete the Work required under this Contract within 65 working days (the Substantial Completion Date) and to physically complete the Work required under this contract within 70 working days (the Physical Completion Date) from when Contract Time begins.

The undersigned has reviewed and fully understands the provisions in the Contract regarding liquidated damages and agrees that liquidated damages shall be $500.00 per day for each and every working day beyond the Contract time allowed for substantial completion until the Substantial Completion Date is achieved and $500.00 for each and every working day required beyond the Contract Time for physical completion until the Physical Completion Date is achieved.

The undersigned is, and will remain in, full compliance with all Washington State administrative agency requirements including, but not limited to registration requirements of Washington State Department of Labor & Industries for contractors, including but not limited to requirements for bond, proof of insurance and annual registration fee. The undersigned's Washington State:

Dept. of Labor and Industries Workman's Compensation Account No. is ______; Dept. of Licensing Contractor's Registration No. is ______; Unified Business Identifier Number is ______; Excise Tax Registration Number is ______; and Employment Security Account Number is ______.

The undersigned has reviewed all insurance requirements contained in the Contract and has verified the availability of and the undersigned’s eligibility for all required insurance. The undersigned verifies that the cost for all required insurance, has been included in this Proposal.

In relation to claims related in whole or in part to workplace injuries to employees, the undersigned waives any immunity granted under the State Industrial Insurance Law, RCW Title 51. This waiver has been specially negotiated by the parties, which is acknowledged by the undersigned in signing this Proposal.

P-15 PROPOSAL - Continued

By signing the proposal, the undersigned declares, under penalty of perjury under the laws of the United States and the State of Washington, that the following statements are true and correct:

1. That the undersigned person(s) or entity(ies) has(have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this Proposal is submitted.

2. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (May 24, 2018), that the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction.

The undersigned agrees that the Owner is authorized to obtain information from all references included herein.

Sincerely,

Sign Name Date

By: Print Name, Title Location Executed (City, State)

Print Company Name

Amount of Proposal deposit: $ Check No. , or Proposal bond in the amount of $

, issued through Name of Bank/Bonding Company located at Mailing Address

Telephone Number of Bank/Bonding Company

P-16 PROPOSAL BOND

KNOW ALL MEN BY THESE PRESENTS, That we

of as principal, and the

a corporation duly organized under the laws of the state of , and authorized to do business in the State of Washington, as surety, are held and firmly bound unto the CITY OF SOAP LAKE in the full and penal sum of five percent of the total amount of the bid proposal of said principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents.

The condition of this bond is such, that whereas the principal herein is herewith submitting his or its sealed proposal for the following construction project, to wit:

2018 SOAP LAKE STREET IMPROVEMENTS said bid and proposal, by reference thereto, being made a part hereof.

NOW, THEREFORE, If the said proposal bid by said principal be accepted, and the contract be awarded to said principal, and if said principal shall duly make and enter into and execute said Contract and shall furnish bond as required by the CITY OF SOAP LAKE within a period of 10 days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect.

IN TESTIMONY WHEREOF, The principal and surety have caused these presents to be signed and sealed this day of , ______.

(Principal)

(Surety)

(Attorney-in-fact)

PB-1 PART 2

AGREEMENT AND BONDS

AGREEMENT

THIS AGREEMENT is entered into by and between the CITY OF SOAP LAKE (hereinafter called the Owner) and ______, (hereinafter called the Contractor) on ______(date).

The Owner and the Contractor agree as follows:

ARTICLE 1. WORK.

Schedule A: Division Street Improvements:

This Contract provides for the overlay of approximately 2,100 lineal feet of Division Street, from SR 28 to 7th Avenue SE, including but not limited to pulverizing the existing pavement, excavation, grading, subgrade preparation, storm drainage improvements, cement concrete curb, gutters, curb ramps, sidewalks, driveway entrances, cement treated base, hot mix asphalt pavement, pavement marking, illumination system, miscellaneous surface restoration, traffic control and all other appurtenances required to complete the work.

Schedule B: Complete Streets:

The construction of approximately 1,000 square yards of sidewalk and thirteen ADA compliant curb ramps along 3rd Avenue SE, from SR 17 to Fern Street, and Elder Street, from 3rd Avenue to 4th Avenue, including but not limited to excavation, grading, subgrade preparation, cement concrete curb, gutters, curb ramps, sidewalks, hot mix asphalt pavement repair , drainage swale, pavement marking, miscellaneous surface restoration, permanent signing, traffic control and all other appurtenances required to complete the work.

Schedule C: FY 2019 Rehabilitation Project:

The construction of the overlay of approximately 850 lineal feet of 3rd Avenue SE, from SR 17 to Fern Street, approximately 350 lineal feet of Elder Street, from 3rd Avenue to 4th Avenue, and approximately 500 lineal feet of 4th Avenue SE, from SR 17 to Elder Street, including but not limited to pulverizing the existing pavement, excavation, grading, subgrade preparation, cement treated base, hot mix asphalt pavement, pavement marking, miscellaneous surface restoration, traffic control and all other appurtenances required to complete the work.

Contractors are required to bid all Schedules. Failure to bid all Schedules shall make the bid unresponsive.

The basis of award shall be the lowest, responsive, responsible bidder for: the combined total of Schedule A, Schedule B, Schedule C and Additive Item No. 1; or the combined total of Schedule A, Schedule B, Schedule C and Additive Item No. 2, as available

(Kenison Boiler, September 12, 2017) A-1 AGREEMENT – Continued funding allows and as it best serves the interests of the Contracting Agency.

ARTICLE 2. CONTRACT TIME.

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

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

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

ARTICLE 3. LIQUIDATED DAMAGES.

The Owner and the Contractor recognize that time is of the essence and that the Owner will suffer financial loss if the Work is not completed within the time, plus any extensions thereof, allowed in accordance with the Contract. They also recognize the inconvenience, expense, and difficulties involved in a legal proceeding to prove the actual loss suffered by the Owner if the Work is not completed within the time allowed in the Contract. Accordingly, the Owner and the Contractor agree that as liquidated damages for delay, and

(Kenison Boiler, September 12, 2017) A-2 AGREEMENT – Continued not as a penalty, the Contractor shall pay the Owner $______(US) per day for each working day beyond the Substantial Completion Date that the Contractor achieves substantial completion of the Work and $______(US) for each working day beyond the Physical Completion Date that the Contractor achieves physical completion of the Work.

ARTICLE 4. CONTRACT PRICE.

The Owner shall pay the Contractor the amount(s) set forth in the Proposal (in United States dollars) for completion of the Work in accordance with the Contract.

ARTICLE 5. CONTRACT.

The Contract, which comprises the entire agreement between the Owner and the Contractor concerning the Work, consists of the following:

 This Agreement;

 The Call for Bids;

 Notice of Award

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

 Notice to Proceed

 Exhibit A

 The Performance Bond and the Payment Bond;

 The Contract Provisions, including 2016 WSDOT Standard Specification as referenced;

 Appendices

 Addenda and

 Change Orders issued after the effective date of this Agreement.

There are no Contract Documents other than those listed in this Article 5. The Contract may be amended only in writing by Change Order as provided in the Contract.

(Kenison Boiler, September 12, 2017) A-3 AGREEMENT – Continued

ARTICLE 6. MISCELLANEOUS.

6.1 Contractor shall comply with all requirements contained in the attached Exhibit A regarding insurance, indemnification, and payment of prevailing wages. The provisions of Exhibit A are incorporated herein as though fully set forth, and are by this reference made a part hereof.

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

6.3 Owner and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners successors, assigns, and legal representatives in respect to all covenants, contracts, obligations contained in the Contract Documents.

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

A new warranty period equal to that stated in above paragraph shall apply to parts supplied in replacement of defective parts or to parts renewed in pursuance of this warranty. The warranty period of the remaining parts shall be extended by a period equal to the period during which the Work is unfit for service as a result of a defect covered by this warranty.

If the Contractor refuses to fulfill Contractor’s obligation under this warranty, or fails to proceed with due diligence after being required to do so, the Owner may proceed to do the necessary work at the Contractor’s risk and expense.

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

6.6 Before any work at the site is started, Contractor shall deliver to Owner with copies to the Engineer and each additional insured identified, certificates of insurance

(Kenison Boiler, September 12, 2017) A-4 AGREEMENT – Continued

which Contractor is required to purchase and maintain in accordance with the Contract Documents.

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

6.8 The Contract is made with reference to and shall be construed in accordance with the laws of the State of Washington. If a dispute arises under this Contract, resort shall be to litigation and jurisdiction and venue shall be in the Superior Court of Grant County, State of Washington.

ARTICLE 7. CONTRACTOR’S REPRESENTATIONS

In order to induce Owner to enter into this Contract, Contractor makes the following representations:

7.1 Contractor has familiarized himself with the nature and extent of the Contract Documents, Work, locality, and with all local conditions and federal, state, and local laws, ordinances, rules, and regulations that in any manner may affect cost, progress, or performance of the Work.

7.2 Contractor has studied carefully all reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost, progress, or performance of the Work which were relied upon by the Engineer in the preparation of the Contract Provisions.

7.3 Contractor has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in Paragraph 7.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as Contractor considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, exploration, tests,

(Kenison Boiler, September 12, 2017) A-5 AGREEMENT – Continued

reports, studies or similar information or data are or will be required by Contractor for such purposes.

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

7.5 Contractor has correlated the results of all such observations, examinations, investigations, tests, reports, and data with the terms and conditions of the Contract Documents.

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

(Kenison Boiler, September 12, 2017) A-6 AGREEMENT – Continued

IN WITNESS WHEREOF, Owner and Contractor have caused this Agreement to be executed the day and year first above written.

CITY OF SOAP LAKE CONTRACTOR

By By

Date Title

Attest

Address for giving notices CITY ATTORNEY

As to Form______License No. Date______

Agent for service of process:

(Kenison Boiler, September 12, 2017) A-7 AGREEMENT – Continued

EXHIBIT A

Indemnification / Hold Harmless

The Contractor shall defend, indemnify and hold the Owner and Engineer, their officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the Owner and/or Engineer.

Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the Owner, its officers, officials, employees, and volunteers, the Contractor’s liability hereunder shall be only to the extent of the Contractor’s negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor’s waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement.

A. Insurance Term

The Contractor shall procure and maintain insurance, as required in this Section, without interruption from commencement of the Contractor’s work through the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated herein.

B. No Limitation

Contractor’s maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Owner’s recourse to any remedy available at law or in equity.

C. Minimum Scope of Insurance

Contractors required insurance shall be of the types and coverage as stated below:

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

2. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products-

(Kenison Boiler, September 12, 2017) A-8 AGREEMENT – Continued

completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or substitute endorsement providing at least as broad coverage. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Owner shall be named as additional insureds under the Contractor’s Commercial General Liability insurance policy with respect to the work performed for the Owner using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. The Engineer shall be named as additional insured under the Contractor’s Commercial General Liability insurance policy using ISO Additional Insured endorsement CG 20 32 07 04 Engineers, Architects or Surveyors Not Engaged by You, or substitute endorsement providing at least as broad coverage.

3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington.

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

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

D. Minimum Amounts of Insurance

Contractor shall maintain the following insurance limits:

(Kenison Boiler, September 12, 2017) A-9 AGREEMENT – Continued

1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident.

2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products- completed operations aggregate limit.

3. Builders Risk insurance shall be written in the amount of the completed value of the project with no coinsurance provisions.

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

E. Owner Full Availability of Contractor Limits

If the Contractor maintains higher insurance limits than the minimums shown above, the Owner shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this contract or whether any certificate of insurance furnished to the Owner evidences limits of liability lower than those maintained by the Contractor.

F. Other Insurance Provision

The Contractor’s Automobile Liability, Commercial General Liability and Builders Risk insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect the Owner. Any Insurance, self-insurance, or self-insured pool coverage maintained by the Owner shall be excess of the Contractor’s insurance and shall not contribute with it.

G. Contractor’s Insurance for Other Losses

The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor’s employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor’s agents, suppliers, contractors or subcontractors as well as to any temporary structures, scaffolding and protective fences.

H. Waiver of Subrogation

The Contractor and the Owner waive all rights against each other, any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for

(Kenison Boiler, September 12, 2017) A-10 AGREEMENT – Continued damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise.

I. Acceptability of Insurers

Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII and licensed to do business in the state of Washington. Verification of Coverage

Contractor shall furnish the Owner with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsements, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the Owner a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. Upon request by the Owner, the Contractor shall furnish certified copies of all required insurance policies, including endorsements, required in this contract and evidence of all subcontractors’ coverage.

J. Subcontractors

The Contractor shall cause each and every Subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Owner is an additional insured on each and every Subcontractor’s Commercial General liability insurance policy using an endorsement at least as broad as ISO Additional Insured endorsement CG 20 38 04 13.

K. Notice of Cancellation

The Contractor shall provide the Owner and all Additional Insureds for this work with written notice of any policy cancellation within two business days of their receipt of such notice.

L. Failure to Maintain Insurance

Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Owner may, after giving five business days’ notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Owner on demand, or at the sole discretion of the Owner, offset against funds due the Contractor from the Owner.

(Kenison Boiler, September 12, 2017) A-11 AGREEMENT – Continued

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

M. Deductible

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

N. Property Insurance

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

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

Contract No. ______

SECTION______

WASHINGTON PERFORMANCE BOND

Bond No. ______Amount $______

KNOW ALL MEN BY THESE PRESENTS: that ______(Name of Contractor)

______(Address of Contractor) a ______, hereinafter called Principal, and (a Corporation, Partnership or Individual)

______(Name of Surety)

______(Address of Surety) a corporation duly authorized to do a general surety business in Washington, hereinafter called Surety, are jointly and severally held and firmly bound unto the Owner, the obligees herein, in the sum of ______(Dollars) ($______) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the Owner in accordance with applicable industry standards, regulatory requirements and Owner-supplied specifications, dated the ______day of ______, 2018, a copy of which is attached and made a part hereof for the construction of:

2018 SOAP LAKE STREET IMPROVEMENTS

NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said Contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the two-year guaranty period, and if Principal shall satisfy all claims and demands incurred under such Contract, and shall fully defend and indemnify and save

PRB-1 harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Contract Documents accompanying the same shall in any way effect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Contract Documents.

PROVIDED, HOWEVER, that the conditions of this obligation shall not apply to any money or advanced to the Principal or to any subcontractor or other person in the performance of any such work.

PROVIDED, FURTHER, that the said Surety hereby stipulates and agrees to be bound by the laws of the State of Washington and subject to the jurisdiction of the State of Washington.

PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.

No right of action shall accrue upon, or by reason hereof to, or for the use or benefit of, anyone other than the District.

IN WITNESS WHEREOF, this instrument is executed pursuant to RCW Chapter 39.08 in quadruple counterparts, each one of which shall be deemed an original, this the ______day of ______, 2018.

ATTEST:

______Principal ______

By______(Principal Secretary)

(SEAL)

By______(Witness as to Principal)

______

PRB-2 (Address)

ATTEST:

______Surety

______

By______(Surety Secretary)

(SEAL)

By______(Witness as to Surety)(Attorney-in-Fact)

______(Address)

NOTE: Date of bond must not be prior to date of Contract. If Contractor is Partnership, all partners shall execute bond. If Contractor is a Limited Liability Company, all members shall execute bond.

IMPORTANT: Surety companies executing bonds must appear on the Treasury Department’s most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. All bonds signed by an agent must be accompanied by a certified copy of the authority to act for the Surety at the time of the signing of this bond. The Surety agrees to be bound by the laws of the State of Washington and subject to the jurisdiction of the State of Washington. The Surety company executing this bond shall have a Best’s Guide rating A-VII or better.

PRB-3 Contract No. ______

SECTION______

WASHINGTON PAYMENT BOND

Bond No. ______Amount $______

KNOW ALL MEN BY THESE PRESENTS: that

______(Name of Contractor) ______(Address of Contractor) a ______, hereinafter called Principal, and (a Corporation, Partnership or Individual)

______(Name of Surety)

______(Address of Surety) a corporation duly authorized to do a general surety business in Washington, hereinafter called Surety, are jointly and severally held and firmly bound unto the Owner, the obligees herein, in the sum of ______(Dollars) ($______) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the Owner in accordance with applicable industry standards, regulatory requirements and Owner-supplied specifications dated the ______day of ______, 2018, a copy of which is attached and made a part hereof for the construction of:

2018 SOAP LAKE STREET IMPROVEMENTS

NOW, THEREFORE, if the Principal shall promptly make payment to all laborers, mechanics, and subcontractors and materialmen and to all persons, firms, corporations, or other entities who furnish equipment, materials, provisions and supplies for or perform labor or other services in carrying on of such Work provided for in such Contract and any authorized extension or modification thereof, including all amounts due for materials, lubricants, provisions, supplies, gasoline, water, power, light, heat, telephone service, repairs on machinery, equipment and tools consumed or used in connection with such Work, and all insurance premiums on said Work, and for all labor performed in such Work whether by subcontractors or otherwise, then this PYB-1

obligation shall be void; otherwise to remain in full force and effect.

PROVIDED, HOWEVER, that the conditions of this obligation shall not apply to any money loaned or advanced to the Principal or to any subcontractor or other person in the performance of any such work.

PROVIDED FURTHER that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder, or the Contract Documents accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Contract Documents.

PROVIDED, FURTHER, that the said Surety hereby stipulates and agrees to be bound by the laws of the State of Washington and subject to the jurisdiction of the State of Washington.

PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.

IN WITNESS WHEREOF, this instrument is executed pursuant to RCW Chapter 39.08 in quadruple counterparts, each one of which shall be deemed an original, this the ______day of ______, 2018.

ATTEST:

______Principal ______

By______(Principal Secretary)

(SEAL)

By______(Witness as to Principal)

______(Address)

PYB-2

ATTEST:

______Surety

______

By______(Surety Secretary)

(SEAL)

By______(Witness as to Surety)(Attorney-in-Fact)

______(Address)

NOTE: Date of bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute bond. If Contractor is a Limited Liability Company, all members should execute bond.

IMPORTANT: Surety companies executing bonds must appear on the Treasury Department’s most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. All bonds signed by an agent must be accompanied by a certified copy of the authority to act for the Surety at the time of the signing of this bond. The Surety agrees to be bound by the laws of the State of Washington and subject to the jurisdiction of the State of Washington. The Surety company executing this bond shall have a Best’s Guide rating A-VII or better.

PYB-3

PART 3

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, 2018 edition, as 7 issued by the Washington State Department of Transportation (WSDOT) and the 8 American Public Works Association (APWA), Washington State Chapter (hereafter 9 “Standard Specifications”). The Standard Specifications, as modified or 10 supplemented by the Amendments to the Standard Specifications and these 11 Special Provisions, all of which are made a part of the Contract Documents, shall 12 govern all of the Work. 13 14 These Special Provisions are made up of both General Special Provisions (GSPs) 15 from various sources, which may have project-specific fill-ins; and project-specific 16 Special Provisions. Each Provision either supplements, modifies, or replaces the 17 comparable Standard Specification, or is a new Provision. The deletion, 18 amendment, alteration, or addition to any subsection or portion of the Standard 19 Specifications is meant to pertain only to that particular portion of the section, and 20 in no way should it be interpreted that the balance of the section does not apply. 21 22 The project-specific Special Provisions are not labeled as such. The GSPs are 23 labeled under the headers of each GSP, with the effective date of the GSP and its 24 source. For example: 25 26 (March 8, 2013 APWA GSP) 27 (April 1, 2013 WSDOT GSP) 28 (May 1, 2013 G&O GSP) 29 30 Also incorporated into the Contract Documents by reference are: 31 32  Manual on Uniform Traffic Control Devices for Streets and Highways, 33 currently adopted edition, with Washington State modifications, if any 34  Standard Plans for Road, Bridge and Municipal Construction, 35 WSDOT/APWA, current edition 36 37 Contractor shall obtain copies of these publications, at Contractor’s own expense.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 DIVISION 1

GENERAL REQUIREMENTS 1 DIVISION 1 2 3 GENERAL REQUIREMENTS 4 5 DESCRIPTION OF WORK 6 (March 13, 1995) 7 This Contract provides for three (3) schedules of work, all in accordance with the 8 attached Contract Plans, these Special Provisions, and the Standard 9 Specifications: 10 11 Schedule A: Division Street Improvements: 12 13 This Contract provides for the overlay of approximately 2,100 lineal feet of Division 14 Street, from SR 28 to 7th Avenue SE, including but not limited to pulverizing the 15 existing pavement, excavation, grading, subgrade preparation, storm drainage 16 improvements, cement concrete curb, gutters, curb ramps, sidewalks, driveway 17 entrances, cement treated base, hot mix asphalt pavement, pavement marking, 18 illumination system, miscellaneous surface restoration, traffic control and all other 19 appurtenances required to complete the work. 20 21 Schedule B: Complete Streets: 22 23 The construction of approximately 1,000 square yards of sidewalk and thirteen 24 ADA compliant curb ramps along 3rd Avenue SE, from SR 17 to Fern Street, and 25 Elder Street, from 3rd Avenue to 4th Avenue, including but not limited to excavation, 26 grading, subgrade preparation, cement concrete curb, gutters, curb ramps, 27 sidewalks, hot mix asphalt pavement repair , drainage swale, pavement marking, 28 miscellaneous surface restoration, permanent signing, traffic control and all other 29 appurtenances required to complete the work. 30 31 Schedule C: FY 2019 Rehabilitation Project: 32 33 The construction of the overlay of approximately 850 lineal feet of 3rd Avenue SE, 34 from SR 17 to Fern Street, approximately 350 lineal feet of Elder Street, from 3rd 35 Avenue to 4th Avenue, and approximately 500 lineal feet of 4th Avenue SE, from 36 SR 17 to Elder Street, including but not limited to pulverizing the existing 37 pavement, excavation, grading, subgrade preparation, cement treated base, hot 38 mix asphalt pavement, pavement marking, miscellaneous surface restoration, 39 traffic control and all other appurtenances required to complete the work. 40 41 Contractors are required to bid all Schedules. Failure to bid all Schedules shall 42 make the bid unresponsive. 43 44 The basis of award shall be the lowest, responsive, responsible bidder for: the

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-1 SPECIAL PROVISIONS - Continued

1 combined total of Schedule A, Schedule B, Schedule C and Additive Item No. 1; 2 or the combined total of Schedule A, Schedule B, Schedule C and Additive Item 3 No. 2, as available funding allows and as it best serves the interests of the 4 Contracting Agency. 5 6 1-01 DEFINITIONS AND TERMS 7 8 1-01.3 Definitions 9 (January 4, 2016 G&O GSP) 10 11 Delete the definition of “Bid Documents,” “Completion Dates,” “Contract” and 12 “Contracting Agency.” 13 14 This Section is supplemented with the following: 15 16 All references in the Standard Specifications, Amendments or WDSOT 17 General Provisions to the terms “Department of Transportation,” 18 “Washington State Transportation Commission,” “Commission,” “Secretary 19 of Transportation,” “Secretary,” “Headquarters,” and “State Treasurer” shall 20 be revised to read “Contracting Agency.” 21 22 All references to the terms “State” or “state” shall be revised to read 23 “Contracting Agency” unless the reference is to an administrative agency of 24 the State of Washington, a State statute or regulation, or the context 25 reasonably indicates otherwise. 26 27 All references to “State Materials Laboratory” shall be revised to read 28 “Contracting Agency designated location.” 29 30 All references to “final contract voucher certification” shall be interpreted to 31 mean the Contracting Agency form(s) by which final payment is authorized, 32 and final completion and acceptance granted. 33 Additive 34 A supplemental unit of work or group of bid items, identified separately in 35 the Proposal, which may, at the discretion of the Contracting Agency, be 36 awarded in addition to the base bid. 37 38 Alternate 39 One of two or more units of work or groups of bid items, identified separately 40 in the Proposal, from which the Contracting Agency may make a choice 41 between different methods or material of construction for performing the 42 same work.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-2 SPECIAL PROVISIONS - Continued

1 Bid Documents 2 The component parts of the proposed Contract which may include, but not 3 limited to, the Proposal form, the proposed Contract Provisions, the 4 proposed Contract Plans, Addenda, and Subsurface Boring Logs (if any). 5 6 Business Day 7 A business day is any day from Monday through Friday, except holidays as 8 listed in Section 1-08.5. 9 10 Contract 11 The written agreement between the Contracting Agency and the Contractor. 12 It describes, among other things: 13 14 1. What work will be done, and by when; 15 2. Who provides labor and materials; and 16 3. How Contractor will be paid. 17 18 The Contract includes the Contract (Agreement) form, bidder’s completed 19 Proposal Form, all required certificates and affidavits, performance and 20 payment bonds, the 2016 Standard Specifications for Road, Bridge and 21 Municipal Construction and amendments thereto, Contract Provisions, 22 Contract Plans, Standard Plans, addenda and change orders. 23 24 Contract Bond 25 The definition in the Standard Specifications for “Contract Bond” applies to 26 whatever bond form(s) are required by the Contract Documents, which may 27 be a combination of a Payment Bond and a Performance Bond. 28 29 Contract Documents 30 See definition for “Contract.” 31 32 Contract Time 33 The period of time established by the terms and conditions of the contract 34 within which the work must be completed. 35 Contracting Agency (Owner) 36 Agency of Government that is responsible for the execution and 37 administration of the Contract. 38 39 Dates 40 41 Bid Opening Date 42 The date on which the Contracting Agency publicly opens and reads 43 the bids.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-3 SPECIAL PROVISIONS - Continued

1 Award Date 2 The date of the formal decision of the Contracting Agency to accept 3 the lowest responsible and responsive bidder for the Work. 4 5 Contract Execution Date 6 The date when both the Contractor and the Contracting Agency have 7 signed the Agreement, binding themselves to the Contract. 8 9 Notice to Proceed Date 10 The date stated in the Notice to Proceed on which the Contract time 11 begins. 12 13 Substantial Completion Date 14 The day the Engineer determines the Contracting Agency has full and 15 unrestricted use and benefit of the facilities, both from the operational 16 and safety standpoint, any remaining traffic disruptions will be rare 17 and brief, and only minor incidental work, replacement of temporary 18 substitute facilities, plant establishment periods or correction or repair 19 remains for the Physical Completion of the total Contract. 20 21 Physical Completion Date 22 The day all of the Work is physically completed on the project. The 23 Engineer has received from the Contractor record drawings, operation 24 and maintenance manuals, manufacturers’ affidavits, and software 25 and programming. 26 27 Completion Date 28 The day all the Work specified in the Contract is completed and all the 29 obligations of the Contractor under the Contract are fulfilled by the 30 Contractor. All documentation required by the Contract and required 31 by law must be furnished by the Contractor before establishment of 32 this date. 33 34 Final Acceptance Date 35 The date on which the Contracting Agency accepts the Work as 36 complete. 37 38 Notice of Award 39 The written notice from the Contracting Agency to the successful bidder 40 signifying the Contracting Agency’s acceptance of the Bid Proposal. 41 42 Notice to Proceed 43 The written notice from the Contracting Agency or Engineer to the 44 Contractor authorizing and directing the Contractor to proceed with the 45 Work and establishing the date on which the Contract time begins. City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-4 SPECIAL PROVISIONS - Continued

1 Traffic 2 Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, 3 wheelchairs, and equestrian traffic. 4 5 1-02 BID PROCEDURES AND CONDITIONS 6 7 1-02.1 Prequalification of Bidders 8 9 Delete this Section and replace it with the following: 10 11 1-02.1 Qualifications of Bidder 12 (January 24, 2011 APWA GSP) 13 14 Before award of a public works contract, a bidder must meet at least the 15 minimum qualifications of RCW 39.04.350(1) to be considered a 16 responsible bidder and qualified to be awarded a public works project. 17 18 1-02.2 Plans and Specifications 19 (June 27, 2011 G&O GSP) 20 21 Delete this Section and replace it with the following: 22 23 Information as to where Bid Documents can be obtained or reviewed is 24 contained in the Call for Bids (Advertisement for Bids) for the work. 25 26 After Award of the Contract, Plans and Contract Provisions will be issued to 27 the Contractor at as stated below: 28 29 To Prime Contractor No. of Sets Basis of Distribution 30 31 Large Plans (22" x 34") 1 Furnished automatically 32 33 Contract Provisions 5 Furnished automatically 34 35 Reduced Plans (11" x 17") 5 Furnished automatically 36 37 Additional Plans and other Contract Provisions may be purchased by the 38 Contractor.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-5 SPECIAL PROVISIONS - Continued

1 1-02.4 Examination of Plans, Specifications, and Site of Work 2 3 1-02.4(1) General 4 5 This Section is supplemented with the following: 6 7 (June 16, 2006 G&O GSP) 8 Contractor shall review the entire Contract to ensure that the completeness 9 of their Proposal includes all items of Work regardless of where shown in 10 the Contract. Bidders are cautioned that alternate sources of information 11 (copies of the Contract obtained from third parties) are not necessarily an 12 accurate or complete representation of the Contract. Bidders shall use such 13 information at their own risk. 14 15 1-02.4(2) Subsurface Information 16 (June 16, 2006 G&O GSP) 17 18 Delete this Section and replace it with the following: 19 20 If the Contracting Agency has made a subsurface investigation of the site 21 of the proposed Work, the boring log data and soil sample test data 22 accumulated by the Contracting Agency will be made available for 23 inspection by the Bidders. However, the Contracting Agency makes no 24 representation or warranty, expressed or implied, that: 25 26 a. The Bidders’ interpretations from the boring logs may be 27 correct; 28 b. Moisture conditions and indicated water tables will not vary 29 from those found at the time the borings were made; 30 31 c. The ground at the location of the borings has not been 32 physically disturbed or altered after the boring was made; and 33 34 d. Conditions below the surface of the ground are consistent 35 throughout the site with the information made available 36 hereunder, or that conditions to be encountered on the site 37 are uniform or consistent with geological conditions usually 38 encountered in the area. 39 40 The Contracting Agency makes no representations, guarantees, or 41 warranties as to the condition, materials, or proportions of the materials 42 between the specific borings, regardless of any subsurface information the 43 Contracting Agency may make available to the prospective Bidders. 44 Bidders are solely responsible for making the necessary investigations to

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-6 SPECIAL PROVISIONS - Continued

1 support and/or verify any conclusions or assumptions used in preparation 2 of their bids. 3 4 Any subsurface investigations and analysis were carried out for design 5 purposes only. Contractor may not rely upon or make any claim against 6 Contracting Agency, Engineer, or any of their subconsultants, with respect 7 to: 8 9 1. the completeness of such reports for Contractor’s purposes, 10 including, but not limited to, any aspects of the means, methods, 11 techniques, sequences, and procedures of construction to be 12 employed by Contractor, and safety precautions and programs 13 incident thereto; or 14 15 2. other conclusions, interpretations, opinions, representations, and 16 information contained in such reports; or 17 18 3. any Contractor interpretation of or conclusion drawn from any 19 “technical data” or any such other data, conclusions, interpretations, 20 opinions or information. 21 22 1-02.5 Proposal Forms 23 (June 27, 2011 G&O GSP) 24 25 Delete this Section and replace it with the following: 26 27 Proposals shall be submitted on the Proposal Form, which is included with 28 the Contract. All Proposals shall be completed, signed and dated. 29 The Proposal Form will identify the project and its location and describe the 30 Work. It will also list estimated quantities, units of measurement, the items 31 of work, and the materials to be furnished at the lump sum and/or unit bid 32 prices. The Bidder shall complete spaces on the Proposal Form that call for, 33 but are not limited to, unit prices; extensions; summations; the total bid 34 amount; signatures; date; and, where applicable, retail sales taxes and 35 acknowledgment of addenda; the bidder’s name, address, telephone 36 number, and signature; the Bidder’s D/M/WBE commitment, if applicable; a 37 State of Washington Contractor’s Registration Number; and a Business 38 License Number, if applicable. Bids shall be completed by typing or shall 39 be printed in ink by hand, preferably in black ink. Required certifications are 40 included as part of the Proposal Form. 41 42 The Contracting Agency reserves the right to arrange the proposal forms 43 with alternates and additives, if such be to the advantage of the Contracting

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-7 SPECIAL PROVISIONS - Continued

1 Agency. The Bidder shall bid on all alternates and additives set forth in the 2 Proposal form unless otherwise specified. 3 4 1-02.6 Preparation of Proposal 5 (June 27, 2011 G&O GSP) 6 7 Supplement this Section with the following: 8 9 All Proposals submitted shall, on their face, remain valid for a period of 60 10 days following the date of Bid opening. In the event of a conflict in this 11 duration, which may appear elsewhere in the Contract Provisions, the 12 longest duration shall apply. 13 14 The Bidder’s attention is directed to that portion of the Proposal which 15 requires that the Bidder furnish information concerning its experience with 16 work of a similar nature, equipment to be used on this project, and general 17 background information. Information which is incomplete, evasive, or of a 18 general nature only, may be considered as grounds for rejection of the 19 Proposal. 20 21 Any correction to a Proposal made by interlineation, alteration, or erasure, 22 shall be initialed by the signer of the Proposal. The Bidder shall make no 23 stipulation on the Proposal Form, nor qualify the bid in any manner. 24 25 1-02.7 Bid Deposit 26 (March 8, 2013 G&O GSP) 27 28 Supplemented this Section with the following: 29 30 Bid bonds shall contain the following: 31 32 1. The name of the project; 33 34 2. The name of the Contracting Agency, named as the obligee; 35 36 3. The amount of the bid bond stated either as a dollar figure or 37 as a percentage which represents five percent of the 38 maximum bid amount that could be awarded; 39 40 4. The signature of the bidder’s officer empowered to sign 41 official statements. The signature of the person authorized 42 to submit the Proposal should agree with the signature on 43 the bond, and the title of the person must accompany the 44 said signature; 45 City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-8 SPECIAL PROVISIONS - Continued

1 5. The signature of the surety’s officer empowered to sign the 2 bond, and the power of attorney. 3 4 The Bidder must use the bond form included in the Contract. 5 6 1-02.9 Delivery of Proposal 7 (January 3, 2012 G&O GSP) 8 9 Delete this section in its entirety and replace with the following: 10 11 The Proposal, bid bond, and all other certificates, forms or other documents 12 required by any Contract Provisions to be executed and delivered with said 13 Proposal shall be submitted, in a sealed package, addressed to the 14 Contracting Agency, and plainly marked “Proposal for ______15 (insert name of project as shown on the Proposal) to be opened on the 16 ______day of ______, 20___,” (said day, month and year to be 17 used as shown in the published Call for Bids). 18 19 The Contracting Agency will not consider any Proposal or any supplement 20 to a Proposal that is received after the time specified for receipt of 21 Proposals, or received in a location other than that specified for receipt of 22 Proposal. Emailed or faxed Proposals or supplement to a Proposal are not 23 acceptable. 24 25 1-02.10 Withdrawing, Revising, or Supplementary Proposal 26 (July 23, 2015 APWA GSP) 27 28 Delete this Section and replace it with the following: 29 30 After submitting a physical Bid Proposal to the Contracting Agency, the 31 Bidder may withdraw, revise, or supplement it if: 32 33 1. The Bidder submits a written request signed by an authorized person 34 and physically delivers it to the place designated for receipt of Bid 35 Proposals, and 36 2. The Contracting Agency receives the request before the time set for 37 receipt of Bid Proposals, and 38 3. The revised or supplemented Bid Proposal (if any) is received by the 39 Contracting Agency before the time set for receipt of Bid Proposals. 40 41 If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal 42 is received before the time set for receipt of Bid Proposals, the Contracting 43 Agency will return the unopened Proposal package to the Bidder. The 44 Bidder must then submit the revised or supplemented package in its

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-9 SPECIAL PROVISIONS - Continued

1 entirety. If the Bidder does not submit a revised or supplemented package, 2 then its bid shall be considered withdrawn. 3 4 Late revised or supplemented Bid Proposals or late withdrawal requests will 5 be date recorded by the Contracting Agency and returned unopened. 6 Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid 7 Proposal are not acceptable. 8 9 1-02.11 Combination and Multiple Proposals 10 (June 16, 2006 G&O GSP) 11 12 Delete this Section in its entirety. 13 14 1-02.13 Irregular Proposals 15 (January 4, 2016 APWA GSP) 16 17 Delete this Section and replace it with the following: 18 19 1. A proposal will be considered irregular and will be rejected if: 20 21 a. The Bidder is not prequalified when so required; 22 23 b. The authorized proposal form furnished by the Contracting 24 Agency is not used or is altered; 25 c. The completed proposal form contains any unauthorized 26 additions, deletions, alternate Bids, or conditions; 27 28 d. The Bidder adds provisions reserving the right to reject or 29 accept the award, or enter into the Contract; 30 31 e. A price per unit cannot be determined from the Bid Proposal; 32 33 f. The Proposal form is not properly executed; 34 35 g. The Bidder fails to submit or properly complete a 36 Subcontractor list, if applicable, as required in Section 1-02.6; 37 38 h. The Bidder fails to submit or properly complete a 39 Disadvantaged Business Enterprise Certification, if 40 applicable, as required in Section 1-02.6; 41 42 i. The Bidder fails to submit written confirmation from each DBE 43 firm listed on the Bidder’s completed DBE Utilization 44 Certification that they are in agreement with the bidders DBE

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-10 SPECIAL PROVISIONS - Continued

1 participation commitment, if applicable, as required in Section 2 1-02.6, or if the written confirmation that is submitted fails to 3 meet the requirements of the Special Provisions; 4 5 j. The Bidder fails to submit DBE Good Faith Effort 6 documentation, if applicable, as required in Section 1-02.6, or 7 if the documentation that is submitted fails to demonstrate that 8 a Good Faith Effort to meet the Condition of Award was made; 9 10 k. The Bid Proposal does not constitute a definite and 11 unqualified offer to meet the material terms of the Bid 12 invitation; or 13 14 l. More than one proposal is submitted for the same project from 15 a Bidder under the same or different names. 16 17 2. A Proposal may be considered irregular and may be rejected if: 18 19 a. The Proposal does not include a unit price for every Bid item; 20 21 b. Any of the unit prices are excessively unbalanced (either 22 above or below the amount of a reasonable Bid) to the 23 potential detriment of the Contracting Agency; 24 25 c. Receipt of Addenda is not acknowledged; 26 27 d. A member of a joint venture or partnership and the joint 28 venture or partnership submit Proposals for the same project 29 (in such an instance, both Bids may be rejected); or 30 31 e. If Proposal form entries are not made in ink. 32 33 1-02.14 Disqualification of Bidders 34 (August 1, 2009 G&O GSP) 35 36 Delete this Section and replace it with the following: 37 38 A Bidder will be deemed not responsible if: 39 40 1. The Bidder does not meet the mandatory bidder responsibility criteria 41 in RCW 39.04.350(1); or 42 2. Evidence of collusion exists with any other Bidder or potential 43 Bidder. Participants in collusion will be restricted from submitting 44 further bids; or

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-11 SPECIAL PROVISIONS - Continued

1 3. The Bidder, in the opinion of the Contracting Agency, is not qualified 2 for the work or to the full extent of the bid, or to the extent that the 3 bid exceeds the authorized prequalification amount as may have 4 been determined by a prequalification of the Bidder; or 5 6 4. An unsatisfactory performance record exists based on past or 7 current Contracting Agency work or for work done for others, as 8 judged from the standpoint of conduct of the work; workmanship; or 9 progress; affirmative action; equal employment opportunity 10 practices; termination for cause; or Disadvantaged Business 11 Enterprise, Minority Business Enterprise, or Women’s Business 12 Enterprise utilization; or 13 14 5. There is uncompleted work (Contracting Agency or otherwise), which 15 in the opinion of the Contracting Agency might hinder or prevent the 16 prompt completion of the work bid upon; or 17 18 6. The Bidder failed to settle bills for labor or materials on past or 19 current contracts, unless there are extenuating circumstances 20 acceptable to the Contracting Agency; or 21 22 7. The Bidder has failed to complete a written public contract or has 23 been convicted of a crime arising from a previous public contract, 24 unless there are extenuating circumstances acceptable to the 25 Contracting Agency; or 26 27 8. The Bidder is unable, financially or otherwise, to perform the work, in 28 the opinion of the Contracting Agency; or 29 30 9. There are any other reasons deemed proper by the Contracting 31 Agency. 32 33 The basis for evaluation of Bidder compliance with these mandatory and 34 supplemental criteria shall be any documents or facts obtained by 35 Contracting Agency (whether from the Bidder or third parties) which any 36 reasonable owner would rely on for determining such compliance, including 37 but not limited to: (i) financial, historical, or operational data from the Bidder; 38 (ii) information obtained directly by the Contracting Agency from owners for 39 whom the Bidder has worked, or other public agencies or private 40 enterprises; and (iii) any additional information obtained by the Contracting 41 Agency which is believed to be relevant to the matter.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-12 SPECIAL PROVISIONS - Continued

1 If the Contracting Agency determines the Bidder does not meet the bidder 2 responsibility criteria above and is therefore not a responsible Bidder, the 3 Contracting Agency shall notify the Bidder in writing, with the reasons for its 4 determination. Written notice will be provided to the Bidder, by facsimile to 5 the fax number provided at the time of obtaining the Contract Documents. 6 If the Bidder disagrees with this determination, it may appeal the 7 determination within 48 hours of receipt of the Contracting Agency’s 8 determination by presenting its appeal in writing to the Contracting Agency. 9 The Contracting Agency will consider the appeal before issuing its final 10 determination. If the final determination affirms that the Bidder is not 11 responsible, the Contracting Agency will not execute a contract with any 12 other Bidder until at least two business days after the Bidder determined to 13 be not responsible has received the final determination. 14 15 1-02.15 Pre-Award Information 16 (August 14, 2013 APWA GSP) 17 18 Delete this Section and replace it with the following: 19 20 Before awarding any Contract, the Contracting Agency may require one or 21 more of these items or actions of the apparent lowest responsible bidder: 22 23 1. A complete statement of the origin, composition, and 24 manufacture of any or all materials to be used, 25 26 2. Samples of these materials for quality and fitness tests, 27 28 3. A progress schedule (in a form the Contracting Agency 29 requires) showing the order of and time required for the 30 various phases of the work, 31 32 4. A breakdown of costs assigned to any bid item, 33 34 5. Attendance at a conference with the Contracting Agency or 35 representatives of the Contracting Agency, 36 37 6. Obtain, and furnish a copy of, a business license to do 38 business in the city or county where the work is located, 39 40 7. Any other information or action taken that is deemed 41 necessary to ensure that the Bidder is the lowest responsible 42 bidder. 43

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-13 SPECIAL PROVISIONS - Continued

1 1-03 AWARD AND EXECUTION OF CONTRACT 2 3 1-03.2 Award of Contract 4 (June 16, 2006 G&O GSP) 5 6 Delete this Section and replace it with the following: 7 8 Normally, Contract Award or bid rejection will occur within 60 calendar days 9 after bid opening. If the lowest responsible Bidder and the Contracting 10 Agency agree, this deadline may be extended. If they cannot agree on an 11 extension by the 60th calendar day deadline, the Contracting Agency 12 reserves the right to award the Contract to the next lowest responsible 13 Bidder or reject all bids. The Contracting Agency will notify the successful 14 Bidder of the Contract Award in writing. 15 16 1-03.3 Execution of Contract 17 (June 16, 2006 G&O GSP) 18 19 Delete this Section and replace it with the following: 20 21 Within 10 calendar days after the Award date, the successful Bidder shall 22 return the signed Contracting Agency-prepared Contract, an insurance 23 certification as required by Section 1-07.18, and satisfactory bonds as 24 required by law and Section 1-03.4. Before execution of the Contract by 25 the Contracting Agency, the successful Bidder shall provide any pre-Award 26 information the Contracting Agency may require under Section 1-02.15. 27 Until the Contracting Agency executes a Contract, no Proposal shall bind 28 the Contracting Agency nor shall any work begin within the project limits or 29 within Contracting Agency-furnished sites. The Contractor shall bear all 30 risks for any work begun outside such areas and for any materials ordered 31 before the Contract is executed by the Contracting Agency. 32 33 A written Notice to Proceed will be issued after the Contract has been 34 executed by the Contractor and the Contracting Agency, and the 35 performance and labor and material payment bonds, other required 36 certificates and documents and insurance certificates are approved by the 37 Contracting Agency or, where applicable, by State or Federal agencies 38 responsible for funding any portion of the project.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-14 SPECIAL PROVISIONS - Continued

1 1-03.4 Contract Bond 2 (July 23, 2015, G&O GSP) 3 4 Revise the first paragraph to read: 5 6 The successful bidder shall provide an executed performance and public 7 works payment bonds for the full contract amount. These bonds shall: 8 9 1. Be on Contracting Agency-furnished forms; 10 11 2. Be signed by an approved surety (or sureties) that: 12 13 a. Is registered with the Washington State Insurance 14 Commissioner; and 15 16 b. Appears on the current Authorized Insurance List in the State 17 of Washington published by the Office of the Insurance 18 Commissioner. 19 20 3. Be conditioned upon the faithful performance of the contract by the 21 Contractor within the prescribed time; 22 23 4. Guarantee that the Contractor will perform and comply will all 24 obligations, duties, and conditions under the Contract including, but 25 not limited to, the duty and obligation to indemnify, defend, and 26 protect the Contracting Agency against all losses and claims related 27 directly or indirectly from any failure: 28 29 a. Of the Contractor (or any of the employees, subcontractors, 30 or lower tier subcontractors of the Contractor) to faithfully 31 perform and comply with the contract; or 32 33 b. Of the Contractor (or the subcontractors or lower tier 34 subcontractors of the Contractor) to pay all laborers, 35 mechanics, subcontractors, lower tier subcontractors, 36 materialperson, or any other person who provides supplies or 37 provisions for carrying out the work. 38 39 5. Be conditioned upon payment of taxes, increases, and penalties 40 incurred on the project under Titles 50, 51, and 82 RCW; and 41

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-15 SPECIAL PROVISIONS - Continued

1 6. Be accompanied by a power of attorney for the Surety’s officer 2 empowered to sign the bond; and 3 4 7. Be signed by an officer of the Contractor empowered to sign official 5 statements (sole proprietor or partner). If the Contractor is a 6 corporation, the bond must be signed by the president or vice- 7 president, unless accompanied by written proof of the authority of the 8 individual signing the bond to bind the corporation (i.e., corporate 9 resolution, power of attorney or a letter to such effect by the president 10 or vice-president). 11 12 1-03.7 Judicial Review 13 (July 23, 2015 APWA GSP) 14 15 Revise this Section to read: 16 17 Any decision made by the Contracting Agency regarding the Award and 18 execution of the Contract or Bid rejection shall be conclusive subject to the 19 scope of judicial review permitted under Washington Law. Such review, if 20 any, shall be timely filed in the Superior Court of the county where the 21 Contracting Agency headquarters is located, provided that where an action 22 is asserted against a county, RCW 36.01.05 shall control venue and 23 jurisdiction. 24 25 1-04 SCOPE OF THE WORK 26 27 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, 28 Specifications, and Addenda 29 (January 3, 2012 G&O GSP) 30 31 Delete the first two paragraphs of this Section and replace them with the following: 32 33 The complete Contract includes these parts: Contract (Agreement) form, 34 bidder’s completed Proposal Form, the Standard Specifications for Road, 35 Bridge, and Municipal Construction and amendments thereto, Contract 36 Provisions, Plans, Standard Plans, addenda, all required certificates and 37 affidavits, performance and labor and material payment bonds, and change 38 orders. These parts complement each other in describing a complete Work. 39 Any requirement in one part binds as if stated in all parts. The Contractor 40 shall provide any work or materials clearly implied in the Contract even if 41 the Contract does not mention it specifically.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-16 SPECIAL PROVISIONS - Continued

1 Any inconsistency in the parts of the Contract shall be resolved by following 2 this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so 3 forth): 4 5 1. Addenda, 6 2. Proposal Form and Agreement, 7 3. Special Provisions, 8 4. Amendments to the Standard Specifications, 9 5. WSDOT/APWA Standard Specifications for Road, Bridge and 10 Municipal Construction, 11 6. Contract Plans, 12 7. Contracting Agency’s Standard Plans (if any), and 13 8. WSDOT/APWA Standard Plans for Road, Bridge, and 14 Municipal Construction 15 16 1-04.6 Variation in Estimated Quantities 17 (July 23, 2015 APWA GSP) 18 19 Delete the first paragraph of this Section and replace it with the following: 20 21 Payment to the Contractor will be made only for the actual quantities of 22 Work performed and accepted in conformance with the Contract. When the 23 accepted quantity of Work performed under a unit item varies from the 24 original Proposal quantity, payment will be at the unit Contract price for all 25 Work unless the total accepted quantity of any Contract item, adjusted to 26 exclude added or deleted amounts included in change orders accepted by 27 both parties, increases or decreases by more than 25 percent from the 28 original Proposal quantity, and if the total extended bid price for that item at 29 the time of award is equal to or greater than 10 percent of the total Contract 30 price at time of Award. In that case, payment for Contract Work may be 31 adjusted as described herein. 32 33 1-05 CONTROL OF WORK 34 35 1-05.1 Authority of the Engineer 36 (June 16, 2006 G&O GSP) 37 38 This Section is supplemented with the following: 39 40 The Engineer does not purport to be a safety expert, is not engaged in that 41 capacity under this Contract or the Engineer’s contract with the Contracting 42 Agency. The Engineer does not have either the authority or the 43 responsibility to enforce construction safety laws, rules, regulations or 44 procedures, or to order the stoppage of Work for claimed violations thereof.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-17 SPECIAL PROVISIONS - Continued

1 From time to time, the Engineer may inform the Contractor of conditions that 2 may constitute safety issues or violations. Such information will be provided 3 solely to cooperate with and assist the Contractor and shall not make the 4 Engineer or Inspector responsible for the enforcement of safety laws, rules, 5 regulations or procedures. After receiving information relating to safety 6 issues from the Engineer, the Contractor shall make its own examination 7 and analysis of the situation reported and take such action, if any, that the 8 Contractor determines to be appropriate. The Engineer’s performance of 9 project representation and observation services for the Contracting Agency 10 shall not make the Engineer responsible for the enforcement of safety laws, 11 rules, regulations or procedures. The Engineer also shall not be 12 responsible for construction means, methods, techniques, sequences, or 13 procedures or for the Contractor’s failure to properly perform the Work, all 14 of which are entirely the responsibility of the Contractor. 15 16 The Engineer shall have no liability whatsoever to, or contractual 17 relationship with, the Contractor in any way relating to this Contract. The 18 Contracting Agency and the Contractor must look solely to each other for 19 the enforcement with respect to any rights, obligations, claims or liabilities 20 arising under or in any way relating to the Contract. Neither the authority 21 given to the Engineer herein, nor any action or service provided by the 22 Engineer or its subconsultants with regard to the Project, shall create any 23 duty owed by the Engineer or its subconsultants to the Contractor or a 24 cause of action against the Engineer or its subconsultants by Contractor. 25 26 Neither the Engineer nor any of its assistants or agents shall have any 27 power to waive any obligation of the Contract. The Engineer’s failure to 28 reject Work that is defective or otherwise does not comply with the 29 requirements of the Contract shall not constitute approval or acceptance of 30 the Work or relieve the Contractor of its obligations under the Contract, 31 notwithstanding that such Work have been estimated for payment or that 32 payments have been made for that Work. Neither shall such failure to reject 33 Work, nor any acceptance by the Engineer or by the Contracting Agency of 34 any part of or the whole of the Work bar a claim by the Contracting Agency 35 at any subsequent time for recovery of damages for the cost of removal and 36 replacement of any portions of the Work that do not comply with the 37 Contract.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-18 SPECIAL PROVISIONS - Continued

1 1-05.2 Authority of Assistants and Inspectors 2 (June 16, 2006 G&O GSP) 3 4 This Section is supplemented with the following: 5 6 The presence or absence of an Inspector at the Work site will be at the sole 7 discretion of the Contracting Agency and will not in any way relieve the 8 Contractor of its responsibility to properly perform the Work as required by 9 the Contract Provisions. 10 11 The Inspector does not purport to be a safety expert, and is not engaged in 12 that capacity under this Contract or the Engineer’s contract with the 13 Contracting Agency. The Inspector does not have the authority or the 14 responsibility to enforce construction safety laws, rules, regulations or 15 procedures, or to order the stoppage of Work for claimed violations thereof. 16 From time to time, the Inspector may inform the Contractor of conditions 17 that may constitute safety issues or violations. Such information will be 18 provided solely to cooperate with and assist the Contractor and shall not 19 make the Inspector or the Engineer responsible for the enforcement of 20 safety laws, rules, regulations or procedures. After receiving information 21 relating to safety issues from the Resident Engineer, the Contractor shall 22 make its own examination and analysis of the situation reported and take 23 such action, if any, that the Contractor determines to be appropriate. The 24 Inspector’s performance of project representation and observation services 25 shall not make the Inspector responsible for the enforcement of safety laws, 26 rules, regulations or procedures; nor shall it make the Inspector responsible 27 for construction means, methods, techniques, sequences, or procedures, 28 or for the Contractor’s failure to properly perform the Work, all of which are 29 entirely the responsibility of the Contractor. 30 31 1-05.4 Conformity With and Deviation from Plans and Stakes 32 (February 15, 2008 G&O GSP) 33 34 Delete this Section and replace it with the following: 35 36 1-05.4(1) Description 37 38 The Contracting Agency will provide construction survey for this project as 39 specifically listed herein. The Contractor shall furnish all additional survey 40 he deems necessary beyond that stated below. All costs of Contractor 41 provided survey to include any additional calculations, surveying, and 42 measuring required for utilizing and maintaining the necessary lines and 43 grades provided by the Contracting Agency shall be the Contractor’s 44 responsibility and shall be considered incidental to the project, and as such,

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-19 SPECIAL PROVISIONS - Continued

1 merged in the various prices bid. The Contractor shall be responsible for 2 maintaining and the cost of resetting all Contracting Agency-provided 3 stakes, hubs, lath, nails, etc. All construction staking provided by the 4 Contracting Agency is on a “One-Time Basis” only. Any restaking required 5 due to stakes being removed, lost, damaged, or displaced by the 6 Contractor, Contractor’s subcontractor, Contractor’s material suppliers, or 7 others working directly or indirectly for the Contractor shall be replaced at 8 the Contractor’s expense. As such, the Contracting Agency’s surveyors will 9 be employed for this restaking. The Contractor shall be charged by the 10 Contracting Agency at $200.00 per hour including travel time and the cost 11 of this work shall be deleted from money due the Contractor. 12 13 The meaning of words and terms used in this provision shall be as listed in 14 “Definitions of Surveying and Associated Terms” current edition, published 15 by the American Congress on Surveying and Mapping, and the American 16 Society of Civil Engineers. 17 18 Contracting Agency provided survey shall include one set of the following: 19 20 1. Contracting Agency will establish the centerlines of all 21 alignments, by placing hubs, stakes, nails, or marks on 22 centerline or on offsets to centerline, including the beginning 23 and end points of horizontal and vertical curves. Centerline 24 alignment points will be set at intervals of approximately 100 25 feet. 26 27 2. Contracting Agency will establish clearing limits, placing 28 stakes at all major angle points and at intermediate points at 29 approximately 100-foot intervals. 30 31 3. Contracting Agency will establish grading limits, placing slope 32 stakes at centerline increments of approximately 50 feet. 33 Contracting Agency will establish offset reference to all slope 34 stakes. 35 36 4. Contracting Agency will establish the horizontal and vertical 37 location of all major sanitary, storm, and water structures, 38 placing offset stakes to all sanitary, storm, and water 39 structures. An offset line will be staked for the horizontal 40 sanitary and storm pipe alignment as follows: one stake at 41 25 foot and one stake at 100-foot stations, as measured 42 upstream from structures. Water mains will be staked at tees, 43 angle points, and at approximate 200-foot intervals. 44

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-20 SPECIAL PROVISIONS - Continued

1 5. Contracting Agency will establish centerline subgrade 2 roadbed elevations by placing cut/fill stakes. Contracting 3 Agency will establish centerline final surfacing grades by 4 placing grade stakes to top of gravel elevations. Subgrade 5 and top of gravel stakes will be set at horizontal intervals not 6 greater than 50 feet in tangent sections and 25 feet in more 7 severe vertical curve transitions. 8 9 6. Contracting Agency will establish intermediate elevation 10 benchmarks, and/or control points, as needed to check work 11 throughout the project. 12 13 7. Contracting Agency will place offset stakes for “TBC” top back 14 of curb in curb at horizontal intervals not greater than 50 feet 15 in tangent sections and 25 feet in vertical curve transitions, 16 including curb returns, mid-point in curb returns and radius 17 point. 18 19 8. Contracting Agency will provide one-time staking and layout, 20 to adequately locate, construct, and check the specific 21 construction activity as follows: 22 23  Block or modular block walls will be staked with a 24 single offset line to the bottom face of wall, placing 25 stakes at beginning and end of walls, horizontal angle 26 points/curves and at approximately 50-foot intervals. 27  Illumination poles, signal poles, junction boxes, and 28 sign posts will be staked with a single offset point. 29  Channelization striping will NOT be staked by the 30 Contracting Agency. Rather it shall be staked/located 31 by the Contractor and reviewed in the field by the 32 Engineer prior to its installation. 33 34 9. Contracting Agency will establish horizontal locations of 35 additional project items only if such locations cannot be 36 readily determined from other project features and details in 37 the Contract Documents, including but not limited to the 38 following: 39 40  Fencing and railings (including gates), guardrail, 41 centerline of ADA ramps, centerline of driveway 42 approaches, concrete stairs, traffic signal loops, control 43 cabinets/service cabinets, landscaping, irrigation 44 facilities and sawcuts. City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-21 SPECIAL PROVISIONS - Continued

1 The Contractor shall provide the Contracting Agency copies of any 2 calculations and staking data performed by the Contractor when requested 3 by the Engineer. 4 5 Stakes shall be marked in accordance with the Plans. When stakes are 6 needed that are not described in the Plans, those stakes shall be marked 7 as directed by the Engineer. 8 9 The Contracting Agency is responsible for locating and referencing those 10 monuments shown on the Plans, of being removed or destroyed during 11 construction, and preparing the state forms for those monuments only. The 12 Contractor shall protect all survey markers and monuments unless shown 13 otherwise on the Plans. It is anticipated that some survey markers, 14 monuments, and property corners will be disturbed or destroyed by 15 construction operations. In the event the Contractor disturbs or destroys 16 any survey marker during the course of construction, not indicated to be 17 removed/replaced on the Plans, the Contractor shall bear all costs of 18 survey, resetting, legal claims, filing state forms, and any and all costs 19 associated with this item. 20 21 All survey markers, property corners, or monuments, not shown on the 22 plans to be replaced, shall be protected and preserved as specified herein. 23 The Contractor shall employ a land surveyor registered in the State of 24 Washington and acceptable to the Contracting Agency and submit name, 25 address, and telephone number of surveyor before starting construction. 26 27 The Contractor shall maintain a complete and accurate reference record of 28 all survey markers, monuments, property corners, etc., on this project. No 29 such marker, monument, pin, or point shall be removed or disturbed prior to 30 “reference” points being established by said land surveyor. Any and all 31 State forms required for temporary removal of such a marker, monument, 32 or property corner/stake shall be procured and processed by the 33 contractor’s licensed land surveyor. A copy of this form(s) shall be given to 34 the Contracting Agency. 35 36 The Contractor shall provide traffic control sufficient to permit the Engineer 37 to set those points and elevations that are the responsibility of the 38 Contracting Agency and to perform random checks of the surveying 39 performed by the Contractor. 40 41 The Contractor shall keep the Engineer informed of staking requirements to 42 provide the Engineer with adequate time to set the stakes for which the 43 Contracting Agency is responsible. Contractor requests for stakes shall be

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-22 SPECIAL PROVISIONS - Continued

1 made, in writing on the form provided by the Engineer, at least 3 full working 2 days before the Engineer is required to begin the staking operation. 3 4 1-05.4(2) Payment 5 6 All costs to prepare and implement any additional survey work as required 7 by the Contractor to complete the Work, including maintaining, resetting, 8 referencing, resurveying, checking, replacement of missing or damaged 9 stakes, and coordination efforts shall be included in the bid prices for the 10 various items associated with the survey work. 11 12 1-05.7 Removal of Defective and Unauthorized Work 13 (June 16, 2006 G&O GSP) 14 15 This Section is supplemented with the following: 16 17 If the Contractor fails to remedy defective or unauthorized work within the 18 time specified in a written notice from the Contracting Agency, or fails to 19 perform any part of the Work required by the Contract, the Engineer may 20 correct and remedy such work as may be identified in the written notice with 21 Contracting Agency forces or by such other means as the Contracting 22 Agency may deem necessary. 23 24 If the Contractor fails to comply with a written order to remedy what the 25 Engineer determines to be an emergency or urgent situation, the 26 Contracting Agency may have the defective work corrected immediately, 27 have the rejected work removed and replaced, or have work that the 28 Contractor refuses or fails to perform completed by others. An emergency 29 or urgent situation is any situation when, in the opinion of the Engineer, a 30 delay in taking remedial action could be potentially unsafe and may cause 31 risk of personal injury, property damage, or economic loss to the public, the 32 Work, or the Contracting Agency. 33 34 Direct or indirect costs incurred by the Contracting Agency attributable to 35 correcting and remedying defective or unauthorized work, or work the 36 Contractor failed or refused to perform, shall be paid by the Contractor. 37 Payment will be deducted by the Contracting Agency from monies due, or 38 to become due, the Contractor. Such direct and indirect costs shall include, 39 without limitation, compensation for additional professional services 40 required, and costs for repair and replacement of work of others destroyed 41 or damaged by correction, removal, or replacement of the Contractor’s 42 defective or unauthorized work.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-23 SPECIAL PROVISIONS - Continued

1 No extension of the Contract time or additional compensation will be 2 allowed because of any delay in the performance of the Work attributable 3 to the Contracting Agency’s exercise of its rights provided by this Section. 4 5 The rights provided to the Contracting Agency by this Section shall not 6 diminish the Contracting Agency’s right to pursue any other or additional 7 remedy with respect to the Contractor’s failure to perform the Work as 8 required. 9 10 1-05.11 Final Inspection 11 (June 16, 2006 G&O GSP) 12 13 Delete this Section and replace it with the following: 14 15 1-05.11 Final Inspections and Operational Testing (New Section) 16 (June 16, 2006 G&O GSP) 17 18 1-05.11(1) Substantial Completion Date 19 20 When the Contractor considers the Work to be substantially complete, the 21 Contractor shall notify the Engineer in writing and request that the Engineer 22 establish the Substantial Completion Date. The Contractor’s notice shall 23 list the specific items of the Work that remain to be completed in order to 24 achieve physical completion. The Engineer will schedule an inspection of 25 the Work with the Contractor to determine the status of completion. The 26 Engineer may also establish the Substantial Completion Date unilaterally. 27 28 If, after inspection, the Engineer concurs with the Contractor that the Work 29 is substantially complete and ready for its intended use, the Engineer, by 30 written notice to the Contractor, will establish the Substantial Completion 31 Date. If, after inspection, the Engineer does not consider the Work to be 32 substantially complete and ready for its intended use, the Engineer will 33 notify the Contractor in writing and provide the reasons therefore. 34 35 Upon receipt of written notice either establishing the Substantial Completion 36 Date or informing the Contractor that the Work is not substantially complete, 37 whichever is applicable, the Contractor shall pursue vigorously, diligently 38 and without unauthorized interruption, the work necessary to reach 39 substantial completion and physical completion of the Work. The 40 Contractor shall provide the Engineer with a revised schedule indicating 41 when the Contractor expects to reach substantial and physical completion 42 of the Work.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-24 SPECIAL PROVISIONS - Continued

1 The above process shall be repeated until the Engineer establishes the 2 Substantial Completion Date and the Contractor considers the Work 3 physically complete and ready for final inspection. 4 5 1-05.11(2) Final Inspection and Physical Completion Date 6 7 When the Contractor considers the Work to be physically complete and 8 ready for final inspection, the Contractor shall provide written notice to the 9 Engineer requesting a final inspection. The Engineer will then schedule a 10 date for final inspection. The Engineer and the Contractor will then make a 11 final inspection, and the Engineer will notify the Contractor in writing of all 12 particulars in which the final inspection reveals the Work to be incomplete 13 or unacceptable. The Contractor shall immediately take such corrective 14 measures as are necessary to remedy the listed deficiencies. Corrective 15 work shall be pursued vigorously, diligently, and without interruption until 16 the listed deficiencies have been completed. This process will continue until 17 the Contracting Agency is satisfied the listed deficiencies have been 18 corrected and the Work is physically complete. 19 20 If action to correct the listed deficiencies is not initiated within seven days 21 after receipt of the written notice listing the deficiencies, the Contracting 22 Agency may, upon written notice to the Contractor, take whatever steps are 23 necessary to correct those deficiencies pursuant to Section 1-05.7. The 24 Contractor will not be allowed any extension of the Contract time or 25 additional compensation because of a delay in the performance of the Work 26 attributable to the exercise of the Contracting Agency’s rights hereunder. 27 28 Upon correction of all deficiencies, the Engineer will notify the Contractor 29 and the Contracting Agency, in writing, of the date upon which the Work was 30 considered physically complete. That date shall constitute the Physical 31 Completion Date of the Contract, but shall not constitute acceptance of the 32 Work or imply that all the obligations of the Contractor under the Contract 33 have been fulfilled. 34 35 Add the following new section: 36 37 1-05.12(1) 2-Year Guarantee Period 38 (March 8, 2013 APWA GSP) 39 40 The Contractor shall return to the project and repair or replace all defects in 41 workmanship and material discovered within two years after Final 42 Acceptance of the Work. The Contractor shall start work to remedy any 43 such defects within 7 calendar days of receiving Contracting Agency’s 44 written notice of a defect, and shall complete such work within the time

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-25 SPECIAL PROVISIONS - Continued

1 stated in the Contracting Agency’s notice. In case of an emergency, where 2 damage may result from delay or where loss of services may result, such 3 corrections may be made by the Contracting Agency’s own forces or 4 another contractor, in which case the cost of corrections shall be paid by the 5 Contractor. In the event the Contractor does not accomplish corrections 6 within the time specified, the work will be otherwise accomplished and the 7 cost of same shall be paid by the Contractor. 8 9 When corrections of defects are made, the Contractor shall then be 10 responsible for correcting all defects in workmanship and materials in the 11 corrected work for two years after acceptance of the corrections by 12 Contracting Agency. 13 14 This guarantee is supplemental to and does not limit or affect the 15 requirements that the Contractor’s work comply with the requirements of the 16 Contract or any other legal rights or remedies of the Contracting Agency. 17 18 1-05.13 Superintendents, Labor and Equipment of Contractor 19 (August 14, 2013 APWA GSP) 20 21 Delete the sixth and seventh paragraph of this Section. 22 23 1-05.14 Cooperation With Other Contractors 24 (March 13, 1995) 25 26 This Section is supplemented with the following: 27 28 Other Contracts or Other Work 29 It is anticipated that construction activities, adjacent to or within the limits of this 30 project, will be performed by the owners of existing utilities during the course 31 of this project and will require coordination of the work, all at no additional cost 32 to the Contracting Agency. 33 34 1-05.15 Method of Serving Notices 35 (March 25, 2009 APWA GSP)

36 Revise the second paragraph to read: 37 38 All correspondence from the Contractor shall be directed to the Project 39 Engineer. All correspondence from the Contractor constituting any 40 notification, notice of protest, notice of dispute, or other correspondence 41 constituting notification required to be furnished under the Contract, must 42 be in paper format, hand delivered or sent via mail delivery service to the 43 Contracting Agency and Project Engineer's office. Electronic formats such

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-26 SPECIAL PROVISIONS - Continued

1 as e-mails or electronically delivered copies of correspondence will not 2 constitute such notice and will not comply with the requirements of the 3 Contract. 4 5 Add the following new section: 6 7 1-05.16 Water and Power (New Section) 8 (October 1, 2005 APWA GSP) 9 10 The Contractor shall make necessary arrangements, and shall bear 11 the costs for power and water necessary for the performance of the 12 work, unless the Contract includes power and water as a pay item. 13 14 1-06 CONTROL OF MATERIAL 15 16 1-06.1 Approval of Materials Prior to Use 17 (January 3, 2012 G&O GSP) 18 19 This Section is supplemented with the following: 20 21 The Contractor shall be responsible for the accuracy and completeness of 22 the information contained in each QPL and RAM submittal and shall ensure 23 that all material, equipment or method of work shall be as described in the 24 QPL and approved RAM. The Contractor shall verify that all features of all 25 products conform to the requirements of the Contract and Plans. The 26 Contractor shall ensure that there is no conflict with other submittals and 27 specifically notify the Contracting Agency in each case where the 28 Contractor’s submittal may affect the work of another contractor or the 29 Contracting Agency. The Contractor shall ensure coordination of submittals 30 among the related crafts and subcontractors. If the Contractor proposes to 31 provide material, equipment, or a method of work, which deviates from the 32 Contract, the Contractor shall indicate so on the transmittal form 33 accompanying the QPL and/or RAM submittals and submit a written request 34 to the Engineer for approval of the proposed substitution. 35 36 Submittals required for the Work shall include any or all of the following, as 37 required by the Contract: 38 39 a. Manufacturer's literature 40 b. Shop drawings 41 c. Material samples 42 d. Test reports

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-27 SPECIAL PROVISIONS - Continued

1 Timing of Product Submittals 2 3 All submittal information shall be sent to the Engineer through the 4 Contractor. 5 All submittals shall be provided far enough in advance of installation to allow 6 sufficient time for reviews and necessary approvals. 7 8 The Contractor shall allow at least 14 calendar days for the Engineer's 9 review of all submittals. 10 11 Number of Submittals 12 13 The Contractor shall submit four (min.) copies of each QPL and RAM 14 submittal. One (min.) copy will be returned to the Contractor and three 15 (min.) will be retained by the Contracting Agency and Engineer. In lieu of 16 submitting hard copies the Contractor may submit QPLs and RAMs 17 electronically. 18 19 Resubmittals 20 21 When a submittal is resubmitted for any reason, it shall be resubmitted 22 referencing the previous RAM # and the number of times it has been 23 resubmitted (RAM # - times resubmitted). 24 25 Delays 26 27 All costs of delays caused by the failure of the Contractor to provide 28 submittals in a timely manner will be borne by the Contractor. 29 30 Payment 31 32 The cost to prepare and submit submittals, equipment manuals, testing, and 33 materials samples shall be included in the bid prices for various items 34 associated with the required submittals. 35 36 1-06.1(2) Request for Approval of Material (RAM) 37 (June 16, 2006 G&O GSP) 38 39 This Section is supplemented with the following: 40 41 Submittal Information 42 Shop, catalog, and other appropriate drawings shall be submitted to the 43 Engineer for review prior to fabrication or ordering of all equipment or 44 materials specified. Submittal documents shall be clearly edited to indicate

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-28 SPECIAL PROVISIONS - Continued

1 only those items, models, or series of materials or equipment which are 2 being submitted for review. All extraneous materials shall be crossed out 3 or otherwise obliterated. 4 5 Shop drawings shall be submitted in the form of blue-line or black-line prints 6 of each sheet. Blueprint submittals will not be acceptable. 7 8 All shop drawings shall be accurately drawn to a scale sufficiently large 9 enough to show pertinent features and methods of connection or jointing. 10 Figure dimensions shall be used on all shop drawings, as opposed to scaled 11 dimensions. 12 13 All shop drawings shall bear the Contractor's certification that the Contractor 14 has reviewed, checked, and approved the shop drawings. 15 16 1-06.2(1) Samples and Test for Acceptance 17 (January 3, 2012 G&O GSP) 18 19 This Section is supplemented with the following: 20 21 The Contractor shall be responsible for all materials testing specified in the 22 Contract Provisions. The materials testing laboratory shall be accredited 23 for performing the various testing methods either by AASHTO R18, 24 AASHTO 150/IEC 17025, or the American Association for Laboratory 25 Accreditation and further approved by the Contracting Agency. Test 26 methods shall be completed in accordance with the current WSDOT 27 Standard Specifications and Construction Manual. The Engineer or the 28 Inspector shall specify the items or areas to be tested. The materials testing 29 laboratory shall send test results directly to the Contracting Agency. Any 30 area that does not meet the material gradation and/or compaction test 31 requirements shall be repaired/replaced at the Contractor’s expense. Areas 32 that do not meet compaction test requirements shall be retested at the 33 Contractor’s expense. Locations for testing and retesting shall be selected 34 and marked by the Engineer. 35 36 The maximum density and optimum moisture content methods shall be in 37 accordance with the Contract Provisions. The frequency and type of testing 38 the Contractor shall provide is listed below:

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-29 SPECIAL PROVISIONS - Continued

1 Earthwork 2 Item Location Test Testing Frequency Undisturbed Structures In Place Two random tests in Native Soil Density(3) building footings and two tests on subgrade within

building line. Moisture One test and any time Density material type changes. Relationship (Modified Proctor) Fills and Structures In Place One test per structure Backfills (adjacent to) Density(3) Backfills per 2,000 sq. ft. taken 12 inches below finished Grade. Moisture One test and any time Density material type changes. Relationship (Modified Proctor) Subgrades Site In Place One test per lift per Density(3) 2,500 sq. ft. Moisture One test and any time Density material type changes. Relationship (Modified Proctor) Embankments Any In Place One test per lift per or Borrow Density(3) 500 cubic yards placed. 3 4

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-30 SPECIAL PROVISIONS - Continued

1 Trenching 2 Item Test Testing Frequency Pipe Bedding Gradation(1) One for each material source. Moisture Density One test and any time Relationship (Modified material changes Proctor) Trench Backfill Gradation(1) One for each material source. In-Place Density(1)(2)(3)(4) One every 100 feet of trench and every 2 feet in depth of backfill material. Moisture Density One prior to start of Relationship (Modified backfilling operations, Proctor)(3) one every 20 densities and any time material type changes. 3 4 Aggregate Materials 5 Item Test Testing Frequency Crushed Surfacing Gradation, SE and Fracture 1 – 2,000 TN. Base Course Density(1) One test on every lift on material placed at a frequency of 250 square yards of completed area. Moisture Density One test and any Relationship (Modified time material Proctor) changes Crushed Surfacing Gradation, SE and Fracture 1 – 2,000 TN. Top Course Density(1) One test on every lift on material placed at a frequency of 250 square yards of completed area. 6 Item Test Testing Frequency Moisture Density One test and any Relationship (Modified time material Proctor) changes City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-31 SPECIAL PROVISIONS - Continued

1 Hot Mix Asphalt and Asphalt Treated Base 2 Item Test Testing Frequency Commercial HMA Rice Density 1 – project. and ATB HMA Cl. ___ Rice Density 1 – project. PG ___ Project Quantity < 400 tons HMA Cl. ___ Rice Density, Gradation, 1 – project. PG ___ Project Asphalt Binder Content and Quantity > 400 tons Percent Air Voids (Va) < 800 tons HMA Cl. ___ Rice Density, Gradation, 1 – 1,000 TN.(5) PG ___ Project Asphalt Binder Content and Quantity > 800 tons Percent Air Voids (Va) Commercial HMA, Compaction(1) 1 – 100 TN. HMA Cl. ___ PG ____, ATB 3 4 Hot Mix Asphalt Aggregate(9) 5 Item Test Testing Frequency Aggregate SE, Fracture 1 – 2,000 TN. Blend Sand SE 1 – Project. Filler Sp. G and Pl Certificate. 6 7 PCC Paving 8 Item Test Testing Frequency Course Aggregate(7) Gradation 1 – 1,000 CY. Fine Aggregate(7) Gradation 1 – 1,000 CY. Combined Gradation 1 – 1,000 CY. Aggregate(7) Air Content(10) Air Each Day; First truck and each load until two successive loads meet specification. Cylinders Compressive Strength 1 – 500 CY. (28 Day) Beam Flextural Strength 1 – 500 CY. (14 Day) Core Density 1 – 500 CY. Thickness 1 – 500 CY. 9 City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-32 SPECIAL PROVISIONS - Continued

Item Test Testing Frequency Cement(6) Chemical and Physical Certification 1 2 PCC Structures (All PCC except PCC Paving) 3 Item Test Testing Frequency Course Aggregate(7)(8) Gradation 1 – 1,000 CY. Fine Aggregate(7)(8) Gradation 1 – 1,000 CY. Combined Gradation 1 – 1,000 CY. Aggregate(7)(8) Consistency(10) Slump Each Day; First truck and each load until two successive loads meet specification. Air Content(10) Air Each Day; First truck and each load until two successive loads meet specification. Cylinders (28 Day)(8) Compressive Strength 1 – 50 CY. Cement(6)(8) Chemical and Physical Certification Grout Compressive Strength 1 set/day. 4 (1) All acceptance tests shall be conducted from in-place samples. 5 (2) Additional tests shall be conducted when variations occur due to the Contractor’s 6 operations, weather conditions, site conditions, etc. 7 (3) All compaction shall be in accordance with the Compaction Control Test of Section 8 2-03.3(14)D. The nuclear densometer, if properly calibrated, may be used for the 9 required testing frequency and procedures. The densometer shall be calibrated 10 and is recommended for use when the time for complete results becomes critical. 11 (4) Depending on soil conditions, it is anticipated that compaction tests will be required 12 at depths of two feet above the pipe and at each additional two feet to the existing 13 surface plus a test at the surface. 14 (5) A minimum of three samples, on a random basis, shall be taken and tested. 15 (6) Cement may be accepted by the Engineer based on the Manufacturer’s Mill Test 16 Report number indicating full conformance to the Specification. 17 (7) The frequency for fine, course, and combined concrete aggregate samples for 18 PCC Paving and PCC Structures shall be based on the cubic yard (CY) of 19 concrete. 20 (8) Commercial concrete will be accepted with Certificate of Compliance. 21 (9) Hot mix asphalt aggregate tests are not required for Commercial HMA or for HMA 22 Cl. ____ PG ___ that has a project quantity of < 400 tons. 23 (10) Agency representative to witness each test.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-33 SPECIAL PROVISIONS - Continued

1 Payment 2 3 All costs to prepare and implement the sample and testing program shall be 4 included in the bid prices for the various items associated with the sample 5 and testing program. 6 7 1-06.2(2)B Financial Incentive 8 (February 15, 2008 G&O GSP) 9 10 Delete the first sentence of the first paragraph of this Section. 11 12 1-06.4 Handling and Storing Materials 13 (June 16, 2006 G&O GSP) 14 15 This Section is supplemented with the following: 16 17 The Contractor may be required to provide off-site storage of equipment 18 and materials to enable construction to occur at the construction site. The 19 Contractor has full responsibility to secure all off-site storage areas, if 20 needed, and shall include the costs for providing such storage areas in the 21 Proposal for the individual equipment and material bid items requiring off- 22 site storage. All off-site storage areas shall be fenced, secure and have 23 access restricted or withheld from the general public. 24 25 1-06.6 Recycled Materials 26 (January 4, 2016 APWA GSP) 27 28 Delete this Section, including its subsections, and replace it with the following: 29 30 The Contractor shall make their best effort to utilize recycled materials in 31 the construction of the project. Approval of such material use shall be as 32 detailed elsewhere in the Standard Specifications. 33 34 Prior to Physical Completion the Contractor shall report the quantity of 35 recycled materials that were utilized in the construction of the project for 36 each of the items listed in Section 9-03.21. The report shall include hot mix 37 asphalt, recycled concrete aggregate, recycled glass, steel furnace slag 38 and other recycled materials (e.g. utilization of on-site material and 39 aggregates from concrete returned to the supplier). The Contractor’s report 40 shall be provided on DOT form 350-075 Recycled Materials Reporting.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-34 SPECIAL PROVISIONS - Continued

1 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 2 3 1-07.1 Laws to be Observed 4 (June 16, 2006 G&O GSP) 5 6 This Section is supplemented with the following: 7 8 In cases of conflict between different safety regulations, the more stringent 9 regulation shall apply. 10 11 The Washington State Department of Labor and Industries shall be the sole 12 and paramount administrative agency responsible for the administration of 13 the provisions of the Washington Industrial Safety and Health Act of 1973 14 (WISHA). 15 16 All Work under this Contract shall be performed in a safe manner. The 17 Contractor and all Subcontractors shall observe all rules and regulations of 18 the Washington State Department of Labor and Industries, rules and 19 regulations of OSHA, WISHA or any other jurisdiction, and all other 20 applicable safety standards. The Contractor shall be solely and completely 21 responsible for conditions of the job site, including safety of all persons and 22 property during performance of the Work. This requirement shall apply 23 continuously and not be limited to normal working hours. 24 25 The Engineer’s review of the Contractor’s work plan, safety plan, 26 construction sequence, schedule or performance does not and is not 27 intended to include review or approval of the adequacy of the Contractor’s 28 safety measures in, on, or near the construction site. The Contracting 29 Agency and the Engineer do not purport to be safety experts, is not engaged 30 in that capacity under this Contract, and has neither the authority nor the 31 responsibility to enforce construction safety laws, rules, regulations, or 32 procedures, or to order the stoppage of Work for claimed violations thereof. 33 34 The Contractor shall exercise every precaution at all times for the 35 prevention of accidents and the protection of persons (including employees) 36 and property. All exposed moving parts of equipment capable of inflicting 37 injury by accidental contact shall be protected with sturdy removable guards 38 in accordance with applicable safety regulations.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-35 SPECIAL PROVISIONS - Continued

1 (April 3, 2006) 2 Confined Space 3 4 Confined spaces are known to exist at the following locations: 5 6 All manholes and underground structures within project limits. 7 8 The Contractor shall be fully responsible for the safety and health of all on-site 9 workers and compliant with Washington Administrative Code (WAC 296-809). 10 11 The Contractor shall prepare and implement a confined space program for the 12 work. No work shall be performed in or adjacent to the confined space until the 13 Contractor has prepared and implemented the confined space program. 14 15 All costs to prepare and implement the confined space program shall be included 16 in the bid prices for the various items associated with the confined space work. 17 18 1-07.2 Sales Tax 19 20 Delete this section, including its subsections, in its entirety and replace it with the 21 following: 22 23 1-07.2 Sales Tax 24 (June 27, 2011 APWA GSP) 25 26 The Washington State Department of Revenue has issued special rules 27 on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to 28 clarify those rules. The Contractor should contact the Washington State 29 Department of Revenue for answers to questions in this area. The 30 Contracting Agency will not adjust its payment if the Contractor bases a 31 bid on a misunderstood tax liability. 32 33 The Contractor shall include all Contractor-paid taxes in the unit bid prices 34 or other contract amounts. In some cases, however, state retail sales tax 35 will not be included. Section 1-07.2(2) describes this exception. 36 37 The Contracting Agency will pay the retained percentage (or release the 38 Contract Bond if a FHWA funded project) only if the Contractor has 39 obtained from the Washington State Department of Revenue a certificate 40 showing that all contract-related taxes have been paid (RCW 60.28.051). 41 The Contracting Agency may deduct from its payments to the Contractor 42 any amount the Contractor may owe the Washington State Department of 43 Revenue, whether the amount owed relates to this contract or not. Any 44 amount so deducted will be paid into the proper State fund.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-36 SPECIAL PROVISIONS - Continued

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

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-37 SPECIAL PROVISIONS - Continued

1 1-07.2(3) Services 2 3 The Contractor shall not collect retail sales tax from the Contracting 4 Agency on any contract wholly for professional or other services (as 5 defined in Washington State Department of Revenue Rules 138 and 244). 6 7 1-07.5 Environmental Regulations 8 9 This Section is supplemented with the following: 10 11 (September 20, 2010) 12 Environmental Commitments 13 The following Provisions summarize the requirements, in addition to those 14 required elsewhere in the Contract, imposed upon the Contracting Agency 15 by the various documents referenced in the Special Provision PERMITS 16 AND LICENSES. Throughout the work, the Contractor shall comply with 17 the following requirements: 18 19 (August 3, 2009) 20 The intentional bypass of stormwater from all or any portion of a stormwater 21 treatment system is prohibited without the approval of the Engineer. 22 23 (August 3, 2009) 24 Payment 25 All costs to comply with this special provision for the environmental 26 commitments and requirements are incidental to the contract and are the 27 responsibility of the Contractor. The Contractor shall include all related 28 costs in the associated bid prices of the contract. 29 30 1-07.6 Permits and Licenses 31 32 (November 30, 2015 G&O GSP) 33 34 This Section is supplemented with the following: 35 36 All costs to obtain and comply with all the permit(s) required for this project 37 shall be included in the applicable bid item for the work involved. The 38 Contracting Agency has obtained the below-listed permit(s) for this project. 39 A copy of the permit(s) is attached as an appendix for informational 40 purposes. Copies of all permits are required to be onsite at all times. 41 42 Erosivity Waiver Certification 43

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-38 SPECIAL PROVISIONS - Continued

1 The Contractor shall procure, at no cost to the Contracting Agency, a 2 business license in order to conduct work within the corporate City limits. 3 The Contractor shall obtain this license and permits prior to commencing 4 work, from the City of Soap Lake, 239 Second Avenue SE, Soap Lake, 5 Washington 98851. 6 7 1-07.7 Load Limits 8 (March 13, 1995) 9 10 This Section is supplemented with the following: 11 12 If the sources of materials provided by the Contractor necessitate hauling 13 over roads other than Contracting Agency roads, the Contractor shall, at the 14 Contractor’s expense, make all arrangements for the use of the haul routes. 15 16 1-07.13 Contractor’s Responsibility for Work 17 (March 31, 2010 G&O GSP) 18 19 1-07.13(1) General 20 21 Delete this Section in its entirety and replace it with the following: 22 23 All work and material for the contract, including any change order work, shall 24 be at the sole risk of the Contractor until the entire improvement has been 25 completed as determined by the Engineer and Contracting Agency, except 26 as provided in this Section. 27 28 The Contractor shall rebuild, repair, restore, and make good all damages to 29 any portion of the permanent or temporary work occurring before the 30 physical completion date and shall bear all the expense to do so. 31 32 If the performance of the work is delayed as a result of damage by others, 33 an extension of time will be evaluated in accordance with Section 1-08.8. 34 35 Nothing contained in this Section shall be construed as relieving the 36 Contractor of responsibility for, or damage resulting from, the Contractor’s 37 operations or negligence, nor shall the Contractor be relieved from full 38 responsibility for making good any defective work or materials as provided 39 for under Section 1-05.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-39 SPECIAL PROVISIONS - Continued

1 1-07.16 (1) Private/Public Property 2 (August 1, 2009 G&O GSP) 3 4 This Section is supplemented with the following: 5 6 The Contractor shall keep the Work site, staging areas, and Contractor’s 7 facilities clean and free from rubbish and debris. Materials and equipment 8 shall be removed from the site when they are no longer necessary. 9 10 Damage and Claims 11 12 Along the street to be improved there are privately owned improvements on 13 the properties abutting the right-of-way. Even though all reasonable 14 precaution is to be taken by the Contractor, these improvements may in 15 some instances be damaged. In the event such occurs, and claims for 16 damages are filed by the property owners, the Contracting Agency will 17 request the Contractor to provide evidence that the Contractor has 18 requested its insurance company to contact the claimant. Any settlement 19 for claims for damage to private property shall be by and between the 20 claimant, the Contractor, and the Contractor’s insurance company. 21 22 1-07.17 Utilities and Similar Facilities 23 (January 3, 2012) 24 25 This Section is supplemented with the following: 26 27 Locations and dimensions shown in the Plans for existing facilities are in 28 accordance with available information obtained without uncovering, 29 measuring, or other verification. 30 31 Utility Locations 32 33 The following addresses and telephone numbers of utility companies known 34 or suspected of having facilities within the project limits are supplied for the 35 Contractor’s convenience.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-40 SPECIAL PROVISIONS - Continued

1 Water & Sewer Water CITY OF SOAP LAKE LAKEVIEW PARK WATER ASSOC. (509) 246-1823 (509) 398-5029

Power Communications GRANT COUNTY PUD- FRONTIER COMMUNICATION NW INC. EPHRATA (800) 778-9140 (509) 754-5022

State Communications WA STATE DOT – NORTH NORTHLAND CABLE TV CENTRAL REGION (509) 765-6151 (509) 667-3085 2 3 1-07.17(2) Utility Construction, Removal, or Relocation by Others 4 (February 15, 2008 G&O GSP) 5 6 Delete this Section in its entirety and replace with the following: 7 8 Any authorized agent of the Contracting Agency or utility owners may enter 9 the right-of-way to repair, rearrange, alter, or connect their equipment. The 10 Contractor shall cooperate with such effort and shall avoid creating delays 11 or hindrances to those doing the work. As needed, the Contractor shall 12 arrange to coordinate work schedules. 13 14 The Contractor shall carry out the Work in a way that will minimize 15 interference and delay for all forces involved. Any costs incurred prior to 16 the utility owners anticipated completion (or if no completion is specified, 17 within a reasonable period of time) that results from the coordination and 18 prosecution of the Work regarding utility adjustment, relocation, 19 replacement, or construction shall be at the Contractor’s expense as 20 provided in Section 1-05.14. 21 22 The Contractor shall coordinate all work with the various utility companies 23 and their Contractors. The Contractor, when scheduling his work crews, 24 shall use production rates that anticipate the need to provide block-outs 25 and/or gaps in the driveways, curb and gutter, and/or pavement sections 26 where existing utility structures currently exist, and then come back at a 27 later time to construct the missing sections after the utility has been 28 relocated or adjusted by the applicable utility. The Contractor shall assume 29 that the utilities will not be relocated prior to construction of this project nor 30 at his convenience during the course of construction. As such, the 31 Contractor shall assume such, and schedule his crews and his City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-41 SPECIAL PROVISIONS - Continued

1 subcontractors to remobilize to the various sites and temporarily relocate 2 his or his subcontractor’s crews to other areas of the project and complete 3 other unaffected portions of the project in order to coordinate the relocation 4 of the utilities with the various utility companies. There shall be no additional 5 money or time due the Contractor for leaving gaps or for buck-out 6 construction, remobilization, demobilization, out of sequence construction, 7 relocation of work crews, and construction of curb, gutter, or driveway 8 patches after the utility has been relocated. It is the intent of these 9 Specifications that the Contractor diligently pursue other work on the site 10 when such conflicts occur and recognize and plan for the inherent 11 inefficiencies and impaired production rates. 12 13 Payment 14 15 All costs to comply with this Section and repair specified in this Section, 16 unless otherwise stated, are incidental to the Contract and are the 17 responsibility of the Contractor. The Contractor shall include all related 18 costs in the bid prices of the Contract. 19 20 1-07.18 Public Liability and Property Damage Insurance 21 (January 4, 2016 G&O GSP) 22 23 Delete this Section and replace it with the following: 24 25 1-07.18(1) General Requirements 26 27 A. The Contractor shall procure and maintain insurance 28 described in Exhibit A of the Agreement. The Contracting 29 Agency reserves the right to approve or reject the insurance 30 provided, based on the insurer (including financial condition), 31 terms and coverage, the Certificate of Insurance, and/or 32 endorsements. 33 34 1-07.18(5)E Builders Risk Insurance 35 36 The Contractor shall purchase and maintain Builders Risk insurance 37 covering interests of the Contracting Agency, the Contractor, 38 Subcontractors, and Sub-subcontractors in the work. Builders Risk shall be 39 required for all structures on the project. A structure is any equipment, 40 facility, building, bridge, retaining wall, or tank extending four feet or more 41 above adjacent grade; or any facility less than four feet above adjacent 42 grade, designed for human access, and containing more than $50,000 43 worth of electrical or mechanical equipment. Poles, light standards, or 44 antenna less than 50 feet in height and less than two feet in diameter shall

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-42 SPECIAL PROVISIONS - Continued

1 not be considered structures. Builders Risk insurance, when required, shall 2 be on an all-risk policy form and shall insure against the perils of fire and 3 extended coverage and physical loss or damage including flood, 4 earthquake, theft, vandalism, malicious mischief and collapse. The Builders 5 Risk insurance, when required, shall include coverage for temporary 6 buildings, debris removal, and damage to materials in transit or stored off- 7 site. Such insurance shall cover “soft costs” including but not limited to 8 design costs, licensing fees, and architect’s and engineer’s fees. Builders 9 Risk insurance shall be written in the amount of the completed value of the 10 applicable portions of the project, with no coinsurance provisions. 11 12 The Builders Risk insurance covering the Work shall have a deductible of 13 $5,000 for each occurrence, which will be the responsibility of the 14 Contractor. Higher deductibles for flood, earthquake and all other perils 15 may be accepted by the Contracting Agency upon written request by the 16 Contractor and written acceptance by the Contracting Agency. Any 17 increased deductibles accepted by the Contracting Agency will remain the 18 responsibility of the Contractor. 19 20 The Builders Risk insurance shall be maintained until the Physical 21 Completion Date. 22 23 The Contractor and the Contracting Agency waive all rights against each 24 other and any of their Subcontractors, Sub-subcontractors, agents and 25 employees, each of the other, for damages caused by fire or other perils to 26 the extent covered by Builders Risk insurance or other property insurance 27 applicable to the work. The policies shall provide such waivers by 28 endorsement or otherwise. 29 30 Liability for facilities not covered by Builders Risk shall remain the 31 responsibility of the contractor. 32 33 1-07.23 Public Convenience and Safety 34 35 1-07.23(1) Construction Under Traffic 36 (May 7, 2007 G&O GSP) 37 38 Delete the second paragraph of this Section and replace it with the following: 39 40 To disrupt public traffic as little as possible, the Contractor shall permit traffic 41 to pass through the Work with the least possible inconvenience or delay. 42 The Contractor shall maintain existing roads, streets, sidewalks, and paths 43 within the project limits, keeping them open, and in good, clean, safe 44 condition at all times. Deficiencies caused by the Contractor’s operations

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-43 SPECIAL PROVISIONS - Continued

1 shall be repaired at the Contractor’s expense. Deficiencies not caused by 2 the Contractor’s operations shall be repaired by the Contractor when 3 directed in writing by the Engineer, at the Contracting Agency’s expense. 4 The Contractor shall also maintain roads, streets, sidewalks, and paths 5 adjacent to the project limits when affected by the Contractor’s operations. 6 Snow and ice control will be performed by the Contracting Agency or the 7 Project will be shutdown at the Contracting Agency’s discretion. The 8 Contractor shall perform the following: 9 10 1. Remove or repair any condition resulting from the Work that 11 might impede traffic or create a hazard. 12 13 2. Keep existing traffic signal and street lighting systems in 14 operation as the Work proceeds. 15 16 3. Maintain the striping on the roadway. 17 18 4. Maintain existing permanent signing. 19 20 5. Keep drainage systems clean and allow for unobstructed flow 21 of water. 22 23 (January 2, 2012) 24 This Section is supplemented with the following: 25 26 Work Zone Clear Zone 27 The Work Zone Clear Zone (WZCZ) applies during working and 28 nonworking hours. The WZCZ applies only to temporary roadside 29 objects introduced by the Contractor’s operations and does not apply 30 to preexisting conditions or permanent Work. Those work operations 31 that are actively in progress shall be in accordance with adopted and 32 approved Traffic Control Plans, and other contract requirements. 33 34 During nonworking hours equipment or materials shall not be within 35 the WZCZ unless they are protected by permanent guardrail or 36 temporary concrete barrier. The use of temporary concrete barrier 37 shall be permitted only if the Engineer approves the installation and 38 location. 39 40 During actual hours of work, unless protected as described above, 41 only materials absolutely necessary to construction shall be within the 42 WZCZ and only construction vehicles absolutely necessary to 43 construction shall be allowed within the WZCZ or allowed to stop or 44 park on the shoulder of the roadway.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-44 SPECIAL PROVISIONS - Continued

1 The Contractor's nonessential vehicles and employees private 2 vehicles shall not be permitted to park within the WZCZ at any time 3 unless protected as described above. 4 5 Deviation from the above requirements shall not occur unless the 6 Contractor has requested the deviation in writing and the Engineer 7 has provided written approval. 8 9 Minimum WZCZ distances are measured from the edge of traveled 10 way and will be determined as follows: 11 Distance From Regulatory Traveled Way Posted Speed (Feet) 35 mph or less 10* 40 mph 15 45 to 55 mph 20 60 mph or 30 greater 12 *Or 2-feet beyond the outside edge of sidewalk 13 14 Minimum Work Zone Clear Zone Distance 15 16 (January 5, 2015 WSDOT GSP) 17 This Section is supplemented with the following: 18 19 Roadway closures are subject to the following restrictions: 20 21 The Contracting Agency will permit the Contractor to close that portion of 22 the roadway that is under construction to through traffic, to allow the 23 completion of crushed surfacing base courses and during HMA paving. The 24 Contractor shall furnish, install, and maintain any and all detour signs as 25 may be necessary to perform the work in this manner. 26 27 Roadway closures are not allowed on any of the following: 28 29 1. A holiday, 30 31 2. A holiday weekend; holidays that occur on Friday, Saturday, 32 Sunday or Monday are considered a holiday weekend. A holiday 33 weekend includes Saturday, Sunday, and the holiday. 34 35 3. After 6:00 P.M. on the day prior to a holiday or holiday weekend, 36 and

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-45 SPECIAL PROVISIONS - Continued

1 4. Before 7:00 A.M. on the day after the holiday or holiday weekend. 2 3 1-07.24 Rights of Way 4 (November 30, 2015 G&O GSP) 5 6 Delete this section in its entirety, and replace it with the following: 7 8 Street right of way lines, limits of easements, and limits of construction 9 permits are indicated in the Plans. The Contractor’s construction activities 10 shall be confined within these limits, unless arrangements for use of private 11 property are made. 12 13 Generally, the Contracting Agency will have obtained, prior to bid opening, 14 all rights of way and easements, both permanent and temporary, necessary 15 for carrying out the work. Exceptions to this are noted in the Bid Documents 16 or will be brought to the Contractor’s attention by a duly issued Addendum. 17 18 Whenever any of the work is accomplished on or through property other 19 than public right of way, the Contractor shall meet and fulfill all covenants 20 and stipulations of any easement agreement obtained by the Contracting 21 Agency from the owner of the private property. Copies of the easement 22 agreements may be included in the Contract Provisions or made available 23 to the Contractor as soon as practical after they have been obtained by the 24 Engineer. 25 26 The Contractor shall not proceed with any portion of the work in areas where 27 right of way, easements or rights of entry have not been acquired until the 28 Engineer certifies to the Contractor that the right of way or easement is 29 available or that the right of entry has been received. 30 31 The Contractor shall be responsible for providing, without expense or 32 liability to the Contracting Agency, any additional land and access thereto 33 that the Contractor may desire for temporary construction facilities, storage 34 of materials, or other Contractor needs. However, before using any private 35 property, whether adjoining the work or not, the Contractor shall file with the 36 Engineer a written permission of the private property owner, and, upon 37 vacating the premises, a written release from the property owner of each 38 property disturbed or otherwise interfered with by reasons of construction 39 pursued under this contract. The statement shall be signed by the private 40 property owner, or proper authority acting for the owner of the private 41 property affected, stating that permission has been granted to use the 42 property and all necessary permits have been obtained or, in the case of a 43 release, that the restoration of the property has been satisfactorily 44 accomplished. The statement shall include the parcel number, address,

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-46 SPECIAL PROVISIONS - Continued

1 and date of signature. Written releases must be filed with the Engineer 2 before the Completion Date will be established. 3 4 PUBLIC NOTIFICATION 5 6 Each property owner shall be given a minimum of 2 working days notice 7 prior to entry upon the owner’s property by the Contractor. This includes 8 entry onto easements and private property where private improvements 9 must be adjusted. 10 11 The Contractor shall notify all residents and businesses within 300 feet from 12 the edge of the Work area prior the performing any Work under this 13 Contract. 14 15 Notification shall be made to ensure that: 16 17 1. Parked vehicles are moved; 18 19 2. The public is aware that access may be temporarily impeded; 20 21 3. The public is aware that private improvements within the Work 22 area may be impacted. 23 24 Notification shall be as follows: 25 26 A. Pre-notification to residents, and businesses shall be provided 27 indicating the Contractor’s intended construction schedule. 28 This notification shall precede the work by a minimum of 10 29 calendar days. Wording shall be approved by the Contracting 30 Agency prior to the performance of any Work. 31 32 B. Final notification shall state the exact construction start date, 33 after which any private improvements that remain within the 34 right-of-way and/or easements will be subject to removal or 35 relocation by the Contractor as indicated on the Plans and 36 Section 1-07.16. This notification shall be made a minimum 37 of 2 working days in advance of the construction start date. 38 39 Any delay or shut down in the continuous prosecution of the Work, as 40 specified, shall require another notification as described herein.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-47 SPECIAL PROVISIONS - Continued

1 Payment 2 3 All costs to comply with this Section are incidental to the Contract and are 4 the responsibility of the Contractor. The Contractor shall include all related 5 costs in the bid prices of the Contract. 6 7 1-08 PROSECUTION AND PROGRESS 8 9 Add the following new section: 10 11 1-08.0 Preliminary Matters (New Section) 12 (May 25, 2006 APWA GSP) 13 14 1-08.0(1) Preconstruction Conference 15 (October 10, 2008 G&O GSP) 16 17 Prior to the Contractor beginning the Work, a preconstruction conference 18 will be held between the Contractor, the Contracting Agency, the Engineer 19 and such other persons as may be invited. The purpose of the 20 preconstruction conference will be: 21 22 1. To review the initial progress schedule; 23 24 2. To establish a working understanding among the various 25 persons associated with or affected by the Work; 26 27 3. To establish and review procedures for progress payment, 28 notifications, approvals, submittals, etc.; 29 30 4. To establish normal working hours for the Work; 31 32 5. To review traffic control; and 33 34 6. To discuss such other related items as may be pertinent to the 35 Work. 36 37 The Contractor shall prepare and submit the following to the Engineer at the 38 preconstruction meeting: 39 40 1. Breakdown of all lump sum items in the Proposal; 41 42 2. A preliminary schedule for working drawing submittals; and 43 44 3. A list of material sources for approval, if applicable.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-48 SPECIAL PROVISIONS - Continued

1 Add the following new section: 2 3 1-08.0(2) Hours of Work 4 (December 8, 2014 APWA GSP) 5 6 Except in the case of emergency or unless otherwise approved by the 7 Contracting Agency, the normal working hours for the Contract shall be any 8 consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday 9 through Friday, exclusive of a lunch break. If the Contractor desires different 10 than the normal working hours stated above, the request must be submitted 11 in writing prior to the preconstruction conference, subject to the provisions 12 below. The working hours for the Contract shall be established at or prior 13 to the preconstruction conference. 14 15 All working hours and days are also subject to local permit and ordinance 16 conditions (such as noise ordinances). 17 18 If the Contractor wishes to deviate from the established working hours, the 19 Contractor shall submit a written request to the Contracting Agency for 20 consideration. This request shall state what hours are being requested, and 21 why. Requests shall be submitted for review no later than 48 hours prior to 22 the day(s) the Contractor is requesting to change the hours. 23 24 If the Contracting Agency approves such a deviation, such approval may be 25 subject to certain other conditions, which will be detailed in writing. For 26 example: 27 28 1. On non-Federal aid projects, requiring the Contractor to reimburse 29 the Contracting Agency for the costs in excess of straight-time costs 30 for Contracting Agency representatives who worked during such 31 times. (The Engineer may require designated representatives to be 32 present during the work. Representatives who may be deemed 33 necessary by the Engineer include, but are not limited to: survey 34 crews; personnel from the Contracting Agency’s material testing lab; 35 inspectors; and other Contracting Agency employees or third party 36 consultants when, in the opinion of the Engineer, such work 37 necessitates their presence.) 38 39 2. Considering the work performed on Saturdays, Sundays, and 40 holidays as working days with regard to the contract time. 41 42 3. Considering multiple work shifts as multiple working days with 43 respect to contract time even though the multiple shifts occur in a 44 single 24-hour period. City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-49 SPECIAL PROVISIONS - Continued

1 4. If a 4-10 work schedule is requested and approved the non working 2 day for the week will be charged as a working day. 3 4 5. If Davis Bacon wage rates apply to this Contract, all requirements 5 must be met and recorded properly on certified payroll 6 7 1-08.1 Subcontracting 8 (August 24, 2016 APWA GSP) 9 10 Delete the eighth paragraph and replace it with the following: 11 12 On all projects funded with federal assistance the Contractor shall submit 13 “Monthly Report of Amounts Credited as DBE Participation” (form 422-103 14 EF) on a monthly basis, in which DBE Work is accomplished, for every 15 month in which the Contract is active or upon completion of the project, as 16 appropriate. The monthly reports are due on the 20th of the month following 17 the end of the previous month. 18 19 1-08.3(2)A Type A Progress Schedule 20 (March 13, 2012 APWA GSP) 21 22 Revise this section to read: 23 24 The Contractor shall submit 5 copies of a Type A Progress Schedule no 25 later than at the preconstruction conference, or some other mutually agreed 26 upon submittal time. The schedule may be a critical path method (CPM) 27 schedule, bar chart, or other standard schedule format. Regardless of which 28 format used, the schedule shall identify the critical path. The Engineer will 29 evaluate the Type A Progress Schedule and approve or return the schedule 30 for corrections within 15 calendar days of receiving the submittal. 31 32 1-08.3(2)D Weekly Look Ahead Schedule 33 (August 2009 G&O GSP) 34 35 This Section is supplemented with the following: 36 37 The Contractor shall attend a weekly construction meeting with the 38 Contracting Agency. The meeting will include discussion of the weekly look 39 ahead schedule, status of the work, utility coordination, and traffic control. 40 The Contractor’s superintendent/foreman shall attend and participate in the 41 weekly construction meeting.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-50 SPECIAL PROVISIONS - Continued

1 1-08.4 Prosecution of Work 2 (February 15, 2008 G&O GSP) 3 4 Delete the first sentence of this Section and replace with the following: 5 6 The Contract time shall begin on the first working day following the 10th 7 calendar day after the issuance of the written notice to proceed or the first 8 day on which the Contractor begins to perform Work on the site, whichever 9 first occurs. 10 11 1-08.5 Time for Completion 12 (November 12, 2012 G&O GSP) 13 14 Delete this Section in its entirety and replace with the following: 15 16 The Contractor shall complete all Contract Work within the number of 17 “working days” stated in the Contract Provisions or as extended by the 18 Contracting Agency in accordance with Section 1-08.8. Every day will be 19 counted as a “working day” unless it is a nonworking day or an Engineer 20 determined unworkable day. A nonworking day is defined as a Saturday, a 21 Sunday, a day on which the Contract specifically suspends Work, or one of 22 these holidays: January 1, the third Monday of January, the third Monday 23 of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving, 24 the day after Thanksgiving, and Christmas Day. When any of these 25 holidays fall on a Sunday, the following Monday shall be counted a 26 nonworking day. When the holiday falls on a Saturday, the preceding Friday 27 shall be counted a nonworking day. The days between December 25 and 28 January 1 will be classified as nonworking days, provided the Contractor 29 actually suspends performance of the Work. 30 31 Any unworkable day is defined as a half or whole day the Contracting 32 Agency declares to be unworkable because of weather or conditions 33 caused by the weather that prevents satisfactory and timely performance of 34 the Work shown on the critical path of the Contractor’s approved progress 35 schedule. Other conditions beyond the control of the Contractor may qualify 36 for an extension of time in accordance with Section 1-08.8. 37 38 The Contract time shall begin on the first working day following the 10th 39 calendar day after the issuance of the written notice to proceed or the first 40 day on which the Contractor begins to perform Work on the site, whichever 41 first occurs. The Contract Provisions may specify another starting date for 42 the Contract time, in which case time will begin on the starting date 43 specified.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-51 SPECIAL PROVISIONS - Continued

1 Each working day shall be charged to the Contract as it occurs until the 2 Work is physically complete. If requested by the Contractor in writing, the 3 Engineer will provide the Contractor with a weekly statement that shows the 4 number of working days: (1) charged to the Contract the week before; (2) 5 specified for the substantial and physical completion of the Contract; and 6 (3) remaining for the substantial and physical completion of the Contract. 7 The statement will also show the nonworking days and any partial or whole 8 days that the Engineer determines to be unworkable. If the Contractor 9 disagrees with any statement issued by the Engineer, the Contractor shall 10 submit a written protest within 10 calendar days after the date of the 11 statement. The protest shall be sufficiently detailed to enable the Engineer 12 to ascertain the basis for the dispute and the amount of time disputed. Any 13 statement that is not protested by the Contractor as required in this Section 14 shall be deemed as having been accepted. If the Contractor elects to work 15 10 hours a day for four days a week (a 4-10 schedule), the fifth day of the 16 week of that week will be charged as a working day if that day would be 17 chargeable as a working day if the Contractor had not elected to utilize the 18 4-10 schedule. 19 20 The Engineer will give the Contractor written notice of the Completion Date 21 of the Contract after all of the Contractor’s obligations under the Contract 22 have been performed by the Contractor. The following events must occur 23 before the Completion Date will be established: 24 25 1. The physical Work on the project must be complete; and 26 27 2. The Contractor must furnish all documentation required by the 28 Contract and required by law, to allow the Contracting Agency 29 to process final acceptance of the Contract. The following 30 documents must be received by the Project Engineer prior to 31 establishing a Completion Date: 32 33 a. Certified payrolls (per Section 1-07.9(5)); 34 35 b. Material acceptance certification documents; 36 37 c. Final Contract voucher certification; 38 39 d. Property owner releases required by Section 1-07.24. 40 41 e. Affidavits of Wages Paid for the Contractor and all 42 subcontractors must be submitted to the Contracting 43 Agency.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-52 SPECIAL PROVISIONS - Continued

1 1-08.8 Extension of Time 2 (February 15, 2008 G&O GSP) 3 4 Delete Item 6 of the third paragraph and replace it with the following: 5 6 6. If the actual quantity of Work performed for a bid item was more than 7 the original Plan quantity and increased the duration of a critical 8 activity, and if the total extended bid price for that item at time of 9 award was equal to or greater than 10 percent of the total Contract 10 price at time of award. Extensions of time will be limited to only those 11 bid items where the quantity exceeded the original Plan quantity by 12 25 percent or more. 13 14 1-08.9 Liquidated Damages 15 (June 16, 2006 G&O GSP) 16 17 Delete this Section and replace it with the following: 18 19 Time is of the essence of this Contract. All of the Work shall be completed 20 within the time limits set forth in the Contract, and the Contractor’s 21 unexcused failure to do so shall result in liquidated damages being 22 assessed as provided in the Contract Provisions. 23 24 a. The Contractor acknowledges that the Contracting Agency 25 will suffer monetary damages in the event of an unexcused 26 delay in the substantial completion and physical completion of 27 the Work. If the Contractor fails, without excuse under the 28 Contract, or otherwise refuses to complete the Work within the 29 Contract time, or any extension thereof granted by the 30 Contracting Agency, the Contractor agrees to pay to the 31 Contracting Agency the amount specified in the Contract 32 Provisions, not as a penalty, but as liquidated damages for 33 such breach of the Contract, for each and every calendar day 34 that the Contractor shall be in default after the time stipulated 35 in the Contract for substantial completion of the Work. 36 37 b. The amount of liquidated damages is fixed and agreed upon 38 by and between the Contractor and the Contracting Agency 39 because of the impracticability and extreme difficulty of 40 determining the actual damages that the Contracting Agency 41 would sustain. The amount of liquidated damages is 42 specifically agreed to be a reasonable approximation of the 43 damages which the Contracting Agency would sustain as a 44 result of an unexcused delay in the substantial completion and

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-53 SPECIAL PROVISIONS - Continued

1 the physical completion of the Work. The Contracting Agency 2 may retain liquidated damages from progress payments that 3 otherwise would be due to the Contractor. 4 5 1-09 MEASUREMENT AND PAYMENT 6 7 1-09.2(1) General Requirements for Weighing Equipment 8 (July 23, 2015 APWA GSP, Option 2) 9 10 Revise item 4 of the fifth paragraph to read: 11 12 4. Test results and scale weight records for each day’s hauling 13 operations are provided to the Engineer daily. Reporting shall utilize 14 WSDOT form 422-027, Scaleman’s Daily Report, unless the printed 15 ticket contains the same information that is on the Scaleman’s Daily 16 Report Form. The scale operator must provide AM and/or PM tare 17 weights for each truck on the printed ticket. 18 19 1-09.6 Force Account 20 (June 16, 2006 G&O GSP) 21 22 Delete this Section and replace it with the following: 23 24 The cost to be included in the equitable adjustment for any changes directed 25 or approved in accordance with Section 1-04.4, will be determined by one 26 or more of the following methods: 27 28 a. Contract unit bid prices previously approved; or 29 30 b. If there are no unit bid prices, an agreed lump sum; or 31 32 c. If the amount of the adjustment cannot be agreed upon in 33 advance or in the manner provided in subparagraph a. or b. 34 above, the cost will be determined by the actual cost of: 35 36 1. Labor including working foremen. Labor rates will 37 include the basic wage and fringe benefits, current 38 rates for Federal Insurance Compensation Act (FICA), 39 Federal Unemployment Tax Act (FUTA) and State 40 Unemployment Tax Act (SUTA), and the company’s 41 present rates for medical aid and industrial insurance 42 premiums;

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-54 SPECIAL PROVISIONS - Continued

1 2. Materials and equipment incorporated permanently 2 into the Work; 3 4 3. The ownership or rental cost of equipment during the 5 time of use on the extra Work. Equipment rates shall 6 be as set forth in the then current AGC/WSDOT 7 Equipment Rental Agreement. These rates shall be full 8 compensation for all costs incidental to furnishing and 9 operating the equipment. The Contractor shall submit 10 copies of applicable portions of the AGC/WSDOT 11 Equipment Rental Agreement to the Engineer; plus 12 13 4. Overhead and Profit as follows: 14 15 For Work performed by the Contractor, an amount to 16 be agreed upon but not to exceed 15 percent of the 17 labor, material, and equipment cost agreed to by the 18 Engineer as compensation for supervision, small tools, 19 provisions for safety, home office and field overhead, 20 profit and other general conditions expenses, 21 including, but not limited to, insurance, bonds and 22 business & occupation taxes. 23 24 For Subcontractor work, the Subcontractor will be 25 allowed an amount to be agreed upon but not to 26 exceed 15 percent of the labor, material, and 27 equipment cost agreed to by the Engineer as 28 compensation for supervision, small tools, provisions 29 for safety, home office and field overhead, profit and 30 other general conditions expenses, including, but not 31 limited to, insurance, bonds and business & occupation 32 taxes. The Contractor will be allowed an additional 33 markup of 10 percent to compensate the Contractor for 34 all administrative costs, including home office and field 35 overhead, profit, bonds, insurance, business & 36 occupation taxes and any other costs incurred. 37 38 In no case will the total fixed fee for the Contractor, all 39 Subcontractors of all tiers exceed 30 percent.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-55 SPECIAL PROVISIONS - Continued

1 1-09.7 Mobilization 2 (June 6, 2006, G&O GSP) 3 4 Delete the second and third paragraph of this Section. This Section is 5 supplemented with the following: 6 7 Throughout construction and until the Physical Completion Date, the 8 Contractor shall thoroughly comb and search the Work site and surrounding 9 area and remove any waste construction material, empty containers, litter 10 and other debris, whether or not deposited by the Contractor, and tidy up 11 the surrounding general area to make it neat in appearance. 12 13 ROUTINE CLEANING 14 15 A. General: 16 17 1. Maintain all stored materials and equipment in an orderly 18 fashion allowing maximum access, not impeding drainage, 19 pedestrian or vehicle traffic. 20 21 2. Do not allow the accumulation of scrap, waste material, used 22 containers, debris and other items not required for the Work. 23 24 3. At least once a week, and more often if necessary, completely 25 remove all scrap, debris, and waste material from the Work 26 site. 27 28 4. Provide adequate storage for all materials awaiting removal 29 from the Work site, observing all requirements for fire 30 protection and protection of the environment. 31 32 B. Site: 33 34 1. Daily, and more often if necessary, inspect the Work site and 35 pick up all scrap, debris, and waste material. Remove all such 36 items to the place designated for their storage until they can 37 be disposed of. 38 39 2. Weekly, and more often if necessary, inspect the 40 arrangement of all materials and equipment stored on the 41 Work site, re-stack, tidy or otherwise rearrange them to meet 42 the requirements above.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-56 SPECIAL PROVISIONS - Continued

1 3. Maintain the Work site at all times in a neat and orderly 2 condition meeting the approval of the Contracting Agency. 3 4 FINAL CLEANING 5 6 A. General: 7 8 Prior to final inspection, remove from the Work site all tools, surplus 9 materials, equipment, scrap, debris and waste. The Contractor shall 10 thoroughly comb and search the surrounding area and remove any 11 debris of any kind and tidy up the general area to make it neat in 12 appearance, including removal of debris not deposited by the 13 Contractor’s operations. 14 15 Payment 16 17 “Mobilization, Cleanup, and Demobilization,” lump sum. 18 19 The lump sum contract payment shall be full compensation for all costs 20 incurred by the Contractor in performing the Contract Work defined in this 21 Section. Payment for this item shall be made as follows: 22 23 1. Fifty percent of this item will be included in the first monthly 24 pay estimate after the Contractor is in full operation and 25 construction of the Work has began; 26 27 2. Forty percent of this item will be proportioned equally (based 28 on the number of working days in the Contract) and included 29 in each monthly pay estimate submitted by the Contractor. 30 The Contractor shall provide regular and ongoing cleanup. 31 Failure of the Contractor to provide regular ongoing cleanup 32 will be cause for permanent forfeiture of the monthly payment 33 for each month that the cleanup is not performed as required. 34 If cleanup is not performed during a monthly pay period, it 35 shall not be subject to reimbursement under any following 36 monthly pay estimate, and the lump sum amount due will be 37 adjusted accordingly. 38 39 3. Ten percent of this item will be included in the estimate 40 issued when the Physical Completion Date is achieved, 41 including the removal of all equipment from the Work site.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-57 SPECIAL PROVISIONS - Continued

1 1-09.8 Payment for Material on Hand 2 (June 16, 2006 G&O GSP) 3 4 Delete the first paragraph of this Section and replace it with the following: 5 6 The Contracting Agency may reimburse the Contractor for 90 percent of the 7 invoice amount of the material and equipment purchased before their 8 incorporation into the Work if they: 9 10 1. Meet the requirements of the Plans and Specifications; 11 2. Are delivered to or stockpiled near the Work site or to another 12 Engineer-approved storage site; and 13 3. Consist of: piping material, reinforcing steel, bronze plates, 14 structural steel; machinery; piling, timber and lumber (not 15 including forms and falsework), large signs unique to the 16 Work, prestressed concrete beams or girders, or other 17 material the Engineer may approve. 18 19 1-09.9 Payments 20 (June 27, 2011 G&O GSP) 21 22 Delete the fourth paragraph and replace it with the following: 23 24 Progress payments for completed work and material on hand will be 25 based upon progress estimates prepared by the Engineer. A progress 26 estimate cutoff date will be established at the preconstruction conference. 27 28 The initial progress estimate will be made not later than 30 days after the 29 Contractor commences the work, and successive progress estimates will 30 be made every month thereafter until the Completion Date. Progress 31 estimates made during progress of the work are tentative, and made only 32 for the purpose of determining progress payment. The progress estimates 33 are subject to change at any time prior to the calculation of the Final 34 Payment. 35 36 The value of the progress estimate will be the sum of the following: 37 38 1. Unit Price Items in the Bid Form — the approximate quantity of 39 acceptable units of work completed multiplied by the unit price. 40 41 2. Lump Sum Items in the Bid Form — based on the approved 42 Contractor’s lump sum breakdown for that item, or absent such a 43 breakdown, based on the Engineer’s determination.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-58 SPECIAL PROVISIONS - Continued

1 3. Materials on Hand — 90 percent of invoiced cost of material 2 delivered to Job site or other storage area approved by the 3 Engineer. 4 5 4. Change Orders — entitlement for approved extra cost or completed 6 extra work as determined by the Engineer. 7 8 Progress payments will be made in accordance with the progress estimate 9 less: 10 11 1. Retainage per Section 1-09.9(1), on non “FHWA funded” projects; 12 13 2. The amount of Progress Payments previously made; and 14 15 3. Funds withheld by the Contracting Agency for disbursement in 16 accordance with the Contract Documents. 17 18 Progress payments for work performed shall not be evidence of 19 acceptable performance or an admission by the Contracting Agency that 20 any work has been satisfactorily completed. The determination of 21 payments under the contract will be final in accordance with 22 Section 1-05.1. 23 24 1-09.11(3) Time Limitation and Jurisdiction 25 (July 23, 2015 APWA GSP) 26 27 Revise this section to read: 28 29 For the convenience of the parties to the Contract it is mutually agreed by 30 the parties that any claims or causes of action which the Contractor has 31 against the Contracting Agency arising from the Contract shall be brought 32 within 180 calendar days from the date of final acceptance 33 (Section 1-05.12) of the Contract by the Contracting Agency; and it is further 34 agreed that any such claims or causes of action shall be brought only in the 35 Superior Court of the county where the Contracting Agency headquarters 36 is located, provided that where an action is asserted against a county, RCW 37 36.01.05 shall control venue and jurisdiction. The parties understand and 38 agree that the Contractor’s failure to bring suit within the time period 39 provided, shall be a complete bar to any such claims or causes of action. It 40 is further mutually agreed by the parties that when any claims or causes of 41 action which the Contractor asserts against the Contracting Agency arising 42 from the Contract are filed with the Contracting Agency or initiated in court, 43 the Contractor shall permit the Contracting Agency to have timely access to

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-59 SPECIAL PROVISIONS - Continued

1 any records deemed necessary by the Contracting Agency to assist in 2 evaluating the claims or action. 3 4 1-10 TEMPORARY TRAFFIC CONTROL 5 6 1-10.2(1) General 7 (December 1, 2008) 8 9 This Section is supplemented with the following: 10 11 Only training with WSDOT TCS card and WSDOT training curriculum is 12 recognized in the State of Washington. The Traffic Control Supervisor shall 13 be certified by one of the following: 14 15 The Northwest Laborers-Employers Training Trust 16 27055 Ohio Avenue 17 Kingston, Washington 98346 18 (360) 297-3035 19 20 Evergreen Safety Council 21 401 Pontius Avenue North 22 Seattle, Washington 98109 23 1-800-521-0778 or 24 (206) 382-4090 25 26 The American Traffic Safety Services Association 27 15 Riverside Parkway, Suite 100 28 Federicksburg, Virginia 22406-1022 29 Training Department Toll Free (877) 642-4637 30 Phone (540) 368-1701 31 32 1-10.2(2) Traffic Control Plans 33 (March 31, 2016 G&O GSP) 34 35 This Section is supplemented with the following: 36 37 If traffic control plans are not included in the Contract Documents, the 38 Contractor shall submit traffic control plans for the Engineer’s review and 39 approval.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-60 SPECIAL PROVISIONS - Continued

1 1-10.4(1) Lump Sum Bid for Project (No Unit Items) 2 (August 2, 2004) 3 4 This Section is supplemented with the following: 5 6 The proposal contains the item “Project Temporary Traffic Control,” lump 7 sum. The provisions of Section 1-10.4(1) shall apply.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 (Kenison Boiler, September 12, 2017) 1-61 DIVISION 2

EARTHWORK 1 DIVISION 2 2 3 EARTHWORK 4 5 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 6 7 2-02.1 Description 8 (November 24, 2010 G&O) 9 10 This Section is supplemented with the following: 11 12 This work also consists of removing, handling and disposing of deleterious 13 material or debris encountered during roadway, sidewalk, and trench 14 excavation or other work as indicated on the Plans within the Project site, 15 including, but not limited to, existing pipes, utility structures or 16 appurtenances, riprap, buried concrete including thrust blocks, concrete 17 footings and/or slabs, buried logs or debris, asphalt pavement, cement 18 concrete pavement, sidewalks, fences, landscaping items, rock walls, 19 guardrail, signs and any and all other structures and obstructions (unless 20 a separate bid item has been provided for this work). All salvageable 21 items shall be removed and delivered to the Contracting Agency unless 22 indicated otherwise on the Plans. 23 24 2-02.3 Construction Requirements 25 (January 7, 2013 G&O) 26 27 This Section is supplemented with the following: 28 29 The removal of any existing improvements shall be conducted in such a 30 manner as not to damage utilities and any portion of the infrastructure that 31 is to remain in place. Any deviation in this matter will obligate the 32 Contractor at his own expense, to repair, replace or otherwise make 33 proper restoration to the satisfaction of the Contracting Agency. 34 35 When sawing of concrete or combinations of materials is required, the 36 depth of cut shall be as required to accomplish the intended purpose, 37 without damaging surfaces to be left in place and will be determined in the 38 field to the satisfaction of the Engineer. 39 40 Where the Plans call for the removal of a portion of an existing fence, the 41 Contractor shall furnish and install a new fence end post (and concrete 42 anchor) and attach or extend the existing fence that is to remain to the 43 new fence end post. 44

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 2-1 SPECIAL PROVISIONS - Continued

1 Unless otherwise indicated on the Plans or in the Special Provisions, all 2 structures, castings, pipe and other material of recoverable value removed 3 from the Project site shall be carefully salvaged and delivered to the 4 Owner of said utility items in good condition and in such order of salvage 5 as the Engineer may direct. Materials and other items deemed of no 6 value by the Engineer shall be promptly removed, loaded and 7 wastehauled by the Contractor and becomes his property, to be disposed 8 of at his discretion, in compliance with regulatory requirements. 9 10 Waste materials shall be loaded and hauled to a waste site secured by the 11 Contractor and shall be disposed of in such a manner as to meet all 12 requirements of state, county and municipal regulations regarding health, 13 safety and public welfare. 14 15 2-02.3(3) Removal of Pavement, Sidewalks, Curbs and Gutters 16 (January 4, 2010 G&O) 17 18 This Section is supplemented with the following: 19 20 Existing cement concrete sidewalks, roadway slabs, curbs, and curbs and 21 gutters shall be removed at the nearest construction joint where possible, 22 and removed and wastehauled as required for the construction of this 23 Project. Where directed by the Engineer, cement concrete curbs or curb 24 and gutter shall be saw-cut prior to removal. Existing pavement shall be 25 precut before commencing excavation and shall be removed as required 26 for the construction. 27 28 Where shown on the Plans or where directed in the field by the Engineer, 29 the Contractor shall make a neat vertical saw-cut at the boundaries of the 30 area to be removed. Care shall be taken during sawcutting so as to 31 prevent damage to the existing asphalt concrete, or concrete, to remain in 32 place. Any pavement or concrete damaged by the Contractor outside the 33 area scheduled for removal due to the Contractor’s operations or 34 negligence shall be repaired or replaced to the Contracting Agency’s 35 satisfaction by the Contractor at no additional cost to the Contracting 36 Agency. 37 38 All cuts shall be continuous, full depth, and shall be made with saws 39 specifically equipped for this purpose. No skip cutting or jack hammering 40 will be allowed unless specifically approved otherwise in writing by the 41 Engineer. 42 43 Wheel cutting or jack hammering shall not be considered an acceptable 44 means of pavement “cutting,” unless pre-approved in writing by the 45 Engineer. However, even if pre-approved as a method of cutting, no City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 2-2 SPECIAL PROVISIONS - Continued

1 payment will be made for this type of work, and it shall be included in the 2 various unit contract and lump sum prices listed in the Proposal. 3 4 The location of all pavement cuts shall be pre-approved by the Engineer in 5 the field before cutting commences. 6 7 All water and slurry material resulting from sawcutting operations shall not 8 be allowed to enter the storm drainage or sanitary sewer system and shall 9 be removed from the site and disposed of in accordance with the 10 Washington State Department of Ecology regulations. 11 12 2-02.4 Measurement (New Section) 13 (November 24, 2010 G&O) 14 15 This Section is supplemented with the following: 16 17 No specific unit of measurement shall apply to the lump sum item of 18 removal of structures and obstructions. 19 20 2-02.5 Payment 21 (November 24, 2010 G&O) 22 23 This Section is supplemented with the following: 24 25 All costs for sawcutting as indicated in the Plans and as may be 26 additionally necessary to construct the Project shall be included in the unit 27 contract and lump sum prices as listed in the Proposal. No additional or 28 separate payment will be made for sawcutting. 29 30 “Removal of Structures and Obstructions,” per lump sum. 31 32 The lump sum contract price for “Removal of Structures and Obstructions” 33 shall be full compensation for furnishing all tools, labor, equipment, 34 materials, and incidentals necessary for removing, loading, hauling, 35 relocating, disposing of, and/or delivering items as noted herein and 36 directed in the field by the Resident Inspector, to include but not limited to, 37 fees and permits related to disposal. 38

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 2-3 SPECIAL PROVISIONS - Continued

1 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2 3 2-03.1 Description 4 (March 17, 2016 G&O) 5 6 This Section is supplemented with the following: 7 8 This work also includes wet weather and wet condition earthwork 9 measures. 10 11 2-03.3 Construction Requirements 12 (January 7, 2013 G&O) 13 14 This Section is supplemented with the following: 15 16 The following items shall be followed if earthwork is to be performed in wet 17 weather or in wet conditions: 18 19 1. Earthwork shall be performed in small sections to minimize 20 exposure to wet weather. Excavation or the removal of unsuitable 21 soil shall be followed immediately by the placement and 22 compaction of a suitable thickness (generally eight inches or less) 23 of clean structural fill. The size and/or type of construction 24 equipment shall be selected as required to prevent soil disturbance. 25 In some instances, it may be necessary to limit equipment size to 26 minimize subgrade disturbance caused by equipment traffic. 27 28 2. During wet weather conditions, the allowable fines content of the 29 gravel borrow shall be reduced to no more than 5 percent by weight 30 based on the portion passing the 3/4-inch sieve. The sand 31 equivalent shall be 50 percent minimum. 32 33 3. The ground surface in the construction area shall be graded to 34 promote the rapid runoff of surface water and to prevent ponding of 35 water. 36 37 4. No soil should be left uncompacted and exposed to moisture. A 38 smooth drum vibratory roller, or equivalent, shall be used to seal 39 the ground surface. 40 41 5. Excavation and placement of fill or backfill material will be observed 42 by the Engineer, to determine that all work is being accomplished in 43 accordance with the project specifications.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 2-4 SPECIAL PROVISIONS - Continued

1 2-03.3(7)B Haul 2 (January 7, 2013 G&O) 3 4 Delete this Section and replace it with the following: 5 6 There shall be no separate payment for haul of excess or unsuitable 7 excavated material, or debris to the Contractor provided disposal site. 8 The Contracting Agency is not providing a disposal site for this Project. All 9 costs for haul shall be included in the bid prices for other work. 10 11 2-03.3(7)C Contractor-Provided Disposal Site 12 (January 7, 2013 G&O) 13 14 Delete the first paragraph and replace it with the following: 15 16 The Contractor shall arrange for the disposal of the excess or unsuitable 17 excavated material, or other materials at no expense to the Contracting 18 Agency. 19 20 2-03.3(10) Selected Material 21 (May 5, 2016 G&O) 22 23 Delete the second paragraph and insert the following in its place: 24 25 Direct Hauling. If it is practical, the Contractor shall haul selected 26 material immediately from the excavation to its final place on the 27 Roadbed. The Contracting Agency will pay for such Work at the unit 28 Contract price for “Excavation, Embankment and Grading, Incl. Haul.” 29 30 Delete the fifth paragraph and insert the following in its place: 31 32 There will be not additional payment for hauling, handling and stockpiling 33 selected materials. 34 35 2-03.3(12) Overbreak 36 37 Delete the last sentence in this Section. 38 39 2-03.4 Measurement 40 (May 5, 2016 G&O) 41 42 Delete all paragraphs under this Section and replace with the following: 43 44 Only one determination of the original ground elevation will be made on 45 this project. Measurement for Excavation, Embankment and Grading, City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 2-5 SPECIAL PROVISIONS - Continued

1 Incl. Haul will be based on the original ground elevations recorded 2 previous to the award of this contract. 3 4 If discrepancies are discovered in the ground elevations, which will 5 materially affect the quantities of earthwork, the original computations of 6 earthwork quantities will be adjusted accordingly. 7 8 Earthwork quantities will be computed, either manually or by means of 9 electronic data processing equipment, by use of the average end area 10 method or by the finite element analysis method utilizing digital terrain 11 modeling techniques. 12 13 Copies of the original survey notes will be made available for the 14 successful bidder’s inspection if the Contract is awarded. 15 16 Measurement for Excavation, Embankment and Grading, Incl. Haul will be 17 per cubic yard of excavation to the “neat lines” shown on the Plans. 18 19 2-03.5 Payment 20 (May 5, 2016 G&O) 21 22 Delete all paragraphs under this Section and replace with the following: 23 24 Payment will be made in accordance with Section 1-04.1 for each of the 25 following bid items that are included in the Proposal: 26 27 “Excavation, Embankment and Grading, Incl. Haul,” per cubic yard. 28 29 The unit contract price per cubic yard for “Excavation, Embankment and 30 Grading, Incl. Haul” shall be full pay for all materials, tools, labor, and 31 equipment necessary for excavation to the grade lines shown including, 32 but not limited to, haul, stockpiling, embankment construction with suitable 33 excavated material, placing, shaping, and grading per Section 2-03, 34 Subgrade Preparation per Section 2-06, Watering per Section 2-07, 35 compacting, testing, loading, hauling to waste and disposing of all excess 36 or unsuitable material, including logs, rocks, cobbles, etc. The unit 37 contract price shall also include all costs required to uniformly grade and 38 clean existing and/or new ditches to drain to existing and/or proposed 39 drainage structures and the earthwork required for construction of 40 driveways and retaining walls. 41 42 The unit contract price shall also include all costs required to remove and 43 wastehaul existing asphalt and/or concrete pavement, sidewalks, curbs 44 and gutters located within the grade lines shown. All other existing 45 pavement, sidewalks, curb and gutter, storm drainage structures, City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 2-6 SPECIAL PROVISIONS - Continued

1 abandoned utilities, and other such structures intended to be removed for 2 the installation of the proposed improvements shall be paid under the 3 contract item “Removal of Structures and Obstructions.” 4 5 In the event the Contractor overcuts a street, due to his oversight or error, 6 the structural fill material (as approved by Contracting Agency) and 7 compaction required to bring the roadway section back to subgrade 8 elevation shall be furnished and accomplished at his sole expense, as no 9 additional payment will be due the Contractor for this work. 10 11 Should solid rock be encountered, the excavation, removal and wastehaul 12 will be paid by change order per Section 1-04.4. Boulders or broken rock 13 less than 2 cubic yards in volume will not be classified as solid rock, nor 14 will so called “hard-pan” or cemented gravel, even though it may be 15 advantageous to use explosives in its removal. 16 17 2-04 HAUL 18 19 2-04.1 Description 20 (June 16, 2006 G&O) 21 22 This Section is supplemented with the following: 23 24 If the sources of materials provided by the Contractor necessitates hauling 25 over any public roads, the Contractor shall, at the Contractor’s expense, 26 make all arrangements for the use of the haul routes. No separate monies 27 will be due the Contractor for this work. 28 29 2-06 SUBGRADE PREPARATION 30 31 2-06.1 Description 32 (******) 33 34 This Section is supplemented with the following: 35 36 This work shall also consist of pulverizing the existing pavement and 37 preparing the roadway base with cement treated base. 38 39 Cement treated base shall consist of pulverized asphalt pavement, 40 existing base materials, suitable soil, Portland cement, and water 41 proportioned, mixed, placed, compacted, and cured in accordance with 42 these Specifications; and shall conform to the details shown on the Plans. 43

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 2-7 SPECIAL PROVISIONS - Continued

1 2-06.2 Materials 2 (******) 3 4 This Section is supplemented with the following: 5 6 Portland cement shall meet the requirements of ASTM C150. 7 8 Eight pounds of Portland cement shall be added to the pulverized asphalt 9 pavement and base material mixture per square foot of 12-inch-thick 10 cement treated base layer. 11 12 2-06.3 Construction Requirements 13 (******) 14 15 The Contractor shall pulverize the full depth of the existing bituminous 16 and/or asphalt surface (maximum depth anticipated is four inches or less). 17 18 This work shall not be performed until all underground utilities are 19 installed, and asphalt repair areas have been constructed. Filling, 20 grading, shaping, spreading, and compacting operations shall continue 21 alternately until the grades and typical cross section are achieved as 22 indicated on the Plans, and/or as directed by the Engineer. 23 24 The pulverized material shall conform to the following gradation: 25 Percent Passing Sieve Size (by weight) 1-1/2-inch square opening 95% No. 4 55% 26 27 The Engineer will base acceptance of the gradation on visual inspection in 28 the field. 29 30 Existing asphalt pavement shall be pulverized by a method that does not 31 damage or dislodge the material or structures below the surface as shown 32 on the Plans. 33 34 The Contracting Agency will allow the Contractor to close that portion of 35 the roadway that is under construction to through traffic, for a limited time 36 period. 37 38 The Contractor shall furnish, install, and maintain any and all detour signs 39 as may be necessary to perform the work in this manner. 40

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 2-8 SPECIAL PROVISIONS - Continued

1 Upon completion of cement treated base work/curing and prior to HMA 2 paving, the roadway shall be maintained in a condition that is suitable to 3 maintain local access traffic. Contractor shall restrict heavy loading from 4 cement treated base section as required during curing period. 5 6 The Contractor shall not allow any vehicles to drive on the cement treated 7 base for a minimum of 48 hours after it has been placed. The Contractor 8 shall coordinate and schedule this work accordingly to include providing 9 adequate signing and barricades to accommodate this requirement. 10 11 The Contractor shall notify all emergency services, postal services, City, 12 and adjacent property owners of this requirement 5 days prior to installing 13 the cement treated based and again 24 hours prior to installing the cement 14 treated based. This notice shall be provided by distributing door hangers 15 with the Contractor’s name, phone number, and detailed explanation of 16 temporary closure. 17 18 Vehicle traffic access shall be provided at all times along the project corridor for 19 the duration of Contract. The pulverized material shall be shaped and rolled 20 when necessary to allow the roadway to be open to traffic. When directed by the 21 Engineer, water will be added to the pulverized material as may be required 22 during processing and compaction operations to achieve the desired results. 23 24 25 Equipment 26 Cement treated base may be constructed with any machine or 27 combination of machines, or equipment that will produce completed 28 cement treated base meeting the requirements of these Specifications. 29 30 Mixing shall be accomplished using single or multiple shaft mixers. 31 32 The cement spreader shall be capable of uniformly distributing the cement 33 at the specified rate. 34 35 Water shall be uniformly applied through the mixer or with water trucks 36 equipped with a pressurized spray bar. 37 38 Cement treated base shall be compacted with one or a combination of the 39 following: sheep's foot or grid roller, pneumatic tire roller, or vibratory steel 40 drum roller. 41 42 Contractor shall provide for the equipment, setup and qualified operation 43 of the field sampling and testing facilities required for the construction of 44 the cement treated base, meeting the requirements of these 45 Specifications. City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 2-9 SPECIAL PROVISIONS - Continued

1 Grade Preparation 2 Following the pulverization of the existing bituminous and/or asphalt 3 pavement, the exposed surface material shall be graded to a uniform 4 thickness over the roadway surface. The Contractor shall grade the 5 exposed surface material to achieve a thickness variation of no more than 6 ½ inch. During this process, any unsuitable material shall be removed and 7 replaced with suitable material per Section 2-03. Soft and yielding 8 subgrade shall be corrected and made stable before construction 9 proceeds, as approved in the field by the Engineer. The pulverized 10 material shall be utilized throughout the Project site and all excess 11 material shall be removed, hauled and disposed of at the Contractor’s 12 expense. 13 14 When required, water shall be added to the pulverized material as needed 15 during processing and compaction operations to adhere optimum moisture 16 content and required compaction. 17 18 Mixing 19 Cement treated base shall not be mixed when the ground is frozen or 20 when the air temperature is below 40 degrees Fahrenheit. 21 22 Portland cement shall be placed on the graded surface at the specified 23 application rate, and uniformly mixed or blended with the reclaimed 24 asphalt pavement and underlying base and sub grade soils to the depths 25 specified. The mixture shall be moisture conditioned during this process 26 to meet specifications, as required. Following mixing and moisture 27 conditioning, the resulting base shall be compacted to project 28 specifications and graded to final elevations and lines, as shown on the 29 Plans. Any mixture that has not been compacted shall not be left 30 undisturbed for more than 30 minutes. The maximum depth of a 31 compacted layer shall not be in excess of 12 inches or less than 4 inches. 32 In multilayer construction, the surface of the compacted material shall be 33 kept moist until covered with the next layer. Successive layers shall be 34 placed and compacted so that the required total depth of the base course 35 is completed the same day. Compaction and grading of the cement 36 treated base layer shall be completed within 3 hours after mixing with 37 Portland cement. 38 39 Moisture 40 The Contractor shall moisture condition cement treated base mixture to 41 within 2 percent of the mixture’s optimum moisture content (i.e., the 42 optimum moisture content before addition of the cement), as determined 43 by American Society for Testing and Materials (ASTM) Test Designation 44 D698 (Standard Proctor). 45 City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 2-10 SPECIAL PROVISIONS - Continued

1 Compaction 2 3 The Contractor shall compact moisture conditioned cement treated base 4 mixture to a minimum unit weight equivalent to 95 percent of its maximum 5 weight, as determined by ASTM Test Designation D1557 (Modified 6 Proctor).

7 Cement Application Rate 8 The Contractor shall measure the application rate of the cement by pan 9 weighing. Testing to verify application rate shall be completed at a 10 frequency of 250 square yards of completed area, or as agreed to by the 11 Engineer. 12 13 Cement Treated Base Depth 14 The Contractor shall measure the base depth by probe measurements at 15 a frequency of 250 square yards of completed area, or as agreed to by the 16 Engineer. The Contractor shall remix to the required depth if the 17 measured depth is more than 1/2 inch less than the specified depth 18 required.

19 Moisture Content 20 The moisture content of the cement treated base shall be verified by 21 testing prior to compaction by the Contractor. Where testing indicates 22 noncompliance with moisture specifications, the Contractor shall 23 recondition and remix, as agreed to by the Engineer.

24 Compaction 25 Compaction testing shall be completed in accordance with ASTM Test 26 Designation D2922. Compaction tests will be performed at a frequency of 27 250 square yards of completed area, or as agreed to by the Engineer.

28 Compressive Strength 29 Samples of the cement treated base shall be prepared in the field in 30 accordance with ASTM Test Designation D559 for compression testing. 31 Testing frequency of 300 square yards of completed area, or as agreed to 32 by the Engineer, in accordance with ASTM Test Designation D1633.

33 Weather Limitations 34 Contractor shall be responsible for the quality and strength of the cement 35 treated base. Cement treated base shall not be mixed or placed when 36 current or predicted weather (e.g., wind, rain, humidity, temperature)., is 37 such that satisfactory results cannot be obtained to maintain the required 38 mixture’s optimum moisture content, compaction, finish, compressive 39 strength, curing, the Contractor shall suspend operations until the weather 40 is favorable. City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 2-11 SPECIAL PROVISIONS - Continued

1 2-06.3(1) Subgrade for Surfacing 2 (June 16, 2006 G&O) 3 4 This Section is supplemented with the following: 5 6 9. The grading shall be completed at least 300 feet ahead of the 7 placing of gravel borrow or crushed surfacing base material. 8 9 2-06.4 Measurement 10 (******) 11 12 This Section is supplemented with the following: 13 14 Measurement for Cement Treated Base will be per square yard of 15 completed area. 16 17 Measurement for Cement for Cement Treated Base will be per ton of 18 cement incorporated into the base. 19 20 2-06.5 Payment 21 (******) 22 23 This Section is supplemented with the following: 24 25 “Cement Treated Base,” per square yard. 26 27 “Cement for Cement Treated Base,” per ton. 28 29 The unit contract price per square yard for “Cement Treated Base” and the 30 unit contract price per ton for “Cement for Cement Treated Base” shall be 31 full pay for all labor, equipment, tools, and materials required to construct 32 the cement treated base section including sawcutting, pulverizing, grading, 33 shaping, spreading, stockpiling, watering, mixing, compacting, curing, 34 testing, traffic control, road closure, hauling, wastehaul of unsuitable 35 and/or excess material, clean-up and all other related work. 36 37 2-07 WATERING 38 39 2-07.3 Construction Requirements 40 (November 24, 2010 G&O) 41 42 This Section is supplemented with the following: 43 44 During construction, the Contractor shall have dedicated to the Project a 45 suitable water truck that shall be operated as necessary to control dust. City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 2-12 SPECIAL PROVISIONS - Continued

1 Failure to have a water truck immediately accessible to the job and failure 2 to use a water truck for dust control shall be adequate reason for the 3 Engineer to issue a suspension of work. 4 5 A hydrant permit will be required to be secured by the Contractor for any 6 necessary water. Water will be provided at the convenience of the 7 Contracting Agency which reserves the right to control the location and 8 use of water based on the Contracting Agency’s own needs. 9 10 Water will be provided at the convenience of the City and shall be used 11 sparingly and not wasted. The City reserves the right to control the 12 location and use of water based on the City’s own needs. 13 14 2-07.5 Payment 15 (May 5, 2016 G&O) 16 17 This Section is supplemented with the following: 18 19 The cost for all water permit(s), and furnishing and placing water shall be 20 included in the unit contract price for “Excavation, Embankment and 21 Grading, Incl. Haul.” 22 23 2-09 STRUCTURE EXCAVATION 24 25 2-09.3(1) General Requirements 26 (August 1, 2009 G&O) 27 28 This Section is supplemented with the following: 29 30 When any Work is being considered by the Contractor in the vicinity of an 31 existing utility, the Contractor shall so inform an authority of the particular 32 utility in ample time so that the utility involved and the Contractor may take 33 any precautions necessary to facilitate construction in the vicinity of the 34 utility, and thereby protect that particular utility from damage. 35 36 Protecting and Maintaining Utility Service 37 38 The Contractor shall protect and maintain the operational service of 39 existing utility systems in a continuous manner as possible. The 40 Contractor shall have the approval from the Engineer and notification shall 41 be given to the Contracting Agency before any disruptions of service in 42 existing utilities will be allowed. The Contractor shall comply with all the 43 conditions established by the Engineer and the Contracting Agency. The 44 Contractor shall give the utility owner a minimum notice of 48 hours before 45 disrupting any planned service interruption. No planned interruption to an City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 2-13 SPECIAL PROVISIONS - Continued

1 existing system shall be allowed on Fridays, weekends, or holidays, 2 unless specifically agreed to in writing by the Contracting Agency. Where 3 services are to be shut down, affected parties shall be notified in writing by 4 the Contractor (i.e., door hangers) at least 48 hours and not more than 5 72 hours in advance of the time and period of shut down. The Contractor 6 shall make every effort to keep shut down schedules to periods of 7 anticipated minimum usage and for the least period of time. 8 9 Where the construction crosses or is adjacent to existing utilities, the 10 Contractor shall exercise extreme care to protect such utilities from 11 damage. Additionally, the Contractor shall review the Plans, the project 12 site and familiarize himself with the various utilities and plan his 13 construction activities in recognition that the very close proximity of 14 existing utilities to the proposed work will adversely affect production rates 15 of installation of the various planned improvements. The Contractor is 16 hereby advised and cautioned that the location of existing utilities will be 17 cause for considerable and extreme care and due diligence on the part of 18 the Contractor. As such, work production rates are anticipated to be 19 significantly impacted by their presence and normal production rates 20 should not be anticipated, during construction by the Contractor for work in 21 these areas. The Contractor shall anticipate minor alignment adjustments 22 will also be required to accommodate the installation of utilities. 23 24 2-09.3(1)E Backfilling 25 (February 17, 2009 G&O) 26 27 This Section is supplemented with the following: 28 29 Where existing and/or proposed ground contours prevent a minimum of 30 24 inches of cover above “flexible” storm pipe or where utility crossings 31 necessitate, the Contracting Agency may direct the Contractor to install a 32 controlled density fill encasement for the pipe. The encasement shall be 33 constructed in accordance with the Plans and/or as directed in the field by 34 the Contracting Agency. Material for encasement shall be controlled 35 density fill per Section 2-09.3(1)E of the Standard Specifications. The 36 pipe shall be securely held in place until the material has “set.” Trenches 37 located within roadways/drives shall be protected with H-20 steel plates, 38 or Contracting Agency-approved equal, while the material sets. 39

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 2-14 SPECIAL PROVISIONS - Continued

1 2-09.3(5) Locating Utilities (New Section) 2 (March 3, 2011 G&O) 3 4 This Section is supplemented with the following: 5 6 A reasonable attempt has been made to locate known existing utilities; however, 7 the exact location, and/or depth is unknown in most instances. It shall be the 8 responsibility of the Contractor to locate existing utilities, to include their 9 respective depths. 10 11 The Contractor shall provide field exploration through vacuum excavation, 12 potholing or other suitable means to locate more precisely existing underground 13 utilities as to location and depth. The Contractor shall decide on the difficulties to 14 be encountered in constructing the project, and determine therefrom the extent of 15 exploration required to expedite the construction to first prevent damage to those 16 utilities, and secondly to determine if the new construction is to go around, over 17 or under the existing utility. Where underground utilities are found to be in the 18 way of construction, such condition shall not be deemed to be a changed or 19 differing site condition, and if necessary, minor pipe alignment or grade will be 20 modified at no additional cost to the Contracting Agency. At a minimum, 21 potholing will be required at all utility interties prior to trench excavation for 22 connections and at all major utility crossings, and potential conflicts noted by 23 underground location notification as may be directed by the Engineer. See 24 Contract Plans for additional specific locations. 25 26 2-09.4 Measurement 27 (March 3, 2011 G&O) 28 29 This Section is supplemented with the following: 30 31 Measurement for controlled density fill will be per cubic yard, measured in 32 place. 33 34 2-09.5 Payment 35 (March 3, 2011 G&O) 36 37 Delete all paragraphs under this Section and replace with the following: 38 39 Payment will be made in accordance with Section 1-04.1 for each of the 40 following bid items that are included in the Proposal. 41 42 “Controlled Density Fill,” per cubic yard. 43

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 2-15 SPECIAL PROVISIONS - Continued

1 The unit contract price per cubic yard for “Controlled Density Fill” shall be 2 full pay for furnishing all labor, tools, equipment, and materials to furnish 3 and install the placement of the controlled density fill as indicated on the 4 Plans and specified herein including, but not limited to, pipe encasements, 5 pipe plugging or trench backfill. 6

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 2-16 DIVISION 3

AGGREGATE PRODUCTION AND ACCEPTANCE 1 DIVISION 3 2 3 AGGREGATE PRODUCTION AND ACCEPTANCE 4 5 3-01 PRODUCTION FROM QUARRY AND PIT SITES 6 7 3-01.2 Material Sources, General Requirement 8 9 3-01.2(1) Approval of Source 10 (August 16, 2012 G&O) 11 12 This Section is supplemented with the following: 13 14 The Contractor is responsible for all costs associated with approval of the 15 material source.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 3-1 DIVISION 4

BASES 1 DIVISION 4 2 3 BASES 4 5 4-04 BALLAST AND CRUSHED SURFACING 6 7 4-04.4 Measurement 8 (March 17, 2016 G&O) 9 10 Delete the last sentence in this Section and replace with the following: 11 12 No measurement will be made for water used in placing and compacting 13 surfacing materials. 14 15 4-04.5 Payment 16 (March 17, 2016 G&O) 17 18 This Section is supplemented with the following: 19 20 The unit contract prices for the various types of ballast, structural fill, 21 crushed surfacing base course, and crushed surfacing top course 22 materials shall include all costs for obtaining the materials, hauling the 23 materials to the site, stockpiling, spreading, grading, shaping, moisture 24 conditioning, compacting, material and compaction testing, and all other 25 incidentals, complete, in place. Asphalt grindings are not subject to 26 reimbursement under any of these bid items. 27 28 “Crushed Surfacing Top Course”, per Ton. 29 30 The unit price per Ton for “Crushed Surfacing Top Course”, shall include 31 all costs for labor, materials, equipment, and tools necessary for 32 carrying out the work required for the installation of this item, including, but 33 not limited to, grading, placing, and compacting the subgrade; 34 furnishing, placing, and compacting crushed surfacing material to the 35 compacted depth shown on the Plans, and all required material and 36 compaction testing. 37

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 4-1 SPECIAL PROVISIONS - Continued

1 “Crushed Surfacing Repair”, per square yard. 2 3 The unit price per square yard for “Crushed Surfacing Repair” shall 4 include all costs for labor, materials, equipment, and tools necessary for 5 carrying out the work required for the installation of this item, including, but 6 not limited to, grading, placing, and compacting the subgrade; furnishing, 7 placing, and compacting crushed surfacing top course to the compacted 8 depth shown on the Plans, and all required material and compaction 9 testing. 10 11 “Drainage Swale,” per square yard. 12 13 The unit price per square yard for “Drainage Swale” shall include all 14 costs for labor, materials, equipment, and tools necessary for carrying out 15 the work required for the installation of this item, including, but not limited 16 to, excavation, grading, placing, and compacting the subgrade; furnishing, 17 placing, and compacting crushed surfacing top course to the compacted 18 depth shown on the Plans.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 4-2 DIVISION 5

SURFACE TREATMENTS AND PAVEMENTS 1 5-04 HOT MIX ASPHALT 2 (March 21, 2018 G&O) 3 4 Delete this entire section with the exception of 5-04.2(1), and replace it with the 5 following: 6 7 5-04.1 Description 8 9 This Work shall consist of providing and placing one or more layers of 10 plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in 11 accordance with these Specifications and the lines, grades, thicknesses, 12 and typical cross-sections shown in the Plans. The manufacture of HMA 13 may include warm mix asphalt (WMA) processes in accordance with these 14 Specifications. WMA processes include organic additives, chemical 15 additives, and foaming. 16 17 This work also consists of adjusting castings to grade per the details in the 18 Contract Plans. 19 20 HMA shall be composed of asphalt binder and mineral materials as may 21 be required, mixed in the proportions specified to provide a homogeneous, 22 stable, and workable mixture. 23 24 5-04.2 Materials 25 26 Materials shall meet the requirements of the following sections: 27 28 Asphalt Binder 9-02.1(4) 29 Cationic Emulsified Asphalt 9-02.1(6) 30 Anti-Stripping Additive 9-02.4 31 HMA Additive 9-02.5 32 Aggregates 9-03.8 33 Recycled Asphalt Pavement 9-03.8(3)B 34 Mineral Filler 9-03.8(5) 35 Recycled Material 9-03.21 36 Portland Cement 9-01 37 Sand 9-03.1(2). 38 (As noted in 5-04.3(5)C for crack sealing) 39 Joint Sealant 9-04.2 40 Foam Backer Rod 9-04.2(3)A 41 42 The Contract documents may establish that the various mineral materials 43 required for the manufacture of HMA will be furnished in whole or in part 44 by the Contracting Agency. If the documents do not establish the 45 furnishing of any of these mineral materials by the Contracting Agency, City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-1 SPECIAL PROVISIONS - Continued

1 the Contractor shall be required to furnish such materials in the amounts 2 required for the designated mix. Mineral materials include coarse and fine 3 aggregates, and mineral filler. 4 5 The Contractor may choose to utilize recycled asphalt pavement (RAP) in 6 the production of HMA. The RAP may be from pavements removed under 7 the Contract, if any, or pavement material from an existing stockpile. 8 9 The Contractor may use up to 20 percent RAP by total weight of HMA with 10 no additional sampling or testing of the RAP. The RAP shall be sampled 11 and tested at a frequency of one sample for every 1,000 tons produced 12 and not less than ten samples per project. The asphalt content and 13 gradation test data shall be reported to the Contracting Agency when 14 submitting the mix design for approval on the QPL. The Contractor shall 15 include the RAP as part of the mix design as defined in these 16 Specifications. 17 18 The grade of asphalt binder shall be as required by the Contract. Blending 19 of asphalt binder from different sources is not permitted. 20 21 The Contractor may only use warm mix asphalt (WMA) processes in the 22 production of HMA with 20 percent or less RAP by total weight of HMA. 23 The Contractor shall submit to the Engineer for approval the process that 24 is proposed and how it will be used in the manufacture of HMA. 25 26 Production of aggregates shall comply with the requirements of 27 Section 3-01. 28 29 Preparation of stockpile site, the stockpiling of aggregates, and the 30 removal of aggregates from stockpiles shall comply with the requirements 31 of Section 3-02. 32 33 5-04.2(2) Mix Design – Obtaining Project Approval 34 35 ESALs 36 37 The number of ESALs for the design and acceptance of the HMA shall be 38 0.3 to <3 million. 39 40 Commercial HMA shall be an HMA Cl. 1/2" PG 64-28 design mix. 41 42 No paving shall begin prior to the approval of the mix design by the 43 Engineer. 44

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-2 SPECIAL PROVISIONS - Continued

1 Nonstatistical evaluation will be used for all HMA not designated as 2 Commercial HMA in the contract documents. 3 4 Commercial evaluation will be used for Commercial HMA and for other 5 classes of HMA in the following applications: sidewalks, road approaches, 6 ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other 7 nonstructural applications of HMA accepted by commercial evaluation 8 shall be as approved by the Project Engineer. Sampling and testing of 9 HMA accepted by commercial evaluation will be at the option of the 10 Project Engineer. The Proposal quantity of HMA that is accepted by 11 commercial evaluation will be excluded from the quantities used in the 12 determination of nonstatistical evaluation. 13 14 Nonstatistical Mix Design. Fifteen days prior to the first day of 15 paving the contractor shall provide one of the following mix design 16 verification certifications for Contracting Agency review: 17 18  The WSDOT Mix Design Evaluation Report from the current 19 WSDOT QPL, or one of the mix design verification certifications 20 listed below. 21 22  The proposed HMA mix design on WSDOT Form 350-042 with the 23 seal and certification (stamp & signature) of a valid licensed 24 Washington State Professional Engineer. 25 26  The Mix Design Report for the proposed HMA mix design 27 developed by a qualified City or County laboratory that is within one 28 year of the approval date.** 29 30 The mix design shall be performed by a lab accredited by a national 31 authority such as Laboratory Accreditation Bureau, L-A-B for Construction 32 Materials Testing, The Construction Materials Engineering Council 33 (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall 34 supply evidence of participation in the AASHTO: resource proficiency 35 sample program. 36 37 Mix designs for HMA accepted by Nonstatistical evaluation shall: 38 39  Have the aggregate structure and asphalt binder content 40 determined in accordance with WSDOT Standard Operating 41 Procedure 732 and meet the requirements of Sections 9-03.8(2), 42 except that Hamburg testing for ruts and stripping are at the 43 discretion of the Engineer, and 9-03.8(6). 44

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-3 SPECIAL PROVISIONS - Continued

1  Have anti-strip requirements, if any, for the proposed mix design 2 determined in accordance with AASHTO T 283 or T 324, or based 3 on historic anti-strip and aggregate source compatibility from 4 previous WSDOT lab testing. 5 6 At the discretion of the Engineer, agencies may accept verified mix 7 designs older than 12 months from the original verification date with a 8 certification from the Contractor that the materials and sources are the 9 same as those shown on the original mix design. 10 11 Commercial Evaluation Approval of a mix design for “Commercial 12 Evaluation” will be based on a review of the Contractor’s submittal of 13 WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 14 evaluation is not required) or a Mix Design from the current WSDOT QPL 15 or from one of the processes allowed by this section. Testing of the HMA 16 by the Contracting Agency for mix design approval is not required. 17 18 5-04.2(2)B Using Warm Mix Asphalt Processes 19 20 The Contractor may elect to use additives that reduce the optimum mixing 21 temperature or serve as a compaction aid for producing HMA. Additives 22 include organic additives, chemical additives and foaming processes. The 23 use of Additives is subject to the following: 24 25  Do not use additives that reduce the mixing temperature more than 26 allowed in Section 5-04.3(6) in the production of mixtures. 27 28  Before using additives, obtain the Engineer’s approval using 29 WSDOT Form 350-076 to describe the proposed additive and 30 process. 31 32 5-04.3 Construction Requirements 33 34 5-04.3(1) Weather Limitations 35 36 Do not place HMA for wearing course on any Traveled Way beginning 37 October 1st through March 31st of the following year without written 38 concurrence from the Engineer. 39

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-4 SPECIAL PROVISIONS - Continued

1 Do not place HMA on any wet surface, or when the average surface 2 temperatures are less than those specified below, or when weather 3 conditions otherwise prevent the proper handling or finishing of the HMA. 4 5 Minimum Surface Temperature for Paving 6 Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55 degrees F 45 degrees F 0.10 to .20 45 degrees F 35 degrees F More than 0.20 35 degrees F 35 degrees F 7 8 5-04.3(2) Paving Under Traffic 9 10 When the Roadway being paved is open to traffic, the requirements of this 11 Section shall apply. 12 13 The Contractor shall keep intersections open to traffic at all times except 14 when paving the intersection or paving across the intersection. During 15 such time, and provided that there has been an advance warning to the 16 public, the intersection may be closed for the minimum time required to 17 place and compact the mixture. In hot weather, the Engineer may require 18 the application of water to the pavement to accelerate the finish rolling of 19 the pavement and to shorten the time required before reopening to traffic. 20 21 Before closing an intersection, advance warning signs shall be placed and 22 signs shall also be placed marking the detour or alternate route. 23 24 During paving operations, temporary pavement markings shall be 25 maintained throughout the project. Temporary pavement markings shall 26 be installed on the Roadway prior to opening to traffic. Temporary 27 pavement markings shall be in accordance with Section 8-23. 28 29 All costs in connection with performing the Work in accordance with these 30 requirements, except the cost of temporary pavement markings, shall be 31 included in the unit Contract prices for the various Bid items involved in 32 the Contract. 33

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-5 SPECIAL PROVISIONS - Continued

1 5-04.3(3) Equipment 2 3 5-04.3(3)A Mixing Plant 4 5 Plants used for the preparation of HMA shall conform to the following 6 requirements: 7 8 1. Equipment for Preparation of Asphalt Binder – Tanks for the 9 storage of asphalt binder shall be equipped to heat and hold the 10 material at the required temperatures. The heating shall be 11 accomplished by steam coils, electricity, or other approved means 12 so that no flame shall be in contact with the storage tank. The 13 circulating system for the asphalt binder shall be designed to 14 ensure proper and continuous circulation during the operating 15 period. A valve for the purpose of sampling the asphalt binder shall 16 be placed in either the storage tank or in the supply line to the 17 mixer. 18 19 2. Thermometric Equipment – An armored thermometer, capable of 20 detecting temperature ranges expected in the HMA mix, shall be 21 fixed in the asphalt binder feed line at a location near the charging 22 valve at the mixer unit. The thermometer location shall be 23 convenient and safe for access by Inspectors. The plant shall also 24 be equipped with an approved dial-scale thermometer, a mercury 25 actuated thermometer, an electric pyrometer, or another approved 26 thermometric instrument placed at the discharge chute of the drier 27 to automatically register or indicate the temperature of the heated 28 aggregates. This device shall be in full view of the plant operator. 29 30 3. Heating of Asphalt Binder – The temperature of the asphalt 31 binder shall not exceed the maximum recommended by the asphalt 32 binder manufacturer nor shall it be below the minimum temperature 33 required to maintain the asphalt binder in a homogeneous state. 34 The asphalt binder shall be heated in a manner that will avoid local 35 variations in heating. The heating method shall provide a 36 continuous supply of asphalt binder to the mixer at a uniform 37 average temperature with no individual variations exceeding 25 38 degrees F. Also, when a WMA additive is included in the asphalt 39 binder, the temperature of the asphalt binder shall not exceed the 40 maximum recommended by the manufacturer of the WMA additive. 41

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-6 SPECIAL PROVISIONS - Continued

1 4. Sampling and Testing of Mineral Materials – The HMA plant 2 shall be equipped with a mechanical sampler for the sampling of 3 the mineral materials. The mechanical sampler shall meet the 4 requirements of Section 1-05.6 for the crushing and screening 5 operation. The Contractor shall provide for the setup and operation 6 of the field testing facilities of the Contracting Agency as provided 7 for in Section 3-01.2(2). 8 9 5. Sampling HMA – The HMA plant shall provide for sampling HMA 10 by one of the following methods: 11 12 a. A mechanical sampling device attached to the HMA plant. 13 14 b. Platforms or devices to enable sampling from the hauling 15 vehicle without entering the hauling vehicle. 16 17 5-04.3(3)B Hauling Equipment 18 19 Trucks used for hauling HMA shall have tight, clean, smooth metal beds 20 and shall have a cover of canvas or other suitable material of sufficient 21 size to protect the mixture from adverse weather. Whenever the weather 22 conditions during the work shift include, or are forecast to include, 23 precipitation or an air temperature less than 45 degrees F or when time 24 from loading to unloading exceeds 30 minutes, the cover shall be securely 25 attached to protect the HMA. 26 27 The Contractor shall provide an environmentally benign means to prevent 28 the HMA mixture from adhering to the hauling equipment. Excess release 29 agent shall be drained prior to filling hauling equipment with HMA. 30 Petroleum derivatives or other coating material that contaminate or alter 31 the characteristics of the HMA shall not be used. For live bed trucks, the 32 conveyer shall be in operation during the process of applying the release 33 agent. 34 35 5-04.3(3)C Pavers 36 37 HMA pavers shall be self-contained, power-propelled units, provided with 38 an internally heated vibratory screed and shall be capable of spreading 39 and finishing courses of HMA plant mix material in lane widths required by 40 the paving section shown in the Plans. 41 42 The HMA paver shall be in good condition and shall have the most current 43 equipment available from the manufacturer for the prevention of 44 segregation of the HMA mixture installed, in good condition, and in

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-7 SPECIAL PROVISIONS - Continued

1 working order. The equipment certification shall list the make, model, and 2 year of the paver and any equipment that has been retrofitted. 3 4 The screed shall be operated in accordance with the manufacturer’s 5 recommendations and shall effectively produce a finished surface of the 6 required evenness and texture without tearing, shoving, segregating, or 7 gouging the mixture. A copy of the manufacturer’s recommendations shall 8 be provided upon request by the Contracting Agency. Extensions will be 9 allowed provided they produce the same results, including ride, density, 10 and surface texture as obtained by the primary screed. Extensions without 11 augers and an internally heated vibratory screed shall not be used in the 12 Traveled Way. 13 14 When specified in the Contract, reference lines for vertical control will be 15 required. Lines shall be placed on both outer edges of the Traveled Way 16 of each Roadway. Horizontal control utilizing the reference line will be 17 permitted. The grade and slope for intermediate lanes shall be controlled 18 automatically from reference lines or by means of a mat referencing 19 device and a slope control device. When the finish of the grade prepared 20 for paving is superior to the established tolerances and when, in the 21 opinion of the Engineer, further improvement to the line, grade, cross- 22 section, and smoothness can best be achieved without the use of the 23 reference line, a mat referencing device may be substituted for the 24 reference line. Substitution of the device will be subject to the continued 25 approval of the Engineer. A joint matcher may be used subject to the 26 approval of the Engineer. The reference line may be removed after the 27 completion of the first course of HMA when approved by the Engineer. 28 Whenever the Engineer determines that any of these methods are failing 29 to provide the necessary vertical control, the reference lines will be 30 reinstalled by the Contractor. 31 32 The Contractor shall furnish and install all pins, brackets, tensioning 33 devices, wire, and accessories necessary for satisfactory operation of the 34 automatic control equipment. 35 36 If the paving machine in use is not providing the required finish, the 37 Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning 38 or solvent type liquids spilled on the pavement shall be thoroughly 39 removed before paving proceeds. 40 41 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle 42 43 A Material Transfer Device/Vehicle (MTD/V) shall only be used with the 44 Engineer’s approval, unless otherwise required by the contract.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-8 SPECIAL PROVISIONS - Continued

1 Where an MTD/V is required by the contract, the Engineer may approve 2 paving without an MTD/V, at the request of the Contractor. The Engineer 3 will determine if an equitable adjustment in cost or time is due. 4 5 When used, the MTD/V shall mix the HMA after delivery by the hauling 6 equipment and prior to laydown by the paving machine. Mixing of the HMA 7 shall be sufficient to obtain a uniform temperature throughout the mixture. 8 If a windrow elevator is used, the length of the windrow may be limited in 9 urban areas or through intersections, at the discretion of the Engineer. 10 11 To be approved for use, an MTV: 12 13 1. Shall be self-propelled vehicle, separate from the hauling vehicle or 14 paver. 15 16 2. Shall not be connected to the hauling vehicle or paver. 17 18 3. May accept HMA directly from the haul vehicle or pick up HMA from 19 a windrow. 20 21 4. Shall mix the HMA after delivery by the hauling equipment and prior 22 to placement into the paving machine. 23 24 5. Shall mix the HMA sufficiently to obtain a uniform temperature 25 throughout the mixture. 26 27 To be approved for use, an MTD: 28 29 1. Shall be positively connected to the paver. 30 31 2. May accept HMA directly from the haul vehicle or pick up HMA from 32 a windrow. 33 34 3. Shall mix the HMA after delivery by the hauling equipment and prior 35 to placement into the paving machine. 36 37 4. Shall mix the HMA sufficiently to obtain a uniform temperature 38 throughout the mixture. 39 40 5-04.3(3)E Rollers 41 42 Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire 43 type, in good condition and capable of reversing without backlash. 44 Operation of the roller shall be in accordance with the manufacturer’s 45 recommendations. When ordered by the Engineer for any roller planned City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-9 SPECIAL PROVISIONS - Continued

1 for use on the project, the Contractor shall provide a copy of the 2 manufacturer’s recommendation for the use of that roller for compaction of 3 HMA. The number and weight of rollers shall be sufficient to compact the 4 mixture in compliance with the requirements of Section 5-04.3(10). The 5 use of equipment that results in crushing of the aggregate will not be 6 permitted. Rollers producing pickup, washboard, uneven compaction of 7 the surface, displacement of the mixture or other undesirable results shall 8 not be used. 9 10 5-04.3(4) Preparation of Existing Paved Surfaces 11 12 When the surface of the existing pavement or old base is irregular, the 13 Contractor shall bring it to a uniform grade and cross-section as shown on 14 the Plans or approved by the Engineer. 15 16 Preleveling of uneven or broken surfaces over which HMA is to be placed 17 may be accomplished by using an asphalt paver, a motor patrol grader, or 18 by hand raking, as approved by the Engineer. 19 20 Compaction of preleveling HMA shall be to the satisfaction of the Engineer 21 and may require the use of small steel wheel rollers, plate compactors, or 22 pneumatic rollers to avoid bridging across preleveled areas by the 23 compaction equipment. Equipment used for the compaction of preleveling 24 HMA shall be approved by the Engineer. 25 26 Before construction of HMA on an existing paved surface, the entire 27 surface of the pavement shall be clean. All fatty asphalt patches, grease 28 drippings, and other objectionable matter shall be entirely removed from 29 the existing pavement. All pavements or bituminous surfaces shall be 30 thoroughly cleaned of dust, soil, pavement grindings, and other foreign 31 matter. All holes and small depressions shall be filled with an appropriate 32 class of HMA. The surface of the patched area shall be leveled and 33 compacted thoroughly. Prior to the application of tack coat, or paving, the 34 condition of the surface shall be approved by the Engineer. 35 36 A tack coat of asphalt shall be applied to all paved surfaces on which any 37 course of HMA is to be placed or abutted. Tack coat shall be uniformly 38 applied to cover the existing pavement with a thin film of residual asphalt 39 free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per 40 square yard of retained asphalt. The rate of application shall be approved 41 by the Engineer. A heavy application of tack coat shall be applied to all 42 joints. For Roadways open to traffic, the application of tack coat shall be 43 limited to surfaces that will be paved during the same working shift. The 44 spreading equipment shall be equipped with a thermometer to indicate the 45 temperature of the tack coat material. City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-10 SPECIAL PROVISIONS - Continued

1 Equipment shall not operate on tacked surfaces until the tack has broken 2 and cured. If the Contractor’s operation damages the tack coat it shall be 3 repaired prior to placement of the HMA. 4 5 The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 6 and CSS-1h emulsified asphalt may be diluted once with water at a rate 7 not to exceed one part water to one part emulsified asphalt. The tack coat 8 shall have sufficient temperature such that it may be applied uniformly at 9 the specified rate of application and shall not exceed the maximum 10 temperature recommended by the emulsified asphalt manufacturer. 11 12 5-04.3(4)A Crack Sealing 13 14 5-04.3(4)A1 General 15 16 When the Proposal includes a pay item for crack sealing, seal all cracks 17 1/4 inch in width and greater. 18 19 Cleaning: Ensure that cracks are thoroughly clean, dry and free of all 20 loose and foreign material when filling with crack sealant material. Use a 21 hot compressed air lance to dry and warm the pavement surfaces within 22 the crack immediately prior to filling a crack with the sealant material. Do 23 not overheat pavement. Do not use direct flame dryers. Routing cracks is 24 not required. 25 26 Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly 27 mix the components and pour the mixture into the cracks until full. Add 28 additional CSS-1 cationic emulsified asphalt to the sand slurry as needed 29 for workability to ensure the mixture will completely fill the cracks. Strike 30 off the sand slurry flush with the existing pavement surface and allow the 31 mixture to cure. Top off cracks that were not completely filled with 32 additional sand slurry. Do not place the HMA overlay until the slurry has 33 fully cured. 34 35 The sand slurry shall consist of approximately 20 percent CSS-1 36 emulsified asphalt, approximately 2 percent portland cement, water (if 37 required), and the remainder clean Class 1 or 2 fine aggregate per section 38 9-03.1(2). The components shall be thoroughly mixed and then poured 39 into the cracks and joints until full. The following day, any cracks or joints 40 that are not completely filled shall be topped off with additional sand slurry. 41 After the sand slurry is placed, the filler shall be struck off flush with the 42 existing pavement surface and allowed to cure. The HMA overlay shall not 43 be placed until the slurry has fully cured. The requirements of Section 1-06 44 will not apply to the portland cement and sand used in the sand slurry. 45 City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-11 SPECIAL PROVISIONS - Continued

1 In areas where HMA will be placed, use sand slurry to fill the cracks. 2 3 In areas where HMA will not be placed, fill the cracks as follows: 4 5 1. Cracks 1/4 inch to 1 inch in width – fill with hot pressure fed 6 sealant. 7 8 2. Cracks greater than 1 inch in width – fill with sand slurry. 9 10 Hot Pressure Fed Sealant: For cracks that are to be filled with hot 11 poured sealant, apply the material in accordance with these requirements 12 and the manufacturer’s recommendations. Furnish a Type 1 Working 13 Drawing of the manufacturer’s product information and recommendations 14 to the Engineer prior to the start of work, including the manufacturer’s 15 recommended heating time and temperatures, allowable storage time and 16 temperatures after initial heating, allowable reheating criteria, and 17 application temperature range. Confine hot poured sealant material within 18 the crack. Clean any overflow of sealant from the pavement surface. If, in 19 the opinion of the Engineer, the Contractor’s method of sealing the cracks 20 with hot pressure fed sealant results in an excessive amount of material 21 on the pavement surface, stop and correct the operation to eliminate the 22 excess material. Pouring sealant is not an acceptable method. 23 24 5-04.3(4)A2 Crack Sealing Areas Prior to Paving 25 26 In areas where HMA will be placed, use sand slurry to fill the cracks. 27 28 5-04.3(4)A3 Crack Sealing Areas Not to be Paved 29 30 In areas where HMA will not be placed, fill the cracks as follows: 31 32 a. Cracks 1/4 inch to 1 inch in width - fill with hot pressure fed sealant. 33 34 b. Cracks greater than 1 inch in width – fill with sand slurry. 35 36 5-04.3(4)B Vacant 37 38 5-04.3(4)C Pavement Repair 39 40 The Contractor shall excavate pavement repair areas and shall backfill 41 these with HMA in accordance with the details shown in the Plans and as 42 marked in the field. The Contractor shall conduct the excavation 43 operations in a manner that will protect the pavement that is to remain. 44 Pavement not designated to be removed that is damaged as a result of 45 the Contractor’s operations shall be repaired by the Contractor to the City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-12 SPECIAL PROVISIONS - Continued

1 satisfaction of the Engineer at no cost to the Contracting Agency. The 2 Contractor shall excavate only within one lane at a time unless approved 3 otherwise by the Engineer. The Contractor shall not excavate more area 4 than can be completely finished during the same shift, unless approved by 5 the Engineer. 6 7 Unless otherwise shown in the Plans or determined by the Engineer, 8 excavate to a depth of 1.0 feet. The Engineer will make the final 9 determination of the excavation depth required. The minimum width of any 10 pavement repair area shall be 40 inches unless shown otherwise in the 11 Plans. Before any excavation, the existing pavement shall be sawcut or 12 shall be removed by a pavement grinder. Excavated materials will become 13 the property of the Contractor and shall be disposed of in a Contractor- 14 provided site off the Right of Way or used in accordance with 15 Sections 2-02.3(3) or 9-03.21. 16 17 Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A 18 heavy application of tack coat shall be applied to all surfaces of existing 19 pavement in the pavement repair area. 20 21 Placement of the HMA backfill shall be accomplished in lifts not to exceed 22 0.35-foot compacted depth. Lifts that exceed 0.35 foot of compacted depth 23 may be accomplished with the approval of the Engineer. Each lift shall be 24 thoroughly compacted by a mechanical tamper or a roller. 25 26 5-04.3(5) Producing/Stockpiling Aggregates and RAP 27 28 Aggregates and RAP shall be stockpiled according to the requirements of 29 Section 3-02. Sufficient storage space shall be provided for each size of 30 aggregate and RAP. Materials shall be removed from stockpile(s) in a 31 manner to ensure minimal segregation when being moved to the HMA 32 plant for processing into the final mixture. Different aggregate sizes shall 33 be kept separated until they have been delivered to the HMA plant. 34 35 5-04.3(5)A Vacant 36 37 5-04.3(6) Mixing 38 39 After the required amount of mineral materials, asphalt binder, recycling 40 agent and anti-stripping additives have been introduced into the mixer the 41 HMA shall be mixed until complete and uniform coating of the particles 42 and thorough distribution of the asphalt binder throughout the mineral 43 materials is ensured. 44

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-13 SPECIAL PROVISIONS - Continued

1 When discharged, the temperature of the HMA shall not exceed the 2 optimum mixing temperature by more than 25 degrees F as shown on the 3 reference mix design report or as approved by the Engineer. Also, when a 4 WMA additive is included in the manufacture of HMA, the discharge 5 temperature of the HMA shall not exceed the maximum recommended 6 by the manufacturer of the WMA additive. A maximum water content of 7 2 percent in the mix, at discharge, will be allowed providing the water 8 causes no problems with handling, stripping, or flushing. If the water in the 9 HMA causes any of these problems, the moisture content shall be 10 reduced as directed by the Engineer. 11 12 Storing or holding of the HMA in approved storage facilities will be 13 permitted with approval of the Engineer, but in no event shall the HMA be 14 held for more than 24 hours. HMA held for more than 24 hours after 15 mixing shall be rejected. Rejected HMA shall be disposed of by the 16 Contractor at no expense to the Contracting Agency. The storage facility 17 shall have an accessible device located at the top of the cone or about the 18 third point. The device shall indicate the amount of material in storage. No 19 HMA shall be accepted from the storage facility when the HMA in storage 20 is below the top of the cone of the storage facility, except as the storage 21 facility is being emptied at the end of the working shift. 22 23 Recycled asphalt pavement (RAP) utilized in the production of HMA shall 24 be sized prior to entering the mixer so that a uniform and thoroughly mixed 25 HMA is produced. If there is evidence of the recycled asphalt pavement 26 not breaking down during the heating and mixing of the HMA, the 27 Contractor shall immediately suspend the use of the RAP until changes 28 have been approved by the Engineer. After the required amount of mineral 29 materials, RAP, new asphalt binder and asphalt rejuvenator have been 30 introduced into the mixer the HMA shall be mixed until complete and 31 uniform coating of the particles and thorough distribution of the asphalt 32 binder throughout the mineral materials, and RAP is ensured. 33 34 5-04.3(7) Spreading and Finishing 35 36 The mixture shall be laid upon an approved surface, spread, and struck off 37 to the grade and elevation established. HMA pavers complying with 38 Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise 39 directed by the Engineer, the nominal compacted depth of any layer of any 40 course shall not exceed the following: 41 42 HMA Class 1" 0.35 feet 43 HMA Class 3/4" and HMA Class 1/2" wearing course 0.30 feet 44 other courses 0.35 feet 45 HMA Class 3/8" 0.15 feet City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-14 SPECIAL PROVISIONS - Continued

1 On areas where irregularities or unavoidable obstacles make the use of 2 mechanical spreading and finishing equipment impractical, the paving may 3 be done with other equipment or by hand. 4 5 When more than one job mix formula (JMF) is being utilized to produce 6 HMA, the material produced for each JMF shall be placed by separate 7 spreading and compacting equipment. The intermingling of HMA produced 8 from more than one JMF is prohibited. Each strip of HMA placed during a 9 work shift shall conform to a single JMF established for the class of HMA 10 specified unless there is a need to make an adjustment in the JMF. 11 12 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA 13 14 For HMA accepted by nonstatistical evaluation the aggregate properties of 15 sand equivalent, uncompacted void content and fracture will be evaluated 16 in accordance with Section 3-04. Sampling and testing of aggregates for 17 HMA accepted by commercial evaluation will be at the option of the 18 Engineer. 19 20 5-04.3(9) HMA Mixture Acceptance 21 22 Acceptance of HMA shall be as provided under nonstatistical, or 23 commercial evaluation. 24 25 Nonstatistical evaluation will be used for the acceptance of HMA unless 26 Commercial Evaluation is specified. 27 28 Commercial evaluation will be used for Commercial HMA and for other 29 classes of HMA in the following applications: sidewalks, road approaches, 30 ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and 31 pavement repair. Other nonstructural applications of HMA accepted by 32 commercial evaluation shall be as approved by the Engineer. Sampling 33 and testing of HMA accepted by commercial evaluation will be at the 34 option of the Engineer. 35 36 The mix design will be the initial JMF for the class of HMA. The Contractor 37 may request a change in the JMF. Any adjustments to the JMF will require 38 the approval of the Engineer and may be made in accordance with this 39 section. 40

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-15 SPECIAL PROVISIONS - Continued

1 HMA Tolerances and Adjustments 2 3 1. Job Mix Formula Tolerances – The constituents of the mixture at 4 the time of acceptance shall conform to the following tolerances: 5 Aggregate Percent Passing Non-Statistical Commercial Evaluation Evaluation 1", 3/4", 1/2", and 3/8" sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% N/A max 6 7 These tolerance limits constitute the allowable limits as described in 8 Section 1-06.2. The tolerance limit for aggregate shall not exceed the 9 limits of the control points, except the tolerance limits for sieves 10 designated as 100 percent passing will be 99-100. 11 12 1. Job Mix Formula Adjustments – An adjustment to the aggregate 13 gradation or asphalt binder content of the JMF requires approval of 14 the Engineer. Adjustments to the JMF will only be considered if the 15 change produces material of equal or better quality and may 16 require the development of a new mix design if the adjustment 17 exceeds the amounts listed below. 18 19 a. Aggregates – 2 percent for the aggregate passing the 1- 20 1/2", 1", 3/4", 1/2", 3/8", and the No. 4 sieves, 1 percent for 21 aggregate passing the No. 8 sieve, and 0.5 percent for the 22 aggregate passing the No. 200 sieve. The adjusted JMF 23 shall be within the range of the control points in Section 9- 24 03.8(6). 25 26 b. Asphalt Binder Content – The Engineer may order or 27 approve changes to asphalt binder content. The maximum 28 adjustment from the approved mix design for the asphalt 29 binder content shall be 0.3 percent 30

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-16 SPECIAL PROVISIONS - Continued

1 5-04.3(9)A Vacant 2 3 5-04.3(9)B Vacant 4 5 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation 6 7 HMA mixture which is accepted by Nonstatistical Evaluation will be 8 evaluated by the Contracting Agency by dividing the HMA tonnage into 9 lots. 10 11 The Contractor will furnish the Engineer with a copy of the results of all 12 acceptence testing performed in the field. The Engineer will provide the 13 Composite Pay Factor (CPF) of the completed sublots after three sublots 14 have been tested. Sublot sample test results (gradation and asphalt 15 binder content) may be challenged by the Contractor. 16 17 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots 18 19 A lot is represented by randomly selected samples of the same mix design 20 that will be tested for acceptance. A lot is defined as the total quantity of 21 material or work produced for each JMF placed. Only one lot per JMF is 22 expected. A sublot shall be equal to one day’s production or 800 tons, 23 whichever is less except that the final sublot will be a minimum of 400 tons 24 and may be increased to 1200 tons. 25 26 All of the test results obtained from the acceptance samples from a given 27 lot shall be evaluated collectively. If the Contractor requests a change to 28 the JMF that is approved, the material produced after the change will be 29 evaluated on the basis of the new JMF for the remaining sublots in the 30 current lot and for acceptance of subsequent lots. For a lot in progress 31 with a CPF less than 0.75, a new lot will begin at the Contractor’s request 32 after the Engineer is satisfied that material conforming to the 33 Specifications can be produced. 34 35 Sampling and testing for evaluation shall be performed on the frequency 36 of one sample per sublot. 37 38 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling 39 40 Samples for acceptance testing shall be obtained by the Contractor when 41 ordered by the Engineer. The Contractor shall sample the HMA mixture in 42 the presence of the Engineer and in accordance with AASHTO T 168. A 43 minimum of three samples should be taken for each class of HMA placed 44 on a project. If used in a structural application, at least one of the three 45 samples shall to be tested. City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-17 SPECIAL PROVISIONS - Continued

1 Sampling and testing HMA in a Structural application where quantities are 2 less than 400 tons is at the discretion of the Engineer. 3 4 For HMA used in a structural application and with a total project quantity 5 less than 800 tons but more than 400 tons, a minimum of one acceptance 6 test shall be performed. In all cases, a minimum of 3 samples will be 7 obtained at the point of acceptance, a minimum of one of the three 8 samples will be tested for conformance to the JMF: 9 10  If the test results are found to be within specification requirements, 11 additional testing will be at the Engineer’s discretion. 12 13  If test results are found not to be within specification requirements, 14 additional testing of the remaining samples to determine a 15 Composite Pay Factor (CPF) shall be performed. 16 17 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing 18 19 Testing of HMA for compliance of Va will at the option of the Contracting 20 Agency. If tested, compliance of Va will use WSDOT SOP 731. 21 22 Testing for compliance of asphalt binder content will be by WSDOT FOP 23 for AASHTO T 308. 24 25 Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 26 27 The Contractor will furnish the Engineer with a copy of the results of all 28 acceptance testing performed in the field. 29 30 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors 31 32 For each lot of material falling outside the tolerance limits in 5-04.3(9), the 33 Contracting Agency will determine a Composite Pay Factor (CPF) using 34 the following price adjustment factors: 35 36 Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1-1/2", 1", 3/4", 2 1/2", 3/8" and No. 4 sieves All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 37 City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-18 SPECIAL PROVISIONS - Continued

1 Each lot of HMA produced under Nonstatistical Evaluation and having all 2 constituents falling within the tolerance limits of the job mix formula shall 3 be accepted at the unit Contract price with no further evaluation. When 4 one or more constituents fall outside the nonstatistical tolerance limits in 5 the Job Mix Formula shown in Table of Price Adjustment Factors, the lot 6 shall be evaluated in accordance with Section 1-06.2 to determine the 7 appropriate CPF. The nonstatistical tolerance limits will be used in the 8 calculation of the CPF and the maximum CPF shall be 1.00. When less 9 than three sublots exist, backup samples of the existing sublots or 10 samples from the Roadway shall be tested to provide a minimum of three 11 sets of results for evaluation. 12 13 5-04.3(9)C5 Vacant 14 15 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments 16 17 For each lot of HMA mix produced under Nonstatistical Evaluation when 18 the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) 19 will be determined. The NCMF equals the algebraic difference of CPF 20 minus 1.00 multiplied by 60 percent. The total job mix compliance price 21 adjustment will be calculated as the product of the NCMF, the quantity of 22 HMA in the lot in tons, and the unit Contract price per ton of mix. 23 24 If a constituent is not measured in accordance with these Specifications, 25 its individual pay factor will be considered 1.00 in calculating the 26 Composite Pay Factor (CPF). 27 28 5-04.3(9)C7 Mixture Nonstatistical Evaluation – Retests 29 30 The Contractor may request a sublot be retested. To request a retest, the 31 Contractor shall submit a written request within 7 calendar days after the 32 specific test results have been received. A split of the original acceptance 33 sample will be retested. The split of the sample will not be tested with the 34 same tester that ran the original acceptance test. The sample will be 35 tested for a complete gradation analysis, asphalt binder content, and, at 36 the option of the agency, Va. The results of the retest will be used for the 37 acceptance of the HMA in place of the original sublot sample test results. 38 The cost of testing will be deducted from any monies due or that may 39 come due the Contractor under the Contract at the rate of $500 per 40 sample. 41

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-19 SPECIAL PROVISIONS - Continued

1 5-04.3 (9)D Mixture Acceptance – Commercial Evaluation 2 3 If sampled and tested, HMA produced under Commercial Evaluation and 4 having all constituents falling within the tolerance limits of the job mix 5 formula shall be accepted at the unit Contract price with no further 6 evaluation. When one or more constituents fall outside the commercial 7 tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be 8 evaluated in accordance with Section 1-06.2 to determine the appropriate 9 CPF. The commercial tolerance limits will be used in the calculation of the 10 CPF and the maximum CPF shall be 1.00. When less than three sublots 11 exist, backup samples of the existing sublots or samples from the street 12 shall be tested to provide a minimum of three sets of results for evaluation. 13 14 For each lot of HMA mix produced and tested under Commercial 15 Evaluation when the calculated CPF is less than 1.00, a Nonconforming 16 Mix Factor (NCMF) will be determined. The NCMF equals the algebraic 17 difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix 18 Compliance Price Adjustment will be calculated as the product of the 19 NCMF, the quantity of HMA in the lot in tons, and the unit Contract price 20 per ton of mix. 21 22 If a constituent is not measured in accordance with these Specifications, 23 its individual pay factor will be considered 1.00 in calculating the 24 Composite Pay Factor (CPF). 25 26 5-04.3(10) HMA Compaction Acceptance 27 28 HMA mixture accepted by nonstatistical evaluation that is used in traffic 29 lanes, including lanes for intersections, ramps, truck climbing, weaving, 30 and speed change, and having a specified compacted course thickness 31 greater than 0.10-foot, shall be compacted to a specified level of relative 32 density. The specified level of relative density shall be a Composite Pay 33 Factor (CPF) of not less than 0.75 when evaluated in accordance with 34 Section 1-06.2, using a minimum of 92 percent of the maximum density. 35 The maximum density shall be determined by WSDOT FOP for AASHTO 36 T 729. The specified level of density attained will be determined by the 37 evaluation of the density of the pavement. The density of the pavement 38 shall be determined in accordance with WSDOT FOP for WAQTC TM 8, 39 except that gauge correlation will be at the discretion of the Engineer, 40 when using the nuclear density gauge and WSDOT SOP 736 when using 41 cores to determine density. 42 43 Tests for the determination of the pavement density will be taken in 44 accordance with the required procedures for measurement by a nuclear 45 density gauge or roadway cores after completion of the finish rolling. City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-20 SPECIAL PROVISIONS - Continued

1 If the Contracting Agency uses a nuclear density gauge to determine 2 density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 3 729 will be used on the day the mix is placed and prior to opening to 4 traffic. 5 6 Roadway cores for density may be obtained by either the Contracting 7 Agency or the Contractor in accordance with WSDOT SOP 734. The core 8 diameter shall be 4-inches minimum, unless otherwise approved by the 9 Engineer. Roadway cores will be tested by the Contracting Agency in 10 accordance with WSDOT FOP for AASHTO T 166. 11 12 If the Contract includes the Bid item “Roadway Core” the cores shall be 13 obtained by the Contractor in the presence of the Engineer on the same 14 day the mix is placed and at locations designated by the Engineer. If the 15 Contract does not include the Bid item “Roadway Core” the Contracting 16 Agency will obtain the cores. 17 18 For a lot in progress with a CPF less than 0.75, a new lot will begin at the 19 Contractor’s request after the Engineer is satisfied that material 20 conforming to the Specifications can be produced. 21 22 A lot is represented by randomly selected samples of the same mix design 23 that will be tested for acceptance. A lot is defined as the total quantity of 24 material or work produced for each Job Mix Formula placed. Only one lot 25 per JMF is expected. A sublot shall be equal to one day’s production or 26 400 tons, whichever is less except that the final sublot will be a minimum 27 of 200 tons and may be increased to 800 tons. Testing for compaction will 28 be at the rate of 5 tests per sublot per WSDOT T 738. 29 30 HMA mixture accepted by commercial evaluation and HMA constructed 31 under conditions other than those listed above shall be compacted on the 32 basis of a test point evaluation of the compaction train. The test point 33 evaluation shall be performed in accordance with instructions from the 34 Engineer. The number of passes with an approved compaction train, 35 required to attain the maximum test point density, shall be used on all 36 subsequent paving. 37 38 HMA for preleveling shall be thoroughly compacted. HMA that is used for 39 preleveling wheel rutting shall be compacted with a pneumatic tire roller 40 unless otherwise approved by the Engineer. 41

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-21 SPECIAL PROVISIONS - Continued

1 Test Results 2 3 For a sublot that has been tested with a nuclear density gauge that did not 4 meet the minimum of 92 percent of the reference maximum density in a 5 compaction lot with a CPF below 1.00 and thus subject to a price 6 reduction or rejection, the Contractor may request that a core be used for 7 determination of the relative density of the sublot. The relative density of 8 the core will replace the relative density determined by the nuclear density 9 gauge for the sublot and will be used for calculation of the CPF and 10 acceptance of HMA compaction lot. 11 12 When cores are taken by the Contracting Agency at the request of the 13 Contractor, they shall be requested by noon of the next workday after the 14 test results for the sublot have been provided or made available to the 15 Contractor. Core locations shall be outside of wheel paths and as 16 determined by the Engineer. Traffic control shall be provided by the 17 Contractor as requested by the Engineer. Failure by the Contractor to 18 provide the requested traffic control will result in forfeiture of the request 19 for cores. When the CPF for the lot based on the results of the HMA cores 20 is less than 1.00, the cost for the coring will be deducted from any monies 21 due or that may become due the Contractor under the Contract at the rate 22 of $200 per core and the Contractor shall pay for the cost of the traffic 23 control. 24 25 5-04.3(10)A HMA Compaction – General Compaction Requirements 26 27 Compaction shall take place when the mixture is in the proper condition so 28 that no undue displacement, cracking, or shoving occurs. Areas 29 inaccessible to large compaction equipment shall be compacted by other 30 mechanical means. Any HMA that becomes loose, broken, contaminated, 31 shows an excess or deficiency of asphalt, or is in any way defective, shall 32 be removed and replaced with new hot mix that shall be immediately 33 compacted to conform to the surrounding area. 34 35 The type of rollers to be used and their relative position in the compaction 36 sequence shall generally be the Contractor’s option, provided the 37 specified densities are attained. Unless the Engineer has approved 38 otherwise, rollers shall only be operated in the static mode when the 39 internal temperature of the mix is less than 175 degrees F. Regardless of 40 mix temperature, a roller shall not be operated in a mode that results in 41 checking or cracking of the mat. Rollers shall only be operated in static 42 mode on bridge decks. 43

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-22 SPECIAL PROVISIONS - Continued

1 5-04.3(10)B HMA Compaction – Cyclic Density 2 3 Low cyclic density areas are defined as spots or streaks in the pavement 4 that are less than 90 percent of the theoretical maximum density. At the 5 Engineer’s discretion, the Engineer may evaluate the HMA pavement for 6 low cyclic density, and when doing so will follow WSDOT SOP 733. A 7 $500 Cyclic Density Price Adjustment will be assessed for any 500-foot 8 section with two or more density readings below 90 percent of the 9 theoretical maximum density. 10 11 5-04.3(10)C Vacant 12 13 5-04.3(10)D HMA Nonstatistical Compaction 14 15 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots 16 17 HMA compaction which is accepted by nonstatistical evaluation will be 18 based on acceptance testing performed by the Contracting Agency 19 dividing the project into compaction lots. 20 21 A lot is represented by randomly selected samples of the same mix design 22 that will be tested for acceptance, with a maximum of 15 sublots per lot; 23 the final lot for a mix design may be increased to 25 sublots. Sublots will 24 be uniform in size with a maximum sublot size based on original Plan 25 quantity tons of HMA as specified in the table below. The sublot locations 26 within each density lot will be determined by the Engineer. For a lot in 27 progress with a CPF less than 0.75, a new lot will begin at the Contractor’s 28 request after the Engineer is satisfied that material conforming to the 29 Specifications can be produced. 30 HMA Original Plan Sublot Size Quantity (tons) (tons) <20,000 100 20,000 to 30,000 150 >30,000 200 31 32 HMA mixture accepted by commercial evaluation and HMA constructed 33 under conditions other than those listed above shall be compacted on the 34 basis of a test point evaluation of the compaction train. The test point 35 evaluation shall be performed in accordance with instructions from the 36 Engineer. The number of passes with an approved compaction train, 37 required to attain the maximum test point density, shall be used on all 38 subsequent paving.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-23 SPECIAL PROVISIONS - Continued

1 HMA for preleveling shall be thoroughly compacted. HMA that is used to 2 prelevel wheel ruts shall be compacted with a pneumatic tire roller unless 3 otherwise approved by the Engineer. 4 5 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – 6 Acceptance Testing 7 8 The location of the HMA compaction acceptance tests will be randomly 9 selected by the Engineer from within each sublot, with one test per sublot. 10 11 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments 12 13 For each compaction lot with one or two sublots, having all sublots attain a 14 relative density that is 92 percent of the reference maximum density the 15 HMA shall be accepted at the unit Contract price with no further 16 evaluation. When a sublot does not attain a relative density that is 92 17 percent of the reference maximum density, the lot shall be evaluated in 18 accordance with Section 1-06.2 to determine the appropriate CPF. The 19 maximum CPF shall be 1.00, however, lots with a calculated CPF in 20 excess of 1.00 will be used to offset lots with CPF values below 1.00 but 21 greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for 22 compliance per 5-04.3(11). Additional testing by either a nuclear moisture- 23 density gauge or cores will be completed as required to provide a 24 minimum of three tests for evaluation. 25 26 For compaction below the required 92% a Non-Conforming Compaction 27 Factor (NCCF) will be determined. The NCCF equals the algebraic 28 difference of CPF minus 1.00 multiplied by 40 percent. The Compaction 29 Price Adjustment will be calculated as the product of CPF, the quantity of 30 HMA in the compaction control lot in tons, and the unit Contract price per 31 ton of mix. 32 33 5-04.3(11) Reject Work 34 35 5-04.3(11)A Reject Work General 36 37 Work that is defective or does not conform to Contract requirements shall 38 be rejected. The Contractor may propose, in writing, alternatives to 39 removal and replacement of rejected material. Acceptability of such 40 alternative proposals will be determined at the sole discretion of the 41 Engineer. HMA that has been rejected is subject to the requirements in 42 Section 1-06.2(2) and this specification, and the Contractor shall submit a 43 corrective action proposal to the Engineer for approval. 44

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-24 SPECIAL PROVISIONS - Continued

1 5-04.3(11)B Rejection by Contractor 2 3 The Contractor may, prior to sampling, elect to remove any defective 4 material and replace it with new material. Any such new material will be 5 sampled, tested, and evaluated for acceptance. 6 7 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) 8 9 The Engineer may, without sampling, reject any batch, load, or section of 10 Roadway that appears defective. Material rejected before placement shall 11 not be incorporated into the pavement. Any rejected section of Roadway 12 shall be removed. 13 14 No payment will be made for the rejected materials or the removal of the 15 materials unless the Contractor requests that the rejected material be 16 tested. If the Contractor elects to have the rejected material tested, a 17 minimum of three representative samples will be obtained and tested. 18 Acceptance of rejected material will be based on conformance with the 19 nonstatistical acceptance Specification. If the CPF for the rejected material 20 is less than 0.75, no payment will be made for the rejected material; in 21 addition, the cost of sampling and testing shall be borne by the Contractor. 22 If the CPF is greater than or equal to 0.75, the cost of sampling and 23 testing will be borne by the Contracting Agency. If the material is rejected 24 before placement and the CPF is greater than or equal to 0.75, 25 compensation for the rejected material will be at a CPF of 0.75. If rejection 26 occurs after placement and the CPF is greater than or equal to 0.75, 27 compensation for the rejected material will be at the calculated CPF with 28 an addition of 25 percent of the unit Contract price added for the cost of 29 removal and disposal. 30 31 5-04.3(11)D Rejection – A Partial Sublot 32 33 In addition to the random acceptance sampling and testing, the Engineer 34 may also isolate from a normal sublot any material that is suspected of 35 being defective in relative density, gradation or asphalt binder content. 36 Such isolated material will not include an original sample location. A 37 minimum of three random samples of the suspect material will be obtained 38 and tested. The material will then be non-statistically evaluated as an 39 independent lot in accordance with Section 5-04.3(9)C4. 40 41 5-04.3(11)E Rejection – An Entire Sublot 42 43 An entire sublot that is suspected of being defective may be rejected. 44 When a sublot is rejected a minimum of two additional random samples 45 from this sublot will be obtained. These additional samples and the original City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-25 SPECIAL PROVISIONS - Continued

1 sublot will be evaluated as an independent lot in accordance with 2 Section 5-04.3(9)C4. 3 4 5-04.3(11)F Rejection – A Lot in Progress 5 6 The Contractor shall shut down operations and shall not resume HMA 7 placement until such time as the Engineer is satisfied that material 8 conforming to the Specifications can be produced: 9 10 1. When the Composite Pay Factor (CPF) of a lot in progress drops 11 below 1.00 and the Contractor is taking no corrective action; or 12 13 2. When the Pay Factor (PF) for any constituent of a lot in progress 14 drops below 0.95 and the Contractor is taking no corrective action; 15 or 16 17 3. When either the PF for any constituent or the CPF of a lot in 18 progress is less than 0.75. 19 20 5-04.3(11)G Rejection – An Entire Lot (Mixture or Compaction) 21 22 An entire lot with a CPF of less than 0.75 will be rejected. 23 24 5-04.3(12) Joints 25 26 5-04.3(12)A HMA Joints 27 28 5-04.3(12)A1 Transverse Joints 29 30 The Contractor shall conduct operations such that the placing of the top or 31 wearing course is a continuous operation or as close to continuous as 32 possible. Unscheduled transverse joints will be allowed and the roller may 33 pass over the unprotected end of the freshly laid mixture only when the 34 placement of the course must be discontinued for such a length of time 35 that the mixture will cool below compaction temperature. When the Work 36 is resumed, the previously compacted mixture shall be cut back to 37 produce a slightly beveled edge for the full thickness of the course. 38 39 A temporary wedge of HMA constructed on a 20H:1V shall be constructed 40 where a transverse joint as a result of paving or planing is open to traffic. 41 The HMA in the temporary wedge shall be separated from the permanent 42 HMA by strips of heavy wrapping paper or other methods approved by the 43 Engineer. The wrapping paper shall be removed and the joint trimmed to a 44 slightly beveled edge for the full thickness of the course prior to 45 resumption of paving. City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-26 SPECIAL PROVISIONS - Continued

1 The material that is cut away shall be wasted and new mix shall be laid 2 against the cut. Rollers or tamping shall be used to seal the joint. 3 4 5-04.3(12)A2 Longitudinal Joints 5 6 The longitudinal joint in any one course shall be offset from the course 7 immediately below by not more than 6 inches nor less than 2 inches. All 8 longitudinal joints constructed in the wearing course shall be located at a 9 lane line or an edge line of the Traveled Way. A notched wedge joint shall 10 be constructed along all longitudinal joints in the wearing surface of new 11 HMA unless otherwise approved by the Engineer. The notched wedge 12 joint shall have a vertical edge of not less than the maximum aggregate 13 size or more than ½ of the compacted lift thickness and then taper down 14 on a slope not steeper than 4H:1V. The sloped portion of the HMA 15 notched wedge joint shall be uniformly compacted. 16 17 5-04.3(12)B Bridge Paving Joint Seals 18 19 5-04.3(12)B1 HMA Sawcut and Seal 20 21 Prior to placing HMA on the bridge deck, establish sawcut alignment 22 points at both ends of the bridge paving joint seals to be placed at the 23 bridge ends, and at interior joints within the bridge deck when and where 24 shown in the Plans. Establish the sawcut alignment points in a manner 25 that they remain functional for use in aligning the sawcut after placing the 26 overlay. 27 28 Submit a Type 1 Working Drawing consisting of the sealant 29 manufacturer’s application procedure. 30 31 Construct the bridge paving joint seal as specified ion the Plans and in 32 accordance with the detail shown in the Standard Plans. Construct the 33 sawcut in accordance with the detail shown in the Standard Plan. 34 Construct the sawcut in accordance with Section 5-05.3(8)B and the 35 manufacturer’s application procedure. 36 37 5-04.3(12)B2 Paved Panel Joint Seal 38 39 Construct the paved panel joint seal in accordance with the requirements 40 specified in section 5-04.3(12)B1 and the following requirement: 41 42 1. Clean and seal the existing joint between concrete panels in 43 accordance with Section 5-01.3(8) and the details shown in the 44 Standard Plans. 45 City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-27 SPECIAL PROVISIONS - Continued

1 5-04.3(13) Surface Smoothness 2 3 The completed surface of all courses shall be of uniform texture, smooth, 4 uniform as to crown and grade, and free from defects of all kinds. 5 6 The completed surface of the wearing course of all other sections of 7 Roadway shall not vary more than 1/4 inch from the lower edge of a 10- 8 foot straightedge placed on the surface parallel to centerline. 9 10 The transverse slope of the completed surface of the wearing course shall 11 vary not more than 1/4 inch in 10 feet from the rate of transverse slope 12 shown in the Plans. 13 14 When deviations in excess of the above tolerances are found that result 15 from a high place in the HMA, the pavement surface shall be corrected by 16 one of the following methods: 17 18 1. Removal of material from high places by grinding with an approved 19 grinding machine; or 20 21 2. Removal and replacement of the wearing course of HMA; or 22 23 3. By other method approved by the Engineer. 24 25 Correction of defects shall be carried out until there are no deviations 26 anywhere greater than the allowable tolerances. 27 28 Deviations in excess of the above tolerances that result from a low place 29 in the HMA and deviations resulting from a high place where corrective 30 action, in the opinion of the Engineer, will not produce satisfactory results 31 will be accepted with a price adjustment. The Engineer shall deduct from 32 monies due or that may become due to the Contractor the sum of $500.00 33 for each and every section of single traffic lane 100 feet in length in which 34 any excessive deviations described above are found. 35 36 All utility castings and monuments within the existing and/or new 37 pavement area shall be referenced by the Contractor prior to any 38 pavement removal or planing. The Contractor shall keep a record of such 39 references, and submit a copy to the Contracting Agency. 40 41 Existing structures and new structures shall be adjusted to the finished 42 grade as shown on the Plans and as further specified herein. Existing 43 boxes, rings, grates, covers, and lids shall be reset in a careful and 44 workmanlike manner to conform to the required grades.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-28 SPECIAL PROVISIONS - Continued

1 The new and existing utility castings and monuments shall be adjusted to 2 grade in the following manner: 3 4 As soon as the street has been paved past each structure or casting, the 5 asphalt concrete mat shall be scored around the location of the structure 6 or casting. After rolling has been completed and the mat has cooled, it 7 shall be cut along the scored lines. The structure or casting shall then be 8 raised to finished pavement grade and the annular spaces filled as 9 indicated on the Plans. The Contractor shall install the pavement to give a 10 smooth finished appearance. All covers, lids, frames, and grates shall be 11 thoroughly cleaned. 12 13 After pavement is in place, all new pavement joints shall be sealed with a 14 6-inch-wide strip of hot asphalt sealer. A sand blanket shall be applied to 15 the surface of the hot asphalt sealer immediately after the placement of 16 the sealer to help alleviate the tracking of the asphalt. The sealer shall 17 meet the requirements of Section 9-04.2(1) of the Standard Specifications. 18 19 5-04.3(14) Planing (Milling) Bituminous Pavement 20 21 The planning plan must be approved by the Engineer and a pre planning 22 meeting must be held prior to the start of any planing. See 23 Section 5-04.3(14)B2 for information on planning submittals. 24 25 Locations of existing surfacing to be planed are as shown in the Drawings. 26 27 Where planing an existing pavement is specified in the Contract, the 28 Contractor must remove existing surfacing material and to reshape the 29 surface to remove irregularities. The finished product must be a prepared 30 surface acceptable for receiving an HMA overlay. 31 32 Use the cold milling method for planing unless otherwise specified in the 33 Contract. Do not use the planer on the final wearing course of new HMA. 34 Conduct planing operations in a manner that does not tear, break, burn, or 35 otherwise damage the surface which is to remain. The finished planed 36 surface must be slightly grooved or roughened and must be free from 37 gouges, deep grooves, ridges, or other imperfections. The Contractor 38 must repair any damage to the surface by the Contractor’s planing 39 equipment, using an Engineer approved method. 40 41 Repair or replace any metal castings and other surface improvements 42 damaged by planing, as determined by the Engineer. 43

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-29 SPECIAL PROVISIONS - Continued

1 A tapered wedge cut must be planed longitudinally along curb lines 2 sufficient to provide a minimum of 4 inches of curb reveal after placement 3 and compaction of the final wearing course. The dimensions of the wedge 4 must be as shown on the Drawings or as specified by the Engineer. 5 6 A tapered wedge cut must also be made at transitions to adjoining 7 pavement surfaces (meet lines) where butt joints are shown on the 8 Drawings. Cut butt joints in a straight line with vertical faces 2 inches or 9 more in height, producing a smooth transition to the existing adjoining 10 pavement. 11 12 After planing is complete, planed surfaces must be swept, cleaned, and if 13 required by the Contract, patched and preleveled. 14 15 The Engineer may direct additional depth planing. Before performing this 16 additional depth planing, the Contractor must conduct a hidden metal in 17 pavement detection survey as specified in Section 5-04.3(14)A. 18 19 Gutter panels, curbs, or utility structures damaged as a result of planing 20 operations shall be replaced by the Contractor at their own expense. No 21 additional monies will be due the Contractor for damage to curbs, gutters, 22 or utility structures, all costs of which shall be borne by the Contractor. 23 24 5-04.3(14)A Pre-Planing Metal Detection Check 25 26 Before starting planing of pavements, and before any additional depth 27 planing required by the Engineer, the Contractor must conduct a physical 28 survey of existing pavement to be planed with equipment that can identify 29 hidden metal objects. 30 31 Should such metal be identified, promptly notify the Engineer. 32 33 See Section 1-07.16(1) regarding the protection of survey monumentation 34 that may be hidden in pavement. 35 36 The Contractor is solely responsible for any damage to equipment 37 resulting from the Contractor’s failure to conduct a pre-planing metal 38 detection survey, or from the Contractor’s failure to notify the Engineer of 39 any hidden metal that is detected. 40

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-30 SPECIAL PROVISIONS - Continued

1 5-04.3(14)B Paving and Planing Under Traffic 2 3 5-04.3(14)B1 General 4 5 In addition, the requirements of Section 1-07.23 and the traffic controls 6 required in Section 1-10, and unless the Contract specifies otherwise or 7 the Engineer approves, the Contractor must comply with the following: 8 9 1. Intersections 10 11 a. Keep intersections open to traffic at all times, except when 12 paving or planing operations through an intersection 13 requires closure. Such closure must be kept to the 14 minimum time required to place and compact the HMA 15 mixture, or plane as appropriate. For paving, schedule 16 such closure to individual lanes or portions thereof that 17 allows the traffic volumes and schedule of traffic volumes 18 required in the approved traffic control plan. Schedule 19 work so that adjacent intersections are not impacted at the 20 same time and comply with the traffic control restrictions 21 required by the Traffic Engineer. Each individual 22 intersection closure or partial closure, must be 23 addressed in the traffic control plan, which must be 24 submitted to and accepted by the Engineer, see 25 Section 1-10.2(2). 26 27 b. When planing or paving and related construction must 28 occur in an intersection, consider scheduling and 29 sequencing such work into quarters of the intersection, or 30 half or more of an intersection with side street detours. Be 31 prepared to sequence the work to individual lanes or 32 portions thereof. 33 34 c. Should closure of the intersection in its entirety be 35 necessary, and no trolley service is impacted, keep such 36 closure to the minimum time required to place and 37 compact the HMA mixture, plane, remove asphalt, tack 38 coat, and as needed. 39 40 d. Any work in an intersection requires advance warning in 41 both signage and a number of Working Days advance 42 notice as determined by the Engineer, to alert traffic and 43 emergency services of the intersection closure or partial 44 closure.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-31 SPECIAL PROVISIONS - Continued

1 e. Allow new compacted HMA asphalt to cool to ambient 2 temperature before any traffic is allowed on it. Traffic is not 3 allowed on newly placed asphalt until approval has been 4 obtained from the Engineer. 5 6 2. Temporary centerline marking, post-paving temporary 7 marking, temporary stop bars, and maintaining temporary 8 pavement marking must comply with Section 8-23. 9 10 3. Permanent pavement marking must comply with Section 8- 11 22. 12 13 4. Roadways Open to Traffic 14 15 When the roadway being paved is open to traffic, the 16 following requirements shall apply: 17 18 The Contractor shall keep roadways open to traffic at all 19 times except where paving is in progress. During such time, 20 and provided that there has been an advance warning to the 21 public, only that specified section of road being paved may 22 be closed for the minimum time required to place and 23 compact the HMA. Adjacent travel lanes and shoulder shall 24 be left open for traffic during these times. In hot weather, the 25 Engineer may require the application of water to the 26 pavement to accelerate the finish rolling of the pavement 27 and to shorten the time required before reopening to traffic. 28 29 Before temporarily closing a portion of the road, advance- 30 warning signs shall be placed and signs shall also be placed 31 clearly alerting the driver of temporary lane closures. 32 33 During paving operations, temporary pavement markings 34 shall be maintained throughout the project. Temporary 35 pavement markings shall be installed on the roadway prior to 36 opening to traffic and shall be in accordance with 37 Section 8-23. 38 39 All costs in connection with performing the Work in 40 accordance with these requirements shall be included in the 41 unit contract prices for the various bid items involved in the 42 Contract. 43

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-32 SPECIAL PROVISIONS - Continued

1 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan 2 3 The Contractor must submit a separate planing plan and a separate 4 paving plan to the Engineer at least 5 Working Days in advance of each 5 operation’s activity start date. These plans must show how the moving 6 operation and traffic control are coordinated, as they will be discussed at 7 the pre-planing briefing and pre-paving briefing. When requested by the 8 Engineer, the Contractor must provide each operation’s traffic control 9 plan on 24 x 36 inch or larger size Shop Drawings with a scale showing 10 both the area of operation and sufficient detail of traffic beyond the area of 11 operation where detour traffic may be required. The scale on the Shop 12 Drawings is 1 inch = 20 feet, which may be changed if the Engineer 13 agrees sufficient detail is shown. 14 15 The planing operation and the paving operation include, but are not limited 16 to, metal detection, removal of asphalt and temporary asphalt of any kind, 17 tack coat and drying, staging of supply trucks, paving trains, rolling, 18 scheduling, and as may be discussed at the briefing. 19 20 When intersections will be partially blocked or when allowed to be totally 21 blocked, provide adequately sized and noticeable signage alerting traffic of 22 closures to come, a minimum 2 Working Days in advance. The traffic 23 control plan must show where police officers will be stationed when 24 signalization is or may be, countermanded, and show areas where 25 flaggers are proposed. 26 27 At a minimum, the planing and the paving plan must include: 28 29 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), 30 detailing each day’s traffic control as it relates to the specific 31 requirements of that day’s planing and paving. Briefly describe the 32 sequencing of traffic control consistent with the proposed planing 33 and paving sequence, and scheduling of placement of temporary 34 pavement markings and channelizing devices after each day’s 35 planing, and paving. 36 37 2. A copy of each intersection’s traffic control plan. 38 39 3. Haul routes from Supplier facilities, and locations of temporary 40 parking and staging areas, including return routes. Describe 41 the complete round trip as it relates to the sequencing of 42 paving operations. 43 44 4. Names and locations of HMA Supplier facilities to be used. 45 City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-33 SPECIAL PROVISIONS - Continued

1 5. List of all equipment to be used for paving. 2 3 6. List of personnel and associated job classification assigned to each 4 piece of paving equipment. 5 6 7. Description (geometric or narrative) of the scheduled sequence of 7 planing and of paving, and intended area of planing and of paving 8 for each day’s work, must include the directions of proposed 9 planing and of proposed paving, sequence of adjacent lane 10 paving, sequence of skipped lane paving, intersection planing and 11 paving scheduling and sequencing, and proposed notifications 12 and coordinations to be timely made. The plan must show HMA 13 joints relative to the final pavement marking lane lines. 14 15 8. Names, job titles, and contact information for field, office, and plant 16 supervisory personnel. 17 18 9. A copy of the approved Mix Designs. 19 20 10. Tonnage of HMA to be placed each day. 21 22 11. Approximate times and days for starting and ending daily 23 operations. 24 25 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing 26 27 At least 2 Working Days before the first paving operation and the first 28 planing operation, or as scheduled by the Engineer for future paving and 29 planing operations to ensure the Contractor has adequately prepared for 30 notifying and coordinating as required in the Contract, the Contractor 31 must be prepared to discuss that day’s operations as they relate to other 32 entities and to public safety and convenience, including driveway and 33 business access, garbage truck operations, transit operations and 34 working around energized overhead wires, school and nursing home and 35 hospital and other accesses, other contractors who may be operating in 36 the area, pedestrian and bicycle traffic, and emergency services. The 37 Contractor, and Subcontractors that may be part of that day’s operations, 38 must meet with the Engineer and discuss the proposed operation as it 39 relates to the submitted planing plan and paving plan, approved traffic 40 control plan, and public convenience and safety. Such discussion 41 includes, but is not limited to: 42 43 1. General for both Paving Plan and for Planing Plan: 44

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-34 SPECIAL PROVISIONS - Continued

1 a. The actual times of starting and ending daily 2 operations. 3 4 b. In intersections, how to break up the intersection, and 5 address traffic control and signalization for that 6 operation, including use of peace officers. 7 8 c. The sequencing and scheduling of paving operations 9 and of planing operations, as applicable, as it relates 10 to traffic control, to public convenience and safety, 11 and to other contractors who may operate in the 12 Project Site. 13 14 d. Notifications required of Contractor activities, and 15 coordinating with other entities and the public as 16 necessary. 17 18 e. Description of the sequencing of installation and types 19 of temporary pavement markings as it relates to 20 planning and to paving. 21 22 f. Description of the sequencing of installation of, and 23 the removal of, temporary pavement patch material 24 around exposed castings and as may be needed. 25 26 g. Description of procedures and equipment to identify 27 hidden metal in the pavement, such as survey 28 monumentation, monitoring wells, street car rail, and 29 castings, before planning, see Section 5-04.3(14)B2. 30 31 h. Description of how flaggers will be coordinated with 32 the planing, paving, and related operations. 33 34 i. Description of sequencing of traffic controls for the process of 35 rigid pavement base repairs. 36 37 j. Other items the Engineer deems necessary to address. 38 39 2. Paving – additional topics: 40 41 a. When to start applying tack and coordinating with paving. 42 43 b. Types of equipment and numbers of each type equipment 44 to be used. If more pieces of equipment than personnel are 45 proposed, describe the sequencing of the personnel City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-35 SPECIAL PROVISIONS - Continued

1 operating the types of equipment. Discuss the continuance 2 of operator personnel for each type equipment as it relates 3 to meeting Specification requirements. 4 5 c. Number of JMFs to be placed, and if more than one JMF 6 how the Contractor will ensure different JMFs are 7 distinguished, how pavers and MTVs are distinguished if 8 more than one JMF is being placed at the time, and how 9 pavers and MTVs are cleaned so that one JMF does not 10 adversely influence the other JMF. 11 12 d. Description of contingency plans for that day’s operations 13 such as equipment breakdown, rain out, and Supplier 14 shutdown of operations. 15 16 e. Number of sublots to be placed, sequencing of density 17 testing, and other sampling and testing. 18 19 5-04.3(15) Sealing Pavement Surfaces 20 21 Apply a fog seal where shown in the plans. Construct the fog seal in 22 accordance with Section 5-02.3. Unless otherwise approved by the 23 Engineer, apply the fog seal prior to opening to traffic. 24 25 5-04.3(16) HMA Road Approaches 26 27 HMA approaches shall be constructed at the locations shown in the Plans 28 or where staked by the Engineer. The Work shall be performed in 29 accordance with Section 5-04. 30 31 5-04.4 Measurement 32 33 Commercial HMA Cl. ___ PG ___ will be measured by the ton in 34 accordance with Section 1-09.2, with no deduction being made for the 35 weight of asphalt binder, mineral filler, or any other component of the 36 mixture. 37 38 Commercial HMA Pavement Repair will be measured by the square yard. 39 40 Commercial HMA Pavement Repair WSDOT will be measured by the 41 square yard. 42 43 If the Contractor elects to remove and replace mix as allowed by 44 Section 5-04.3(11), the material removed will not be measured. 45 City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-36 SPECIAL PROVISIONS - Continued

1 5-04.5 Payment 2 3 Payment will be made for each of the following Bid items that are included 4 in the Proposal: 5 6 “Commercial HMA Cl. ___ PG ___,” per ton. 7 8 The unit contract price per ton for “Commercial HMA Cl. ____ PG ____” 9 shall include the cost for all labor, materials, equipment and tools for 10 furnishing, placing, compacting and constructing asphalt pavement 11 including mix design, anti-strip determination, mix design verification, 12 preparation of untreated roadway, removing plastic traffic marking, 13 removing RPMs, removing permanent striping, anti-stripping additive, soil 14 residual herbicide, asphalt for tack coat, HMA pavement, HMA for 15 preleveling, HMA transition sections, HMA ramps, HMA 16 driveways/approaches, HMA wedge curb, spreading and finishing, water, 17 compaction, sealing all cold joints with asphalt sealant (and sand blanket 18 to alleviate tracking), temporary pavement markings, removal of temporary 19 pavement markings, material and compaction testing, and all other 20 incidentals necessary for a complete paving system to the lines, cross 21 section and grades in accordance with the Plans. It shall also include the 22 cost of adjusting all existing and new Contracting Agency owned castings 23 including, but not limited to, manholes, catch basins, junction boxes, 24 monuments, cleanouts and valve boxes to grade unless a specific bid item 25 has been listed in the proposal for this work. 26 27 The unit contract price per ton for “Commercial HMA Cl. ____ PG ____” 28 shall be full compensation for all costs incurred to carry out the 29 requirements of Section 5-04 except for those costs which are included in 30 other items which are included in this Subsection and which are included 31 in the Proposal. 32 33 “Commercial HMA Pavement Repair,” per square yard. 34 35 “Commercial HMA Pavement Repair WSDOT,” per square yard. 36 37 The unit contract price per square yard for “Commercial HMA Pavement 38 Repair,” and “Commercial HMA Pavement Repair WSDOT,” shall be full 39 pay to perform the work as shown on the Contract documents and as 40 described herein and shall include all costs for sawcutting, excavating, 41 removal and disposal of surplus excavated materials, subgrade 42 preparation, grading and compacting the subgrade, furnishing, grading 43 and compacting the crushed surfacing top course and HMA, sealing, sand 44 blanket and all other incidentals necessary for a complete paving system 45 to the lines, cross section and grades in accordance with the Plans. City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 5-37 DIVISION 7

DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 1 DIVISION 7 2 3 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER 4 MAINS, AND CONDUITS 5 6 7-04 STORM SEWERS 7 8 7-04.2 Materials 9 (January 4, 2010 G&O) 10 11 Delete the sixth paragraph under this Section and replace it with the following: 12 13 The Contractor shall provide the diameter and type of pipe specified on 14 the Plans. 15 16 7-04.3(1)A General 17 (January 20, 2009 G&O) 18 19 This Section is supplemented with the following: 20 21 All lines shall be flushed clean of all debris prior to acceptance. The 22 debris shall be intercepted and collected at the nearest downstream point 23 of access. The material shall then be loaded and wastehauled to a 24 Contracting Agency approved dumpsite. 25 26 7-04.5 Payment 27 (January 7, 2013 G&O) 28 29 Delete all paragraphs under this section and replace with the following: 30 31 Payment will be made in accordance with Section 1-04.1, for each of the 32 following bid items that are included in the Proposal: 33 34 “____ Storm Sewer Pipe, ____ In. Diam. (Incl. Bedding),” per linear foot. 35 36 The unit contract price per linear foot of “____ Storm Sewer Pipe, ____ In. 37 Diam. (Incl. Bedding)” shall constitute full compensation for all labor, 38 materials, tools, equipment, transportation, supplies, and incidentals 39 required to complete all work to furnish and install this item to include, but 40 not limited to, excavation, pipe bedding, backfill with suitable native 41 material, compaction, removal and wastehaul of excess or unsuitable 42 trench excavation material, dewatering, bypass pumping and maintaining 43 storm sewer flows, connections to existing and new systems, flushing and 44 cleaning, material and compaction testing of suitable native backfill, and 45 low pressure air testing. City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 7-1 SPECIAL PROVISIONS - Continued

1 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 2 3 7-05.2 Materials 4 (January 3, 2017 WSDOT GSP) 5 6 Metal Frame, Gate and Solid Metal Cover for Catch Basins or Inlets 7 8 Section 9-05.15(2) is supplemented with the following: 9 10 Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets 11 12 Slip Resistant Lid shall meet ASTM A36 steel. 13 14 The slip-resistant lid shall be treated with Mebac #1 as manufactured by 15 IKG Industries, or SlipNOT Grade 3-coarse as manufactured by W.S. 16 Molnar Co. The slip-resistant lid shall be identified with the permanent 17 marking on the underside indicating the type of surface treatment (“M1” for 18 Mebac#1, or “S3” for SlipNOT Grade 3-coarse) and the year 19 manufactured. The permanent marking shall be 1/8-inch line thickness 20 formed with a mild steel weld bead. Slip-resistant lids shall be galvanized 21 after fabrication in accordance with AASHTO M 111. 22 23 7-05.3 Construction Requirements 24 (January 20, 2009 G&O) 25 26 This Section is supplemented with the following: 27 28 The Contractor shall construct all manholes and catch basins from precast 29 concrete bases and risers. Cast-in-place concrete bases shall only be 30 used for “straddle” of existing systems and shall be watertight. 31 32 In areas of new and existing pavement, the grate rim elevation shall be set 33 to promote drainage flow. In unimproved areas, the rim elevations shall 34 be set 2 inches above finished grade unless otherwise shown on the 35 Plans. 36 37 Dewatering shall be per Section 7-08.3(1). 38 39 Unless specifically noted herein or shown differently on the Plans, the 40 Contractor shall connect to the manhole and catch basin as follows: 41

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 7-2 SPECIAL PROVISIONS - Continued

Pipe Connection System DI Kor-N-Seal* HDPE Kor-N-Seal* PVC Kor-N-Seal* Corrugated Polyethylene Per Manufacturer’s Recommendation 1 *Or Contracting Agency approved equal. 2 3 7-05.3(2) Abandon Existing Manholes 4 (November 1, 2011 G&O) 5 6 This Section is supplemented with the following: 7 8 The method for abandoning Type 2 catch basins is the method used to 9 abandon manholes. 10 11 7-05.3(3) Connections to Existing Manholes 12 (June 16, 2006 G&O) 13 14 This Section is supplemented with the following: 15 16 The locations, type and size of the existing structures and lines have been 17 determined from available records, and are approximate; however, it is 18 anticipated that connections to these existing facilities may be made, in 19 general, as shown on the Plans. 20 21 It shall be the responsibility of the Contractor to determine the exact 22 location and ascertain the type and size of the existing facilities prior to 23 starting work on each connection, and to provide any minor alterations, as 24 required, at no additional cost to the Contracting Agency. 25 26 Where piping is to be connected to existing structures, the opening(s) 27 shall be core-drilled in the structure. The use of jackhammers and/or 28 sledgehammers to knock out the hole shall not be allowed. 29 30 7-05.5 Payment 31 (January 7, 2013 G&O) 32 33 Delete all paragraphs under this Section and replace with the following: 34 35 Payment will be made in accordance with Section 1-04.1, for each of the 36 following bid items that are included in the Proposal: 37 “Catch Basin, Type 1,” per each. 38 39 “Grate Inlet, Type 2,” per each.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 7-3 SPECIAL PROVISIONS - Continued

1 The unit contract price per each for “Catch Basin, Type 1,” and “Grate 2 Inlet, Type 2” shall constitute full compensation for all labor, materials, 3 tools, equipment, transportation, supplies, and incidentals required to 4 complete all work to furnish and install this item to include, but not limited 5 to, lids, frames and grates, slip resistant lids where indicated on the Plans, 6 structure excavation, foundation gravel, backfill with suitable native 7 material, precast catch basin, catch basin adapters, compaction, removal 8 and wastehaul of excess or unsuitable excavated material, pipe 9 connection, dewatering, bypass pumping and maintaining stormwater 10 flows, connections to existing system, pipe couplings, adjusting to finished 11 grade, and material and compaction testing of suitable native backfill. 12 13 “Precast Concrete Drywell, ____ In. Diam.,” per each. 14 15 The unit contract price per each for “Precast Concrete Drywell, ____ In. 16 Diam.” shall constitute full compensation for all labor, materials, tools, 17 equipment, transportation, supplies, and incidentals required to complete 18 all work to furnish and install this item to include, but not limited to, 19 structure excavation, foundation gravel, drainage geotextile, precast 20 drywell, gravel backfill for drywells, crushed surfacing materials, 21 compaction, removal and wastehaul of excess or unsuitable excavated 22 material, pipe connection, dewatering, lids, frames and grates, slip 23 resistant lids where indicated on the Plans, adjusting to finished grade, 24 material and compaction testing. 25 26 “Adjust Catch Basin,” per each. 27 28 “Adjust Manhole,” per each. 29 30 The unit contract price per each for “Adjust Catch Basin” and “Adjust 31 Manhole” shall include all costs to adjust the existing structures to the 32 finished grade including, but not limited to, sawcutting, wastehaul, 33 furnishing and installing adjustment rings and blocks, HMA patch and 34 CDF. The cost for temporary or other adjustment not to final grade shall 35 be considered incidental to the Project and as such merged into the items 36 bid. The cost for replacing existing frames, grates, rings, and/or lids with 37 new frames, grates, rings, and/or lids on existing structures, slip resistant 38 lids where indicated on the Plans, including but not limited to supplying 39 and installing all materials, labor, and equipment, removal, salvage, and/or 40 wastehaul of existing frames, grates, etc., as referenced on the Plans and 41 specified herein, shall be included in the unit contract price per each for 42 “Adjust Catch Basin” or “Adjust Manhole.”

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 7-4 SPECIAL PROVISIONS - Continued

1 7-07 CLEANING EXISTING DRAINAGE STRUCTURES 2 3 7-07.4 Measurement 4 (January 20, 2009 G&O) 5 6 Delete this Section and replace with the following: 7 8 No specific unit of measurement will apply to cleaning existing drainage 9 structures. 10 11 7-07.5 Payment 12 (November 24, 2010 G&O) 13 14 Delete this Section and replace with the following: 15 16 No separate or additional payment will be made for cleaning existing 17 drainage structures. This work shall be considered incidental and shall be 18 included in the various unit and lump sum contract prices. 19 20 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 21 22 7-08.2 Materials 23 (January 4, 2010 G&O) 24 25 This Section is supplemented with the following: 26 27 The pipe used on this project shall be the type and size specified on the 28 Plans. 29 30 Bank run gravel for trench backfill shall meet the requirements of 31 Section 9-03.19. 32 33 Controlled density fill for pipe abandonment shall be the following mix or 34 approved equal: 35 Weight (lbs. per cubic yard) Material (Saturated, Surface Dry) Yield, (cubic feet) Portland Cement Type I – II 100 0.51 Fly Ash (Class F) 400 2.85 CDF Sand 2,419 14.80 Water 225 (27.0 Gal-US) 3.61 Total Air (20.0%) 5.44 Total = 27.21 36 37

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 7-5 SPECIAL PROVISIONS - Continued

1 Water/Cement Ratio, 0.45 Lbs/Lb 2 Slump, 10.00 inches 3 Concrete unit Weight, 115.6 PCF 4 5 Plus one Darafill CDF Performance Additive Capsule (Grace Construction 6 Products) per Cubic Yard. 7 8 7-08.3(1)A Trenches 9 (November 24, 2010 G&O) 10 11 Delete the first three paragraphs under this Section and replace them with the 12 following: 13 14 The length of trench excavation in advance of pipe laying shall be kept to 15 a maximum of 100 feet. Excavation shall either be closed up at the end of 16 the day or protected per Section 1.07.23(1). 17 18 The Contractor shall limit his excavation to the limits of the maximum 19 payment width and depth shown on the Plans. If the Contractor purposely 20 or neglectfully excavates trenches to a width or depth beyond the neat line 21 payment limit of the trench as shown on the Plans, the expenses 22 associated with any additional trenching, wastehaul, trench backfill, 23 compaction and testing, and surface restoration as a result of excavating 24 beyond the neat line payment limits shall be borne by the Contractor. 25 26 It is not anticipated that solid rock will be encountered. Should such 27 material be encountered, the excavation, removal and wastehaul will be 28 paid for by change order per Section 1-04.4. Boulders or broken rock less 29 than 2 cubic yards in volume, shall not be classified as rock, nor will so- 30 called “hard-pan” or cemented gravel, even though it may be 31 advantageous to use special equipment in its removal. 32 33 Trench excavation shall also include wastehauling all excess and/or 34 unsuitable material encountered, including but not limited to, abandoned 35 pipelines, concrete, asphalt, tree stumps, trees, logs, abandoned rail ties, 36 piling, and riprap. 37 38 The Contractor shall furnish all equipment necessary to dewater the 39 excavation. Before operations begin, the Contractor shall have sufficient 40 pumping equipment and/or other machinery available on site to assure 41 that the operation of any dewatering system can be maintained. 42

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 7-6 SPECIAL PROVISIONS - Continued

1 The Contractor shall dispose of the water in such a manner as not to 2 cause a nuisance or menace to the public, and comply with all codes, 3 regulations, and ordinances of applicable governing authorities with regard 4 to drilling, dewatering, and erosion control. 5 6 The release of groundwater to its static level shall be performed in such a 7 manner as to maintain the undisturbed state of the natural foundation soil, 8 prevent disturbance of backfill and prevent movement of structures and 9 pipelines. 10 11 The dewatering system shall be installed and operated by the Contractor 12 so that the groundwater level outside the excavation is not reduced to the 13 extent that would damage or endanger adjacent structures or property. 14 Should settlement of the surrounding area and/or structures be observed, 15 the Contractor shall cease dewatering operations and implement 16 contingency plans. The cost of repairing any damage to adjacent 17 structures, underground facilities or utilities and satisfactory restoration of 18 above ground facilities to include fences, paving, concrete, etc., shall be 19 the responsibility of the Contractor. 20 21 The Contractor shall be required to comply with all conditions and 22 requirements mandated by the Department of Ecology for the 23 construction, operation, and decommissioning of dewatering facilities. 24 25 The Contractor shall obtain approved grading and filling permits for all 26 spoils material sites, from the Contracting Agency, County, or both as 27 required. These permits shall be secured and paid for by the Contractor. 28 29 7-08.3(2)B Pipe Laying – General 30 (January 4, 2010 G&O) 31 32 This Section is supplemented with the following: 33 34 All pipe shall be unloaded from delivery vehicles with mechanical 35 equipment. Dropping of pipe onto the ground or mats will not be 36 permitted. All pipe and fittings shall be carefully lowered into the trench in 37 such a way as to prevent damage to pipe materials and protective 38 coatings and linings. Under no circumstances shall materials be dropped 39 or dumped into the trench. 40 41 All pipe shall be laid in straight lines and at uniform rate for grade between 42 structures. Variation in the invert elevation between adjoining ends of pipe 43 due to non-concentricity of joining surface and pipe interior surfaces shall 44 not exceed 1/64 inch per inch of pipe diameter, or 1/2-inch maximum.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 7-7 SPECIAL PROVISIONS - Continued

1 Every precaution shall be taken to prevent foreign material from entering 2 the pipe while it is being laid. After placing a length of pipe in the trench, 3 the spigot end shall be centered in the bell and pipe forced home and 4 brought to correct line and grade. The pipe shall be secured in place with 5 pipe bedding tamped under it. Precaution shall be taken to prevent dirt 6 from entering the joint space. At times when pipe laying is not in progress, 7 the open ends of pipe shall be closed by a watertight plug or other means 8 approved by the Contracting Agency. If water is in the trench when work 9 resumes, the seal shall remain in place until the trench is dewatered as 10 specified for groundwater control. Tee branches shall be blocked and 11 sealed with the same joint and pipe material as used for pipes. 12 13 Care shall be taken to properly align, clean and lubricate the spigot and 14 socket area of the pipes before joining. The pipe spigot shall be forced 15 into the socket until the reference mark on the spigot is flush with the bell 16 end. 17 18 All connections to existing pipe of differing materials shall be made with 19 adapters which are specifically manufactured for this purpose. If the band 20 type adapters are used, then only stainless steel bands will be allowed. 21 22 The Contractor shall obtain approved grading and filling permits for all 23 spoils material sites, from the Contracting Agency, County, or both as 24 required. These permits shall be secured and paid for by the Contractor. 25 26 7-08.3(3) Backfilling 27 (January 4, 2010 G&O) 28 29 Delete the second paragraph under this Section and replace with the following: 30 31 Pipe zone backfill shall be gravel backfill for pipe zone bedding conforming 32 to the requirements of Section 9-03.12(3). 33 34 This Section is supplemented with the following: 35 36 It is the intent of these Specifications to utilize suitable excavated material 37 for trench backfill where available. The Contractor shall provide evidence 38 from a testing laboratory that any native material deemed suitable by the 39 Contractor meets the intent of these Specifications and can be compacted 40 to minimum requirements. Excavated material suitable for trench backfill 41 shall conform to the requirements of Section 9-03.15. However, the 42 presence and location of suitable material is not guaranteed and will be as 43 discovered in the field. Import material will be required and shall be 44 utilized when necessary, and as called out on the Plans and further 45 preapproved by the Contracting Agency. City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 7-8 SPECIAL PROVISIONS - Continued

1 7-08.3(4) Plugging Existing Pipe 2 (April 24, 2009 G&O) 3 4 This Section is supplemented with the following: 5 6 The Contractor shall anticipate that all existing pipes to be abandoned in 7 place shall be plugged as specified herein. 8 9 7-08.3(5) Abandonment (New Section) 10 11 This Section is supplemented with the following: 12 13 Where shown on the Plans or where designated by the Engineer, existing 14 pipes shall be abandoned in place and completely backfilled with 15 controlled density fill. 16 17 A minimum of 10 working days prior to beginning abandonment work, the 18 Contractor shall submit to the Engineer a detailed, written plan for CDF fill 19 and abandonment of existing mains. 20 21 The Contractor shall fill all existing pipes to be abandoned, as specified on 22 the Plans, with CDF after the new pipe has been accepted by the 23 Contracting Agency. 24 25 7-08.4 Measurement 26 (January 7, 2013 G&O) 27 28 Delete all paragraphs under this Section and replace with the following: 29 30 No specific unit of measurement will apply to the lump sum item Trench 31 Excavation Safety System. 32 33 The concrete for plugging pipes will be measured by the cubic yard of 34 CDF placed in the pipes 35 36 7-08.5 Payment 37 (January 7, 2013 G&O) 38 39 Delete all paragraphs under this Section and replace with the following: 40 41 Payment will be made in accordance with Section 1-04.1, for each of the 42 following bid items that are included in the Proposal: 43 “Trench Excavation Safety Systems,” lump sum. 44

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 7-9 SPECIAL PROVISIONS - Continued

1 The lump sum contract price for “Trench Excavation Safety Systems” shall 2 include all costs of furnishing, installing, maintaining, and removing those 3 items necessary to provide adequate safety systems for trench 4 excavation, as specified in Section 2 09.3(4). This item shall be paid 5 proportionate to the satisfactory installation of all facilities that require 6 trench excavation safety systems including pipeline, conduits, walls, 7 embankments, and structures as noted in the Proposal, or otherwise 8 required for the performance of this work. 9 10 All costs associated with furnishing and installing pipe bedding for culverts, 11 storm sewer, and sanitary sewer piping systems shall be included into the 12 unit contract price for the type and size of pipe installed. 13 14 All costs to providing dewatering as required shall be included into the unit 15 contract price for the type and size of pipe installed. 16 17 All costs of providing bypass pumping as required shall be included into 18 the unit contract price for the type and size of pipe installed. 19 20 All costs associated with excavation, stockpiling, backfilling, compacting, 21 and wastehauling of excavated native material shall be included in the unit 22 contract price for the type and size of pipe installed. 23 24 7-12 VALVES FOR WATER MAINS 25 26 7-12.3 Construction Requirements 27 (June 16, 2006 G&O) 28 29 This Section is supplemented with the following: 30 31 The required field inspection shall include operating the valve over the full 32 range of opening to closed to ensure the valve firmly seals and fully clears 33 the flow path. 34 35 The ears of the valve box cover shall be aligned along the pipe centerline. 36

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 7-10 SPECIAL PROVISIONS - Continued

1 7-12.5 Payment 2 (January 7, 2013 G&O) 3 4 Delete all paragraphs under this Section and replace with the following: 5 6 Payment will be made in accordance with Section 1-04.1, for each of the 7 following bid items that are included in the Proposal: 8 9 “Adjust Valve Box,” per each. 10 11 The unit contract price per each for “Adjust Valve Box” shall constitute full 12 compensation for all labor, materials, tools, equipment, transportation, 13 supplies, and incidentals required to adjust existing valve boxes to the 14 finished surfaces, as noted and detailed on the Plans. 15 16 7-14 HYDRANTS 17 18 7-14.3(1) Setting Hydrants 19 (June 16, 2006 G&O) 20 21 Delete the first paragraph under this Section and replace it with the following: 22 23 Where shown in the Plans, hydrants shall be installed in accordance with 24 the detail provided on the Plans. In addition, a minimum 3-foot radius 25 unobstructed working area shall be provided around all hydrants. The 26 safety flange shall be set 2 inches above finished grade. 27 28 This Section is supplemented with the following: 29 30 The Contractor shall furnish fire hydrants with the correct bury depth 31 (trench depth), in accordance with the specified pipe depth and special 32 conditions of the Project. The fire hydrants shall be installed to provide 33 the mounting height above finished grade as shown on the Plans. The 34 hydrant shall be installed plumb on the vertical axis. 35 36 Hydrants shall be equipped with one Storz pumper nozzle. The pumper 37 port shall be turned to face the street. 38 39 After installation, each hydrant shall receive two field coats of paint. The 40 first coat shall be thoroughly dried before applying the second coat. The 41 exact colors shall be per Contracting Agency’s current standards. 42

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 7-11 SPECIAL PROVISIONS - Continued

1 7-14.3(2) Hydrant Connections 2 (June 16, 2006 G&O) 3 4 Delete all paragraphs under this Section and replace with the following: 5 6 Hydrant laterals shall consist of one continuous section of 6-inch Class 52 7 ductile pipe from the main to the hydrant and shall include as auxiliary 8 gate valve set vertically and placed in accordance with the detail provide 9 on the Plans. 10 11 7-14.3(2)A Hydrant Restraints 12 (June 16, 2006 G&O) 13 14 Delete the first sentence of the first paragraph under this Section and replace 15 with the following: 16 17 The thrust created in the hydrant lateral shall be restrained as shown on 18 the detail provided on the Plans. 19 20 7-14.4 Measurement 21 (November 24, 2010 G&O) 22 23 Delete all paragraphs under this Section and replace with the following: 24 25 Measurement for relocate existing fire hydrant assembly will be made per 26 each. 27 28 Measurement for adjust fire hydrant will be made per each. 29 30 7-14.5 Payment 31 (January 7, 2013 G&O) 32 33 Delete all paragraphs in this Section and replace it with the following: 34 35 Payment will be made in accordance with Section 1-04.1, for each of the 36 following bid items that are included in the Proposal: 37 38 “Relocate Existing Fire Hydrant Assembly,” per each. 39 40 The unit contract price per each for “Relocate Existing Fire Hydrant 41 Assembly” shall constitute full compensation for all labor, materials, tools, 42 equipment, transportation, supplies, and incidentals required to complete 43 all work to relocate an existing fire hydrant to include, but not limited to, 44 excavation, backfill with suitable native material, compaction, removal and 45 wastehaul of excess or unsuitable trench excavation material, dewatering, City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 7-12 SPECIAL PROVISIONS - Continued

1 painting, blocking, restraint systems, new gate valve and valve box, 2 fittings, extension, gravel drywell, concrete pads, the 6-inch hydrant stub, 3 hillside barrier, turning the pumper port to face the street, material and 4 compaction testing of suitable native backfill, testing, flushing, and 5 disinfection. 6 7 “Adjust Fire Hydrant,” per each. 8 9 The unit contract price per each for “Adjust Fire Hydrant” shall constitute 10 full compensation for all labor, materials, tools, equipment, transportation, 11 supplies, and incidentals required to complete all work to adjust an 12 existing fire hydrant to include, but not limited to, excavation, backfill with 13 suitable native material, compaction, removal and wastehaul of excess 14 excavation material, painting, fittings, extension, turning the pumper port 15 to face the street, testing, flushing, and disinfection. 16 17 The work required to remove and deliver existing fire hydrants to the 18 Contracting Agency shops as required shall be considered incidental to 19 the Project and as such merged into the various unit and lump sum 20 contract items requiring the removal. 21 22 7-15 SERVICE CONNECTIONS 23 24 7-15.3 Construction Requirements 25 (June 16, 2006 G&O) 26 27 Delete the first paragraph in this Section and replace with the following: 28 29 Service connections shall be constructed at the locations shown on the 30 Plans and in accordance with the detail provided on the Plans. 31 32 All piping and fittings shall be left exposed until they have been inspected 33 by the Contracting Agency and approval is given for backfilling. 34 35 7-15.4 Measurement 36 (November 24, 2010 G&O) 37 38 Delete all paragraphs under this Section and replace with the following: 39 40 Measurement of “Adjust Meter Box” will be per each existing meter box 41 adjusted to grade. 42 43 Measurement of “Adjust Junction Box” will be per each existing junction 44 box adjusted to grade.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 7-13 SPECIAL PROVISIONS - Continued

1 7-15.5 Payment 2 (January 7, 2013 G&O) 3 4 Delete all paragraphs paragraph in this Section and replace with the following: 5 6 Payment will be made in accordance with Section 1-04.1, for each of the 7 following bid items that are included in the Proposal: 8 9 “Adjust Meter Box,” per each. 10 11 The unit contract price per each for “Adjust Meter Box” shall constitute full 12 compensation for all labor, materials, tools, equipment, transportation, 13 supplies, and incidentals required to adjust existing meter boxes to the 14 finished paved surfaces, as noted and detailed on the Plans. 15 16 “Adjust Junction Box,” per each. 17 18 The unit contract price per each for “Adjust Junction Box” shall constitute 19 full compensation for all labor, materials, tools, equipment, transportation, 20 supplies, and incidentals required to adjust existing junction boxes to the 21 finished paved surfaces, as noted and detailed on the Plans.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 7-14 DIVISION 8

MISCELLANEOUS CONSTRUCTION 1 DIVISION 8 2 3 MISCELLANEOUS CONSTRUCTION 4 5 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 6 7 8-01.1 Description 8 (November 24, 2010 G&O) 9 10 This Section is supplemented with the following: 11 12 This work also consists of preparing the Erosion Control Plan, inspecting 13 water pollution and erosion control items, preparation of the Stormwater 14 Pollution Prevention Plan (SWPPP), documenting, and testing stormwater 15 discharge. 16 17 8-01.3 Construction Requirements 18 (November 24, 2010 G&O) 19 20 This Section is supplemented with the following: 21 22 The Contractor shall take all necessary precautions and utilize the 23 Department of Ecology’s (DOE) Best Management Practices to prevent 24 sediment and fugitive dust from construction activities from entering into 25 storm water systems, natural waterways, or environmentally sensitive 26 areas and from otherwise being carried away from the construction area 27 by stormwater or air. 28 29 Temporary erosion protection shall be furnished, installed, and maintained 30 for the duration of this Project to protect environmentally sensitive areas, 31 sloped surfaces, adjacent areas and/or water bodies or conveyance 32 systems. Temporary erosion protection may include the use of straw, jute 33 matting, wattles, heavy plastic sheeting, or other forms of ground cover on 34 areas disturbed by construction. Sloped surfaces shall be restored and 35 protected in such a manner that surface runoff does not erode the 36 embankments, slopes, or ground surfaces, nor create surface channels, or 37 ruts. 38 39 The Contractor shall prepare and submit a Stormwater Pollution 40 Prevention Plan, in conformance with DOE requirements, to the Engineer 41 before any Work begins. 42

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-1 SPECIAL PROVISIONS - Continued

1 8-01.3(1)A Submittals 2 (January 7, 2013) 3 4 This Section is supplemented with the following: 5 6 The Contractor shall be required to prepare, maintain, and update the 7 erosion control plan, as may be required during the course of the Project. 8 The erosion control plan and details included are provided solely for the 9 establishment of basic erosion control measures and are not intended to 10 be a complete plan. 11 12 8-01.3(9)D Inlet Protection 13 (January 7, 2013) 14 15 This Section is supplemented with the following: 16 17 All catch basins grates within the project limits and adjacent areas shall 18 have inlet protection installed to prevent sedimentation from entering the 19 storm system. The inlet protection shall be routinely cleaned of sediment 20 to prevent plugging. This sediment shall be regularly removed, loaded, 21 and hauled to waste whenever it presents a potential surface 22 accumulation problem or concern to the Contracting Agency. Any 23 damage caused by the Contractor’s failure to keep the erosion materials 24 maintained shall be borne by the Contractor alone. 25 26 8-01.4 Measurement 27 (January 7, 2013 G&O) 28 29 This Section is supplemented with the following: 30 31 No specific unit of measure will apply to erosion/water pollution control. 32 33 8-01.5 Payment 34 (December 6, 2017 G&O) 35 36 Delete all paragraphs under this Section and replace with the following: 37 38 Payments will be made in accordance with Section 1-04.1 for the following 39 Bid Item(s): 40 41 “Erosion/Water Pollution Control”, per lump sum. 42 43 The lump sum contract price for “Erosion/Water Pollution Control” shall 44 include all costs for preparing an erosion control plan and Stormwater 45 Pollution Prevention Plan: inspecting, documenting, testing, and City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-2 SPECIAL PROVISIONS - Continued

1 notification and all temporary erosion control as stated herein and as 2 further indicated on the Plans that is not otherwise paid under separate 3 contract items in the Proposal, including furnishing, installing, maintaining, 4 and removal of erosion/water pollution control devices. 5 6 8-02 ROADSIDE RESTORATION 7 8 8-02.4 Measurement 9 (December 6, 2017 G&O) 10 11 Delete all paragraphs under this Section and replace with the following: 12 13 Surface Restoration will be measured by the square yard. 14 15 8-02.5 Payment 16 (January 7, 2013 G&O) 17 18 Delete all paragraphs under this Section and replace with the following: 19 20 Payment will be made in accordance with Section 1-04.1 for each of the 21 following listed bid items that are included in the Proposal: 22 23 “Surface Restoration”, per square yard. 24 25 The unit contract price per square yard for “Surface Restoration” shall be 26 full compensation for all labor, materials, tools, and equipment necessary 27 to complete the work surface restoration of all areas disturbed during 28 construction not specifically covered under any other surface restoration 29 items as found in the Proposal, including, but not limited to, all costs 30 associated and incidental to replacing any and all surface improvements 31 disturbed during construction, irrigation systems, landscaping, decorative 32 rock, bark, sod, trees and shrubs and decorative planters, as specified 33 herein, where shown on the Plans or where directed in the field by the 34 Engineer. 35 36 8-04 CURB, GUTTERS, AND SPILLWAYS 37 38 8-04.3 Construction Requirements 39 (November 21, 2009 G&O) 40 41 This Section is supplemented with the following: 42 43 Any curb and gutter damaged, defaced, cracked, chipped, or determined 44 to be of poor workmanship, in the opinion of the Contracting Agency, shall 45 be removed, wastehauled and replaced by the Contractor, at the City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-3 SPECIAL PROVISIONS - Continued

1 Contractor’s expense. Sacking and grinding shall not be considered an 2 acceptable means for repairing unacceptable sections. The Contractor 3 shall further provide verbal and written notice (door hanger) to property 4 owners identifying restricted use of their driveways, sidewalks, etc. This 5 notice must be provided twice: at 1 week prior and again 1 day prior to 6 the work being performed. 7 8 8-04.5 Payment 9 (January 7, 2013 G&O) 10 11 This Section is supplemented with the following: 12 13 “Cement Concrete Traffic Curb and Gutter,” per linear foot. 14 15 “Cement Concrete Rolled Curb and Gutter,” per linear foot. 16 17 “Cement Concrete Pedestrian Curb,” per linear foot. 18 19 The unit contract price per linear foot for “Cement Concrete Traffic Curb 20 and Gutter,” “Cement Concrete Rolled Curb and Gutter,” and “Cement 21 Concrete Pedestrian Curb,” shall include all costs associated with 22 furnishing labor, material, tools, and equipment for the complete 23 installation of these items including, but not limited to, sawcutting, 24 excavation, forming, placing, block-outs, lowering curbs for sidewalk 25 ramps and driveways, furnishing placing and compacting crushed 26 surfacing top course, reinforcing steel, furnishing and installing cement 27 concrete, joint filler, curing, temporary barricades, end-sections, finishing, 28 temporary steel plating, painting, material testing and any other items as 29 shown on the plans and as required in the field for a complete installation. 30 It shall also include protecting all curb and gutters from vandalism and 31 other damage until accepted by the Contracting Agency. 32 33 “Cement Concrete Curb Scupper,” per each. 34 35 The unit contract price per each for “Cement Concrete Curb Scupper,” 36 shall include all costs associated with furnishing labor, material, tools, and 37 equipment for the complete installation of these items including, but not 38 limited to, forming, placing, furnishing placing and compacting crushed 39 surfacing top course, furnishing and installing cement concrete, joint filler, 40 curing, temporary barricades, finishing, temporary steel plating, painting, 41 material testing and any other items as shown on the plans and as 42 required in the field for a complete installation. It shall also include 43 protecting all curb scuppers from vandalism and other damage until 44 accepted by the Contracting Agency.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-4 SPECIAL PROVISIONS - Continued

1 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 2 3 8-06.3 Construction Requirements 4 (November 21, 2009 G&O) 5 6 This Section shall be supplemented with the following: 7 8 Cement Concrete Driveway Entrance shall conform to the details shown 9 on the Plans. The driveway width shall be as shown on the Plans or as 10 directed by the Engineer to suit field conditions. The Contractor’s 11 attention is called to the several different driveway entrance 12 configurations. It is essential that the proper detail be used as indicated 13 on the Plans. The Contractor shall confirm each driveway type and width 14 in the field with the Engineer prior to forming the driveway. Failure to do 15 so shall be justification for removing and replacing the work at no 16 additional cost to the Contracting Agency. 17 18 Before placing any concrete, the Contractor shall have on the job site 19 enough protective paper, or equivalent, to cover the pour of an entire day 20 in the event of rain or other unsuitable weather conditions. 21 22 Driveway access shall be maintained at all times. The Contractor shall 23 use steel plates to bridge entrances or construct entrances in sections in 24 order to protect new driveway entrances and allow access during the 25 curing period. 26 27 The placing and compaction of the subgrade and crushed surfacing shall 28 be in accordance with the requirements of the applicable sections of the 29 Standard Specifications and these Special Provisions. 30 31 The driveway entrance shall be protected against damage or defacement 32 of any kind until acceptance by the Contracting Agency. Any driveway 33 entrance not acceptable, in the opinion of the Engineer, because of 34 damage or defacement shall be removed, wastehauled, and replaced by 35 the Contractor at the Contractor’s expense. Sacking, grinding, or spot 36 repair shall not be considered an acceptable means for repairing 37 unacceptable sections. 38

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-5 SPECIAL PROVISIONS - Continued

1 8-06.4 Measurement 2 (November 21, 2009) 3 4 Delete this Section and replace with the following: 5 6 Cement Concrete Driveway Entrance will be measured by the square yard 7 of total surface area from the backside of the curb to the backside of the 8 sidewalk, regardless of entrance type. 9 10 8-06.5 Payment 11 (January 7, 2013 G&O) 12 13 This Section is supplemented with the following: 14 15 “Cement Concrete Driveway Entrance,” per square yard. 16 17 The unit contract price per square yard for “Cement Concrete Driveway 18 Entrance” shall be full compensation for all labor, tools, equipment, 19 materials, and incidentals required to perform the work as specified 20 including, but not limited to, sawcutting, excavation, forming, furnishing 21 placing and compacting crushed surfacing top course, joint material, 22 furnishing and installing cement concrete, finishing, temporary steel 23 plating, material testing and any other items as shown on the plans and as 24 required in the field for a complete installation, regardless of entrance 25 type. It shall also include protecting all driveway entrances from vandalism 26 and other damage until accepted by the Contracting Agency. 27 28 8-12 CHAIN LINK FENCE AND WIRE FENCE 29 30 8-12.1 Description 31 (January 7, 2013 G&O) 32 33 This Section is supplemented with the following: 34 35 This work also consists of removing, stockpiling, and reinstalling existing 36 fence (including gates). 37 38 This work also consists of furnishing and installing steel bollards. 39

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-6 SPECIAL PROVISIONS - Continued

1 8-12.2 Materials 2 3 This Section is supplemented with the following: 4 5 Posts and Hardware 6 7 Bollard posts shall be Schedule 80 steel pipe and post sleeves shall be 8 Schedule 40 steel pipe. 9 10 All hardware shall be steel, conforming to the size and thickness shown in 11 the Standard Plans. The welding shall not interfere with the fit of the lid in 12 the cover plate. 13 14 All steel parts shall be top-dip galvanized after fabrication in accordance 15 with AASHTO M111. 16 17 Reflective Tape 18 19 Reflective tape shall be one of the following or an approved equal: 20 21 Scotchlite High Intensity Grade Series 2870 22 Reflexite AP-1000 23 Scotchlite Diamond Grade LDP Series 3970 24 T-6500 High Intensity (Type IV) 25 26 Concrete 27 28 Footings shall be constructed using commercial concrete. 29 30 8-12.3 Construction Requirements 31 (January 7, 2013 G&O) 32 33 This Section is supplemented with the following: 34 35 The chain link fabric shall not extend above the plane of the top rail. The 36 top rail shall be a smooth continuous member. 37 38 Relocate Existing Fence 39 40 The Contractor shall be required to remove and reinstall existing fences 41 (including gates) as noted on the Plans. The Contractor is urged to 42 inspect the construction site so as to ascertain the condition of existing 43 fences to be removed and relocated. The fences shall be reinstalled as 44 soon as practicable. The Contractor shall protect the fence materials from 45 damage during the removal, storage, and reinstallation of said fences. City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-7 SPECIAL PROVISIONS - Continued

1 Any damage to the materials caused by the Contractor in removing or 2 reinstalling the existing fences, or by the neglect of the Contractor in 3 protecting the fence during storage, shall be cause for rejection by the 4 Engineer; and shall be replaced, in kind at no additional cost to the 5 Contracting Agency. The Contractor shall be required to furnish and 6 install new posts for the entire length of each relocated fence. The 7 Contractor shall install the new posts for relocated chain link fence per the 8 chain link fence post detail on the Plans. The Contractor shall install the 9 new posts for relocated wood fence to a minimum depth of 2 feet and 10 encase in commercial concrete. Wood posts for relocated wood fences 11 shall be pressure treated 4x4 or match existing post size, whichever is 12 larger. New wood posts shall have new post caps matching existing caps. 13 14 Bollards 15 16 Bollards shall be constructed in accordance with the Standard Plans. 17 18 Bollards shall not vary more than 1/2 inch in 30 inches from a vertical 19 plane. 20 21 Bollard posts and the exposed parts of the base assembly shall be painted 22 in accordance with Section 6-07.3(11) for galvanized surfaces. The top 23 coat shall match Federal Standard 595, Color No. 33538 Traffic Signal 24 Yellow. 25 26 8-12.4 Measurement 27 (January 7, 2013 G&O) 28 29 This Section is supplemented with the following: 30 31 Remove and relocate chain link fence will be measured by the linear foot 32 of reinstalled fence (including gates) along the ground line, exclusive of 33 openings. 34 35 Remove and relocate wood fence will be measured by the linear foot of 36 reinstalled fence (including gates) along the ground line, exclusive of 37 openings. 38 39 Measurement for bollards will be by the unit for each type of bollard 40 furnished and installed. 41

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-8 SPECIAL PROVISIONS - Continued

1 8-12.5 Payment 2 (January 7, 2013 G&O) 3 4 This Section is supplemented with the following: 5 6 “Remove and Relocate Chain Link Fence,” per linear foot. 7 8 The unit contract price per linear foot for “Remove and Relocate Chain 9 Link Fence” shall include all costs for furnishing the necessary materials, 10 labor, equipment and tools to relocate the fence including, but not limited 11 to, removing the existing fence, remove and wastehaul the existing fence 12 posts, construct the relocated fence, and gate(s), new concrete footings, 13 new posts and caps, new chain link fabric, and all materials and hardware 14 for a complete installation. 15 16 “Remove and Relocate Wood Fence,” per linear foot. 17 18 The unit contract price per linear foot for “Remove and Relocate Wood 19 Fence,” shall include all costs for furnishing the necessary materials, 20 labor, equipment and tools to relocate the fence including, but not limited 21 to, removing the existing fence, remove and wastehaul the existing fence 22 posts, construct the relocated fence, and gate(s), new concrete footings, 23 new posts and caps, and all materials and hardware for a complete 24 installation. 25 26 “Removable Bollard,” per each. 27 28 The unit contract price per each for “Removable Bollard” shall include all 29 costs for furnishing the necessary materials, labor, equipment and tools to 30 construct the bollard including, but not limited to, excavation, steel bollard, 31 steel cap, sleeve, base assembly, concrete footing, compaction, painting, 32 and removal and wastehaul of excess or unsuitable material. 33 34 8-13 MONUMENT CASES 35 36 8-13.1 Description 37 (November 24, 2010 G&O) 38 39 This Section is supplemented with the following: 40 41 This work shall also consist of constructing new monuments and adjusting 42 existing monument case and covers to grade in accordance with the Plans 43 and these Specifications.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-9 SPECIAL PROVISIONS - Continued

1 8-13.3 Construction Requirements 2 (November 24, 2010 G&O) 3 4 Delete the last sentence in this Section and replace it with the following: 5 6 The Contractor shall furnish and construct new concrete bases for new 7 monuments. The Contracting Agency will provide survey for the new 8 monument. The Contracting Agency will furnish the new bronze plug to 9 be installed in the poured base by the Contractor. The Contracting 10 Agency will survey and stamp the bronze plug. 11 12 8-13.4 Measurement 13 (November 24, 2010 G&O) 14 15 This Section is supplemented with the following: 16 17 Measurement of Cast-In-Place monument will be per each new monument 18 installed. 19 20 8-13.5 Payment 21 (November 1, 2011 G&O) 22 23 This Section is supplemented with the following: 24 25 “Cast-In-Place Monument,” per each. 26 27 The unit contract price per each for “Cast-In-Place Monument” shall be full 28 pay for all materials, labor, tools and equipment necessary to furnish and 29 to install the concrete base, case and cover, to install the Contracting 30 Agency bronze plug, and for coordination with the Contracting Agency for 31 survey staking. 32 33 8-14 CEMENT CONCRETE SIDEWALKS 34 35 8-14.3 Construction Requirements 36 (November 21, 2009 G&O) 37 38 This Section is supplemented with the following: 39 40 Any sidewalk damaged, defaced, cracked, chipped, or determined to be of 41 poor workmanship, in the opinion of the Contracting Agency, shall be 42 removed, wastehauled, and replaced by the Contractor at the Contractor’s 43 expense. Damaged sidewalk shall be removed at a construction or 44 expansion joint; sawcutting will not be allowed. Sacking, grinding, or spot 45 repaired shall not be considered an acceptable means for repairing City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-10 SPECIAL PROVISIONS - Continued

1 unacceptable sections. The Contractor shall further provide verbal and 2 written notice (door hanger) to property owners abutting the Project 3 identifying restricted use of these facilities, etc. This notice must be 4 provided 1 week prior and again 1 day prior to the work being performed. 5 6 8-14.4 Measurement 7 (December 14, 2016 G&O) 8 9 This Section is supplemented with the following: 10 11 Measurement of curb ramps will be by the unit for each completed ramp, 12 regardless of ramp type. 13 14 8-14.5 Payment 15 (December 14, 2016 G&O) 16 17 This Section is supplemented with the following: 18 19 “Cement Concrete Sidewalk,” per square yard. 20 21 The unit contract price per square yard for “Cement Concrete Sidewalk” 22 shall include all costs of furnishing all materials, labor, tools, and 23 equipment necessary for a complete installation including, but not limited 24 to, sawcutting, furnishing, placing and compacting fill material where 25 required, excavation and subgrade preparation, furnishing placing and 26 compacting crushed surfacing top course, forming, furnishing and placing 27 cement concrete, thickened edges, jointing and joint filler, finishing, curing 28 and curing compound, material testing, temporary barricades, and any 29 other items required for a complete installation in good working order and 30 in accordance with the Plans, the Specifications, and as required in the 31 field. It shall also include protecting all sidewalks from vandalism and 32 other damage until accepted by the Contracting Agency. 33 34 “Cement Concrete Curb Ramp,” per each. 35 36 The unit contract price per each for “Cement Concrete Curb Ramp” shall 37 include all costs of furnishing all materials, labor, tools, and equipment 38 necessary for a complete installation including, but not limited to, 39 sawcutting, furnishing, placing and compacting fill material where required, 40 excavation and subgrade preparation, furnishing placing and compacting 41 crushed surfacing top course, forming, furnishing and placing cement 42 concrete, furnishing and placing detectable warning surface, thickened 43 edges, jointing and joint filler, finishing, curing and curing compound, 44 material testing, temporary barricades, and any other items required for a 45 complete installation in good working order and in accordance with the City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-11 SPECIAL PROVISIONS - Continued

1 Plans, the Specifications, and as required in the field. It shall also include 2 protecting all curb ramps from vandalism and other damage until accepted 3 by the Contracting Agency. 4 5 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 6 7 8-20.1 Description 8 (******) 9 10 This Section shall be supplemented with the following: 11 12 Unless otherwise noted, the location of street lights, and appurtenances 13 shown on the Plans are approximate; and the exact location will be 14 verified in the field by the Resident Inspector. 15 16 The Contractor is responsible for all L&I electrical permits associated with 17 the installation of the illumination system. 18 19 8-20.2 Materials 20 (******) 21 22 This Section is supplemented with the following: 23 24 Light poles for the Illumination System – Option 1 shall be 25-foot mount 25 height Round Tapered Aluminum Poles and 8-foot Arm, and LED Light 26 Source GL18-4-200LA-9670-NW, or approved equal. 27 28 Light poles for the Illumination System – Option 2 shall be Sternberg 20- 29 foot mount height Round Tapered Aluminum Poles, with 2 Arm Mounted 30 Fixtures and Light Source, 2-1910LED/5/RLM18/R2/3300RT5- 31 4/20’AG/4ARC35T5-ML/GFI(LP)IUC/ABZ, or approved equal. 32 33 Street light junction boxes shall conform to WSDOT Standard Plan 34 J-40.10, TYPE 1. 35 36 Service cabinet shall conform to WSDOT Standard Plan J-10.21. 37 38 Detectable underground line warning tape shall be bright-colored, 5-mil 39 tape with aluminum backing by 6 inches wide compounded for direct- 40 burial service with permanent and continuous print. 41 42 Conduits, Fittings and Accessories shall be NEMA TC 3; match to conduit 43 type and material. Conduit sweeps shall have a minimum radius of 36

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-12 SPECIAL PROVISIONS - Continued

1 inches except that 90-degree elbows shall have a minimum radius of 48 2 inches. 3 4 Mule tape shall be No. 14 AWG zinc-coated steel, monofilament plastic 5 line or woven polyester pull line with not less than 200-lb. tensile strength. 6 7 Sand bedding shall be clean sand conforming to Section 9-03.1(2). 8 9 8-20.2(2) Equipment List and Drawings 10 (******) 11 12 This Section is supplemented with the following: 13 14 Catalog cuts are required for the following items: splice kits, fused 15 disconnects and fuses, ground rods and clamps, junction boxes, vaults, 16 conduit and fittings, detectable warning tape, and all other hardware for 17 which a catalog cut has been required by an approved “Request for 18 Approval of Material Sources.” 19 20 8-20.3(2) Excavating and Backfilling 21 (******) 22 23 This Section is supplemented with the following: 24 25 Trenches shall be excavated and once conduits are placed, shall be 26 backfilled and compacted with suitable native material. Excess and 27 unsuitable material shall be loaded and hauled to waste, and the trench 28 backfilled with bank run gravel for trench backfill to the base of the 29 subgrade. The cost of wastehaul of unsuitable and/or excess material 30 shall be considered incidental to the Project. The remaining depth shall be 31 restored as noted on the Plans. 32 33 Compaction 34 35 The backfill shall be compacted by a method approved by the Project 36 Engineer and meeting the provisions of Section 7-08.3 of the Standard 37 Specifications. Compaction of backfill shall meet the following density 38 requirements: 39 40 1. Paved Areas 41 42 Trenches through existing paved areas and shoulders shall be 43 compacted to at least 95 percent of maximum density at optimum 44 moisture content as determined by the Modified Proctor City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-13 SPECIAL PROVISIONS - Continued

1 Compaction Test, ASTM Designation D1557. This includes the 2 foundation, bedding, backfill, and base course materials. 3 4 2. Unimproved Areas 5 6 Backfill for unimproved areas shall be native material and 7 compacted to 90 percent as determined by Modified Proctor 8 Compaction Test. 9 10 8-20.3(4) Foundations 11 (******) 12 13 This Section is supplemented with the following: 14 15 The Contractor shall furnish and install cast in place foundations as 16 indicated on the Plans. The Contractor shall backfill and compact around 17 the bases to eliminate any voids or gaps. 18 19 8-20.3(5)B Conduit Type 20 (******) 21 22 This Section is supplemented with the following: 23 24 All PVC conduit runs shall be Schedule 80. 25 26 8-20.4 Measurement 27 (******) 28 29 This Section is supplemented with the following: 30 31 No specific unit of measure shall apply to the lump sum item Illumination 32 System. 33 34 8-20.5 Payment 35 (******) 36 37 This Section is supplemented with the following: 38 39 “Illumination System – Option 1, ” per lump sum. 40 41 “Illumination System – Option 2, ” per lump sum. 42

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-14 SPECIAL PROVISIONS - Continued

1 The lump sum contract price for “Illumination System “Illumination System 2 – Option 1” and “Illumination System – Option 2” shall be full pay for all 3 material, labor, tools, equipment, L&I electrical permits, coordination with 4 Grant County Public Utility District (GCPUD) and incidentals necessary to 5 furnish and install and test the illumination system, as shown on the plans 6 and further detailed herein for a complete and operative illumination 7 system. 8 9 This work shall include, but not limited to the construction of the concrete 10 bases/piers including structure excavation, dewatering, cement concrete, 11 rebar, and conduit penetration; furnishing and installing the junction boxes, 12 ground rod assemblies, conduits, conduit sweeps, fittings, quick 13 disconnects, service cabinet, photocells for the street illumination system, 14 including trench excavation, bedding, backfill, compacting, grading, 15 proofing the conduit; furnishing and installing street light poles, arms and 16 luminaires; and furnishing and installing wire and cable conductors, cables 17 and splices. 18 19 8-21 PERMANENT SIGNING 20 21 8-21.3(4) Sign Removal 22 (January 4, 2010 G&O) 23 24 This Section is supplemented with the following: 25 26 The Contractor shall obtain approval from the Engineer prior to removing 27 existing signs. 28 29 8-21.3(5) Sign Relocation 30 (January 4, 2010 G&O) 31 32 This Section is supplemented with the following: 33 34 All existing signs not designated for permanent removal that are damaged 35 or removed shall be replaced by the Contractor at no additional expense 36 to the Contracting Agency. 37 38 Existing signs shall be temporarily relocated by the Contractor, as 39 required, to portable sign stands, subject to the approval of the Engineer. 40 When temporarily installed on posts, the signs shall be located as near as 41 practical to their permanent locations and shall have a minimum vertical 42 clearance above the pavement in accordance with the Manual on Uniform 43 Traffic Control Devices (MUTCD). 44

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-15 SPECIAL PROVISIONS - Continued

1 All portable sign stands shall be designed to rigidly support the sign in 2 position without creating a hazard to the motorist. Portable sign stands 3 shall be furnished by the Contractor and upon completion of the work shall 4 remain the property of the Contractor and shall be removed from the 5 Project. 6 7 8-21.5 Payment 8 (November 24, 2010 G&O) 9 10 This Section is supplemented with the following: 11 12 “Permanent Signing,” per lump sum. 13 14 The lump sum contract price for “Permanent Signing” shall be full pay for 15 all material, labor, tools, and equipment necessary to remove, protect, and 16 reinstall existing signs including posts, concrete anchors, and fasteners, 17 as specified herein and shown on the Plans, as well as furnishing and 18 installing all new permanent signs as may be specified on the Plans. 19 20 8-22 PAVEMENT MARKING 21 22 8-22.1 Description 23 (June 16, 2006 G&O) 24 25 This Section is supplemented with the following: 26 27 Pavement markings shall conform to Section 8-22 of the Standard 28 Specifications, and the latest edition and amendments thereto of the 29 Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the 30 State of Washington, and shall be constructed as shown in the Plans 31 except as modified herein. 32 33 The Contractor shall be responsible for all traffic control required to place 34 and protect pavement marking material, as outlined in Sections 1-07.23 35 and 1-10 of the Standard Specifications and these Special Provisions. 36

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-16 SPECIAL PROVISIONS - Continued

1 8-22.2 Materials 2 (November 1, 2011 G&O) 3 4 This Section is supplemented with the following: 5 6 Plastic pavement marking materials shall be Type A – liquid hot applied 7 thermoplastic unless indicated otherwise in the Contract Documents. 8 9 Patents 10 The Contractor shall assume all costs arising from the use of patented 11 materials, equipment, devices, or processes used on or incorporated in 12 the work, and agrees to indemnify and save harmless the Contracting 13 Agency and its duly authorized representatives from all suits of law or 14 action of every nature for, or on account of, the use of any patented 15 materials, equipment, device, or processes. 16 17 Acceptance 18 The Contractor shall be responsible for supplying material that meets 19 aforestated material and testing requirements. The Contractor shall 20 supply certification that the pavement marking material meets the above 21 specifications. 22 23 8-22.3 Construction Requirements 24 (November 24, 2010 G&O) 25 26 This Section is supplemented with the following: 27 28 In addition to the requirements of Sections 8-22.3(2) and 8-22.3(3), the 29 application and surface preparation shall conform to the manufacturer’s 30 recommendations. 31 32 The Contractor shall provide the Engineer with two copies of the 33 manufacturer’s recommendations for installation. 34 35 In all cases, the product manufacturer’s recommended application 36 procedures shall be adhered to. When no such procedures have been 37 published, workmanship shall be governed by these Special Provisions 38 and the Standard Specifications. 39 40 After cleaning of areas to receive pavement markings, the areas shall 41 pass inspection of the Engineer prior to application of the material or the 42 primer coat. 43 44 Reflectorized beading as stated in Section 8-22.3(3) of the Standard 45 Specifications shall be provided with all pavement markings. City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-17 SPECIAL PROVISIONS - Continued

1 8-22.3(6) Removal of Pavement Markings 2 (November 21, 2009 G&O) 3 4 This Section is supplemented with the following: 5 6 All Type D pavement markings and raised pavement markers shall be 7 removed prior to any HMA overlay. 8 9 Painting is not an acceptable method for obliteration or removal of 10 pavement markings. 11 12 SECTION 8 – MISCELLANEOUS 13 (November 24, 2010 G&O) 14 15 This Section is supplemented with the following: 16 17 PROJECT DOCUMENTATION 18 (November 24, 2010 G&O) 19 20 Description 21 22 The Work described in this section includes record drawings, photographs, and 23 property release forms. 24 25 Construction Requirements 26 27 Record Drawings 28 29 Record drawings and other documents are to be maintained and annotated by 30 the Contractor during construction as follows: (1) a neatly and legibly marked set 31 of Contract Plans showing the final location of piping, structures, paving limits, 32 curbs, gutters, sidewalks, relocated utility structures, monuments, channelization, 33 etc.; (2) additional documents such as schedules, lists, drawings, and 34 easement/permit forms included in the Specifications; and (3) Contractor layout 35 and installation drawings. 36 37 Unless otherwise specified, record drawings shall be full size and maintained in a 38 clean, dry, and legible condition. Record documents shall not be used for 39 construction purposes and shall be available for review by the Contracting 40 Agency during normal working hours at the Contractor’s field office. At the 41 completion of the Work and prior to final payment, all record drawings and 42 attachments shall be submitted to the Contracting Agency. 43

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-18 SPECIAL PROVISIONS - Continued

1 The record drawings shall be prepared concurrently with the Work being 2 performed and shall be kept current at all times. Annotations to the record 3 documents shall be made with an erasable colored pencil conforming to the 4 following color code: 5 6 Additions - Red 7 Deletions - Green 8 Comments - Blue 9 Dimensions - Graphite 10 11 The record drawings shall identify all existing or abandoned utilities that were 12 found during construction and not shown on the original Contract Plans. 13 14 The Contractor will be provided with one set of Contract Plans for this purpose. 15 At the end of the project, each record drawing and other document shall be 16 stamped and signed by the Contractor, attesting to the accuracy of the drawing 17 or other document. 18 19 Photographs 20 21 The Contractor shall provide comprehensive preconstruction photographs of the 22 entire Work site and adjoining properties. The photographs shall provide 23 complete coverage of all features. 24 25 Before construction starts, two each 4" x 6" color glossy prints of each exposure, 26 together with the electronic file, shall be delivered to the Contracting Agency. 27 Photographs shall be taken in and along the project limits, prior to construction. 28 Special attention shall be provided to depict existing conditions, edge of 29 pavement, drainage facilities, and utility markers. The photographs shall be of 30 commercial quality and the front of each glossy color print shall indicate the date, 31 contract number, name of project and the location and direction where the 32 photograph was taken. Photographs shall be provided in one bound 3 ring 33 photograph album, with photographs arranged in a logical order and protected by 34 clear plastic sheeting or sleeves specifically made for this purpose. The 35 Contractor shall provide post-construction photographs from the same spot and 36 angle as the pre-construction photographs. An electronic file of post-construction 37 photos shall be submitted; prints are not required. The Contractor shall provide 38 50 pre- and 50 post-construction photographs of the Work site. 39 40 Property Release Forms 41 42 The Contractor shall be held responsible for acquiring signed property release 43 forms in the format provided in the Appendix, for all properties which have been 44 disturbed or damaged by the Contractor's operations, or utilized by the 45 Contractor for staging, storing, or stock piling of materials or equipment. City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-19 SPECIAL PROVISIONS - Continued

1 This work shall include submitting the form(s), as further shown herein, by 2 certified mail to each property owner effected and further including therein a self 3 addressed stamped envelope for the property owner’s use. The enclosed self 4 addressed envelope shall be addressed to: City of Soap Lake, 239 Second 5 Avenue SE, P.O. Box 1270, Soap Lake, Washington, 98851. Contractor shall 6 provide a copy of all certified mailings to the Contracting Agency. 7 8 Payment 9 10 All costs incurred by the Contractor in performing the work defined in this Section 11 shall be included in the lump sum contract price for “Mobilization, Cleanup, and 12 Demobilization”. The Contractor’s record drawings will be reviewed monthly for 13 completeness by the Contracting Agency. If the record drawings do not reflect 14 the work performed, payment for those items of work not reflected on the record 15 drawings shall not be included in the current monthly progress estimate. 16 17 ORDER OF WORK 18 19 This Section is supplemented with the following: 20 21 The order of work except as may otherwise be outlined herein will be at 22 the Contractor’s option, in keeping with good construction practice. The 23 work shall be scheduled and constructed in accordance with the various 24 permits and franchise requirements and/or conditions. 25 26 Prior to starting construction, the Contractor shall furnish the Contracting 27 Agency with an Erosion Control Plan, a Spill Prevention Control and 28 Countermeasures Plan (SPCC Plan), Progress Schedule, and a Traffic 29 Control Plan. All plans shall be approved by the Contracting Agency prior 30 to commencing any construction operations. 31 32 As a first order of work, the Contractor shall attend a mandatory pre- 33 construction meeting. 34 35 As a second order of work, the Contractor shall provide Public Notice to 36 property owners abutting the project limits. 37 38 As a third order of work, the Contractor shall provide material submittals. 39 The Contractor shall also provide a schedule of value for all lump sum bid 40 items. 41 42 As a fourth order of work, the Contractor shall call 1-CALL and have 43 utilities marked in the field by the various utility owners. 44

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-20 SPECIAL PROVISIONS - Continued

1 As a fifth order of work, after the utilities have been marked, the 2 Contractor shall provide for the photographing of the entire project site. 3 This activity must be completed and the photographs and digital files 4 delivered to the Contracting Agency as required and further specified in 5 Section 8 prior to any excavation, asphalt cutting, mobilization, staging, or 6 any other work items being performed. 7 8 As a sixth order of work, the Contractor shall furnish and install all 9 temporary facilities, erosion control items, and signs/barricades for detour 10 routes, unless indicated otherwise on the Plans. 11 12 As a seventh order of work, the Contractor shall pothole existing utilities 13 as specifically noted on the Plans, as well as in other areas the Contractor 14 deems necessary. 15 16 As an eighth order of work, the Contractor shall install all underground 17 utilities prior to grading the roadway section, unless otherwise approved 18 by the Contracting Agency. 19 20 The remaining order of work shall be at the Contractor’s option, in keeping 21 with generally accepted, good construction practice. However, the 22 Contractor shall coordinate work by others which will affect his production, 23 schedule, mobilization and demobilization efforts. 24 25 As a second to last order of work, the Contractor shall submit Property 26 Release Forms and Record Drawings. After all preliminary and final 27 “punch list” items have been satisfactorily completed, then, as a last order 28 of work, the Contractor shall provide post-construction photographs. 29 30 The Contractor shall conduct the order of work to allow all existing 31 facilities to remain operational except as noted herein during the 32 construction of this project, and to minimize disruption of any utility 33 service. The order of work for the Contract shall be so planned as to 34 complete all work within the time limits established within the Contract 35 Provisions.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 8-21 DIVISION 9

MATERIALS 1 DIVISION 9 2 3 MATERIALS 4 5 9-02 BITUMINOUS MATERIALS 6 7 9-02.1(4) Performance Graded Asphalt Binder (PGAB) 8 9 Delete the additional requirement of 60 percent minimum RTFO Residue:Elastic 10 Recovery for PG 64-28 Asphalt Binder from the table in this Section. 11 12 9-05 DRAINAGE STRUCTURES AND CULVERTS 13 14 9-05.15(1) Manhole Ring and Cover 15 (January 4, 2010 G&O) 16 17 This Section is supplemented with the following: 18 19 Manhole rings and covers shall conform to Section 9-05.15(1) of the 20 Standard Specifications unless indicated otherwise in the Contract 21 Documents. 22 23 9-05.15(2) Metal Frame and Solid Metal Cover for Catch Basins or Inlets 24 (January 4, 2010 G&O) 25 26 This Section is supplemented with the following: 27 28 Metal frames and solid metal covers for catch basins or inlets shall 29 conform to Section 9-05.15(2) of the Standard Specifications unless 30 indicated otherwise in the Contract Documents. 31 32 9-05.20 Corrugated Polyethylene Storm Sewer Pipe 33 (January 7, 2013 G&O) 34 35 Delete the first sentence of the first paragraph and replace with the following: 36 37 Corrugated polyethylene storm sewer pipe, couplings and fittings shall 38 meet the requirements of AASHTO M 294 Type S 39

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 9-1 SPECIAL PROVISIONS - Continued

1 9-05.50(2) Manholes 2 (May 5, 2016 G&O) 3 4 This Section is supplemented with the following: 5 6 Manholes steps shall be polypropylene plastic coated on a No. 4 7 deformed rebar conforming to ASTM C478. Polypropylene shall conform 8 to ASTM D4101. Steps shall be a minimum of 16 inches wide and project 9 a minimum of 7 inches away from the wall. The top surface of the step 10 shall have a studded non-slip surface. 11 12 9-05.50(3) Precast Concrete Catch Basins 13 (May 5, 2016 G&O) 14 15 This Section is supplemented with the following: 16 17 Catch Basin steps shall be polypropylene plastic coated on a No. 4 18 deformed rebar conforming to ASTM C478. Polypropylene shall conform 19 to ASTM D4101. Steps shall be a minimum of 16-inches wide and project 20 a minimum of 7 inches away from the wall. The top surface of the step 21 shall have a studded non-slip surface. 22 23 9-30 WATER DISTRIBUTION MATERIALS 24 25 9-30.1(1) Ductile Iron Pipe 26 (June 16, 2006 G&O) 27 28 Delete the first paragraph of this Section and replace it with the following: 29 30 1. Ductile iron pipe shall be centrifugally cast and meet the 31 requirements of AWWA C151. Ductile iron pipe shall have a 32 cement mortar lining meeting the requirements of AWWA C104. 33 Ductile iron pipe to be joined using bolted flanged joints shall be 34 Standard Thickness Class 53. All other ductile iron pipe shall be 35 Standard Thickness Class 52 or the thickness as shown on the 36 Plans. 37 38 9-30.2(1) Ductile Iron Pipe 39 (January 4, 2010 G&O) 40 41 Delete the fourth sentence and replace with the following: 42 43 Gaskets for flat faced or raised faced flanges shall be 1/8-inch-thick 44 neoprene having a durometer of 60 plus or minus 5.

City of Soap Lake 2018 Soap Lake Street Improvements G&O #17043, 17044 & 18007 9-2 PART 4

AMENDMENTS TO THE STANDARD SPECIFICATIONS 1 INTRO.AP1 2 INTRODUCTION

3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2018 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. For informational 10 purposes, the date following each Amendment title indicates the implementation date of the 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 15 16 1-02.AP1 17 Section 1-02, Bid Procedures and Conditions 18 April 2, 2018

19 1-02.4(1) General 20 This section is supplemented with the following: 21 22 Prospective Bidders are advised that the Contracting Agency may include a partially 23 completed Washington State Department of Ecology (Ecology) Transfer of Coverage 24 (Ecology Form ECY 020-87a) for the Construction Stormwater General Permit 25 (CSWGP) as part of the Bid Documents. When the Contracting Agency requires the 26 transfer of coverage of the CSWGP to the Contractor, an informational copy of the 27 Transfer of Coverage and the associated CSWGP will be included in the appendices. 28 As a condition of Section 1-03.3, the Contractor is required to complete sections I, III, 29 and VIII of the Transfer of Coverage and return the form to the Contracting Agency. 30 31 The Contracting Agency is responsible for compliance with the CSWGP until the end of 32 day that the Contract is executed. Beginning on the day after the Contract is executed, 33 the Contractor shall assume complete legal responsibility for compliance with the 34 CSWGP and full implementation of all conditions of the CSWGP as they apply to the 35 Contract Work. 36 37 1-02.5 Proposal Forms 38 The first sentence of the first paragraph is revised to read: 39 40 At the request of a Bidder, the Contracting Agency will provide a physical Proposal 41 Form for any project on which the Bidder is eligible to Bid. 42 43 1-02.6 Preparation of Proposal 44 Item number 1 of the second paragraph is revised to read: 45 46 1. A unit price for each item (omitting digits more than two places to the right of the 47 decimal point), 48 49 In the third sentence of the fourth paragraph, “WSDOT Form 422-031” is revised to read 50 “WSDOT Form 422-031U”.

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 2 The following is inserted after the third sentence of the fourth paragraph: 3 4 Bidders shall submit a UDBE Broker Agreement documenting the fees or commissions 5 charged by the Broker for any Broker listed on the UDBE Utilization Certification in 6 accordance with the Special Provisions. Bidders shall submit a completed UDBE 7 Trucking Credit Form for each UDBE Trucking firm listed on the UDBE Utilization 8 Certification in accordance with the Special Provisions. WSDOT Form 272-058 is 9 available for this purpose. 10 11 The following new paragraph is inserted before the last paragraph: 12 13 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law 14 Compliance form (WSDOT Form 272-009). Failure to return this certification as part of 15 the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A 16 Contractor Certification of Wage Law Compliance form is included in the Proposal 17 Forms. 18 19 1-02.13 Irregular Proposals 20 Item 1(h) is revised to read: 21 22 h. The Bidder fails to submit Underutilized Disadvantaged Business Enterprise Good 23 Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the 24 documentation that is submitted fails to demonstrate that a Good Faith Effort to 25 meet the Condition of Award was made; 26 27 Item 1(i) is revised to read the following three items: 28 29 i. The Bidder fails to submit an Underutilized Disadvantaged Business Enterprise 30 Trucking Credit Form, if applicable, as required in Section 1-02.6, or if the Form 31 that is submitted fails to meet the requirements of the Special Provisions; 32 33 j. The Bidder fails to submit an Underutilized Disadvantaged Business Enterprise 34 Broker Agreement, if applicable, as required in Section 1-02.6, or if the 35 documentation that is submitted fails to demonstrate that the fee/commission is 36 reasonable as determined by the Contracting Agency; or 37 38 k. The Bid Proposal does not constitute a definite and unqualified offer to meet the 39 material terms of the Bid invitation. 40 41 1-03.AP1 42 Section 1-03, Award and Execution of Contract 43 January 2, 2018

44 1-03.3 Execution of Contract 45 The first paragraph is revised to read: 46 47 Within 20 calendar days after the Award date, the successful Bidder shall return the 48 signed Contracting Agency-prepared Contract, an insurance certification as required by 49 Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer 50 of Coverage form for the Construction Stormwater General Permit with sections I, III,

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 and VIII completed when provided, and shall be registered as a contractor in the state of 2 Washington. 3 4 1-03.5 Failure to Execute Contract 5 The first sentence is revised to read: 6 7 Failure to return the insurance certification and bond with the signed Contract as 8 required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women’s 9 Business Enterprise information if required in the Contract, or failure or refusal to sign 10 the Contract, or failure to register as a contractor in the state of Washington, or failure to 11 return the completed Transfer of Coverage for the Construction Stormwater General 12 Permit to the Contracting Agency when provided shall result in forfeiture of the proposal 13 bond or deposit of this Bidder. 14 15 1-05.AP1 16 Section 1-05, Control of Work 17 April 2, 2018

18 1-05.9 Equipment 19 The following new paragraph is inserted before the first paragraph: 20 21 Prior to mobilizing equipment on site, the Contractor shall thoroughly remove all loose 22 dirt and vegetative debris from drive mechanisms, wheels, tires, tracks, buckets and 23 undercarriage. The Engineer will reject equipment from the site until it returns clean. 24 25 This section is supplemented with the following: 26 27 Upon completion of the Work, the Contractor shall completely remove all loose dirt and 28 vegetative debris from equipment before removing it from the job site. 29 30 1-06.AP1 31 Section 1-06, Control of Material 32 January 2, 2018

33 1-06.1(3) Aggregate Source Approval (ASA) Database 34 This section is supplemented with the following: 35 36 Regardless of status of the source, whether listed or not listed in the ASA database the 37 source owner may be asked to provide testing results for toxicity in accordance with 38 Section 9-03.21(1). 39 40 1-06.2(2)D Quality Level Analysis 41 This section is supplemented with the following new subsection: 42 43 1-06.2(2)D5 Quality Level Calculation – HMA Compaction 44 The procedures for determining the quality level and pay factor for HMA compaction are 45 as follows: 46 47 1. Determine the arithmetic mean, Xm, for compaction of the lot: 48

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18  x 1 X  m n 2 3 Where: 4 x = individual compaction test values for each sublot in the lot. 5 ∑x = summation of individual compaction test values 6 n = total number test values 7 8 2. Compute the sample standard deviation, “S”, for each constituent: 9 1 2 2 n x2  x  10 S     nn 1    11 12 Where: 13 ∑x2 = summation of the squares of individual compaction test values 14 (∑x)2 = summation of the individual compaction test values squared 15 16 3. Compute the lower quality index (QL): 17 X  LSL 18 Q  m L S 19 20 Where: 21 LSL = 91.5 22 23 4. Determine PL (the percent within the lower Specification limit which 24 corresponds to a given QL) from Table 1. For negative values of QL, PL is equal 25 to 100 minus the table PL. If the value of QL does not correspond exactly to a 26 figure in the table, use the next higher value. 27 28 5. Determine the quality level (the total percent within Specification limits): 29 30 Quality Level = PL 31 32 6. Using the quality level from step 5, determine the composite pay factor (CPF) 33 from Table 2. 34 35 7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the 36 compaction lot; however, the maximum HMA compaction CPF using an LSL = 37 91.5 shall be 1.05. 38 39 8. If the CPF from step 6 is not 1.00 or greater: repeat steps 3 through 6 using an 40 LSL = 91.0. The value thus determined shall be the HMA compaction CPF for 41 that lot; however, the maximum HMA compaction CPF using an LSL = 91.00 42 shall be 1.00. 43 44 1-06.2(2)D4 Quality Level Calculation 45 The first paragraph (excluding the numbered list) is revised to read: 46

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 The procedures for determining the quality level and pay factors for a material, other 2 than HMA compaction, are as follows: 3 4 1-07.AP1 5 Section 1-07, Legal Relations and Responsibilities to the Public 6 April 2, 2018

7 1-07.5 Environmental Regulations 8 This section is supplemented with the following new subsections: 9 10 1-07.5(5) U.S. Army Corps of Engineers 11 When temporary fills are permitted, the Contractor shall remove fills in their entirety and 12 the affected areas returned to pre-construction elevations. 13 14 If a U.S. Army Corps of Engineers permit is noted in Section 1-07.6 of the Special 15 Provisions, the Contractor shall retain a copy of the permit or the verification letter (in 16 the case of a Nationwide Permit) on the worksite for the life of the Contract. The 17 Contractor shall provide copies of the permit or verification letter to all subcontractors 18 involved with the authorized work prior to their commencement of any work in waters of 19 the U.S. 20 21 1-07.5(6) U.S. Fish/Wildlife Services and National Marine Fisheries Service 22 The Contracting Agency will provide fish exclusion and handling services if the Work 23 dictates. However, if the Contractor discovers any fish stranded by the project and a 24 Contracting Agency biologist is not available, they shall immediately release the fish into 25 a flowing stream or open water. 26 27 1-07.5(1) General 28 The first sentence is deleted and replaced with the following: 29 30 No Work shall occur within areas under the jurisdiction of resource agencies unless 31 authorized in the Contract. 32 33 The third paragraph is deleted. 34 35 1-07.5(2) State Department of Fish and Wildlife 36 This section is revised to read: 37 38 In doing the Work, the Contractor shall: 39 40 1. Not degrade water in a way that would harm fish, wildlife, or their habitat. 41 42 2. Not place materials below or remove them from the ordinary high water line 43 except as may be specified in the Contract. 44 45 3. Not allow equipment to enter waters of the State except as specified in the 46 Contract. 47 48 4. Revegetate in accordance with the Plans, unless the Special Provisions permit 49 otherwise. 50

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 5. Prevent any fish-threatening silt buildup on the bed or bottom of any body of 2 water. 3 4 6. Ensure continuous stream flow downstream of the Work area. 5 6 7. Dispose of any project debris by removal, burning, or placement above high- 7 water flows. 8 9 8. Immediately notify the Engineer and stop all work causing impacts, if at any 10 time, as a result of project activities, fish are observed in distress or a fish kill 11 occurs. 12 13 If the Work in (1) through (3) above differs little from what the Contract requires, the 14 Contracting Agency will measure and pay for it at unit Contract prices. But if Contract 15 items do not cover those areas, the Contracting Agency will pay pursuant to Section 1- 16 09.4. Work in (4) through (8) above shall be incidental to Contract pay items. 17 18 1-07.5(3) State Department of Ecology 19 This section is revised to read: 20 21 In doing the Work, the Contractor shall: 22 23 1. Comply with Washington State Water Quality Standards. 24 25 2. Perform Work in such a manner that all materials and substances not 26 specifically identified in the Contract documents to be placed in the water do 27 not enter waters of the State, including wetlands. These include, but are not 28 limited to, petroleum products, hydraulic fluid, fresh concrete, concrete 29 wastewater, process wastewater, slurry materials and waste from shaft drilling, 30 sediments, sediment-laden water, chemicals, paint, solvents, or other toxic or 31 deleterious materials. 32 33 3. Use equipment that is free of external petroleum-based products. 34 35 4. Remove accumulations of soil and debris from drive mechanisms (wheels, 36 tracks, tires) and undercarriage of equipment prior to using equipment below 37 the ordinary high water line. 38 39 5. Clean loose dirt and debris from all materials placed below the ordinary high 40 water line. No materials shall be placed below the ordinary high water line 41 without the Engineer’s concurrence. 42 43 6. When a violation of the Construction Stormwater General Permit (CSWGP) 44 occurs, immediately notify the Engineer and fill out WSDOT Form 422-011, 45 Contractor ECAP Report, and submit the form to the Engineer within 48 hours 46 of the violation. 47 48 7. Once Physical Completion has been given, prepare a Notice of Termination 49 (Ecology Form ECY 020-87) and submit the Notice of Termination 50 electronically to the Engineer in a PDF format a minimum of 7 calendar days 51 prior to submitting the Notice of Termination to Ecology. 52

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 8. Transfer the CSWGP coverage to the Contracting Agency when Physical 2 Completion has been given and the Engineer has determined that the project 3 site is not stabilized from erosion. 4 5 9. Submit copies of all correspondence with Ecology electronically to the 6 Engineer in a PDF format within four calendar days. 7 8 1-07.5(4) Air Quality 9 This section is revised to read: 10 11 The Contractor shall comply with all regional clean air authority and/or State 12 Department of Ecology rules and regulations. 13 14 The air quality permit process may include additional State Environment Policy Act 15 (SEPA) requirements. Contractors shall contact the appropriate regional air pollution 16 control authority well in advance of beginning Work. 17 18 When the Work includes demolition or renovation of any existing facility or structure that 19 contains Asbestos Containing Material (ACM) and/or Presumed Asbestos-Containing 20 Material (PACM), the Contractor shall comply with the National Emission Standards for 21 Hazardous Air Pollutants (NESHAP). 22 23 Any requirements included in Federal and State regulations regarding air quality that 24 applies to the “owner or operator” shall be the responsibility of the Contractor. 25 26 1-07.7(1) General 27 The first sentence of the third paragraph is revised to read: 28 29 When the Contractor moves equipment or materials on or over Structures, culverts or 30 pipes, the Contractor may operate equipment with only the load-limit restrictions in 31 Section 1-07.7(2). 32 33 The first sentence of the last paragraph is revised to read: 34 35 Unit prices shall cover all costs for operating over Structures, culverts and pipes. 36 37 1-07.9(2) Posting Notices 38 The second sentence of the first paragraph (up until the colon) is revised to read: 39 40 The Contractor shall ensure the most current edition of the following are posted: 41 42 In items 1 through 10, the revision dates are deleted. 43 44 1-07.11(2) Contractual Requirements 45 In this section, “creed” is revised to read “religion”. 46 47 Item numbers 1 through 9 are revised to read 2 through 10, respectively. 48 49 After the preceding Amendment is applied, the following new item number 1 is inserted: 50

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 1. The Contractor shall maintain a Work site that is free of harassment, humiliation, 2 fear, hostility and intimidation at all times. Behaviors that violate this requirement 3 include but are not limited to: 4 5 a. Persistent conduct that is offensive and unwelcome. 6 7 b. Conduct that is considered to be hazing. 8 9 c. Jokes about race, gender, or sexuality that are offensive. 10 11 d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual 12 nature which interferes with a person’s ability to perform their job or creates an 13 intimidating, hostile, or offensive work environment. 14 15 e. Language or conduct that is offensive, threatening, intimidating or hostile 16 based on race, gender, or sexual orientation. 17 18 f. Repeating rumors about individuals in the Work Site that are considered to be 19 harassing or harmful to the individual’s reputation. 20 21 1-07.11(5) Sanctions 22 This section is supplemented with the following: 23 24 Immediately upon the Engineer’s request, the Contractor shall remove from the Work 25 site any employee engaging in behaviors that promote harassment, humiliation, fear or 26 intimidation including but not limited to those described in these specifications. 27 28 1-07.11(6) Incorporation of Provisions 29 The first sentence is revised to read: 30 31 The Contractor shall include the provisions of Section 1-07.11(2) Contractual 32 Requirements (1) through (5) and the Section 1-07.11(5) Sanctions in every subcontract 33 including procurement of materials and leases of equipment. 34 35 1-07.18 Public Liability and Property Damage Insurance 36 Item number 1 is supplemented with the following new sentence: 37 38 This policy shall be kept in force from the execution date of the Contract until the 39 Physical Completion Date. 40 41 1-08.AP1 42 Section 1-08, Prosecution and Progress 43 January 2, 2018

44 1-08.5 Time for Completion 45 Item number 2 of the sixth paragraph is supplemented with the following: 46 47 f. A copy of the Notice of Termination sent to the Washington State Department of 48 Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the 49 Notice of Termination by Ecology; and no rejection of the Notice of Termination by 50 Ecology. This requirement will not apply if the Construction Stormwater General

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 Permit is transferred back to the Contracting Agency in accordance with Section 8- 2 01.3(16). 3 4 1-08.7 Maintenance During Suspension 5 The fifth paragraph is revised to read: 6 7 The Contractor shall protect and maintain all other Work in areas not used by traffic. All 8 costs associated with protecting and maintaining such Work shall be the responsibility 9 of the Contractor. 10 11 1-09.AP1 12 Section 1-09, Measurement and Payment 13 April 2, 2018

14 1-09.2(2) Specific Requirements for Batching Scales 15 The last sentence of the first paragraph is revised to read: 16 17 Batching scales used for concrete or hot mix asphalt shall not be used for batching 18 other materials. 19 20 2-02.AP2 21 Section 2-02, Removal of Structures and Obstructions 22 April 2, 2018

23 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 24 In item number 3 of the first paragraph, the second sentence is revised to read: 25 26 For concrete pavement removal, a second vertical full depth relief saw cut offset 12 to 27 18 inches from and parallel to the initial saw cut is also required, unless the Engineer 28 allows otherwise. 29 30 2-09.AP2 31 Section 2-09, Structure Excavation 32 April 2, 2018

33 2-09.2 Materials 34 In the first paragraph, the references to “Portland Cement” and “Aggregates for Portland 35 Cement Concrete” are revised to read: 36 37 Cement 9-01 38 Fine Aggregate for Concrete 9-03.1(2) 39 40 2-09.3(3)D Shoring and Cofferdams 41 The first sentence of the sixth paragraph is revised to read: 42 43 Structural shoring and cofferdams shall be designed for conditions stated in this Section 44 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for 45 Highway Bridges Seventeenth Edition – 2002 for allowable stress design, or the 46 AASHTO LRFD Bridge Design Specifications for load and resistance factor design. 47

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 3-01.AP3 2 Section 3-01, Production from Quarry and Pit Sites 3 April 2, 2018

4 3-01.1 Description 5 The first paragraph is revised to read: 6 7 This Work shall consist of manufacturing and producing crushed and screened 8 aggregates including pit run aggregates of the kind, quality, and grading specified for 9 use in the construction of concrete, hot mix asphalt, crushed surfacing, maintenance 10 rock, ballast, gravel base, gravel backfill, gravel borrow, riprap, and bituminous surface 11 treatments of all descriptions. 12 13 4-04.AP4 14 Section 4-04, Ballast and Crushed Surfacing 15 April 2, 2018

16 4-04.3(5) Shaping and Compaction 17 This section is supplemented with the following new paragraph: 18 19 When using 100% Recycled Concrete Aggregate, the Contractor may submit a written 20 request to use a test point evaluation for compaction acceptance testing in lieu of 21 compacting to 95% of the standard density as determined by the requirements of 22 Section 2-03.3(14)D. The test point evaluation shall be performed in accordance with 23 SOP 738. 24 25 5-01.AP5 26 Section 5-01, Cement Concrete Pavement Rehabilitation 27 April 2, 2018

28 5-01.3(4) Replace Cement Concrete Panel 29 The last sentence of the fourth to last paragraph is revised to read: 30 31 If the replacement panel is located in an area that will be ground as part of concrete 32 pavement grinding in accordance with Section 5-01.3(9), the surface smoothness shall 33 be measured, by the Contractor, in conjunction with the smoothness measurement 34 done in accordance with Section 5-01.3(10). 35 36 5-04.AP5 37 Section 5-04, Hot Mix Asphalt 38 April 2, 2018

39 5-04.1 Description 40 The last sentence of the first paragraph is revised to read: 41 42 The manufacture of HMA may include additives or processes that reduce the optimum 43 mixing temperature (Warm Mix Asphalt) or serve as a compaction aid in accordance 44 with these Specifications. 45 46 5-04.2 Materials 47 The reference to “Warm Mix Asphalt Additive” is revised to read “HMA Additive”.

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 2 5-04.2(1) How to Get an HMA Mix Design on the QPL 3 The last bullet in the first paragraph is revised to read: 4 5 • Do not include HMA additives that reduce the optimum mixing temperature or serve 6 as a compaction aid when developing a mix design or submitting a mix design for 7 QPL evaluation. The use of HMA additives is not part of the process for obtaining 8 approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. 9 10 In the table, “WSDOT Standard Practice QC-8” is revised to read “WSDOT Standard 11 Practice QC-8 located in the WSDOT Materials Manual M 46-01”. 12 13 5-04.2(1)C Mix Design Resubmittal for QPL Approval 14 Item number 3 of the first paragraph is revised to read: 15 16 3. Changes in modifiers used in the asphalt binder. 17 18 5-04.2(2)B Using Warm Mix Asphalt Processes 19 This section, including title, is revised to read: 20 21 5-04.2(2)B Using HMA Additives 22 The Contractor may, at the Contractor’s discretion, elect to use additives that reduce the 23 optimum mixing temperature or serve as a compaction aid for producing HMA. Additives 24 include organic additives, chemical additives and foaming processes. The use of 25 Additives is subject to the following: 26 27 • Do not use additives that reduce the mixing temperature in accordance with 28 Section 5-04.3(6) in the production of High RAP/Any RAS mixtures. 29 30 • Before using additives, obtain the Engineer’s approval using WSDOT Form 31 350-076 to describe the proposed additive and process. 32 33 5-04.3(3)A Mixing Plant 34 In item number 5 of the first paragraph, “WSDOT T 168” is revised to read “FOP for 35 AASHTO T 168”. 36 37 5-04.3(4) Preparation of Existing Paved Surfaces 38 The first sentence of the fourth paragraph is revised to read: 39 40 Unless otherwise allowed by the Engineer, use cationic emulsified asphalt CSS-1, CSS- 41 1h, or Performance Graded (PG) asphalt for tack coat. 42 43 5-04.3(6) Mixing 44 The first paragraph is revised to read: 45 46 The asphalt supplier shall introduce recycling agent and anti-stripping additive, in the 47 amount designated on the QPL for the mix design, into the asphalt binder prior to 48 shipment to the asphalt mixing plant. 49 50 The seventh paragraph is revised to read: 51

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 Upon discharge from the mixer, ensure that the temperature of the HMA does not 2 exceed the optimum mixing temperature shown on the accepted Mix Design Report by 3 more than 25°F, or as allowed by the Engineer. When an additive is included in the 4 manufacture of HMA, do not heat the additive (at any stage of production including in 5 binder storage tanks) to a temperature higher than the maximum recommended by the 6 manufacturer of the additive. 7 8 5-04.3(7) Spreading and Finishing 9 The last row of the table is revised to read: 10 3 ⁄8 inch 0.25 feet 0.30 feet 11 12 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA 13 The following new paragraph is inserted after the first paragraph: 14 15 The Contracting Agency’s combined aggregate bulk specific gravity (Gsb) blend as 16 shown on the HMA Mix Design will be used for VMA calculations until the Contractor 17 submits a written request for a Gsb test. The new Gsb will be used in the VMA 18 calculations for HMA from the date the Engineer receives the written request for a Gsb 19 retest. The Contractor may request aggregate specific gravity (Gsb) testing be 20 performed by the Contracting Agency twice per project. The Gsb blend of the combined 21 stockpiles will be used to calculate voids in mineral aggregate (VMA) of any HMA 22 produced after the new Gsb is determined. 23 24 5-04.3(9)A1 Test Section – When Required, When to Stop 25 The following new row is inserted after the second row in Table 9: 26 4 VMA Minimum PFi of 0.95 None based on the criteria in Section 5-04.3(9)B42 27 28 5-04.3(9)A2 Test Section – Evaluating the HMA Mixture in a Test Section 29 In Table 9a, the test property “Gradation, Asphalt Binder, and Va” is revised to read 30 “Gradation, Asphalt Binder, VMA, and Va“ 31 32 5-04.3(9)B3 Mixture Statistical Evaluation – Acceptance Testing 33 In Table 11, “Va” is revised to read “VMA and Va” 34 35 5-04.3(9)B5 Mixture Statistical Evaluation – Composite Pay Factors (CPF) 36 The following new row is inserted above the last row in Table 12: 37 Voids in Mineral Aggregate 2 (VMA) 38 39 5-04.3(9)B7 Mixture Statistical Evaluation – Retests 40 The second to last sentence is revised to read: 41 42 The sample will be tested for a complete gradation analysis, asphalt binder content, 43 VMA and Va, and the results of the retest will be used for the acceptance of the HMA 44 mixture in place of the original mixture sublot sample test results. 45

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 5-04.3(10)C1 HMA Compaction Statistical Evaluation – Lots and Sublots 2 The bulleted item in the fourth paragraph is revised to read: 3 4 • For a compaction lot in progress with a compaction CPF less than 0.75 using an 5 LSL = 91.0, a new compaction lot will begin at the Contractor’s request after the 6 Engineer is satisfied that material conforming to the Specifications can be 7 produced. See also Section 5-04.3(11)F. 8 9 5-04.3(10)C2 HMA Compaction Statistical Evaluation – Acceptance Testing 10 In the table, “WSDOT FOP for AASHTO T 355” is revised to read “FOP for AASHTO T 355”. 11 12 5-04.3(10)C3 HMA Statistical Compaction – Price Adjustments 13 In the first paragraph, “WSDOT FOP for AASHTO T 355” is revised to read “FOP for 14 AASHTO T 355”. 15 16 The first sentence in the second paragraph is revised to read: 17 18 For each HMA compaction lot (that is accepted by Statistical Evaluation) which does not 19 meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in 20 accordance with Section 1-06.2(2)D5 to determine the appropriate Composite Pay 21 Factor (CPF). 22 23 The last two paragraphs are revised to read: 24 25 Determine the Compaction Price Adjustment (CPA) from the table below, selecting the 26 equation for CPA that corresponds to the value of CPF determined above. 27 Calculating HMA Compaction Price Adjustment (CPA) Value of CPF Equation for Calculating CPA When CPF > 1.00 CPA = [0.80 x (CPF – 1.00)] x Q x UP When CPF = 1.00 CPA = $0 When CPF < 1.0 CPA = [0.40 x (CPF – 1.00)] x Q x UP 28 29 Where 30 CPA = Compaction Price Adjustment for the compaction lot ($) 31 CPF = Composite Pay Factor for the compaction lot (maximum is 1.05) 32 Q = Quantity in the compaction lot (tons) 33 UP = Unit price of the HMA in the compaction lot ($/ton) 34 35 5-04.3(13) Surface Smoothness 36 The second to last paragraph is revised to read: 37 38 When concrete pavement is to be placed on HMA, the surface tolerance of the HMA 39 shall be such that no surface elevation lies above the Plan grade minus the specified 40 Plan depth of concrete pavement. Prior to placing the concrete pavement, bring any 41 such irregularities to the required tolerance by grinding or other means allowed by the 42 Engineer. 43

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 5-04.5 Payment 2 The paragraph following the Bid item “Crack Sealing-LF”, per linear foot is revised to read: 3 4 The unit Contract price per linear foot for “Crack Sealing-LF” shall be full payment for all 5 costs incurred to perform the Work described in Section 5-04.3(4)A. 6 7 5-05.AP5 8 Section 5-05, Cement Concrete Pavement 9 April 2, 2018

10 5-05.1 Description 11 In the first paragraph, “portland cement concrete” is revised to read “cement concrete”. 12 13 5-05.2 Materials 14 In the first paragraph, the reference to “Portland Cement” is revised to read: 15 16 Cement 9-01 17 18 5-05.3(1) Concrete Mix Design for Paving 19 The table title in item number 4 is revised to read Concrete Batch Weights. 20 21 In item 4a, “Portland Cement” is revised to read “Cement”. 22 23 5-05.3(4) Measuring and Batching Materials 24 Item number 2 is revised to read: 25 26 2. Batching Materials – On all projects requiring more than 2,500 cubic yards of 27 concrete for paving, the batching plant shall be equipped to proportion aggregates 28 and cement by weight by means of automatic and interlocked proportioning devices 29 of accepted type. 30 31 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 32 33 This section’s title is revised to read: 34 35 Acceptance of Portland Cement or Blended Hydraulic Cement Concrete Pavement 36 37 The first sentence is revised to read: 38 39 Acceptance of portland cement or blended hydraulic cement concrete pavement shall 40 be as provided under statistical or nonstatistical acceptance. 41 42 5-05.4 Measurement 43 The last paragraph is revised to read: 44 45 The calculation for cement concrete compliance adjustment is the volume of concrete 46 represented by the CPF and the Thickness deficiency adjustment. 47 48 5-05.5 Payment 49 The bid item “Portland Cement Concrete Compliance Adjustment”, by calculation, and the 50 paragraph following this bid item are revised to read:

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 2 “Cement Concrete Compliance Adjustment”, by calculation. 3 4 Payment for “Cement Concrete Compliance Adjustment” will be calculated by 5 multiplying the unit Contract price for the cement concrete pavement, times the volume 6 for adjustment, times the percent of adjustment determined from the calculated CPF 7 and the Deficiency Adjustment listed in Section 5-05.5(1)A. 8 9 6-01.AP6 10 Section 6-01, General Requirements for Structures 11 January 2, 2018

12 6-01.10 Utilities Supported by or Attached to Bridges 13 In the third paragraph, “Federal Standard 595” is revised to read “SAE AMS Standard 595”. 14 15 6-01.12 Final Cleanup 16 The second paragraph is deleted. 17 18 6-02.AP6 19 Section 6-02, Concrete Structures 20 April 2, 2018

21 6-02.1 Description 22 The first sentence is revised to read: 23 24 This Work consists of the construction of all Structures (and their parts) made of 25 portland cement or blended hydraulic cement concrete with or without reinforcement, 26 including bridge approach slabs. 27 28 6-02.2 Materials 29 In the first paragraph, the references to “Portland Cement” and “Aggregates for Portland 30 Cement Concrete” are revised to read: 31 32 Cement 9-01 33 Aggregates for Concrete 9-03.1 34 35 6-02.3(2) Proportioning Materials 36 The second paragraph is revised to read: 37 38 Unless otherwise specified, the Contractor shall use Type I or II portland cement or 39 blended hydraulic cement in all concrete as defined in Section 9-01.2(1). 40 41 6-02.3(2)A Contractor Mix Design 42 The last sentence of the last paragraph is revised to read: 43 44 For all other concrete, air content shall be a minimum of 4.5 percent and a maximum of 45 7.5 percent for all concrete placed above the finished ground line unless noted 46 otherwise. 47 48 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D 49 Item number 5 of the first paragraph is deleted.

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 2 Item number 6 of the first paragraph (after the preceding Amendment is applied) is 3 renumbered to 5. 4 5 6-02.3(2)B Commercial Concrete 6 The second paragraph is revised to read: 7 8 Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging 9 culverts, concrete pipe collars, pipe anchors, monument cases, Type PPB, PS, I, FB 10 and RM signal standards, pedestals, cabinet bases, guardrail anchors, fence post 11 footings, sidewalks, concrete curbs, curbs and gutters, and gutters, the Contractor may 12 use commercial concrete. If commercial concrete is used for sidewalks, concrete curbs, 13 curbs and gutters, and gutters, it shall have a minimum cementitious material content of 14 564 pounds per cubic yard of concrete, shall be air entrained, and the tolerances of 15 Section 6-02.3(5)C shall apply. 16 17 6-02.3(4)D Temperature and Time For Placement 18 The following is inserted after the first sentence of the first paragraph: 19 20 The upper temperature limit for placement for Class 4000D concrete may be increased 21 to a maximum of 80°F if allowed by the Engineer. 22 23 6-02.3(5)C Conformance to Mix Design 24 Item number 1 of the second paragraph is revised to read: 25 26 1. Cement weight plus 5 percent or minus 1 percent of that specified in the 27 mix design. 28 29 6-02.3(6)A1 Hot Weather Protection 30 The first paragraph is revised to read: 31 32 The Contractor shall provide concrete within the specified temperature limits. Cooling of 33 the coarse aggregate piles by sprinkling with water is permitted provided the moisture 34 content is monitored, the mixing water is adjusted for the free water in the aggregate 35 and the coarse aggregate is removed from at least 1 foot above the bottom of the pile. 36 Sprinkling of fine aggregate piles with water is not allowed. Refrigerating mixing water or 37 replacing all or part of the mixing water with crushed ice is permitted, provided the ice is 38 completely melted by placing time. 39 40 The second sentence of the second paragraph is revised to read: 41 42 These surfaces include forms, reinforcing steel, steel beam flanges, and any others that 43 touch the concrete. 44 45 6-02.3(10)D4 Monitoring Bridge Deck Concrete Temperature After Placement 46 This section, including title, is revised to read: 47 48 6-02.3(10)D4 Vacant 49 50 6-02.3(10)D5 Bridge Deck Concrete Finishing and Texturing 51 In the third subparagraph of the first paragraph, the last sentence is revised to read: 52

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 The Contractor shall texture the bridge deck surface to within 3-inches minimum and 2 24-inches maximum of the edge of concrete at expansion joints, within 1-foot minimum 3 and 2-feet maximum of the curb line, and within 3-inches minimum and 9-inches 4 maximum of the perimeter of bridge drain assemblies. 5 6 6-02.3(10)F Bridge Approach Slab Orientation and Anchors 7 The last paragraph is deleted. 8 9 6-02.3(13)A Strip Seal Expansion Joint System 10 In item number 3 of the third paragraph, “Federal Standard 595” is revised to read “SAE 11 AMS Standard 595”. 12 13 6-02.3(23) Opening to Traffic 14 This section is supplemented with the following new paragraph: 15 16 After curing bridge approach slabs in accordance with Section 6-02.3(11), the 17 bridge approach slabs may be opened to traffic when a minimum compressive strength 18 of 2,500 psi is achieved. 19 20 6-02.3(24)C Placing and Fastening 21 The fourth sentence of the second paragraph is revised to read: 22 23 All epoxy-coated bars in the top mat of the bridge deck shall be tied at all intersections, 24 however they may be tied at alternate intersections when spacing is less than 1 foot in 25 each direction and they are supported by continuous supports meeting all other 26 requirements of supports for epoxy-coated bars. 27 28 The sixth paragraph (excluding the numbered list) is revised to read: 29 30 Precast concrete supports (or other accepted devices) shall be used to maintain the 31 concrete coverage required by the Plans. The precast concrete supports shall: 32 33 Item number 2 of the sixth paragraph is revised to read: 34 35 2. Have a compressive strength equal to or greater than that of the concrete in which 36 they are embedded. 37 38 The first sentence of the seventh paragraph is revised to read: 39 40 In slabs, each precast concrete support shall have either: (1) a grooved top that will hold 41 the reinforcing bar in place, or (2) an embedded wire that protrudes and is tied to the 42 reinforcing steel. 43 44 The eighth paragraph is revised to read: 45 46 Precast concrete supports may be accepted based on a Manufacturer’s Certificate of 47 Compliance. 48 49 The ninth paragraph (excluding the numbered list) is revised to read: 50

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 In lieu of precast concrete supports, the Contractor may use metal or all-plastic supports 2 to hold uncoated bars. Any surface of a metal support that will not be covered by at 3 least ½ inch of concrete shall be one of the following: 4 5 The tenth paragraph is revised to read: 6 7 In lieu of precast concrete supports, epoxy-coated reinforcing bars may be supported by 8 one of the following: 9 10 1. Metal supports coated entirely with a dielectric material such as epoxy or 11 plastic, 12 13 2. Other epoxy-coated reinforcing bars, or 14 15 3. All-plastic supports. 16 17 The following new paragraph is inserted after the tenth paragraph: 18 19 Damaged coatings on metal bar supports shall be repaired prior to placing concrete. 20 21 The twelfth paragraph (after the preceding Amendment is applied) is revised to read: 22 23 All-plastic supports shall be lightweight, non-porous, and chemically inert in concrete. 24 All-plastic supports shall have rounded seatings, shall not deform under load during 25 normal temperatures, and shall not shatter or crack under impact loading in cold 26 weather. All-plastic supports shall be placed at spacings greater than 1 foot along the 27 bar and shall have at least 25 percent of their gross place area perforated to 28 compensate for the difference in the coefficient of thermal expansion between plastic 29 and concrete. The shape and configuration of all-plastic supports shall permit complete 30 concrete consolidation in and around the support. 31 32 The thirteenth paragraph (after the preceding Amendment is applied) is revised to read: 33 34 A “mat” is two adjacent and perpendicular layers of reinforcing steel. In bridge decks, 35 top and bottom mats shall be supported adequately enough to hold both in their proper 36 positions. If bar supports directly support, or are directly supported on No. 4 bars, they 37 shall be spaced at not more than 3-foot intervals (or not more than 4-foot intervals for 38 bars No. 5 and larger). Wire ties to girder stirrups shall not be considered as supports. 39 To provide a rigid mat, the Contractor shall add other supports and tie wires to the top 40 mat as needed. 41 42 6-02.3(27) Concrete for Precast Units 43 The last sentence of the first paragraph is revised to read: 44 45 Type III portland cement or blended hydraulic cement is permitted to be used in precast 46 concrete units. 47 48 6-02.3(28)B Curing 49 In the second paragraph, the reference to Section 6-02.3(25)B is revised to read Section 6- 50 02.3(25)C. 51

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 6-02.3(28)D Contractors Control Strength 2 In the first paragraph, “WSDOT FOP for AASHTO T 23” is revised to read “FOP for AASHTO 3 T 23”. 4 5 6-05.AP6 6 Section 6-05, Piling 7 January 2, 2018

8 6-05.3(9)A Pile Driving Equipment Approval 9 The fourth sentence of the second paragraph is revised to read: 10 11 For prestressed concrete piles, the allowable driving stress in kips per square inch shall

12 be 0.095 ∙ ′ plus prestress in tension, and 0.85f’c minus prestress in compression, 13 where f’c is the concrete compressive strength in kips per square inch. 14 15 6-07.AP6 16 Section 6-07, Painting 17 January 2, 2018

18 6-07.3(6)A Paint Containers 19 In item number 2 of the first paragraph, “Federal Standard 595” is revised to read “SAE AMS 20 Standard 595”. 21 22 6-08.AP6 23 Section 6-08, Bituminous Surfacing on Structure Decks 24 January 2, 2018

25 6-08.3(7)A Concrete Deck Preparation 26 The first sentence of the first paragraph is revised to read: 27 28 The Contractor, with the Engineer, shall inspect the exposed concrete deck to establish 29 the extent of bridge deck repair in accordance with Section 6-09.3(6). 30 31 6-09.AP6 32 Section 6-09, Modified Concrete Overlays 33 January 2, 2018

34 6-09.3 Construction Requirements 35 This section is supplemented with the following new subsection: 36 37 6-09.3(15) Sealing and Texturing Concrete Overlay 38 After the requirements for checking for bond have been met, all joints and visible cracks 39 shall be filled and sealed with a high molecular weight methacrylate resin (HMWM). The 40 Contractor may use compressed air to accelerate drying of the deck surface for crack 41 identification and sealing. Cracks 1⁄16 inch and greater in width shall receive two 42 applications of HMWM. Immediately following the application of HMWM, the wetted 43 surface shall be coated with sand for abrasive finish. 44 45 After all cracks have been filled and sealed and the HMWM resin has cured, the 46 concrete overlay surface shall receive a longitudinally sawn texture in accordance with 47 Section 6-02.3(10)D5.

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 2 Traffic shall not be permitted on the finished concrete until it has reached a minimum 3 compressive strength of 3,000 psi as verified by rebound number determined in 4 accordance with ASTM C805 and the longitudinally sawn texture is completed. 5 6 6-09.3(1)B Rotary Milling Machines 7 This section is revised to read: 8 9 Rotary milling machines used to remove an upper layer of existing concrete overlay, 10 when present, shall have a maximum operating weight of 50,000 pounds and conform 11 to Section 6-08.3(5)B. 12 13 6-09.3(1)C Hydro-Demolition Machines 14 The first sentence of this section is revised to read: 15 16 Hydro-demolition machines shall consist of filtering and pumping units operating in 17 conjunction with a remote-controlled robotic device, using high-velocity water jets to 18 remove sound concrete to the nominal scarification depth shown in the Plans with a 19 single pass of the machine, and with the simultaneous removal of deteriorated concrete. 20 21 6-09.3(1)D Shot Blasting Machines 22 This section, including title, is revised to read: 23 24 6-09.3(1)D Vacant 25 26 6-09.3(2) Submittals 27 Item number 1 and 2 are revised to read: 28 29 1. A Type 1 Working Drawing consisting of catalog cuts and operating parameters of 30 the hydro-demolition machine selected by the Contractor for use in this project to 31 scarify concrete surfaces. 32 33 2. A Type 1 Working Drawing consisting of catalog cuts, operating parameters, axle 34 loads, and axle spacing of the rotary milling machine (if used to remove an upper 35 layer of existing concrete overlay when present). 36 37 The first sentence of item number 3 is revised to read: 38 39 A Type 2 Working Drawing of the Runoff Water Disposal Plan. 40 41 6-09.3(5)A General 42 The first sentence of the fourth paragraph is revised to read: 43 44 All areas of the deck that are inaccessible to the selected scarifying machine shall be 45 scarified to remove the concrete surface matrix to a maximum nominal scarification 46 depth shown in the Plans by a method acceptable to the Engineer. 47 48 This section is supplemented with the following: 49 50 Concrete process water generated by scarifying concrete surface and removing existing 51 concrete overlay operations shall be contained, collected, and disposed of in

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 accordance with Section 5-01.3(11) and Section 6-09.3(5)C, and the Section 6-09.3(2) 2 Runoff Water Disposal Plan. 3 4 6-09.3(5)B Testing of Hydro-Demolition and Shot Blasting Machines 5 This section’s title is revised to read: 6 7 Testing of Hydro-Demolition Machines 8 9 The second paragraph is revised to read: 10 11 In the “sound” area of concrete, the equipment shall be programmed to remove 12 concrete to the nominal scarification depth shown in the Plans with a single pass of the 13 machine. 14 15 6-09.3(5)D Shot Blasting 16 This section, including title, is revised to read: 17 18 6-09.3(5)D Vacant 19 20 6-09.3(5)E Rotomilling 21 This section, including title, is revised to read: 22 23 6-09.3(5)E Removing Existing Concrete Overlay Layer by Rotomilling 24 When the Contractor elects to remove the upper layer of existing concrete overlay, 25 when present, by rotomilling prior to final scarifying, the entire concrete surface of the 26 bridge deck shall be milled to remove the surface matrix to the depth specified in the 27 Plans with a tolerance as specified in Section 6-08.3(5)B. The operating parameters of 28 the rotary milling machine shall be monitored in order to prevent the unnecessary 29 removal of concrete below the specified removal depth. 30 31 6-09.3(6) Further Deck Preparation 32 The first paragraph is revised to read:: 33 34 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the 35 Contractor, with the Engineer, shall perform a visual inspection of the scarified surface. 36 The Contractor shall mark those areas of the existing bridge deck that are authorized by 37 the Engineer for further deck preparation by the Contractor. 38 39 Item number 4 of the second paragraph is deleted. 40 41 The first sentence of the third paragraph is deleted. 42 43 6-09.3(6)A Equipment for Further Deck Preparation 44 This section is revised to read: 45 46 Further deck preparation shall be performed using either power driven hand tools 47 conforming to Section 6-09.3(1)A, or hydro-demolition machines conforming to Section 48 6-09.3(1)C. 49 50 6-09.3(6)B Deck Repair Preparation 51 The second paragraph is deleted. 52

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 The last sentence of the second paragraph (after the preceding Amendment is applied) is 2 revised to read: 3 4 In no case shall the depth of a sawn vertical cut exceed ¾ inch or to the top of the top 5 steel reinforcing bars, whichever is less. 6 7 The first sentence of the third to last paragraph is revised to read: 8 9 Where existing steel reinforcing bars inside deck repair areas show deterioration greater 10 than 20-percent section loss, the Contractor shall furnish and place steel reinforcing 11 bars alongside the deteriorated bars in accordance with the details shown in the 12 Standard Plans. 13 14 The last paragraph is deleted. 15 16 6-09.3(7) Surface Preparation for Concrete Overlay 17 The first seven paragraphs are deleted and replaced with the following: 18 19 Following the completion of any required further deck preparation the entire lane or strip 20 being overlaid shall be cleaned to be free from oil and grease, rust and other foreign 21 material that may still be present. These materials shall be removed by detergent- 22 cleaning or other method accepted by the Engineer followed by sandblasting. 23 24 After detergent cleaning and sandblasting is completed, the entire lane or strip being 25 overlaid shall be swept clean in final preparation for placing concrete using either 26 compressed air or vacuum machines. 27 28 Hand tool chipping, sandblasting and cleaning in areas adjacent to a lane or strip being 29 cleaned in final preparation for placing concrete shall be discontinued when final 30 preparation is begun. Scarifying and hand tool chipping shall remain suspended until 31 the concrete has been placed and the requirement for curing time has been satisfied. 32 Sandblasting and cleaning shall remain suspended for the first 24 hours of curing time 33 after the completion of concrete placing. 34 35 Scarification, and removal of the upper layer of concrete overlay when present, may 36 proceed during the final cleaning and overlay placement phases of the Work on 37 adjacent portions of the Structure so long as the scarification and concrete overlay 38 removal operations are confined to areas which are a minimum of 100 feet away from 39 the defined limits of the final cleaning or overlay placement in progress. If the 40 scarification and concrete overlay removal impedes or interferes in any way with the 41 final cleaning or overlay placement as determined by the Engineer, the scarification and 42 concrete overlay removal Work shall be terminated immediately and the scarification 43 and concrete overlay removal equipment removed sufficiently away from the area being 44 prepared or overlaid to eliminate the conflict. If the grade is such that water and 45 contaminants from the scarification and concrete overlay removal operation will flow into 46 the area being prepared or overlaid, the scarification and concrete overlay removal 47 operation shall be terminated and shall remain suspended for the first 24 hours of curing 48 time after the completion of concrete placement. 49 50 6-09.3(12) Finishing Concrete Overlay 51 The third paragraph is deleted. 52

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 The last paragraph is deleted. 2 3 6-09.3(13) Curing Concrete Overlay 4 The first sentence of the first paragraph is revised to read: 5 6 As the finishing operation progresses, the concrete shall be immediately covered with a 7 single layer of clean, new or used, wet burlap. 8 9 The last sentence of the second paragraph is deleted. 10 11 The following two new paragraphs are inserted after the second paragraph: 12 13 As an alternative to the application of burlap and fog spraying described above, the 14 Contractor may propose a curing system using proprietary curing blankets specifically 15 manufactured for bridge deck curing. The Contractor shall submit a Type 2 Working 16 Drawing consisting of details of the proprietary curing blanket system, including product 17 literature and details of how the system is to be installed and maintained. 18 19 The wet curing regimen as described shall remain in place for a minimum of 42-hours. 20 21 The last paragraph is deleted. 22 23 6-09.3(14) Checking for Bond 24 The first sentence of the first paragraph is revised to read: 25 26 After the requirements for curing have been met, the entire overlaid surface shall be 27 sounded by the Contractor, in a manner accepted by and in the presence of the 28 Engineer, to ensure total bond of the concrete to the bridge deck. 29 30 The last sentence of the first paragraph is deleted. 31 32 The second paragraph is deleted. 33 34 6-10.AP6 35 Section 6-10, Concrete Barrier 36 April 2, 2018

37 6-10.2 Materials 38 In the first paragraph, the reference to “Portland Cement” is revised to read: 39 40 Cement 9-01 41 42 6-11.AP6 43 Section 6-11, Reinforced Concrete Walls 44 April 2, 2018

45 6-11.2 Materials 46 In the first paragraph, the reference to “Aggregates for Portland Cement Concrete” is revised 47 to read: 48 49 Aggregates for Concrete 9-03.1 50

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 6-12.AP6 2 Section 6-12, Noise Barrier Walls 3 April 2, 2018

4 6-12.2 Materials 5 In the first paragraph, the reference to “Aggregates for Portland Cement Concrete” is revised 6 to read: 7 8 Aggregates for Concrete 9-03.1 9 10 6-13.AP6 11 Section 6-13, Structural Earth Walls 12 April 2, 2018

13 6-13.2 Materials 14 In the first paragraph, the reference to “Aggregates for Portland Cement Concrete” is revised 15 to read: 16 17 Aggregates for Concrete 9-03.1 18 19 6-14.AP6 20 Section 6-14, Geosynthetic Retaining Walls 21 April 2, 2018

22 6-14.2 Materials 23 In the first paragraph, the references to “Portland Cement” and “Aggregates for Portland 24 Cement Concrete” are revised to read: 25 26 Cement 9-01 27 Aggregates for Concrete 9-03.1 28 29 6-16.AP6 30 Section 6-16, Soldier Pile and Soldier Pile Tieback Walls 31 April 2, 2018

32 6-16.2 Materials 33 In the first paragraph, the reference to “Aggregates for Portland Cement Concrete” is revised 34 to read: 35 36 Aggregates for Concrete 9-03.1 37 38 6-18.AP6 39 Section 6-18, Shotcrete Facing 40 January 2, 2018

41 6-18.3(3) Testing 42 In the last sentence of the first paragraph, “AASHTO T 24” is revised to read “ASTM C1604”. 43 44 6-18.3(3)B Production Testing 45 In the last sentence, “AASHTO T 24” is revised to read “ASTM C1604”. 46

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 6-18.3(4) Qualifications of Contractor’s Personnel 2 In the last sentence of the second paragraph, “AASHTO T 24” is revised to read “ASTM 3 C1604”. 4 5 6-19.AP6 6 Section 6-19, Shafts 7 April 2, 2018

8 6-19.2 Materials 9 In the first paragraph, the references to “Portland Cement” and “Aggregates for Portland 10 Cement Concrete” are revised to read: 11 12 Cement 9-01 13 Aggregates for Concrete 9-03.1 14 15 6-19.3(3)C Conduct of Shaft Casing Installation and Removal and Shaft 16 Excavation Operations 17 The first paragraph is supplemented with the following: 18 19 In no case shall shaft excavation and casing placement extend below the bottom of 20 shaft excavation as shown in the Plans. 21 22 6-19.3(6)E Thermal Wire and Thermal Access Point (TAPS) 23 The third sentence of the third paragraph is revised to read: 24 25 The thermal wire shall extend from the bottom of the reinforcement cage to the top of 26 the shaft, with a minimum of 5-feet of slack wire provided above the top of shaft. 27 28 The following new sentence is inserted after the third sentence of the third paragraph: 29 30 All thermal wires in a shaft shall be equal lengths. 31 32 7-02.AP7 33 Section 7-02, Culverts 34 April 2, 2018

35 7-02.2 Materials 36 In the first paragraph, the references to “Portland Cement” and “Aggregates for Portland 37 Cement Concrete” are revised to read: 38 39 Cement 9-01 40 Aggregates for Concrete 9-03.1 41 42 7-02.3(6)A4 Excavation and Bedding Preparation 43 The first sentence of the third paragraph is revised to read: 44 45 The bedding course shall be a 6-inch minimum thickness layer of culvert bedding 46 material, defined as granular material either conforming to Section 9-03.12(3) or to 47 AASHTO Grading No. 57 as specified in Section 9-03.1(4)C. 48

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 7-08.AP7 2 Section 7-08, General Pipe Installation Requirements 3 April 2, 2018

4 7-08.3(3) Backfilling 5 The fifth sentence of the fourth paragraph is revised to read: 6 7 All compaction shall be in accordance with the Compaction Control Test of Section 2- 8 03.3(14)D except in the case that 100% Recycled Concrete Aggregate is used. 9 10 The following new sentences are inserted after the fifth sentence of the fourth paragraph: 11 12 When 100% Recycled Concrete Aggregate is used, the Contractor may submit a written 13 request to use a test point evaluation for compaction acceptance. Test Point evaluation 14 shall be performed in accordance with SOP 738. 15 16 8-01.AP8 17 Section 8-01, Erosion Control and Water Pollution Control 18 April 2, 2018

19 8-01.1 Description 20 This section is revised to read: 21 22 This Work consists of furnishing, installing, maintaining, removing and disposing of best 23 management practices (BMPs), as defined in the Washington Administrative Code 24 (WAC) 173-201A, to manage erosion and water quality in accordance with these 25 Specifications and as shown in the Plans or as designated by the Engineer. 26 27 The Contracting Agency may have a National Pollution Discharge Elimination System 28 Construction Stormwater General Permit (CSWGP) as identified in the Contract Special 29 Provisions. The Contracting Agency may or may not transfer coverage of the CSWGP 30 to the Contractor when a CSWGP has been obtained. The Contracting Agency may not 31 have a CSWGP for the project but may have another water quality related permit as 32 identified in the Contract Special Provisions or the Contracting Agency may not have 33 water quality related permits but the project is subject to applicable laws for the Work. 34 Section 8-01 covers all of these conditions. 35 36 8-01.2 Materials 37 The first paragraph is revised to read: 38 39 Materials shall meet the requirements of the following sections: 40 41 Corrugated Polyethylene Drain Pipe 9-05.1(6) 42 Quarry Spalls 9-13 43 Erosion Control and Roadside Planting 9-14 44 Construction Geotextile 9-33 45 46 8-01.3(1) General 47 This section is revised to read: 48 49 Adaptive management shall be employed throughout the duration of the project for the 50 implementation of erosion and water pollution control permit requirements for the

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 current condition of the project site. The adaptive management includes the selection 2 and utilization of BMPs, scheduling of activities, prohibiting unacceptable practices, 3 implementing maintenance procedures, and other managerial practices that when used 4 singularly or in combination, prevent or reduce the release of pollutants to waters of the 5 State. The adaptive management shall use the means and methods identified in this 6 section and means and methods identified in the Washington State Department of 7 Transportation’s Temporary Erosion and Sediment Control Manual or the Washington 8 State Department of Ecology’s Stormwater Management Manuals for construction 9 stormwater. 10 11 The Contractor shall install a high visibility fence along the site preservation lines shown 12 in the Plans or as instructed by the Engineer. 13 14 Throughout the life of the project, the Contractor shall preserve and protect the 15 delineated preservation area, acting immediately to repair or restore any fencing 16 damaged or removed. 17 18 All discharges to surface waters shall comply with surface water quality standards as 19 defined in Washington Administrative Code (WAC) Chapter 173-201A. All discharges to 20 the ground shall comply with groundwater quality standards WAC Chapter 173-200. 21 22 The Contractor shall comply with the CSWGP when the project is covered by the 23 CSWGP. Temporary Work, at a minimum, shall include the implementation of: 24 25 1. Sediment control measures prior to ground disturbing activities to ensure all 26 discharges from construction areas receive treatment prior to discharging from 27 the site. 28 29 2. Flow control measures to prevent erosive flows from developing. 30 31 3. Water management strategies and pollution prevention measures to prevent 32 contamination of waters that will be discharged to surface waters or the 33 ground. 34 35 4. Erosion control measures to stabilize erodible earth not being worked. 36 37 5. Maintenance of BMPs to ensure continued compliant performance. 38 39 6. Immediate corrective action if evidence suggests construction activity is not in 40 compliance. Evidence includes sampling data, olfactory or visual evidence 41 such as the presence of suspended sediment, turbidity, discoloration, or oil 42 sheen in discharges. 43 44 To the degree possible, the Contractor shall coordinate this temporary Work with 45 permanent drainage and erosion control Work the Contract requires. 46 47 Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose 48 more erodible earth than as listed below: 49 Western Washington Eastern Washington (West of the Cascade (East of the Cascade Mountain Crest) Mountain Crest)

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 May 1 through April 1 through 17 Acres 17 Acres September 30 October 31 October 1 November 1 through April 5 Acres through March 5 Acres 30 31 1 2 The Engineer may increase or decrease the limits based on project conditions. 3 4 Erodible earth is defined as any surface where soils, grindings, or other materials may 5 be capable of being displaced and transported by rain, wind, or surface water runoff. 6 7 Erodible earth not being worked, whether at final grade or not, shall be covered within 8 the specified time period (see the table below), using BMPs for erosion control. 9 Western Washington Eastern Washington (West of the Cascade (East of the Cascade Mountain Crest) Mountain Crest) October 1 October 1 2 days 5 days through April through June maximum maximum 30 30 November 1 May 1 to 7 days 10 days through March September 30 maximum maximum 31 10 11 When applicable, the Contractor shall be responsible for all Work required for 12 compliance with the CSWGP including annual permit fees. 13 14 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall 15 continue to comply with this division during the suspension. 16 17 Nothing in this Section shall relieve the Contractor from complying with other Contract 18 requirements. 19 20 8-01.3(1)A Submittals 21 This section’s content is deleted. 22 23 This section is supplemented with the following new subsection: 24 25 8-01.3(1)A1 Temporary Erosion and Sediment Control 26 A Temporary Erosion and Sediment Control (TESC) plan consists of a narrative section 27 and plan sheets that meets the Washington State Department of Ecology’s Stormwater 28 Pollution Prevention Plan (SWPPP) requirement in the CSWGP. Abbreviated TESC 29 plans are not required to include plan sheets and are used on small projects that disturb 30 soil and have the potential to discharge but are not covered by the CSWGP. The 31 contract uses the term “TESC plan” to describe both TESC plans and abbreviated 32 TESC plans. When the Contracting Agency has developed a TESC plan for a Contract, 33 the narrative is included in the appendix to the Special Provisions and the TESC plan 34 sheets, when required, are included in the Contract Plans. The Contracting Agency 35 TESC plan will not include off-site areas used to directly support construction activity. 36 37 The Contractor shall either adopt the TESC Plan in the Contract or develop a new 38 TESC Plan. If the Contractor adopts the Contracting Agency TESC Plan, the Contractor

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 shall modify the TESC Plan to meet the Contractor’s schedule, method of construction, 2 and to include off-site areas that will be used to directly support construction activity 3 such as equipment staging yards, material storage areas, or borrow areas. Contractor 4 TESC Plans shall include all high visibility fence delineation shown on the Contracting 5 Agency Contract Plans. All TESC Plans shall meet the requirements of the current 6 edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be 7 adaptively managed as needed throughout construction based on site inspections and 8 discharge samples to maintain compliance with the CSWGP. The Contractor shall 9 develop a schedule for implementation of the TESC work and incorporate it into the 10 Contractor’s progress schedule. 11 12 The Contractor shall submit their TESC Plan (either the adopted plan or new plan) and 13 implementation schedule as Type 2 Working Drawings. At the request of the Engineer, 14 updated TESC Plans shall be submitted as Type 1 Working Drawings. 15 16 8-01.3(1)B Erosion and Sediment Control (ESC) 17 This section is revised to read: 18 19 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the 20 TESC Plan. The ESC Lead shall have, for the life of the Contract, a current Certificate 21 of Training in Construction Site Erosion and Sediment Control from a course approved 22 by the Washington State Department of Ecology. The ESC Lead must be onsite or on 23 call at all times throughout construction. The ESC Lead shall be listed on the 24 Emergency Contact List required under Section 1-05.13(1). 25 26 The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not 27 limited to: 28 29 1. Installing, adaptively managing, and maintaining temporary erosion and 30 sediment control BMPs to assure continued performance of their intended 31 function. Damaged or inadequate BMPs shall be corrected immediately. 32 33 2. Updating the TESC Plan to reflect current field conditions. 34 35 3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs) to 36 the Washington State Department of Ecology in accordance with the CSWGP. 37 38 4. Develop and maintain the Site Log Book as defined in the CSWGP. When the 39 Site Log Book or portion thereof is electronically developed, the electronic 40 documentation must be accessible onsite. As a part of the Site Log Book, the 41 Contractor shall develop and maintain a tracking table to show that identified 42 TESC compliance issues are fully resolved within 10 calendar days. The table 43 shall include the date an issue was identified, a description of how it was 44 resolved, and the date the issue was fully resolved. 45 46 The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site 47 erosion and sediment control BMPs, and all stormwater discharge points at least once 48 every calendar week and within 24-hours of runoff events in which stormwater 49 discharges from the site. Inspections of temporarily stabilized, inactive sites may be 50 reduced to once every calendar month. The Washington State Department of Ecology’s 51 Erosion and Sediment Control Site Inspection Form, located at 52 https://ecology.wa.gov/Regulations-Permits/Permits-certifications/Stormwater-general-

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 permits/Construction-stormwater-permit, shall be completed for each inspection and a 2 copy shall be submitted to the Engineer no later than the end of the next working day 3 following the inspection. 4 5 8-01.3(1)C Water Management 6 This section is supplemented with the following new subsections: 7 8 8-01.3(1)C5 Water Management for In-Water Work Below Ordinary High Water 9 Mark (OHWM) 10 Work over surface waters of the state (defined in WAC 173-201A-010) or below the 11 OHWM (defined in RCW 90.58.030) must comply with water quality standards for 12 surface waters of the state of Washington. 13 14 8-01.3(1)C6 Environmentally Acceptable Hydraulic Fluid 15 All equipment containing hydraulic fluid that extends from a bridge deck over surface 16 waters of the state or below the OHWM, shall be equipped with an environmentally 17 acceptable hydraulic fluid. The fluid shall meet specific requirements for 18 biodegradability, aquatic toxicity, and bioaccumulation in accordance with the United 19 States Environmental Protection Agency (EPA) publication EPA800-R-11-002. 20 Acceptance shall be in accordance with Section 1-06.3, Manufacturer’s Certification of 21 Compliance. 22 23 The designation of environmentally acceptable hydraulic fluid does not mean fluid spills 24 are acceptable. The Contractor shall respond to spills to land or water in accordance 25 with the Contract. 26 27 8-01.3(1)C7 Turbidity Curtain 28 All Work for the turbidity curtain shall be in accordance with the manufacturer’s 29 recommendations for the site conditions. Removal procedures shall be developed and 30 used to minimize silt release and disturbance of silt. The Contractor shall submit a Type 31 2 Working Drawing, detailing product information, installation and removal procedures, 32 equipment and workforce needs, maintenance plans, and emergency 33 repair/replacement plans. 34 35 Turbidity curtain materials, installation, and maintenance shall be sufficient to comply 36 with water quality standards. 37 38 The Contractor shall notify the Engineer 10 days in advance of removing the turbidity 39 curtain. All components of the turbidity curtain shall be removed from the project. 40 41 8-01.3(1)C1 Disposal of Dewatering Water 42 This section is revised to read: 43 44 When uncontaminated groundwater is encountered in an excavation on a project it may 45 be infiltrated within vegetated areas of the right of way not designated as Sensitive 46 Areas or incorporated into an existing stormwater conveyance system at a rate that will 47 not cause erosion or flooding in any receiving surface water. 48 49 Alternatively, the Contractor may pursue independent disposal and treatment 50 alternatives that do not use the stormwater conveyance system provided it is in 51 compliance with the applicable WACs and permits. 52

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 8-01.3(1)C2 Process Wastewater 2 This section is revised to read: 3 4 Wastewater generated on-site as a byproduct of a construction process shall not be 5 discharged to surface waters of the State. Some sources of process wastewater may be 6 infiltrated in accordance with the CSWGP with concurrence from the Engineer. Some 7 sources of process wastewater may be disposed via independent disposal and 8 treatment alternatives in compliance with the applicable WACs and permits. 9 10 8-01.3(1)C3 Shaft Drilling Slurry Wastewater 11 This section is revised to read: 12 13 Wastewater generated on-site during shaft drilling activity shall be managed and 14 disposed of in accordance with the requirements below. No shaft drilling slurry 15 wastewater shall be discharged to surface waters of the State. Neither the sediment nor 16 liquid portions of the shaft drilling slurry wastewater shall be contaminated, as 17 detectable by visible or olfactory indication (e.g., chemical sheen or smell). 18 19 1. Water-only shaft drilling slurry or water slurry with accepted flocculants may be 20 infiltrated on-site. Flocculants used shall meet the requirements of Section 9- 21 14.5(1) or shall be chitosan products listed as General Use Level Designation 22 (GULD) on the Washington State Department of Ecology’s stormwater 23 treatment technologies webpage for construction treatment. Infiltration is 24 permitted if the following requirements are met: 25 26 a. Wastewater shall have a pH of 6.5 – 8.5 prior to discharge. 27 28 b. The amount of flocculant added to the slurry shall be kept to the minimum 29 needed to adequately settle out solids. The flocculant shall be thoroughly 30 mixed into the slurry. 31 32 c. The slurry removed from the shaft shall be contained in a leak proof cell or 33 tank for a minimum of 3 hours. 34 35 d. The infiltration rate shall be reduced if needed to prevent wastewater from 36 leaving the infiltration location. The infiltration site shall be monitored 37 regularly during infiltration activity. All wastewater discharged to the 38 ground shall fully infiltrate and discharges shall stop before the end of 39 each work day. 40 41 e. Drilling spoils and settled sediments remaining in the containment cell or 42 tank shall be disposed of in accordance with Section 6-19.3(4)F. 43 44 f. Infiltration locations shall be in upland areas at least 150 feet away from 45 surface waters, wells, on-site sewage systems, aquifer sensitive recharge 46 areas, sole source aquifers, well head protection areas, and shall be 47 marked on the plan sheets before the infiltration activity begins. 48 49 g. Prior to infiltration, the Contractor shall submit a Shaft Drilling Slurry 50 Wastewater Management and Infiltration Plan as a Type 2 Working 51 Drawing. This Plan shall be kept on-site, adapted if needed to meet the 52 construction requirements, and updated to reflect what is being done in

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 the field. The Working Drawing shall include, at a minimum, the following 2 information: 3 4 i. Plan sheet showing the proposed infiltration location and all surface 5 waters, wells, on-site sewage systems, aquifer-sensitive recharge 6 areas, sole source aquifers, and well-head protection areas within 7 150 feet. 8 9 ii. The proposed elevation of soil surface receiving the wastewater for 10 infiltration and the anticipated phreatic surface (i.e., saturated soil). 11 12 iii. The source of the water used to produce the slurry. 13 14 iv. The estimated total volume of wastewater to be infiltrated. 15 16 v. The accepted flocculant to be used (if any). 17 18 vi. The controls or methods used to prevent surface wastewater runoff 19 from leaving the infiltration location. 20 21 vii. The strategy for removing slurry wastewater from the shaft and 22 containing the slurry wastewater once it has been removed from the 23 shaft. 24 25 viii. The strategy for monitoring infiltration activity and adapting methods 26 to ensure compliance. 27 28 ix. A contingency plan that can be implemented immediately if it 29 becomes evident that the controls in place or methods being used are 30 not adequate. 31 32 x. The strategy for cleaning up the infiltration location after the infiltration 33 activity is done. Cleanup shall include stabilizing any loose sediment 34 on the surface within the infiltration area generated as a byproduct of 35 suspended solids in the infiltrated wastewater or soil disturbance 36 associated with BMP placement and removal. 37 38 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives 39 not allowed for infiltration shall be contained and disposed of by the Contractor 40 at an accepted disposal facility in accordance with Section 2-03.3(7)C. Spoils 41 that have come into contact with mineral slurry shall be disposed of in 42 accordance with Section 6-19.3(4)F. 43 44 8-01.3(1)C4 Management of Off-Site Water 45 This section is revised to read: 46 47 Prior to clearing and grubbing, the Contractor shall intercept all sources of off-site 48 surface water and overland flow that will run-on to the project. Off-site surface water 49 run-on shall be diverted through or around the project in a way that does not introduce 50 construction related pollution. It shall be diverted to its preconstruction discharge 51 location in a manner that does not increase preconstruction flow rate and velocity and

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 protects contiguous properties and waterways from erosion. The Contractor shall submit 2 a Type 2 Working Drawing consisting of the method for performing this Work. 3 4 8-01.3(1)E Detention/Retention Pond Construction 5 This section is revised to read: 6 7 Whether permanent or temporary, ponds shall be constructed before beginning other 8 grading and excavation Work in the area that drains into that pond. Detention/retention 9 ponds may be constructed concurrently with grading and excavation when allowed by 10 the Engineer. Temporary conveyances shall be installed concurrently with grading in 11 accordance with the TESC Plan so that newly graded areas drain to the pond as they 12 are exposed. 13 14 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 15 In the table, the second column heading is revised to read: 16 17 Eastern Washington1 18 (East of the Cascade Mountain Crest) 19 20 Footnote 1 in the table is revised to read: 21 22 Seeding may be allowed outside these dates when allowed or directed by the Engineer. 23 24 8-01.3(5) Plastic Covering 25 The first sentence of the first paragraph is revised to read: 26 27 Erosion Control – Plastic coverings used to temporarily cover stockpiled materials, 28 slopes or bare soils shall be installed and maintained in a way that prevents water from 29 intruding under the plastic and prevents the plastic cover from being damaged by wind. 30 31 8-01.3(7) Stabilized Construction Entrance 32 The first paragraph is revised to read: 33 34 Temporary stabilized construction entrance shall be constructed in accordance with the 35 Standard Plans, prior to construction vehicles entering the roadway from locations that 36 generate sediment track out on the roadway. Material used for stabilized construction 37 entrance shall be free of extraneous materials that may cause or contribute to track out. 38 39 8-01.3(8) Street Cleaning 40 This section is revised to read: 41 42 Self-propelled pickup street sweepers shall be used to remove and collect dirt and other 43 debris from the Roadway. The street sweeper shall effectively collect these materials 44 and prevent them from being washed or blown off the Roadway or into waters of the 45 State. Street sweepers shall not generate fugitive dust and shall be designed and 46 operated in compliance with applicable air quality standards. Material collected by the 47 street sweeper shall be disposed of in accordance with Section 2-03.3(7)C. 48 49 When allowed by the Engineer, power broom sweepers may be used in non- 50 environmentally sensitive areas. The broom sweeper shall sweep dirt and other debris 51 from the roadway into the work area. The swept material shall be prevented from 52 entering or washing into waters of the State.

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 2 Street washing with water will require the concurrence of the Engineer. 3 4 8-01.3(12) Compost Socks 5 The first two sentences of the first paragraph are revised to read: 6 7 Compost socks are used to disperse flow and sediment. Compost socks shall be 8 installed as soon as construction will allow but before flow conditions create erosive 9 flows or discharges from the site. Compost socks shall be installed prior to any mulching 10 or compost placement. 11 12 8-01.3(13) Temporary Curb 13 The second to last sentence of the second paragraph is revised to read: 14 15 Temporary curbs shall be a minimum of 4 inches in height. 16 17 8-01.3(14) Temporary Pipe Slope Drain 18 The third and fourth paragraphs are revised to read: 19 20 The pipe fittings shall be water tight and the pipe secured to the slope with metal posts, 21 wood stakes, sand bags, or as allowed by the Engineer. 22 23 The water shall be discharged to a stabilized conveyance, sediment trap, stormwater 24 pond, rock splash pad, or vegetated strip, in a manner to prevent erosion and maintain 25 water quality compliance. 26 27 The last paragraph is deleted. 28 29 8-01.3(15) Maintenance 30 This section is revised to read: 31 32 Erosion and sediment control BMPs shall be maintained or adaptively managed as 33 required by the CSWGP until the Engineer determines they are no longer needed. 34 When deficiencies in functional performance are identified, the deficiencies shall be 35 rectified immediately. 36 37 The BMPs shall be inspected on the schedule outlined in Section 8-01.3(1)B for 38 damage and sediment deposits. Damage to or undercutting of BMPs shall be repaired 39 immediately. 40 41 In areas where the Contractor’s activities have compromised the erosion control 42 functions of the existing grasses, the Contractor shall overseed at no additional cost to 43 the Contracting Agency. 44 45 The quarry spalls of construction entrances shall be refreshed, replaced, or screened to 46 maintain voids between the spalls for collecting mud and dirt. 47 48 Unless otherwise specified, when the depth of accumulated sediment and 49 debris reaches approximately ⅓ the height of the BMP the deposits shall be removed. 50 Debris or contaminated sediment shall be disposed of in accordance with Section 2- 51 03.3(7)C. Clean sediments may be stabilized on-site using BMPs as allowed by the 52 Engineer.

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 2 8-01.3(16) Removal 3 This section is revised to read: 4 5 The Contractor shall remove all temporary BMPs, all associated hardware and 6 associated accumulated sediment deposition from the project limits prior to Physical 7 Completion unless otherwise allowed by the Engineer. When the temporary BMP 8 materials are made of natural plant fibers unaltered by synthetic materials the Engineer 9 may allow leaving the BMP in place. 10 11 The Contractor shall remove BMPs and associated hardware in a way that minimizes 12 soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil 13 after removal of BMPs. If the installation and use of the erosion control BMPs have 14 compacted or otherwise rendered the soil inhospitable to plant growth, such as 15 construction entrances, the Contractor shall take measures to rehabilitate the soil to 16 facilitate plant growth. This may include, but is not limited to, ripping the soil, 17 incorporating soil amendments, or seeding with the specified seed. 18 19 At the request of the Contractor and at the sole discretion of the Engineer the CSWGP 20 may be transferred back to the Contracting Agency. Approval of the Transfer of 21 Coverage request will require the following: 22 23 1. All other Work required for Contract Completion has been completed. 24 25 2. All Work required for compliance with the CSWGP has been completed to the 26 maximum extent possible. This includes removal of BMPs that are no longer 27 needed and the site has undergone all Stabilization identified for meeting the 28 requirements of Final Stabilization in the CSWGP. 29 30 3. An Equitable Adjustment change order for the cost of Work that has not been 31 completed by the Contractor. 32 33 4. Submittal of the Washington State Department of Ecology Transfer of 34 Coverage form (Ecology form ECY 020-87a) to the Engineer. 35 36 If the Engineer approves the transfer of coverage back to the Contracting Agency, the 37 requirement in Section 1-07.5(3) for the Contractor’s submittal of the Notice of 38 Termination form to the Washington State Department of Ecology will not apply. 39 40 8-01.4 Measurement 41 This section’s content is deleted and replaced with the following new subsections: 42 43 8-01.4(1) Lump Sum Bid for Project (No Unit Items) 44 When the Bid Proposal contains the item “Erosion Control and Water Pollution 45 Prevention” there will be no measurement of unit or force account items for Work 46 defined in Section 8-01 except as described in Sections 8-01.4(3) and 8-01.4(4). Also, 47 except as described in Section 8-01.4(3), all of Sections 8-01.4(2) and 8-01.5(2) are 48 deleted. 49

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 8-01.4(2) Item Bids 2 When the Proposal does not contain the items “Erosion Control and Water Pollution 3 Prevention”, Section 8-01.4(1) and 8-01.5(1) are deleted and the Bid Proposal will 4 contain some or all of the following items measured as noted. 5 6 ESC lead will be measured per day for each day that an inspection is made and a 7 report is filed. 8 9 Biodegradable erosion control blanket and plastic covering will be measured by the 10 square yard along the ground slope line of surface area covered and accepted. 11 12 Turbidity curtains will be measured by the linear foot along the ground line of the 13 installed curtain. 14 15 Check dams will be measured per linear foot one time only along the ground line of 16 the completed check dam. No additional measurement will be made for check 17 dams that are required to be rehabilitated or replaced due to wear. 18 19 Stabilized construction entrances will be measured by the square yard by ground 20 slope measurement for each entrance constructed. 21 22 Tire wash facilities will be measured per each for each tire wash installed. 23 24 Street cleaning will be measured by the hour for the actual time spent cleaning 25 pavement, refilling with water, dumping and transport to and from cleaning 26 locations within the project limits, as authorized by the Engineer. Time to mobilize 27 the equipment to or from the project limits on which street cleaning is required will 28 not be measured. 29 30 Inlet protections will be measured per each for each initial installation at a 31 drainage structure. 32 33 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by 34 the linear foot along the ground line of the completed barrier. 35 36 Wattles and compost socks will be measured by the linear foot. 37 38 Temporary curbs will be measured by the linear foot along the ground line of the 39 completed installation. 40 41 Temporary pipe slope drains will be measured by the linear foot along the flow line 42 of the pipe. 43 44 Coir logs will be measured by the linear foot along the ground line of the completed 45 installation. 46 47 Outlet protections will be measured per each initial installation at an outlet location. 48 49 Tackifiers will be measure by the acre by ground slope measurement. 50

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 8-01.4(3) Reinstating Unit Items with Lump Sum Erosion Control and Water 2 Pollution Prevention 3 The Contract Provisions may establish the project as lump sum, in accordance with 4 Section 8-01.4(1) and also include one or more of the items included above in Section 5 8-01.4(2). When that occurs, the corresponding measurement provision in Section 8- 6 01.4(2) is not deleted and the Work under that item will be measured as specified. 7 8 8-01.4(4) Items not included with Lump Sum Erosion Control and Water Pollution 9 Prevention 10 Compost blanket will be measured by the square yard by ground slope surface area 11 covered and accepted. 12 13 Mulching will be measured by the acre by ground slope surface area covered and 14 accepted. 15 16 Seeding, fertilizing, liming, mulching, and mowing, will be measured by the acre by 17 ground slope measurement. 18 19 Seeding and fertilizing by hand will be measured by the square yard by ground slope 20 measurement. No adjustment in area size will be made for the vegetation free zone 21 around each plant. 22 23 Fencing will be measured by the linear foot along the ground line of the completed 24 fence. 25 26 8-01.5 Payment 27 This section’s content is deleted and replaced with the following new subsections: 28 29 8-01.5(1) Lump Sum Bid for Project (No Unit Items) 30 Payment will be made for the following Bid item when it is included in the Proposal: 31 32 “Erosion Control and Water Pollution Prevention”, lump sum. 33 34 The lump sum Contract price for “Erosion Control and Water Pollution Prevention” 35 shall be full pay to perform the Work as described in Section 8-01 except for costs 36 compensated by Bid Proposal items inserted through Contract Provisions as 37 described in Section 8-01.4(2). Progress payments for the lump sum item “Erosion 38 Control and Water Pollution Prevention” will be made as follows: 39 40 1. The Contracting Agency will pay 15 percent of the bid amount for the 41 initial set up for the item. Initial set up includes the following: 42 43 a. Acceptance of the TESC Plan provided by the Contracting Agency or 44 submittal of a new TESC Plan, 45 46 b. Submittal of a schedule for the installation of the BMPs, and 47 48 c. Identifying water quality sampling locations. 49 50 2. 70 percent of the bid amount will be paid in accordance with Section 1- 51 09.9. 52

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 3. Once the project is physically complete and copies of the all reports 2 submitted to the Washington State Department of Ecology have been 3 submitted to the Engineer, and, if applicable, transference of the CSWGP 4 back to the Contracting Agency is complete, the remaining 15 percent of 5 the bid amount shall be paid in accordance with Section 1-09.9. 6 7 8-01.5(2) Item Bids 8 “ESC Lead”, per day. 9 10 “Turbidity Curtain”, per linear foot. 11 12 “Biodegradable Erosion Control Blanket”, per square yard. 13 14 “Plastic Covering”, per square yard. 15 16 “Check Dam”, per linear foot. 17 18 “Inlet Protection”, per each. 19 20 “Gravel Filter Berm”, per linear foot. 21 22 “Stabilized Construction Entrance”, per square yard. 23 24 “Street Cleaning”, per hour. 25 26 “Silt Fence”, per linear foot. 27 28 “Wood Chip Berm”, per linear foot. 29 30 “Compost Berm”, per linear foot. 31 32 “Wattle”, per linear foot. 33 34 “Compost Sock”, per linear foot. 35 36 “Coir Log”, per linear foot. 37 38 “Temporary Curb”, per linear foot. 39 40 “Temporary Pipe Slope Drain”, per linear foot. 41 42 “Temporary Seeding”, per acre. 43 44 “Outlet Protection”, per each. 45 46 “Tackifier”, per acre. 47 48 “Erosion/Water Pollution Control”, by force account as provided in Section 1-09.6. 49 50 Maintenance and removal of erosion and water pollution control devices including 51 removal and disposal of sediment, stabilization and rehabilitation of soil disturbed 52 by these activities, and any additional Work deemed necessary by the Engineer to

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 control erosion and water pollution will be paid by force account in accordance with 2 Section 1-09.6. 3 4 To provide a common Proposal for all Bidders, the Contracting Agency has entered an 5 amount in the Proposal to become a part of the Contractor’s total Bid. 6 7 8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water 8 Pollution Prevention 9 The Contract may establish the project as lump sum, in accordance with Section 8- 10 01.4(1) and also reinstate the measurement of one or more of the items described in 11 Section 8-01.4(2), except for Erosion/Water Pollution Control, by force account. When 12 that occurs, the corresponding payment provision in Section 8-01.5(2) is not deleted 13 and the Work under that item will be paid as specified. 14 15 8-01.5(4) Items not included with Lump Sum Erosion Control and Water Pollution 16 Prevention 17 Payment will be made for each of the following Bid items when they are included in the 18 Proposal: 19 20 “Compost Blanket”, per square yard. 21 22 “Mulching”, per acre 23 24 “Mulching with PAM”, per acre 25 26 “Mulching with Short-Term Mulch”, per acre. 27 28 “Mulching with Moderate-Term Mulch”, per acre. 29 30 “Mulching with Long-Term Mulch”, per acre. 31 32 “Seeding, Fertilizing and Mulching”, per acre. 33 34 “Seeding and Fertilizing”, per acre. 35 36 “Seeding and Fertilizing by Hand”, per square yard. 37 38 “Second Application of Fertilizer”, per acre. 39 40 “Liming”, per acre. 41 42 “Mowing”, per acre. 43 44 “Seeding and Mulching”, per acre. 45 46 “High Visibility Fence”, per linear foot. 47

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 8-02.AP8 2 Section 8-02, Roadside Restoration 3 January 2, 2018

4 8-02.2 Materials 5 The reference to the material “Soil” is revised to read “Topsoil”. 6 7 8-02.5 Payment 8 The following new paragraph is inserted following the Bid item “Plant Selection ___”, per 9 each: 10 11 The unit Contract price for “Plant Selection ___”, per each shall be full pay for all Work 12 to perform the work as specified within the planting area prior to planting for weed 13 control, planting area preparation and installation of plants with initial watering. 14 15 The paragraph following the Bid item “PSIPE ___”, per each is revised to read: 16 17 The unit Contract price for “PSIPE ___”, per each, shall be full pay for all Work to 18 perform the work as specified within the planting area for weed control and planting 19 area preparation, planting, cleanup, and water necessary to complete planting 20 operations as specified to the end of first year plant establishment. 21 22 8-04.AP8 23 Section 8-04, Curbs, Gutters, and Spillways 24 April 2, 2018

25 8-04.2 Materials 26 In the first paragraph, the reference to “Portland Cement” is revised to read: 27 28 Cement 9-01 29 30 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 31 The first paragraph is supplemented with the following: 32 33 Roundabout truck apron cement concrete curb and gutter shall be constructed with air 34 entrained concrete Class 4000 conforming to the requirements of Section 6-02. 35 36 8-06.AP8 37 Section 8-06, Cement Concrete Driveway Entrances 38 April 2, 2018

39 8-06.2 Materials 40 In the first paragraph, the reference to “Portland Cement” is revised to read: 41 42 Cement 9-01 43 44 8-06.3 Construction Requirements 45 The first paragraph is revised to read: 46 47 Cement concrete driveway approaches shall be constructed with air entrained concrete 48 Class 4000 conforming to the requirements of Section 6-02 or Portland Cement or

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 Blended Hydraulic Cement Concrete Pavement conforming to the requirements of 2 Section 5-05. 3 4 8-07.AP8 5 Section 8-07, Curbs, Gutters, and Spillways 6 April 2, 2018

7 8-07.3(1) Installing Curbs 8 The first sentence of the first paragraph is revised to read: 9 10 The curb shall be firmly bedded for its entire length and breadth on a mortar bed 11 conforming to Section 9-20.4(3) composed of one part Portland cement or blended 12 hydraulic cement and two parts sand. 13 14 The fourth paragraph is revised to read: 15 16 All joints between adjacent pieces of curb except joints for expansion and/or drainage 17 as designated by the Engineer shall be filled with mortar composed of one part Portland 18 cement or blended hydraulic cement and two parts sand. 19 20 8-11.AP8 21 Section 8-11, Guardrail 22 April 2, 2018

23 8-11.3(1)C Terminal and Anchor Installation 24 The first sentence of the second to last paragraph is revised to read: 25 26 Assembly and installation of Beam Guardrail Non-flared Terminals for Type 31 guardrail 27 shall be supervised at all times by a manufacturer’s representative, or an installer who 28 has been trained and certified by the manufacturer. 29 30 The last paragraph is revised to read: 31 32 Beam Guardrail Non-flared Terminals for Type 31 guardrail shall meet the crash test 33 and evaluation criteria in the Manual for Assessing Safety Hardware (MASH). 34 35 8-11.4 Measurement 36 The third paragraph is revised to read: 37 38 Measurement of beam guardrail _____ terminal will be per each for the 39 completed terminal. 40 41 The fourth paragraph is revised to read: 42 43 Measurement of beam guardrail Type 31 buried terminal Type 2 will be per linear foot 44 for the completed terminal. 45 46 8-11.5 Payment 47 The Bid item “Beam Guardrail Buried Terminal Type 1”, per each is deleted from this 48 section. 49

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 The Bid item “Beam Guardrail Buried Terminal Type 2”, per linear foot and the following 2 paragraph are revised to read: 3 4 “Beam Guardrail Type 31 Buried Terminal Type 2”, per linear foot. 5 6 The unit Contract price per linear foot for “Beam Guardrail Type 31 Buried Terminal 7 Type 2” shall be full payment for all costs to obtain and provide materials and perform 8 the Work as described in Section 8-11.3(1)C. 9 10 8-14.AP8 11 Section 8-14, Cement Concrete Sidewalks 12 April 2, 2018

13 8-14.2 Materials 14 In the first paragraph, the reference to “Portland Cement” is revised to read: 15 16 Cement 9-01 17 18 In the second paragraph, each reference to “Federal Standard 595” is revised to read “SAE 19 AMS Standard 595”. 20 21 8-16.AP8 22 Section 8-16, Concrete Slope Protection 23 April 2, 2018

24 8-16.2 Materials 25 In the first paragraph, the last two material references are revised to read: 26 27 Poured Portland Cement or Blended Hydraulic Cement 28 Concrete Slope Protection 9-13.5(2) 29 Pneumatically Placed Portland Cement or Blended 30 Hydraulic Cement Concrete Slope Protection 9-13.5(3) 31 32 8-20.AP8 33 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation 34 Systems, and Electrical 35 April 2, 2018

36 8-20.1(1) Regulations and Code 37 The last paragraph is revised to read: 38 39 Persons performing electrical Work shall be certified in accordance with and supervised 40 as required by RCW 19.28.161. Proof of certification shall be worn at all times in 41 accordance with WAC 296-46B-942. Persons failing to meet these certification 42 requirements may not perform any electrical work, and shall stop any active electrical 43 work, until their certification is provided and worn in accordance with this Section. 44 45 8-20.2(2) Equipment List and Drawings 46 This section is renumbered: 47

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 8-20.2(1) Equipment List and Drawings 2 3 8-20.3(4) Foundations 4 The second sentence of the first paragraph is revised to read: 5 6 Concrete for Type II, III, IV, V, and CCTV signal standards and light standard 7 foundations shall be Class 4000P and does not require air entrainment. 8 9 8-20.3(5)A General 10 The last two sentences of the last paragraph is deleted. 11 12 This section is supplemented with the following: 13 14 All conduits shall include a pull tape with the equipment grounding conductor. The pull 15 tape shall be attached to the conduit near the end bell or grounded end bushing, or to 16 duct plugs or caps if present, at both ends of the conduit. 17 18 8-20.3(8) Wiring 19 The seventeenth paragraph is supplemented with the following: 20 21 Pulling tape shall meet the requirements of Section 9-29.1(10). Pull string may not be 22 used. 23 24 8-21.AP8 25 Section 8-21, Permanent Signing 26 January 2, 2018

27 8-21.3(9)F Foundations 28 Item number 3 of the twelfth paragraph is supplemented with the following new sentence: 29 30 Class 4000P concrete for roadside sign structures does not require air entrainment. 31 32 9-02.AP9 33 Section 9-02, Bituminous Materials 34 April 2, 2018

35 9-02.1 Asphalt Material, General 36 The second paragraph is revised to read: 37 38 The Asphalt Supplier of Performance Graded (PG) asphalt binder and emulsified 39 asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 40 “Standard Practice for Asphalt Suppliers That Certify Performance Graded and 41 Emulsified Asphalts”. The Asphalt Supplier’s QCP shall be submitted and receive the 42 acceptance of the WSDOT State Materials Laboratory. Once accepted, any change to 43 the QCP will require a new QCP to be submitted for acceptance. The Asphalt Supplier 44 of PG asphalt binder and emulsified asphalt shall certify through the Bill of Lading that 45 the PG asphalt binder or emulsified asphalt meets the Specification requirements of the 46 Contract. 47 48 9-02.1(4) Performance Graded Asphalt Binder (PGAB) 49 This section’s title is revised to read:

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 2 Performance Graded (PG) Asphalt Binder 3 4 The first paragraph is revised to read: 5 6 PG asphalt binder meeting the requirements of AASHTO M 332 Table 1 of the grades 7 specified in the Contract shall be used in the production of HMA. For HMA with greater 8 than 20 percent RAP by total weight of HMA, or any amount of RAS, the new asphalt 9 binder, recycling agent and recovered asphalt (RAP and/or RAS) when blended in the 10 proportions of the mix design shall meet the PG asphalt binder requirements of 11 AASHTO M 332 Table 1 for the grade of asphalt binder specified by the Contract. 12 13 The second paragraph, including the table, is revised to read: 14 15 In addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders 16 shall meet the following requirements: 17 Additional Requirements by

Performance Grade (PG) Asphalt Binders Test PG58S- PG58H- PG58V- PG64H- PG64V- Property PG64S-28 Method 22 22 22 28 28 RTFO Residue: Average AASHTO Percent 30% Min. 20% Min. 25% Min. 30% Min. T 3501 Recovery @ 3.2 kPa 1Specimen conditioned in accordance with AASHTO T 240 – RTFO. 18 19 The third paragraph is revised to read: 20 21 The RTFO Jnrdiff and the PAV direct tension specifications of AASHTO M 332 are not 22 required. 23 24 This section is supplemented with the following: 25 26 If the asphalt binder verification sample test results fail to meet AASHTO Test Method T 27 350 “Standard Method of Test for Multiple Stress Creep Recovery (MSCR) Test of 28 Asphalt Binder Using a Dynamic Shear Rheometer (DSR)” for average percent recovery 29 @ 3.2 kPa for the applicable grades of binder in accordance with Section 9-02.1(4), the 30 Contracting Agency may elect to test the sample using AASHTO Test Method T 301 31 “Standard Method of Test for Elastic Recovery Test of Asphalt Materials by Means of a 32 Ductilometer.” 33 34 When AASHTO T 301 is used, a minimum of 65% elastic recovery (ER) will be required 35 when tested at 25°C ± 0.5°C. 36 37 9-02.1(6) Cationic Emulsified Asphalt 38 This section is revised to read: 39

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of the 2 grades specified in the Contract shall be used. 3 4 9-02.5 Warm Mix Asphalt (WMA) Additive 5 This section, including title, is revised to read: 6 7 9-02.5 HMA Additive 8 Additives for HMA shall be accepted by the Engineer. 9 10 9-03.AP9 11 Section 9-03, Aggregates 12 April 2, 2018

13 9-03.1 Aggregates for Portland Cement Concrete 14 This section’s title is revised to read: 15 16 Aggregates for Concrete 17 18 9-03.1(1) General Requirements 19 The first two sentences of the first paragraph are revised to read: 20 21 Concrete aggregates shall be manufactured from ledge rock, talus, or sand and gravel 22 in accordance with the provisions of Section 3-01. Reclaimed aggregate may be used if 23 it complies with the specifications for concrete. 24 25 The second paragraph (up until the colon) is revised to read: 26 27 Aggregates for concrete shall meet the following test requirements: 28 29 The second sentence of the second to last paragraph is revised to read: 30 31 The Contractor shall submit test results according to ASTM C1567 through the Engineer 32 to the State Materials Laboratory that demonstrate that the proposed fly ash when used 33 with the proposed aggregates and cement will control the potential expansion to 0.20 34 percent or less before the fly ash and aggregate sources may be used in concrete. 35 36 9-03.1(2) Fine Aggregate for Portland Cement Concrete 37 This section’s title is revised to read: 38 39 Fine Aggregate for Concrete 40 41 9-03.1(4) Coarse Aggregate for Portland Cement Concrete 42 This section’s title is revised to read: 43 44 Coarse Aggregate for Concrete 45 46 9-03.1(4)C Grading 47 The first paragraph (up until the colon) is revised to read: 48

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 Coarse aggregate for concrete when separated by means of laboratory sieves shall 2 conform to one or more of the following gradings as called for elsewhere in these 3 Specifications, Special Provisions, or in the Plans: 4 5 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete 6 This section’s title is revised to read: 7 8 Combined Aggregate Gradation for Concrete 9 10 9-03.1(5)B Grading 11 In the last paragraph, “WSDOT FOP for WAQTC/AASHTO T 27/T 11” is revised to read 12 “FOP for WAQTC/AASHTO T 27/T 11”. 13 14 9-03.2 Aggregate for Job-Mixed Portland Cement Mortar 15 This section’s title is revised to read: 16 17 Aggregate for Job-Mixed Portland Cement or Blended Hydraulic Cement Mortar 18 19 The first sentence of the first paragraph is revised to read: 20 21 Fine aggregate for portland cement or blended hydraulic cement mortar shall consist of 22 sand or other inert materials, or combinations thereof, accepted by the Engineer, having 23 hard, strong, durable particles free from adherent coating. 24 25 9-03.4(1) General Requirements 26 The first paragraph (up until the colon) is revised to read: 27 28 Aggregate for bituminous surface treatment shall be manufactured from ledge rock, 29 talus, or gravel, in accordance with Section 3-01. Aggregates for Bituminous Surface 30 Treatment shall meet the following test requirements: 31 32 9-03.8(1) General Requirements 33 The first paragraph (up until the colon) is revised to read: 34 35 Aggregates for Hot Mix Asphalt shall meet the following test requirements: 36 37 9-03.8(7) HMA Tolerances and Adjustments 38 In the table in item number 1, the fifth row is revised to read: 39 Asphalt binder -0.4% to 0.5% 0.7% 40 41 In the table in item number 1, the following new row is inserted before the last row: 42 Voids in Mineral -1.5% Aggregate, VMA 43 44 9-03.9(1) Ballast 45 The second paragraph (up until the colon) is revised to read: 46 47 Aggregates for ballast shall meet the following test requirements: 48

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 9-03.14(4) Gravel Borrow for Structural Earth Wall 2 The second sentence of the first paragraph is revised to read: 3 4 The material shall be substantially free of shale or other soft, poor durability particles, 5 and shall not contain recycled materials, such as glass, shredded tires, concrete rubble, 6 or asphaltic concrete rubble. 7 8 9-03.21(1)E Table on Maximum Allowable percent (By Weight) of Recycled 9 Material 10 “Portland Cement” is deleted from the first two rows in the table. 11 12 9-04.AP9 13 Section 9-04, Joint and Crack Sealing Materials 14 April 2, 2018

15 9-04.1(2) Premolded Joint Filler for Expansion Joints 16 In this section, each reference to “AASHTO T 42” is revised to read “ASTM D 545”. 17 18 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement 19 This section is supplemented with the following: 20 21 Hot poured sealant for cement concrete pavement is acceptable for installations in joints 22 where cement concrete pavement abuts a bituminous pavement. 23 24 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement 25 This section is supplemented with the following: 26 27 Hot poured sealant for bituminous pavement is acceptable for installations in joints 28 where cement concrete pavement abuts a bituminous pavement. 29 30 9-04.2(1)B Sand Slurry for Bituminous Pavement 31 Item number 2 of the first paragraph is revised to read: 32 33 2. Two percent portland cement or blended hydraulic cement, and 34 35 9-04.3 Joint Mortar 36 The first paragraph is revised to read: 37 38 Mortar for hand mortared joints shall conform to Section 9-20.4(3) and consist of one 39 part portland cement or blended hydraulic cement, three parts fine sand, and sufficient 40 water to allow proper workability. 41 42 9-05.AP9 43 Section 9-05, Drainage Structures and Culverts 44 April 2, 2018

45 9-05.3(1)C Age at Shipment 46 The last sentence of the first paragraph is revised to read: 47 48 Unless it is tested and accepted at an earlier age, it shall not be considered ready for 49 shipment sooner than 28 days after manufacture when made with Type II portland

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 cement or blended hydraulic cement, nor sooner than 7 days when made with Type III 2 portland cement. 3 4 9-06.AP9 5 Section 9-06, Structural Steel and Related Materials 6 January 2, 2018

7 9-06.5 Bolts 8 This section’s title is revised to read: 9 10 Bolts and Rods 11 12 9-06.5(4) Anchor Bolts 13 This section, including title, is revised to read: 14 15 9-06.5(4) Anchor Bolts and Anchor Rods 16 Anchor bolts and anchor rods shall meet the requirements of ASTM F1554 and, unless 17 otherwise specified, shall be Grade 105 and shall conform to Supplemental 18 Requirements S2, S3, and S4. 19 20 Nuts for ASTM F1554 Grade 105 black anchor bolts and anchor rods shall conform to 21 ASTM A563, Grade D or DH. Nuts for ASTM F1554 Grade 105 galvanized anchor bolts 22 and anchor rods shall conform to either ASTM A563, Grade DH, or AASHTO M292, 23 Grade 2H, and shall conform to the overtapping, lubrication, and rotational testing 24 requirements in Section 9-06.5(3). Nuts for ASTM F1554 Grade 36 or 55 black or 25 galvanized anchor bolts and anchor rods shall conform to ASTM A563, Grade A or DH. 26 Washers shall conform to ASTM F436. 27 28 The bolts and rods shall be tested by the manufacturer in accordance with the 29 requirements of the pertinent Specification and as specified in these Specifications. 30 Anchor bolts, anchor rods, nuts, and washers shall be inspected prior to shipping to the 31 project site. The Contractor shall submit to the Engineer for acceptance a 32 Manufacturer’s Certificate of Compliance for the anchor bolts, anchor rods, nuts, and 33 washers, as defined in Section 1-06.3. If the Engineer deems it appropriate, the 34 Contractor shall provide a sample of the anchor bolt, anchor rod, nut, and washer for 35 testing. 36 37 All bolts, rods, nuts, and washers shall be marked and identified as required in the 38 pertinent Specification. 39 40 9-06.18 Metal Bridge Railing 41 The second sentence of the first paragraph is revised to read: 42 43 Steel used for metal railings, when galvanized after fabrication in accordance with 44 AASHTO M111, shall have a controlled silicon content of either 0.00 to 0.06 percent or 45 0.15 to 0.25 percent. 46

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 9-07.AP9 2 Section 9-07, Reinforcing Steel 3 April 2, 2018

4 9-07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement and 5 Cement Concrete Pavement Rehabilitation) 6 The first paragraph (up until the colon) is revised to read: 7 8 Corrosion resistant dowel bars shall be 1½ inch outside diameter plain round steel bars 9 or tubular bars 18 inches in length and meet the requirements of one of the following: 10 11 Item number 4 and 5 of the first paragraph are revised to read: 12 13 4. Corrosion-resistant, low-carbon, plain steel bars for concrete 14 reinforcement meeting all the requirements of ASTM A 1035 Alloy Type CS Grade 15 100 or Alloy Type CS Grade 120. 16 17 5. Zinc Clad dowel bars shall be 1½ inch solid bars or tubular bars with 1.695 inch 18 outside diameter by 0.120 inch wall and shall have a minimum 0.035 inch A710 19 Zinc alloy clad to a plain steel inner bar meeting the chemical and physical 20 properties of AASHTO M 31, Grade 60, or AASHTO M 255, Grade 60. A710 Zinc 21 shall be composed of: zinc: 99.5 percent, by weight, minimum; copper: 0.1-0.25 22 percent, by weight; and iron: 0.0020 percent, by weight, maximum. Each end of 23 tubular bars shall be plugged using a snug-fitting insert to prohibit any intrusion of 24 concrete or other materials. 25 26 9-08.AP9 27 Section 9-08, Paints and Related Materials 28 January 2, 2018

29 9-08.1(2)K Orange Equipment Enamel 30 In the second sentence of the first paragraph, the reference to “Federal Standard 595” is 31 revised to read “SAE AMS Standard 595”. 32 33 9-08.1(8) Standard Colors 34 In the first paragraph, the reference to “Federal Standard 595” is revised to read “SAE AMS 35 Standard 595”. 36 37 9-13.AP9 38 Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion 39 and Scour Protection and Rock Walls 40 April 2, 2018

41 9-13.1(1) General 42 The last paragraph is revised to read: 43 44 Riprap and quarry spalls shall be free from segregation, seams, cracks, and other 45 defects tending to destroy its resistance to weather and shall meet the following test 46 requirements: 47

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 9-13.5 Concrete Slope Protection 2 This section is revised to read: 3 4 Concrete slope protection shall consist of reinforced portland cement or blended 5 hydraulic cement concrete poured or pneumatically placed upon the slope with a 6 rustication joint pattern or semi-open concrete masonry units placed upon the slope 7 closely adjoining each other. 8 9 9-13.5(2) Poured Portland Cement Concrete Slope Protection 10 This section’s title is revised to read: 11 12 Poured Portland Cement or Blended Hydraulic Cement Concrete Slope Protection 13 14 9-13.5(3) Pneumatically Placed Portland Cement Concrete Slope Protection 15 This section’s title is revised to read: 16 17 Pneumatically Placed Portland Cement or Blended Hydraulic Cement Concrete 18 Slope Protection 19 20 The first paragraph is revised to read: 21 22 Cement – This material shall be portland cement or blended hydraulic cement as 23 specified in Section 9-01. 24 25 9-13.7(1) Rock for Rock Walls and Chinking Material 26 The first paragraph (up until the colon) is revised to read: 27 28 Rock for rock walls and chinking material shall be hard, sound and durable material, 29 free from seams, cracks, and other defects tending to destroy its resistance to weather, 30 and shall meet the following test requirements: 31 32 9-14.AP9 33 Section 9-14, Erosion Control and Roadside Planting 34 January 2, 2018

35 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs) 36 In the second column of Table 1, “ASTM D 586” is revised to read “AASHTO T 267”. 37 38 In Table 1, the second to last row is deleted. 39 40 9-16.AP9 41 Section 9-16, Fence and Guardrail 42 April 2, 2018

43 9-16.3(5) Anchors 44 The last paragraph is revised to read: 45 46 Cement grout shall conform to Section 9-20.3(4) and consist of one part portland 47 cement or blended hydraulic cement and two parts sand. 48

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 9-18.AP9 2 Section 9-18, Precast Traffic Curb 3 April 2, 2018

4 9-18.1(1) Aggregates and Proportioning 5 Item number 1 of the first paragraph is revised to read: 6 7 1. Portland cement or blended hydraulic cement shall conform to the requirements of 8 Section 9-01 except that it may be Type I portland cement conforming to AASHTO 9 M 85. 10 11 9-20.AP9 12 Section 9-20, Concrete Patching Material, Grout, and Mortar 13 January 2, 2018

14 9-20.5 Bridge Deck Repair Material 15 Item number 3 of the first paragraph is revised to read: 16 17 3. Permeability of less than 2,000 coulombs at 28-days or more in accordance with 18 AASHTO T 277. 19 20 9-21.AP9 21 Section 9-21, Raised Pavement Markers (RPM) 22 January 2, 2018

23 9-21.2 Raised Pavement Markers Type 2 24 This section’s content is deleted. 25 26 9-21.2(1) Physical Properties 27 This section, including title, is revised to read: 28 29 9-21.2(1) Standard Raised Pavement Markers Type 2 30 The marker housing shall contain reflective faces as shown in the Plans to reflect 31 incident light from either a single or opposite directions and meet the requirements of 32 ASTM D 4280 including Flexural strength requirements. 33 34 9-21.2(2) Optical Requirements 35 This section, including title, is revised to read: 36 37 9-21.2(2) Abrasion Resistant Raised Markers Type 2 38 Abrasion Resistant Raised Markers Type 2 shall comply with Section 9-21.2(1) and 39 meet the requirements of ASTM D 4280 with the following additional requirement: The 40 coefficient of luminous intensity of the markers shall be measured after subjecting the 41 entire lens surface to the test described in ASTM D 4280 Section 9.5 using a sand drop 42 apparatus. After the exposure described above, retroreflected values shall not be less 43 than 0.5 times a nominal unblemished sample. 44 45 9-21.2(3) Strength Requirements 46 This section is deleted in its entirety. 47

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 9-26.AP9 2 Section 9-26, Epoxy Resins 3 April 2, 2018

4 9-26.1(2) Packaging and Marking 5 The second paragraph is revised to read: 6 7 Containers shall be identified as “Component A” (contains the Epoxy Resin) and 8 “Component B” (Contains the Curing Agent) and shall show the type, grade, class, and 9 mixing directions as defined by these Specifications. Each container shall be marked by 10 permanent marking with the name of the formulator, the lot or batch number, the date of 11 packaging, expiration date and the quantity contained in pounds or gallons. If the two 12 containers are furnished in a single cartridge, that cartridge shall be marked by 13 permanent marking to the cartridge with the name of the formulator and the lots or batch 14 numbers for both Component A and Component B, the date of packaging, expiration 15 date, and the quantity contained in ounces or milliliters. 16 17 9-28.AP9 18 Section 9-28, Signing Materials and Fabrication 19 April 2, 2018

20 9-28.10 Vacant 21 This section, including title, is revised to read: 22 23 9-28.10 Digital Printing 24 Transparent and opaque durable inks used in digital printed sign messages shall be as 25 recommended by the manufacturer. When properly applied, digital printed colors shall 26 have a warranty life of the base retroreflective sign sheeting. Digital applied colors shall 27 present a smooth surface, free from foreign material, and all messages and borders 28 shall be clear and sharp. Digital printed signs shall conform to 70% of the retroreflective 29 minimum values established for its type and color. Digitally printed signs shall meet the 30 daytime color and luminance, and nighttime color requirements of ASTM D 4956. No 31 variations in color or overlapping of colors will be permitted. Digital printed permanent 32 traffic signs shall have an integrated engineered match component clear protective 33 overlay recommended by the sheeting manufacturer applied to the entire face of the 34 sign. On Temporary construction/maintenance signs printed with black ink only, the 35 protective overlay film is optional, as long as the finished sign has a warranty of a 36 minimum of three years from sign sheeting manufacturer. 37 38 All digital printed traffic control signs shall be an integrated engineered match 39 component system. The integrated engineered match component system shall consist 40 of retroreflective sheeting, durable ink(s), and clear overlay film all from the same 41 manufacturer applied to aluminum substrate conforming to Section 9-28.8. 42 43 The sign fabricator shall use an approved integrated engineered match component 44 system as listed on the Qualified Products List (QPL). Each approved digital printer 45 shall only use the compatible retroreflective sign sheeting manufacturer’s engineered 46 match component system products. 47 48 Each retroreflective sign sheeting manufacturer/integrated engineered match 49 component system listed on the QPL shall certify a department approved sign fabricator 50 is approved to operate their compatible digital printer. The sign fabricator shall re-certify

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 annually with the retroreflective sign manufacturer to ensure their digital printer is still 2 meeting manufacturer’s specifications for traffic control signs. Documentation of each 3 re-certification shall be submitted to the QPL Engineer annually. 4 5 9-28.11 Hardware 6 The last paragraph is revised to read: 7 8 All steel parts shall be galvanized in accordance with AASHTO M111. Steel bolts and 9 related connecting hardware shall be galvanized in accordance with ASTM F 2329. 10 11 9-28.14(2) Steel Structures and Posts 12 The first sentence of the third paragraph is revised to read: 13 14 Anchor rods for sign bridge and cantilever sign structure foundations shall conform to 15 Section 9-06.5(4), including Supplemental Requirement S4 tested at -20°F. 16 17 In the second sentence of the fourth paragraph, “AASHTO M232” is revised to read “ASTM 18 F 2329”. 19 20 The first sentence of the fifth paragraph is revised to read: 21 22 Except as otherwise noted, steel used for sign structures and posts shall have a 23 controlled silicon content of either 0.00 to 0.06 percent or 0.15 to 0.25 percent. 24 25 The last sentence of the last paragraph is revised to read: 26 27 If such modifications are contemplated, the Contractor shall submit a Type 2 Working 28 Drawing of the proposed modifications. 29 30 9-29.AP9 31 Section 9-29, Illumination, Signal, Electrical 32 April 2, 2018

33 9-29.1 Conduit, Innerduct, and Outerduct 34 This section is supplemented with the following new subsection: 35 36 9-29.1(10) Pull Tape 37 Pull tape shall be pre-lubricated polyester pulling tape. The pull tape shall have a 38 minimum width of ½-inch and a minimum tensile strength of 500 pounds. Pull tape may 39 have measurement marks. 40 41 9-29.2(1) Junction Boxes 42 The first paragraph is revised to read: 43 44 For the purposes of this Specification concrete is defined as portland cement or blended 45 hydraulic cement concrete and non-concrete is all others. 46 47 9-29.2(1)A2 Non-Concrete Junction Boxes 48 The first paragraph is revised to read: 49

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 Material for the non-concrete junction boxes shall be of a quality that will provide for a 2 similar life expectancy as portland cement or blended hydraulic cement concrete in a 3 direct burial application. 4 5 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 6 In the table in the last paragraph, the fourth, fifth and sixth rows are revised to read: 7 Slip Resistant Lid ASTM A36 steel Frame ASTM A36 steel Slip Resistant Frame ASTM A36 steel 8 9 9-29.6 Light and Signal Standards 10 In the first sentence of the third paragraph, “AASHTO M232” is revised to read “ASTM F 11 2329”. 12 13 Item number 2 of the last paragraph is revised to read: 14 15 2. The steel light and signal standard fabricator’s shop drawing submittal, including 16 supporting design calculations, submitted as a Type 2E Working Drawing in 17 accordance with Section 8-20.2(1) and the Special Provisions. 18 19 9-29.6(1) Steel Light and Signal Standards 20 In the second paragraph, “AASHTO M232” is revised to read “ASTM F 2329”. 21 22 The first sentence of the last paragraph is revised to read: 23 24 Steel used for light and signal standards shall have a controlled silicon content of either 25 0.00 to 0.06 percent or 0.15 to 0.25 percent. 26 27 9-29.6(5) Foundation Hardware 28 In the last paragraph, “AASHTO M232” is revised to read “ASTM F 2329”. 29 30 9-29.10(1) Conventional Roadway Luminaires 31 This section is revised to read: 32 33 All conventional roadway luminaires shall meet 3G vibration requirements as described 34 in ANSI C136.31. 35 36 All luminaires shall have housings fabricated from aluminum. The housing shall be 37 painted flat gray, SAE AMS Standard 595 color chip No. 26280, unless otherwise 38 specified in the Contract. Painted housings shall withstand a 1,000 hour salt spray test 39 as specified in ASTM B117. 40 41 Each housing shall include a four bolt slip-fitter mount capable of accepting a nominal 2” 42 tenon and adjustable within +/- 5 degrees of the axis of the tenon. The clamping 43 bracket(s) and the cap screws shall not bottom out on the housing bosses when 44 adjusted within the +/- 5 degree range. No part of the slipfitter mounting brackets on the 45 luminaires shall develop a permanent set in excess of 0.2 inch when the cap screws 46 used for mounting are tightened to a torque of 32 foot-pounds. Each luminaire shall 47 include leveling reference points for both transverse and longitudinal adjustment. 48

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 All luminaires shall include shorting caps when shipped. The caps shall be removed and 2 provided to the Contracting Agency when an alternate control device is required to be 3 installed in the photocell socket. House side shields shall be included when required by 4 the Contract. Order codes shall be modified to the minimum extent necessary to include 5 the option for house side shields. 6 7 This section is supplemented with the following new subsections: 8 9 9-29.10(1)A High Pressure (HPS) Conventional Roadway Luminaires 10 HPS conventional roadway luminaires shall meet the following requirements: 11 12 1. General shape shall be “cobrahead” style, with flat glass lens and full cutoff 13 optics. 14 15 2. Light pattern distribution shall be IES Type III. 16 17 3. The reflector of all luminaires shall be of a snap-in design or secured with 18 screws. The reflector shall be polished aluminum or prismatic borosilicate 19 glass. 20 21 4. Flat lenses shall be formed from heat resistant, high-impact, molded 22 borosilicate or tempered glass. 23 24 5. The lens shall be mounted in a doorframe assembly, which shall be hinged to 25 the luminaire and secured in the closed position to the luminaire by means of 26 an automatic latch. The lens and doorframe assembly, when closed, shall 27 exert pressure against a gasket seat. The lens shall not allow any light output 28 above 90 degrees nadir. Gaskets shall be composed of material capable of 29 withstanding the temperatures involved and shall be securely held in place. 30 31 6. The ballast shall be mounted on a separate exterior door, which shall be 32 hinged to the luminaire and secured in the closed position to the luminaire 33 housing by means of an automatic type of latch (a combination hex/slot 34 stainless steel screw fastener may supplement the automatic-type latch). 35 36 7. Each luminaire shall be capable of accepting a 150, 200, 250, 310, or 400 watt 37 lamp complete and associated ballast. Lamps shall mount horizontally. 38 39 9-29.10(1)B Light Emitting Diode (LED) Conventional Roadway Luminaires 40 LED Conventional Roadway Luminaires are divided into classes based on their 41 equivalent High Pressure Sodium (HPS) luminaires. Current classes are 200W, 250W, 42 310W, and 400W. LED luminaires are required to be pre-approved in order to verify 43 their photometric output. To be considered for pre-approval, LED luminaires must meet 44 the requirements of this section. 45 46 LED luminaires shall include a removable access door, with tool-less entry, for access 47 to electronic components and the terminal block. The access door shall be removable, 48 but include positive retention such that it can hang freely without disconnecting from the 49 luminaire housing. LED drivers may be mounted either to the interior of the luminaire 50 housing or to the removable door itself. 51

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 LED drivers shall be removable for user replacement. All internal modular components 2 shall be connected by means of mechanical plug and socket type quick disconnects. 3 Wire nuts may not be used for any purpose. All external electrical connections to the 4 luminaire shall be made through the terminal block. 5 6 LED luminaires shall include a 7-pin NEMA photocell receptacle. The LED driver(s) 7 shall be dimmable from ten volts to zero volts. LED output shall have a Correlated Color 8 Temperature (CCT) of 4000K nominal (4000-4300K) and a Color Rendering Index (CRI) 9 of 70 or greater. LED output shall be a minimum of 85% at 75,000 hours at 25 degrees 10 Celsius. 11 12 LED luminaires shall be available for 120V, 240V, and 480V supply voltages. Voltages 13 refer to the supply voltages to the luminaires present in the field. LED power usage shall 14 not exceed the following maximum values for the applicable wattage class: 15 Class Max. Wattage 200W 110W 250W 165W 310W 210W 400W 275W 16 17 Only one brand of LED conventional roadway luminaire may be used on a Contract. 18 They do not necessarily have to be the same brand as any high-mast, underdeck, or 19 wall-mount luminaires when those types of luminaires are specified in the Contract. 20 LED luminaires shall include a standard 10 year manufacturer warranty. 21 22 The list of pre-approved LED Conventional Roadway Luminaires is available at 23 http://www.wsdot.wa.gov/Design/Traffic/ledluminaires.htm. 24 25 9-29.10(2) Decorative Luminaires 26 This section, including title, is revised to read: 27 28 9-29.10(2) Vacant 29 30 9-29.12 Electrical Splice Materials 31 This section is supplemented with the following new subsections: 32 33 9-29.12(3) Splice Enclosures 34 9-29.12(3)A Heat Shrink Splice Enclosure 35 Heat shrink splice enclosures shall be medium or heavy wall cross-linked 36 polyolefin, meeting the requirements of AMS-DTL-23053/15, with thermoplastic 37 adhesive sealant. Heat shrink splices used for “wye” connections require rubber 38 electrical mastic tape. 39 40 9-29.12(3)B Molded Splice Enclosure 41 Molded splice enclosures shall use epoxy resin in a clear rigid plastic mold. The 42 material used shall be compatible with the insulation material of the insulated 43 conductor or cable. The component materials of the resin insulation shall be 44 packaged ready for convenient mixing without removing from the package. 45

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 9-29.12(4) Re-Enterable Splice Enclosure 2 Re-enterable splice enclosures shall use either dielectric grease or a flexible resin 3 contained in a two-piece plastic mold. The mold shall either snap together or use 4 stainless steel hose clamps. 5 6 9-29.12(5) Vinyl Electrical Tape for Splices 7 Vinyl electrical tape in splicing applications shall meet the requirements of MIL-I- 8 24391C. 9 10 9-29.12(1) Illumination Circuit Splices 11 This section is revised to read: 12 13 Underground illumination circuit splices shall be solderless crimped connections 14 capable of securely joining the wires, both mechanically and electrically, as defined in 15 Section 8-20.3(8). Aerial illumination splices shall be solderless crimp connectors or 16 split bolt vice-type connectors. 17 18 9-29.12(1)A Heat Shrink Splice Enclosure 19 This section is deleted in its entirety. 20 21 9-29.12(1)B Molded Splice Enclosure 22 This section is deleted in its entirety. 23 24 9-29.12(2) Traffic Signal Splice Material 25 This section is revised to read: 26 27 Induction loop splices and magnetometer splices shall use an uninsulated barrel-type 28 crimped connector capable of being soldered. 29 30 9-29.16(2)E Painting Signal Heads 31 In the first sentence, “Federal Standard 595” is revised to read “SAE AMS Standard 595”. 32 33 9-29.17 Signal Head Mounting Brackets and Fittings 34 In the first paragraph, item number 2 under Stainless Steel is revised to read: 35 36 2. Bands or cables for Type N mount. 37 38 9-29.20 Pedestrian Signals 39 In item 2C of the second paragraph, “Federal Standard 595” is revised to read “SAE AMS 40 Standard 595”. 41 42 9-34.AP9 43 Section 9-34, Pavement Marking Material 44 January 2, 2018

45 9-34.2(2) Color 46 Each reference to “Federal Standard 595” is revised to read “SAE AMS Standard 595”. 47 48 9-34.2(5) Low VOC Waterborne Paint 49 The heading “Standard Waterborne Paint” is supplemented with “Type 1 and 2”. 50

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 The heading “High-Build Waterborne Paint” is supplemented with “Type 4”. 2 3 The heading “Cold Weather Waterborne Paint” is supplemented with “Type 5”. 4 5 In the row beginning with “° @90°F”, each minimum value is revised to read “60”. 6 7 In the row beginning with “Fineness of Grind, (Hegman Scale)”, each minimum value is 8 revised to read “3”. 9 10 The last four rows are replaced with the following: 11 Vehicle Composition ASTM D 100% acrylic emulsion 100% cross-linking 100% acrylic emulsion 2621 acrylic4 Freeze-Thaw ASTM D @ 5 cycles show no @ 5 cycles show no @ 3 cycles show no Stability, KU 2243 and D coagulation or change coagulation or change coagulation or change 562 in viscosity greater in viscosity greater in viscosity greater than ± 10 KU than ± 10 KU than ± 10 KU Heat Stability ASTM D 5622 ± 10 KU from the initial ± 10 KU from the initial ± 10 KU from the initial viscosity viscosity Viscosity Low Temperature ASTM D No Cracks* No Cracks Film Formation 28053 Cold Flexibility5 ASTM D522 Pass at 0.5 in mandrel* Test Deck Durability6 ASTM D913 ≥70% paint retention in wheel track* Mud Cracking (See note 7) No Cracks No Cracks 12 13 After the preceding Amendments are applied, the following new column is inserted after the 14 “Standard Waterborne Paint Type 1 and 2” column: 15 Semi-Durable Waterborne Paint Type 3 White Yellow Min. Max. Min. Max. Within ± 0.3 of qualification sample

80 95 80 95 60 60 77 77 65 65 43 43 1.25 1.25 3 3 0.98 0.96 88 50 100° 100° 9.5 9.5 10 10 100% acrylic emulsion @ 5 cycles show no coagulation or change in viscosity greater than ± 10 KU ± 10 KU from the initial viscosity No Cracks Pass at 0.25 in mandrel ≥70% paint retention in wheel track No Cracks

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 1 2 The footnotes are supplemented with the following: 3 4 4Cross-linking acrylic shall meet the requirements of federal specification TT-P-1952F 5 Section 3.1.1. 6 7 5Cold Flexibility: The paint shall be applied to an aluminum panel at a wet film thickness 8 of 15 mils and allowed to dry under ambient conditions (50±10% RH and 72±5 ˚F) for 24 9 hours. A cylindrical mandrel apparatus (in accordance with ASTM D522 method B) shall 10 be put in a 40°F refrigerator when the paint is drawn down. After 24 hours, the 11 aluminum panel with dry paint shall be put in the 40°F refrigerator with the mandrel 12 apparatus for 2 hours. After 2 hours, the panel and test apparatus shall be removed and 13 immediately tested to according to ASTM D522 to evaluate cold flexibility. Paint must 14 show no evidence of cracking, chipping or flaking when bent 180 degrees over a 15 mandrel bar of specified diameter. 16 17 6NTPEP test deck, or a test deck conforming to ASTM D713, shall be conducted for a 18 minimum of six months with the following additional requirements: it shall be applied at 19 15 wet mils to a test deck that is located at 40N latitude or higher with at least 10,000 20 ADT and which was applied during the months of September through November. 21 22 7Paint is applied to an approximately 4”x12” aluminum panel using a drawdown bar with 23 a 50 mil gap. The coated panel is allowed to dry under ambient conditions (50±10% RH 24 and 72±5 ˚F) for 24 hours. Visual evaluation of the dry film shall reveal no cracks. 25 26 9-34.3 Plastic 27 In the first sentence of the last paragraph, “Federal Standard 595” is revised to read “SAE 28 AMS Standard 595”. 29 30 9-34.3(2) Type B – Pre-Formed Fused Thermoplastic 31 In the last two paragraphs, each reference to “Federal Standard 595” is revised to read “SAE 32 AMS Standard 595”. 33 34 9-34.7(1) Requirements 35 The first paragraph is revised to read: 36 37 Field performance evaluation is required for low VOC solvent-based paint per Section 9- 38 34.2(4), Type A – liquid hot applied thermoplastic per Section 9-34.3(1), Type B – 39 preformed fused thermoplastic per Section 9-34.3(2), Type C – cold applied preformed 40 tape per Section 9-34.3(3), and Type D – liquid applied methyl methacrylate per Section 41 9-34.3(4). 42 43 The last paragraph is deleted. 44 45 9-34.7(1)C Auto No-Track Time 46 The first paragraph is revised to read: 47 48 Auto No-Track Time will only be required for low VOC solvent-based paint in 49 accordance with Section 9-34.2(4). 50 51 The second and third sentences of the second paragraph are deleted.

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 4/2/18 PART 5

WAGE RATES Page 1 of 20

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: 6/13/2018

County Trade Job Classification Wage Holiday Overtime Note Grant Asbestos Abatement Workers Journey Level $20.79 1 Grant Boilermakers Journey Level $66.54 5N 1C Grant Brick Mason Journey Level $47.64 5A 1M Grant Building Service Employees Janitor $12.56 1 Grant Building Service Employees Shampooer $11.50 1 Grant Building Service Employees Waxer $11.50 1 Grant Building Service Employees Window Cleaner $11.50 1 Grant Cabinet Makers (In Shop) Journey Level $11.50 1 Grant Carpenters Carpenters $43.90 5A 1B 8N Grant Cement Masons Journey Level $42.00 7B 1N Grant Divers & Tenders Assistant Tender $50.55 5A 1B Grant Divers & Tenders Dive Supervisor $92.80 5A 1B Grant Divers & Tenders Diver $91.30 5A 1B 8V Grant Divers & Tenders Diver on Standby $53.72 5A 1B Grant Divers & Tenders Diver Tender $52.72 5A 1B Grant Divers & Tenders Diving Master $62.74 5A 1B Grant Divers & Tenders Manifold Operator $52.72 5A 1B Grant Divers & Tenders Manifold Operator Mixed Gas $56.72 5A 1B Grant Divers & Tenders Remote Operated Vehicle $52.72 5A 1B Operator Grant Divers & Tenders Remote Operated Vehicle $50.55 5A 1B Tender/Technician Grant Dredge Workers Assistant Engineer $56.44 5D 3F Grant Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F Grant Dredge Workers Boatmen $56.44 5D 3F Grant Dredge Workers Engineer Welder $57.51 5D 3F Grant Dredge Workers Leverman, Hydraulic $58.67 5D 3F Grant Dredge Workers Mates $56.44 5D 3F Grant Dredge Workers Oiler $56.00 5D 3F Grant Drywall Applicator Journey Level $43.90 5A 1B 8N

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 Page 2 of 20

Grant Drywall Tapers Journey Level $38.78 7E 1P Grant Electrical Fixture Maintenance Journey Level $24.88 1 Workers Grant Electricians - Inside Cable Splicer $64.92 7H 1E Grant Electricians - Inside Construction Stock Person $33.86 7H 1D Grant Electricians - Inside Journey Level $60.73 7H 1E Grant Electricians - Motor Shop Craftsman $15.37 1 Grant Electricians - Motor Shop Journey Level $14.69 1 Grant Electricians - Powerline Cable Splicer $79.43 5A 4D Construction Grant Electricians - Powerline Certified Line Welder $69.75 5A 4D Construction Grant Electricians - Powerline Groundperson $46.28 5A 4D Construction Grant Electricians - Powerline Heavy Line Equipment $69.75 5A 4D Construction Operator Grant Electricians - Powerline Journey Level Lineperson $69.75 5A 4D Construction Grant Electricians - Powerline Line Equipment Operator $59.01 5A 4D Construction Grant Electricians - Powerline Meter Installer $46.28 5A 4D 8W Construction Grant Electricians - Powerline Pole Sprayer $69.75 5A 4D Construction Grant Electricians - Powerline Powderperson $52.20 5A 4D Construction Grant Electronic Technicians Journey Level $17.31 1 Grant Elevator Constructors Mechanic $91.24 7D 4A Grant Elevator Constructors Mechanic In Charge $98.51 7D 4A Grant Fabricated Precast Concrete Journey Level - In-Factory $11.50 1 Products Work Only Grant Fence Erectors Fence Erector $13.80 1 Grant Fence Erectors Fence Laborer $11.60 1 Grant Flaggers Journey Level $36.06 7B 1M Grant Glaziers Journey Level $24.39 7E 1K Grant Heat & Frost Insulators And Journey Level $45.77 1 Asbestos Workers Grant Heating Equipment Mechanics Journey Level $27.67 1 Grant Hod Carriers & Mason Tenders Journey Level $39.69 7B 1M Grant Industrial Power Vacuum Journey Level $11.50 1 Cleaner Grant Inland Boatmen Journey Level $11.50 1 Grant Inspection/Cleaning/Sealing Cleaner Operator, Foamer $11.50 1 Of Sewer & Water Systems By Operator Remote Control Grant Inspection/Cleaning/Sealing Grout Truck Operator $11.50 1 Of Sewer & Water Systems By Remote Control Grant Head Operator $12.78 1

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 Page 3 of 20

Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Grant Inspection/Cleaning/Sealing Technician $11.50 1 Of Sewer & Water Systems By Remote Control Grant Inspection/Cleaning/Sealing Tv Truck Operator $11.50 1 Of Sewer & Water Systems By Remote Control Grant Insulation Applicators Journey Level $43.90 5A 1B 8N Grant Ironworkers Journeyman $59.40 7N 1O Grant Laborers Air And Hydraulic Track Drill $38.70 7B 1M Grant Laborers Asphalt Raker $38.70 7B 1M Grant Laborers Asphalt Roller, Walking $38.43 7B 1M Grant Laborers Brick Pavers $38.16 7B 1M Grant Laborers Brush Hog Feeder $38.16 7B 1M Grant Laborers Brush Machine $38.70 7B 1M Grant Laborers Caisson Worker, Free Air $38.70 7B 1M Grant Laborers Carpenter Tender $38.16 7B 1M Grant Laborers Cement Finisher Tender $38.43 7B 1M Grant Laborers Cement Handler $38.16 7B 1M Grant Laborers Chain Saw Operator & Faller $38.70 7B 1M Grant Laborers Clean-up Laborer $38.16 7B 1M Grant Laborers Compaction Equipment $38.43 7B 1M Grant Laborers Concrete Crewman $38.16 7B 1M Grant Laborers Concrete Saw, Walking $38.43 7B 1M Grant Laborers Concrete Signalman $38.16 7B 1M Grant Laborers Concrete Stack $38.70 7B 1M Grant Laborers Confined Space Attendant $38.16 7B 1M Grant Laborers Crusher Feeder $38.16 7B 1M Grant Laborers Demolition $38.16 7B 1M Grant Laborers Demolition Torch $38.43 7B 1M Grant Laborers Dope Pot Fireman, Non- $38.43 7B 1M mechanical Grant Laborers Driller Helper (when Required $38.43 7B 1M To Move & Position Machine) Grant Laborers Drills With Dual Masts $38.98 7B 1M Grant Laborers Dry Stack Walls $38.16 7B 1M Grant Laborers Dumpman $38.16 7B 1M Grant Laborers Erosion Control Laborer $38.16 7B 1M Grant Laborers Final Detail Cleanup (i.e., $36.06 7B 1M Dusting, Vacuuming, Window Cleaning; Not Construction Debris Cleanup) Grant Laborers Firewatch $38.16 7B 1M Grant Laborers Form Cleaning Machine $38.16 7B 1M Feeder, Stacker Grant Laborers Form Setter, Paving $38.43 7B 1M

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 Page 4 of 20

Grant Laborers General Laborer $38.16 7B 1M Grant Laborers Grade Checker $40.69 7B 1M Grant Laborers Grout Machine Header Tender $38.16 7B 1M Grant Laborers Guard Rail $38.16 7B 1M Grant Laborers Gunite $38.70 7B 1M Grant Laborers Hazardous Waste Worker $38.98 7B 1M (level A) Grant Laborers Hazardous Waste Worker $38.70 7B 1M (level B) Grant Laborers Hazardous Waste Worker $38.43 7B 1M (level C) Grant Laborers Hazardous Waste Worker $38.16 7B 1M (level D) Grant Laborers Hdpe Or Similar Liner Installer $38.16 7B 1M Grant Laborers High Scaler $38.70 7B 1M Grant Laborers Jackhammer Operator Miner, $38.43 7B 1M Class "b" Grant Laborers Laser Beam Operator $38.70 7B 1M Grant Laborers Miner, Class "a" $38.16 7B 1M Grant Laborers Miner, Class "c" $38.70 7B 1M Grant Laborers Miner, Class "d" $38.98 7B 1M Grant Laborers Monitor Operator, Air Track Or $38.70 7B 1M Similar Mounting Grant Laborers Mortar Mixer $38.70 7B 1M Grant Laborers Nipper $38.16 7B 1M Grant Laborers Nozzleman $38.70 7B 1M Grant Laborers Nozzleman, Water (to Include $38.43 7B 1M Fire Hose), Air Or Steam Grant Laborers Pavement Breaker, 90 Lbs. & $38.70 7B 1M Over Grant Laborers Pavement Breaker, Under 90 $38.43 7B 1M Lbs. Grant Laborers Pipelayer $38.70 7B 1M Grant Laborers Pipelayer, Corrugated Metal $38.43 7B 1M Culvert And Multi-plate Grant Laborers Pipewrapper $38.70 7B 1M Grant Laborers Plasterer Tenders $38.70 7B 1M Grant Laborers Pot Tender $38.43 7B 1M Grant Laborers Powderman $40.35 7B 1M Grant Laborers Powderman Helper $38.43 7B 1M Grant Laborers Power Buggy Operator $38.43 7B 1M Grant Laborers Power Tool Operator, Gas, $38.43 7B 1M Electric, Pneumatic Grant Laborers Railroad Equipment, Power $38.43 7B 1M Driven, Except Dual Mobile Grant Laborers Railroad Power Spiker Or $38.43 7B 1M Puller, Dual Mobile Grant Laborers Remote Equipment Operator $38.98 7B 1M

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 Page 5 of 20

Grant Laborers Remote Equipment Operator $38.43 7B 1M (i.e. Compaction And Demolition) Grant Laborers Rigger/signal Person $38.43 7B 1M Grant Laborers Riprap Person $38.16 7B 1M Grant Laborers Rodder & Spreader $38.43 7B 1M Grant Laborers Sandblast Tailhoseman $38.16 7B 1M Grant Laborers Scaffold Erector, Wood Or $38.16 7B 1M Steel Grant Laborers Stake Jumper $38.16 7B 1M Grant Laborers Structural Mover $38.16 7B 1M Grant Laborers Tailhoseman (water Nozzle) $38.16 7B 1M Grant Laborers Timber Bucker & Faller (by $38.16 7B 1M Hand) Grant Laborers Track Laborer (rr) $38.16 7B 1M Grant Laborers Traffic Control Laborer $36.06 7B 1M 8T Grant Laborers Traffic Control Supervisor $37.06 7B 1M 8S Grant Laborers Trencher, Shawnee $38.43 7B 1M Grant Laborers Trenchless Technology $38.70 7B 1M Technician Grant Laborers Truck Loader $38.16 7B 1M Grant Laborers Tugger Operator $38.43 7B 1M Grant Laborers Vibrators, All $38.70 7B 1M Grant Laborers Wagon Drills $38.43 7B 1M Grant Laborers Water Pipe Liner $38.43 7B 1M Grant Laborers Welder, Electric, Manual Or $38.98 7B 1M Automatic (hdpe Or Similar Pipe And Liner) Grant Laborers Well-point Person $38.16 7B 1M Grant Laborers Wheelbarrow, Power Driven $38.43 7B 1M Grant Laborers - Underground Sewer General Laborer & Topman $38.16 7B 1M & Water Grant Laborers - Underground Sewer Pipe Layer $38.70 7B 1M & Water Grant Landscape Construction Irrigation Or Lawn Sprinkler $11.50 1 Installers Grant Landscape Construction Landscape Equipment $11.50 1 Operators Or Truck Drivers Grant Landscape Construction Landscaping Or Planting $11.50 1 Laborers Grant Lathers Journey Level $43.90 5A 1B 8N Grant Marble Setters Journey Level $47.64 5A 1M Grant Metal Fabrication (In Shop) Fitter $11.50 1 Grant Metal Fabrication (In Shop) Painter $11.50 1 Grant Metal Fabrication (In Shop) Welder $11.50 1 Grant Millwright Journey Level $61.86 5A 1B 8N Grant Modular Buildings Journey Level $11.50 1 Grant Painters Journey Level $41.60 6Z 2B

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 Page 6 of 20

Grant Pile Driver Journey Level $44.99 5A 1B 8N Grant Plasterers Journey Level $11.50 1 Grant Playground & Park Equipment Journey Level $11.50 1 Installers Grant Plumbers & Pipefitters Journey Level $78.33 6Z 1Q Grant Power Equipment Operators A-frame Truck (2 Or More $43.19 7B 1M 8D Drums) Grant Power Equipment Operators A-frame Truck (single Drum) $42.58 7B 1M 8D Grant Power Equipment Operators Asphalt Plant Operator $43.79 7B 1M 8D Grant Power Equipment Operators Assistant Plant Operator, $42.58 7B 1M 8D Fireman Or Pugmixer (asphalt) Grant Power Equipment Operators Assistant Refrigeration Plant & $43.19 7B 1M 8D Chiller Operator (over 1000 Ton) Grant Power Equipment Operators Assistant Refrigeration Plant $42.58 7B 1M 8D (under 1000 Ton) Grant Power Equipment Operators Automatic Subgrader (ditches $43.79 7B 1M 8D & Trimmers) Grant Power Equipment Operators Backfillers (cleveland & $43.19 7B 1M 8D Similar) Grant Power Equipment Operators Backhoe & Hoe Ram (under $43.51 7B 1M 8D 3/4 Yd.) Grant Power Equipment Operators Backhoe (45,000 Gw & Under) $43.51 7B 1M 8D Grant Power Equipment Operators Backhoe (45,000 Gw To $43.79 7B 1M 8D 110,000 Gw) Grant Power Equipment Operators Backhoe (over 110,000 Gw) $44.06 7B 1M 8D Grant Power Equipment Operators Backhoes & Hoe Ram (3 Yds & $44.06 7B 1M 8D Over) Grant Power Equipment Operators Backhoes & Hoe Ram (3/4 Yd. $43.79 7B 1M 8D To 3 Yd.) Grant Power Equipment Operators Bagley Or Stationary Scraper $42.58 7B 1M 8D Grant Power Equipment Operators Batch & Wet Mix Operator $43.79 7B 1M 8D (multiple Units, 2 & Incl. 4) Grant Power Equipment Operators Batch Plant & Wet Mix $43.19 7B 1M 8D Operator, Single Unit (concrete) Grant Power Equipment Operators Batch Plant (over 4 Units) $43.79 7B 1M 8D Grant Power Equipment Operators Belt Finishing Machine $42.58 7B 1M 8D Grant Power Equipment Operators Belt Loader (kocal Or Similar) $43.19 7B 1M 8D Grant Power Equipment Operators Belt-crete Conveyors With $43.19 7B 1M 8D Power Pack Or Similar Grant Power Equipment Operators Bending Machine $43.19 7B 1M 8D Grant Power Equipment Operators Bit Grinders $42.26 7B 1M 8D Grant Power Equipment Operators Blade (finish & Bluetop), $44.06 7B 1M 8D Automatic, Cmi, Abc, Finish Athey & Huber & Similar When Used As Automatic Grant Power Equipment Operators Blade Operator (motor Patrol $43.79 7B 1M 8D & Attachments) Grant Power Equipment Operators Blower Operator (cement) $42.58 7B 1M 8D

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 Page 7 of 20

Grant Power Equipment Operators Boat Operator $42.26 7B 1M 8D Grant Power Equipment Operators Bob Cat (skid Steer) $43.19 7B 1M 8D Grant Power Equipment Operators Bolt Threading Machine $42.26 7B 1M 8D Grant Power Equipment Operators Boom Cats (side) $43.79 7B 1M 8D Grant Power Equipment Operators Boring Machine (earth) $43.19 7B 1M 8D Grant Power Equipment Operators Boring Machine (Rock Under 8 $43.19 7B 1M 8D inch Bit - Quarry Master, Joy Or Similar) Grant Power Equipment Operators Bump Cutter (wayne, Saginau $43.19 7B 1M 8D Or Similar) Grant Power Equipment Operators Cableway Controller $43.79 7B 1M 8D (dispatcher) Grant Power Equipment Operators Cableway Operators $44.06 7B 1M 8D Grant Power Equipment Operators Canal Lining Machine $43.19 7B 1M 8D (concrete) Grant Power Equipment Operators Carrydeck & Boom Truck $43.51 7B 1M 8D (under 25 Tons) Grant Power Equipment Operators Cement Hog $42.58 7B 1M 8D Grant Power Equipment Operators Chipper (without Crane) $43.19 7B 1M 8D Cleaning & Doping Machine (pipeline) Grant Power Equipment Operators Clamshell, Dragline $45.16 7B 1M 8D Grant Power Equipment Operators Compactor (self-propelled $43.79 7B 1M 8D With Blade) Grant Power Equipment Operators Compressor (2000 Cfm Or $42.58 7B 1M 8D Over, 2 Or More, Gas Diesel Or Electric Power) Grant Power Equipment Operators Compressors (under 2000 Cfm, $42.26 7B 1M 8D Gas, Diesel Or Electric Power) Grant Power Equipment Operators Concrete Cleaning / $44.06 7B 1M 8D Decontamination Machine Operator Grant Power Equipment Operators Concrete Pump Boon Truck $43.79 7B 1M 8D Grant Power Equipment Operators Concrete Pumps (squeeze- $43.35 7B 1M 8D crete, Flow-crete, Whitman & Similar) Grant Power Equipment Operators Concrete Saw (multiple Cut) $42.58 7B 1M 8D Grant Power Equipment Operators Concrete Slip Form Paver $43.79 7B 1M 8D Grant Power Equipment Operators Conveyor Aggregate Delivery $43.79 7B 1M 8D Systems (c.a.d.) Grant Power Equipment Operators Crane Oiler- Driver (cdl $42.26 7B 1M 8D Required) & Cable Tender, Mucking Machine Grant Power Equipment Operators Cranes (25 Tons & Under), All $43.51 7B 1M 8D Attachments Incl. Clamshell, Dragline Grant Power Equipment Operators Cranes (25 Tons To And $43.79 7B 1M 8D Including 45 Tons), All Attachments Incl. Clamshell, Dragline Grant Power Equipment Operators $44.06 7B 1M 8D

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 Page 8 of 20

Cranes (45 Tons To 85 Tons), All Attachments Incl. Clamshell And Dragline Grant Power Equipment Operators Cranes (85 Tons & Over) And $45.16 7B 1M 8D All Climbing, Overhead, Rail & Tower. All Attachments Incl. Grant Power Equipment Operators Crusher Feeder $42.26 7B 1M 8D Grant Power Equipment Operators Crusher, Grizzle & Screening $43.79 7B 1M 8D Plant Operator Grant Power Equipment Operators Curb Extruder (asphalt Or $43.35 7B 1M 8D Concrete) Grant Power Equipment Operators Deck Engineer $43.19 7B 1M 8D Grant Power Equipment Operators Deck Hand $42.26 7B 1M 8D Grant Power Equipment Operators Derricks & Stifflegs (65 Tons & $44.06 7B 1M 8D Over) Grant Power Equipment Operators Derricks & Stifflegs (under 65 $43.51 7B 1M 8D Tons) Grant Power Equipment Operators Distributor Leverman $42.58 7B 1M 8D Grant Power Equipment Operators Ditch Witch Or Similar $42.58 7B 1M 8D Grant Power Equipment Operators Dope Pots (power Agitated $42.58 7B 1M 8D Grant Power Equipment Operators Dozer / Tractor (up To D-6 Or $43.19 7B 1M 8D Equivalent) And Traxcavator Grant Power Equipment Operators Dozer / Tractors (d-6 & $43.79 7B 1M 8D Equivalent & Over) Grant Power Equipment Operators Dozer, 834 R/t & Similar $43.79 7B 1M 8D Grant Power Equipment Operators Drill Doctor $43.79 7B 1M 8D Grant Power Equipment Operators Driller Licensed $45.16 7B 1M 8D Grant Power Equipment Operators Drillers Helper $42.26 7B 1M 8D Grant Power Equipment Operators Drilling Equipment (8 inch Bit $43.51 7B 1M 8D & Over - Robbins, Reverse Circulation & Similar) Grant Power Equipment Operators Drills (churn, Core, Calyx Or $43.35 7B 1M 8D Diamond) Grant Power Equipment Operators Elevating Belt (holland Type) $44.06 7B 1M 8D Grant Power Equipment Operators Elevating Belt-type Loader $43.19 7B 1M 8D (euclid, Barber Green & Similar) Grant Power Equipment Operators Elevating Grader-type Loader $43.19 7B 1M 8D (dumor, Adams Or Similar) Grant Power Equipment Operators Elevator Hoisting Materials $42.58 7B 1M 8D Grant Power Equipment Operators Equipment Serviceman, $43.35 7B 1M 8D Greaser & Oiler Grant Power Equipment Operators Fireman & Heater Tender $42.26 7B 1M 8D Grant Power Equipment Operators Fork Lift Or Lumber Stacker, $42.58 7B 1M 8D Hydra-life & Similar Grant Power Equipment Operators Generator Plant Engineers $43.19 7B 1M 8D (diesel Or Electric) Grant Power Equipment Operators Gin Trucks (pipeline) $42.58 7B 1M 8D Grant Power Equipment Operators Grade Checker $43.51 7B 1M 8D Grant Power Equipment Operators $43.19 7B 1M 8D

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 Page 9 of 20

Gunite Combination Mixer & Compressor Grant Power Equipment Operators H.d. Mechanic $44.06 7B 1M 8D Grant Power Equipment Operators H.d. Welder $44.06 7B 1M 8D Grant Power Equipment Operators Heavy Equipment Robotics $44.06 7B 1M 8D Operator Grant Power Equipment Operators Helicopter Pilot $45.16 7B 1M 8D Grant Power Equipment Operators Helper, Mechanic Or Welder, $42.26 7B 1M 8D H.D Grant Power Equipment Operators Hoe Ram $43.51 7B 1M 8D Grant Power Equipment Operators Hoist (2 Or More Drums Or $43.35 7B 1M 8D Tower Hoist) Grant Power Equipment Operators Hoist, Single Drum $42.58 7B 1M 8D Grant Power Equipment Operators Hydraulic Platform Trailers $44.06 7B 1M 8D (goldhofer, Shaurerly And Similar) Grant Power Equipment Operators Hydro-seeder, Mulcher, $42.26 7B 1M 8D Nozzleman Grant Power Equipment Operators Lime Batch Tank Operator $43.79 7B 1M 8D (recycle Train) Grant Power Equipment Operators Lime Brain Operator (recycle $43.79 7B 1M 8D Train) Grant Power Equipment Operators Loader (360 Degrees Revolving $44.06 7B 1M 8D Koehring Scooper Or Similar) Grant Power Equipment Operators Loader Operator (front-end & $43.79 7B 1M 8D Overhead, 4 Yds. Incl. 8 Yds.) Grant Power Equipment Operators Loaders (bucket Elevators And $42.58 7B 1M 8D Conveyors) Grant Power Equipment Operators Loaders (overhead & Front- $44.06 7B 1M 8D end, Over 8 Yds. To 10 Yds.) Grant Power Equipment Operators Loaders (overhead & Front- $43.35 7B 1M 8D end, Under 4 Yds.. R/t) Grant Power Equipment Operators Loaders (overhead And Front- $45.16 7B 1M 8D end, 10 Yds. & Over) Grant Power Equipment Operators Locomotive Engineer $43.19 7B 1M 8D Grant Power Equipment Operators Longitudinal Float $42.58 7B 1M 8D Grant Power Equipment Operators Master Environmental $44.06 7B 1M 8D Maintenance Technician Grant Power Equipment Operators Mixer (portable - Concrete) $42.58 7B 1M 8D Grant Power Equipment Operators Mixermobile $43.19 7B 1M 8D Grant Power Equipment Operators Mobile Crusher Operator $43.79 7B 1M 8D (recycle Train) Grant Power Equipment Operators Mucking Machine $43.19 7B 1M 8D Grant Power Equipment Operators Multiple Dozer Units With $43.79 7B 1M 8D Single Blade Grant Power Equipment Operators Pavement Breaker, Hydra- $42.58 7B 1M 8D hammer & Similar Grant Power Equipment Operators Paving (dual Drum) $43.51 7B 1M 8D Grant Power Equipment Operators Paving Machine (asphalt And $43.79 7B 1M 8D Concrete)

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 Page 10 of 20

Grant Power Equipment Operators Piledriving Engineers $43.51 7B 1M 8D Grant Power Equipment Operators Plant Oiler $42.26 7B 1M 8D Grant Power Equipment Operators Posthole Auger Or Punch $43.19 7B 1M 8D Grant Power Equipment Operators Power Broom $42.58 7B 1M 8D Grant Power Equipment Operators Pump (grout Or Jet) $43.19 7B 1M 8D Grant Power Equipment Operators Pumpman $42.26 7B 1M 8D Grant Power Equipment Operators Quad-track Or Similar $43.79 7B 1M 8D Equipment Grant Power Equipment Operators Railroad Ballast Regulation $42.58 7B 1M 8D Operator (self-propelled) Grant Power Equipment Operators Railroad Power Tamper $42.58 7B 1M 8D Operator (self-propelled) Grant Power Equipment Operators Railroad Tamper Jack $42.58 7B 1M 8D Operator (self-propelled) Grant Power Equipment Operators Railroad Track Liner Operator $43.51 7B 1M 8D (self-propelled) Grant Power Equipment Operators Refrigeration Plant Engineer $43.51 7B 1M 8D (1000 Tons & Over) Grant Power Equipment Operators Refrigeration Plant Engineer $43.35 7B 1M 8D (under 1000 Ton) Grant Power Equipment Operators Rollerman (finishing Asphalt $43.79 7B 1M 8D Pavement) Grant Power Equipment Operators Rollers, All Types On $42.26 7B 1M 8D Subgrade, Including Seal And Chip Coating (farm Type, Case, John Deere And Similar,or Compacting Vibrator), Except When Pulled B Grant Power Equipment Operators Roto Mill (pavement Grinder) $43.79 7B 1M 8D Grant Power Equipment Operators Rotomill Groundsman $43.35 7B 1M 8D Grant Power Equipment Operators Rubber-tired Scrapers $44.06 7B 1M 8D (multiple Engine With Three Or More Scrapers) Grant Power Equipment Operators Rubber-tired Skidders (r/t $43.35 7B 1M 8D With Or Without Attachments) Grant Power Equipment Operators Scrapers, All, Rubber-tired $43.79 7B 1M 8D Grant Power Equipment Operators Screed Operator $43.79 7B 1M 8D Grant Power Equipment Operators Shovels (3 Yds. & Over) $44.06 7B 1M 8D Grant Power Equipment Operators Shovels (under 3 Yds.) $43.79 7B 1M 8D Grant Power Equipment Operators Signalman (whirleys, Highline, $43.51 7B 1M 8D Hammerheads Or Similar) Grant Power Equipment Operators Soil Stabilizer (p & H Or $43.19 7B 1M 8D Similar) Grant Power Equipment Operators Spray Curing Machine $42.58 7B 1M 8D (concrete) Grant Power Equipment Operators Spreader Box (self-propelled) $42.58 7B 1M 8D Grant Power Equipment Operators Spreader Machine $43.19 7B 1M 8D Grant Power Equipment Operators Steam Cleaner $42.26 7B 1M 8D Grant Power Equipment Operators $42.58 7B 1M 8D

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 Page 11 of 20

Straddle Buggy (ross & Similar On Construction Job Only) Grant Power Equipment Operators Surface Heater & Planer $43.35 7B 1M 8D Machine Grant Power Equipment Operators Tractor (farm Type R/t With $42.58 7B 1M 8D Attachments, Except Backhoe) Grant Power Equipment Operators Traverse Finish Machine $43.19 7B 1M 8D Grant Power Equipment Operators Trenching Machines (7 Ft. $43.79 7B 1M 8D Depth & Over) Grant Power Equipment Operators Trenching Machines (under 7 $43.35 7B 1M 8D Ft. Depth Capacity) Grant Power Equipment Operators Tug Boat Operator $43.79 7B 1M 8D Grant Power Equipment Operators Tugger Operator $42.58 7B 1M 8D Grant Power Equipment Operators Turnhead (with Re-screening) $43.35 7B 1M 8D Grant Power Equipment Operators Turnhead Operator $43.19 7B 1M 8D Grant Power Equipment Operators Ultra High Pressure Wateriet $44.06 7B 1M 8D Cutting Tool System Operator, (30,000 Psi) Grant Power Equipment Operators Vactor Guzzler, Super Sucker $43.79 7B 1M 8D Grant Power Equipment Operators Vacuum Blasting Machine $44.06 7B 1M 8D Operator Grant Power Equipment Operators Vacuum Drill (reverse $43.35 7B 1M 8D Circulation Drill Under 8" Bit) Grant Power Equipment Operators Welding Machine $42.26 7B 1M 8D Grant Power Equipment Operators Whirleys & Hammerheads, All $44.06 7B 1M 8D Grant Power Equipment Operators- A-frame Truck (2 Or More $43.19 7B 1M 8D Underground Sewer & Water Drums) Grant Power Equipment Operators- A-frame Truck (single Drum) $42.58 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Asphalt Plant Operator $43.79 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Assistant Plant Operator, $42.58 7B 1M 8D Underground Sewer & Water Fireman Or Pugmixer (asphalt) Grant Power Equipment Operators- Assistant Refrigeration Plant & $43.19 7B 1M 8D Underground Sewer & Water Chiller Operator (over 1000 Ton) Grant Power Equipment Operators- Assistant Refrigeration Plant $42.58 7B 1M 8D Underground Sewer & Water (under 1000 Ton) Grant Power Equipment Operators- Automatic Subgrader (ditches $43.79 7B 1M 8D Underground Sewer & Water & Trimmers) Grant Power Equipment Operators- Backfillers (cleveland & $43.19 7B 1M 8D Underground Sewer & Water Similar) Grant Power Equipment Operators- Backhoe & Hoe Ram (under $43.51 7B 1M 8D Underground Sewer & Water 3/4 Yd.) Grant Power Equipment Operators- Backhoe (45,000 Gw & Under) $43.51 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Backhoe (45,000 Gw To $43.79 7B 1M 8D Underground Sewer & Water 110,000 Gw) Grant Power Equipment Operators- Backhoe (over 110,000 Gw) $44.06 7B 1M 8D Underground Sewer & Water

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 Page 12 of 20

Grant Power Equipment Operators- Backhoes & Hoe Ram (3 Yds & $44.06 7B 1M 8D Underground Sewer & Water Over) Grant Power Equipment Operators- Backhoes & Hoe Ram (3/4 Yd. $43.79 7B 1M 8D Underground Sewer & Water To 3 Yd.) Grant Power Equipment Operators- Bagley Or Stationary Scraper $42.58 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Batch & Wet Mix Operator $43.79 7B 1M 8D Underground Sewer & Water (multiple Units, 2 & Incl. 4) Grant Power Equipment Operators- Batch Plant & Wet Mix $43.19 7B 1M 8D Underground Sewer & Water Operator, Single Unit (concrete) Grant Power Equipment Operators- Batch Plant (over 4 Units) $43.79 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Belt Finishing Machine $42.58 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Belt Loader (kocal Or Similar) $43.19 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Belt-crete Conveyors With $43.19 7B 1M 8D Underground Sewer & Water Power Pack Or Similar Grant Power Equipment Operators- Bending Machine $43.19 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Bit Grinders $42.26 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Blade (finish & Bluetop), $44.06 7B 1M 8D Underground Sewer & Water Automatic, Cmi, Abc, Finish Athey & Huber & Similar When Used As Automatic Grant Power Equipment Operators- Blade Operator (motor Patrol $43.79 7B 1M 8D Underground Sewer & Water & Attachments) Grant Power Equipment Operators- Blower Operator (cement) $42.58 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Boat Operator $42.26 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Bob Cat (skid Steer) $43.19 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Bolt Threading Machine $42.26 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Boom Cats (side) $43.79 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Boring Machine (earth) $43.19 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Boring Machine (Rock Under 8 $43.19 7B 1M 8D Underground Sewer & Water inch Bit - Quarry Master, Joy Or Similar) Grant Power Equipment Operators- Bump Cutter (wayne, Saginau $43.19 7B 1M 8D Underground Sewer & Water Or Similar) Grant Power Equipment Operators- Cableway Controller $43.79 7B 1M 8D Underground Sewer & Water (dispatcher) Grant Power Equipment Operators- Cableway Operators $44.06 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Canal Lining Machine $43.19 7B 1M 8D Underground Sewer & Water (concrete)

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 Page 13 of 20

Grant Power Equipment Operators- Carrydeck & Boom Truck $43.51 7B 1M 8D Underground Sewer & Water (under 25 Tons) Grant Power Equipment Operators- Cement Hog $42.58 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Chipper (without Crane) $43.19 7B 1M 8D Underground Sewer & Water Cleaning & Doping Machine (pipeline) Grant Power Equipment Operators- Clamshell, Dragline $45.16 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Compactor (self-propelled $43.79 7B 1M 8D Underground Sewer & Water With Blade) Grant Power Equipment Operators- Compressor (2000 Cfm Or $42.58 7B 1M 8D Underground Sewer & Water Over, 2 Or More, Gas Diesel Or Electric Power) Grant Power Equipment Operators- Compressors (under 2000 Cfm, $42.26 7B 1M 8D Underground Sewer & Water Gas, Diesel Or Electric Power) Grant Power Equipment Operators- Concrete Cleaning / $44.06 7B 1M 8D Underground Sewer & Water Decontamination Machine Operator Grant Power Equipment Operators- Concrete Pump Boon Truck $43.79 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Concrete Pumps (squeeze- $43.35 7B 1M 8D Underground Sewer & Water crete, Flow-crete, Whitman & Similar) Grant Power Equipment Operators- Concrete Saw (multiple Cut) $42.58 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Concrete Slip Form Paver $43.79 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Conveyor Aggregate Delivery $43.79 7B 1M 8D Underground Sewer & Water Systems (c.a.d.) Grant Power Equipment Operators- Crane Oiler- Driver (cdl $42.26 7B 1M 8D Underground Sewer & Water Required) & Cable Tender, Mucking Machine Grant Power Equipment Operators- Cranes (25 Tons & Under), All $43.51 7B 1M 8D Underground Sewer & Water Attachments Incl. Clamshell, Dragline Grant Power Equipment Operators- Cranes (25 Tons To And $43.79 7B 1M 8D Underground Sewer & Water Including 45 Tons), All Attachments Incl. Clamshell, Dragline Grant Power Equipment Operators- Cranes (45 Tons To 85 Tons), $44.06 7B 1M 8D Underground Sewer & Water All Attachments Incl. Clamshell And Dragline Grant Power Equipment Operators- Cranes (85 Tons & Over) And $45.16 7B 1M 8D Underground Sewer & Water All Climbing, Overhead, Rail & Tower. All Attachments Incl. Grant Power Equipment Operators- Crusher Feeder $42.26 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Crusher, Grizzle & Screening $43.79 7B 1M 8D Underground Sewer & Water Plant Operator Grant Power Equipment Operators- Curb Extruder (asphalt Or $43.35 7B 1M 8D Underground Sewer & Water Concrete)

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 Page 14 of 20

Grant Power Equipment Operators- Deck Engineer $43.19 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Deck Hand $42.26 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Derricks & Stifflegs (65 Tons & $44.06 7B 1M 8D Underground Sewer & Water Over) Grant Power Equipment Operators- Derricks & Stifflegs (under 65 $43.51 7B 1M 8D Underground Sewer & Water Tons) Grant Power Equipment Operators- Distributor Leverman $42.58 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Ditch Witch Or Similar $42.58 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Dope Pots (power Agitated $42.58 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Dozer / Tractor (up To D-6 Or $43.19 7B 1M 8D Underground Sewer & Water Equivalent) And Traxcavator Grant Power Equipment Operators- Dozer / Tractors (d-6 & $43.79 7B 1M 8D Underground Sewer & Water Equivalent & Over) Grant Power Equipment Operators- Dozer, 834 R/t & Similar $43.79 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Drill Doctor $43.79 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Driller Licensed $45.16 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Drillers Helper $42.26 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Drilling Equipment (8 inch Bit $43.51 7B 1M 8D Underground Sewer & Water & Over - Robbins, Reverse Circulation & Similar) Grant Power Equipment Operators- Drills (churn, Core, Calyx Or $43.35 7B 1M 8D Underground Sewer & Water Diamond) Grant Power Equipment Operators- Elevating Belt (holland Type) $44.06 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Elevating Belt-type Loader $43.19 7B 1M 8D Underground Sewer & Water (euclid, Barber Green & Similar) Grant Power Equipment Operators- Elevating Grader-type Loader $43.19 7B 1M 8D Underground Sewer & Water (dumor, Adams Or Similar) Grant Power Equipment Operators- Elevator Hoisting Materials $42.58 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Equipment Serviceman, $43.35 7B 1M 8D Underground Sewer & Water Greaser & Oiler Grant Power Equipment Operators- Fireman & Heater Tender $42.26 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Fork Lift Or Lumber Stacker, $42.58 7B 1M 8D Underground Sewer & Water Hydra-life & Similar Grant Power Equipment Operators- Generator Plant Engineers $43.19 7B 1M 8D Underground Sewer & Water (diesel Or Electric) Grant Power Equipment Operators- Gin Trucks (pipeline) $42.58 7B 1M 8D Underground Sewer & Water Grant Grade Checker $43.51 7B 1M 8D

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 Page 15 of 20

Power Equipment Operators- Underground Sewer & Water Grant Power Equipment Operators- Gunite Combination Mixer & $43.19 7B 1M 8D Underground Sewer & Water Compressor Grant Power Equipment Operators- H.d. Mechanic $44.06 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- H.d. Welder $44.06 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Heavy Equipment Robotics $44.06 7B 1M 8D Underground Sewer & Water Operator Grant Power Equipment Operators- Helicopter Pilot $45.16 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Helper, Mechanic Or Welder, $42.26 7B 1M 8D Underground Sewer & Water H.D Grant Power Equipment Operators- Hoe Ram $43.51 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Hoist (2 Or More Drums Or $43.35 7B 1M 8D Underground Sewer & Water Tower Hoist) Grant Power Equipment Operators- Hoist, Single Drum $42.58 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Hydraulic Platform Trailers $44.06 7B 1M 8D Underground Sewer & Water (goldhofer, Shaurerly And Similar) Grant Power Equipment Operators- Hydro-seeder, Mulcher, $42.26 7B 1M 8D Underground Sewer & Water Nozzleman Grant Power Equipment Operators- Lime Batch Tank Operator $43.79 7B 1M 8D Underground Sewer & Water (recycle Train) Grant Power Equipment Operators- Lime Brain Operator (recycle $43.79 7B 1M 8D Underground Sewer & Water Train) Grant Power Equipment Operators- Loader (360 Degrees Revolving $44.06 7B 1M 8D Underground Sewer & Water Koehring Scooper Or Similar) Grant Power Equipment Operators- Loader Operator (front-end & $43.79 7B 1M 8D Underground Sewer & Water Overhead, 4 Yds. Incl. 8 Yds.) Grant Power Equipment Operators- Loaders (bucket Elevators And $42.58 7B 1M 8D Underground Sewer & Water Conveyors) Grant Power Equipment Operators- Loaders (overhead & Front- $44.06 7B 1M 8D Underground Sewer & Water end, Over 8 Yds. To 10 Yds.) Grant Power Equipment Operators- Loaders (overhead & Front- $43.35 7B 1M 8D Underground Sewer & Water end, Under 4 Yds.. R/t) Grant Power Equipment Operators- Loaders (overhead And Front- $45.16 7B 1M 8D Underground Sewer & Water end, 10 Yds. & Over) Grant Power Equipment Operators- Locomotive Engineer $43.19 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Longitudinal Float $42.58 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Master Environmental $44.06 7B 1M 8D Underground Sewer & Water Maintenance Technician Grant Power Equipment Operators- Mixer (portable - Concrete) $42.58 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Mixermobile $43.19 7B 1M 8D Underground Sewer & Water

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 Page 16 of 20

Grant Power Equipment Operators- Mobile Crusher Operator $43.79 7B 1M 8D Underground Sewer & Water (recycle Train) Grant Power Equipment Operators- Mucking Machine $43.19 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Multiple Dozer Units With $43.79 7B 1M 8D Underground Sewer & Water Single Blade Grant Power Equipment Operators- Pavement Breaker, Hydra- $42.58 7B 1M 8D Underground Sewer & Water hammer & Similar Grant Power Equipment Operators- Paving (dual Drum) $43.51 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Paving Machine (asphalt And $43.79 7B 1M 8D Underground Sewer & Water Concrete) Grant Power Equipment Operators- Piledriving Engineers $43.51 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Plant Oiler $42.26 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Posthole Auger Or Punch $43.19 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Power Broom $42.58 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Pump (grout Or Jet) $43.19 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Pumpman $42.26 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Quad-track Or Similar $43.79 7B 1M 8D Underground Sewer & Water Equipment Grant Power Equipment Operators- Railroad Ballast Regulation $42.58 7B 1M 8D Underground Sewer & Water Operator (self-propelled) Grant Power Equipment Operators- Railroad Power Tamper $42.58 7B 1M 8D Underground Sewer & Water Operator (self-propelled) Grant Power Equipment Operators- Railroad Tamper Jack $42.58 7B 1M 8D Underground Sewer & Water Operator (self-propelled) Grant Power Equipment Operators- Railroad Track Liner Operator $43.51 7B 1M 8D Underground Sewer & Water (self-propelled) Grant Power Equipment Operators- Refrigeration Plant Engineer $43.51 7B 1M 8D Underground Sewer & Water (1000 Tons & Over) Grant Power Equipment Operators- Refrigeration Plant Engineer $43.35 7B 1M 8D Underground Sewer & Water (under 1000 Ton) Grant Power Equipment Operators- Rollerman (finishing Asphalt $43.79 7B 1M 8D Underground Sewer & Water Pavement) Grant Power Equipment Operators- Rollers, All Types On $42.26 7B 1M 8D Underground Sewer & Water Subgrade, Including Seal And Chip Coating (farm Type, Case, John Deere And Similar,or Compacting Vibrator), Except When Pulled B Grant Power Equipment Operators- Roto Mill (pavement Grinder) $43.79 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Rotomill Groundsman $43.35 7B 1M 8D Underground Sewer & Water Grant $44.06 7B 1M 8D

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 Page 17 of 20

Power Equipment Operators- Rubber-tired Scrapers Underground Sewer & Water (multiple Engine With Three Or More Scrapers) Grant Power Equipment Operators- Rubber-tired Skidders (r/t $43.35 7B 1M 8D Underground Sewer & Water With Or Without Attachments) Grant Power Equipment Operators- Scrapers, All, Rubber-tired $43.79 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Screed Operator $43.79 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Shovels (3 Yds. & Over) $44.06 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Shovels (under 3 Yds.) $43.79 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Signalman (whirleys, Highline, $43.51 7B 1M 8D Underground Sewer & Water Hammerheads Or Similar) Grant Power Equipment Operators- Soil Stabilizer (p & H Or $43.19 7B 1M 8D Underground Sewer & Water Similar) Grant Power Equipment Operators- Spray Curing Machine $42.58 7B 1M 8D Underground Sewer & Water (concrete) Grant Power Equipment Operators- Spreader Box (self-propelled) $42.58 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Spreader Machine $43.19 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Steam Cleaner $42.26 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Straddle Buggy (ross & Similar $42.58 7B 1M 8D Underground Sewer & Water On Construction Job Only) Grant Power Equipment Operators- Surface Heater & Planer $43.35 7B 1M 8D Underground Sewer & Water Machine Grant Power Equipment Operators- Tractor (farm Type R/t With $42.58 7B 1M 8D Underground Sewer & Water Attachments, Except Backhoe) Grant Power Equipment Operators- Traverse Finish Machine $43.19 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Trenching Machines (7 Ft. $43.79 7B 1M 8D Underground Sewer & Water Depth & Over) Grant Power Equipment Operators- Trenching Machines (under 7 $43.35 7B 1M 8D Underground Sewer & Water Ft. Depth Capacity) Grant Power Equipment Operators- Tug Boat Operator $43.79 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Tugger Operator $42.58 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Turnhead (with Re-screening) $43.35 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Turnhead Operator $43.19 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Ultra High Pressure Wateriet $44.06 7B 1M 8D Underground Sewer & Water Cutting Tool System Operator, (30,000 Psi) Grant Power Equipment Operators- Vactor Guzzler, Super Sucker $43.79 7B 1M 8D Underground Sewer & Water Grant $44.06 7B 1M 8D

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 Page 18 of 20

Power Equipment Operators- Vacuum Blasting Machine Underground Sewer & Water Operator Grant Power Equipment Operators- Vacuum Drill (reverse $43.35 7B 1M 8D Underground Sewer & Water Circulation Drill Under 8" Bit) Grant Power Equipment Operators- Welding Machine $42.26 7B 1M 8D Underground Sewer & Water Grant Power Equipment Operators- Whirleys & Hammerheads, All $44.06 7B 1M 8D Underground Sewer & Water Grant Power Line Clearance Tree Journey Level In Charge $50.02 5A 4A Trimmers Grant Power Line Clearance Tree Spray Person $47.43 5A 4A Trimmers Grant Power Line Clearance Tree Tree Equipment Operator $50.02 5A 4A Trimmers Grant Power Line Clearance Tree Tree Trimmer $44.64 5A 4A Trimmers Grant Power Line Clearance Tree Tree Trimmer Groundperson $33.67 5A 4A Trimmers Grant Refrigeration & Air Journey Level $27.67 1 Conditioning Mechanics Grant Residential Brick Mason Journey Level $47.64 5A 1M Grant Residential Carpenters Journey Level $13.86 1 Grant Residential Cement Masons Journey Level $11.50 1 Grant Residential Drywall Journey Level $17.49 1 Applicators Grant Residential Drywall Tapers Journey Level $14.00 1 Grant Residential Electricians Journey Level $22.95 1 Grant Residential Glaziers Journey Level $13.80 1 Grant Residential Insulation Journey Level $11.50 1 Applicators Grant Residential Laborers Journey Level $11.50 1 Grant Residential Marble Setters Journey Level $47.64 5A 1M Grant Residential Painters Journey Level $13.52 1 Grant Residential Plumbers & Journey Level $21.17 1 Pipefitters Grant Residential Refrigeration & Air Journey Level $21.17 1 Conditioning Mechanics Grant Residential Sheet Metal Journey Level (Field or Shop) $26.53 1 Workers Grant Residential Soft Floor Layers Journey Level $22.77 1 Grant Residential Sprinkler Fitters Journey Level $16.84 1 (Fire Protection) Grant Residential Stone Masons Journey Level $47.64 5A 1M Grant Residential Terrazzo Workers Journey Level $11.50 1 Grant Residential Terrazzo/Tile Journey Level $17.00 1 Finishers Grant Residential Tile Setters Journey Level $11.50 1 Grant Roofers Journey Level $26.11 1 Grant Sheet Metal Workers Journey Level (Field or Shop) $52.46 6Z 1B

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 Page 19 of 20

Grant Sign Makers & Installers Journey Level $62.96 7F 1E (Electrical) Grant Sign Makers & Installers (Non- Journey Level $14.65 1 Electrical) Grant Soft Floor Layers Journey Level $22.77 1 Grant Solar Controls For Windows Journey Level $11.50 1 Grant Sprinkler Fitters (Fire Journey Level $53.00 7J 1R Protection) Grant Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) Grant Stone Masons Journey Level $47.64 5A 1M Grant Street And Parking Lot Journey Level $14.00 1 Sweeper Workers Grant Surveyors All Classifications $28.57 Null 1 Grant Telecommunication Journey Level $17.65 1 Technicians Grant Telephone Line Construction - Cable Splicer $40.52 5A 2B Outside Grant Telephone Line Construction - Hole Digger/Ground Person $22.78 5A 2B Outside Grant Telephone Line Construction - Installer (Repairer) $38.87 5A 2B Outside Grant Telephone Line Construction - Special Aparatus Installer I $40.52 5A 2B Outside Grant Telephone Line Construction - Special Apparatus Installer II $39.73 5A 2B Outside Grant Telephone Line Construction - Telephone Equipment $40.52 5A 2B Outside Operator (Heavy) Grant Telephone Line Construction - Telephone Equipment $37.74 5A 2B Outside Operator (Light) Grant Telephone Line Construction - Telephone Lineperson $37.74 5A 2B Outside Grant Telephone Line Construction - Television Groundperson $21.60 5A 2B Outside Grant Telephone Line Construction - Television $28.68 5A 2B Outside Lineperson/Installer Grant Telephone Line Construction - Television System Technician $34.10 5A 2B Outside Grant Telephone Line Construction - Television Technician $30.69 5A 2B Outside Grant Telephone Line Construction - Tree Trimmer $37.74 5A 2B Outside Grant Terrazzo Workers Journey Level $40.90 5A 1M Grant Tile Setters Journey Level $40.90 5A 1M Grant Tile, Marble & Terrazzo Journey Level $33.33 5A 1M Finishers Grant Traffic Control Stripers Journey Level $45.43 7A 1K Grant Truck Drivers Dump Truck $26.09 1 Grant Truck Drivers Dump Truck And Trailer $26.09 1 Grant Truck Drivers Other Trucks $27.84 1

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 Page 20 of 20

Grant Truck Drivers Transit Mixer $11.50 1 Grant Well Drillers & Irrigation Pump Irrigation Pump Installer $13.61 1 Installers Grant Well Drillers & Irrigation Pump Oiler $11.50 1 Installers Grant Well Drillers & Irrigation Pump Well Driller $18.00 1 Installers

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/25/2018 ************************************************************************************************************ Overtime Codes

Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker.

1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.

B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage.

E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage.

G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four- ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.

J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.

K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.

M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

Overtime Codes Continued

1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage.

P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.

Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage.

R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.

S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage.

U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage.

V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage.

W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.

X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage.

Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.

Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay.

Overtime Codes Continued

2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.

B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.

C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage.

F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage.

G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay.

H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.

O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage.

R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage.

U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage.

W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten- hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage.

3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.

A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.

C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.

Overtime Codes Continued

3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate.

F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay.

H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay.

I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week (Monday through Friday,) or a four day-ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.

A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage.

B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage.

C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay.

Overtime Codes Continued

4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew.

EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates:

The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage.

All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage.

E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.

G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage.

Holiday Codes

5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7).

B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8).

C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8).

Holiday Codes Continued

5. D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8).

H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6).

I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).

J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7).

K. Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9).

L. Holidays: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8).

N. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9).

P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday.

Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).

R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2).

S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7).

T. Paid Holidays: New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9).

Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8).

6. A. Paid Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8).

E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half- Day On Christmas Eve Day. (9 1/2).

G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11).

Holiday Codes Continued

6. H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7).

T. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9).

Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday.

7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day.

B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.

H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

Holiday Codes Continued

7. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

M. Paid Holidays: New Year's Day, The Day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.

P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.

Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day.

R. Paid Holidays: New Year's Day, the day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.

S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.

Holiday Codes Continued

T. Paid Holidays: New Year's Day, the Day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

Note Codes

8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.

L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25.

M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50.

N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25.

P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50.

Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid.

R. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012.

S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.

T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.

Note Codes Continued

8. U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do “pioneer” work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour.

V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay.

Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet.

Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’ - $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’.

W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description.

PART 6

APPENDIX APPENDIX A

PROPERTY RELEASE PROPERTY RELEASE

______(Owner's Name)

______(Property Address)

______

DATE:______

I, ______, owner of ______(Property Owner's Name) (Property

______, hereby release (Description or Address)

______, from any property (Contractor's Name) damage or personal injury resulting from construction adjacent to or on my property located at ______, (Property Address) during construction of the 2018 SOAP LAKE STREET IMPROVEMENTS. My signature below is my acknowledgment and acceptance that my property, as identified above, was returned to a satisfactory condition.

Name: ______

Signed: ______

Address: ______

______

Phone: ______