Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 22-089 - TITAN EARTHWORK, LLCRETURN TO: PW ADMIN EXT: 2700 ID #: 4211
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIv: PUBLIC WORKS / Engineering
.2. ORIGINATING STAFF PERSON: Jeff Huynh EXT: 2721 3. DATE REQ. BY:
3. TYPE OF DOCUMENT (CHECK ONE):
p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
0 CONTRACT AMENDMENT (AG#): 22-089 ❑ INTERLOCAL
❑ OTHER
a. PROJECT NAME: 36233: Adaptive Traffic Signal Control - City Center - Phase 2
s. NAME OF CONTRACTOR: TITAN Earthwork, LLC
ADDRESS:1585 Valentine Ave SE, Pacific, WA 98047 TELEPHONE:206-325-3004
E-MAIL: estimating_titanearth.com FAX:
SIGNATURE NAME: Steve Greiling TrrLE: Member
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. I / /
7. TERM: COMMENCEMENT DATE: 3 * Z3 COMPLETION DATE: 1 vd CfJV
8. TOTAL COMPENSATION: $796,619.70 ($778,280.00+$18,339.70) (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: C36233-26500
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
8 PROJECT MANAGER JH/3/3/2023
8 DIVISION MANAGER gm o=
Dm: tuna.ct.`..,M.M
xeax.een.-
❑ DEPUTY DIRECTOR DSW 313123
❑ DIRECTOR EJW 3/6/2023
❑ RISK MANAGEMENT (IF APPLICABLE)
A LAW DEPT KVA 3/6/2023
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING 7��3
❑ 2 SENT TO VENDOR/CONTRACTOR DATE SENT: J 23 DATE REC' D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
SIGNATORY (MAYO OR IRECTOR) i �Z
CITY CLERK
ASSIGNED AG # #
❑ SIGNED COPY RETURNED DATE SENT:
COMME
EXECJJTEl " ORIGINALS
P2020
36233
PROJECT NUMBER
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG# 22-089
AGREEMENT NUMBER
01
CHANGE ORDER NUMBER
ADAPTIVE TRAFFIC SIGNAL CONTROL — CITY CENTER —
PHASE 2
PROJECT TITLE
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
3 1 01 /:2.3
EFFECTIVE DATE
TITAN Earthwork, LLC
CONTRACTOR
1) CCTV Camera and Connectors:
As part of the material submittal, TITAN Earthwork, LLC notified the City of the discrepancy
between plan sheets (TS1 and TS2) and the lump sum bid items. Plan sheet TS1 (8th Ave S and
S 320th St) and TS2 (11th Pls S & 13th Ave S & S 324th St) depicted (2) CCTV cameras at each
location but the lump sum bid did not specify CCTV cameras for bid item #10 (8th Ave S and S
320th St) and #11 (11th Pls S & 13th Ave S & S 324th St). Revise scope to add (2) CCTV cameras
for bid item #10 (8th Ave S and S 320th St) and (2) CCTV cameras for bid item #11 (11th Pls S &
13th Ave S & S 324th St) per plan sheets TS1 and TS2. Flagging, Other Temporary Traffic Control
Labor, Sequential arrow sign to be tracked via bid items 5, 6, and 7.
This change order adds the work as described above for the project.
Measurement and Payment:
See attachment cost prepared by TITAN Earthwork, LLC for (4) CCTV Cameras and associated
equipment.
Schedule "A" - Revise Bid Item #10 (Traffic 8th Ave S and S 320th St) Lump Sum to include
cameras, connectors and associated equipment and labor.
Measurement and Payment for Schedule "A" — Lump Sum Bid Item #10 will be paid at a unit rate
of $108,169.85 Lump Sum.
Original cost - $99,000
Change order #1 - $9,169.85
Total = $108,169.85
Schedule "A" — Revise Bid Item #11 (11th Pls S & 13th Ave S & S 324th St) Lump Sum to include
cameras, connectors and associated equipment and labor.
Measurement and Payment for Schedule "A" — Lump Sum Bid Item #11 will be paid at a unit rate
of $70,169.85 Lump Sum.
Original cost - $61,000
Change order #1 - $9,169.85
Total cost - $70,169.85
Time Statement:
Two (2) working days will be added to the contract due to this work being on the critical path. The
contractor requested (3) additional working days and the City reduced to only (2) based on the
expected hours to complete the work.
The time provided for completion in the Contract is
❑ Unchanged
N Increased by 2 Working Day(s)
❑ Decreased by_ Working Day(s)
ADAPTIVE TRAFFIC SIGNAL CONTROL
CHANGE ORDER # 1 CITY CENTER — PHASE 2 PROJECT
CITY OF FEDERAL WAY
This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No
If "Yes" Will the Policies Be Extended? ❑ Yes ® No
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ADD Schedule Cost break down
TOTAL NET CONTRACT: $796,619.70
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
NEW CONTRACT AMOUNT
NCREASE $18,339.70
$778,280.00
$ 0.00
$ 18,339.70
$796.619.70
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications,
and with the understanding that all materials, workmanship and measurements shall be in accordance with
the provisions of the standard specifications, the contract plans, and the special provisions governing
the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver
of any and all claims by the."ntractor arising out of, or relating in any way to, the Work identified, to be
performed, or deleted pursuan to Change Order except as specifically described in this Change Order.
3/9/2023
CON TOR'S SIGN TURE DATE
PUBLI ORKS DIRECTOR
CHANGE ORDER # 1
CITY OF FEDERAL WAY
DAIL
ADAPTIVE TRAFFIC SIGNAL CONTROL
CITY CENTER — PHASE 2 PROJECT
L
PROJECT: Adaptive TrafficlCity Center Ph 2
Date Pricing Compiled:
10/17/2022
CONTRACT WITH: City of Federal Way
Dole Work Performed:
TBD - 2023
WORK DESCRIPTION: ROM for the cost to keep the the (2) CCTV cameras at 81h Ave S and S 320th SL and the (2) CCTV cameras at 11th Pls S & 13th Ave S & S 324rh
SL per plan sheets TS1 and TS2. Pricing to be added to bid items 10 and 11. Original bid did not include separate bid items for the CCTV cameras like bid items 21 and 22
=ogg:rJ Other Temporary Traffic Control Labor, Sequential arrow sign to be tracked via bid items 5- 6 and 7
Change or Issue
Tracking A;
CE-001
Added Contract
Days Regtxstad:
a 2
LABOR COST - —TOTAL
CLASSIFICATION REG- I O.T. DT Swing Night
I REG.
OT I DT
Smnq
Night
COST
.46 - JW Elect 16.001
1 105.33
1 159-701
I
1,685.27
46-Apprentice L3
1 61.021
90.75 1 11312
75.17
U-43.
97S-33
TOTAL LABOR COST
2.661.61
EQUIPMENT COSTS HOURS
DESCRIPTION I CLASSIFICATION UTILIZED ISTANDE4UTILIZED
RATE
TOTAL
I STANDBY
COST
Bucket Truck - 42' workl - Ve Iifl I 16 00 j
1 38 10 ' 2585
609.55
TOTAL EQUIPMENT COST
609.55
MATERIAL, TAL, DISPOSAL AND SERACES
TOTAL
DESCWPTION QTY:
UNITS: SWNIT:
COST
MI CCTV Cameras, associ9ted equipment and turn on assitance 1-00
LS 13,6e6.2a
13686.24
TOTAL MATERIALS REN TAL AND DISPOSAL
13686.24
DIRECT SUBCONTRACTORSIOTHER
TOTAL
DESCRIPTION OTY:
UNITS: UNIT PRICE
COST
TOTAL SUBCONTRAC TOR COST
04 RECT REIMOURSEMENT AnDITI ON s 1 CREDiTs
TOTAL
DESCRIPTION I QTY:
UNITS: UNIT PRICE
COST
TOTAL OTHER COST
USE)SALES TAX ON PERMANENT MATERIALS (it not ldeddlled shovel
10.10 i
1,3ffi.31
WSST if a ilcable
0.0
GRAND TOTAL
S 18 338.70
NOTES
1. SEE SHEET TSNO1 FOR GENERAL NOTES AND LEGEND
CONSTRUCTION NOTES
Q2 INSTALL HYBRID RACARMDEO DETECTION CAMERA ON EXISTING SIGNAL MAST ARM PER MANUFACTURERS
RECOMMENDATION, INCLUDING ALL ASSOCIATED CONDUCTORS. MOUNTING BRACKETS, AND ASSOCIATED
EQUIPMENT. ROUTE NEW CONDUCTOR TO EXISTING TRAFFIC SIGNAL CONTPOLLER CABINET THROUGH EXISTING
CONDUITS AND JUNCTION BOXES. TERMINATE CONDUCTOR IN HYBRID RADARMDEO DETECTION CONTROL UNIT
Q3 INSTALL HYBRID RADAR/VIDEO DETECTION CONTROL UNIT IN EXISTING TRAFFIC SIGNAL CONTROLLER CABINET.
® CONFIGURE STOP LINE, FILTER, EXIT, AND ADVANCE DETECTION ZONES AS SHOWN ON THIS SHEET AND ON
SHEET TSNO1.
OS MAINTAIN AND PROTECT EXISTING TRAFFIC SIGNAL CONTROLLER CABINET.
O7 ABANDON EXISTING INDUCTION LOOP DETECTOR. REMOVE EXISTING LOOP LEAD-IN CABLES BACK TO EXISTING
TRAFFIC SIGNAL CONTROLLER CABINET.
® REMOVE AND REPLACE EXISTING VEHICLE SIGNAL HEAO CONDUCF.0N5 BETWEEN THE EXSTING TERMINAL CABINET
AND THE EXISTING TRAFFIC SIGNAL CONTROLLER CAOLNLT.. MA?CN EXISTING TERMINATIONS- 7jERMINATIDNS SHALL
AiC7 PeVE YULIV-SENx]R CC1Y. :AW,iN 0!I=11%OMF .L1M1!iWR1:.LHSf. ANY
gATlw4 +IIR+JaMn Au..AS�D(,yA7EQ.cOMn11C[UL.,°. MOl?T+[V1p SRAr� �..A*n
mm tiGI�CuCTIkiS Td LYSTWC TRFF:TO ".CJWL ZANTRC)lFA CAl4N_
0 JUNpDN Belo. •(1iry}tfAlt N ;'".STINT. POT. i?�L141ET 511rrC,r
pRrm t'* •-rmfG:s'dgiA
CaR*WW OW ?0V sum
Nmc.y Cf lv CINIICN%
k,
EXISTING TRAFFIC
[FULLY
NAL SHALL REMAIN
OPERATIONAL AT
ALL TIMES
CALL 48 HOURS
BEFORE YOU DIG
1-800-424-5555
r •..
I
,ram -
T1=V
A
µTl lYl "Tjl `
—~
RACEWAY LOOP
NO CONDOR 2C(SH;
SIZE'
kEX NI
5
j - • ALL NEW CONDUIT SH
I ! 1 (R) REMOVE EXISTING CON
L� Lr C � ally
C--;ally
LA.I�r+v—�1�1
0
DATE
REVISION
BY
DATE
40k
CITY OF
F11
ederalWay
KR3KLAI
DESIGNED BY DON
05/24/2022
DRAWN BY DGN
05/24/2022
REVIEWED BY JC
05/24/2022
s
N
PHASE DIAGRAM
`
3
EXISTING TRAFFIC
SIGNAL SHALL REMAIN
(FULLY OPERATIONAL AT
ALL TIMES
CALL 48 HOURS
BEFORE YOU DIG
a
1-800-424-5555
/
7
F
P- PROTECTED MOVEMENT ` }£ _ 221
rE /
�-.v-► PEDESTRIAN MOVEMENT
211 �---�«-- PERMITTED MOVEMENT 222 ,� ' (� �
212 223
• 9L 213
224 y
k 1
ds0,
/ 3rOp (Nf
RACEW,
NO CONOL
SIZE'
EX, 2
EX 2.
2 EX 3
EX. 3
EX 2.
3
E%, 2 '
EX. 2
4 EX 2.
EX 2-
EX 2-
5
E%. J
EX. 2
6
EX. 2
7 EX. 2
8 E%, 2
9 2" SCH
ALL NEW
(R) REMOVE I
DATE
REVISION
BY
DATE
CITY OF
Fed era l Way
21 9, ,
KIRKLAI
DESIGNED BY DGN
05/24J2022
DRAWN BY DGN
05/24/2022
REVIEWED BY JC
05/24/2022
Washington State
Department of Transportation
Authorized Signatures
List the name and title of those individuals in your organization who are authorized to execute proposals,
contracts, bonds and other documents and/or instruments on behalf of the
organization. Specify if more than
one signature is required.
NOTE:• appear
--Name-C�yped� Signature
do
Steve Greiling
Member
Name (Typed)
eZ�
Signature
Title
Brett McKenzie
fV
Member
Name (Typed)
Signatur _ ss
Title
William Gill
G
Member
Name (Typed)
Signature
Title
Bryan Bailey
` f:-,
Electrical Division Manager
Name (Typed)
Signatu `',
J
Title
Name (Typed)
Signature
Title
Name (Typed)
Signature
Title
Name (Typed)
Signature
Title
Name (Typed)
Signature
Title
Name (Typed)
Signature
Title
Name (Typed)
Signature
Title
The undersigned, being duly sworn, deposes and says that the foregoing is a true statement of facts
concerning the individual, corpration, co -partnership or joint venture herein
named, as of the date indicated:
Name of Firm - Be Exact
TITAN Earthwork LLC
Sworn to before me this
day of
0 I& 1100,5
Authorized &OT1alure[sj
o3'2 7.2�+
_ RoxgR�a
1
n' g•� N•
LIC
J
o'C
*Not
W.41nS . k 1 \\\ Notary Seal
Corporate: Seal(s)
— a corporation
DOT Forth 420-007 EF "(0111111111"
Revised 10102
RETURN TO: PW ADMIN EXT: 2700 ID #: 4099 / 4128
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Traffic
2.
3.
ORIGINATING STAFF PERSON: Sarady Long . EXT: 2743 3. DATE REQ. BY:
TYPE OF DOCUMENT (CHECK ONE):
® CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT © SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL
❑ OTHER
4. PROJECT NANIE: Adaptive Traffic Signal Control -City Center -Phase 2
5. NAME OF CONTRACTOR: TITAN Earthwork, LLC
ADDRESS: 1585 Valentine Ave SE, Pacific VITA 9804.7 TELEPHONE: 206-325-3004
E-MAIL: stlmatin tl rth.com FAX:
SIGNATURENAME: Steve Greilin TITLE: Member
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # 8L, EXP. 12/31/ UBI # , EXP.
7. TERM: COMMENCEMENT DATE: �I J ��� COMPLETION DATE:
8. TOTAL COMPENSATION: $ 778,280 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: C36233-26500
9. DOCUMENT / CONTRACT REVIEW
A PROJECT MANAGER
6 DIVISION MANAGER
A DEPUTY DIRECTOR
A DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
6 LAW DEPT
INITIAL / DATE REVIEWED
SL / 04May2022
C m GJis1
3a-0T00'
DSW 5/11/22
EJW 5/24/2022
KVA 5/24/2022
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE:. 7/11/22
SCHEDULED COUNCIL DATE: 7/19/22
11. CONTRACT SIGNATURE ROUTING
INITIAL / DATE APPROVED
JH/7/20/2022
9 Digilalogesd by ChnsEm Wlb
0� Dale: N22.07251t:14:5607'00'
DSW 7/27122
DSW 7129/22
8/8/22 KVA
COMMITTEE APPROVAL DATE: 7/11 /22
COUNCIL APPROVAL DATE: 7/19/22
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 8/3122 DATE REC' D: 8/12/22
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
V',pr f 'loZf,
TTS
d
T:
COMMENTS:
EXECUTE "l, ORIGINALS _
❑ FINANCE DEPARTMENT
,11--L- A W DEPT
SIGNATORY (MAYOR OR DIRECTOR)
Q-Crf-Y CLERK
O ASSIGNED AG #
❑ SIGNED COPY RETURNED
I/2020
1�
CITY
Federalo.
Way
BID AND CONTRACT DOCUMENTS
AND SPECIFICATIONS
FOR
ADAPTIVE TRAFFIC SIGNAL CONTROL - CITY CENTER -
PHASE 2
PROJECT # 36233
RFB # 22-004
GRANT FUNDING # CM-9917(037)
City of Federal Way
Public Works Department
33325 8th Avenue South
Federal Way, WA 98003
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
ADAPTIVE TRAFFIC SIGNAL CONTROL — CITY CENTER — PHASE 2
PROJECT # 36233
RFB # 22-004
GRANT FUNDING # CM-9917(037)
Bids Accepted Until 10.00 a.m., June 17, 2022 at
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
Prepared By:
Transpo Group
12131 113th Ave NE #203
Kirkland, WA 98034
or
The contract plans and specifications for this Project have been reviewed and approved by:
S
Public Works Director/Deputy Public Works Director
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB-i PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
TABLE OF CONTENTS
PAGE
ADVERTISEMENTFOR BIDS...............................................................................................................................3
INSTRUCTIONSTO BIDDERS & CHECKLISTS..................................................................................................5
BIDPROPOSAL.....................................................................................................................................................7
BIDBOND..............................................................................................................................__.............................13
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................14
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS......................................................................15
DBEUTILIZATION CERTIFICATION..................................................................................................................16
DBE WRITTEN CONFIRMATION DOCUMENT..................................................................................................17
DBEBID ITEM BREAKDOWN.............................................................................................................................18
DBEBID ITEM TRUCKING CREDIT...................................................................................................................19
PUBLICWORKS CONTRACT.............................................................................................................................20
SAMPLECONTRACT CHANGE ORDER...........................................................................................................27
CERTIFICATEOF INSURANCE..........................................................................................................................29
PERFORMANCEAND PAYMENT BOND...........................................................................................................30
SPECIALPROVISIONS..........................................................................................................................I....
STANDARDPLANS AND DETAILS............................................................................................................
FHWA1273...............................................................................................................................................................
KING COUNTY, STATE, AND FEDERAL PREVAILING WAGES AND BENEFIT CODE KEY ............................
PROJECTPLANS............................................................................................................. BOUND SEPARATELY
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
RFB-ii PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
ADVERTISEMENT FOR BIDS
ADAPTIVE TRAFFIC SIGNAL CONTROL - CITY CENTER - PHASE 2
SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way will receive sealed bids
through June 17, 2022, at 10:00 a.m. at the City Hall Finance Department at 33325 8th Avenue South, Federal
Way, Washington 98003.
Proposals received after said date and time will not be considered. All timely bids will be opened and read
publicly aloud via a remote meeting at 10:05 a.m. on June 17, 2022.
The remote meeting can be accessed at www.Zoom.us by clicking on "Join a Meeting" and entering Meeting ID:
844 0541 3357 and Passcode: 170734 or by telephone at (253) 215-8782
This project shall consist of: furnishing and installing traffic signal system detection improvements at various
intersections throughout the City of Federal Way, in support of its upcoming SCOOT Adaptive Signal Control
(ASC) system.
The City anticipates awarding this project to the successful bidder and intends to give Notice to Proceed as
soon as the Contract and all required documents are executed in full. Regardless of the date of award or Notice
to Proceed, the Contractor must complete all work within 45 working days.
BID DOCUMENTS: Plans, Specifications, Addenda, and plan holders list are available on-line through Builders
Exchange of Washington at www.bxwa.com. Click on: "Posted Projects," "Public Works," and "City of Federal
Way." It is recommended that Bidders "Register" in order to receive automatic e-mail notification of future
addenda and to place themselves on the "Bidders List." Bidders that do not register will need to periodically
check on-line for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303
if you require assistance with access or registration. An informational copy of plans, specifications, and
addenda are available for viewing only at the City of Federal Way Finance Department.
QUESTIONS: Any questions must be directed to Sarady Long, Senior Traffic Engineer, by email at
Sarady.Long(a7cityoffederalwag.caiii, or by letter addressed to same. Questions must be received by the City no
later than 5:00 p.m. three business days preceding the bid opening to allow a written reply to reach all
prospective Bidders before the submission of bids.
OTHER PROVISIONS: All bids and this Project shall be governed by the Contract, as defined by the
Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal
Construction 2022 (Standard Specifications), which is incorporated by this reference as though set forth in full.
All bid proposals shall be in accordance with the Contract and all bid proposals shall be accompanied by a bid
deposit or bond in the amount required in the Contract. Forfeiture of the proposal bond or deposit to the City
shall be in accordance with the Contract.
The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4
and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination
in Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies
all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement,
disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids
in response to this invitation and will not be discriminated against on the grounds of race, color, national origin,
or sex in consideration for an award. The City encourages minority and women -owned firms to submit bids
consistent with the City's policy to ensure that such firms are afforded the maximum practicable opportunity to
compete for and obtain public contracts.
The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor
irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB-3 PROJECT #36233 I RFB #22-004
CFW RFS VERSION 2021-DEC
DATES OF PUBLICATION:
Daily Journal of Commerce Publish May 27, 2022 and June 3, 2022
Federal Way Mirror Publish May 27, 2022 and June 3, 2022
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB-4 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
INSTRUCTIONS TO BIDDERS & CHECKLISTS
(1) ADVERTISEMENT FOR BIDS AND CONTRACT DOCUMENTS
The Advertisement for Bids and Contract Documents contain bidder instructions that must be complied
with.
(2) EXAMINATION OF BID AND CONTRACT DOCUMENTS — BIDDER RESPONSIBILITIES
The submission of a bid shall constitute an acknowledgment upon which the City may rely that the
bidder has thoroughly examined and is familiar with the bid and Contract Documents, the Project site,
the availability of materials and labor, publically available information, and has reviewed and inspected
all applicable federal, state, and local statutes, regulations, ordinances and resolutions dealing with or
related to the equipment and/or services to be provided herein. The failure or neglect of a bidder to
examine such documents, statutes, regulations, ordinances or resolutions shall in no way relieve the
bidder from any obligations with respect to the bidder's bid or the contract documents. No claim for
additional compensation will be allowed which is based upon a lack of knowledge of any contract
documents, statutes, regulations, ordinances or resolutions. Bidders shall visit delivery and service
locations(s) as required. Bidders shall become familiar with and verify any environmental factors, which
may impact current or future prices for this requirement.
(3) INTERPRETATION OF BID AND CONTRACT DOCUMENTS
No oral clarifications, interpretations, or representation will be made to any bidder as to the meaning of
the bid or Contract Documents. Bidders shall not rely upon any oral statement or conversation they may
have with City's employees, agents, representatives, consultants, or design professionals regarding the
Contract Documents, whether at the pre -bid meeting or otherwise and no oral communications will be
binding upon the City. Any questions must be directed to Sarady Long, Senior Traffic Engineer, by email
at Sara dv.Long(d)citvoffederalway.corn, or by letter addressed to same. The questions must be received
by the City no later than 5:00 p.m. three business days preceding the bid opening to allow a written
reply to reach all prospective Bidders before the submission of their bids. Any interpretation deemed
necessary by the City will be in the form of an Addendum to the bid documents and when issued will be
sent as promptly as is practical to all parties to whom the bid documents have been issued. All such
Addenda shall become part of the bid.
(4) BID PRICE
The bid price shall include everything necessary for the completion of the Contract and the Work
including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all
management, superintendence, labor and service, except as may be provided otherwise in the Contract
Documents. All Washington State sales tax and all other government taxes, assessments and charges
shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety
(90) days after the bid opening.
(5) POSTPONEMENT OF BID OPENING
The City reserves the right to postpone the date and time for the opening of bids by Addendum at any
time prior to the bid opening date and time announced in these documents.
(6) REJECTION OF BIDS
The City reserves the right to reject any bid for any reason including, but not limited to, the reasons
listed in Special Provisions Section 1-02.13. The City further reserves the right to reject any portion of
any bid and/or to reject all bids. In consideration for the City's review and evaluation of its bid, the bidder
waives and releases any claims against the City arising from any rejection of any or all bids. If, in the
opinion of the City, there is reason to believe that collusion exists among bidders, none of the bids of the
participants in such collusion will be considered.
(7) RECYCLED PRODUCTS
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB-5 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
The Contractor shall use recycled paper for proposals and for any printed or photocopied material
created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for
reports submitted to the City whenever practicable.
(8) BIDDER'S CHECKLIST
The bidder's attention is especially called to the following forms, which must be executed in full as
required. Failure to comply may result in rejection of any bid not so complying.
❑ Bid Proposal: The Bid Proposal shall be completed and fully executed, including filling in the
total bid amount.
❑ Bid Bond: This form is to be executed by the bidder (and the surety company as appropriate,
depending upon the option selected by the bidder).
❑ Contractor Certification — Wage Law Compliance: This form shall be filled in and fully
executed by the bidder.
❑ Proposal for Incorporating Recycled Materials: This form shall be filled in and executed by
the bidder.
❑ DBE Utilization Certification: This form shall be filled in by the bidder.
❑ DBE Written Confirmation: Part A of this form shall be filled in by the bidder and Part B shall
be signed by UDBE firm.
(9) CONTRACT CHECKLIST
The following documents are to be executed and delivered to the City after the Bid is awarded:
Public Works Contract: The successful bidder will fully execute and deliver to the City the
Public Works Contract ("Contract") from these Bid Documents.
F 1 Certificate of Insurance: The successful bidder will provide a Certificate of Insurance
evidencing the insurance requirement set forth in the Contract.
❑ Performance/Payment Bond: The successful bidder will provide a fully executed
Performance/Payment Bond as appropriate.
Business License: The successful bidder will provide a copy of a current Business License
with the City of Federal Way.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB-6 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
BID PROPOSAL
ADAPTIVE TRAFFIC SIGNAL CONTROL - CITY CENTER - PHASE 2
PROPOSAL SUBMITTED TO:
City of Federal Way
33325 8th Ave South
Federal Way, Washington 98003-6325
PROPOSAL SUBMITTED BY:
Bidder: TITAN Earthwork, LLC
Full Legal Name of Firm
Contact: Steve Greiling
Individual with Legal Authority to sign Bid and Contract
Address: 1585 Valentine Ave SE
Street Address
Pacific. WA 98047
City, State Zip
Phone: 206-325-3004
E-Mail: estimating@titanearth.com
Select One of the Following ❑ Corporation
4� Partnership.
❑ Individual
❑ Other
State Contractor's License No.. TITANEL936CO
State Contractor's License Expiration Date: 06 > > 2023
Month Day Year
State UBI No . 602-605-763
State Worker's Comp. Account No, 129,376-00
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB-7 PROJECT #362331 RFB #22-004
CFW RFB VERSION 2021-DEC
NOTE. All entries shall be written in ink or typed. Unit prices for all items, all extensions, and total amount of bid shall be
shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including for whole dollar
amounts). All figures must be clearly legible. Bids with illegible figures in the unit price column will be regarded as
nonresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall
prevail, and totals shall be corrected to conform thereto. The Bidder shall complete this entire Bid Form or this bid may be
considered non -responsive. The City may correct obvious mathematical errors. The City of Federal Way reserves the right
to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder
meets the criteria set forth in the bid documents.
SCHEDULE A: ROADWAY IMPROVEMENTS (BASE BID)
All unit prices shall include applicable sales tax (Roadway Improvements)
Item Spec. Bid Item Description Unit � n Unit Price Amount
No. Div. —
1 1-04.4(1) (MINOR CHANGE FA 1 $10,000 $10,000
2 1-07.15 ISPCC PLAN LS 1 $ 100.00 $ 100.00
3 1-09.7 MOBILIZATION LS 1 $ 76,135.00 $ 76,135.00
4 1-10 TRAFFIC CONTROL SUPERVISOR LS 1 $ 30,000.00 $ 30,000.00
5 1-10 FLAGGERS HR 140 $ 69.00 $ 9,660.00
6 1-10 OTHER TRAFFIC CONTROL LABOR HR 360 �$ 71.00 $ 25,560.00
7 1-10 SEQUENTIAL ARROW SIGN HR 180 $ 3.50 $ 630.00
_1
8 1-10 OTHER TEMPORARY TRAFFIC LS 1 $ 15,000.00 15,000.00
CONTROL
9 8-02.3 SP PROPERTY RESTORATION FA 1 $5,000 i.:5,000
10 8-20 SP TRAFFIC SIGNAL SYSTEM COMPLETEFLS
1 $ 99,000.00 99,000.00
- 8TH AVE S & S 320TH ST _
'TRAFFIC SIGNAL SYSTEM COMPLETE
11 8-20 SP -11TH PL S & 13TH AVE S & S 324TH LS 1 $ 6 001 0.00 $ 61,000.00
-- LST
TRAFFIC SIGNAL SYSTEM COMPLETE
12 8-20 SP - PETE VON REICHBAUER WAY S & S LS 1 $ 80,000.00 $ 80,000.00
316TH ST — J
T R,',FFIC SIGNAL SYSTEM COMPLETE'
13 8-20 SP - PETE VON REICHBAUER WAY S & S LS 1 $ 43,000.00 5 43,000.00
1314TH ST
'TRAFFIC SIGNAL SYSTEM COMPLETE'
14 8-20 SP - PETE VON REICHBAUER WAY S & S LS l $ 60,000.00 $ 60,000.00
312TH ST
TRAFFIC SIGNAL SYSTEM COMPLETE
15 8-20 SP _ 23RD AVE S & S 322ND ST LS 1 $ 44,000.00 $ 44,000.00
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
RFB-8 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
16 8-20 SP TRAFFIC SIGNAL SYSTEM COMPLETE LS
-- 23RD AVE S & S 316TH ST
17 8-20 SP TRAFFIC SIGNAL SYSTEM COMPLETE LS
- 23RD AVE S & S 316TH ST
18 8-20 SP TRAFFIC SIGNAL SYSTEM COMPLETE LS
I- 23RD AVE S & S 312TH ST
1 50,000.00 I
f$ 50,000.00
1 1$ 36,000.00 1$ 36,000.00
1 1$ 60,000.00 1$ 60,000.00
TOTAL -SCHEDULE A $ 705,085.00
SCHEDULE B: ATSPM SYSTEM (BASE BID)
All unit prices shall include applicable sales tax (ATSPM System)
Item Spec. Bid Item Description Unit Plan Unit Price
No. Div, J__
19 8-30 SP ATSPM INITIAL SETUP
20 8-30 SPATSPM FIRST YEAR SUBSCRIPTION
(PER INTERSECTION)
Amount
5 16,000.00
EA_L�7 J$ 685.00 $ 32,195.00
TOTAL - SCHEDULE B $ 48,195.00
LS ` 1 $ 16,000.00
SCHEDULEROADWAY IMPROVEMENTS (ALTERNATE A1)
All unit prices shall include applicable sales tax (Roadway Improvements)
Item Spec, Bid Item Description Unit Plan Unit Price Amount
No. Div.
21 8-20 SP CCTV CAMERA INSTALLATION - 23RD LS 1 $ 8,000.00 5 8,000.00
AVE S & S 322ND ST _
TOTAL -SCHEDULE CIS 8,000.00
SCHEDULE D: ROADWAY IMPROVEMENTS (ALTERNATE A2)
All unit prices shall include applicable sales tax (Roadway Improvements)
Item' Spec. Bid Item Description Unit Plan Unit Price Amount
No. Div.
22 8-20 SP CCTV CAMERA INSTALLATION - 23RD LS 1 $ 17,000.00 $ 17,000.00
1 SAVE S & S 312TH ST _ 1 _
I
TOTAL - SCHEDULED $ 17,000.00
BID SUMMARY (BASE BID)
ITEM BID AMOUNT
SCHEDULE A: ROADWAY IMPROVEMENTS $ 705,085.00
(BASE BID)
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
RFB-9 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
SCHEDULE B: ATSPM SYSTEM BASE BID)
TOTAL BID AMOUNT
(including Washington State sales tax, all other
rnnvpmment taxes. assessments and charges}
BID SUMMARY (ALTERNATES)
ITEM
SCHEDULE C: ROADWAY IMPROVEMENT
(ALTERNATE All)
SCHEDULE D: ROADWAY IMPROVEMENTS
$ 48,195.00
$ 753,280.00
BID AMOUNT
g $ 8,000.00
JAL A2) $ 17,000.00
TOTAL BID AMOUNT
(including Washington State sales tax, all other $
government taxes. assessments and chars s)
25,000.00
The documents incorporated by reference, as if fully set forth, are the Advertisement for Bids, the Instructions to
Bidders and Checklists, the Contractor's Bid Proposal (including all forms and supplemental information listed
on the Bidders Checklist), the Contract Documents (including Project PIans, Specifications, and all Appendices,
Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and
supplemental information listed on the Contract Checklist), the version of the Washington State Standard
Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided
to bidders and/or referenced in or referred to by the Contract Documents.
Pursuant to and in compliance with the Advertisement for Bids for the Project, and other documents relating
thereto, the undersigned has carefully examined all of the bid and contract documents, considered conditions
which may affect the delivery, supply and maintenance for the Project, and hereby proposes to furnish all labor,
materials and perform all work as required in strict accordance with the contract documents, for the referenced
bid amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges
as required by law.
NON -COLLUSION AFFIDAVIT
By signing this proposal, the undersigned acknowledges that the person(s), firm, association, or corporation has
(have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise
taken any action in restraint of free competitive bidding in connection with this project.
To report rigging activities, call 1-800-424-9071. The U.S. Department of Transportation (USDOT) operates the
toll -free hotline Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of
possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report such
activities. The hotline is part of USDOT's continuing effort to identify and investigate highway construction
contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information
will be treated confidentially and caller anonymity will be respected.
CONFLICTS OF INTEREST GRATUITIES. & NON-COMPETITIVE PRACTICES
By signing this proposal, the undersigned agrees as follows:
(1) That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest
which conflicts in any manner or degree with the work, services, equipment or materials required to be
performed and/or provided under this contract and that it shall not employ any person or agent having
any such interests. In the event that the Contractor or its agents, employees or representatives hereafter
acquires such a conflict of interest, it shall immediately disclose such interest to the City and take action
immediately to eliminate the conflict or to withdraw from this contract, as the City may require; and
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB40 PROJECT #36233 / RFB #22-004
CFWRFB VERSION 2021-DEC
(2) That no person or selling agency except bona fide employees or designated agents or representatives
of the Contractor have been employed or retained to solicit or secure this contract with an agreement or
understanding that a commission, percentage, brokerage, or contingent fee would be paid; and
(3) That no gratuities in the form of entertainment, gifts or otherwise, were offered or given by the
Contractor or any of its agents, employees or representatives, to any official, member or employee of
the City or other governmental agency with a view toward securing this contract or securing favorable
treatment with respect to the awarding or amending, or the making of any determination with respect to
the performance of this contract.
AFFIDAVIT OF ELIGIBILITY
The Contractor certifies that it is properly licensed and registered under the laws of the State of Washington and
has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW 51.16.070(1)(b), or RCW
82.32.070(2) within the last two years. The Contractor further certifies that it has not been determined, within
the last one year, to have committed any combination of two of the following violations or infractions within a five
year period: (1) Violated RCW 51.48.020(1) or 51.48.103; or (2) Committed an infraction or violation under
Chapter 18.27 RCW.
CERTIFICATION OF LAWFUL EMPLOYMENT
The Contractor hereby certifies that it has complied with all provisions of the Immigration and Nationality Act
now or as herein after amended, 8 U.S.C. 1101 et. Seq., and that all employees, including subcontractor
employees, are lawfully permitted to perform work in the United States as provided in this agreement with the
City of Federal Way.
Receipt of the following Addendums is hereby acknowledged:
Addendum No. _ Date Issued:
Addendum No. Date Issued
Addendum No. Date Issued.
The undersigned individual represents and warrants that he or she is dully authorized tc execute the bid and all
bid documents on behalf of any partnership, joint venture or corporation.
By:
Signature
Steve Greiline
Printed Name
Member
Title
Subscribed and sworn to before me this 17th day of June , 20 22 .
L UP
%ASS' �• NO rim
•�7-2p��:�• '�5r ature of o ry
NOTARY '� : s
Leta Luppino
E �HLIG ca : z
'a
CITY OF FEDERAL WAY"friF ryyAgH� ADAPTIVE TRAFFIC SIGNAL CONTROL —
MOO CITY CENTER — PHASE 2
RFB-11 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
Printed name of Notary
Notary Public in and for the Stare o/ Washington
My commission expires: 03/27/2026
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB4 2 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
BID BOND
ADAPTIVE TRAFFIC SIGNAL CONTROL — CITY CENTER — PHASE 2
OPTION 1: BID BOND DEPOSIT
Attached is a deposit in the form of a certified check, cashier's check, or cash in the amount of
$ , which amount is not less than five percent (5%) of the total bid.
Principal — Signature of Authorized Official Date
Title
--OR—
OPTION 2: BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we,
TITAN Earthwork, LLC as Principal, and
Rt,� Insurance Comparas Surety, are held and firmly bound unto the
City of Federal Way, as Obligee, in the sum of five (5) percent of the total amount of the bid proposal for the
payment of which the Principal and the Surety bond themselves, their heirs and executors, administrators,
successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for the above -
mentioned Project according to the terms of the proposal or bid made by the Principal therefore, and the
Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said
proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties
approved by the Obligee; or if the Principal shall in case of failure so to do, pay and forfeit to the Obligee the
penal amount of the deposit specifiers in the call for bids, then this obligation shall be null and void; otherwise, it
shall be, and remain in futl force and effect, and the Surety shall forthwith pay and forfeit to the Obligee as
penalty and liquidated damages, the amount of this bond.
SIGNED: 5 1.ED AND DATED THIS 17th DAY OF June 2022
TITAN Ea rk, Berkley fnsLIrance Company /
Principal,;- r ed Official Surety— Attorney in Fact Katharine J. Snider
(Attach Power of Attorney)
alnn)�w
Title
Name and Address of Local Office/Agent of Surety Company is:
Propel Insurance
601 Union Street, Suite 3400
Seattle. WA 98101
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB-13 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
No. BI-10165g-el
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly
organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted
and appointed, and dots by these presents make, constiunc and appoint:: fliceon A. Keltner; Cynthia I- Jan. Eric A. Zimmerman;
James B. Binder; Brandon K. Bush; Alyssa J. Lopez; Katharine J. Snider; orJuctin Dean Price of Propel Insurance of Seattle,
WA its true and lawful Attomey-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and
deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance. providing that no single obligation
shall exceed One Hundred Million and 00/100 U.S. Dollars (U.S.$100,000,000.00), to the same extent as if such bonds had been
duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper
persons.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorrIcy-in-fact named therein
to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto. and said officers may remove any such
attorney -in -fact and revoke any power of attorney previously granted; and further
RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances,
or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
manner and to the extent therein stated; and further
RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
ceased to be such at the time when such instruments shall be issued.
IN WITNESS WHEREOF, the Company has caused these presents to ha signed and attested by its appropriate officers and its
corporate seal hereunto affixed this 1 oth day of December i621
Attest; Berklev Insurance Company
�tiilH tNC. .
f��1 B r By
y SIF L!' x r y Ir Adetman re 11 r
Executive Vice President &: Secretary Se rye resident
STATE OF CONNECTICUT )
ss:
COUNTY OF FAIRFIELD
Sworn to before me, a Notary Public in the State of Connecticut; this 10th day of December 2021 , by Ira S. Lederman
and lcffrey M. Hafter who are sworn to me to be the Executive Vice President Secretary, and ' ^ Senior Vice President,
respectively, of Insurance Company. MARIACRUNrtBAKEN
Sp }, y mP NOTARYPURIIC �/
CONNECTICUT f�•
AIV COMMISSION EXPIRES n Public State of Connecticut
APHIL30,2024 �}� >
CERTIFICATE
1, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a
true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revolved or rescinded
and -that t� authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of
RAN
,the is in full force and effect as of this date.
Ant �6'4
5 ZjgJS:2022
t C"rr,�n�lnder my hand and seal of the Company, this 17th day of Jung ^y
Vincent P. Forte
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE
THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD.
I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm
identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and
binding citation and notice of assessment issued by the Washington State Department of Labor and industries
or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as
defined in RCW 49.48.082, any provision of Chapters 49.46, 49.48, and 49.52 RCW within three (3) years prior
to the date of the Request for Bids.
Bidder Name: TITAN Earthwork, LLC
Print Full Legal Name of Firm
By:
Signature of Author-yZIQ F rscn
Title: Member
Title of Person Signing Certificate
Date: 06/17/2022
Steve Greilin
Print Name of Person Making Certifications for Firm
Place: Pacific WA
Print City and State Where Signed
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB44 PROJECT #36233 / RFB #22-004
CFW RFS VERSION 2021-DEC
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS
�py�/�q
iLJ SSSIIIIII APWA-WA Division 1 Committee rev.1/$/2Q16
Proposal for Incorporating Recycled Materials Into the Project
In compliance with a new aw that went into effect January 1, 2016 (SHB1695), the Bidder shall
propose below, the total percent of construction aggregate and concrete materials to be
incorporated into the Project that are recycled materials. Calculated percentages must be within
the amounts allowed in Section 9-03.21 (1 )E. Table on Maximum Allowable Percent (By Weight)
of Recycled Material, of the Standard Specifications.
Proposed total percentage: 0percent.
Note: Use of recycled materials is highly encouraged within the limits shown above, but does
not constitute a Bidder Preference, and will not affect the determination of award, unless two or
more lowest responsive Bid totals are exactly equal, in which case proposed recycling
percentages will be used as a tie -breaker, per the APWA GSP in Section 1-03.1 of the Special
Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the
Contractor should do its best to accomplish. Bidders will be required to report on recycled
materials actually incorporated into the Project in accordance with the APWA GSP in Section
1-06.6 of the Special Provisions.
Bidder. I TITAN Earthwork, LLC
Signature of Authorized Official:�
Date: 0617/2022 r/.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
RFB-15 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
DBE UTILIZATION CERTIFICATION
� Washington State
w// Department of Transportation
Disadvantaged Business
Enterprise Utilization Certification
To be eligible far Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal,
a DIsadvarttaged Business Enterprise (CsBE) Utilization Certification. The Contracting Agency shall consider as non-
responsive and shall reject any Bid Proposal that does not contain a DBE Utilization Certification which properly
demonstrates ihaI the Bidder will meet the DBE participation requirements in one of the manners provided for in the
proposed Contract. Refer to the instructions on Page 2 when filling out this form or the Bid may be rejected. An
example form has been provided on Page 3. The successful Bidder's DBE Utllizalion certftation shall be deemed a
part of the resulting Contract.
Box 1: TITAN Earthwork, LLC certifies that the DBE firms listed below have been contacted
regarding participation on this project. If this Bidder is successful on this project and is awarded the Contract, it shall
assure that subcontracts or supply agreements are executed with named DBEs. (If necessary, Liss additional sheets.)
AA-...+;—Yvnffir Cinnnl re%n+rnl _ (itv rinntar - PhacP i
DUAL.
Column 1 Column 2
Name of DBE Project Role
(See Instructions) (See instructions)
-
Column 3
Description of Work
(See instructions)
Column 4 Column 5
DollarAmount DollarAmount
Subcontracted to be Applied
to DBE Towards Goal
(see instructions) (See Instructions)
85,670.00 85,670.00
Advanced
Subcontractor
Traffic control services
-Gevemi,nent
Services, Inc.
Disadvantaged Business Enterprise 85.610.80 Total DBE Commitment DollarAmount 85,670.00
Condition of Award Contract Goal Box 3 Box
5 ❑ By checking = ): 5 the Bidder is statung that their attempts to solicit sufficient DBE participation to meet
the COA Contract gaol has been unsuccessful and good faith effort will be submitted in accordance with
Section 1-02.9 of the Contract
DOT Form 272-056
Revised 03/2016
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB4 6 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
DBE WRITTEN CONFIRMATION DOCUMENT
��' Washington State Disadvantaged Business Enterprise (DBE)
'Ir Department of Transportation Written Confirmation Document
See Conlracl Pi orisions: DBE Documem Subinilla! Requirements
Disadreutiagged Business 1-vnletprise Parlicipation
TI'IIS FORM SHALL ONLY BE SUBMITTED TO A DBE 7T'IAT IS LISTED ON THE CONTRACTOR'S
DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION.
THE CONTRACTOR S11 L.L COy[PLETE PART A PRIOR TO SENDING TO THE DBE
CART A: 11 be completed by the bidder
flee entries below shall be consistent with what is shown on the Bidder's Disadvantaged Business Enterprise
Utilization Certification. Failure to do so will result in Bid rejection
Con tract 'ri tl e:
Adaptive Traffic Signal Control - City Center - Phase 2
Bidder's Business Name: TITAN Earthwork, LLC
DBE's Business Name: Advanced Government Services Inc.
Description of DBE's work: Traffic Control Services
Dollar Amount to be Applied Towards DBE Goal.
Dollar Amount to be Subcontracted to DBE":
'Optional Field
$85,670.00
PART B: To he completed_ by the Disadvantaged Business Enterprise
se
As an authorized representative orthe Disadvantaged Business Enterprise, I confirm that we have been
contacted by the Bidder with rea-ard to the referenced project for the purpose of performing the'Work described
above. If the Bidder is awarded the Contract, we wi11 enter into an agreement with the Bidder to participate in
the project consistent with the ine rntation provided in Pa A of this form
N. i t
3n {pr9nted)- K� � � � ? 1 -n
Signature:
a1r-,
Title:
Address: `'!—`'1"" FCA' C I I C_ Date I
�r
DOT Fort 422-031
Revised 072016
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB-17 PROJECT #36233 / RFB #22-004
CFW RFS VERSION 202I-DEC
3rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Washington State Underutilized Disadvantaged Business
�. Department of Transportation Enterprise (UDBE) Bid Item Breakdown Form
1. Contract Number
2. Contract Name
Adaptive Traffic Signal Control - City Center - Phase 2
3. Prime Contractor
TITAN Earthwork, LLC
4. Prime Contractor Representative Name
Steve Greiling
15. Prime Contractor Representative Phone Number
206-730-4873
6. Prime Contractor Representative Email
steve.greiling@TITANearth.com
Column 1
Name of UDBE
See Inslrucllons
()
Column 2
Bid Item .#
See InsWctlone
( )
Column 3
Full/Partial
Sea lnslrvclbns
( )
Column 4
quantity
Sae InsWailans
( )
Cofumn 6
Description
( See Inslrudlbns,)
Column 6
Unit Price
See Irisiructlons'
( )
Column 7
Total Unit
Cost
(See InsWcllons)
Column 8
Dollar Amount
to be Applied
Towards Goal
(SeelnstructIons)
Advanced Government Servlces,Inc.
3
Partial
1 Mobilization
$14,000.00
$76,135.00�$ 14,000.00
4
Full
1 Traffic Control Supervisor
$ 26,100.00
$ 30,000.00
$ 26,100.00
5
Full
140 Flaggers
$ 69.00
$ 9,660.00
$ 9,520.00
6
Full7
360 Other Traffic Control Labor
$ 71.00
$ 25,560.00
$ 25,200,00
_ Subtotal:
Name of UDBE Bid Item # Full/Partial Quantity Descrlption Unit Price
$141,355.00
$74,820.00
Total Unit
Cost
Dollar Amount
to be Applied
Towards Goal
7
Full
180 'Sequential Arrow Sign
$ 3.50
$ 630.00
$ 625.00
8
Full
1 Other Temporary Traffic Control
$ 15,000.00
$ 15,000.00
$ 10,225.00
Subtotal:
$ 15,630.00
$ 10,850.00
Name of UDBE
Bid Item #
FuIllPartial
Quantity
Description
Unit Price
Total Unit
Cost
Dollar:Amount
to be Applied
Towards Goal
I
Subtotal:
$ 0.00
$ 0.00
Name of UDBE
Bid Item #
Full/Partial
I Quantity
I
Description
Unit Price
Total t
Cost
Dollar Amount
to be Applied
Towards Goal
Subtotal:
$ 0.00
$ 0.00
TOTAL UDBE Dollar Amount:
1 $ 156,985,00
$ 85,670.00
Submit this form to DBEDOC@wsdot.wa.gov
DOT Form 272-054
Revised 05/2019
Instructions for Underutilized Disadvantaged Business Enterprise (UDBE) Bid Item Breakdown Form
Box 1: Provide the Contract Number as stated in the project information webpage.
Box 2: Provide the Name of the project as stated in the project information webpage.
Box 3: Provide the Name of the bidder (Proposal holder) submitting Bid.
Box 4: Provide the name of the prime contractor's representative available to contact regarding this form.
Box 5: Provide the phone number of the prime contractor's representative available to contact regarding this form.
Box 6: Provide the email of the prime contractor's representative available to contact regarding this form.
Column 1: Provide the Name of the Underutilized Disadvantaged Business Enterprise (UDBE) Firm. UDBE Firms can be
found using the search tools under the Firm Certification section of the Diversity Management and Compliance System
(DMCS) webpage https://wsdot.diversitycompliance.com.
Column 2: Provide the Bid Item Number (as it appears in the engineer's estimate bid check report) available on the project
information webpage.
Column 3: If the UDBE is performing only part of the bid item, mark "Partial". If the UDBE is performing the entire bid
item, mark "Complete".
Column 4: Provide the estimated quantity for the specific bid item. For trucking firms, use hour or another unit of measure.
Column 5: Provide a description of the work to be performed by the UDBE.
Column 6: Provide the price per unit and specify the type of unit used. For trucking firms, use hour or another unit of
measure.
Column 7: Provide the estimated total unit cost amount per bid item.
Column 8: Provide the amount of the bid item being used to fulfil the UDBE goal. The work to be performed must
be consistent with the Certified Business Description of the UDBE provided in the DMCS webpage https://wsdot.
diversitycompliance.com. Mobilization up to 10% is acceptable. If mobilization is more than 10% additional information
and/or justification may be requested. The total amount shown for each DBE shall match the amount shown on the DBE
Utilization Certification Form.
Use Additional Sheets if necessary.
DOT Form 272-054
Revised 05/2019
DBE BID ITEM TRUCKING CREDIT
N�fr-T�vc.k=i�r�j 1�o�-v�ed1.
T Washington State
Disadvantaged Business Enterprise
W/- Department of Transportation (DBE)Trucking Credit Form
PART A: TO BE COMPLETED BY THE BIDDER
This form is in support of the trucking commitment identified on the DBE Utilization Certification Form submitted with the proposal.
Please note that DBE's must be certified prior to time of submittal_
Federal Aid #
Contract # Project Name
If listing items by hours, or by lump sum amounts, please provide calculations to substantiate the quantities listed.
Bid Item
Item Description
Use additional sheets as necessary.
Bidder
Name/Title (please print)
Phone
Fax
Signature
certify that the above Informatlon is complete and accurate.
Address
Email
Date
PART B: TO BE COMPLETED BY THE DBE TRUCKING FIRM
Note: DBE trucking firth participation may only be credited as DBE participation for the value of the hauling services, not for the
materials being hauled unless the trucking firm is also recognized as a supplier of the materials used on the project and approved
for this project as a regular dealer.
1. Type of Material expected to be
hauled?
2. Number of fully operational trucks
expected to be used on this project?
3. Number oftrucks and trailers owned by
the DBE that will be used on this
project?
4. Number oftrucks and trailers leased by
the DBE that will be used on this
Tractor/trailers: Dump trucks:
Tractor/trailers: Dump trucks:
Tractor/trailers: Dump trucks:
DBE Firm Name
Name/Title (please print)
Certification Number
Phone
Fax
Signature
I certify that the above information is complete and accurate.
Address
Email
Date
DOT Form 272-058
Revised 09/2020
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
RFB-19 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
PUBLIC WORKS CONTRA; CTU,,
THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this 0 yday of off- 20_I-land
is made by and between the City of Federal Way, a Washington municipal corporation (,"City or Owner"), and
TITAN Earthwork, LLC, a Washington limited liability ("Contractor"), for the project known as Adaptive Traffic
Signal Control — City Center — Phase 2 (the "Project").
A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform
work necessary to complete the Project; and
B. The Contractor has the requisite skill and experience to perform such work.
NOW, THEREFORE, the parties ("Parties") agree to the following terms and conditions:
1. SERVICES BY CONTRACTOR
Contractor shall perform all Work and furnish all tools, materials, supplies, equipment, labor and other
items incidental thereto necessary for the construction and completion of the Project. Contractor shall perform
the Work in a manner consistent with accepted practices for other properly licensed contractors and in
accordance with and as described in the Contract Documents, which Work shall be completed to the City's
satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her
designee.
2. TERM
2.1 This Contract shall commence on the effective date of this Contract and continue until the Project is
formally accepted as complete by the City Council, Notice of Project Completion is filed with State agencies, and
all bonds for the Project are released by the City.
2.2 The Contractor must complete the Work in accordance with the number of Working Days for the
Project as identified in the Contract Documents. With regard to obtaining Substantial Completion and the
Completion Date by the Contractor, time is of the essence. In the event the Work is not substantially completed
within the time specified in the Contract Documents, Contractor agrees to pay to the City liquidated damages in
the amount set forth in the Contract Documents. The parties acknowledge that delays inconvenience the public
and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision of
the Project and diverting City resources from other projects and obligations.
2.3 If the Contractor is unreasonably delayed by others, notification shall be made in writing to the
Engineer in accordance with the Contract Documents. Any request for a time extension or additional
compensation (including expectancy or consequential damages) allegedly resulting from such delay shall be
made in accordance with the procedures of the Contract Documents. Failure to follow the notice procedures in
the Contract Documents is a full and complete waiver of Contractor's right to additional time, money, damages,
or other relief (including expectancy or consequential damages) as a result of the event or condition giving rise
to such request.
3. COMPENSATION
3.1 In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an
amount not to exceed Seven Hundred Seventy -Eight Thousand Two Hundred Eighty and No/100 Dollars ($
778,280.00), which amount shall constitute full and complete payment by the City ("Total Compensation"). The
Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result
of the performance and payment of this Contract.
3.2 The City shall pay the Contractor for Work performed under this Contract as detailed in the Bid
Proposal, which is incorporated herein and made a part hereof by this reference, and as detailed in the Contract
Documents. The City shall have the right to withhold payment to the Contractor for any of the Work not
completed in a satisfactory manner, in the City's sole and absolute discretion, which shall be withheld until such
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB-20 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. Payment to the
Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws.
3.3 In addition to the requirements set forth in the Contract Documents, the Contractor shall maintain
Project cost records by cost codes and shall contemporaneously segregate and separately record, at the time
incurred, all costs (1) directly associated with each work activity, (2) directly or indirectly resulting from any
event, occurrence, condition, or direction for which Contractor seeks an adjustment in Contract price Contract
time, or related to any other Claim or protest. Any work performed for which Contractor intends to seek an
adjustment in Contract Price or Contract Time, or related to any other Claim or protest, shall be recorded on the
same day the work is performed and kept separate so as to distinguish it from Contract Work.
4. INDEPENDENT CONTRACTOR
4.1 It is the intention and understanding of the Parties that the Contractor shall be an independent
contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any
other benefit of employment, nor to pay any social security or other tax which may arise as an incident of
employment. The Contractor shall not conduct itself as nor claim to be an officer or employee of the City. The
Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the
benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor,
shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may
or will be performing professional services during the Term for other parties; provided, however, that such
performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services.
Contractor agrees to resolve any such conflicts of interest in favor of the City. Nothing contained in this Contract
shall create a contractual or direct relationship with or a cause of action in favor of a Subcontractor or third party
against the City, or by the Contractor against the Engineer, or against any of their agents, employees,
engineers, or consultants.
4.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor
agrees to notify the City and complete any required form if the Contractor retired under a State of Washington
retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to
do so.
5. INDEMNIFICATION
5.1 Contractor Indemnification.
5.1.1 The Contractor shall indemnify, defend, and hold the City, its elected officials, officers, employees,
agents, consultants, and volunteers (collectively "the Indemnified Parties") harmless from any costs or losses,
and pay and damages or judgments, related to any claim brought by any person employed in any capacity by
the Contractor or subcontractor or supplier (of any tier) performing the Work, with respect to the payment of
wages, salaries, or other compensation or benefits including but not limited to benefits such as medical, health,
retirement, vacation, sick leave, etc.
5.1.2. To the fullest extent permitted by law, the Contractor shall defend, release, indemnify, and hold
harmless the City and the Indemnified Parties for, from, and against any and all claims, demands, losses, costs,
damages, suits, actions, expenses, fines, penalties, response costs, and liabilities (including costs and all
attorney and expert fees and internal personnel costs of investigation) of whatsoever kind or nature to the extent
arising from, resulting from, connected with, or incident to the Contractor's performance or failure to perform this
Contract or the Work or its breach of this Contract; provided, however, that if the provisions of RCW 4.24.155
apply to the Work and any injuries to persons or property arising out of the performance of this Contract are
caused by or result from the concurrent negligence of the Contractor or its subcontractors, agents, employees,
or anyone for whom they are legally liable, and an Indemnified Party, the indemnification and defense
obligations under this Section 5.1.2 apply only to the extent of the negligence of the Contractor, its
subcontractors, agents, employees, and anyone for whom they are legally liable.
5.1.3 Contractor specifically assumes potential liability for actions brought by the Contractor's own
employees or former employees against any Indemnified Party, and for that purpose Contractor waives any
immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB-21 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages,
compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit
acts or any other benefits acts or programs. Provided, however, the Contractor's waiver of immunity by the
provisions of this paragraph extends only to claims against the Contractor by any Indemnified party, and does
not include, or extend to, any claims by the Contractor's employee directly against the Contractor. The
Contractor recognizes that this waiver was specifically entered into.
5.2 Contractor Release. Any deviation, alteration, variation, addition, or omission in the Work by
Contractor from the Contract Documents shall preclude Contractor from bringing any Claim or request for
additional time or compensation on the basis of an alleged defect or error in the Contract Documents related to
or arising, in any way, from that deviation, alteration, variation, addition, or omission. The Contractor further
warrants that any alteration, variation, deletion, or omission fully complies with or exceeds all requirements of
the Contract Documents and assumes all risk thereof.
5.3 Survival. The provisions of this Section shall (1) survive the expiration or termination of this Contract
with respect to any event occurring prior to such expiration or termination, final payment hereunder, and any
applicable statute of repose with respect to claims, fines, costs or damages brought or made against any
Indemnified Party; (2) shall not be limited by RCW 4.16326(g); and (3) are in addition to any other rights or
remedies which the City and/or any of the Indemnified Parties may have by law or under this Contract.
5.4 Offset. In the event of any claim or demand made against any Indemnified Party hereunder, the City
may, in its sole discretion, reserve, retain or apply any monies due to the Contractor under the Contract or any
other agreement or contract with the City for the purpose of resolving such claims; provided, however, that the
City may, in the City's sole discretion, release such funds if the Contractor provides the City with adequate
assurance of the protection of the City's and the other Indemnified Parties interests.
5.5 The Contractor shall ensure that each Subcontract includes a provision requiring each
Subcontractor to indemnify and defend the City and the Indemnified Parties in the same manner, to the same
extent, and for the same duration as Contractor agrees to indemnify and defend the City and the Indemnified
Parties in this Section 5.
6. OWNERSHIP OF DOCUMENTS
All originals and copies of work product, including plans, sketches, layouts, designs, design
specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material
which may be produced or modified by Contractor while performing the Work, whether or not required to be
furnished to the City, shall become the property of the City, shall be delivered to the City at its request, and may
be used by the City without restriction.
7. PATENTS, COPYRIGHTS, AND RIGHTS IN DATA
7.1 Any patentable result or material suitable for copyright arising out of this Contract shall be owned by
and made available to the City for public use, unless the City shall, in a specific case where it is legally
permissible, determine that it is in the public interest that it not be so owned or available.
7.2 The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer
programs, technical reports, operating manuals, calculations, notes and other work submitted or which is
specified to be delivered under this Contract, whether or not complete (referred to in this subsection as "Subject
Data"), is hereby irrevocably transferred and assigned to the City and shall be vested in the City or such other
local, state or federal agency, if any, as may be provided by separate contract with the City. The Contractor shall
execute and deliver such instruments and take such other action(s) as may be requested by the City to perfect
or protect the City's rights to such Subject Data and work product, and to perfect the assignments and transfers
contemplated in Sections 6 and 7.
7.3 All such Subject Data furnished by the Contractor pursuant to this Contract, other than documents
exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such
case of maps, in the same block) as may be requested by the City. The Contractor shall also place their
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB-22 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by
the City prior to printing.
7.4 The Contractor shall ensure that substantially the foregoing paragraphs in Sections 6 and 7 are
included in each subcontract for the work on the Project.
8. GENERAL PROVISIONS
8.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to
any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any
such matters shall be effective for any purpose. In entering into this Contract, neither party has relied upon any
statement, estimate, forecast, projection, representation, warranty, action or agreement of the other party except
for those expressly contained in the Contract Documents.
8.2 Documents. The documents incorporated by reference, as if fully set forth in this Contract, are the
Advertisement for Bids, the Instructions to Bidders and Checklists, the Contractor's Bid Proposal (including all
forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project
Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract
Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the
Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and
any other documents provided to bidders and/or referenced in or referred to by the Contract Documents.
8.3 Modification. No provisions of this Contract, including this provision, may be amended or added to
except by agreement in writing signed by the Parties or their respective successors in interest in accordance
with the Contract Documents.
8.4 Change Orders. In addition to its rights under the Contract Documents, the City may unilaterally
issue a Change Order at any time making changes within the general scope of the Contract, without invalidating
the Contract and without providing notice to sureties. The City's issuance of a unilateral Change Order shall not
be construed as a waiver of any rights afforded the City, including its right to reject a prior protest or request for
change or Claim due to untimeliness or the Contractor's failure to fully comply with the requirements of the
Contract Documents, or to void the unilateral Change Order due to unilateral mistake, misrepresentation, or
fraud.
8.5 Total Cost Method / Claims. In no event shall a Total Cost Method or a modified Total Cost Method
be used by the Contractor to calculate any adjustments to the Contract price. For the purpose of this provision,
any cost method, or variety of cost methods, using the difference between the actual cost of the Work and the
Bid or Contract price of the Work to calculate any additional compensation or money owed to the Contractor
shall be considered a Total Cost Method. In addition, the City shall not be responsible for, and the Contractor
shall not be entitled to, any compensation for unallowable costs. Unallowable costs include, but are not limited
to: (i) interest or attorneys' fees, except as mandated by statute; (ii) Claim preparation or filing costs; (iii) the
costs of preparing notices or protests; (iv) lost profits, lost income, or lost earnings; (v) costs for idle equipment
when such equipment is not at the Site, has not been employed in the Work, or is not scheduled to be used at
the Site; (vi) claims consulting costs; (vii) expert fees and costs; (viii) loss of other business; and/or (ix) any other
special, consequential, expectancy, incidental, or indirect damages incurred by the Contractor, Subcontractors,
or suppliers.
8.6 Warranties and Guarantees. In addition to the requirements of the Contract Documents, the
Contractor warrants that all portions of the Work that will be covered by a manufacturer's or supplier's guarantee
or warranty shall be performed in such a manner so as to preserve all rights under such guarantees or
warranties. If the City attempts to enforce a claim based upon a manufacturer's or supplier's guarantee or
warranty and such manufacturer or supplier refuses to honor such guarantee or warranty based, in whole or in
part, on a claim of defective installation by the Contractor or a Subcontractor, the Contractor shall be
responsible for any resulting loss or damage, and repairs, incurred by the City as a result of the manufacturer's
or supplier's refusal to honor such guarantee or warranty. This obligation survives termination of this Contract.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB-23 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
8.7 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in
no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force
and effect.
8.8 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its
obligations and rights hereunder without the prior written consent of the City. In the event the City consents to
any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations
or liabilities under this Contract.
8.9 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and
inure to the benefit of the Parties' successors in interest, heirs and assigns.
8.10 Time Limitation and Venue. For the convenience of the parties to the Contract it is mutually agreed
by the parties that any claims, causes of action, or disputes which the Contractor has against the City arising
from the Contract shall be brought within the following time period: (i) 180 calendar days from the date of
Substantial Completion for those claims, causes of action, or disputes arising prior to the date of Substantial
Completion, and (ii) 180 calendar days from the date of Final Acceptance of the Contract by the City for those
claims, causes of action, or dispute arising after the date of Substantial Completion. It is further agreed that the
venue for any claim, cause of action, or dispute related to this Contract shall be King County, Washington, which
shall have exclusive jurisdiction over any such case, controversy, or dispute. The parties understand and agree
that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such
claims or causes of action. It is further mutually agreed by the parties that when any claims, causes of action, or
disputes which the Contractor asserts against the City arising from the Contract are filed with the City or initiated
in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City
to assist in evaluating the claims, action, or dispute.
8.11 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence
thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the
City to declare one breach or default does not act as a waiver of the City's right to declare another breach or
default.
8.12 Sole Authority)©iscretion/Judgment. Where the Contract Documents provide the City or its
Engineer with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be
considered unconditional and absolute.
8.13 Governing Law. This Contract shall be made in and shall be governed by and interpreted in
accordance with the laws of the State of Washington.
8.14 Authority. Each individual executing this Contract on behalf of the City and Contractor represents
and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the
Contractor or City.
8.15 Engineer. The Engineer is the City's representative who directly supervises the engineering and
administration of a construction Contract. The Engineer's authorities, duties, and responsibilities are limited to
those specifically identified in the Contract Documents. Designation of an individual or entity as the Engineer for
the Project is solely to identify the representative of the City as the entity to act as the Engineer as described in
the Contract Documents. Using the term "engineer' does not imply that such entity or person is a licensed
professional engineer or an engineering company and does not import any additional obligations upon the
actions of the Engineer that may govern licensed professional engineers when performing engineering services.
The Engineer for this Project is designated as: Sarady Long, Senior Traffic Engineer
8.16 Notices. Any notices required to be given to Contractor or to the Engineer shall be delivered to the
Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB-24 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any
notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing.
CONTRACTOR: Company: TITAN Earthwork, LLC
Attn: Steve Greiling
Address: 1585 Valentine Ave SE
City, State, Zip: Pacific, WA 98047
ENGINEER: City of Federal Way
Attn: Sarady Long, Senior Traffic Engineer
33325 8th Ave S
Federal Way, WA 98003
8.17 Captions. The respective captions of the Sections of this Contract are inserted for convenience of
reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this
Contract.
8.18 Performance. Time is of the essence of this Contract and each and all of its provisions in which
performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this
Contract.
8.19 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54, as amended,
occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and
void, at the City's option.
9. PERFORMANCE/PAYMENT BOND
Pursuant to RCW 39.08.010, the Contractor's payment and performance bonds must be conditioned
upon: (i) faithful performance of all of the provisions of the Contract, including warranty obligations; (ii) the
payment of all laborers, mechanics, Subcontractors, and Suppliers, and all persons who supply such persons
with provisions or supplies in carrying out the Work; and (iii) payment of any taxes, liabilities, increases, or
penalties incurred on the Project under Titles 50, 51, and 82 RCW which may be due on (a) projects referred to
in RCW 60.28.011(1)(b), and (b) projects for which the bond is conditioned on the payment of such taxes,
liabilities, increases, or penalties. Contractor's obligations under this Contract shall not be limited to the dollar
amount of the bond.
DATED the day and year set forth above.
CITY OF FEDERAL WAY:
(�? �4x
m F refl, Mayor
kIZ33325 8th Avenue South
Federal Way, WA 98003-6325
ATTEST: r
Ste han ourtney, C C, City Clerk
P O S TO FORM:
4[ ; Ryan Call City Att ey
CONTRAC OR:
Signature of u orized In Ividual t 11 t ►-► �O�r
egrei li
Printed Name of AuthorizedAdividual
Sc
Street Address
Pa L i (kC-
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB-25 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
NOTARY OF CONTRACTOR'S SIGNATURE:
STATE OF WASHINGTON )
ss.
COUNTY OF T or z � )
On this day personally appeared before me Steve Greiling, to me known to be the Member of TITAN Earthwork,
LLC that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary
act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she
was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said
corporation.
GIVEN my hand and official seal this day of 1,r1Ale 20 U'4
`�Illllll i ilury�l��i
(typed/printed name of notary)
. a��.?e •': Notary Public in and for the State of Washington.
.AIV ~ ' _ My commission expires Djp— 2q- - 21T24p
,���1111 fWil11►IIIIt
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB-26 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
PROJECT NUMBER
SAMPLE CONTRACT CHANGE ORDER
AGREEMENT NUMBER
PROJECT TITLE
CHANGE ORDER NUMBER
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
The time provided for completion in the Contract is
EFFECTIVE DATE
CONTRACTOR
❑ Unchanged
❑ Increased by_ Working Day(s)
❑ Decreased by_ Working Day(s)
This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No
If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No
MODIFICATIONS TO UNIT PRICES:
PREVIOUS REVISED
ITEM NO. ITEM QTY UNIT PRICE UNIT PRICE ADD OR DELETE
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT: INCREASE $ _I DECREASE $
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $
PREVIOUS CHANGE ORDERS $,
THIS CHANGE ORDER $,
NEW CONTRACT AMOUNT $.
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and
with the understanding that all materials, workmanship and measurements shall be in accordance with the
provisions of the standard specifications, the contract plans, and the special provisions governing the types of
construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB-27 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted
pursuant to Change Order except as specifically described in this Change Order.
CONTRACTOR'S SIGNATURE DATE
PUBLIC WORKS DIRECTOR DATE
Contract Change Order
provided for Contractor's
reference. Change orders
executed during the project
will use this form.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB-28 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
CERTIFICATE OF INSURANCE
Contractor's Certificate of
Insurance to be inserted
here during Contract
Execution
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
RFB-29 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
Client#: 119927 TITAEART
DATE (MM/DD/YYYY)
ACORDTM CERTIFICATE OF LIABILITY INSURANCE 1 8/10/2022
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CR."TACT Caitlin Longoria
Propel Insurance a ° ,,1, 800 499-0933 A C. t,o,; 866 577-1326
1201 Pacific Avenue; Suite 1000 E-MDAIL , Caitlin.Longoria@propelinsurance.com
COM Construction
INSURERS AFFORDING COVERAGE NAIC #
Tacoma, WA 98402-4321 INSURER A • Alaska National Insurance Company 38733
INSURED
TITAN Earthwork, LLC
1585 Valentine Ave SE
Pacific, WA 98047
INSURER B : RSUI Indemnity Company 22314
IN6nRFR r. , Sirius International Insurance Corp
INSURER E :
INSURER F :
rnvoonr_rc (%CRTIPIr`ATC hlllnnRGR• RFVI_g10NI N1IMRFR-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
LIAR
TYPE OF INSURANCE
01DDL
UBR
POLICY NUMBER
MM/DDYYYYY
MMIDDIYYYY
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE ^3 OCCUR
PD Ded:10,000
22DPS12503
04/05/2022
04/05/2023
EACH OCCURRENCE
OOO 000
DAMA ES 1 RENTED
00 000
[$10.000
X
MEDEXP An one erson1
PERSONAL & ADV INJURY
,000 000
GEN'L AGGREGATE LIMIT APPLIES PER:
�I JECT PRO LOC POLICY I nl
OTHER:
GENERAL AGGREGATE
$ 2.000 000
PRODUCTS - COMP/OP AGG
s2,000,000
$
A
AUTOMOBILE LIABILITY
X ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
X AUTOS ONLY X AUTOS ONLY
X Appt
22DAS12503
)4/05/2022
04/05/2023
COMBINED SINGLE LIMIT
1 000,000
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
$
Liab Ded
$$5.000
A
X
UMBRELLA LIAB
EXCESS LIAB
)(
OCCUR
CLAIMS -MADE
22DLU12503
34/05/2022
04/05/2023
EACH OCCURRENCE
$6 000.000
AGGREGATE
$6.000 000
DED I X RET 1 N 10000
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETORIPARTNER/EXECUTIVE Y / N
OFFICER/MEMBER EXCLUDED? N
(Mandatary In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
N / A
22DPS12503
WA Stop Gap
34/05/2022
04/05/202
PER OTH-
E.L EACH ACCIDENT
$1 000 000
E.L DISEASE - EA EMPLOYEE
$1.000 000
E.L. DISEASE - POLICY LIMIT
$1 000,000
B
C
$ 4M Excess
Pollution/Prof.
Liability
NHA253588
CPPLS00018121
34/05/2022
34/05/2022
04/05/2023
04/05/2023
$4M Agg/$4M Occurrence
$5,000,000 Occurrence
$5,000,000 Aggregate
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required)
RE: Adaptive Traffic Signal Control / City Center -Phase 2 / Project #36233
Additional Insured Status applies per attached form(s).
IRLWARI
City of Federal Way SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Y y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
33325 8th Avenue South ACCORDANCE WITH THE POLICY PROVISIONS.
Federal Way, WA 98003
AUTHORIZED REPRESENTATIVE
�j
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S5381202/M5275594 SMH01
PERFORMANCE AND PAYMENT BOND Bond No. 0244147
ADAPTIVE TRAFFIC SIGNAL CONTROL — CITY CENTER — PHASE 2
The City of Federal Way (''City") has awarded to TITAN Earthwork, LLC ("Principal"), a contract for the
construction of the above referenced project, and said Principal is required to furnish a bond for performance of
all obligations under the Contract and for payment in accord with Chapter 39.08 Revised Code of Washington
(RCW) and (where applicable) Chapter 60 28 RCW
The Principal, and Berkley Insurance Company ("Surety"), a corporation organized under the laws of the
State of Delaware and licensed to do business in the State of Washington as surety and
named in the current list of `Surety Companies Acceptable in Federal Bonds" as published in the Federal
Register by the Audit Staff Bureau of Accounts, U S Treasury Dept., are jointly and severally held and firmly
bound to the City of Federal Way, in the sum of Seven Hundred Seventy -Eight Thousand Two Hundred Eighty
and No/100 US Dollars ($778 280 00) Total Contract Amount, subject to the provisions herein
This bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors,
or assigns shall:
1) Well and faithfully perform all of the Principal's obligations under the Contract and fulfill all terms
and conditions of all duly authorized modifications, additions, and changes to said Contract that may
hereafter be made; at the time and in the manner therein specified: and if such performance
obligations have not been fulfilled, this bond shall remain in force and effect; and
2) Pay all persons in accordance with Chapters 39 08, 39 12, and 60 28 RCW including all workers;
laborers, mechanics, subcontractors, and materialmen, and all person who shall supply such
contractor or subcontractor with provisions and supplies for the carrying on of such work, and all
taxes incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal
under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain
in full force and effect
The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the
Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall
in any way affect its obligation on this bond, and waives notice of any change, extension of time alteration or
a terms of the Contract or the work performed The Surety agrees that modifications and changes
�ljhd. conditions of the Contract that increase the total amount to be paid the Principal shall
a A 161t�GFease the obligation of the Surety on this bond and notice to Surety is not required for such
,`tt��r�•pffl ipfaiial ;
T h d s 41 �5e signed by duly authorized officers and will only be accepted if accompanied by a fuj ,
x �1gr+aPower of attorney for the office executing on behalf of the surety
D PR'f l ep— L:`fITktiJ Earthwork, LLC SURETY: Berkley Insurance Company ' 4to ,...•.....
/� • 8/4/2022
' •P�rY1Cra� Slgr. t ���� Date Surety SignatureTote
••�''� Katharine J Snider y w
Printed Name Printed Name �� • •.....••'' �'� ,
Attorney -in -Fact
Title Title
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB-30 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 2021-DEC
LOCAL OFFICE/AGENT OF SURETY
Propel Insurance
Name
601 Union Street, Suite 3400
Street Address
Seattle, WA 98101
City, State, Zip
206-676-4200
Telephone
BOND NO 0244147
APPROVED AS TO FORM: _
;C, Ryan Call, City Alcor~
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
RFB-31 PROJECT #36233 / RFB #22-004
CFW RFB VERSION 202I-DEC
No. BI-10165g-el
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly
organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted
and appointed, and does by these presents make, constitute and appoint: Aliceon A. Keltner; Cynthia L. Jay; Eric A. Zimmerman;
James B. Binder; Brandon K. Bush; Alyssa J. Lopez; Katharine J. Snider; or Justin Dean Price of Propel Insurance of Seattle,
WA its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and
deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation
shall exceed One Hundred Million and 00/100 U.S. Dollars (U.S.$100,000,000.00), to the same extent as if such bonds had been
duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper
persons.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein
to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
attorney -in -fact and revoke any power of attorney previously granted; and further
RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances,
or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
manner and to the extent therein stated; and further
RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
ceased to be such at the time when such instruments shall be issued.
IN WITNESS WHEREOF, the Company has caused these presents to_J3e signed and attested by its appropriate officers and its
corporate seal hereunto affixed this 10th day of December 2fl21
Attest: Berkl Insurance Company
�S�7PAN�F
7 y AT Y -
fE:II. By By
1 m IVA e: , 7e . after
Executive Vice President R Secretary 5e i resident
STATE OF CONNECTICUT )
) ss:
COUNTY OF FAIRFIELD )
Sworn to before me, a Notary Public is the State of Connecticut, this 10th day of December 2021 by Ira S. Lederman
and Jeffrey M Hafter who are sworn to me to be the Executive Vice President Secretary, and t Senior Vice President,
respectively, of Berkley Insurance Company. M' µ� C AURI KEN
CONNECTICUT
IrIV COMMISSION EXPIRES ANHIL 30, 2024 o Public, State of Connecticut
CERTIFICATE
I, the undersigned, Assistant Secretary of BERKLEY INSURA'v CE COMPANY, DO HEREBY CERTIFY that the foregoing is a
true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded
andd.ihat-authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of
1; y — p ched, is in full force and effect as of this date.
I� der my hand and seal of the Company, this 4th day of Auclust 2022
51�AL
x
6 1915 Y
°FenwPPE�f Vincent P. Forte
7/21/22, 10:19 AM Corporations and Charities System
BUSINESS INFORMATION
Business Name:
TITAN EARTHWORK LLC
UBI Number:
602 605 763
Business Type:
WA LIMITED LIABILITY COMPANY
Business Status:
ACTIVE
Principal Office Street Address:
1585 VALENTINE AVE SE, PACIFIC, WA, 98047-2103, UNITED STATES
Principal Office Mailing Address:
1585 VALENTINE AVE SE, PACIFIC, WA, 98047-2103, UNITED STATES
Expiration Date:
04/30/2023
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
04/17/2006
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
CONSTRUCTION
REGISTERED AGENT INFORMATION
Registered Agent Name:
KATRINA THOMPSON
Street Address:
1585 VALENTINE AVE SE, PACIFIC, WA, 98047-2103, UNITED STATES
Mailing Address:
1585 VALENTINE AVE SE, PACIFIC, WA, 98047-2103, UNITED STATES
GOVERNORS
Title
Governors Type
Entity Name First Name
Last Name
GOVERNOR
INDIVIDUAL
WILLIAM
GILL
GOVERNOR
INDIVIDUAL
STEVEN
GREILING
GOVERNOR
INDIVIDUAL
BRETT
MC KENZIE
https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1 /1
BUSINESS LICENSE
TATE OF
'NGTON
Limited Liability Company
TITAN EARTHWORK LLC
TITAN EARTHWORK, LLC
1585 VALENTINE AVE SE
PACIFIC WA 98047-2103
UNEMPLOYMENT INSURANCE - ACTIVE
TAX REGISTRATION - ACTIVE
Issue Date: Aug 12, 2022
Unified Business ID #: 602605763
Business ID #: 001
Location: 0001
Expires: Apr 30, 2023
INDUSTRIAL INSURANCE - ACTIVE
CITY ENDORSEMENTS:
PUYALLUP GENERAL BUSINESS - NON-RESIDENT - ACTIVE
KIRKLAND GENERAL BUSINESS - NON-RESIDENT #OBL29726 - ACTIVE
SAMMAMISH GENERAL BUSINESS - NON-RESIDENT - ACTIVE
SUMNER GENERAL BUSINESS - NON-RESIDENT (EXPIRES 10/31/2022) - ACTIVE
TUKWILA GENERAL BUSINESS - NON-RESIDENT (EXPIRES 9/30/2022) - ACTIVE
FEDERAL WAY GENERAL BUSINESS - NON-RESIDENT (EXPIRES 8/31/2023) - ACTIVE
PACIFIC GENERAL BUSINESS #3494 - ACTIVE
BOTHELL GENERAL BUSINESS - NON-RESIDENT #8686 - ACTIVE
LICENSING RESTRICTIONS:
Not licensed to hire minors without a Minor Work Permit.
REGISTERED TRADE NAMES:
KED, LLC
This document lists the registrations, endorsements, and licenses authorized for the business
named above. By accepting this document, the licensee certifies the information on the application
was complete, true, and accurate to the best of his or her knowledge, and that business will be _
�i 4 conducted in compliance with, all applicable Washington state, county, and city regulations. Director, Departmenl of Revenue
1 •{ _ _ - - -" � _ � -- -ter'. � - � - _ - � n-- �- . �•_ .�,+- �� �.r.
UBI: 602605763 001 0001
TITAN EARTHWORK LLC
TITAN EARTHWORK, LLC
1585 VALENTINE AVE SE
PACIFIC WA 98047-2103
STATE OF WASHINGTON
UNEMPLOYMENT INSURANCE -
ACTIVE
INDUSTRIAL INSURANCE - ACTIVE
TAX REGISTRATION - ACTIVE
PUYALLUP GENERAL BUSINESS -
NON-RESIDENT - ACTIVE
KIRKLAND GENERAL BUSINESS -
NON-RESIDENT #OBL29726 - ACTIVE
SAMMAMISH GENERAL BUSINESS -
NON-RESIDENT - ACTIVE
SUMNER GENERAL BUSINESS -
NON-RESIDENT (EXPIRES
10/31/2022) - ACTIVE
TUKWILA GENERAL BUSINESS -
NON-RESIDENT (EXPIRES 9/30/2022)
Expires: Apr 30, 2023
a
BUSINESS LICENSE
TATE OF
'�IGTON
Limited Liability Company
TITAN EARTHWORK LLC
TITAN EARTHWORK, LLC
1585 VALENTINE AVE SE
PACIFIC WA 98047-2103
REGISTERED TRADE NAMES:
KINNARD EDWARD DEVELOPMENT LLC
TITAN
TITAN EARTHWORK, LLC
TITAN EARTHWORKS
4
, This document lists the registrations, endorsements, and licenses authorized for the business
named above. By accepting this document, the licensee certifies the information on the application
Was complete, true, and accurate to the best of his or her knowledge, and that business will be
conducted in compliance with all applicable Washington state, county, and city regulations
UBI: 602605763 001 0001
TITAN EARTHWORK LLC
TITAN EARTHWORK, LLC
1585 VALENTINE AVE SE
PACIFIC WA 98047-2103
STATE OF WASHINGTON
UNEMPLOYMENT INSURANCE -
ACTIVE
INDUSTRIAL INSURANCE - ACTIVE
TAX REGISTRATION - ACTIVE
PUYALLUP GENERAL BUSINESS -
NON-RESIDENT - ACTIVE
KIRKLAND GENERAL BUSINESS -
NON-RESIDENT #OBL29726 - ACTIVE
SAMMAMISH GENERAL BUSINESS -
NON-RESIDENT - ACTIVE
SUMNER GENERAL BUSINESS -
NON-RESIDENT (EXPIRES
10131/2022) - ACTIVE
TUKWILA GENERAL BUSINESS -
NON-RESIDENT (EXPIRES 9/30/2022)
Issue Date: Aug 12, 2022
Unified Business ID #: 602605763
Business ID #: 001
Location: 0001
Expires: Apr 30, 2023
Direclor, Department of Revenue
Expires: Apr 30, 2023
VA
N
COUNCIL MEETING DATE: July 19, 2022 ITEM #: 7d
CITY OF FEDERAL WAY
CITY COUNCIL
AGENDA BILL
SUBJECT: ADAPTIVE TRAFFIC SIGNAL CONTROL —CITY CENTER- PHASE 2 BID AWARD
POLICY QUESTION: Should the Council award the Adaptive Traffic Signal Control — City Center - Phase 2
project to the lowest responsive, responsible bidder and authorize the transfer of funds to the project?
COMMITTEE: Land Use and Transportation Committee MEETING DATE: July 11, 2022
CATEGORY:
® Consent
❑ City Council Business
❑ Ordinance ❑ Public Hearing
❑ Resolution j❑ Other
STAFF REPORT BY: Jeff Huynh, Capital Engineer .1-0
DEPT: Public Works
Attachments: 1. Land Use and Transportation Committee memorandum dated July 11, 2022
2. Bid Tabulation
Options Considered:
1. Award the Adaptive Traffic Signal Control — City Center - Phase 2 project to TITAN
Earthwork, LLC, the lowest responsive, responsible bidder, in the amount of $778,280 and
approve a ten percent (10%) contingency of $77,828, for a maximum contract amount of
$856,108, and authorize the transfer of $90,000 from the Transportation Capital Fund (306
Fund) to the project (Project 936233) and authorize the Mayor to execute the contract.
2. Reject all bids for the Adaptive Traffic Signal Control — City Center - Phase 2 and direct
staff to rebid the project and return to the Committee for further action.
MAYOR'S RECONI:ME36,;
Oplion I
MAYOR APPROVAL: 5 3-
CONI.NII
r rryAmn?.�
i ne rt.%1 Dar c
r
-7 t/ DIRECTOR APPROVAL: 7W'�
(" wd to v if i),ic
Et.-, RECONIIIIENDATION: I move to lomi-ard 0 ion 1 to the July 19, 2022 consent agenda for approval.
/ 1 r1l r
ran. Committee Member
PROPOSED COUNCIL MOTION: '7 mojil, to award the Adaptive Traffic Signal Control — City Center - Phase 2
to TIT_4N Earthwork, LLC the lowest responsive, responsible bidder, in the amount of 5'7'8,828 and approve a
ten percent (10%) contingency for a maximum contract amount of 5'856,108, authori e the transfer of S90,000
from the Transportation Capital Fund (306 Fund) to the project (Project 436233) and authorise the Mayor to
execute the contract. "
(BELOW TO BE COMPLETED BY CITY CLERK'S OFFICE)
COUNCIL ACTION:
❑ APPROVED
❑ DENIED
❑ TABLED/DEFERRED/NO. ACTION
❑ NIOVF,D TO SECOND READING (ordinances only)
REVISED— 1/2022
COUNCIL BILL #
First reading
Enactment reading
ORDINANCE #
RESOLUTION #
CITY OF FEDERAL WAY
MEMORANDUM
DATE: July 11, 2022
TO: Land Use & Transportation Committee
VIA: Jim Ferrell, Mayor
FROM: EJ Walsh, P.E, Public Works Director
Jeff Huynh, Capital Engineer ZY4
SUBJECT: Adaptive Traffic Signal Control — City Center - Phase 2 Bid Award
Financial Impacts:
The cost to the City for the Adaptive Traffic Signal Control - City Center - Phase 2 project was
included within the approved budget under the Public Works Department, Capital Project #233.
In accordance with the approved budget, this item is funded by a grant from WSDOT in the amount
of $600,000.00 and $175,000 in REET. An additional $90,000 is recommended to be transferred
to the project from the Transportation Capital Fund (306 Fund). Upon completion of the project,
on -going costs associated with operations and maintenance will be performed and funded through
streets maintenance, which is reviewed and adjusted as required during the budget process.
Background Information:
The adaptive traffic control system is a system that monitors traffic conditions in real time and
modifies the signal timing every signal cycle. This reduces delays and stops, thus improving
both air quality and safety.
Bids were opened on June 17, 2022 for the project. One bid was received for the project. Please
see attached Bid Tabulation Summary. The lowest responsive, responsible bidder is TITAN
Earthwork, LLC, with a total bid of $778,280.00.
Financial Summary:
Estimated Expenditures
Design
Construction Contract
Contingency (10%)
Construction Management & Inspection (+/- 10%)
ESTIMATED TOTAL PROJECT COST
Available Funding
CNIAQ Grant (WSDOT)
Real Estate Excise Tax (BEET)
CMAQ Grant (WSDOT) - Additional Funds *pending*
Transfer from 306 Fund (Unallocated)
TOTAL FUNDING AVAILABLE
$75,000
$778,280
$77,828
$77,892
$1,009,000
$600,000
$ 175,000
$144,000
$90,000
$1,009,000
Rev 6/2020
City of Federal Way
Contract Provisions
Adaptive Traffic Signal Control — City Center — Phase 2
Project #36233/ RFB #22-004
SPECIAL PROVISIONS
INTRODUCTION TO THE SPECIAL PROVISIONS
The work on this project shall be accomplished in accordance with the Standard Specifications for
Road, Bridge and Municipal Construction, 2022 edition, as issued by the Washington State
Department of Transportation (WSDOT) and the American Public Works Association (APWA),
Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications,
as modified or supplemented by these Special Provisions, all of which are made a part of the
Contract Documents, shall govern all of the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) from various
sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each
Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a
new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of
the Standard Specifications is meant to pertain only to that particular portion of the section, and in
no way should it be interpreted that the balance of the section does not apply.
The project -specific Special Provisions are not labeled as such. The GSPs are labeled under the
headers of each GSP, with the effective date of the GSP and its source. For example:
(March 8, 2013 APWA GSP)
(April 1, 2013 WSDOT GSP)
(April 12, 2018 CFW GSP)
(***PROJECT -SPECIFIC SPECIAL PROVISION***)
Also incorporated into the Contract Documents by reference are:
S Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted
edition, with Washington State modifications, if any
• Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current
edition
m City of Federal Way Public Works Development Standards
• National Electric Code, current edition
Contractor shall obtain copies of these publications, at Contractor's own expense.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-1 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995 WSDOT GSP)
This Contract provides for the improvement of the Adaptive Traffic Signal Control — City Center —
Phase 2 Improvements and other work, all in accordance with the attached Contract Plans, these
Contract Provisions, and the Standard Specifications.
1-01.3 Definitions
(January 19, 2022 APWA GSP)
Delete the heading Completion Dates and the three paragraphs that follow it, and replace them
with the following:
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the Bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest responsible
and responsive Bidder for the Work.
Contract Execution Date
The date the Contracting Agency officially binds the Agency to the Contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the Contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted use
and benefit of the facilities, both from the operational and safety standpoint, any remaining
traffic disruptions will be rare and brief, and only minor incidental work, replacement of
temporary substitute facilities, plant establishment periods, or correction or repair remains
for the Physical Completion of the total Contract.
Physical Completion Date
The day all of the Work is physically completed on the project. All documentation required
by the Contract and required by law does not necessarily need to be furnished by the
Contractor by this date.
Completion Date
The day all the Work specified in the Contract is completed and all the obligations of the
Contractor under the contract are fulfilled by the Contractor. All documentation required
by the Contract and required by law must be furnished by the Contractor before
establishment of this date.
Final Acceptance Date
The date on which the Contracting Agency accepts the Work as complete.
Supplement this Section with the following:
All references in the Standard Specifications, Amendments, or WSDOT General Special
Provisions, to the terms "Department of Transportation", "Washington State Transportation
Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters",
and "State Treasurer" shall be revised to read "Contracting Agency."
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-2 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
All references to the terms "State" or "state" shall be revised to read "Contracting Agency"
unless the reference is to an administrative agency of the State of Washington, a State
statute or regulation, or the context reasonably indicates otherwise.
All references to "State Materials Laboratory" shall be revised to read "Contracting Agency
designated location."
All references to "final contract voucher certification" shall be interpreted to mean the
Contracting Agency form(s) by which final payment is authorized, and final completion and
acceptance granted.
Additive
A supplemental unit of work or group of bid items, identified separately in the Bid
Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition
to the base bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the Bid
Proposal, from which the Contracting Agency may make a choice between different
methods or material of construction for performing the same work.
Business Day
A business day is any day from Monday through Friday except holidays as listed in
Section 1-08.5.
Contract Bond
The definition in the Standard Specifications for "Contract Bond" applies to whatever bond
form(s) are required by the Contract Documents, which may be a combination of a
Payment Bond and a Performance Bond.
Contract Documents
See definition for "Contract."
Contract Time
The period of time established by the terms and conditions of the Contract within which
the Work must be physically completed.
Notice of Award
The written notice from the Contracting Agency to the successful Bidder signifying the
Contracting Agency's acceptance of the Bid Proposal.
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor authorizing
and directing the Contractor to proceed with the Work and establishing the date on which
the Contract time begins.
Traffic
Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian traffic.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-3 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1-02.1 Qualifications of Bidder
(January 24, 2011 APWA GSP)
Before award of a public works Contract, a bidder must meet at least the minimum
qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to
be awarded a public works project.
1-02.2 Plans and Specifications
(June 27, 2011 APWA GSP)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed can be found in the
Call for Bids (Advertisement for Bids) for the work.
After award of the Contract, Plans and specifications will be issued to the Contractor at no
cost as detailed below:
To Prime Contractor No. of Basis of Distribution
Sets
Reduced Plans (11" x 17") 1 Furnished automatically upon award.
Contract Provisions 1 Furnished automatically upon award.
Large Plans (e.g., 22" x 34") f 1 ' Furnished only upon request.
Additional Plans and Contract Provisions may be obtained by the Contractor from the
source stated in the Call for Bids, at the Contractor's own expense.
1-02.4 Examination of Plans Specifications, and Site Work
(June 27, 2011 APWA GSP)
1-02.41 General
(January 19, 2022 APWA GSP, Option B)
The first sentence of the ninth paragraph, beginning with "Any prospective Bidder
desiring...", is revised to read:
Any prospective Bidder desiring an explanation or interpretation of the Bid
Documents, shall request the explanation or interpretation in writing by close of
business three (3) business days preceding the bid opening to allow a written reply
to reach all prospective Bidders before the submission of their Bids.
1-02.5 Proposal Farms
(July 31, 2017 APWA GSP)
Delete this section and replace it with the following:
The Proposal Form will identify the project and its location and describe the work. It will
also list estimated quantities, units of measurement, the items of work, and the materials
to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal
form that call for, but are not limited to, unit prices; extensions; summations; the total bid
amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment
of addenda; the bidder's name, address, telephone number, and signature; the bidder's
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-4 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
UBDE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's
Registration Number; and a Business License Number, if applicable. Bids shall be
completed by typing or shall be printed in ink by hand, preferably in black ink. The required
certifications are included as part of the Proposal Form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates
and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid
on all alternates and additives set forth in the Proposal Form unless otherwise specified.
1-02.6 Preparation of Proposal
(Dec 10, 2020 APWA GSP, OPTION A)
Supplement this section with the following:
The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprise (DBE)
Utilization Certification, when required by the Special Provisions. For each and every DBE
firm listed on the Bidder's completed Disadvantaged Business Enterprise Utilization
Certification, the Bidder shall submit written confirmation from that DBE firm that the DBE is
in agreement with the DBE participation commitment that the Bidder has made in the
Bidder's completed Disadvantaged Business Enterprise Utilization Certification.
WSDOT Form 422 031 (Disadvantaged Business Enterprise Written Confirmation Document)
is to be used for this purpose. Bidder must submit good faith effort documentation only in the
event the bidder's efforts to solicit sufficient DBE participation have been unsuccessful.
The Bidder shall submit a DBE Bid Item Breakdown form defining the scope of work to be
performed by each DBE listed on the DBE Utilization Certification.
If the Bidder lists a DBE Trucking firm on the DBE Utilization Certification, then the Bidder
must also submit a DBE Trucking Credit Form (WSDOT Form 272-058) documenting how
the DBE Trucking firm will be able to perform the scope of work subcontracted to them.
Directions for delivery of the Disadvantaged Business Enterprise Written Confirmation
Documents, Disadvantaged Business Enterprise Good Faith Effort documentation, DBE Bid
Item Breakdown Form and the DBE Trucking Credit Form are included in Section 1-02.9.
(December 10, 2020 APWA GSP, OPTION B)
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item, the unit or lump sum
price must equal or exceed the minimum amount stated.
5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed
by the signer of the bid.
Delete the last two paragraphs, and replace them with the following:
The Bidder shall submit with their Bid a completed Contractor Certification Wage Law
Compliance form, provided by the Contracting Agency. Failure to return this certification as
part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-5 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Award. A Contractor Certification of Wage Law Compliance form is included in the
Proposal Forms.
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice
president (or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner.
A copy of the partnership agreement shall be submitted with the Bid Form if any UDBE
requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a
member of the joint venture. A copy of the joint venture agreement shall be submitted with
the Bid Form if any UDBE requirements are to be satisfied through such an agreement.
(November 9, 2020 WSDOT GSP, OPTION 2)
The fourth paragraph of Section 1-02.6 is revised to read:
The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprise
(DBE) Utilization Certification, when required by the Special Provisions. For each and
every DBE firm listed on the Bidder's completed Disadvantaged Business Enterprise
Utilization Certification, the Bidder shall submit written confirmation from that DBE firm that
the DBE is in agreement with the DBE participation commitment that the Bidder has made
in the Bidder's completed Disadvantaged Business Enterprise Utilization Certification.
WSDOT Form 422 031 (Disadvantaged Business Enterprise Written Confirmation
Document) is to be used for this purpose. Bidder must submit good faith effort
documentation only in the event the bidder's efforts to solicit sufficient DBE participation
have been unsuccessful. The Bidder shall submit a DBE Bid Item Breakdown form
defining the scope of work to be performed by each DBE listed on the DBE Utilization
Certification. If the Bidder lists a DBE Trucking firm on the DBE Utilization Certification,
then the Bidder must also submit a DBE Trucking Credit Form (WSDOT Form 272-058)
documenting how the DBE Trucking firm will be able to perform the scope of work
subcontracted to them. Directions for delivery of the Disadvantaged Business Enterprise
Written Confirmation Documents, Disadvantaged Business Enterprise Good Faith Effort
documentation, DBE Bid Item Breakdown Form and the DBE Trucking Credit Form are
included in Section 1-02.9.
(August 2, 2004 WSDOT GSP, OPTION 3)
Section 1-02.6 is supplemented with the following:
The fifth and sixth paragraphs of Section 1-02.6 are deleted.
(August 3, 2015 WSDOT GSP, OPTION 5)
Section 1-02.6 is supplemented with the following:
Cumulative Alternates Bidding
The Bid Proposal for this Contract requires the Bidder to bid cumulative Alternates as part
of the bid. As such the Bidder is required to submit a Base Bid and a bid for each of the
Alternate(s).
Bid Proposal
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-6 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Bid Proposal includes the following:
1. Base Bid
The Base Bid shall include constructing all items included in the Proposal
except those items contained in the Alternate(s).
2. Alternate(s)
a. Alternate Al
Based on construction a CCTV camera at the intersection of 23rd Ave
S & S 322nd St.
The Bid items for Alternate Al are as listed in the Bid Proposal.
b. Alternate A2
Based on construction a CCTV camera at the intersection of 23rd Ave
S & S 312th St.
The Bid items for Alternate A2 are as listed in the Bid Proposal.
Bidding Procedures
To be considered responsive the Bidder shall submit a price on each and every
Bid item included in the Base Bid and all Alternate(s).
successful Bidder will be the Bidder submitting the lowest responsible Bid for the
highest order Preference that is within the amount of available funds for the
project. Available funds will be announced immediately prior to the opening of
Bids. The following are listed in order from highest to lowest Preference:
1. Preference 1: Lowest total for Base Bid plus Alternate Al plus Alternate
A2.
2. Preference 2: Lowest total for Base Bid plus Alternate Al.
3. Preference 3: Lowest total for Base Bid
The Contracting Agency may, at their discretion, award a Contract for the Base
Bid, without any additional Alternates, in the event that all Bids exceed the
available funds announced. In any case, the award will be subject to the
requirements of Section 1-03.
Add the following new section:
1-02.6 1 Recycled Materials Proposal
(January 4, 2016 APWA GSP)
The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into
the project, using the form provided in the Contract Provisions.
1-02.7 Bid De osit
(March 8, 2013 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
Contracting Agency -assigned number for the project;
2. Name of the project;
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-7 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage
which represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official statements. The
signature of the person authorized to submit the bid should agree with the
signature on the bond, and the title of the person must accompany the said
signature;
6. The signature of the surety's officer empowered to sign the bond and the power of
attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.
1-02.9 Delivery of Proposal
(January 19, 2022 APWA GSP, OPTION B)
Delete this section and replace it with the following:
Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project
Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as
otherwise required in the Bid Documents, to ensure proper handling and delivery.
To be considered responsive on a FHWA-funded project, the Bidder may be required to
submit the following items, as required by Section 1-02.6:
• DBE Utilization Certification (WSDOT 272-056)
• DBE Written Confirmation Document (WSDOT 422-031) from each DBE firm listed
on the Bidder's completed DBE Utilization Certification
• Good Faith Effort (GFE) Documentation
• DBE Bid Item Breakdown (WSDOT 272-054)
• DBE Trucking Credit Form (WSDOT 272-058)
DBE Utilization Certification
The DBE Utilization Certification shall be received at the same location and no later than
the time required for delivery of the Proposal. The Contracting Agency will not open or
consider any Proposal when the DBE Utilization Certification is received after the time
specified for receipts of Proposals or received in a location other than that specified for
receipt of Proposals. The DBE Utilization Certification may be submitted in the same
envelope as the Bid deposit.
DBE Written Confirmation and/or GFE Documentation
The DBE Written Confirmation Documents and/or GFE Documents are not required to be
submitted with the Proposal. The DBE Written Confirmation Document(s) and/or GFE (if
any) shall be received either with the Bid Proposal or as a Supplement to the Bid. The
documents shall be received no later than 48 hours (not including Saturdays, Sundays
and Holidays) after the time for delivery of the Proposal. To be considered
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-8 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
responsive, Bidders shall submit Written Confirmation Documentation from each DBE firm
listed on the Bidder's completed DBE Utilization Certification and/or the GFE as required
by Section 1-02.6.
DBE Bid Item Breakdown and DBE Trucking Credit Form
The DBE Bid Item Breakdown and the DBE Trucking Credit Forms (if applicable) shall be
received either with the Bid Proposal or as a Supplement to the Bid. The documents shall
be received no later than 48 hours (not including Saturdays, Sundays and Holidays) after
the time for delivery of the Proposal. To be considered responsive, Bidders shall submit a
completed DBE Bid Item Breakdown and a DBE Trucking Credit Form for each DBE
Trucking firm listed on the DBE Utilization Certification, however, minor errors and
corrections to DBE Bid Item Breakdown or DBE Trucking Credit Forms will be returned for
correction for a period up to five calendar days (not including Saturdays, Sundays and
Holidays) after the time for delivery of the Proposal. A DBE Bid Item Breakdown or DBE
Trucking Credit Forms that are still incorrect after the correction period will be determined
to be non -responsive.
Supplemental bid information submitted after the proposal submittal but within 48 hours of
the time and date the proposal is due, shall be submitted as follows:
1. In a sealed envelope labeled the same as for the Proposal, with "Supplemental
Information" added, or
2. By e-mail to the following e-mail address: Sarady.Lonq _cityoffederalway.coni
Proposals that are received as required will be publicly opened and read as specified in
Section 1-02.12. The Contracting Agency will not open or consider any Bid Proposal that
is received after the time specified in the Call for Bids for receipt of Bid Proposals, or
received in a location other than that specified in the Call for Bids. The Contracting
Agency will not open or consider any "Supplemental Information" (DBE confirmations or
GFE documentation) that is received after the time specified above, or received in a
location other than that specified in the Call for Bids.
If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals
cannot be received at the office designated for receipt of bids as specified in Section 1-02.12 the time specified for receipt
of the Proposal will be deemed to be extended to the same time of day specified in the solicitation on the first work day
on which the normal work processes of the Contracting Agency resume.
1-02.10 Withdrawing, Revising, or 5upplementing Proposal
(July 23, 2015 APWA GSP)
Delete this section, and replace it with the following:
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may
withdraw, revise, or supplement it if:
The Bidder submits a written request signed by an authorized person and
physically delivers it to the place designated for receipt of Bid Proposals,
and
2. The Contracting Agency receives the request before the time set for receipt
of Bid Proposals, and
3. The revised or supplemented Bid Proposal (if any) is received by the
Contracting Agency before the time set for receipt of Bid Proposals.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-9 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received
before the time set for receipt of Bid Proposals, the Contracting Agency will return the
unopened Proposal package to the Bidder. The Bidder must then submit the revised or
supplemented package in its entirety. If the Bidder does not submit a revised or
supplemented package, then its bid shall be considered withdrawn.
Late revised or supplemented Bid Proposals or late withdrawal requests will be date
recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed
requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.
1-02.13 Irregular Proposals
(October 1, 2020 APWA GSP)
Delete this section and replace it with the following:
A Proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
b. The authorized Proposal form furnished by the Contracting Agency is not used or
is altered;
C. The completed Proposal form contains any unauthorized additions, deletions,
alternate Bids, or conditions;
d. The Bidder adds provisions reserving the right to reject or accept the award, or
enter into the Contract;
e. A price per unit cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable,
as required in Section 1-02.6;
h. The Bidder fails to submit or properly complete an Disadvantaged Business
Enterprise Certification, if applicable, as required in Section 1-02.6;
i. The Bidder fails to submit written confirmation from each DBE firm listed on the
Bidder's completed DBE Utilization Certification that they are in agreement with the
bidder's DBE participation commitment, if applicable, as required in Section 1-02.6,
or if the written confirmation that is submitted fails to meet the requirements of the
Special Provisions;
j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as
required in Section 1-02.6, or if the documentation that is submitted fails to
demonstrate that a Good Faith Effort to meet the Condition of Award was made;
k. The Bidder fails to submit a DBE Bid Item Breakdown form, if applicable, as
required in Section 1-02.6, or if the documentation that is submitted fails to meet
the requirements of the Special Provisions;
I. The Bidder fails to submit DBE Trucking Credit Forms, if applicable, as required in
Section 1-02.6, or if the documentation that is submitted fails to meet the
requirements of the Special Provisions;
M. The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation; or
n. More than one Proposal is submitted for the same project from a Bidder under the
same or different names.
2. A Proposal may be considered irregular and may be rejected if:
a. The Proposal does not include a unit price for every Bid item;
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SPA PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
b. Any of the unit prices are excessively unbalanced (either above or below the
amount of a reasonable Bid) to the potential detriment of the Contracting Agency;
C. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint venture or partnership
submit Proposals for the same project (in such an instance, both Bids may be
rejected); or
e. If Proposal form entries are not made in ink.
1-02.14 Disqualification of Bidders
(May 17, 2018 APWA GSP, OPTION B)
Delete this section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder
responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental
Criteria 1-7 listed in this Section.
Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility
criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder
meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this
Section.
1. Delinquent State Taxes
A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State
Department of Revenue without a payment plan approved by the Department
of Revenue.
B. Documentation: The Bidder, if and when required as detailed below, shall sign
a statement (on a form to be provided by the Contracting Agency) that the
Bidder does not owe delinquent taxes to the Washington State Department of
Revenue, or if delinquent taxes are owed to the Washington State Department
of Revenue, the Bidder must submit a written payment plan approved by the
Department of Revenue, to the Contracting Agency by the deadline listed
below.
2. Federal Debarment
A. Criterion: The Bidder shall not currently be debarred or suspended by the
Federal government.
B. Documentation: The Bidder shall not be listed as having an "active exclusion"
on the U.S. government's "System for Award Management" database
(www.sam.gov).
3. Subcontractor Responsibility
A. Criterion: The Bidder's standard subcontract form shall include the
subcontractor responsibility language required by RCW 39.06.020, and the
Bidder shall have an established procedure which it utilizes to validate the
responsibility of each of its subcontractors. The Bidder's subcontract form
shall also include a requirement that each of its subcontractors shall have and
document a similar procedure to determine whether the sub -tier subcontractors
with whom it contracts are also "responsible" subcontractors as defined by
RCW 39.06.020.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SPA 1 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a copy of its standard subcontract form for review by the Contracting
Agency, and a written description of its procedure for validating the
responsibility of subcontractors with which it contracts.
4. Claims Against Retainape and Bonds
A. Criterion: The Bidder shall not have a record of excessive claims filed against
the retainage or payment bonds for public works projects in the three years
prior to the bid submittal date, that demonstrate a lack of effective
management by the Bidder of making timely and appropriate payments to its
subcontractors, suppliers, and workers, unless there are extenuating
circumstances and such circumstances are deemed acceptable to the
Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a list of the public works projects completed in the three years prior to
the bid submittal date that have had claims against retainage and bonds and
include for each project the following information:
• Name of project
• The owner and contact information for the owner;
• A list of claims filed against the retainage and/or payment bond for any of
the projects listed;
• A written explanation of the circumstances surrounding each claim and the
ultimate resolution of the claim.
5. Public Bidding Crime
A. Criterion: The Bidder and/or its owners shall not have been convicted of a
crime involving bidding on a public works contract in the five years prior to the
bid submittal date.
B. Documentation: The Bidder, if and when required as detailed below, shall sign
a statement (on a form to be provided by the Contracting Agency) that the
Bidder and/or its owners have not been convicted of a crime involving bidding
on a public works contract.
6. Termination for Cause ! Termination for Default
A. Criterion: The Bidder shall not have had any public works contract terminated
for cause or terminated for default by a government agency in the five years
prior to the bid submittal date, unless there are extenuating circumstances and
such circumstances are deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall sign
a statement (on a form to be provided by the Contracting Agency) that the
Bidder has not had any public works contract terminated for cause or
terminated for default by a government agency in the five years prior to the bid
submittal date; or if Bidder was terminated, describe the circumstances. .
7. Lawsuits
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-12 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
A. Criterion: The Bidder shall not have lawsuits with judgments entered against
the Bidder in the five years prior to the bid submittal date that demonstrate a
pattern of failing to meet the terms of contracts, unless there are extenuating
circumstances and such circumstances are deemed acceptable to the
Contracting Agency
B. Documentation: The Bidder, if and when required as detailed below, shall sign
a statement (on a form to be provided by the Contracting Agency) that the
Bidder has not had any lawsuits with judgments entered against the Bidder in
the five years prior to the bid submittal date that demonstrate a pattern of
failing to meet the terms of contracts, or shall submit a list of all lawsuits with
judgments entered against the Bidder in the five years prior to the bid submittal
date, along with a written explanation of the circumstances surrounding each
such lawsuit. The Contracting Agency shall evaluate these explanations to
determine whether the lawsuits demonstrate a pattern of failing to meet of
terms of construction related contracts
As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent
low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second
business day following the bid submittal deadline, a written statement verifying that the
Bidder meets the supplemental criteria together with supporting documentation (sufficient
in the sole judgment of the Contracting Agency) demonstrating compliance with the
Supplemental Criteria. The Contracting Agency reserves the right to request further
documentation as needed from the low Bidder and documentation from other Bidders as
well to assess Bidder responsibility and compliance with all bidder responsibility criteria.
The Contracting Agency also reserves the right to obtain information from third -parties and
independent sources of information concerning a Bidder's compliance with the mandatory
and supplemental criteria, and to use that information in their evaluation. The Contracting
Agency may consider mitigating factors in determining whether the Bidder complies with
the requirements of the supplemental criteria.
The basis for evaluation of Bidder compliance with these mandatory and supplemental
criteria shall include any documents or facts obtained by Contracting Agency (whether
from the Bidder or third parties) including but not limited to: (i) financial, historical, or
operational data from the Bidder; (ii) information obtained directly by the Contracting
Agency from others for whom the Bidder has worked, or other public agencies or private
enterprises; and (iii) any additional information obtained by the Contracting Agency which
is believed to be relevant to the matter.
If the Contracting Agency determines the Bidder does not meet the bidder responsibility
criteria above and is therefore not a responsible Bidder, the Contracting Agency shall
notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees
with this determination, it may appeal the determination within two (2) business days of the
Contracting Agency's determination by presenting its appeal and any additional
information to the Contracting Agency. The Contracting Agency will consider the appeal
and any additional information before issuing its final determination. If the final
determination affirms that the Bidder is not responsible, the Contracting Agency will not
execute a contract with any other Bidder until at least two business days after the Bidder
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SPA PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
determined to be not responsible has received the Contracting Agency's final
determination.
Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with
concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility
Criteria may make or submit requests to the Contracting Agency to modify the criteria.
Such requests shall be in writing, describe the nature of the concerns, and propose
specific modifications to the criteria. Bidders shall submit such requests to the Contracting
Agency no later than five (5) business days prior to the bid submittal deadline and address
the request to the Project Engineer or such other person designated by the Contracting
Agency in the Bid Documents.
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of Bids
(January 23, 2006 APWA GSP)
Revise the first paragraph to read:
After opening and reading proposals, the Contracting Agency will check them for
correctness of extensions of the prices per unit and the total price. If a discrepancy exists
between the price per unit and the extended amount of any bid item, the price per unit will
control. if a minimum bid amount has been established for any item and the bidder's unit
or lump sum price is less than the minimum specified amount, the Contracting Agency will
unilaterally revise the unit or lump sum price, to the minimum specified amount and
recalculate the extension. The total of extensions, corrected where necessary, including
sales taxes where applicable and such additives and/or alternates as selected by the
Contracting Agency will be used by the Contracting Agency for award purposes and to fix
the Awarded Contract Price amount and the amount of the contract bond.
1-03.1 1 Identical Bid Totals
(January 4, 2016 APWA GSP)
Revise this section to read:
After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the
tie -breaker will be the Bidder with an equal lowest bid, that proposed to use the highest
percentage of recycled materials in the Project, per the form submitted with the Bid
Pro osaf. If those percentages are also exactly a ual then the tie -breaker will be
determined by drawing as follows: Two or more slips of paper will be marked as follows:
one marked "Winner' and the other(s) marked "unsuccessful." The slips will be folded to
make the marking unseen. The slips will be placed inside a box. One authorized
representative of each Bidder shall draw a slip from the box. Bidders shall draw in
alphabetic order by the name of the firm as registered with the Washington State
Department of Licensing. The slips shall be unfolded and the firm with the slip marked
"Winner" will be determined to be the successful Bidder and eligible for Award of the
Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest
responsive Bid, and with aproposed recycled materials percentage that is exactly equal to
the highest proposed recycled materials amount, are eligible to draw.
1-03.3 Execution of Contract
(January 19, 2022 APWA GSP)
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-14 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Revise this section to read:
Within 3 calendar days of Award date (not including Saturdays, Sundays, and Holidays),
the successful Bidder shall provide the information necessary to execute the Contract to
the Contracting Agency. The Bidder shall send the contact information, including the full
name, email address, and phone number, for the authorized signer and bonding agent to
the Contracting Agency.
Copies of the Contract Provisions, including the unsigned Form of Contract, will be
available for signature by the successful bidder on the first business day following award.
The number of copies to be executed by the Contractor will be determined by the
Contracting Agency.
Within 20 calendar days after the award date, the successful bidder shall return the signed
Contracting Agency -prepared contract, an insurance certification as required by Section 1-
07.18, and a satisfactory bond as required by law and Section 1-03.4, the Transfer of
Coverage form for the Construction Stormwater General Permit with sections I, III, and VIII
completed when provided. Before execution of the contract by the Contracting Agency, the
successful bidder shall provide any pre -award information the Contracting Agency may
require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency -
furnished sites. The Contractor shall bear all risks for any work begun outside such areas
and for any materials ordered before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within the calendar days after the award date stated above, the
Contracting Agency may grant up to a maximum of 5 additional calendar days for return of
the documents, provided the Contracting Agency deems the circumstances warrant it.
1-03.4 Contract Bond
(July 23, 2015 APWA GSP)
Delete the first paragraph and replace it with the following:
The successful bidder shall provide executed payment and performance bond(s) for the
full contract amount. The bond may be a combined payment and performance bond; or
be separate payment and performance bonds. In the case of separate payment and
performance bonds, each shall be for the full contract amount. The bond(s) shall:
1. Be on Contracting Agency -furnished form(s);
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner,
and
b. Appears on the current Authorized Insurance List in the State of
Washington published by the Office of the Insurance
Commissioner,
3. Guarantee that the Contractor will perform and comply with all obligations,
duties, and conditions under the Contract, including but not
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-15 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
limited to the duty and obligation to indemnify, defend, and protect the
Contracting Agency against all losses and claims related directly or
indirectly from any failure:
a. Of the Contractor (or any of the employees, subcontractors, or
lower tier subcontractors of the Contractor) to faithfully perform and
comply with all contract obligations, conditions, and duties, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors
of the Contractor) to pay all laborers, mechanics, subcontractors,
lower tier subcontractors, material person, or any other person who
provides supplies or provisions for carrying out the work;
4. Be conditioned upon the payment of taxes, increases, and penalties
incurred on the project under titles 50, 51, and 82 RCW; and
5. Be accompanied by a power of attorney for the Surety's officer empowered
to sign the bond; and
6. Be signed by an officer of the Contractor empowered to sign official
statements (sole proprietor or partner). If the Contractor is a corporation,
the bond(s) must be signed by the president or vice president, unless
accompanied by written proof of the authority of the individual signing the
bond(s) to bind the corporation (i.e., corporate resolution, power of
attorney, or a letter to such effect signed by the president or vice
president).
1-03.7 Judicial Review
(November 30, 2018 APWA GSP)
Revise this section to read:
Any decision made by the Contracting Agency regarding the Award and execution of the
Contract or Bid rejection shall be conclusive subject to the scope of judicial review
permitted under Washington Law. Such review, if any, shall be timely filed in the Superior
Court of the county where the Contracting Agency headquarters is located, provided that
where an action is asserted against a county, RCW 36.01.050 shall control venue and
jurisdiction.
1-04.2 Coordination of Contract Documents. Plans, Special Provisions, Specifications, and
Addenda
(January 10, 202Z WSDOT GSP, OPTION 1)
Section 1-04.2 is supplemented with the following:
This specification applies to project documentation and correspondence that occurs after
execution of the Contract. The Contractor shall submit all project documentation and
correspondence for this Contract in electronic format utilizing the WSDOT Unifier system.
Documents that are received by means other than the WSDOT Unifier system will be
rejected, except as allowed by this special provision or specifically approved by the
Engineer.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-16 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
The Engineer may reject documents that are deemed unsuitable. This includes documents
that are illegible, unreadable, locked, etc. Forms that require further information from
WSDOT must be unlocked.
The Contractor shall submit a Unifier Access Request Form (WSDOT Form 134-092)
designating all individuals requiring access to WSDOT Unifier no later than 5 days
following Contract Award. Training for WSDOT Unifier will be provided by WSDOT at no
cost to the Contractor.
All signed documents shall be in PDF format and will require an electronic signature. An
electronic signature is defined as a symbol, or process attached to or logically associated
with a record and executed or adopted by a person with the intent to sign the record. All
signed documents shall be in PDF format.
WSDOT has provided an application to be used to apply electronic signatures to the
following documents:
Change Orders that are not Minor Change Orders
421-009 Release — Retained Percentage (Except Landscaping)
134-146 Final Contract Voucher Certificate
When the Contract specifies that documentation is to be submitted through other web -
based systems, such as the Diversity Management and Compliance System, or email
addresses, the Contractor shall utilize those systems and email addresses accordingly.
All costs for submitting project documentation electronically shall be included in the
Contract prices for the Bid items of Work involved.
1-04.4 Change
(January 19, 2022 APWA GSP)
The first two sentences of the last paragraph of Section 1-04.4 are deleted.
1-05 CONTROL OF WORK
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified in
a written notice from the Engineer, or fails to perform any part of the work required by the
Contract Documents, the Engineer may correct and remedy such work as may be
identified in the written notice, with Contracting Agency forces or by such other means as
the Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer
determines to be an emergency situation, the Engineer may have the defective and
unauthorized work corrected immediately, have the rejected work removed and replaced,
or have work the Contractor refuses to perform completed by using Contracting Agency or
other forces. An emergency situation is any situation when, in the opinion of the Engineer,
a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or
damage to the public.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-17 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall include
in particular, but without limitation, compensation for additional professional services
required, and costs for repair and replacement of work of others destroyed or damaged by
correction, removal, or replacement of the Contractor's unauthorized work.
No adjustment in Contract time or compensation will be allowed because of the delay in
the performance of the work attributable to the exercise of the Contracting Agency's rights
provided by this section.
The rights exercised under the provisions of this section shall not diminish the Contracting
Agency's right to pursue any other avenue for additional remedy or damages with respect
to the Contractor's failure to perform the work as required.
1-05.11 Final inspection
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following:
1-05.11 Final Inspections and ❑ erational Testing
1-05.11 1 Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor shall
so notify the Engineer and request the Engineer establish the Substantial Completion
Date. The Contractor's request shall list the specific items of work that remain to be
completed in order to reach physical completion. The Engineer will schedule an inspection
of the work with the Contractor to determine the status of completion. The Engineer may
also establish the Substantial Completion Date unilaterally.
If, after this inspection, the Engineer concurs with the Contractor that the work is
substantially complete and ready for its intended use, the Engineer, by written notice to
the Contractor, will set the Substantial Completion Date. if, after this inspection the
Engineer does not consider the work substantially complete and ready for its intended
use, the Engineer will, by written notice, so notify the Contractor giving the reasons
therefore.
Upon receipt of written notice concurring in or denying substantial completion, whichever
is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the work necessary to reach Substantial and Physical Completion. The
Contractor shall provide the Engineer with a revised schedule indicating when the
Contractor expects to reach substantial and physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial
Completion Date and the Contractor considers the work physically complete and ready for
final inspection.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-18 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final
inspection, the Contractor by written notice, shall request the Engineer to schedule a final
inspection. The Engineer will set a date for final inspection. The Engineer and the
Contractor will then make a final inspection and the Engineer will notify the Contractor in
writing of all particulars in which the final inspection reveals the work incomplete or
unacceptable. The Contractor shall immediately take such corrective measures as are
necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously,
diligently, and without interruption until physical completion of the listed deficiencies. This
process will continue until the Engineer is satisfied the listed deficiencies have been
corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
written notice listing the deficiencies, the Engineer may, upon written notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1-05.7.
The Contractor will not be allowed an extension of Contract time because of a delay in the
performance of the work attributable to the exercise of the Engineer's right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered physically
complete. That date shall constitute the Physical Completion Date of the Contract, but
shall not imply acceptance of the work or that all the obligations of the Contractor under
the Contract have been fulfilled.
1-05.11 3 Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a
complete and operable system. Therefore when the work involves the installation of
machinery or other mechanical equipment; street lighting, electrical distribution or signal
systems; irrigation systems; buildings; or other similar work it may be desirable for the
Engineer to have the Contractor operate and test the work for a period of time after final
inspection but prior to the physical completion date. Whenever items of work are listed in
the Contract Provisions for operational testing they shall be fully tested under operating
conditions for the time period specified to ensure their acceptability prior to the Physical
Completion Date. During and following the test period, the Contractor shall correct any
items of workmanship, materials, or equipment which prove faulty, or that are not in first
class operating condition. Equipment, electrical controls, meters, or other devices and
equipment to be tested during this period shall be tested under the observation of the
Engineer, so that the Engineer may determine their suitability for the purpose for which
they were installed. The Physical Completion Date cannot be established until testing and
corrections have been completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit Contract prices
related to the system being tested, unless specifically set forth otherwise in the Proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the Contract.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SPA 9 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
1-05.12 Final Acceptance
(April 12, 2019 CFW GSP)
Delete the third and fourth sentences in the first paragraph and replace it with the following:
Final acceptance date of the work shall be the date the Federal Way City Council accepts
the project as complete.
1-05.13 Superintendents, Labor and Equipment of Contractor
(August 14, 2013 APWA GSP)
Delete the sixth and seventh paragraphs of this section.
1-05.14 Cooperation with Other Contractors
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 1-05.14 is supplemented with the following:
Other Contracts or Other Work
It is anticipated that the following work adjacent to or within the limits of this project will be
performed by others during the course of this project and will require coordination of the
work:
• Federal Way Link Extension
1-05.15 Method of Serving Notices
(March 25, 2009 APWA GSP)
Revise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest, notice
of dispute, or other correspondence constituting notification required to be furnished under
the Contract, must be in paper format, hand delivered or sent via mail delivery service to
the Project Engineer's office. Electronic copies such as a -mails or electronically delivered
copies of correspondence will not constitute such notice and will not comply with the
requirements of the Contract.
Add the following new section:
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power
and water necessary for the performance of the work, unless the Contract includes power
and water as a pay item.
1-06 CONTROL OF MATERIAL
(August 6, 2012, WSDOT GSP, OPTION 1(A))
Section 1-06 is supplemented with the following:
Buy America
In accordance with Buy America requirements contained in 23 CFR 635.410, the major
quantities of steel and iron construction material that is permanently incorporated into the
project shall consist of American -made materials only. Buy America does not apply to
temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding
and falsework.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-20 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Minor amounts of foreign steel and iron may be utilized in this project provided the cost of
the foreign material used does not exceed one -tenth of one percent of the total contract
cost or $2,500.00, whichever is greater.
American -made material is defined as material having all manufacturing processes
occurring domestically. To further define the coverage, a domestic product is a
manufactured steel material that was produced in one of the 50 States, the District of
Columbia, Puerto Rico, or in the territories and possessions of the United States.
If domestically produced steel billets or iron ingots are exported outside of the area of
coverage, as defined above, for any manufacturing process then the resulting product
does not conform to the Buy America requirements. Additionally, products manufactured
domestically from foreign source steel billets or iron ingots do not conform to the Buy
America requirements because the initial melting and mixing of alloys to create the
material occurred in a foreign country.
Manufacturing begins with the initial melting and mixing, and continues through the
coating stage. Any process which modifies the chemical content, the physical size or
shape, or the final finish is considered a manufacturing process. The processes include
rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action
of applying a coating to steel or iron is deemed a manufacturing process. Coating includes
epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or
enhances the value of steel or iron. Any process from the original reduction from ore to the
finished product constitutes a manufacturing process for iron.
Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and
alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced
iron ore.
The following are considered to be steel manufacturing processes:
1. Production of steel by any of the following processes:
a. Open hearth furnace.
b. Basic oxygen
c. Electric furnace.
d. Direct reduction.
2. Rolling, heat treating, and any other similar processing.
3. Fabrication of the products.
a. Spinning wire into cable or strand.
b. Corrugating and rolling into culverts.
c. Shop fabrication.
A certification of materials origin will be required for any items comprised of, or containing,
steel or iron construction materials prior to such items being incorporated into the
permanent work. The certification shall be on DOT Form 350-109EF provided by the
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-21 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Engineer, or such other form the Contractor chooses, provided it contains the same
information as DOT Form 350-109EF.
1-06.6 Recycled Materials
(January 4, 2016 APWA GSP)
Delete this section, including its subsections, and replace it with the following:
The Contractor shall make their best effort to utilize recycled materials in the construction
of the project. Approval of such material use shall be as detailed elsewhere in the
Standard Specifications.
Prior to Physical Completion the Contractor shall report the quantity of recycled materials
that were utilized in the construction of the project for each of the items listed in Section 9-
03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled
glass, steel furnace slag and other recycled materials (e.g. utilization of on -site material
and aggregates from concrete returned to the supplier). The Contractor's report shall be
provided on DOT form 350-075 Recycled Materials Reporting.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBi IC
1-07.1 Laws to be Observed
(October 1, 2005 APWA GSP)
Supplement this section with the following:
In cases of conflict between different safety regulations, the more stringent regulation shall
apply.
The Washington State Department of Labor and Industries shall be the sole and
paramount administrative agency responsible for the administration of the provisions of
the Washington Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well-known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor shall
establish, publish, and make known to all employees, procedures for ensuring immediate
removal to a hospital, or doctor's care, persons, including employees, who may have been
injured on the project site. Employees should not be permitted to work on the project site
before the Contractor has established and made known procedures for removal of injured
persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor's Plant, appliances, and methods, and for any damage or injury resulting from
their failure, or improper maintenance, use, or operation. The Contractor shall be solely
and completely responsible for the conditions of the project site, including safety for all
persons and property in the performance of the work. This requirement shall apply
continuously, and not be limited to normal working hours. The required or implied duty of
the Engineer to conduct construction review of the Contractor's performance does not,
and shall not, be intended to include review and adequacy of the Contractor's safety
measures in, on, or near the project site.
Section 1-07.1 is supplemented with the following
(April 3, 2006 WSDOT GSP, OPTION 3)
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-22 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Confined Space
Confined spaces are known to exist at the following locations:
Existing storm drainage, sanitary sewer, and other utility systems, vaults, and
structures, along with all new similar new construction items that meet the
requirements of WAC 296-809-100.
The Contractor shall be fully responsible for the safety and health of all on -site workers
and compliant with Washington Administrative Code (WAC 296-809).
The Contractor shall prepare and implement a confined space program for each of the
confined spaces identified above. The Contractors Confined Space program shall be sent
to the contracting agency at least 30 days prior to the Contractor beginning work in or
adjacent to the confined space. No work shall be performed in or adjacent to the confined
space until the plan is submitted to the Engineer as required. The Contractor shall
communicate with the Engineer to ensure a coordinated effort for providing and
maintaining a safe worksite for both the Contracting Agency's and Contractor's workers
when working in or near a confined space.
All costs to prepare and implement the confined space program shall be included in the
bid prices for the various items associated with the confined space work.
1-07.1 2 Health and Safety
Section 1-07.1(2) is supplemented with the following:
(September 27, 2021, WSDOT GSP)
Governor's Proclamation 20-05121-14
The Contractor, by submitting its Bid, agrees that it will comply with Governor's
Proclamations 20-05 as amended and 21-14 as amended, regarding COVID-19
Vaccination Requirements, and that it will require its workers, service providers,
subcontractors, suppliers, and their workers to comply as well. Furthermore, prior
to starting Work, the Contractor shall provide a Vaccine Declaration form (WSDOT
8 Form #271-050).
The Proclamations are available at: https:/Iwww.governor.wa.gov/office
governor/official-actions/roclamations
All costs related to the Governor's Proclamations shall be considered included with
14 or incidental to other Bid items.
1-07.2 State Taxes
Delete this section, including its sub -sections, in its entirety and replace it with the following:
1-07.2 State Sales Tax
(June 27, 2011 APWA GSP)
The Washington State Department of Revenue has issued special rules on the State sales
tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor
should contact the Washington State Department of Revenue for answers to questions in
this area. The Contracting Agency will not adjust its payment if the Contractor bases a Bid
on a misunderstood tax liability.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-23 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
The Contractor shall include all Contractor -paid taxes in the unit Bid prices or other
Contract amounts. In some cases, however, state retail sales tax will not be included.
Section 1-07.2(2) describes this exception.
The Contracting Agency will pay the retained percentage (or release the Contract Bond if
a FHWA-funded Project) only if the Contractor has obtained from the Washington State
Department of Revenue a certificate showing that all Contract -related taxes have been
paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the
Contractor any amount the Contractor may owe the Washington State Department of
Revenue, whether the amount owed relates to this Contract or not. Any amount so
deducted will be paid into the proper State fund.
1-07.2 1 State Sales Tax — Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving
streets, roads, etc., which are owned by a municipal corporation, or political
subdivision of the state, or by the United States, and which are used primarily for
foot or vehicular traffic. This includes storm or combined sewer systems within
and included as a part of the street or road drainage system and power lines when
such are part of the roadway lighting system. For work performed in such cases,
the Contractor shall include Washington State Retail Sales Taxes in the various
unit Bid item prices, or other Contract amounts, including those that the Contractor
pays on the purchase of the materials, equipment, or supplies used or consumed
in doing the work.
1-07.2 2 State Sales Tax — Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of
new or existing buildings, or other structures, upon real property. This includes,
but is not limited to, the construction of streets, roads, highways, etc., owned by
the state of Washington; water mains and their appurtenances; sanitary sewers
and sewage disposal systems unless such sewers and disposal systems are
within, and a part of, a street or road drainage system; telephone, telegraph,
electrical power distribution lines, or other conduits or lines in or above streets or
roads, unless such power lines become a part of a street or road lighting system;
and installing or attaching of any article of tangible personal property in or to real
property, whether or not such personal property becomes a part of the realty by
virtue of installation.
For work performed in such cases, the Contractor shall collect from the
Contracting Agency, retail sales tax on the full Contract price. The Contracting
Agency will automatically add this sales tax to each payment to the Contractor.
For this reason, the Contractor shall not include the retail sales tax in the unit Bid
item prices, or in any other Contract amount subject to Rule 170, with the following
exception.
Exception: The Contracting Agency will not add in sales tax for a payment the
Contractor or a subcontractor makes on the purchase or rental of tools, machinery,
equipment, or consumable supplies not integrated into the project. Such sales
taxes shall be included in the unit Bid item prices or in any other Contract amount.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-24 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
1-07.2(3) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any
Contract wholly for professional or other services (as defined in Washington State
Department of Revenue Rules 138 and 244).
1-07.7 Load Limits
(March 13, 1995 WSDOT GSP, OPTION 6)
Section 1-07.7 is supplemented with the following:
If the sources of materials provided by the Contractor necessitate hauling over roads other
than State Highways, the Contractor shall, at the Contractor's expense, make all
arrangements for the use of the haul routes.
1-07.9 Wage
1-07.90) General
(January 10, 2022 WSDOT GSP, OPTION 1)
Section 1-07.9(1) is supplemented with the following:
The Federal wage rates incorporated in this contract have been established by the
Secretary of Labor under United States Department of Labor General Decision No.
WA20220001.
The State rates incorporated in this contract are applicable to all construction activities
associated with this contract.
1-07.9 2 Posting Notices
(January 10, 2022 WSDOT GSP, OPTION 1.2023)
Item number 11 in Section 1-07.9(2) is revised to read:
11. F700-074-000-Your Rights as a Worker in Washington State by
Washington State Department of Labor and Industries (L&I). Post on all projects.
1-07.9 5 Required Documents
(January 3, 2020 APWA GSP)
Delete this section and replace it with the following:
General
All "Statements of Intent to Pay Prevailing Wages",
Certified Payrolls, including a signed Statement
projects, shall be submitted to the Engineer using
Wage Intent & Affidavit (PWIA) system.
"Affidavits of Wages Paid" and
of Compliance for Federal -aid
the State L&I online Prevailing
Intents and Affidavits
On forms provided by the Industrial Statistician of State L&I, the Contractor shall
submit to the Engineer the following for themselves and for each firm covered under
RCW 39.12 that will or has provided Work and materials for the Contract:
1. The approved "Statement of Intent to Pay Prevailing Wages" State L&I's form
number F700-029-000. The Contracting Agency will make no payment under
this Contract until this statement has been approved by State L&I and reviewed
by the Engineer.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-25 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
2. The approved "Affidavit of Prevailing Wages Paid", State L&I's form F700-007-
000. The Contracting Agency will not grant Completion until all approved
Affidavit of Wages paid for the Contractor and all Subcontractors have been
received by the Engineer. The Contracting Agency will not release to the
Contractor any funds retained under RCW 60.28.011 until "Affidavit of
Prevailing Wages Paid" forms have been approved by State L&I and all of the
approved forms have been submitted to the Engineer for every firm that
worked on the Contract.
The Contractor is responsible for requesting these forms from State L&I and for paying
any fees required by State L&I.
Certified Payrolls
Certified payrolls are required to be submitted by the Contractor for themselves, all
Subcontractors and all lower tier subcontractors. The payrolls shall be submitted
weekly on all Federal -aid projects and no less than monthly on State funded projects.
Penalties for Noncompliance
The Contractor is advised, if these payrolls are not supplied within the prescribed
deadlines, any or all payments may be withheld until compliance is achieved. In
addition, failure to provide these payrolls may result in other sanctions as provided by
State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5.12).
1-07.11 Requirements for Nondiscrimination
(September 3, 2019 WSDOT GSP, OPTION 1)
Section 1-07.11 is supplemented with the following:
Requirement for Affirmative Action to Ensure Equal Employment Opportunity {Executive Order
11246
1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard
Federal Equal Employment Opportunity Construction Contract Specifications set forth
herein.
2. The goals and timetables for minority and female participation set by the Office of
Federal Contract Compliance Programs, expressed in percentage terms for the
Contractor's aggregate work force in each construction craft and in each trade on all
construction work in the covered area, are as follows:
Women - Statewide
Timetable
Until further notice
Goal
6.9%
Minorities - by Standard Metropolitan Statistical Area (SMSA
Spokane, WA:
SMSA Counties:
Spokane, WA 2.8
WA Spokane.
Non-SMSA Counties 3.0
WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA
Lincoln, WA Pend Oreille; WA Stevens; WA Whitman.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-26 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Richland, WA:
SMSA Counties:
Richland Kennewick, WA 5.4
WA Benton; WA Franklin.
Non-SMSA Counties 3.6
WA Walla Walla.
Yakima, WA:
SMSA Counties:
Yakima, WA 9.7
WA Yakima.
Non-SMSA Counties 7.2
WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan.
Seattle, WA:
SMSA Counties:
Seattle Everett, WA 7.2
WA King; WA Snohomish.
Tacoma, WA 6.2
WA Pierce.
Non-SMSA Counties 6.1
WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap;
WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA
Thurston; WA Whatcom.
Portland, OR:
SMSA Counties:
Portland, OR -WA
WA Clark.
Non-SMSA Counties
WA Cowlitz;
4.5
3.8
WA Klickitat; WA Skamania; WA Wahkiakum.
These goals are applicable to each nonexempt Contractor's total on -site construction
workforce, regardless of whether or not part of that workforce is performing work on a
Federal, or federally assisted project, contract, or subcontract until further notice.
Compliance with these goals and time tables is enforced by the Office of Federal
Contract compliance Programs.
The Contractor's compliance with the Executive Order and the regulations in 41 CFR
Part 60-4 shall be based on its implementation of the Equal Opportunity Clause,
specific affirmative action obligations required by the specifications set forth in 41 CFR
60-4.3(a), and its efforts to meet the goals. The hours of minority and female
employment and training must be substantially uniform throughout the length of the
contract, in each construction craft and in each trade, and the Contractor shall make a
good faith effort to employ minorities and women evenly on each of its projects. The
transfer of minority or female employees or trainees from Contractor to Contractor or
from project to project for the sole purpose of meeting the Contractor's goal shall be a
violation of the contract, the Executive Order and the regulations in 41
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-27 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
CFR Part 60-4. Compliance with the goals will be measured against the total work
hours performed.
3. The Contractor shall provide written notification to the Office of Federal Contract
Compliance Programs (OFCCP) within 10 working days of award of any construction
subcontract in excess of $10,000 or more that are Federally funded, at any tier for
construction work under the contract resulting from this solicitation. The notification
shall list the name, address and telephone number of the Subcontractor; employer
identification number of the Subcontractor; estimated dollar amount of the subcontract;
estimated starting and completion dates of the subcontract; and the geographical area
in which the contract is to be performed. The notification shall be sent to:
U.S. Department of Labor
Office of Federal Contract Compliance Programs Pacific Region
Attn: Regional Director
San Francisco Federal Building
90 — 7th Street, Suite 18-300
San Francisco, CA 94103(415) 625-7800 Phone
(415) 625-7799 Fax
Additional information may be found at the U.S. Department of Labor website:
http://www.dol.gov/ofccp/TAguides/ctacluide.htm
4. As used in this Notice, and in the contract resulting from this solicitation, the Covered
Area is as designated herein.
Standard Federal Equal Employment Opportunity Construction Contract Specifications
Executive Order 11246
1. As used in these specifications:
a. Covered Area means the geographical area described in the solicitation
from which this contract resulted;
b. Director means Director, Office of Federal Contract Compliance
Programs, United States Department of Labor, or any person to whom
the Director delegates authority;
c. Employer Identification Number
number used on the Employer's
Treasury Department Form 941;
0
CITY OF FEDERAL WAY
Minority includes:
means the Federal Social Security
Quarterly Federal Tax Return, U. S.
(1) Black, a person having origins in any of the Black Racial
Groups of Africa.
(2) Hispanic, a fluent Spanish speaking, Spanish surnamed person
of Mexican, Puerto Rican, Cuban, Central American, South
American, or other Spanish origin.
(3) Asian or Pacific Islander, a person having origins in any of the
original peoples of the Pacific rim or the Pacific Islands, the
Hawaiian Islands and Samoa.
ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-28 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
(4) American Indian or Alaskan Native, a person having origins in
any of the original peoples of North America, and who maintain
cultural identification through tribal affiliation or community
recognition.
2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a
portion of the work involving any construction trade, it shall physically include in
each subcontract in excess of $10,000 the provisions of these specifications
and the Notice which contains the applicable goals for minority and female
participation and which is set forth in the solicitations from which this contract
resulted.
3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown
Plan approved by the U.S. Department of Labor in the covered area either
individually or through an association, its affirmative action obligations on all
work in the Plan area (including goals and timetables) shall be in accordance
with that Plan for those trades which have unions participating in the Plan.
Contractors must be able to demonstrate their participation in and compliance
with the provisions of any such Hometown Plan. Each Contractor or
Subcontractor participating in an approved Plan is individually required to
comply with its obligations under the EEO clause, and to make a good faith
effort to achieve each goal under the Plan in each trade in which it has
employees. The overall good faith performance by other Contractors or
Subcontractors toward a goal in an approved Plan does not excuse any
covered Contractor's or Subcontractor's failure to take good faith effort to
achieve the Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action standards
provided in paragraphs 7a through 7p of this Special Provision. The goals set
forth in the solicitation from which this contract resulted are expressed as
percentages of the total hours of employment and training of minority and
female utilization the Contractor should reasonably be able to achieve in each
construction trade in which it has employees in the covered area. Covered
construction contractors performing construction work in geographical areas
where they do not have a Federal or federally assisted construction contract
shall apply the minority and female goals established for the geographical area
where the work is being performed. The Contractor is expected to make
substantially uniform progress in meeting its goals in each craft during the
period specified.
5. Neither the provisions of any collective bargaining agreement, nor the failure by
a union with whom the Contractor has a collective bargaining agreement, to
refer either minorities or women shall excuse the Contractor's obligations under
these specifications, Executive Order 11246, or the regulations promulgated
pursuant thereto.
6. In order for the nonworking training hours of apprentices and trainees to be
counted in meeting the goals, such apprentices and trainees must be employed
by the Contractor during the training period, and the Contractor must have
made a commitment to employ the apprentices and trainees at the completion
of their training, subject to the availability of employment
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-29 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
opportunities. Trainees must be trained pursuant to training programs
approved by the U.S. Department of Labor.
7. The Contractor shall take specific affirmative actions to ensure equal
employment opportunity. The evaluation of the Contractor's compliance with
these specifications shall be based upon its effort to achieve maximum results
from its action. The Contractor shall document these efforts fully, and shall
implement affirmative action steps at least as extensive as the following:
a. Ensure and maintain a working environment free of harassment,
intimidation, and coercion at all sites, and in all facilities at which the
Contractor's employees are assigned to work. The Contractor, where
possible, will assign two or more women to each construction project.
The Contractor shall specifically ensure that all foremen,
superintendents, and other on -site supervisory personnel are aware of
and carry out the Contractor's obligation to maintain such a working
environment, with specific attention to minority or female individuals
working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment
sources, provide written notification to minority and female recruitment
sources and to community organizations when the Contractor or its
unions have employment opportunities available, and maintain a record
of the organizations' responses.
c. Maintain a current file of the names, addresses and telephone numbers
of each minority and female off -the -street applicant and minority or
female referral from a union, a recruitment source or community
organization and of what action was taken with respect to each such
individual. If such individual was sent to the union hiring hall for referral
and was not referred back to the Contractor by the union or, if referred,
not employed by the Contractor, this shall be documented in the file
with the reason therefor, along with whatever additional actions the
Contractor may have taken.
d. Provide immediate written notification to the Director when the union or
unions with which the Contractor has a collective bargaining agreement
has not referred to the Contractor a minority person or woman sent by
the Contractor, or when the Contractor has other information that the
union referral process has impeded the Contractor's efforts to meet its
obligations.
e. Develop on-the-job training opportunity and/or participate in training
programs for the area which expressly include minorities and women,
including upgrading programs and apprenticeship and trainee programs
relevant to the Contractor's employment needs, especially those
programs funded or approved by the U.S. Department of Labor. The
Contractor shall provide notice of these programs to the sources
compiled under 7b above.
f. Disseminate the Contractor's EEO policy by providing notice of the
policy to unions and training programs and requesting their cooperation
in assisting the Contractor in meeting its EEO obligations;
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-30 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
by including it in any policy manual and collective bargaining
agreement; by publicizing it in the company newspaper, annual report,
etc.; by specific review of the policy with all management personnel and
with all minority and female employees at least once a year; and by
posting the company EEO policy on bulletin boards accessible to all
employees at each location where construction work is performed.
g. Review, at least annually, the company's EEO policy and affirmative
action obligations under these specifications with all employees having
any responsibility for hiring, assignment, layoff, termination or other
employment decisions including specific review of these items with on -
site supervisory personnel such as Superintendents, General Foremen,
etc., prior to the initiation of construction work at any job site. A written
record shall be made and maintained identifying the time and place of
these meetings, persons attending, subject matter discussed, and
disposition of the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it in
any advertising in the news media, specifically including minority and
female news media, and providing written notification to and discussing
the Contractor's EEO policy with other Contractors and Subcontractors
with whom the Contractor does or anticipates doing business.
Direct its recruitment efforts, both oral and written to minority, female
and community organizations, to schools with minority and female
students and to minority and female recruitment and training
organizations serving the Contractor's recruitment area and
employment needs. Not later than one month prior to the date for the
acceptance of applications for apprenticeship or other training by any
recruitment source, the Contractor shall send written notification to
organizations such as the above, describing the openings, screening
procedures, and tests to be used in the selection process.
Encourage present minority and female employees to recruit other
minority persons and women and where reasonable, provide after
school, summer and vacation employment to minority and female youth
both on the site and in other areas of a Contractor's work force.
k. Validate all tests and other selection requirements where there is an
obligation to do so under 41 CFR Part 60-3.
I. Conduct, at least annually, an inventory and evaluation of all minority
and female personnel for promotional opportunities and encourage
these employees to seek or to prepare for, through appropriate training,
etc., such opportunities.
m. Ensure that seniority practices, job classifications, work assignments
and other personnel practices, do not have a discriminatory effect by
continually monitoring all personnel and employment related activities
to ensure that the EEO policy and the Contractor's obligations under
these specifications are being carried out.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-31 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
n. Ensure that all facilities and company activities are non -segregated
except that separate or single -user toilet and necessary changing
facilities shall be provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for
subcontracts from minority and female construction contractors and
suppliers, including circulation of solicitations to minority and female
contractor associations and other business associations.
p. Conduct a review, at least annually, of all supervisors' adherence to
and performance under the Contractor's EEO policies and affirmative
action obligations.
8. Contractors are encouraged to participate in voluntary associations which
assist in fulfilling one or more of their affirmative action obligations (7a through
7p). The efforts of a contractor association, joint contractor -union, contractor -
community, or other similar group of which the Contractor is a member and
participant, may be asserted as fulfilling any one or more of the obligations
under 7a through 7p of this Special Provision provided that the Contractor
actively participates in the group, makes every effort to assure that the group
has a positive impact on the employment of minorities and women in the
industry, ensure that the concrete benefits of the program are reflected in the
Contractor's minority and female work -force participation, makes a good faith
effort to meet its individual goals and timetables, and can provide access to
documentation which demonstrate the effectiveness of actions taken on behalf
of the Contractor. The obligation to comply, however, is the Contractor's and
failure of such a group to fulfill an obligation shall not be a defense for the
Contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women have been
established. The Contractor, however, is required to provide equal
employment opportunity and to take affirmative action for all minority groups,
both male and female, and all women, both minority and non -minority.
Consequently, the Contractor may be in violation of the Executive Order if a
particular group is employed in substantially disparate manner (for example,
even though the Contractor has achieved its goals for women generally, the
Contractor may be in violation of the Executive Order if a specific minority
group of women is underutilized).
10. The Contractor shall not use the goals and timetables or affirmative action
standards to discriminate against any person because of race, color, religion,
sex, or national origin.
11. The Contractor shall not enter into any subcontract with any person or firm
debarred from Government contracts pursuant to Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for violation of
these specifications and of the Equal Opportunity Clause, including
suspensions, terminations and cancellations of existing subcontracts as may
be imposed or ordered pursuant to Executive Order 11246, as amended, and
its implementing regulations by the Office of Federal Contract Compliance
Programs. Any Contractor who fails to carry out such sanctions and penalties
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-32 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
shall be in violation of these specifications and Executive Order 11246, as
amended.
13. The Contractor, in fulfilling its obligations under these specifications, shall
implement specific affirmative action steps, at least as extensive as those
standards prescribed in paragraph 7 of this Special Provision, so as to achieve
maximum results from its efforts to ensure equal employment opportunity. If
the Contractor fails to comply with the requirements of the Executive Order, the
implementing regulations, or these specifications, the Director shall proceed in
accordance with 41 CFR 60-4.8.
14. The Contractor shall designate a responsible official to monitor all employment
related activity to ensure that the company EEO policy is being carried out, to
submit reports relating to the provisions hereof as may be required by the
government and to keep records. Records shall at least include, for each
employee, their name, address, telephone numbers, construction trade, union
affiliation if any, employee identification number when assigned, social security
number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or
laborer), dates of changes in status, hours worked per week in the indicated
trade, rate of pay, and locations at which the work was performed. Records
shall be maintained in an easily understandable and retrievable form; however,
to the degree that existing records satisfy this requirement, the Contractors will
not be required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the application
of other laws which establish different standards of compliance or upon the
application of requirements for the hiring of local or other area residents (e.g.,
those under the Public Works Employment Act of 1977 and the Community
Development Block Grant Program).
16. Additional assistance for Federal Construction Contractors on contracts
administered by Washington State Department of Transportation or by Local
Agencies may be found at:
Washington State Dept. of Transportation
Office of Equal Opportunity
PO Box 47314
310 Maple Park Ave. SE
Olympia WA
98504-7314
Ph: 360-705-7090
Fax: 360-705-6801
http://www.wsdot.wa.gov/equalopportunity/defauIt.htm
(October 1, 2020, APWA GSP, OPTION B)
Supplement this section with the following
Disadvantaged Business Enterprise Participation
The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and
USDOT's official interpretations (i.e., Questions & Answers) apply to this Contract.
Demonstrating compliance with these Specifications is a Condition of Award (COA) of this
Contract. Failure to comply with the requirements of this Specification may result in
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-33 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
your Bid being found to be nonresponsive resulting in rejection or other sanctions as
provided by Contract.
DBE Abbreviations and Definitions
Broker — A business firm that provides a bona fide service, such as professional,
technical, consultant or managerial services and assistance in the procurement of
essential personnel, facilities, equipment, materials, or supplies required for the
performance of the Contract; or, persons/companies who arrange or expedite
transactions.
Certified Business Description — Specific descriptions of work the DBE is
certified to perform, as identified in the Certified Firm Directory, under the Vendor
Information page.
Certified Firm Directory — A database of all Minority, Women, and Disadvantaged
Business Enterprises currently certified by Washington State. The on-line Directory
is available to Contractors for their use in identifying and soliciting interest from
DBE firms. The database is located under the Firm Certification section of the
Diversity Management and Compliance System web page at:
hftps://omwbe.diversitycompliance.com.
Commercially Useful Function (CUF) — 49 CFR 26.55(c)(1) defines commercially
useful function as: "A DBE performs a commercially useful function when it is
responsible for execution of the work of the contract and is carrying out its
responsibilities by actually performing, managing, and supervising the work
involved. To perform a commercially useful function, the DBE must also be
responsible, with respect to materials and supplies used on the contract, for
negotiating price, determining quality and quantity, ordering the material, and
installing (where applicable) and paying for the material itself. To determine
whether a DBE is performing a commercially useful function, you must evaluate
the amount of work subcontracted, industry practices, whether the amount the firm
is to be paid under the contract is commensurate with the work it is actually
performing and the DBE credit claimed for its performance of the work, and other
relevant factors."
Disadvantaged Business Enterprise (DBE) — A business firm certified by the
Washington State Office of Minority and Women's Business Enterprises, as
meeting the criteria outlined in 49 CFR 26 regarding DBE certification.
Force Account Work — Work measured and paid in accordance with Section 1-
09.6.
Good Faith Efforts — Efforts to achieve the DBE COA Goal or other requirements
of this part which, by their scope, intensity, and appropriateness to the objective,
can reasonably be expected to fulfill the program requirement.
Manufacturer (DBE) — A DBE firm that operates or maintains a factory or
establishment that produces on the premises the materials, supplies, articles, or
equipment required under the Contract. A DBE Manufacturer shall produce
finished goods or products from raw or unfinished material or purchase and
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-34 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
substantially alters goods and materials to make them suitable for construction use
before reselling them.
Reasonable Fee (DBE) — For purposes of Brokers or service providers a
reasonable fee shall not exceed 5% of the total cost of the goods or services
brokered.
Regular Dealer (DBE) — A DBE firm that owns, operates, or maintains a store,
warehouse, or other establishment in which the materials or supplies required for
the performance of a Contract are bought, kept in stock, and regularly sold to the
public in the usual course of business. To be a Regular Dealer, the DBE firm must
be an established regular business that engages in as its principal business and in
its own name the purchase and sale of the products in question. A Regular Dealer
in such items as steel, cement, gravel, stone, and petroleum products need not
own, operate or maintain a place of business if it both owns and operates
distribution equipment for the products. Any supplementing of regular dealers' own
distribution equipment shall be by long-term formal lease agreements and not on
an ad -hoc basis. Brokers, packagers, manufacturers' representatives, or other
persons who arrange or expedite transactions shall not be regarded as Regular
Dealers within the meaning of this definition.
DBE Commitment — The dollar amount the Bidder indicates they will be
subcontracting to be applied towards the DBE Condition of Award Goal as shown
on the DBE Utilization Certification Form for each DBE Subcontractor. This DBE
Commitment amount will be incorporated into the Contract and shall be considered
a Contract requirement. The Contractor shall utilize the COA DBEs to perform the
work and supply the materials for which they are committed. Any changes to the
DBE Commitment require the Engineer's prior written approval.
DBE Condition of Award (COA) Goal — An assigned numerical amount specified
as a percentage of the Contract. Initially, this is the minimum amount that the
Bidder must commit to by submission of the Utilization Certification Form and/or by
Good Faith Effort (GFE).
DBE COA Goal
The Contracting Agency has established a DBE COA Goal for this Contract in the amount
of: 11 %
Crediting DBE Participation
Subcontractors proposed as COA must be certified prior to the due date for bids on the
Contract. All non-COA DBE Subcontractors shall be certified before the subcontract on
which they are participating is executed.
DBE participation is only credited upon payment to the DBE.
The following are some definitions of what may be counted as DBE participation.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-35 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
DBE Prime Contractor
Only take credit for that portion of the total dollar value of the Contract equal to the
distinct, clearly defined portion of the Work that the DBE Prime Contractor
performs with its own forces and is certified to perform.
DBE Subcontractor
Only take credit for that portion of the total dollar value of the subcontract that is
equal to the distinct, clearly defined portion of the Work that the DBE performs with
its own forces and is certified to perform. The value of work performed by the DBE
includes the cost of supplies and materials purchased by the DBE and equipment
leased by the DBE, for its work on the contract. Supplies, materials or equipment
obtained by a DBE that are not utilized or incorporated in the contract work by the
DBE will not be eligible for DBE credit.
The supplies, materials, and equipment purchased or leased from the Contractor
or its affiliate, including any Contractor's resources available to DBE
subcontractors at no cost, shall not be credited.
DBE credit will not be given in instances where the equipment lease includes the
operator. The DBE is expected to operate the equipment used in the performance
of its work under the contract with its own forces. Situations where equipment is
leased and used by the DBE, but payment is deducted from the Contractor's
payment to the DBE is not allowed.
When the subcontractor is part of a DBE Commitment, the following apply:
1. If a DBE subcontracts a portion of the Work of its contract to another firm,
the value of the subcontracted Work may be counted toward the DBE COA
Goal only if the Lower -Tier Subcontractor is also a DBE.
2. Work subcontracted to a Lower -Tier Subcontractor that is a DBE, may be
counted toward the DBE COA Goal.
3. Work subcontracted to a non -DBE does not count towards the DBE COA
Goal.
DBE Subcontract and Lower Tier Subcontract Documents
There must be a subcontract agreement that complies with 49 CFR Part 26 and
fully describes the distinct elements of Work committed to be performed by the
DBE.
DBE Service Provider
The value of fees or commissions charged by a DBE firm behaving in a manner of
a Broker, or another service provider for providing a bona fide service, such as
professional, technical, consultant, managerial services, or for providing bonds or
insurance specifically required for the performance of the contract will only be
credited as DBE participation, if the fee/commission is determined by the
Contracting Agency to be reasonable and the firm has performed a CUF.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-36 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Force Account Work
When the Bidder elects to utilize force account Work to meet the DBE COA Goal,
as demonstrated by listing this force account Work on the DBE Utilization
Certification Form, for the purposes of meeting the DBE COA Goal, only 50% of
the Proposal amount shall be credited toward the Bidder's Commitment to meet
the DBE COA Goal.
One hundred percent of the actual amounts paid to the DBE for the force account
Work shall be credited towards the DBE COA Goal or DBE participation.
Temporary Traffic Control
If the DBE firm only provides "Flagging", the DBE firm must provide a Traffic
Control Supervisor (TCS) and flagger, which are under the direct control of the
DBE. The DBE firm shall also provide all flagging equipment for it's employees
(e.g. paddles, hard hats, and vests).
If the DBE firm provides "Traffic Control Services", the DBE firm must provide a
TCS, flaggers, and traffic control items (e.g., cones, barrels, signs, etc.) and be in
total control of all items in implementing the traffic control for the project.
Trucking
DBE trucking firm participation may only be credited as DBE participation for the
value of the hauling services, not for the materials being hauled unless the trucking
firm is also certified as a supplier of those materials. In situations where the DBE's
work is priced per ton, the value of the hauling service must be calculated
separately from the value of the materials in order to determine DBE credit for
hauling
The DBE trucking firm must own and operate at least one licensed, insured and
operational truck on the contract. The truck must be of the type that is necessary to
perform the hauling duties required under the contract. The DBE receives credit for
the value of the transportation services it provides on the Contract using trucks it
owns or leases, licenses, insures, and operates with drivers it employs.
The DBE may lease additional trucks from another DBE firm. The DBE who
leases additional trucks from another DBE firm receives credit for the value of the
transportation services the lessee DBE provides on the Contract.
The trucking Work subcontracted to any non -DBE trucking firm will not receive
credit for Work done on the project.
The DBE may lease trucks from a truck leasing company (recognized truck rental
center), but can only receive credit towards DBE participation if the DBE uses its
own employees as drivers.
DBE Manufacturer and DBE Regular Dealer
One hundred percent (100%) of the cost of the manufactured product obtained
from a DBE manufacturer may count towards the DBE COA Goal.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-37 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Sixty percent (60%) of the cost of materials or supplies purchased from a DBE
Regular Dealer may be credited towards the DBE Goal. If the role of the DBE
Regular Dealer is determined to be that of a Broker, then DBE credit shall be
limited to the fee or commission it receives for its services. Regular Dealer status
and the amount of credit is determined on a Contract -by -Contract basis.
DBE firms proposed to be used as a Regular Dealer must be approved before
being listed as a COA/used on a project. The WSDOT Approved Regular Dealer
list published on WSDOT's Office of Equal Opportunity (OEO) web site must
include the specific project for which approval is being requested. For purposes of
the DBE COA Goal participation, the Regular Dealer must submit the Regular
Dealer Status Request form a minimum of five calendar days prior to bid opening.
Purchase of materials or supplies from a DBE which is neither a manufacturer nor
a regular dealer, (i.e. Broker) only the fees or commissions charged for assistance
in the procurement of the materials and supplies, or fees or transportation charges
for the delivery of materials or supplies required on a job site, may count towards
the DBE COA goal provided the fees are not excessive as compared with fees
customarily allowed for similar services. Documentation will be required to support
the fee/commission charged by the DBE. The cost of the materials and supplies
themselves cannot be counted toward the DBE COA Goal.
Note: Requests to be listed as a Regular Dealer will only be processed if the
requesting firm is a material supplier certified by the Office of Minority and
Women's Business Enterprises in a NAICS code that falls within the
42XXXX NAICS Wholesale code section.
Disadvantaged Business Enterprise Utilization
To be eligible for award of the Contract, the Bidder shall properly complete and submit a
Disadvantaged Business Enterprise (DBE) Utilization Certification with the Bidder's sealed
Bid Proposal, as specified in Section 1-02.9 Delivery of Proposal. The Bidder's DBE
Utilization Certification must clearly demonstrate how the Bidder intends to meet the DBE
COA Goal. A DBE Utilization Certification (WSDOT Form 272-056) is included in the
Proposal package for this purpose as well as instructions on how to properly fill out the
form.
The Bidder is advised that the items listed below when listed in the Utilization Certification
must have their amounts reduced to the percentages shown and those reduced amounts
will be the amount applied towards meeting the DBE COA Goal.
Force account at 50%
Regular dealer at 60%
In the event of arithmetic errors in completing the DBE Utilization Certification, the amount
listed to be applied towards the DBE COA Goal for each DBE shall govern and the DBE
total amount shall be adjusted accordingly.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-38 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Note: The Contracting Agency shall consider as non -responsive and shall reject any Bid
Proposal submitted that does not contain a DBE Utilization Certification Form that
accurately demonstrates how the Bidder intends to meet the DBE COA Goal.
Disadvantaged Business Enterprise Written Confirmation Document(s)
The Bidder shall submit an Disadvantaged Business Enterprise (DBE) Written
Confirmation Document (completed and signed by the DBE) for each DBE firm listed in the
Bidder's completed DBE Utilization Certification submitted with the Bid. Failure to do so
will result in the associated participation being disallowed, which may cause the Bid to be
determined to be nonresponsive resulting in Bid rejection.
The Confirmation Documents provide confirmation from the DBEs that they are
participating in the Contract as provided in the Bidder's Commitment. The Confirmation
Documents must be consistent with the Utilization Certification.
A DBE Written Confirmation Document (form No. 422-031) is included in the Proposal
package for this purpose.
The form(s) shall be received as specified in the special provisions for Section 1-02.9
Delivery of Proposal.
It is prohibited for the Bidder to require a DBE to submit a Written Confirmation Document
with any part of the form left blank. Should the Contracting Agency determine that an
incomplete Written Confirmation Document was signed by a DBE, the validity of the
document comes into question. The associated DBE participation may not receive credit.
Selection of Successful Bidder/Good Faith Efforts (GFE)
The successful Bidder shall be selected on the basis of having submitted the lowest
responsive Bid, which demonstrates a good faith effort to achieve the DBE COA Goal. The
Contracting Agency, at any time during the selection process, may request a breakdown
of the bid items and amounts that are counted towards the overall contract goal for any of
the DBEs listed on the DBE Utilization Certification.
Achieving the DBE COA Goal may be accomplished in one of two ways.-
1 . By meeting the DBE COA Goal
Submission of the DBE Utilization Certification, supporting DBE Written
Confirmation Document(s) showing the Bidder has obtained enough DBE
participation to meet or exceed the DBE COA Goal, the DBE Bid Item Breakdown
and the DBE Trucking Credit Form, if applicable.
2. By documentation that the Bidder made adequate GFE to meet the DBE COA
Goal
The Bidder may demonstrate a GFE in whole or part through GFE documentation
ONLY IN THE EVENT a Bidder's efforts to solicit sufficient DBE participation have
been unsuccessful. The Bidder must supply GFE documentation in addition to the
DBE Utilization Certification, supporting DBE Written Confirmation Document(s),
the DBE Bid Item Breakdown form and the DBE Trucking Credit Form, if
applicable.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-39 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Note: In the case where a Bidder is awarded the contract based on demonstrating
adequate GFE, the advertised DBE COA Goal will not be reduced. The Bidder
shall demonstrate a GFE during the life of the Contract to attain the advertised
DBE COA Goal.
GFE documentation, the DBE Bid Item Breakdown form, and the DBE Trucking Credit
Form, if applicable, shall be submitted as specified in Section 1-02.9.
The Contracting Agency will review the GFE documentation and will determine if the
Bidder made an adequate good faith effort.
Good Faith Effort (GFE) Documentation
GFE is evaluated when:
Determining award of a Contract that has COA goal,
2. When a COA DBE is terminated and substitution is required, and
3. Prior to Physical Completion when determining whether the Contractor has
satisfied its DBE commitments.
49 CFR Part 26, Appendix A is intended as general guidance and does not, in itself,
demonstrate adequate good faith efforts. The following is a list of types of actions, which
would be considered as part of the Bidder's GFE to achieve DBE participation. It is not
intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive.
Other factors or types of efforts may be relevant in appropriate cases.
Soliciting through all reasonable and available means (e.g. attendance at pre -bid
meetings, advertising and/or written notices) the interest of all certified DBEs who
have the capability to perform the Work of the Contract. The Bidder must solicit
this interest within sufficient time to allow the DBEs to respond to the solicitation.
The Bidder must determine with certainty if the DBEs are interested by taking
appropriate steps to follow up initial solicitations.
2. Selecting portions of the Work to be performed by DBEs in order to increase the
likelihood that the DBE COA Goal will be achieved. This includes, where
appropriate, breaking out contract Work items into economically feasible units to
facilitate DBE participation, even when the Contractor might otherwise prefer to
perform these Work items with its own forces.
3. Providing interested DBEs with adequate information about the Plans,
Specifications, and requirements of the Contract in a timely manner to assist them
in responding to a solicitation.
a. Negotiating in good faith with interested DBEs. It is the Bidder's
responsibility to make a portion of the Work available to DBE
subcontractors and suppliers and to select those portions of the Work or
material needs consistent with the available DBE subcontractors and
suppliers, so as to facilitate DBE participation. Evidence of such
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP40 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
negotiation includes the names, addresses, and telephone numbers of
DBEs that were considered; a description of the information provided
regarding the Plans and Specifications for the Work selected for
subcontracting; and evidence as to why additional agreements could not be
reached for DBEs to perform the Work.
b. A Bidder using good business judgment would consider a number of
factors in negotiating with subcontractors, including DBE subcontractors,
and would take a firm's price and capabilities as well as the DBE COA Goal
into consideration. However, the fact that there may be some additional
costs involved in finding and using DBEs is not in itself sufficient reason for
a Bidder's failure to meet the DBE COA Goal, as long as such costs are
reasonable. Also, the ability or desire of a Bidder to perform the Work of a
Contract with its own organization does not relieve the Bidder of the
responsibility to make Good Faith Efforts. Bidders are not, however,
required to accept higher quotes from DBEs if the price difference is
excessive or unreasonable.
4. Not rejecting DBEs as being unqualified without sound reasons based on a
thorough investigation of their capabilities. The Bidder's standing within its
industry, membership in specific groups, organizations, or associations and
political or social affiliations (for example union vs. non -union employee status) are
not legitimate causes for the rejection or non -solicitation of bids in the Bidder's
efforts to meet the DBE COA Goal.
5. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or
insurance as required by the recipient or Bidder.
6. Making efforts to assist interested DBEs in obtaining necessary equipment,
supplies, materials, or related assistance or services.
7. Effectively using the services of available minority/women community
organizations; minority/women contractors' groups; local, State, and Federal
minority/women business assistance offices; and other organizations as allowed
on a case -by -case basis to provide assistance in the recruitment and placement of
DBEs.
8. Documentation of GFE must include copies of each DBE and non -DBE
subcontractor quotes submitted to the Bidder when a non -DBE subcontractor is
selected over a DBE for Work on the Contract. (ref. updated DBE regulations —
26.53(b)(2)(vi) & App. A)
Administrative Reconsideration of GFE Documentation
A Bidder has the right to request reconsideration if the GFE documentation submitted with
their Bid was determined to be inadequate.
The Bidder must request within 48 hours of notification of being nonresponsive or
forfeit the right to reconsideration.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-41 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
• The reconsideration decision on the adequacy of the Bidder's GFE documentation
shall be made by an official who did not take part in the original determination.
Only original GFE documentation submitted as a supplement to the Bid shall be
considered. The Bidder shall not introduce new documentation at the
reconsideration hearing.
The Bidder shall have the opportunity to meet in person with the official for the
purpose of setting forth the Bidder's position as to why the GFE documentation
demonstrates a sufficient effort.
• The reconsideration official shall provide the Bidder with a written decision on
reconsideration within five working days of the hearing explaining the basis for
their finding.
DBE Bid Item Breakdown
The Bidder shall submit a DBE Bid Item Breakdown Form (WSDOT Form 272-054) as
specified in the Special Provisions for Section 1-02.9, Delivery of Proposal.
DBE Trucking Credit Form
The Bidder shall submit a DBE Trucking Credit Form (WSDOT Form 272-058), as
specified in the Special Provisions for Section 1-02.9, Delivery of Proposal.
Note: The DBE Trucking Credit Form is only required for a DBE Firm listed on the
DBE Utilization Certification as a subcontractor for "Trucking" or "Hauling"
and are performing a part of a bid item. For example, if the item of Work is
Structure Excavation including Haul, and another firm is doing the
excavation and the DBE Trucking firm is doing the haul, the form is
required. For a DBE subcontractor that is responsible for an entire item of
work that may require some use of trucks, the form is not required.
Procedures between Award and Execution
After Award and prior to Execution, the Contractor shall provide the additional information
described below. Failure to comply shall result in the forfeiture of the Bidder's Proposal
bond or deposit.
A list of all firms who submitted a bid or quote in attempt to participate in this
project whether they were successful or not. Include the business name and
mailing address.
Note: The firms identified by the Contractor may be contacted by the Contracting Agency
to solicit general information as follows: age of the firm and average of its gross
annual receipts over the past three -years.
Procedures after Execution
Commercially Useful Function (CUF)
The Contractor may only take credit for the payments made for Work performed by
a DBE that is determined to be performing a CUF. Payment must be
commensurate with the work actually performed by the DBE. This applies to all
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-42 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
DBEs performing Work on a project, whether or not the DBEs are COA, if the
Contractor wants to receive credit for their participation. The Engineer will conduct
CUF reviews to ascertain whether DBEs are performing a CUF. A DBE performs a
CUF when it is carrying out its responsibilities of its contract by actually performing,
managing, and supervising the Work involved. The DBE must be responsible for
negotiating price; determining quality and quantity; ordering the material, installing
(where applicable); and paying for the material itself. If a DBE does not perform
"all" of these functions on a furnish -and -install contract, it has not performed a CUF
and the cost of materials cannot be counted toward DBE COA Goal. Leasing of
equipment from a leasing company is allowed. However, leasing/purchasing
equipment from the Contractor is not allowed. Lease agreements shall be provided
prior to the Subcontractor beginning Work. Any use of the Contractor's equipment
by a DBE may not be credited as countable participation.
The DBE does not perform a CUF if its role is limited to that of an extra participant
in a transaction, contract, or project through which the funds are passed in order to
obtain the appearance of DBE participation.
In order for a DBE traffic control company to be considered to be performing a
CUF, the DBE must be in control of its work inclusive of supervision. The DBE
shall employ a Traffic Control Supervisor who is directly involved in the
management and supervision of the traffic control employees and services.
The following are some of the factors that the Engineer will use in determining
whether a DBE trucking company is performing a CUF:
• The DBE shall be responsible for the management and supervision of the
entire trucking operation for which it is responsible on the contract. The
owner demonstrates business related knowledge, shows up on site and is
determined to be actively running the business.
The DBE shall own and operate at least one fully licensed, insured, and
operational truck used on the Contract. The drivers of the trucks owned
and leased by the DBE must be exclusively employed by the DBE and
reflected on the DBE's payroll.
Lease agreements for trucks shall indicate that the DBE has exclusive use
of and control over the truck(s). This does not preclude the leased truck
from working for others provided it is with the consent of the DBE and the
lease provides the DBE absolute priority for use of the leased truck.
• Leased trucks shall display the name and identification number of the
DBE.
UDBE/DBE/FSBE Truck Unit Listing Log
In addition to the subcontracting requirements of Section 1-08.1, each DBE
trucking firm shall submit supplemental information consisting of a completed
Primary UDBE/DBE/FSBE Truck Unit Listing Log (WSDOT Form 350-077), copy
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-43 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
of vehicle registrations, and all Rental/Lease agreements (if applicable). The
supplemental information shall be submitted to the Engineer prior to any trucking
services being performed for DBE credit. Incomplete or incorrect supplemental
information will be returned for correction. The corrected Primary
UDBE/DBE/FSBE Truck Unit Listing Log and any Updated Primary
UDBE/DBE/FSBE Truck Unit Listing Logs shall be submitted and accepted by the
Engineer no later than ten calendar days of utilizing applicable trucks. Failure to
submit or update the DBE Truck Unit Listing Log may result in trucks not being
credited as DBE participation.
Each DBE trucking firm shall complete a Daily UDBE/DBE/FSBE Trucking Unit
Listing Log for each day that the DBE performs trucking services for DBE credit.
The Daily UDBE/DBE/FSBE Trucking Unit Listing Log forms shall be submitted to
the Engineer by Friday of the week after the work was performed.
Joint Checking
A joint check is a check between a Subcontractor and the Contractor to the
supplier of materials/supplies. The check is issued by the Contractor as payer to
the Subcontractor and the material supplier jointly for items to be incorporated into
the project. The DBE must release the check to the supplier, while the Contractor
acts solely as the guarantor.
A joint check agreement must be approved by the Engineer and requested by the
DBE involved using the DBE Joint Check Request Form (form # 272-053) prior to
its use. The form must accompany the DBE Joint Check Agreement between the
parties involved, including the conditions of the arrangement and expected use of
the joint checks.
The approval to use joint checks and the use will be closely monitored by the
Engineer. To receive DBE credit for performing a CUF with respect to obtaining
materials and supplies, a DBE must "be responsible for negotiating price,
determining quality and quantity, ordering the material, installing and paying for the
material itself." The Contractor shall submit DBE Joint Check Request Form to the
Engineer and be in receipt of written approval prior to using a joint check.
Material costs paid by the Contractor directly to the material supplier are not
allowed. If proper procedures are not followed or the Engineer determines that the
arrangement results in lack of independence for the DBE involved, no DBE credit
will be given for the DBE's participation as it relates to the material cost.
Prompt Payment
Prompt payment to all subcontractors shall be in accordance with Section 1-08.1.
Prompt payment requirements apply to progress payments as well as return of
retainage.
Subcontracts
Prior to a DBE performing Work on the Contract, an executed subcontract between
the DBE and the Contractor shall be submitted to the Engineer. The executed
subcontracts shall be submitted by email to the following email address
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-44 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
NWRegionOEO@wsdot.wa.gov
The prime contractor shall notify the Engineer in writing within five calendar days of
contract submittal.
Reporting
The Contractor and all subcontractors/suppliers/service providers that utilize DBEs
to perform work on the project, shall maintain appropriate records that will enable
the Engineer to verify DBE participation throughout the life of the project.
Refer to Section 1-08.1 for additional reporting requirements associated with this
contract.
Changes in COA Work Committed to DBE
The Contractor shall utilize the COA DBEs to perform the work and supply the materials
for which each is committed unless prior written approval by the Engineer is received by
the Contractor. The Contractor shall not be entitled to any payment for work or material
completed by the Contractor or subcontractors that was committed to be completed by the
COA DBEs in the DBE Utilization Certification form.
Owner Initiated Changes
In instances where the Engineer makes changes that result in changes to Work
that was committed to a COA DBE the Contractor may be directed to substitute for
the Work.
Contractor Initiated Changes
The Contractor cannot change the scope or reduce the amount of work committed
to a COA DBE without good cause. Reducing DBE Commitment is viewed as
partial DBE termination, and therefore subject to the termination procedures below.
Original Quantity Underruns
In the event that Work committed to a DBE firm as part of the COA underruns the
original planned quantities the Contractor may be required to substitute other
remaining Work to another DBE.
Contractor Proposed DBE Substitutions
Requests to substitute a COA DBE must be for good cause (see DBE termination
process below), and requires prior written approval of the Engineer. After
receiving a termination with good cause approval, the Contractor may only replace
a DBE with another certified DBE. When any changes between Contract Award
and Execution result in a substitution of COA DBE, the substitute DBE shall be
certified prior to the bid opening on the Contract.
DBE Termination
Termination of a COA DBE (or an approved substitute DBE) is only allowed in
whole or in part for good cause and with prior written approval of the Engineer. If
the Contractor terminates a COA DBE without the prior written approval of the
Engineer, the Contractor shall not be entitled to payment for work or material
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-45 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
committed to, but not performed/supplied by the COA DBE. In addition, sanctions
may apply as described elsewhere in this specification.
Prior to requesting approval to terminate a COA DBE, the Contractor shall give
notice in writing to the DBE with a copy to the Engineer of its intent to request to
terminate DBE Work and the reasons for doing so. The DBE shall have five (5)
days to respond to the Contractor's notice. The DBE's response shall either
support the termination or advise the Engineer and the Contractor of the reasons it
objects to the termination of its subcontract.
If the request for termination is approved, the Contractor is required to substitute
with another DBE to perform at least the same amount of work as the DBE that
was terminated (or provide documentation of GFE). A plan to replace the COA
DBE Commitment amount shall be submitted to the Engineer within 2 days of the
approval of termination. The plan to replace the Commitment shall provide the
same detail as that required in the DBE Utilization Certification.
The Contractor must have good cause to terminate a COA DBE.
Good cause typically includes situations where the DBE Subcontractor is unable or
unwilling to perform the work of its subcontract. Good cause may exist if:
The DBE fails or refuses to execute a written contract.
• The DBE fails or refuses to perform the Work of its subcontract in a way
consistent with normal industry standards.
The DBE fails or refuses to meet the Contractor's reasonable
nondiscriminatory bond requirements.
• The DBE becomes bankrupt, insolvent, or exhibits credit unworthiness.
• The DBE is ineligible to work on public works projects because of
suspension and debarment proceedings pursuant to federal law or
applicable State law.
The DBE is ineligible to receive DBE credit for the type of work involved.
• The DBE voluntarily withdraws from the project, and provides written
notice of its withdrawal.
• The DBE's work is deemed unsatisfactory by the Engineer and not in
compliance with the Contract.
The DBE's owner dies or becomes disabled with the result that the DBE is
unable to complete its Work on the Contract.
Good cause does not exist if.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-46 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
The Contractor seeks to terminate a COA DBE so that the Contractor can
self -perform the Work.
The Contractor seeks to terminate a COA DBE so the Contractor can
substitute another DBE contractor or non -DBE contractor after Contract
Award.
The failure or refusal of the COA DBE to perform its Work on the
subcontract results from the bad faith or discriminatory action of the
Contractor (e.g., the failure of the Contractor to make timely payments or
the unnecessary placing of obstacles in the path of the DBE's Work).
Decertification
When a DBE is "decertified" from the DBE program during the course of the
Contract, the participation of that DBE shall continue to count as DBE participation
as long as the subcontract with the DBE was executed prior to the decertification
notice. The Contractor is obligated to substitute when a DBE does not have an
executed subcontract agreement at the time of decertification.
Consequences of Non -Compliance
Breach of Contract
Each contract with a Contractor (and each subcontract the Contractor signs with a
Subcontractor) must include the following assurance clause:
The Contractor, subrecipient, or Subcontractor shall not discriminate on the basis
of race, color, national origin, or sex in the performance of this contract. The
Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award
and administration of DOT -assisted contracts. Failure by the Contractor to carry
out these requirements is a material breach of this Contract, which may result in
the termination of this Contract or such other remedy as the recipient deems
appropriate, which may include, but is not limited to:
(1) Withholding monthly progress payments;
(2) Assessing sanctions;
(3) Liquidated damages; and/or
(4) Disqualifying the Contractor from future bidding as non -responsible.
Notice
If the Contractor or any Subcontractor, Consultant, Regular Dealer, or service
provider is deemed to be in non-compliance, the Contractor will be informed in
writing, by certified mail by the Engineer that sanctions will be imposed for failure
to meet the DBE COA Commitment and/or submit documentation of good faith
efforts. The notice will state the specific sanctions to be imposed which may
include impacting a Contractor or other entity's ability to participate in future
contracts.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-47 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Sanctions
If it is determined that the Contractor's failure to meet all or part of the DBE COA
Commitment is due to the Contractor's inadequate good faith efforts throughout the life of
the Contract, including failure to submit timely, required Good Faith Efforts information and
documentation, the Contractor may be required to pay DBE penalty equal to the amount of
the unmet Commitment, in addition to the sanctions outlined in Section 1-07.11(5).
Payment
Compensation for all costs involved with complying with the conditions of this Specification
and any other associated DBE requirements is included in payment for the associated
Contract items of Work, except otherwise provided in the Specifications.
1-07.12 Federal AgencV Inspection
(January 25, 2016 WSDOT GSP)
Section 1-07.12 is supplemented with the following:
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273)
Revised May 1, 2012 and the amendments thereto supersede any conflicting provisions of
the Standard Specifications and are made a part of this Contract; provided, however, that
if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington
State Law, then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this Contract require that the
Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, together
with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall
be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273
and amendments thereto in any lower tier Subcontracts, together with the wage rates. The
Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS,
is inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this
purpose, upon request to the Engineer, the Contractor will be provided with extra copies of
the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special
Provision.
1-07.16 Protection and Restoration of Property
1-07.16[2] Vegetation Protection and Restoration
(August 2, 2010 WSDOT GSP)
Section 1-07.16(2) is supplemented with the following:
Vegetation and soil protection zones for trees shall extend out from the trunk to a
distance of 1 foot radius for each inch of trunk diameter at breast height.
Vegetation and soil protection zones for shrubs shall extend out from the stems at
ground level to twice the radius of the shrub.
Vegetation and soil protection zones for herbaceous vegetation shall extend to
encompass the diameter of the plant as measured from the outer edge of the
plant.
1-07.17 Utilities and Similar Facilities
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP48 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
(April 2, 2007 WSDOT GSP, OPTION 1)
Section 1-07.17 is supplemented with the following:
Locations and dimensions shown in the Plans for existing facilities are in accordance with
available information obtained without uncovering, measuring, or other verification.
The following addresses and telephone numbers of utility companies known or suspected
of having facilities within the project limits are supplied for the Contractor's convenience.
UTILITY CONTACTS
Puget Sound Energy (Power)
Attn: Jason Airey
3130 S 38th St
Tacoma, WA 98409
Telephone: (206) 348-9637
Puget Sound Energy (Gas)
Attn: Brandon Platz
Telephone: (425)495-4269
Lumen
Attn: Tanaiya Anderson
23315 66th Ave S
Kent, WA 98032
Telephone: (253) 313-8961
Comcast
Attn: Kyle Kinney
410 Valley Ave NW
Puyallup, WA 98371
Telephone: (253) 293-3838
Lakehaven Water & Sewer District AT&T
Attn: Andrew Weygandt Attn: Steve Duppenthaler
31627 1st Avenue S 11241 Willows Rd NE, #130
Federal Way, WA 98003 Redmond, WA 98052
Telephone: (253)945-1624 Telephone: (425)286-3822
Zayo
Attn: Jason Tesdal
4905 Pacific Hwy E, Suite 4
Fife, WA 98424
Telephone: (253) 221-7585
King Co. Traffic (Signals & Lighting)
Attn: Mark Parrett
155 Monroe Ave NE
Renton, WA 98056
Telephone: (206) 296-8153
ADDITIONAL CONTACTS
King County METRO Transit
81270 6th Ave S, Bldg 2
Seattle, WA 98134
Telephone: (206) 684-2785
City of Federal Way Police
CITY OF FEDERAL WAY
SP-49
City of FIN IT Dept (City Fiber)
Attn: Thomas Fichtner
33325 8th Ave S
Federal Way, WA 98003
Telephone: (253) 835-2547
South King Fire & Rescue
31617 1 st Ave S
Federal Way, WA 98003
Telephone: (253) 946-7253
Federal Way School District
ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
33325 8th Ave S
Federal Way, WA 98003
Telephone: (253) 835-6701
(for officer traffic control scheduling)
Telephone: (253) 835-6767
(for traffic / road closure issues)
Attn: Transportation Department
1211 S. 332nd St
Federal Way, WA 98003
Telephone: (253) 945-5960
1-07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
1-07.18 Insurance
(January 4, 2016 APWA GSP)
1-07.18 1 General Requirements
A. The Contractor shall procure and maintain the insurance described in all subsections of
section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating
of not less than A-: VII and licensed to do business in the State of Washington. The
Contracting Agency reserves the right to approve or reject the insurance provided, based
on the insurer's financial condition.
B. The Contractor shall keep this insurance in force without interruption from the
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 below.
C. If any insurance policy is written on a claims made form, its retroactive date, and that of all
subsequent renewals, shall be no later than the effective date of this Contract. The policy
shall state that coverage is claims made, and state the retroactive date. Claims -made
form coverage shall be maintained by the Contractor for a minimum of 36 months following
the Completion Date or earlier termination of this Contract, and the Contractor shall
annually provide the Contracting Agency with proof of renewal. If renewal of the claims
made form of coverage becomes unavailable, or economically prohibitive, the Contractor
shall purchase an extended reporting period ("tail") or execute another form of guarantee
acceptable to the Contracting Agency to assure financial responsibility for liability for
services performed.
D. The Contractor's Automobile Liability, Commercial General Liability and Excess or
Umbrella Liability insurance policies shall be primary and non-contributory insurance as
respects the Contracting Agency's insurance, self-insurance, or self -insured pool
coverage. Any insurance, self-insurance, or self -insured pool coverage maintained by the
Contracting Agency shall be excess of the Contractor's insurance and shall not contribute
with it.
E. The Contractor shall provide the Contracting Agency and all additional insureds with
written notice of any policy cancellation, within two business days of their receipt of such
notice.
F. The Contractor shall not begin work under the Contract until the required insurance has
been obtained and approved by the Contracting Agency
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-50 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
G. Failure on the part of the Contractor to maintain the insurance as required shall constitute
a material breach of contract, upon which the Contracting Agency may, after giving five
business days' notice to the Contractor to correct the breach, immediately terminate the
Contract or, at its discretion, procure or renew such insurance and pay any and all
premiums in connection therewith, with any sums so expended to be repaid to the
Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset
against funds due the Contractor from the Contracting Agency.
H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of
the Contract and no additional payment will be made.
1-07.18 2 Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional
Liability and Builder's Risk (if required by this Contract) shall name the following listed
entities as additional insured(s) using the forms or endorsements required herein:
• The Contracting Agency and its officers, elected officials, employees, agents, and
volunteers.
® The consultant that completed the preparation of the engineering design and
project plans, and its officers, employees, agents, and subconsultants.
• Consultants hired by the Contracting Agency for design, construction support, or
materials testing.
The above -listed entities shall be additional insured(s) for the full available limits of liability
maintained by the Contractor, irrespective of whether such limits maintained by the
Contractor are greater than those required by this Contract, and irrespective of whether
the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes
limits lower than those maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
1-07.18(3) Subcontractors
The Contractor shall cause each Subcontractor of every tier 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 all Subcontractors of every tier add all entities listed in
1-07.18(2) as additional insureds, and provide proof of such on the policies as required by
that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG
20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency evidence of insurance and copies of the additional insured endorsements of each
Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage.
1-07.18 4 Verification of Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and
endorsements for each policy of insurance meeting the requirements set forth herein
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-51 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
when the Contractor delivers the signed Contract for the work. Failure of Contracting
Agency to demand such verification of coverage with these insurance requirements or
failure of Contracting Agency to identify a deficiency from the insurance documentation
provided shall not be construed as a waiver of Contractor's obligation to maintain such
insurance.
Verification of coverage shall include:
1. An ACORD certificate or a form determined by the Contracting Agency to be
equivalent.
2. Copies of all endorsements naming Contracting Agency and all other entities listed in
1-07.18(2) as additional insured(s), showing the policy number. The Contractor may
submit a copy of any blanket additional insured clause from its policies instead of a
separate endorsement.
3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy
these requirements — actual endorsements must be submitted.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is
required on this Project, a full and certified copy of that policy is required when the
Contractor delivers the signed Contract for the work.
1-07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below.
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 Contracting Agency's recourse to any remedy
available at law or in equity.
All deductibles and self -insured retentions must be disclosed and are subject to approval
by the Contracting Agency. The cost of any claim payments falling within the deductible or
self -insured retention shall be the responsibility of the Contractor. In the event an
additional insured incurs a liability subject to any policy's deductibles or self -insured
retention, said deductibles or self -insured retention shall be the responsibility of the
Contractor.
1-07.18 5 A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms at least as
broad as ISO occurrence form CG 00 01, including but not limited to liability arising from
premises, operations, stop gap liability, independent contractors, products -completed
operations, personal and advertising injury, and liability assumed under an insured
contract. There shall be no exclusion for liability arising from explosion, collapse or
underground property damage.
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 an equivalent endorsement.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-52 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Contractor shall maintain Commercial General Liability Insurance arising out of the
Contractor's completed operations for at least three years following Substantial
Completion of the Work.
Such policy must provide the following minimum limits:
$1,000,000
Each Occurrence
$2,000,000
General Aggregate
$2,000,000
Products & Completed Operations Aggregate
$1,000,000
Personal & Advertising Injury each offense
$1,000,000
Stop Gap / Employers' Liability each Accident
(January 4, 2016 APWA GSP, cont.)
1-07.18 5 B Automobile Liability
Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall
be written on a coverage form at least as broad as ISO form CA 00 01. If the work
involves the transport of pollutants, the automobile liability policy shall include MCS 90 and
CA 99 48 endorsements.
Such policy must provide the following minimum limit:
$1,000,00OCombined single limit each accident
1-07.18(5)C Workers' Compensation
The Contractor shall comply with Workers' Compensation coverage as required by the
Industrial Insurance laws of the State of Washington.
1-07.18 5 ID Excess or Umbrella Liabilit
(January 4, 2016 APWA GSP)
The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less
than $3,000,000 each occurrence and annual aggregate. This excess or umbrella liability
coverage shall be excess over and as least as broad in coverage as the Contractor's
Commercial General and Auto Liability insurance.
All entities listed under 1-07.18(2) of these Special Provisions shall be named as
additional insureds on the Contractor's Excess or Umbrella Liability insurance policy.
This requirement may be satisfied instead through the Contractor's primary Commercial
General and Automobile Liability coverages, or any combination thereof that achieves the
overall required limits of insurance.
1-07.18(5)J Pollution_ Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for
claims involving bodily injury, property damage (including loss of use of tangible property
that has not been physically injured), cleanup costs, remediation, disposal or other
handling of pollutants, including costs and expenses incurred in the investigation, defense,
or settlement of claims, arising out of any one or more of the following:
1. Contractor's operations related to this project.
2. Remediation, abatement, repair, maintenance or other work with lead -based paint
or materials containing asbestos.
3. Transportation of hazardous materials away from any site related to this project.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-53 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
All entities listed under 1-07.18(2) of these Special Provisions shall be named by
endorsement as additional insureds on the Contractors Pollution Liability insurance policy.
Such Pollution Liability policy shall provide the following minimum limits:
$2,000,000 each loss and annual aggregate
1-07.23 Public Convenience and Safety
(January 5, 2015 WSDOT GSP, OPTION 5)
Section 1-07.23(1) is supplemented with the following:
Lane closures are subject to the following restrictions:
• Only one lane of traffic (northbound or southbound)may be closed to traffic
between the hours of 7:OOAM and 3:30PM. Approval to close both one
northbound and one southbound lane at the same time will require prior
approval by the Project Engineer.
• Left turns may be restricted (by the Contractor) within the project limits at
the discretion of the Project Engineer.
• Closure of one lane at a time may occur between the hours of 7AM to 7PM.
Any closures between 7PM to 7AM require prior approval by the City
• If a lane closure is required, at least one lane of traffic (alternating
directions / fagger controlled) shall be maintained at all times.
• Unless otherwise approved or shown on plans, the Contractor shall
maintain two-way traffic during construction. The Contractor shall maintain
continuous two-way traffic along streets throughout the project site. The
Contractor shall have the option, with the approval of the Engineer, of
momentarily interrupting the continuous two-way traffic to allow one-way
traffic. Such interruptions shall utilize qualified flaggers placed in strategic
locations to insure the public safety and minimize driver confusion. A
momentary interruption shall be defined as a period of time not to exceed
two (2) minutes. Regardless of the period of time no queue greater than
ten (10) cars in length will be allowed.
• Working at night (8pm to 7am weekdays, 8pm-9am weekends & holidays)
is not mandated by the City. Should the contractor schedule project work
during nighttime hours, it shall be the Contractor's responsibility to obtain
any required noise variance or exemption for such work.
• Loop detector installations may be performed between 8:30am-3:30pm.
• For approved night work, the Contractor shall, at no additional cost to the
City, make all arrangements for operations during hours of darkness.
Flagger stations shall be illuminated using a minimum 150-watt floodlight.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-54 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Lighting used for nighttime work shall, whenever possible, be directed
away from or shielded from residences and oncoming traffic. Signs and
barricades shall be supplemented by Type C steady burn lights to delineate
edge of roadway during the hours of darkness.
• The Contractor shall keep all pedestrian routes & access points (including,
but not limited to, sidewalks, and crosswalks when located within the
project limits) open and clear at all times unless permitted otherwise by the
Engineer in an approved traffic control plan. An ADA accessible route
must be provided through the project site at all times.
• Pedestrians must have access to pedestrian push buttons at all times.
The Contractor shall provide flaggers, signs, and other traffic control devices.
The Contractor shall erect and maintain all construction signs, warning signs,
detour signs, and other traffic control devices necessary to warn and protect
the public at all times from injury or damage as a result of the Contractor's
operations which may occur on highways, roads, streets, sidewalks, or
paths. No work shall be done on or adjacent to any traveled way until all
necessary signs and traffic control devices are in place.
All signs and traffic control devices for the permitted closures shall only be
installed during the specified hours. Construction signs, if placed earlier
than the specified hours of closure, shall be turned or covered so as not to
be visible to motorists
The Contractor shall be responsible for notifying all affected property
owners and tenants prior to commencing the barricading of streets, alleys,
sidewalks and driveways. Notifications should be at least 48 hours in
advance of closures, if possible.
The Contractor shall, at all times throughout the project, conduct the work
in such a manner as will obstruct and inconvenience vehicular and
pedestrian traffic as little as possible. The streets, sidewalks and private
driveways shall be kept open by the Contractor except for the brief periods
when actual work is being done. The Contractor shall so conduct his
operations so as to have under construction no greater length or amount of
work than he can prosecute vigorously and he shall not open up sections of
the work and leave them in an unfinished condition.
• Lane closures shall not impact business accesses. All business accesses
will remain open during business hours.
Lane closures shall not restrict vehicular access for buses through the
project site. Bus stops shall remain ADA accessible to pedestrians at all
times throughout the project
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-55 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
If the Engineer determines the permitted closure hours adversely affect traffic, the
Engineer may adjust the hours accordingly. The Engineer will notify the Contractor
in writing of any change in the closure hours.
Lane closures are not allowed on any of the following:
1. A holiday,
2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or
Monday are considered a holiday weekend. A holiday weekend includes
Saturday, Sunday, and the holiday.
3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend,
and
4. Before 7:00 AM on the day after the holiday or holiday weekend.
Lane closures are not allowed within the City Center zone from the Friday after
Thanksgiving Day ("Black Friday") until the first City recognized business day of
the following year without written approval by the Engineer. The boundaries of the
City Center zone are identified in the City of Federal Way Comprehensive Plan. In
general, it is the area located within the following boundaries:
Northern boundary: S 312th Street
Southern boundary: S 324th Street
Eastern boundary: Interstate 5
Western boundary: 14th Ave S (future extension) / west of 320th Public
Library / 11th PI S
1-07.24 Rights of Way
(July 23, 2015 APWA GSP)
Delete this section and replace it with the following:
Street Right of Way lines, limits of easements, and limits of construction permits are
indicated in the Plans. The Contractor's construction activities shall be confined within
these limits, unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way
and easements, both permanent and temporary, necessary for carrying out the work.
Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's
attention by a duly issued Addendum.
Whenever any of the work is accomplished on or through property other than public Right
of Way, the Contractor shall meet and fulfill all covenants and stipulations of any
easement agreement obtained by the Contracting Agency from the owner of the private
property. Copies of the easement agreements may be included in the Contract Provisions
or made available to the Contractor as soon as practical after they have been obtained by
the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising, these
areas are so noted in the Plans. The Contractor shall not proceed with any portion of the
work in areas where right of way, easements or rights of entry have not been acquired
until the Engineer certifies to the Contractor that the right of way or easement is available
or that the right of entry has been received. If the Contractor is delayed due to acts of
omission on the part of the Contracting Agency in obtaining easements, rights of
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-56 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
entry or right of way, the Contractor will be entitled to an extension of time. The Contractor
agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor. This
includes entry onto easements and private property where private improvements must be
adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may
desire for temporary construction facilities, storage of materials, or other Contractor needs.
However, before using any private property, whether adjoining the work or not, the
Contractor shall file with the Engineer a written permission of the private property owner,
and, upon vacating the premises, a written release from the property owner of each
property disturbed or otherwise interfered with by reasons of construction pursued under
this contract. The statement shall be signed by the private property owner, or proper
authority acting for the owner of the private property affected, stating that permission has
been granted to use the property and all necessary permits have been obtained or, in the
case of a release, that the restoration of the property has been satisfactorily
accomplished. The statement shall include the parcel number, address, and date of
signature. Written releases must be filed with the Engineer before the Completion Date
will be established.
1-08 PROSECUTION AND PROGRESS
Add the following new section
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
1-08.0[1] Preconstruction Conference
(October 10, 2008 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be
held between the Contractor, the Engineer, and such other interested parties as
may be invited. The purpose of the preconstruction conference will be:
1. To review the initial progress schedule;
2. To establish a working understanding among the various parties
associated or affected by the work;
3. To establish and review procedures for progress payment, notifications,
approvals, submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction meeting the
following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-57 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
3. A list of material sources for approval if applicable.
1-08.0 21 Hours of Work
(December 8, 2014 APWA GSP)
Add the following new section:
Except in the case of emergency or unless otherwise approved by the Engineer,
the normal working hours for the Contract shall be any consecutive 8-hour period
between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch
break. If the Contractor desires different than the normal working hours stated
above, the request must be submitted in writing prior to the preconstruction
conference, subject to the provisions below. The working hours for the Contract
shall be established at or prior to the preconstruction conference.
All working hours and days are also subject to local permit and ordinance
conditions (such as noise ordinances).
If the Contractor wishes to deviate from the established working hours, the
Contractor shall submit a written request to the Engineer for consideration. This
request shall state what hours are being requested, and why. Requests shall be
submitted for review no later than noon two working days prior to the day(s) the
Contractor is requesting to change the hours.
If the Contracting Agency approves such a deviation, such approval may be
subject to certain other conditions, which will be detailed in writing. For example:
1. On non -Federal aid projects, requiring the Contractor to reimburse the
Contracting Agency for the costs in excess of straight -time costs for
Contracting Agency representatives who worked during such times. (The
Engineer may require designated representatives to be present during the
work. Representatives who may be deemed necessary by the Engineer
include, but are not limited to: survey crews; personnel from the
Contracting Agency's material testing lab; inspectors; and other
Contracting Agency employees or third party consultants when, in the
opinion of the Engineer, such work necessitates their presence.)
2. Considering the work performed on Saturdays, Sundays, and holidays as
working days with regard to the contract time.
3. Considering multiple work shifts as multiple working days with respect to
contract time even though the multiple shifts occur in a single 24-hour
period.
4. If a 4-10 work schedule is requested and approved the non -working day for
the week will be charged as a working day.
5. If Davis Bacon wage rates apply to this Contract, all requirements must be
met and recorded properly on certified payroll.
1-08.1 Subcontracting
(December 19, 2019 APWA GSP, OPTION A)
Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall
submit to the Engineer a certification (WSDOT Form 420-004) that a written
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-58 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
agreement between the Contractor and the subcontractor or between the subcontractor
and any lower tier subcontractor has been executed. This certification shall also
guarantee that these subcontract agreements include all the documents required by the
Special Provision Federal Agency Inspection.
A Subcontractor or lower tier Subcontractor will not be permitted to perform any work
under the contract until the following documents have been completed and submitted to
the Engineer:
1. Request to Sublet Work (Form 421-012), and
2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for
Federal -aid Projects (Form 420-004).
The Contractor shall submit to the Engineer a completed Monthly Retainage Report (WSDOT
Form 272-065) within 15 calendar days after receipt of every monthly progress payment until
every Subcontractor and lower tier Subcontractor's retainage has been released.
The ninth paragraph, beginning with "On all projects, ..." is revised to read:
The Contractor shall certify to the actual amount received from the Contracting Agency
and amounts paid to all firms that were used as Subcontractors, lower tier subcontractors,
manufacturers, regular dealers, or service providers on the Contract. This includes all
Disadvantaged, Minority, Small, Veteran or Women's Business Enterprise firms. This
Certification shall be submitted to the Engineer on a monthly basis each month between
Execution of the Contract and Physical Completion of the Contract using the application
available at: https://wsdot.diversitycompliance.com. A monthly report shall be submitted for
every month between Execution of the Contract and Physical Completion regardless of
whether payments were made or work occurred.
1-08.3 Progress Schedule
1-08.3 2 A Type A Progress Schedule
(March 13, 2012 APWA GSP)
Revise this section to read:
The Contractor shall submit 2 copies of a Type A Progress Schedule no later than
at the preconstruction conference, or some other mutually agreed upon submittal
time. The schedule may be a critical path method (CPM) schedule, bar chart, or
other standard schedule format. Regardless of which format used, the schedule
shall identify the critical path. The Engineer will evaluate the Type A Progress
Schedule and approve or return the schedule for corrections within 15 calendar
days of receiving the submittal.
1-08.4 Prosecution of Work
Delete this section and replace it with the following:
1-08.4 Notice to Proceed and Prosecution of Work
(July 23, 2015 APWA GSP)
Notice to Proceed will be given after the contract has been executed and the contract
bond and evidence of insurance have been approved and filed by the Contracting Agency.
The Contractor shall not commence with the work until the Notice to Proceed has been
given by the Engineer. The Contractor shall commence construction activities on the
project site within ten days of the Notice to Proceed Date, unless otherwise
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-59 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
approved in writing. The Contractor shall diligently pursue the work to the physical
completion date within the time specified in the contract. Voluntary shutdown or slowing of
operations by the Contractor shall not relieve the Contractor of the responsibility to
complete the work within the time(s) specified in the contract.
When shown in the Plans, the first order of work shall be the installation of high visibility
fencing to delineate all areas for protection or restoration, as described in the Contract.
Installation of high visibility fencing adjacent to the roadway shall occur after the
placement of all necessary signs and traffic control devices in accordance with 1-10.1(2).
Upon construction of the fencing, the Contractor shall request the Engineer to inspect the
fence. No other work shall be performed on the site until the Contracting Agency has
accepted the installation of high visibility fencing, as described in the Contract.
1-08.5 Time for Completion
(January 19, 2022 APWA GSP, OPTION A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is
physically complete. If substantial completion has been granted and all the authorized
working days have been used, charging of working days will cease. Each week the
Engineer will provide the Contractor a statement that shows the number of working days:
(1) charged to the contract the week before; (2) specified for the physical completion of the
contract; and (3) remaining for the physical completion of the contract. The statement will
also show the nonworking days and any partial or whole day the Engineer declares as
unworkable. The statement will be identified as a Written Determination by the Engineer.
If the Contractor does not agree with the Written Determination of working days, the
Contractor shall pursue the protest procedures in accordance with Section 1-04.5. By
failing to follow the procedures of Section 1-04.5, the Contractor shall be deemed as
having accepted the statement as correct. If the Contractor is approved to work 10 hours
a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10
shift is worked would ordinarily be charged as a working day then the fifth day of that week
will be charged as a working day whether or not the Contractor works on that day.
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the contract
after all the Contractor's obligations under the contract have been performed by the
Contractor. The following events must occur before the Completion Date can be
established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and
required by law, to allow the Contracting Agency to process final acceptance of the
contract. The following documents must be received by the Project Engineer prior
to establishing a completion date:
a. Certified Payrolls Baer Section 1-07.9(5)).
b. Material Acceptance Certification Documents
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-60 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
c. Monthly Reports of Amounts Credited as DBE Participation, as required by
the Contract Provisions.
d. Final Contract Voucher Certification
e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the
Contractor and all Subcontractors
f. A copy of the Notice of Termination sent to the Washington State
Department of Ecology (Ecology); the elapse of 30 calendar days from
the date of receipt of the Notice of Termination by Ecology; and no
rejection of the Notice of Termination by Ecology. This requirement will
not apply if the Construction Stormwater General Permit is transferred
back to the Contracting Agency in accordance with Section 8-01.3(16).
g. Property owner releases per Section 1-07.24
(March 13, 1995 WSDOT GSP, OPTION 7)
Section 1-08.5 is supplemented with the following:
This project shall be physically complete within 45 working days.
1-08.6 Sus2ension of Work
(December 15, 2021 CFW GSP)
Section 1-08.6 is supplemented with the following:
Contract time may be suspended for procurement of critical materials (Procurement
Suspension). In order to receive a Procurement Suspension, the Contractor shall within
21 calendar days after execution by the Contracting Agency, place purchase orders for all
materials deemed critical by the Contracting Agency for physical completion of the
contract. The Contractor shall provide copies of purchase orders for the critical materials.
Such purchase orders shall disclose the purchase order date and estimated delivery dates
for such critical material.
The Contractor shall show procurement of the materials listed below as activities in the
Progress Schedule. If the approved Progress Schedule indicates the materials
procurement are critical activities, and if the Contractor has provided documentation that
purchase orders are placed for the critical materials within the prescribed 21 calendar
days, then contract time shall be suspended upon physical completion of all critical work
except that work dependent upon the listed critical materials:
• Hybrid RadarNideo Detection Cameras and associated equipment
• CCTV Cameras and associated equipment
Charging of contract time will resume upon delivery of the critical materials to the
Contractor or 200 calendar days after execution by the Contracting Agency, whichever
occurs first.
1-08.9 Li uidated Damages
(March 3, 2021 APWA GSP, OPTION A)
Replace Section 1-08.9 with the following:
Time is of the essence of the
obstruct traffic, interfere with and
CITY OF FEDERAL WAY
Contract. Delays inconvenience the traveling public,
delay commerce, and increase risk to Highway users.
ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-61 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Delays also cost tax payers undue sums of money, adding time needed for administration,
engineering, inspection, and supervision.
Accordingly, the Contractor agrees:
1. To pay liquidated damages in the amount of $500 for each working day beyond
the number of working days established for Physical Completion, and
2. To authorize the Engineer to deduct these liquidated damages from any
money due or coming due to the Contractor.
When the Contract Work has progressed to Substantial Completion as defined in the
Contract, the Engineer may determine the Contract Work is Substantially Complete. The
Engineer will notify the Contractor in writing of the Substantial Completion Date. For
overruns in Contract time occurring after the date so established, liquidated damages
identified above will not apply. For overruns in Contract time occurring after the
Substantial Completion Date, liquidated damages shall be assessed on the basis of direct
engineering and related costs assignable to the project until the actual Physical
Completion Date of all the Contract Work. The Contractor shall complete the remaining
Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall
furnish a written schedule for completing the physical Work on the Contract.
Liquidated damages will not be assessed for any days for which an extension of time is
granted. No deduction or payment of liquidated damages will, in any degree, release the
Contractor from further obligations and liabilities to complete the entire Contract.
1-09 MEASUREMENT AND PAYMENT
1-09.2(1) General Requirements for Weighing Equipment
(July 23, 2015 APWA GSP, OPTION 2)
Revise item 4 of the fifth paragraph to read:
4. Test results and scale weight records for each day's hauling operations are provided to
the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily
Report, unless the printed ticket contains the same information that is on the Scaleman's_
Daily Report Form. The scale operator must provide AM and/or PM tare weights for each
truck on the printed ticket.
1-09.2(5) Measurement
(May 2, 2017 APWA GSP)
Revise the first paragraph to read:
Scale Verification Checks — At the Engineer's discretion, the Engineer may perform
verification checks on the accuracy of each batch, hopper, or platform scale used in
weighing contract items of Work.
1-09.6 Force Account
(October 10, 2008 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for all
items to be paid per force account, only to provide a common proposal for Bidders. All
such dollar amounts are to become a part of Contractor's total bid. However, the
Contracting Agency does not warrant expressly or by implication, that the actual amount
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-62 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
of work will correspond with those estimates. Payment will be made on the basis of the
amount of work actually authorized by Engineer.
1-09.9 Payments
(January 19, 2022 APWA GSP)
Section 1-09.9 is revised to read:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment.
The Contractor shall submit a breakdown of the cost of lump sum bid items at the
Preconstruction Conference, to enable the Project Engineer to determine the Work
performed on a monthly basis. A breakdown is not required for lump sum items that
include a basis for incremental payments as part of the respective Specification. Absent a
lump sum breakdown, the Project Engineer will make a determination based on
information available. The Project Engineer's determination of the cost of work shall be
final.
Progress payments for completed work and material on hand will be based upon progress
estimates prepared by the Engineer. A progress estimate cutoff date will be established at
the preconstruction conference.
The initial progress estimate will be made not later than 30 days after the Contractor
commences the work, and successive progress estimates will be made every month
thereafter until the Completion Date. Progress estimates made during progress of the
work are tentative, and made only for the purpose of determining progress payments. The
progress estimates are subject to change at any time prior to the calculation of the final
payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of
work completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum
breakdown for that item, or absent such a breakdown, based on the Engineer's
determination.
3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site
or other storage area approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra work as
determined by the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;
2. The amount of progress payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the
Contract Documents.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-63 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Progress payments for work performed shall not be evidence of acceptable performance
or an admission by the Contracting Agency that any work has been satisfactorily
completed. The determination of payments under the contract will be final in accordance
with Section 1-05.1.
Failure to perform any of the obligations under the Contract by the Contractor may be
decreed by the Contracting Agency to be adequate reason for withholding any payments
until compliance is achieved.
Upon completion of all Work and after final inspection (Section 1-05.11), the amount due
the Contractor under the Contract will be paid based upon the final estimate made by the
Engineer and presentation of a Final Contract Voucher Certification to be signed by the
Contractor. The Contractor's signature on such voucher shall be deemed a release of all
claims of the Contractor unless a Certified Claim is filed in accordance with the
requirements of Section 1-09.11 and is expressly excepted from the Contractor's
certification on the Final Contract Voucher Certification. The date the Contracting Agency
signs the Final Contract Voucher Certification constitutes the final acceptance date
(Section 1-05.12).
If the Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher
Certification or any other documentation required for completion and final acceptance of
the Contract, the Contracting Agency reserves the right to establish a Completion Date (for
the purpose of meeting the requirements of RCW 60.28) and unilaterally accept the
Contract. Unilateral final acceptance will occur only after the Contractor has been
provided the opportunity, by written request from the Engineer, to voluntarily submit such
documents. If voluntary compliance is not achieved, formal notification of the impending
establishment of a Completion Date and unilateral final acceptance will be provided by
email with delivery confirmation from the Contracting Agency to the Contractor, which will
provide 30 calendar days for the Contractor to submit the necessary documents. The 30
calendar day period will begin on the date the email with delivery confirmation is received
by the Contractor. The date the Contracting Agency unilaterally signs the Final Contract
Voucher Certification shall constitute the Completion Date and the final acceptance date
(Section 1-05.12). The reservation by the Contracting Agency to unilaterally accept the
Contract will apply to Contracts that are Physically Completed in accordance with Section
1-08.5, or for Contracts that are terminated in accordance with Section 1-08.10. Unilateral
final acceptance of the Contract by the Contracting Agency does not in any way relieve
the Contractor of their responsibility to comply with all Federal, State, tribal, or local laws,
ordinances, and regulations that affect the Work under the Contract.
Payment to the Contractor of partial estimates, final estimates, and retained percentages
shall be subject to controlling laws.
1-09.91 Retaina e
(June 27, 2011 WSDOT GSP, OPTION 1)
Section 1-09.9(1) content and title is deleted and replaced with the following:
Vacant
1-09.11[3) Time Limitation and Jurisdiction
(November 30, 2018 APWA GSP)
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-64 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Revise this section to read:
For the convenience of the parties to the Contract it is mutually agreed by the
parties that any claims or causes of action which the Contractor has against the
Contracting Agency arising from the Contract shall be brought within 180 calendar
days from the date of final acceptance (Section 1-05.12) of the Contract by the
Contracting Agency; and it is further agreed that any such claims or causes of
action shall be brought only in the Superior Court of the county where the
Contracting Agency headquarters is located, provided that where an action is
asserted against a county, RCW 36.01.050 shall control venue and jurisdiction.
The parties understand and agree that the Contractor's failure to bring suit within
the time period provided, shall be a complete bar to any such claims or causes of
action. It is further mutually agreed by the parties that when any claims or causes
of action which the Contractor asserts against the Contracting Agency arising from
the Contract are filed with the Contracting Agency or initiated in court, the
Contractor shall permit the Contracting Agency to have timely access to any
records deemed necessary by the Contracting Agency to assist in evaluating the
claims or action.
1-09.13 Claim Resolution
1-09.13 3 A Arbitration General
(January 19, 2022 APWA GSP)
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the
decision of the arbitrator, and judgment upon the award rendered by the arbitrator
may be entered in the Superior Court of the county in which the Contracting
Agency's headquarters is located, provided that where claims subject to arbitration
are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction
of the Superior Court. The decision of the arbitrator and the specific basis for the
decision shall be in writing. The arbitrator shall use the Contract as a basis for
decisions.
1-09.13 4 Venue for Litigation
(January 19, 2022 APWA GSP)
Revise this section to read:
Litigation shall be brought in the Superior Court of the county in which the
Contracting Agency's headquarters is located, provided that where claims are
asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of
the Superior Court. It is mutually agreed by the parties that when litigation occurs,
the Contractor shall permit the Contracting Agency to have timely access to any
records deemed necessary by the Contracting Agency to assist in evaluating the
claims or action.
1-10 TEMPORARY TRAFFIC CONTROL
1-10.2 Traffic Control Mana ement
1-10.2 11 General
(January 10, 2022 WSDOT GSP, OPTION 1)
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-65 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Section 1-10.2(1) is supplemented with the following:
The Traffic Control Supervisor shall be certified by one of the following:
The Northwest Laborers -Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
https://www.nwlett.edu
Evergreen Safety Council
12545 135th Ave. NE
Kirkland, WA 98034-8709
1-800-521-0778
https://www.esc.org
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept. Toll Free (877) 642-4637
Phone: (540) 368-1701
https://altssa.com/training
Integrity Safety
13912 NE 20th Ave
Vancouver, WA 98686
(360) 574-6071
hftps://www.integritysafety.com
US Safety Alliance
(904)705-5660
https://www.ussafetyalliance.com
K&D Services Inc.
2719 Rockefeller Ave.
Everett, WA 98201
(800) 343-4049
https://www.kndservices.net
1-10.2(2) Traffic Control Plans
(April 1 Z 2018 CFW GSP)
Section 1-10.2(2) is supplemented with the following:
The following minimum Traffic Control requirements shall be maintained during the
construction of the project:
1. If the Contractor opts to utilize traffic control plans other than those provided in
these Contract Documents, the Contractor shall provide traffic control plans to
the City of Federal Way for review and approval a minimum of five (5) working
days prior to implementation. These plans shall supplement Construction
Staging Plans. The plans as provided by the Contractor shall include and not
be limited to the following information:
• Stop line locations with station and offset to verify safety of
intersection turning radius for vehicles.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-66 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Minimum lane widths provided for vehicular travel.
Turn pocket length, gap, and tapers in conformance with the City of
Federal Way Standard Detail DWG 3-19A.
2. Detours will not be allowed except as noted herein or Section 1-07.23(2) as
amended.
1-10.3 Traffic Control Labor Procedures and Devices
1-10.3 1 C Signalized Intersection Traffic Control
(September 3, 2021 CFW GSP)
Section 1-10.3(1)C is a new section:
Signalized Intersection Traffic Control is required when a signal system is in
flashing mode, or is not operational. Signalized intersection traffic may not be
flagged with an active signal in full operation.
Placing a signalized intersection into flash mode requires an approved traffic
control plan. Additionally, the days/times that a signal is placed into flash mode
must be pre -approved by the City. The signal should only be switched into flash
mode by the City. The type of work that requires signals to be placed into flash
mode may include, but is not limited to: installation of signal poles, signal
switchover, paving, striping, or excavation in the intersection.
The Contractor shall minimize the limits of the work zone area at intersections
whenever possible in order to avoid having the signal be placed into flash mode.
Signalized Intersection Traffic Control Labor shall conform to WAC 468-95-302
and approved traffic control plans.
1-10.3(3)C Portable Changeable Message Sign
(January 10, 2022 WSDOT GSP, OPTION 1.2023)
Section 1-10.3(3)C is revised to read:
Where shown on a traffic control plan or where ordered by the Engineer, the
Contractor shall provide, operate, and maintain a portable changeable message
sign (PCMS), mini portable changeable message sign (mPCMS), or truck -mounted
PCMS. mPCMSs are compact version of full-size PCMSs. Truck -mounted
PCMSs are permanently affixed to a traffic control vehicle and meant to be mobile.
When feasible, position PCMS or mPCMSs to provide at least 2 feet of lateral
clearance from the nearest open lane and transversely delineate with at least 3
channelization devices. For truck -mounted PCMSs, provide 2 feet of lateral
clearance when feasible but transverse delineation is not required.
The Contractor shall remove these devices from the work zone clear zone when
not in use unless protected by barrier or guardrail.
1-10.4 Measurement
1-10.4(2) Item Bias with Lump Sum for Incidentals
(August 2, 2004 WSDOT GSP, OPTION 1)
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-67 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Section 1-10.4(2) is supplemented with the following:
The bid proposal does not contain the item "Project Temporary Traffic Control,"
lump sum. The provisions of Section 1-10.4(2) shall apply.
END OF DIVISION 1
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-68 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
DIVISION 2
EARTHWORK
2-01 CLEARING. GRUBBING, AND ROADSIDE CLEANUP
2-01.3 Construction Requirements
2-01.3(4) Roadside_ Cleanup
(January 5, 1998 WSDOT GSP, OPTION 1)
Section 2-01.3(4) is supplemented with the following:
The Contractor shall restore, repair or correct all portions of the roadside or
adjacent landscapes that were unavoidably damaged due to the performance or
installation of the specified work. Unavoidable damage shall be determined only
by the Engineer. All materials utilized shall be in accordance with Sections 9-14
and 9-15 and other applicable sections of the Standard Specifications or Special
Provisions, whichever may apply. All work shall be performed in accordance with
Sections 8-02 and 8-03 and other applicable sections of the Standard
Specifications. The Contractor shall review the work with the Engineer and receive
approval to proceed prior to commencing the work.
2-02.3 Construction Requirements
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
Section 2-02.3(3) is supplemented with the following:
Prior to removal of sidewalk, the Contractor shall make a full -depth sawcut to
delineate the areas of sidewalk removal from those areas of sidewalk to remain.
The Engineer shall approve the equipment and procedures used to make the full -
depth sawcut. No wastewater from the sawcutting operation shall be released
directly to any stream or storm sewer system.
END OF DIVISION 2
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-69 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
DIVISION 3
AGGREGATE PRODUCTION AND ACCEPTANCE
3-01 PRODUCTION FROM QUARRY AND PIT SITES
3-01.4 Contractor Furnished Material Sources
3-01.4 1 Acquisition and Develo ment
(April 12, 2018 CFW GSP)
Section 3-01.4(1) is supplemented with the following:
No source has been provided for any materials necessary for the construction of
these improvements.
If the source of material provided by the Contractor necessitates hauling over
roads other than City streets, the Contractor shall, at his own cost and expense,
make all arrangements for the use of haul routes.
END OF DIVISION 3
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-70 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
DIVISION 4
BASES
4-04 BALLAST AND CRU91JED SURFACING
4-04.3 Construction Requirements
4-04.3(3) Mixinu
(April 12, 2018 CFW GSP)
Item 2 of Section 4-04.3(3), is replaced with the following:
2. Road Mix Method - The road mix method of mixing surfacing material will not
be allowed.
4-04.3(4) Placing and Spreadin
(April 12, 2018 CFW GSP)
Item 2 of Section 4-04(4), is replaced with the following:
2. Road Mix Method - The road mix method of mixing surfacing material will not
be allowed.
END OF DIVISION 4
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-71 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-02 ROADSIDE RESTORATION
8-02.3 Construction Requirements
8-02.30) Responsibility During Construction
(April 12, 2018 CFW GSP)
Section 8-02.3(1) is supplemented with the following:
Landscape construction is anticipated to begin after all curbs, sidewalks, walls, and
associated roadside work is completed. Landscape materials shall not be installed
until weather permits and installation has been authorized by the Engineer. If water
restrictions are anticipated or in force, planting of landscape materials may be
delayed.
Throughout planting operations, the Contractor shall keep the premises clean, free
of excess soils, plants, and other materials, including refuse and debris, resulting
from the Contractor's work. At the end of each work day, and as each planting
area is completed, it shall be neatly dressed, and all surrounding walks and paved
areas shall be cleaned to the satisfaction of the Engineer. No flushing will be
allowed. At the conclusion of work, the Contractor shall remove surplus soils,
materials, and debris from the construction site and shall leave the project in a
condition acceptable to the Engineer.
8-02.3(9)B Seeding and Fertilizing
(September 3, 2019 WSDOT GSP, OPTION 2)
Section 8-02.3(9)B is supplemented with the following:
Grass seed shall be a commercially prepared mix, made up of low growing species
which will grow without irrigation at the project location, and accepted by the
Engineer. The application rate shall be two pounds per 1000 square feet.
8-02.3 1 Q Fertilizer
(April 12, 2018 CFW GSP)
Section 8-02.3(10) is supplemented with the following:
All fertilizers shall be furnished in standard unopened containers with weight, name
of plant nutrients and manufacturer's guaranteed statement of analysis clearly
marked, in accordance with State and Federal law.
Seeded areas, trees, and shrubs shall be fertilized at a rate according to fertilizer
manufacturer's recommendations.
8-02.3 17 Protection of Private Property and Property Restoration
(April 12, 2018 CFW GSP)
Section 8-02.3(17) is a new section:
Property Restoration shall consist of fine grading and restoration of adjacent
landscaped areas; adjustment and/or replacement of private irrigation systems;
slope restoration behind sidewalks; timber edgings; installing and replacing private
wood and chain link fencing; and other work not currently identified on the plans,
as directed by the Engineer.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-72 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
The Contractor is specifically reminded that any unnecessary damage caused by
construction activities will be repaired at the Contractor's expense.
Restore all disturbed areas to original condition or better. Grass areas shall be
restored with hydroseed where directed.
Removal of tree roots outside the limits of construction, as directed by the
Engineer and under the supervision of a certified arborist, shall be paid for under
"Property Restoration".
Topsoil shall be Type A and mulch shall be Bark or Wood Chip Mulch, per these
Special Provisions.
All materials shall conform to Sections 9-14 Erosion Control and Roadside Planting
and 9-15 Irrigation System of the Standard Specifications.
The force account provided for property restoration also includes any adjustments
and/or replacements of existing irrigation systems not covered under Section 8-03
Irrigation Systems of the Special Provisions. This work shall also consist of
modifying existing landscape lighting systems as may become necessary by these
improvements.
The Contractor is advised that protecting existing private irrigation and lighting
systems from damage does not constitute a basis for claim or extra work.
8-02.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-02.4 is supplemented with the following:
"Property Restoration" will be paid by force account and must be approved by the
engineer prior to completing the work.
8-02.5 Payment
(April 12, 2018 CFW GSP)
Section 8-02.5 is supplemented with the following:
"Property Restoration" per force account.
8-04 CURBS GUTTERS AND SPILLWAYS
8-04.3 Construction Requirements
(April 12, 2018 CFW GSP)
Section 8-04.3 is supplemented with the following:
The sub -base for curb and gutter sections shall be compacted to 95 percent density at or
below optimum moisture content, as per Section 2-03.3(14)D revised, before placing the
curb and gutter.
White -pigmented curing compounds will not be allowed.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-73 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
The top of the finished concrete shall not deviate more than one -eighth (1/8") in ten feet
(10') or the alignment one-fourth (1/4") in ten feet (10').
Where shown on the Plans, the concrete curb will be ramped for wheel chairs as shown in
the City Standard Plan Details.
Where shown on the plans, the Contractor shall paint the curbs with 2-coats of yellow
paint. Paint and application shall conform to the Standard Specifications for traffic paint
striping.
8-14 CEMENT CONCRETE SIDEWALKS
(April 12, 2018 CFW GSP)
Section 8-14.3 is supplemented with the following:
Cement concrete sidewalk thickness shall be as shown on the Plans. Score joints shall be
constructed at a maximum distance of 5 feet from each full depth expansion joint, except
where specific dimensions are detailed on the Plans. Asphalt mastic joint fillers in the
sidewalk shall be 3/8" x 4" and of the same material as that used in the curb, and shall be
placed in the same location as that in the curb.
No concrete for sidewalk shall be poured against dry forms or dry subgrade.
The Contractor may provide suitable vibrating finishers for use in finishing concrete
sidewalks. The type of vibrator and its method of use shall be subject to the approval of
the City.
All completed work shall be so barricaded as to prevent damage. Any damaged sections
shall be removed and replaced at the Contractor's expense. Landscaped areas disturbed
during construction shall be restored to original condition at the Contractor's expense.
Scored Cement Concrete Sidewalk shall be broom finished and scored as detailed on the
Plans.
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION
SYSTEMS, AND ELECTRICAL
8-20.1 Description
8-20.10) Regulations and Code
(March 13, 2012 CFW GSP)
Section 8-20.1(1) is supplemented with the following:
Where applicable, materials shall conform to the latest requirements of Puget
Sound Energy and the Washington State Department of Labor and Industries.
8-20.1(2) Industry Codes and Standards
(March 13, 2012 CFW GSP)
The following is added at the end of the first paragraph of this section:
National Electrical Safety Code (NESC) Committee, IEEE Post Office Box
1331445 Hoes Lane, Piscataway, NJ 08855-1331.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-74 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
8-20.1(3) Permitting and Inspections
(April 12, 2018 CFW GSP)
Section 8-20.1(3) is supplemented with the following:
The Contractor shall be responsible for obtaining all required electrical permits,
including all required City electrical permits. All costs to obtain and comply with
electrical permits shall be included in the applicable bid items for the work
involved.
8-20.2 Materials
Section 8-20.2 is supplemented with the following:
(March 13, 2012 CFW GSP)
Control density fill shall meet the requirements of Washington Aggregates and Concrete
Association.
Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious
substances (Section 9-03.1(5)A of the Standard Specifications).
8-20.2(1] Equipment List And Drawings
(January 26, 2012 CFW GSP)
The first paragraph is deleted and replaced with the following:
Within one (1) week following the pre -construction conference, the Contractor shall
submit to the Engineer a completed "Request for Approval of Materials" that
describes the material proposed for use to fulfill the Plans and Specifications.
Manufacturer's technical information shall be submitted for signal, Safe City
Cameras and related equipment (Pan -Tilt -Zoom, Fisheye, Bullet and License Plate
Reader), electrical and luminaire equipment, all wire, conduit, junction boxes, and
all other items to be used on the project. Approvals by the Engineer must be
received before material will be allowed on the job site. Materials not approved will
not be permitted on the job site.
8-20.3 Construction Requirements
8-20.30 y General
(January 26, 2012 CFW GSP)
Section 8-20.3(1) is supplemented with the following:
Contractor Owned Removals
All removals associated with an electrical system, which are not designated to
remain the property of the Contracting Agency, shall become the property of the
Contractor and shall be removed from the project.
The Contractor shall:
Remove all wires for discontinued circuits from the conduit system or as
directed by the Engineer.
Remove elbow sections of abandoned conduit entering junction boxes or
as directed by the Engineer.
Abandoned conduit encountered during excavation shall be removed to the
nearest outlets or as directed by the Engineer.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-75 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Remove foundations entirely, unless the Plans state otherwise.
Backfill voids created by removal of foundations and junction boxes.
Backfilling and compaction shall be performed in accordance with Section
2-09.3(1)E.
(January 26, 2012 CFW GSP)
Section 8-20.3(1) is supplemented with the following:
Signal System Changeover
The Contractor shall provide a detailed work plan for the signal system changeover
to be approved by the Engineer. They shall not deviate from the work plan without
prior written approval from the Engineer. The work plan shall show the exact date
of the signal system changeover.
The changeover of the signal equipment shall commence after 8:30 AM and be
completed by 3:00 PM on the same day (unless as noted below). Changeovers
must take place on Tuesday, Wednesday, or Thursday, unless otherwise approved
by the Engineer. During changeover, traffic control shall be provided. The exact
work plan and schedule for changeover shall be pre -approved by the Engineer.
Certain intersections may require a night-time changeover due to traffic volumes.
If the City determines a night-time switchover is required, they will provide direction
as to the allowable hours of work. No additional payment will be made to the
Contractor for a night-time switchover.
(November 14, 2014 CFW GSP)
Section 8-20.3(1) is supplemented with the following:
Delivery of Removed Items
The Engineer shall decide the ownership of all salvaged signal materials. All
salvaged signal materials not directed by the Engineer to remain property of the
City shall become the property of the Contractor, except the existing controller
cabinet and all its contents shall remain as property of the City.
Removed signal and electrical equipment which remains the property of the City
shall be delivered to:
King County Signal Shop
Attn: Mark Parrett
155 Monroe Avenue NE
Renton, Washington 98056
Phone: 206-396-3763
Forty eight (48) working hours advance notice shall be communicated to both the
Engineer and the Signal Technician at the address listed above. Delivery shall
occur during the hours of 8:00 a.m. to 2:00 p.m. Monday through Friday. Material
will not be accepted without the required advance notice.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-76 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
The Contractor shall be responsible for unloading the equipment where directed by
the Engineer or Signal Tech at the delivery site.
Equipment damaged during removal or delivery shall be repaired or replaced to
the Engineer's satisfaction at no cost to the City.
Section 8-20.3(1) is supplemented with the following:
The Contractor shall remove and relocate existing video detection cameras for re-
use on other parts of the project as shown in the Plans.
(December 17, 2012 CFW GSP)
Section 8-20.3(1) is supplemented with the following:
Fiber Optic Cable Service Outage Duration & Notification
The maximum allowable interruption to the operation of the existing fiber optic
cable service is three days, including testing. Outages of fiber optic cable may
affect multiple parties, including but not limited to, the City, King County, and/or
WSDOT. Proposed outage dates shall be reviewed and approved by the City.
The City shall coordinate the outage with WSDOT. The Contractor shall
coordinate the outage with King County Metro and King County Traffic at least two
(2) weeks in advance of the proposed outage. The notification shall include
description of work, location, duration of outage including start and ending
date/time and emergency contact information. Notification in writing shall be sent
to the following:
Owen Kehoe
King County Metro
Phone: 206-477-5811
Email: owen.kehoe@kingcounty.gov
Jeffery Barnett
King County Metro
Phone: 206-263-7826
Email: Jeffery.Barnett@kingcounty.gov
King County Signal Shop
Attn: Mark Parrett
155 Monroe Avenue NE
Renton, Washington 98056
Phone: 206-396-3763
8-20.3(2) Excavating and Backfilling
(March 18, 2022 CFW GSP)
Section 8-20.3(2) is supplemented with the following:
The Contractor shall supply all trenching necessary for the complete and proper
installation of the traffic signal system, interconnect conduit and wiring, and
illumination system.
Trenching shall conform to the following:
1. In paved areas, edges of the trench shall be sawcut the full depth of the
pavement and sawcuts shall be parallel. All trenches for placement of conduit
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-77 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
shall be straight and as narrow in width as practical to provide a minimum of
pavement disturbance. The existing pavement shall be removed in an approved
manner. The trench bottom shall be graded to provide a uniform grade.
2. Bedding and backfill materials for electrical trenches shall be as follows:
Electrical conduit trench depth shall be a minimum of 24 inches
cover over conduits.
Bedding material for trenches 18 inches or less in width shall be
crushed surfacing top course. Bedding material for trenches
greater than 18 inches or for joint utility trenches shall be pit run
sand. Bedding material shall be placed two inches below the
conduit(s) and shall extend to two inches above the conduit(s).
Backfill material for trenches located within the roadway limits (back
of curb to back of curb), including perpendicular crossings of
roadways and underneath driveways shall be controlled density
fill (CDF), vibrated in place.
Backfill material for trenches located outside of roadway and
driveway limits shall be Bank Run Gravel for Trench Backfill
conforming to WSDOT 9-03.19, unless the engineer determines
that native material is suitable.
3. Backfill shall be carefully placed so that the backfilling operation will
not disturb the conduit in any way. The backfill shall be thoroughly
mechanically tamped in eight -inch (8") layers with each layer compacted to
ninety-five percent (95%) of maximum density in traveled ways, and ninety
percent (90%) of maximum density elsewhere at optimum soil moisture
content.
Excavation for foundations shall be completed by vactor excavation. This
excavation shall be incidental to the signal or illumination bid items.
(April 12, 2018 CFW GSP)
Section 8-20.3(2) is supplemented with the following:
Underground utilities of record are shown on the construction plans insofar as
information is available. These, however, are shown for convenience only and the
City assumes no responsibility for improper locations or failure to show utility
locations on the construction plans.
The location of existing underground utilities, when shown on the plans, is
approximate only, and the Contractor shall be responsible for determining their
exact location. The Contractor shall check with the utility companies concerning
any possible conflict prior to commencing excavation in any area, as not all utilities
may be shown on the plans.
The Contractor shall be responsible for potholing for conflicts with underground
utility locations prior to determining exact locations of signal and luminaire pole
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-78 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
foundations, underground vaults and directional boring operations. Prior to
construction, if any conflicts are expected, it shall be brought to the attention of the
Engineer for resolution.
The Contractor shall be entirely responsible for coordination with the utility
companies and arranging for the movement or adjustment, either temporary or
permanent, of their facilities within the project limits.
If a conflict is identified, the Contractor shall contact the Engineer. The Contractor
and City shall locate alternative locations for poles, cabinet, or junction boxes. The
Contractor shall get approval from the Engineer prior to installation. The Contractor
may consider changing depth or alignment of conduit to avoid utility conflicts.
Before beginning any excavation work for foundations, vaults, junction boxes or
conduit runs, the contractor shall confirm that the location proposed on the
Contract Plans does not conflict with utility location markings placed on the surface
by the various utility companies. If a conflict is identified, the following process
shall be used to resolve the conflict:
Contact the Engineer and determine if there is an alternative location for
the foundation, junction box, vault or conduit trench.
2. If an adequate alternate location is not obvious for the underground work,
select a location that may be acceptable and pothole to determine the
exact location of other utilities. Potholing must be approved by the
Engineer.
3. If an adequate alternate alignment still cannot be identified following
potholing operations, the pothole area should be restored and work in the
area should stop until a new design can be developed.
The Contractor shall not attempt to adjust the location of an existing utility unless
specifically agreed to by the utility owner.
8-24.3(5) Conduit
8-20.3 5jA General
(March 16, 2011 CFW GSP)
Section 8-20.3(5) is supplemented with the following:
All conduit trenches shall be straight and as narrow in width as is practical to
provide a minimum of pavement disturbance.
When conduit risers are installed, they shall be attached to the pole every 4 feet
and shall be equipped with weather heads.
Conduit for the service wires between the Puget Sound Energy pole and the
service panel and all above ground conduit shall be hot -dip galvanized rigid steel.
All conduits shall be clearly labeled at each junction box, handhole, vault or other
utility appurtenance. Labeling shall be permanent and shall consist of the
owner/type name and a unique conduit number or color. The owner name shall
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-79 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
be approved by the Engineer prior to starting work. The recommended owner/type
abbreviations are:
PSE — Puget Sound Energy
QWEST — Qwest
COMCAST(AT&T)/C — Cable
COMCAST(AT&T)/F — Fiber
SIC — City Signal Interconnect
City Spare — City spares
Cobra — COBRA luminaire system
Traffic signal interconnect shall be placed, wherever feasible, in the joint
utility trench being constructed under this contract (if applicable). This work
shall be coordinated with the other utilities to ensure a 2" minimum conduit
is provided solely for the traffic signal interconnect. Conduit size shall be
verified with City Traffic Engineer prior to installation.
8-20.3 S B Conduit Type
(March 16, 2011 CFW GSP)
Section 8-20.3(5)B is supplemented with the following:
All conduits for signal cable raceways under driveways shall be rigid galvanized
steel or Schedule 80 polyvinyl chloride (PVC).
Whenever PVC conduit is used a ground wire shall be provided.
8-20.3 6 Junction Boxes Cable Vaults and Pull Boxes
(November 2, 2020 CFW GSP)
Section 8-20.3(6) is supplemented with the following:
Unless otherwise noted in the Plans or approved by the Engineer, junction boxes,
cable vaults and pull boxes shall not be placed within the traveled way or
shoulders.
All junction boxes, cable vaults, and pull boxes placed within the traveled way or
paved shoulders shall be heavy-duty. Standard Duty nonconcrete junction boxes
shall not be installed within the City of Federal Way.
Junction boxes shall not be located within the traveled way, wheelchair ramps, or
driveways, or interfere with any other previous or relocated installation. The lid of
the junction box shall be flush with the surrounding area and be adequately
supported by abutting pavements or soils.
All streetlight junction boxes not placed in the sidewalk shall be placed immediately
adjacent to a sidewalk or curb surrounded by concrete (or asphalt if adjacent to
roadway) to prevent the box from lifting out of the dirt.
All streetlight junction box lids shall be welded shut after final inspection and
approval by King County.
All lids located within sidewalk areas, along an ADA pedestrian route, or in other
accessible surfaces within the public right-of-way or on publicly owned properties,
must meet ADA requirements and be slip -resistant. Acceptable slip -
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-80 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
resistant products shall be non -slip Methyl methacrylate (MMA) coating.
Placement of the non -slip MMA coating shall be in accordance with the
manufacturer's recommendations. Vertical edges of the utility shall be flush with
the adjoining surface to the extent possible after installation.
Wiring shall not be pulled into any conduit until all associated junction boxes have
been adjusted to, or installed in, their final grade and location, unless installation is
necessary to maintain system operation. If wire is installed for this reason,
sufficient slack shall be left to allow for future adjustment.
Wiring shall be replaced for full length if sufficient slack as specified in Section
8-20.3(8) is not maintained. No splicing will be permitted.
Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard
Plan J-40.10. Type 8 junction boxes shall meet the requirements of WSDOT
Standard Plan J-40.30. Junction boxes shall be inscribed based upon system per
WSDOT Standard Plan J-40.30. Junction box lids and frames shall be grounded
per Section 8-20.3(9).
Junction boxes shall be located at the station and offset indicated on the Plans
except that field adjustments may be made at the time of construction by the
Engineer to better fit existing field conditions.
Junction boxes for copper and/or fiber signal interconnect shall be placed at a
maximum interval of 300 feet and shall be inscribed with "TS" as described on
WSDOT Standard Plan J-40.30.
Communications/fibers vaults shall be provided for the purpose of storing slack
cabling and installing splice enclosures. The location of all communication vaults
shall be as indicated on the Plans and shall be field verified by the Contractor.
Communication/fibers vaults shall be configured such that the tensile and bending
limitations of the fiber optic cable are not compromised. Vaults shall be configured
to mechanically protect the fiber optic cable against installation force as well as
inert forces after cable pulling operations.
Where indicated in the Plans, new vaults shall be installed as described herein and
shown in the Plans. The Contractor shall furnish and install racking hardware for
cable storage in all new vaults and in all existing vaults where cable storage is
identified on the plans. The Contractor shall secure and store the cable in the
racking hardware per manufacturer's instruction.
Fiber vaults shall be installed in accordance with the following:
1. All openings around conduits shall be sealed and filled with grout to
prevent water and debris from entering the vaults or pull boxes. The grout
shall meet the specifications of the fiber vault manufacturers.
2. Backfilling around the work shall not be allowed until the concrete or mortar
has set.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-81 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
3. Upon acceptance of work, fiber vaults shall be free of debris and ready for
cable installation. All grounding requirements shall be met prior to cable
installation.
4. Fiber vaults shall be adjusted to final grade using risers or rings
manufactured by the fiber vault and pull box manufacturer. Fiber vaults
with traffic nearing lids shall be raised to final grade using ring risers to
raise the cover only. All voids created in and around the vault while
adjusting it to grade shall be filled with grout.
5. Fiber vaults shall be installed at the approximate location shown in the
Drawings. Final location to be approved by the Engineer.
6. All existing conduits will need to be open and exposed for access within the
vault. Care shall be taken to identify which conduits have existing cables.
All conduits will extend 2 inches within the vault walls. At the 2-inch mark
the excess conduit on the existing structure will need to be removed and all
cables exposed.
7. Once the conduits are located, excavate a hole large enough to install the
fiber vault. The vault shall have a concrete floor as indicated on the
Drawings. The floor shall be installed on 6 inches of crushed surfacing top
course. If a fiber vault is installed outside a paved area, an asphalt pad
shall be constructed surrounding the junction box. Ensure that the existing
conduits are at a minimum of 4 inches above the top of the floor. If the
existing conduits contain existing cables, the new vault will need to be
bottomless to allow the existing conduit and cable to be routed into the new
vault.
(March 6, 20 f 2 CFW GSP)
Section 8-20.3(8) is supplemented with the following:
Cable entering cabinets shall be neatly bundled and wrapped. Each wire shall bear
the circuit number and be thoroughly tested before being connected to the
appropriate terminal.
Circuit conductors shall be standard copper wire in all conduit runs with size
specified on the Plans. Conductors from luminaire bases to the luminaire fixture
shall be minimum No. 14 AWG pole and bracket cable.
(March 6, 2012 CFW GSP)
The following is inserted between the 3rd and 4th paragraph of this section:
Loop wires will be spliced to lead in wires at the junction box with an approved
mastic tape, 3-M 06147 or equal, leaving 3 feet of loose wire.
Connectors will be copper and sized for the wire. Mastic splice material will be
centered on the wire and folded up around both sides and joined at the top. Splice
will then be worked from the center outward to the ends. The ends will be visible
and fully sealed around the wire. The end of the lead-in cables shall have the
sheathing removed 8 inches and shall be dressed external to the splice.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
gP-82 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
The 8th paragraph of this section is deleted and replaced with the following:
Fused quick disconnect kits shall be of the SEC type or equivalent. Underground
illumination splices shall be epoxy or underground service buss/lighting connector
kits. Installation shall conform to details in the Standard Plans.
The following is inserted between the 11th and 12th paragraphs of this section:
Field Wiring Chart (IMSA Standards)
501
+Input
506
AC+Control
511
Remote -All Red
502
AC-
507
AC+Crosswalk
512-520
Special
503
AC+Lights
508
AC+Detectors
551-562
Interconnect
504
AC+Lights
509
AC+12 Volts
593-598
Rail Road Preemption
505
AC+Lights
510
Remote -Flash
Phases 1 2 3 4 5 6 7 8 A B
Emergency
,581
-584
587
590
Vehicle
Yellow (Calls
582
585
588
591
Preemption
__
Blue �B.B)
583
586
589
592
--------- -- ....
.....
......................-,.............................
_ _ _
Red
_........._,
611
......_.._......:..:...._.......:......................W.,......�-....................._._
621
......................_...._......__.....
631
641
651
....._..
661
-._................................_.......,_................................._
671
681
691
601
Oran a
_. �. ........_,_..
-
612
_..._.._..._.
--
622
-.._...::_
632
..................._......_..................-.._.._._.._._........_...._----•..M„w...._...................................
642
652
662
672
682
692
602 .
VehicleGree
.
.................................._.........
.._........................._.................._..,_...................�.
...........
_. -
Heads
........... - _ w---W
Black W.._............._._
. 614
624
_..._.._...
634
..._........_........_...
644
.._.................
654
664
,._._...
674
.._.
684
694
W_...................
604
White
616
626
636
646
656
666
676
686
696
606
_. _.....................(Common.)..........�..�._,....__..............
-----.........._....._,...................._......
__..._ -. --
-.
....._._
.............
w--
Hand)
721 _
731 W.
741
751
W761
771
781
791
701
,Red
Green.(Man)
.711
712
722
732
.........
742
_........ ._........_.
752
.... ... _......................,
762
772
... _..................
782
792
.................................
702
Pedestrian
m..........................�..................I.......................
White (Common
716
726
736
746
756
766
776
786
796
706
Lights)
Heads and
..,.....for .....................
- -w-
__..._
.... ---- -
...... ..........
........................_._.m...._._._...
_.
...................
PPB
Orange
714
724
734
744
754
764
774
784
794
704
(Push button) .
..... -............................_-_..
..__,
....
._.-
_,-..._...�..__......-,
_..,,,.
_ _.....
..
Black (Common
715
725
735
745
755
764
775
785
795
705
for Push button)......_.
.........
.... _...
......................
Loo 1
........... _ .�.. ..W..W
_,..:.:.._..,,.
811
......................
821
831
...
841
....�..__.
851
_,......_...W...��..W...................................
861
871
881
891
.
801
822
832
842
852
862
_....:_........_...__........._..._,....
872
882
892 .................I....
802
W.....
Loop 2�
-812
813
..............
823
833
-._-_,....__r........._._..._�
843
853
..............._........_..._._._,.M....._._._._
- . _
863
873
883
893
-....- .....................
803
Vehicle
Loo 2 :...---w_-�..._
814
..................................._................................._
824
834
844
854
_._.. �.............._.._.......::..:-...............................
864
874
884
894
804
...............
Detectors
_ ..�.:
Loopr3
815
825
835
845
855
...................................._...._._.........�._.._._..�....
...............................................................
865
875
885
895
. .�..._.................
805
_ .........._.
Loop 3µ µµ
-............
......_............................................---.......
816826
836
_................._._..............._...._..-..............._..........._............I.....
846
856
866
876
886
...............
896
806
Loop 4
....... _.. _......_
817
..............._....
827
-- .....................W
837
847
w ....
857
867
877 _...........................
887
897
-..._.................
807
Loo 4
818
828
838
848
858
868 _
878
...__...................
888
898
...............................
808
_...._..._........ _
�W.............P. ..... ;::....:..::,..._.._......................._............_........._..._�........._....._..._
Loop 1 _ _ W
911 .................._..,..
921
931
941
_ ._ _._....W..._..._
..,_..........,.:
951 .............
961 _.__..._....._.....................
971
981
991
-........I._.._.................
901
.Loop„1.....::.. _ _
_ 912
922
932
_..... ,,..
942
.._ m..�..._
952
962
W._.........m.._._..._
972
..................
982 ...................-
992
902
..................
Vehicle
Loop,2
913
923
933
943
953
963
973
983
993
903
Detectors/
Loop 2 W W
914
924
934
944
9.
964
974
984
994
904
Count
Loop 3
915
925
935
_._W.W......___.....W
945
955
..............._._......m
965
975
M.......�
985
--
995
...,.............................._
905
LoopsLoop
_.......,,. _ _........._......
3 r: _ _
---•..........�
91...
....................................
...........:.:.......:......_.........._.,,
.,. -_,� ..,...........................
_
Loop 4 -
_ _ _._........._..._..----__..._...W._
917
927
937
_.............
947
_...._..........._..
957 _...
967
977
ww.._................................m....
987
997
907
.- -
Loo 4
918
928
938
948
958
968
978
988
998
908
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-83 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
8-20.3(8)A Coiner Interconnect Carle Installation
(June 6, 2012 CFW GSP)
Section 8-20.3(8)A is a new section:
Copper interconnect cable shall be 12 pair No. 19 AWG communications cable
meeting IMSA Specification No. 40-20-1984. A 12 position terminal block shall be
mounted on a panel on the rack on the interior side of the controller cabinet.
Interconnect cables shall not be spliced or terminated except inside the traffic
signal controller cabinet at terminal panel locations. Termination of copper
interconnect cable shall be performed by a King County Signal technician. The
contractor shall notify King County when cable is ready for terminations with a
minimum of two working day's notice.
8-20.3(8)C Video, Voice, and Data Distribution and Transmission System_
(January 26, 2012 CFW GSP)
Section 8-20.3(8)C and all it's subsections are new sections:
All wiring, cable, and cords associated with this equipment shall be neatly dressed
and secured to the rack frames or cable trays by nylon ties.
8-20.3 8 C'I Documentation
Documentation for each system element shall consist of the manufacturer's name
and model number, serial number when available, materials and operating
specifications, wiring schematic and parts list, owner's manuals, factory service
manuals, and procedures for factory testing and system acceptance testing specified
elsewhere herein. The Contractor shall submit three (3) copies of the documentation
specified above prior to installation of the cable or components described in the
submittal. In addition, the Contractor shall submit three (3) copies of an overall
system wiring schematic and termination chart for the installed elements (operation
and maintenance manuals). All documentation for each individual element shall be
neatly bound in a way for the information is secured together and is totally legible
without removing the information from the binding. This documentation shall be in
addition to any other data, shop drawings, etc. required to be submitted as specified
in these Special Provisions.
(March 13, 2012 CFW GSP)
Section 8-20.3(9) is supplemented with the following:
Contractor shall provide and install bonding and grounding wires as described in
Standard Specifications and the National Electric Code for any new metallic
junction boxes and any modified existing junction boxes. For the purposes of this
section, a box shall be considered "modified" if new current -carrying conductors
are installed, including low -voltage conductors.
At points where shields of shielded conductors are grounded, the shields shall be
neatly wired and terminated on suitable grounding lugs.
Junction box lids and frames shall be grounded in accordance with Department of
Labor and Industries standards, and shall be grounded so that the ground will not
break when the lid is removed and laid on the ground next to the junction box.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-84 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
All conduits which are not galvanized steel shall have bonding wires between
junction boxes.
Ground rods shall be copper clad steel, %-inch in diameter by 10-feet long,
connections shall be made with termite welds.
At points where wiring shields of shielded conductors are grounded, the shields
shall be neatly wired and terminated on suitable grounding lugs.
8-20.3(14)C Induction Loop Vehicle Detectors
(January 31, 2014 CFW GSP)
Item 2 and the last two sentences of Item 4 are deleted.
Item 5 of this section is deleted and replaced with the following:
5) Each loop shall have 3 turns of loop wire.
Item 11 of this section is deleted and replaced with the following:
11) The detector loop sealant shall be a flexible traffic loop wire encapsulement.
Encapsulement shall be designated to enable vehicular traffic to pass over the
properly filled sawcut within five minutes after installation without cracking of
material. The encapsulement shall form a surface skin allowing exposure to
vehicular traffic within 30 minutes at 75 degrees F. and completely cure to a
tough rubber -like consistency within two to seven days after installation.
Properly installed and cured encapsulement shall exhibit resistance to defects
of weather, vehicle abrasion, motor oil, gasoline, antifreeze solutions, brake
fluid, deicing chemicals and salt normally encountered in such a manner that
the performance of the vehicle detector loop wire is not adversely affected.
Section 8-20.3(14)C is supplemented with the following:
One -quarter -inch (1/4") saw cuts shall be cleared of debris with compressed air
before installing three turns of loop wire. All detector loops shall be
6-foot-diameter circle with diagonal mini -cut corners (no 90 degree corners) of not
more than 1-inch on the diagonal. From the loops to the junction box, the loop
wires shall be twisted two turns per foot and labeled at the junction box in
accordance with the loop schematics included in these Plans. A 3/8-inch saw cut
will be required for the twisted pair. No saw cut will be within 3 feet of any
manhole or utility risers located in the street. Loops and lead-ins will not be
installed in broken or fractured pavement. Where such pavement exists it will be
replaced in kind with minimum 12-foot sections. Loops will also not be sawed
across transverse joints in the road. Loops to be placed in concrete will be located
in full panels, a minimum 18 inches from any expansion joint.
Existing Traffic Loops
The Contractor shall notify the City of Federal Way Traffic Engineer a minimum of
five working days in advance of pavement removal in the loop areas. The
Contractor shall install and maintain interim video detection until the permanent
systems are in place. The interim video detection shall be operational
simultaneously with decommission of the existing pavement loops.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-85 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
If the Engineer suspects that damage to any loop, not identified in the Plans as
being replaced, may have resulted from Contractor's operations, the Engineer may
order the Contractor to perform the field tests specified in Section 8 20.3(14)D. The
test results shall be recorded and submitted to the Engineer. Loops that fail any of
these tests shall be replaced.
Loops that fail the tests, as described above, and are replaced shall be installed in
accordance with current City of Federal Way design standards and Standard
Plans, as determined by the Engineer.
If traffic signal loops that fail the tests, as described above, are not replaced and
operational within 48 hours, the Contractor shall install and maintain interim video
detection until the replacement loops are operational. The type of interim video
detection furnished shall be approved by the Engineer prior to installation.
(March 31, 2012 CFW GSP)
Section 8-20.3(14)D is supplemented with the following:
Test A — The resistance shall not exceed values calculated using the given
formula.
Resistance per 1000 ft of 14 AWG, R = 3.26 ohms / 1000 ft
R = 3.26 x distance of lead-in cable ft
1000 ft
Test B and Test C in this section are deleted and replaced with the following:
Meggar readings of the detection wire to ground shall read 200 megohms at the
amplifier connection. The 200 megohms or more shall be maintained after the
splices are tested by submerging them in detergent water for at least 24 hours.
The tests will be conducted with County personnel at the request of the Contractor.
All costs incurred to meet this minimum standard will be the responsibility of the
Contractor.
8-20.3 14 G Video Camera Detectors
(December 18, 2009 CFW GSP)
Section 8-20.3(14)G is a new section:
The video camera shall be installed consistent with the manufacturer
recommendations. Controller cabinet equipment shall be installed in the cabinet
when cabinet testing is performed.
8-20.3(14)H Hybrid Radar/Video Detectors
Section 8-20.3(14)H is a new section:
The hybrid radar/video camera shall be installed consistent with the manufacturer
recommendations. Controller cabinet equipment shall be installed in the cabinet
when cabinet testing is performed.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-86 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
8-20.3 17] "As Built" Plans
(December 18, 2009 CFW GSP)
Section 8-21.3(17) is deleted and replaced with the following:
Upon completion of the project, the Contractor shall furnish an "as -built" drawing of
the intersection showing all signal heads, pole locations, detectors, junction boxes,
Illumination system showing lumi•naire locations, miscellaneous equipment,
conductors, cable wires up to the signal controller cabinet, and with a special
symbol identifying those items that have been changed from the original contract
drawings. All items shall be located to within one foot (1') horizontally and
six inches (6") vertically above or below the finished surface grade.
8-20.3 18 Removal of Existing Signal Equipment
(April 12, 2018 CFW GSP)
Section 8-21.3(18) is a new section:
Where noted on the Plans, existing signal, illumination, Safe City Cameras and
relate equipment, and interconnect equipment shall be removed by the Contractor.
The Engineer shall decide the ownership of all salvaged signal, illumination, Safe
City Cameras and related equipment, and interconnect equipment materials. All
salvaged signal materials not directed by the Engineer to remain property of the
City shall be the property of the Contractor, except that any existing controllers
and UPS cabinets and all contents shall be delivered to the King County Signal
Shop at 155 Monroe Avenue NE, Renton, Washington 98056. All other material
removed shall become the property of the Contractor and shall be disposed of off -
site at a legal disposal site.
All pole foundations and anchor bolts shall be removed to 6 feet below new
subgrade, and the resulting hole shall be backfilled with compacted gravel borrow
meeting the requirements of Section 9-03.14(1), unless the Engineer has approved
the use of native material.
Where junction boxes are removed, the conduit and wire shall also be removed to
the bottom of the trench and the resulting hole backfilled with gravel borrow
meeting the requirements of Section 9-03.14(1), unless the Engineer has approved
the use of native material.
Removals associated with the electrical system shall not be stockpiled within the
jobsite without the Engineer's approval.
8-20.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-20.4 is replaced with the following:
"Traffic Signal System Complete -
"CCTV Camera Installation -
" shall be measured per lump sum.
" shall be measured per lump sum.
8-20.5 Payment
(April 12, 2018 CFW GSP)
Section 8-20.5 is deleted and replaced with the following:
Payment will be made in accordance with the following:
"Traffic Signal System Complete - ", per lump sum.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-87 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
The lump sum price for "Traffic Signal System Complete" shall be full pay for furnishing all
labor, equipment, materials and supplies necessary to complete the work as specified. All
items and labor necessary to supply, install, and test the system including, but not limited
to, conduit, junction boxes, temporary and/or permanent vehicle detection system(s),
connections with existing conduit and junction boxes, restoring facilities destroyed or
damaged during construction, removing and salvaging existing signal equipment,
relocation of temporary signal equipment (vehicle heads, pre-emption, pedestrian heads,
pedestrian push buttons, video detection) to accommodate construction phasing
throughout the project, and all other components necessary to make a complete traffic
signal system shall be included within the lump sum measurement. The lump sum bid
price shall include all costs associated with the restoration of landscaping, curb, gutter,
and sidewalk that are damaged or disturbed as a result of construction activities. Removal
of an existing signal system or existing signal components shall be included within the lump
sum measurement. After construction is complete, it is Contractor's responsibility to
adjust, relocate, and reposition all traffic signal heads to their final position as shown on
the Contract Documents, and shall be considered incidental to the lump sum
measurement.
Sawcutting, pavement removal, excavation, trenching, bedding and backfill materials,
backfilling of trenches, pavement restoration of trenches and conduit/junction box
installations shall be incidental to the bid items included in this section and no additional
compensation will be made.
All costs for installing junction boxes and conduit containing traffic signal system,
illumination system, decorative illumination system, festival outlet system and/or
interconnect system wiring shall be incidental to the bid item(s) of this section and no
additional compensation will be made.
All costs for painting shall be incidental and included in the bid items included in this
section and no additional compensation will be made.
Adjustment of junction boxes shall be incidental and included in the bid items included in
this section and no additional compensation will be made.
Restoration of facilities destroyed or damaged during construction shall be considered
incidental to the bid items included in this section and no additional compensation will be
made.
"CCTV Camera Installation - ", per lump sum.
The lump sum price for "CCTV Camera Installation" shall be full pay for furnishing all
labor, equipment, materials and supplies necessary to complete the work as specified. All
items and labor necessary to supply, install, and test the system including, but not limited
to, the CCTV cameras, POE injectors, surge protectors, conduit, junction boxes, wiring,
connections with existing conduit and junction boxes, restoring facilities destroyed or
damaged during construction, and all other components necessary to make a complete
CCTV camera system shall be included within the lump sum measurement.
Add the following new section and subsections:
8-30 AUTOMATED TRAFFIC SIGNAL PERFORMANCE MEASURES
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-88 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
8-30.1 Description
The Contractor shall furnish, install, configure, and test an Automated Traffic Signal
Performance Measures (ATSPM) system, including but not limited to all central server
equipment, setup, configuration, testing, and training necessary to make the system
complete and operational. The system shall be sized to meet the current and future
demands of the agency's traffic signal system (assumed to be 100 traffic signals). The
ATSPM system shall be capable of providing, at a minimum, the following types of reports.
6 Purdue Phase Termination
• Split Monitor
• Pedestrian Delay
• Preemption Details
• Purdue Split Failure
• Yellow and Red Actuations
• Turning Movement Counts
Approach Volume
Approach Delay
Arrivals on Red
• Purdue Coordination Diagram
General
The Automated Traffic Signal Performance Measures Service (SPM Service) shall be a
cloud -based data and software service that shall allow the agency easy access to
performance measures and visualizations derived from high -resolution data that is
extracted from field -located traffic signal controllers.
Signal Controller Data
The SPM Service shall have the capability of collecting, storing, and analyzing high -
resolution (10 Hz) traffic signal controller data from controllers that log this data in the
industry -standard format (e.g., Indiana Traffic Signal Hi Resolution Data Logger
Enumerations). The system shall be compatible with, at a minimum, the follow traffic signal
controllers:
• Siemens
o M50 Linux & M60 ATV
• ECOM v3.52+
• NTCIP v4.53+
a Econolite
o Cobalt — Any version
o ASC3 NEMA — v2.50+ & OS 1.14.03+
o 2070 with 1 C CPU Module — v32.50+
• Intelight Maxtime — v1.7.0+
• McCain ATC Omni eX1.6+
• Peek ATC Greenwave — v03.05.0528+
• Trafficware 980ATC v76.10+
Data Acquisition and Transmission
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-89 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
The SPM Service shall include SPM data collection software that is installed at the
customer's site on a server (SPM data collection server) that is supplied by the agency
that will meet the following specifications:
• Hyper-V VM Server with:
o Two CPU Cores
0 8GB Memory
0 80GB VHD (dynamically expanding)
o Windows Sever 2022 Standard
The server and software shall reside within the agency's traffic equipment network. The
server shall have internet access. The software shall be configured by the vendor to run at
specified intervals, connecting to each traffic signal controller, downloading stored high -
resolution controller data off of them, and uploading the data to the SPM Service's secure
HTTPS REST API endpoint.
In order to install and update the SPM data collection software, the vendor shall have
access to the server, either remotely or on -site.
The following is required for data acquisition and transmission:
The vendor shall work with the agency to acquire a list of controller IP addresses
and port numbers.
• Outbound access from the SPM data collection server to field controllers via port
161 (UDP) or other designated port. This access shall be used to identify the
controller firmware version via SNMP.
• Outbound access from the SPM data collection server to the field controllers
(typically via port 22 for SFTP data transfer, port 21 for FTP data transfer, or other
ports as designated by the controller manufacturer or agency).
• Access from the SPM data collection server to a designated IP address (to be
supplied to the agency by the vendor) to the agency via Port 443 (TCP) for transfer
of high -resolution data logs from the SPM data collection server to the SPM cloud
hosted environment.
Service Setup Requirements
To support the SPM service, the vendor shall acquire detector layouts and assignments.
These shall be obtained from agency drawings if available, or otherwise shall be obtained
from the ATMS or by field visits. The vendor shall perform set-up of the detector layouts
and assignments within the SPM software tool.
Functional Requirements
This section describes the functional requirements'of the software tool (SPM tool) provided
as part of the SPM service.
The SPM tool shall be available to users through a standard web browser.
The SPM tool shall display a map of all connected traffic signals.
The SPM tool shall allow users to navigate to signals of interest via a map, a list, and by
search.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-90 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
The SPM tool shall provide an interactive visualization that shows, for each phase and
cycle during coordinated timing plans, when vehicles arrived at the intersection and
whether they arrived during the programmed green split, yellow, red, or early return to
green. The visualization shall provide metrics on the percentage of arrivals on green by
plan and phase as well as the platoon ratio and whether it is favorable or unfavorable.
The SPM tool shall provide an interactive visualization of a timeline for each timing plan
that shows preemption, signal priority, and pedestrian activity requests and when the
intersection is in free, preempt, transition, vs in -step modes. The visualization shall provide
metrics on the percentage of each coordinated timing plan spent in transition and the
number of preempt events per timing plan.
The SPM tool shall provide an interactive visualization that shows, for each timing plan
and phase, the percentage of terminations by type, the distribution of phase durations by
termination type relative to the programmed split, and the percentage of cycles of each
termination type that terminate with a vehicle left at the stop bar.
The SPM tool shall provide an interactive visualization that shows, for each phase and
cycle over a day, the phase duration, how it terminated, and whether a vehicle was left at
the stop bar when it terminated. The visualization shall display the programmed splits of
each coordinated plan, pedestrian activity, as well as when each phase was skipped.
The SPM tool shall provide an interactive visualization to show vehicle arrivals into the
intersection during the yellow clearance interval and all -red clearance intervals to help
users assess red light running at intersections.
The SPM tool shall provide access to traffic volume counts at intersections with
appropriate detection.
The SPM tool shall produce configurable, automated alerts of maintenance issues at
intersections. Maintenance alerts shall include phases that exceed a configurable number
of max -outs, force -offs, or ped calls during a configurable hour range, and advanced
detectors with counts below a configurable threshold during a configurable hour range.
The SPM tool shall produce configurable, automated alerts of operational issues at
intersections. Operational alerts shall include plans that exceed a configurable percentage
of time spent in transition, plans that exceed a configurable number of preempt calls, plans
and phases with unfavorable progression, and phases with a high number of terminations
that leave vehicles at the stop bar.
Support
The vendor shall provide 16 hours of training for four (4) staff, and the associated training
materials and manuals, in a group -based setting (in -person classroom or virtual, as
determined by the agency). Training topics shall include:
• General navigation and use of the SPM tool.
• Descriptions and use of the ATSPMs.
• Setup and configuration of additional intersections.
• Modifications to existing intersections.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-91 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
• Setup and configuration of automated alerts for maintenance and operations
issues.
The vendor shall provide technical support services, which shall include:
• Hosting the service in a cloud environment.
• Monitoring the collection and storage of data into the system and troubleshooting
issues.
• Responding to user questions and bug reports.
• Regularly releasing new and improved versions of the software tool.
8-30.4 Measurement
"ATSPM Initial Setup" shall be measured per lump sum.
"ATSPM First Year Subscription (Per Intersection)" shall be measured per each.
8-30.5 Payment
Payment will be made in accordance with the following:
"ATSPM Initial Setup", per lump sum.
The lump sum price for "ATSPM Initial Setup" shall be full pay for furnishing all labor,
equipment, materials, and supplies necessary to complete the work as specified. All items
and labor necessary to supply, install, and test the system, including but not limited to
coordination with agency staff, training, system setup and configuration, SPM report setup
and configuration, and all other components necessary to make a complete ATSPM
system shall be included within the lump sum measurement. The lump sum price shall
include the annual subscription costs for five (5) intersections.
"ATSPM First Year Subscription (Per Intersection)", per each.
The unit Contract price for "ATSPM Annual Subscription (Per Intersection)" shall be full
pay the first year's subscription fee for use of the SPM Service for a compatible signalized
intersection. All items and labor necessary to enable the SPM Service for a compatible
signalized intersection shall include, but not be limited to, system setup and configuration,
intersection setup and configuration, and technical support.
END OF DIVISION 8
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-92 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
DIVISION 9
MATERIALS
9-03AGGREGATES
9-03.12 Gravel Backfill
9-03.12(6) Pit Run Sand
(April 12, 2018 CFW GSP)
Section 9-03.12(6) is a new section:
Sieve Size Percent Passim
3/8" square 100
U.S. No. 4 90
Sand Equivalent 30 minimum
9-03.14 3 Common Borrow
(April 12, 2018 CFW GSP)
Section 9-03.14(3) is modified with the following requirements:
Material from on -site excavations meeting the requirements for Common Borrow
shall be used to the extent practicable. Material for common borrow shall consist
of granular soil and/or aggregate which is free of trash, wood, debris, and other
deleterious material.
Common Borrow material shall be at the proper moisture content for compaction.
This material is generally moisture sensitive. The natural moisture content shall
range from not more than 1 percent wet of optimum to not more than 3 percent dry
of optimum as determined in accordance with Section 2-03.3(14)D. The material
shall not pump or yield under the weight of compaction equipment and
construction traffic. The Contractor is responsible for protecting the material from
excess moisture wherever/whenever possible. To the extent practicable, this
material should be handled only during non -rainy periods and should be removed,
hauled, placed, and compacted into final embankments without intermediate
handling or stockpiling. Surfaces should be graded and sloped to drain and should
not be left uncompacted.
Common Borrow shall meet the following gradation limits:
Sieve Size Percent Passing (by weight)
6" square100
4" square 90-100
2" square 75 - 100
U.S. No. 4 50 - 80
U.S. No. 40 50 max.
U.S. No 200 25 max.
' For geosynthetic reinforced walls or slopes, 100percent passing 1'/4-inch
square sieve and 90 to 100 percent passing the 1-inch square sieve.
Common Borrow shall contain sufficient fines for compaction and to bind the
compacted soil mass together to form a stable surface when heavy construction
equipment is operated on its surface.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-93 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.1 Materials Submittals and Acceptance
(January 10, 2022, WSDOT GSP, OPT1.2023)
In the table in Section 9-14.1, the row for Compost is revised to read:
& following information is required to be submitted
:een days prior to application.
a) A copy of the Solid Waste Handling Permit
issued to the manufacturer by the Jurisdictional
Health Department in accordance with
https://apps.leg.wa.gov/WAC/default.aspx?cite=
173-350 (Minimum Functions Standards for
Solid Waste Handling).
�) Compost Test Data submitted on WSDOT Form
220-038 that show the compost complies with
the processes, testing, and standards specified
in WAC 173-350 and this section. And
independent Seal of Testing Assurance (STA)
Program certified laboratory shall perform the
testing within 90 calendar days of application.
;) A copy of the manufacturer's annual Seal of
Testing Assurance STA certification as issued
by the U.S. Composting Council.
1) A sample of the compost approved for use.
3) A list of feed stocks by volume for each compost
type.
=) Compliance with the applicable section.
9-14.2 Topsoil
9-14.2 11 Topsoil Type A
(June 12, 2020 CFW GSP)
Section 9-14.2(1) is supplemented with the following:
Topsoil Type A mix shall be 50% pure organic compost and 50% sand or sandy
loam. The soil shall be high in organic content and compromised of fully
composted and mature organic materials.
No fresh sawdust or other fresh wood by-products shall be added to extend the
volume after the composting process.
Chemical and physical characteristics of Topsoil Type A shall comply with the
following:
Screen Size 7/16" Maximum
Total Nitrogen 0.25% Minimum
Organic Matter 10% Minimum
pH Range 5.5 to 7.5
Conductivity 5 mmhos/cm Maximum
9-14.3 Seed
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-94 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
(June 12, 2020 CFW GSP)
Section 9-14.3 is supplemented with the following:
The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the
Engineer with a dealer's guaranteed statement of the composition, mixture, and the
percentage of purity and germination of each variety. Seed shall be applied at
manufacturer's recommended rate. Hydroseed shall be composed of the following
varieties mixed in the proportions indicated, or approved equal:
NAME
SEEDED LAWN MIXTURE
BY %
WEIGHT PURITY
Tall Fescue / Festuca arundinacea 40% 98%
GERMINATION
90%
Creeping Red Fescue / Festuca rubra 25% 98% 90%
Highland Colonial Bentgrass / Agrostis 5% 98% 90%
capillaris var. 'Highland'
Perennial Rye / Lolimum perenne (blend 30% 95% 90%
of two: 'Fiesta II', 'Prelude II',
'Commander'
SECTION 9-29 ILLUMINATION. SIGNAL ELECTRICAL
9-29.1 Conduit Innerduct and Outerduct
(October 23, 2014 CFW GSP)
Fiber optic cable conduit shall be supplied as a system from a single manufacturer
providing all of the conduit, all required fittings, termination and other installation
accessories; all in accordance with the Contract Documents.
9-29.1 11 Foam Conduit Sealant
(January 7, 2019 WSDOT Option 1)
Section 9-29.1(11) is supplemented with the following:
The following products are accepted for use as foam conduit sealant:
CRC Minimal Expansion Foam (No. 14077)
• Polywater FST Foam Duct Sealant
• Superior Industries Foam Seal
Todol Duo Fill 400
9-29.2 Junction Boxes Cable Vaults and Pull Boxes
(August 27, 2021 CFW GSP)
Section 9-29.2 is supplemented with the following:
Slip -Resistant Surfacing for Junction Boxes, Cable Vaults, Fiber Vaults, and
Pull Boxes
All lids located within sidewalk areas, along an ADA pedestrian route, or in other
accessible surfaces within the public right-of-way or on publicly owned properties,
must meet ADA requirements and be slip -resistant. Acceptable slip -resistant
products shall be non -slip MMA coating. Placement of the non -slip MMA coating
shall be in accordance with the manufacturer's recommendations.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-95 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Vertical edges of the utility shall be flush with the adjoining surface to the extent
possible after installation.
9-29.2(1)A2 Non -Concrete Junction Boxes
(February 3, 2020 CFW GSP)
Section 9-29.2(1)A2 is replaced with the following:
Non -Concrete junction boxes are not allowed for use within the City of
Federal Way.
9-29.3 Fiber Optic Cable, Electrical Conductors and Cable
(December 13, 2012 CFW GSP)
Section 9-29.3 is supplemented with the following:
Video cable from the camera (sensor) to the controller cabinet shall conform to the
video detection manufacturer's recommendations.
9-29.3(2)F Detector Loop Wire
(April 12, 2018 CFW GSP)
Section 9-29.3(2)F is modified as follows:
Detector loop wire shall use 14 AWG stranded copper conductors, and
shall conform to IMSA Specification 51-7, with cross -linked polyethylene
(XLPE) insulation encased in a polyethylene outer jacket (PE tube).
9-29.3 2 H Three -Conductor Shielded Cable
(March 13, 2012 CFW GSP)
Section 9-29.3(2)H is supplemented with the following:
Lead-in cable back to the controller for pre-emption units shall be GTT
detector 138 cable or equivalent.
9-29.3 2 1 Twisted Pair Communications Cable
(October 23, 2014 CFW GSP)
Section 9-29.3(2)1 is deleted in its entirety. See Section 8-20.3(8)A.
9-29.3(2)J Ethernet Cable
Section 9-29.3(2)J is supplemented with the following:
Ethernet cables shall be gel -free, and at a minimum, shall meet IEEE
802.3bt Type 3 ratings.
9-29.13(10)A Auxiliary Equipment for NEMA Controllers
(February 2, 2012 CFW GSP)
Section 9-29.13(10)A is modified as follows:
Paragraph 1, Item 1 is supplemented with the following:
All flasher units shall as a minimum meet NEMA TS-2 1992, Section 6
requirements and shall be EDI Model 810 or approved equal.
Paragraph 1, Item 2 is supplemented with the following:
All load switches shall as a minimum meet NEMA TS-2 1992, Section 6
requirements and shall be EDI Model 510 or approved equal.
Paragraph 1, Item 3a is deleted and replaced with the following:
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-96 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
A 50-amp main breaker shall be supplied. This breaker shall supply power
to the controller, MMU, signals, cabinet power supply, and auxiliary panels.
Paragraph 1, Item 3b is deleted and replaced with the following:
A 15-amp auxiliary breaker shall supply power to the fan, light, and GFI
outlet.
Paragraph 1, Item 3c is supplemented with the following:
Spare neutral buss bars shall be provided on the bottom left and right of
the cabinet.
Paragraph 1, Item 3 is supplemented with the following:
g. A normally -open, 60-amp, solid-state device, "Crydom CWA 4850 relay",
or approved equivalent.
h. The power panel shall be covered by an easily removable, clear
Plexiglas cover.
Paragraph 1, Item 4 is supplemented with the following:
Inside the police door there shall be a flash switch, which shall be the only
switch on that panel. The switch shall have two positions, "Auto" and
"Flash". The up position shall be "Auto" and result in normal signal
operation. The down position shall be "Flash" and will put the signal into
flashing operation and apply stop time to the controller. The switch shall be
a general-purpose bat style toggle switch with 0.688-inch-long bat. The
switch shall have a protective cover, which must be lifted to operate the
switch.
Paragraph 1, Item 6 is supplemented with the following:
Cabinets shall be equipped with a NEMA TS2 Type 16 Malfunction
Management Unit.
Paragraph 1, Item 7, sub -paragraph 1 is deleted and the section is supplemented
with the following:
The detector interface panel shall support up to 32 channels of detection
and four channels of preemption devices.
Detector Racks
Two vehicle detector amplifier racks and two detector interface panels shall
be provided in each cabinet. Each rack shall support up to 16 channels of
loop detection, one 4-channel preemption device, and one BIU.
Paragraph 1, Item 8 is supplemented with the following:
There shall be terminal strips for field wiring in the controller cabinet. The
terminals shall be numbered in accordance to the field wiring chart included
in these Specifications. A common buss bar with a minimum of 15 spare
terminals shall be available after the cabinet is fully wired. In addition, a 15
terminal bar shall be provided for the pedestrian common and a terminal
shall be provided for each signal head neutral. The buss
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-97 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
bars shall be located on the left side wall of the cabinet. Only King County
numbers shall be shown, as described in Section 8-20.3(8).
Pedestrian Detector Field Wiring
All pedestrian detectors shall be connected between logic ground and their
appropriate field terminal. The terminals shall be grouped together and
located in the lower left side panel. ,
Main Panel and Wire Terminations
All wires terminated behind the main panel and other panels shall be
SOLDERED. No pressure or solderless connectors shall be used. Printed
circuit boards shall NOT be used on main panels.
Field Terminal Locations
Field terminals shall be located at the bottom of the backboard. Their order
shall be left to right beginning with phase one and following the order of
the load switches. Field terminals shall be of the Screw type per NEMA TS2
5.3.6.
Paragraph 1, Item 9 is supplemented with the following:
The cabinet shall be provided with a thermostatically -controlled (adjustable
between 80-150 degrees F) ventilation fan and shall be installed in the top
of the cabinet plenum.
Paragraph 1, Item 10 is deleted and replaced with the following:
The cabinet shall have an incandescent lighting fixture that shall be
mounted on the inside top of the cabinet near the front edge. An on/off
switch that is turned on when the cabinet door is opened and off when it is
closed shall activate the incandescent light. The lamp socket shall be
placed on the circuit with convenience outlets which shall be protected by a
circuit breaker rated at 25 amps. An incandescent 150-watt bulb shall be
provided.
Paragraph 1, Item 11 is supplemented with the following:
All Controller and Malfunction Management Unit cables shall be of sufficient
length to access any shelf position. All cables shall be encased in a
protective sleeve along their entire free length.
Color Coding
All cabinet wiring shall be color coded as follows:
Purple
= MMU Wiring
Orange
= Flash Color Programming
Brown
= Green Signal Wiring
Yellow
= Yellow Signal Wiring
Red
= Red Signal Wiring
Blue
= Controller wiring
Gray
= DC ground
AC+
= Black
AC-
= White
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-98 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Chassis Ground = Green
Paragraph 1 is supplemented with the following:
13. Main Panel Configuration - The main panel shall be fully wired in the
following configuration:
a) Sixteen (16) load sockets.
b) Six (6) flash -transfer -relay sockets.
c) One (1) flasher socket.
d) Two (2) main panel rack slots for BTUs 1 and 2. Two rack slots for
Terminal and Facilities BTU's 3 and 4 which shall be wired to
numbered terminal strips.
e) Wiring for 2 detector racks and 1 Type-16 MMU.
14. Lightning Suppression - The cabinet shall be equipped with an
Innovative Technologies Model HS-P-SP-120A-60A-RJ or approved
equivalent surge arrester.
15. Convenience Outlets - One convenience outlet with a ground fault
interrupter and a second convenience outlet without ground fault
interrupter shall be furnished in the cabinet(s). The ground fault outlet
shall be mounted one on right side of the cabinet, near the top shelf,
and the non -ground fault outlet shall be mounted on the left side of the
cabinet, near the top shelf. No outlets shall be mounted on the door.
The convenience outlets shall be placed on the circuit with the lamp
socket which shall be protected by a circuit breaker rated at 25 amps.
16. Loop Detector Units:
(a) Cabinets shall be supplied with eight 4-channel loop detectors
minimum or sixteen 4-channel loop detectors maximum as shown
on the Plans. Loop detectors shall meet TS2 Specifications.
(b) Equipment and loop detection for advanced loops shall be as
shown in the plans.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-99 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
17. Telemetry Interface Panel - All cabinets shall be wired with a telemetry
interface panel and telemetry connecting cable so as to work with the
master cabinet. In addition, every cabinet shall also be wired for
transient suppression (Model # EDCO PC642C-00-AD or approved
equivalent).
18. Preemption - The cabinet shall be completely wired to accept and
service calls from GTT (formerly 3M) Opticom, Model 764 multimode
phase -selector modules and their related optical -detector units.
19. Buss Interface Unit - Buss interface units (BIUs) shall meet all TS2-
1992 Section 8 requirements. In addition, all BIUs shall provide
separate front panel indicator light emitting diode (LEDs) for Valid Data.
20. Cabinet Power Supply - The cabinet power supply shall as a minimum
meet all TS2-1992, Section 5.3.5 requirements. All power supplies shall
also provide a separate front panel indicator LED for each of the four
outputs. Front panel banana jack test points for 24 VDC and logic
ground shall also be provided.
21. Fiber Optic Interconnect - The cabinet shall be furnished with
equipment to accommodate the fiber optic interconnect cable including
an IFS model D9130 fiber to serial modem or approved equal and
RuggedCom brand Ethernet switch(s) including RuggedSwitch
RS90OG (fiber only), RuggedSwitch RS900L (fiber and copper) and/or
RuggedSwitch RS930L (copper only) or approved equal(s).
22. Inside Control Panel Switches - Service Panel Switches
(a) Power Switches: There shall not be a main power switch inside the
cabinet(s) that shall render all control equipment electrically dead
when turned off. There shall be a controller power switch that shall
render the controller and load switching devices electrically dead
while maintaining flashing operation for purposes of changing the
controller or load switching devices. The switch shall be a general-
purpose bat style toggle switch with .688-inch-long bat. The switch
shall have a protective cover, which must be lifted to operate the
switch.
(b) Ston Time Switch: There shall be a 3-position switch located inside
the cabinet door identified as the Stop Time switch. Its positions
shall be labeled "Normal" (up), "Off' (center), and "On" (down). With
the switch in its Normal position, a stop timing command may be
applied to the controller by the police flash switch or the conflict
monitor unit. When the switch is in its "Off' position, stop -timing
commands shall be removed from the controller. The "On" position
of the switch shall cause the controller to stop timing. The switch
shall be a general-purpose bat style toggle switch with
.688-inch-long bat. The switch shall have a protective cover, which
must be lifted to operate the switch.
(c) Technician Flash Switch: There shall be a switch inside the cabinet
to place the signal in flashing operation while the controller
continues to operate. This flash shall have no effect on the
operation of the controller or conflict monitor. The switch shall be a
general-purpose bat style toggle switch with .688-inch-long bat.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-100 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
The switch shall have a protective cover, which must be lifted to
operate the switch.
(d) Defector Test Switches: All eight controller phase inputs shall have
push button momentary test switches. Each switch shall be
connected to the first channel of each detector card input to the
BIU. All eight pedestrian phases shall have push button momentary
test switches by phase. These switches shall be located inside the
cabinet door and labeled by associated phase number. A see -
through Plexiglas cover shall cover all detector disconnect/test
switches.
(e) Preempt Test Switches: All Six preempt inputs shall have
disconnect/test switches. These switches shall have three positions
labeled "Normal" (up) which shall connect the controller to the
Opticom output: "Off' (center) which shall isolate the controller from
the Opticom output: and "Test" (down) which shall provide a
momentary true input to the controller.
(f) Switches shall be in groups of eight (8), matching the phase
groupings of the intersection.
Section 9-29.13(10)C is supplemented with the following:
"Plug and Play" Cabinets are not acceptable.
"Modular" Main Panels shall not be permitted.
Section 9-29.13(10)C is modified as follows:
Paragraph 1, Item 1 is deleted and replaced with the following:
Cabinet Construction
A complete NEMA TS2 Type 1 eight -phase cabinet shall be supplied and
installed by the Contractor. The size of the cabinet shall be Type 6 (P 55").
Cabinets shall meet, as a minimum, all applicable sections of the NEMA
Standard Publication No. TS2-1998. Where differences occur, this
Specification shall govern. The cabinets shall meet the following criteria:
1. Material shall be 5052-H32 0.125-inch-thick aluminum.
2. The cabinet shall be supplied with a natural finish inside and out,
unless otherwise specified.
3. The door hinge shall be of the continuous type with a stainless steel
hinge pin.
4. All external fasteners shall be stainless steel.
5. The door handle shall be cast aluminum.
6. All seams shall be sealed with RTV sealant or equivalent material
on the interior of the cabinet.
Paragraph 1, Item 2 is deleted and replaced with the following
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-101 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
The cabinet shall contain shelving, brackets, racks, etc., to support the
controller and auxiliary equipment. All equipment shall set squarely on
shelves or be mounted in racks and shall be removable without turning,
tilting, rotating or relocating one device to remove another.
Shelf Height
The cabinet shall be supplied with two removable shelves manufactured
from 5052-H32 aluminum. The shelves must have the ability of being
removed and reinstalled WITHOUT the use of hand tools.
Paragraph 1, Item 4 is supplemented with the following:
Air Filter Assembly
The cabinet air filter shall be a one-piece removable, noncorrosive, vermin -
and insect -proof air filter and shall be secured to the air entrance of the
cabinet.
Paragraph 1 is supplemented with the following:
6. Additional Panel Space - Adequate space shall be left open for the
addition of a master interface panel and an AVI interface panel.
9-29.18 Vehicle Detector
9-29.18(3) Video Detection System
(June 12, 2020 CFW GSP)
Section 9-29.18(3) is a new section:
All video detection system items and materials furnished shall be new, unused,
current production models installed and operational in a user environment and
shall be items currently in distribution. The products shall have a proven record of
field use at other installations for at least two (2) years of service not including
prototype field trials prior to installation. Contractor shall provide Econolite
AutoScope Vision, Trafficon, GRIDSMART, Iteris or approved equal video
detection system. Approved equal video detection systems shall meet the
following:
General
The detection of vehicles passing through the field -of -view of an image sensor
shall be made available to a large variety of end user applications as simple
contact closure outputs that reflect the current real-time detector or alarm state
(on/off) or as summary traffic statistics that are reported locally or remotely. The
contact closure outputs shall be provided to a traffic signal controller and comply
with the National Electrical Manufacturers Association (NEMA) type C or D
detector rack file standards.
The system architecture shall fully support Ethernet networking of system
components through a variety of industry standard and commercially available
infrastructures that are used in the traffic industry. The data communications shall
support direct connect, modem and multi -drop interconnects. Simple, standard
Ethernet wiring shall be supported to minimize overall system cost and improve
reliability, utilizing existing infrastructure and ease of system installation and
maintenance. Both streaming video and data communications shall be
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-102 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
capable of being interconnected over long distance through fiber optic, microwave
or other commonly used digital communications transport configurations.
In terms of the software application side of the network, the system shall be
integrated through a client -server relationship. A communications server
application shall provide the data communications interface between as few as one
to as many as hundreds of Machine Vision Processors (MVP) sensors (otherwise
referred to as video detection cameras with built in processors) and a number of
client applications. The client applications shall either be hosted on the same PC
as the communications server or may be distributed over a local area network of
PC's using the industry standard TCP/IP network protocol. Multiple client
applications shall execute simultaneously on the same host or multiple hosts,
depending on the network configuration. Additionally, a web -browser interface
shall allow use of industry standard internet web browsers to connect to MVP
sensors for setup, maintenance and playing digital streaming video.
Approved equal GRIDSMART systems shall track individual vehicles entering the
field of vision through detection zones from one camera located in the intersection,
collect 24-hour approach volume, turning movement, and vehicle classification
count data, and signal performance metrics. Larger intersections may require 2
cameras to include all advanced detection zones.
System Hardware
The video detection system hardware shall consist of the following components:
1. A color, 22x zoom Machine Vision Processor (MVP) sensor.
2. A modular cabinet interface unit.
3. A communication interface panel.
4. Surge suppresser/ lightning protection.
5. A portable color monitor to be permanently placed within the signal
controller cabinet.
6. All other necessary equipment for setup, maintenance and operation of the
video detection system including but not limited to programming device and
specialty tools.
The real-time performance shall be observed by viewing the video output from the
sensor with overlaid flashing detectors to indicate current detection state (on/off).
The MVP sensor shall be capable of optionally storing cumulative traffic statistics
internally in non-volatile memory for later retrieval and analysis.
The MVP shall communicate to the modular cabinet interface unit via the
communications interface panel and the software applications using the industry
standard TCP/IP network protocol. The MVP shall have a built-in, Ethernet -ready,
Internet Protocol (IP) address and shall be addressable with no plug in devices or
converters required. The MVP shall provide standard MPEG-4 streaming digital
video. Achievable frame rates vary from 5 to 30 frames per second as a function
of video quality and available bandwidth.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-103 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
The modular cabinet interface unit shall communicate directly with up to eight (8)
MVP sensors and shall comply with form factor and electrical characteristics to
plug directly into a NEMA type C or D detector rack providing up to thirty-two (32)
inputs and sixty-four (64) outputs to a traffic signal controller.
The communications interface panel shall provide four (4) sets of three (3)
electrical terminations for three wire power cables for up to eight (8) MVP sensors
that may be mounted on a pole or mast arm with a traffic signal cabinet or junction
box. The communication interface panel shall provide high-energy transient
protection to electrically protect the modular cabinet interface unit and connected
MVP sensors. The communications interface panel shall provide single -point
Ethernet connectivity via RJ45 connector for communication to and between the
modular cabinet interface module and the MVP sensors.
The Gridsmart detection system shall consist of the following components and
(part numbers):
1. One GRIDSMART ultra -wide angle fisheye camera with sealed enclosure.
(GS-3-CAM) A second camera may be required at larger intersections as
determined by the City Traffic Engineer.
2. One GRIDSMART GS2 Processing Unit, rack or shelf mount with two
camera interface and GRIDSMART software. (GS-3-GS2)
3. One GRIDSMART TS2 Connector Kit for GS-3-GS2, includes SDLC
connector to be used for TS2 environments. (GS2-TS2-OPT)
4. One SDLC Patch Cable, 6ft minimum. (WPS-SDLC)
5. One Swivel Bracket Camera Mounting Hardware with junction box and
connector. (GS-3-SMC)
6. One Standard Cable Clamp, 66" cable length, natural aluminum finish.
(SBC66-SCK)
7. One Video Detection Camera Mounting Arm Pole, 90 degrees, 58". (GS-3-
A58)
8. Up to 300 feet of Detection Comm Cable, Ethernet, Cat 5E 350Mhz,
outdoor rated, direct burial, CMX, Shielded, Gel. (CATS)
System Software
The MVP sensor embedded software shall incorporate multiple applications that
perform a variety of diagnostic, installation, fault tolerant operations, data
communications, digital video streaming and vehicle detection processing. The
detection shall be reliable, consistent and perform under all weather, lighting and
traffic congestion levels. An embedded web server shall permit standard internet
browsers to connect and perform basic configuration, maintenance and video
streaming services.
There shall be a suite of client applications that reside on the host client/server PC.
The applications shall execute under Microsoft Windows 7, Vista or XP. Client
applications shall include:
1. Master network browser: Learn a network of connected modular cabinet
interface units and MVP sensors, display basic information and launch
applications software to perform operations within that system of sensors.
2. Configuration setup: Create and modify detector configurations to be
executed on the MVP sensor and the modular cabinet interface unit.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SPA 04 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
3. Operation log: Retrieve, display and save field hardware run-time
operation logs of special events that have occurred.
4. Streaming video player: Play and record streaming video with flashing
detector overlay.
5. Data retrieval: Fetch once or poll for traffic data and alarms and store on
PC storage media.
6. Communications server: Provide fault -tolerant, real-time TCP/IP
communications to/from all devices and client applications with full logging
for systems integration.
The Gridsmart software system shall consist of the following:
1. The latest version of the GRIDSMART Client Software with virtual pan -tilt -
zoom functionality. Shall allow the Engineer to configure, view, and
manage intersection detection in real time. The system shall be able to
automatically email the Engineer reports and alerts.
2. The latest version of the GRIDSMART Performance module which
provides counting, classification, turning movements, and signal
performance metrics. (GS-3-PFM)
Additional GRIDSMART software modules requested by the City Traffic Engineer
may include, but are not limited to the following:
1. Performance Plus module
2. Pedestrian module
3. STREETSMART congestion management technology
Machine Vision Processor (MVP) Sensor
The MVP sensor shall be an integrated imaging color CCD array with zoom lens
optics, high-speed, dual -core image processing hardware bundled into a sealed
enclosure. The CCD array shall be directly controlled be the dual -core processor,
thus providing high -quality video for detection that has virtually no noise to degrade
detection performance. It shall be possible to zoom the lens as required for setup
and operation. It shall provide JPEG video compression as well as standard
MPEG-4 digital streaming video with flashing detector overlay. The MVP shall
provide direct real-time iris and shutter speed control. The MVP image sensor
shall be equipped with an integrated 22x zoom lens that can be changed using
configuration computer software. The digital streaming video output and all data
communications shall be transmitted over the three -wire power cable.
The MVP sensor shall operate on 110/220 VAC, 50/60Hz at a maximum of 25
watts. The camera and processor electronics shall consume a maximum of 10
watts and the remaining 15 watts shall support an enclosure heater.
Placement of detection zones shall be by means of a PC with a Windows 7, Vista
or XP operating system with a keyboard and mouse. The detection zones shall be
superimposed on images of the traffic scenes and viewable as such on the PC
monitor. The detection zones shall be created by using a mouse to draw the
detection zones on the PC monitor. Using the mouse and keyboard it shall be
possible to place, size and orient detection zones to provide optimal road coverage
for vehicle detection. It shall be possible to download detector
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-105 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
configurations from the PC to the MVP sensor and cabinet interface module, to
retrieve the detector configuration that is currently running in the MVP sensor and
to back up detector configurations by saving them to a PC storage device.
The video detection system shall optimally detect vehicle passage and presence
when the MVP sensor is mounted thirty (30) feet or higher above the roadway,
when the image sensor is adjacent to the desired coverage area and when the
distance to the farthest detection zone locations are not greater than ten (10) times
the mounting height of the MVP. The recommended deployment geometry for
optimal detection also requires that there be an unobstructed view of each traveled
lane where detection is required. Although optimal detection may be obtained
when the MVP is mounted directly above the traveled lanes, the MVP shall not be
required to be directly over the roadway. The MVP shall be able to view either
approaching or receding traffic or both in the same field of view. The preferred
MVP sensor orientation shall be to view approaching traffic since there are more
high contrast features on vehicles as viewed from the front rather than the rear.
The MVP sensor placed at a mounting height that maximizes vehicle image
occlusion shall be able to simultaneously monitor a maximum of six (6) traffic lanes
when mounted at the road -side or up to eight (8) traffic lanes when mounted in the
center with four lanes on each side.
Modular Cabinet Interface Unit
The modular cabinet interface unit shall provide the hardware and software means
for up to eight (8) MVP sensors to communicate real-time detection states and
alarms to a local traffic signal controller. It shall comply with the electrical and
protocol specifications of the detector rack standards. The card shall have 1500
Vrms isolation between rack logic ground and street wiring.
The modular cabinet interface unit shall be a simple interface card that plugs
directly into a NEMA type C or D detector rack. The modular cabinet interface unit
shall occupy only two (2) slots of the detector rack. The modular cabinet interface
unit shall accept up to sixteen (16) phase inputs and shall provide up to twenty-four
(24) detector outputs.
Communications Interface Panel
The communications interface panel shall support up to eight (8) MVP sensors and
shall accept 110/220 VAC, 50/60 Hz Power. The communications interface panel
shall provide predefined wire termination blocks for MVP sensor power
connections, a Broadband -over -Power -Line (BPL) transceiver to support up to
10Mb/s interdevice communications, electrical surge protectors to isolate the
modular cabinet interface unit and MVP sensors and an interface connector to
cable directly to the modular cabinet interface unit.
The communications interface panel shall provide power for up to eight (8) MVP
sensors, taking local line voltage 110/220 VAC, 50/60 Hz and producing 110/220
VAC, 50/60 Hz, at about 30 watts to each MVP sensor. Two 1.25 amp SLO-BLO
fuses shall protect the communications interface panel.
Surge Suppressor
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-106 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
An EDCO CX06-BNCY or approved equal transient surge suppressor shall be
provided for each MVP sensor.
Installation and Training
The product supplier of the video detection system shall supervise the installation
and the testing,of the video equipment. A factory certified representative from the
manufacturer shall be on -site during installation. The factory representative shall
install, make fully operational, and test the system as indicated on the intersection
drawings and this specification.
One day of training shall be provided to personnel of the City of Federal Way and
King County in the operation, set-up and maintenance of the video detection
system. Instruction and materials shall be produced for a maximum of 7 persons
and shall be conducted at the City of Federal Way City Hall or King County signal
shop.
Warranty
The video detection system shall be warranted against manufacturing defects in
materials and workmanship for a period of no less than three (3) years from date of
installation. The video detection supplier shall provide all documentation necessary
to maintain and operate the system. The supplier shall maintain a program for
technical support and software updates following the expiration of the warranty
period.
9-29.18 4 Hybrid Radar/Video Detection System
Section 9-29.18(3) is a new section:
All hybrid radar/video detection system items and materials furnished shall be new,
unused, current production models installed and operational in a user environment
and shall be items currently in distribution. Contractor shall provide Iteris Vantage
Vector Hybrid with associated mounting equipment and Vantage Next cabinet
interface unit.
9-29.22 Vacant
Section 9-29.22 is deleted and replaced with the following:
9-29.22 CCTV Camera System
All CCTV camera system items and materials furnished shall be new, unused,
current production models installed and operational in a user environment and
shall be items currently in distribution. Contractor shall provide the following items,
as shown on the Plans:
Avigilon Multisensor Camera (Part Number 20C-H4A-4MH-360)
• Pendant Mount Adapter (Part Number H4AMH-AD-PEND1)
• Pendant NPT Adapter (Part Number IRPTZ-MNT-NPTA1)
• Dome Cover (Part Number H4AMH-DO-COVR1-SMOKE)
AviAilon PTZ Camera (Part Number 2.0C-H5A-PTZ-DP36)
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-107 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
CCTV Camera I Licenses (Part Number ACC7-ENT)
One license shall be provided for each CCTV camera
Axis T91 B67 Mounts (Part Number 01473-001)
• Mount shall be rotated to allow for horizontal mounting on the luminaire
arm. Install 1.5" NPT female coupler, painted white to match camera
housing, between the mount and the NPT adapter/PTZ camera.
9-35 Temporary Traffic Control Materials
9-35.5 Portable Changeable Message Signs
(January 10, 2022, WSDOT GSP, Option 1.2023)
Section 9-35.5 is revised to read:
PCMS, mPCMS, and truck mounted PCMS shall meet the requirements of the MUTCD
and the following general requirements:
1. Use light emitting diode (LED) technology capable of emitting a yellow or amber
image when displayed with a flat black image matching the background when not
activated.
2. Be capable of displaying 3-lines of at least 8 alphanumeric characters with a
minimum of one pixel separation between each line.
3. Be capable of displaying 2 phases of messages at 2.0 second display each in
addition to 3 phases of messages at 1.5 second display each.
4. PCMS characters shall be at least 18 inches in height.
5. mPCMS characters shall be at least 12 inches in height.
6. Truck -mounted PCMS characters shall beat least 10 inches in height.
7. The sign display shall be covered by a stable, impact resistant polycarbonate face.
The sign face shall be non -glare from all angles and shall not degrade due to
exposure to ultraviolet light.
8. Be capable of simultaneously activating all pixels for the purpose of pixel
diagnostics. This feature shall not occur when the sign is displaying an active
message.
9. The light source shall be energized only when the sign is displaying an active
message.
10. Primary source of power shall be solar power with a battery backup to provide
continuous operation when failure of the primary power source occurs.
11. The sign controller software shall be NTCIP compliant.
The PCMS panels and related equipment shall be permanently mounted on a trailer or
truck with all needed controls and power generating equipment.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SPA08 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Standard Plans
(January 10, 2022 WSD07)
The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01,
effective September 13, 2021 is made a part of this contract.
The Standard Plans are revised as follows:
B-90.40
Valve Detail — DELETED
C-8
DELETED
C-8a
DELETED
C-20.10
Note 1: "Refer to Standard Plan C-1 b and C-20.11 for additional details not shown on this
plan." is revised to read: "Refer to Standard Plan C-1 b for additional details not shown on
this plan."
C-60.10
Sheet 1, ADD Note: NOTE: STEEL WELDED WIRE REINFORCEMENT DEFORMED
FOR CONCRETE MAY BE SUBSTITUTED FOR REINFORCING STEEL IN
ACCORDANCE WITH STANDARD SPECIFICATION, SECTION 6-10.3
Sheet 2, New Note 5: The connecting pin may be fabricated with a forged head as shown
on Standard Plan C-60.15."
C-60.80
DELETED
C85.16
DELETED
C85.20
DELETED
D-10.10
Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions
stated in the 11/3/15 Bridge Design memorandum.
D-10.15
Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge
Design memorandum.
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SPA09 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
D-10.30
Wall Type 5 may be used in all cases.
D-10.35
Wall Type 6 may be used in all cases.
D-10.40
Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge
Design memorandum.
D-10.45
Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT BDM and the revisions stated in the revisions stated
in the 11/3/15 Bridge Design memorandum.
D-15.10
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls"
are withdrawn. Special designs in accordance with the current WSDOT BDM are required
in place of these STD Plans.
D-15.20
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls"
are withdrawn. Special designs in accordance with the current WSDOT BDM are required
in place of these STD Plans.
D-15.30
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls"
are withdrawn. Special designs in accordance with the current WSDOT BDM are required
in place of these STD Plans.
G-90.11
DELETED
G-90.40
DELETED
J-10.16
Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14
J-10.17
Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14
J-10.18
Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14
J-20.26
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL —
CITY CENTER — PHASE 2
SP-110 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
Add Note 1, 1. One accessible pedestrian pushbutton station per pedestrian pushbutton
post."
J-20.16
View A, callout, was - LOCK NIPPLE, is revised to read; CHASE NIPPLE
J-21.10
Sheet 1, Elevation View, Round Concrete Foundation Detail, callout - "ANCHOR BOLTS
1/4" (IN) x 30" (IN) FULL THREAD - THREE REQ'D. PER ASSEMBLY" IS REVISED TO
READ: "ANCHOR BOLTS -- 3/4" (IN) x 30" (IN) FULL THREAD - FOUR REQ'D. PER
ASSEMBLY"
Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of
the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR.. Delete "(TYP.)" from
the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find
2 # 4 reinf. Bar.
Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top
of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from
the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find
1 # 4 reinf. Bar.
Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of
the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the
2 '/z" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 #
4 reinf. Bar.
Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top
of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from
the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find
1 # 4 reinf. Bar.
Detail F, callout, "Heavy Hex Clamping Bolt (TYP.) - 3/4" (IN) Diam. Torque Clamping
Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYP.) - 3/4" (IN) Diam.
Torque Clamping Bolts (see Note 1)"
Detail F, callout, "3/4" (IN) x 2' - 6" Anchor Bolt (TYP.) - Four Required (See Note 4)" is
revised to read; "3/4" (IN) x 2' - 6" Anchor Bolt (TYP.) - Three Required (See Note 2)"
J-21.15
Partial View, callout, was - LOCK NIPPLE -- 1 '/2" DIAM., is revised to read; CHASE
NIPPLE 1 '/2' (IN) DIAM.
J-21.16
Detail A, callout, was - LOCKNIPPLE, is revised to read; CHASE NIPPLE
.1-22.15
Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0" (2x)
Detail A, callout, was - LOCK NIPPLE - 1 '/2" DIAM. is revised to read; CHASE NIPPLE
1 '/2" (IN) DIAM.
J-40.10
Sheet 2 of 2, Detail F, callout, 12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 12" S. S.
FLAT WASHER" is revised to read; "12 - 13 x 1 '/2' S.S. PENTA HEAD BOLT AND 1/2"
(IN) S. S. FLAT WASHER"
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-111 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
J-40.36
Note 1, second sentence: "Finish shall be # 2B for backbox and # 4 for the cover." Is
revised to read: "Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and
Pickled) for the cover.
J-40.37
Note 1, second sentence: "Finish shall be # 2B for backbox and # 4 for the cover." Is
revised to read: "Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and
Pickled) for the cover.
J-75.20
Key Notes, note 16, second bullet point, was: 1/2" (IN) x 0.45" (IN) Stainless Steel
Bands", add the following to the end of the note: "Alternate: Stainless steel cable with
stainless steel ends, nuts, bolts, and washers may be used in place of stainless steel
bands and associated hardware."
The following are the Standard Plan numbers applicable at the time this project was
advertised. The date shown with each plan number is the publication approval date shown
in the lower right-hand corner of that plan. Standard Plans showing different dates shall
not be used in this contract.
A-10.10-00....
.... 8/7/07
A-30.35-00.......
10/12/07
A-50.10-01........
8/17/21
A-10.20-00.....
.10/5/07
A-40.00-00......
... 8/11 /09
A-50.40-01......
8/17/21
A-10.30-00....
..10/5/07
A-40.10-04.........
7/31 /19
A-60.10-03...... ..12/23/14
A-20.10-00......8/31
/07
A-40.15-00......
... 8/11 /09
A-60.20-03.........
12/23/14
A-30.10-00......
11/8/07
A-40.20-04.........
1/18/17
A-60.30-01..........
6/28/18
A-30.30-01......
6/16/11
A-40.50-02.........
12/23/14
A-60.40-00..........
8/31/07
B-5.20-03........
9/9/20
B-30.50-03.........
2/27/18
B-75.20-03.......
...8/17/21
B-5.40-02......
...1/26/17
B-30.60-00.......
9/9/20
B-75.50-01..........
6/10/08
B-5.60-02.........
1/26/17
B-30-70-04......
2/27/18
B-75.60-00............
6/8/06
B-10.20-02........
3/2/18
B-30.80-01.........
2/27/18
B-80.20-00... ......6/8/06
B-10.40-02........8/17/21
B-30.90-02.......1
/26/17
B-80.40-00..... ....6/1
/06
B-10.70-02......
8/17/21
B-35.20-00..........
6/8/06
B-85.10-01.........
6/10/08
B-15.20-01........2/7/12
B-35.40-00..
... ..... 6/8/06
B-85.20-00..........
6/1 /06
B-15.40-01........
2/7/12
B-40.20-00...
....... 6/1 /06
B-85.30-00..........
6/1 /06
B-15.60-02........
1 /26/17
B-40.40-02........
1 /26/17
B-85.40-00..........
6/8/06
B-20.20-02....._.3/16/12
B-45.20-01.....
..... 7/11/17
B-85.50-01.......
..6/10/08
B-20.40-04.....
..2/27/18
B-45.40-01..........
7/21/17
B-90.10-00..........
6/8/06
B-20.60-03.......
3/15/12
B-50.20-00..........
6/1 /06
B-90.20-00..........
6/8/06
B-25.20-02........
2/27/18
B-55.20-03..........
8/17/21
B-90.30-00..........
6/8/06
B-25.60-02.........
2/27/18
B-60.20-02..........
9/9/20
B-90.40-01..........
1 /26/17
B-30.05-00......9/9/20
B-60.40-01....
...... 2/27/18
B-90.50-00..........
6/8/06
B-30.10-03.........
2/27/18
B-65.20-01.
......... 4/26/12
B-95.20-02..........
8/17/21
B-30.15-00........
2/27/18
B-65.40-00.
......... 6/1 /06
B-95.40-01.......
...6/28/18
B-30.20-04.........
2/27/18
B-70.20-00..........
6/1 /06
B-30.30-03.........
2/27/18
B-70.60-01..........
1 /26/17
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SPA 12 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
B-30.40-03.......... 2/27/ 18
C-1.................... 9/9/20
C-1 b...................9/9/20
C-1 d................ 10/31 /03
C-2c..................8/12/19
C-4f................... 8/ 12/ 19
C-6 a ................
10/ 14/09
C-7.....................
6/ 16/ 11
C-7a...................6/16/11
C-8.....................
2/ 10/09
C-8a...................7/25/97
C-20.10-07
......... 8/20/21
C-20.14-04
.......... 8/12/19
C-20.15-02
.......... 6/11 /14
C-20.18-03
.......... 8/ 12/ 19
C-20.40-08
.......... 8/20/21
C-20.41-03
.......... 8/20/21
C-20.42-05
.......... 7/ 14/ 15
C-20.45.02...........
8/ 12/ 19
D-2.04-00.... ....11
/10/05
D-2.06-01........
1 /6/09
D-2.08-00........
11 /10/05
D-2.32-00......
..11 /10/05
D-2.34-01......
..1 /6/09
D-2.36-03........
6/11 /14
D-2.46-02 .........
8/ 13/21
D-2.60-00 .....
.. 11/10/05
D-2.62-00........
11 /10/05
D-2.64-01..... ...1
/6/09
D-2.66-00........
11 /10/05
D-2.68-00........
11 /10/05
E-1.................... 2/21 /07
E-2.................... 5/29/98
F-10.12-04....... 9/24/20
F-10.16-00....... 12/20/06
F-10.18-02......... 9/24/20
F-10.40-04........... 9/24/20
F-10.42-00......... 1 /23/07
G-10.10-00.
G-20.10-03.
G-22.10-04.
G-24.10-00.
G-24.20-01.
G-24.30-02.
G-24.40-07.
.....9/20/07
.....8/20/21
.......6/28/18
...11 /8/07
...2/7/12
...6/28/18
..6/28/18
CITY OF FEDERAL WAY
C-22.16-07........ 9/ 16/20
C-22.40-08........
9/16/20
C-22.45-05........
9/ 16/20
C-23.60-04........
7/21 /17
C.24.10-02........
8/12/19
C-25.20-07........
8/20/21
C-25.22-06........
8/20/21
C-25.26-05........
8/20/21
C-25.30-01.......
8/20/21
C-25.80-05........
8/ 12/ 19
C-60.10-01.......
9/24/20
C-60.15-00 ........
8/ 17/21
C-60.20-00 ......
9/24/20
C-60.30-01.......
8/ 17/21
C-60.40-00 .......
8/ 17/21
C-60.45-00...
..... 8/17/21
C-60.50-00 ........
8/ 17/21
C-60.60-00 ........
8/ 17/21
D-2.80-00........
11 /10/05
D-2.84-00....
.... 11 /10/05
D-2.88-00........
11 /10/05
D-2.92-00........
11 /10/05
D-3.09-00....
.... 5/17/12
D-3.10-01......
5/29/ 13
D-3.11-03......
6/11 /14
D-3.15-02 ......
6/ 10/ 13
D-3.16-02......
5/29/ 13
D-3.17-02 ......
5/9/ 16
D-4............ .....
12/11 /98
D-6...................
6/ 19/98
E-4 .................... 8/27/03
E-4a.................. 8/27/03
F-10.62-02........
4/22/ 14
F-10.64-03.... ....
4/22/ 14
F-30.10-04........
9/25/20
F-40.12-03........
6/29/ 16
F-40.14-03........
6/29/ 16
G-26.10-00.....
. 7/31 /19
G-30.10-04.......
6/23/ 15
G-50.10-03....
-.6/28/18
G-90.10-03......
7/11 /17
G-90.20-05......
7/11 /17
G-90.30-04....
.. 7/11 /17
G-95.10-02........6/28/
18
C-60.70-00 .......
9/24/20
C-60.80-00........
8/17/21
C-70.15-00 ........
8/ 17/21
C-70.10-03........
8/ 17/21
C-75.10-02 ........
9/ 16/20
C-75.20-03........
8/20/21
C-75.30-03........
8/21 /20
C-80.10-02......
..9/ 16/20
C-80.20-01........
6/11 /14
C-80.30-02.... ....
8/20/21
C-80.40-01........
6/11 /14
C-85.10-00........
4/8/ 12
C-85.11-01......
..9/16/20
C-85.15-02........
8/27/21
C-85-18-02........
8/20/21
D-10.10-01.......
12/2/08
D-10.15-01......
12/2/08
D-10.20-01.........
8/7/ 19
D-10.25-01.........
8/7/19
D-10.30-00.........
7/8/08
D-10.35-00.........
7/8/08
D-10.40-01......
12/2/08
D-10.45-01......
12/2/08
F-40.15-04........
9/25/20
F-40.16-03...
.... 6/29/ 16
F-45.10-03........
8/ 13/21
F-80.10-04........
7/ 15/ 16
ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SPA 13 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
G-24.50-05.....
8/7/19
G-95.20-03..
...... 6/28/18
G-24.60-05.....
6/28/18
G-95.30-03........
6/28/18
G-25.10-05.......
9/ 16/20
H-10.10-00..........
7/3/08
H-32.10-00....... 9/20/07
H-70.10-02......
8/17/21
H-10.15-00..........
7/3/08
H-60.1 0-01 .........
7/3/08
H-70.20-02._....8/17/21
H-30.10-00......
10/12/07
H-60.20-01.........
7/3/08
1-10.10-01....
..... 8/11 /09
1-30.20-00.........
9/20/07
1-40.20-00.....
.... 9/20/07
1-30.10-02.........
3/22/ 13
1-30.30-02.........
6/ 12/ 19
1-50.26-01-------
...6/ 10/ 13
1-30.15-02.........
3/22/ 13
1-30.40-02.......
6/ 12/ 19
1-60.10-01..........
6/ 10/ 13
1-30.16-01.........
7/11 /19
1-30.60-02.........
6/12/19
1-60.20-01.......
...6/10/13
1-30.17-01.........
6/ 12/ 19
1-40.10-00......
... 9/20/07
1-80.10-02..........
7/ 15/ 16
J-10.................. 7/ 18/97
J-10.10-04...... 9/ 16/20
J-10.12-00 ....... 9/ 16/20
J-10.14-00 ........ 9/ 16/2 0
J-10.15-01........ 6/11 /14
J-10.16-02 ...... 8/ 18/21
J-10.17-02 ...... 8/ 18/21
J-10.18-02 ...... 8/ 18/21
J -10.2 0-04..... 8/ 18/21
J-10.21-02...... 8/18/21
J -10.22-02........ 8/ 18/21
J-10.25-00...... 7/11 /17
J-12.15-00 ...... 6/28/ 18
J-12.16-00 ...... 6/28/ 18
J-15.10-01........ 6/11 /14
J-15.15-02 ...... 7/ 10/ 15
J-20.10-04........ 7/31 /19
J-20.11-03........ 7/31 /19
J-20.15-03........6/30/ 14
J-20.16-02........ 6/30/14
J-20.20-02........ 5/20/ 13
J-20.26-01........ 7/ 12/ 12
J-21.10-04...... 6/30/ 14
J-21.15-01...... 6/ 10/ 13
J-21.16-01...... 6/ 10/ 13
J-21.17-01...... 6/ 10/ 13
J -21.2 0-01...... 6/ 10/ 13
J-22.15-02...... 7/ 10/ 15
J-22.16-03...... 7/ 10/ 15
J-26.10-03.....7/21 /16
J -2 6.15-01... ,.. 5/ 17/ 12
J-26.20-01.....6/28/18
J-27.10-01......7/21 /16
J-27.15-00.....3/ 15/12
J-28.10-02...... 8/7/19
J-28.22-00....... 8/07/07
J-28.40-02......6/11 /14
J-28.42-01....... 6/11 /14
J-28.43-01.......6/28/18
J-28.45-03......7/21
/16
J-28.50-03.......
7/21 /16
J-28.60-03.......8/27/21
J-28.70-03.......
7/21 /17
J-29.10-01.......
7/21 /16
J-29.15-01.......7/21
/16
J-29.16-02.......
7/21 /16
J-30.10-00 ......
6/ 18/ 15
J-40.05-00......7/21
/16
J-40.10-04 ......
4/28/ 16
J-40.20-03......
4/28/16
J-40.30-04 ......
4/28/ 16
J-40.35-01......
5/29/13
J-40.36-02......7/21
/17
J-40.37-02......
7/21 /17
J-40.38-01.......
5/20/ 13
J-40.39-00 ......
5/20/ 13
J-40.40-02......
7/31 /19
J-45.36-00......7/21
/17
J-50.05-00...
...7/21 /17
J-50.10-01....
... 7/31 /19
J-50.11-02.......
7/31 /19
J-50.12-02 .......
8/7/ 19
J-50.13-00 .......
8/22/ 19
J-50.15-01.......
7/21 /17
J-50.16-01.......
3/22/ 13
J-50.18-00.......
8/7/19
J-50.19-00.......
8/7/ 19
J-50.20-00.......6/3/
11
J-50.25-00.......
6/3/ 11
J-50.30-00 .......
6/3/ 11
J-60.05-01.......
7/21 /16
J-60.11-00.......
5/20/13
J-60.13-00....... 6/16/10
J-60.14-01...... 7/31 /19
J -7 5.10-02 ...... 7/ 10/ 15
J-75.20-01...... 7/10/15
J-75.30-02 ....... 7/ 10/ 15
J-75.41-01...... 6/29/16
J-75.45-02...... 6/1 /16
J-80.10-01...... 8/ 18/21
J-80.12-00 ....... 8/ 18/21
J-80.15-00 ...... 6/28/ 18
J-81.10-02 ...... 8/ 18/21
J-81.12-00 .......9/3/21
J-86.10-00 ...... 6/28/ 18
J-90.10-03....... 6/28/18
J-90.20-03 ....... 6/28/ 18
J-90.21-02...... 6/28/18
J-90.50-00 ...... 6/28/ 18
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SPA 14 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
J-28.24-02....... 9/ 16/20
J-28.26-01 ...... 12/02/08
J-28.30-03......6/11 /14
K-70.20-01.......
6/1 /16
K-80.10-02.......
9/25/20
K-80.20-00.....12/20/06
K-80.32-00.......
8/17/21
K-80.34-00 .......
8/ 17/21
L-10.10-02........ 6/21 /12
L-20.10-03........ 7/ 14/ 15
L-30.10-02........ 6/11 /14
M-1.20-04.........
9/25/20
M-1.40-03.........
9/25/20
M-1.60-03.........
9/25/20
M-1.80-03.........
6/3/ 11
M-2.20-03.........
7/ 10/ 15
M-2.21-00......
7/10/15
M-3.10-04.........
9/25/20
M-3.20-03.........
9/25/20
M-3.30-04.........
9/25/20
M-3.40-04.........
9/25/20
M-3.50-03.........
9/25/20
M-5.10-03.........
9/25/20
M-7.50-01.... .....1
/30/07
M -9.5 0-02 .........
6/24/ 14
M-9.60-00........
2/10/09
J-60.12-00 ....... 5/20/ 13
K-80.35-01....... 9/16/20
K-80.37-01---- ...9/16/20
L-40.15-01........ 6/ 16/ 11
L-40.20-02........ 6/21 /12
M-11.10-03
........ 8/7/ 19
M-12.10-02
...... 9/25/20
M-15.10-01
........ 2/6/07
M-17.10-02
........ 7/3/08
M-20.10-03
........ 9/25/20
M-20.20-02
........ 4/20/ 15
M-20.30-04
........ 2/29/ 16
M-20.40-03
........ 6/24/ 14
M-20.50-02
........ 6/3/ 11
M-24.20-02
....... 4/20/ 15
M-24.40-02
....... 4/20/15
M-24.60-04
....... 6/24/14
M-24.65-00
...... 7/11 /17
M-24.66-00
...... 7/11 /17
M-40.10-03
...... 6/24/ 14
END DIVISION 9
L-70.10-01...... .5/21 /08
L-70.20-01....... 5/21 /08
M-40.20-00... 10/12/07
M-40.30-01
...... 7/11 /17
M-40.40-00
...... 9/20/07
M-40.50-00
...... 9/20/07
M-40.60-00.
. .... 9/20/07
M-60.10-01......
6/3/ 11
M-60.20-03..
.... 8/17/21
M-65.10-03
...... 8/ 17/21
M-80.10-01
...... 6/3/ 11
M-80.20-00
...... 6/10/08
M-80.30-00
...... 6/10/08
CITY OF FEDERAL WAY ADAPTIVE TRAFFIC SIGNAL CONTROL -
CITY CENTER - PHASE 2
SP-115 PROJECT #36233
CFW SPECIAL PROVISIONS VER. 2022.04
City of Federal Way
Contract Provisions
Adaptive Traffic Signal Control — City Center — Phase 2
Project #36233/ RFB #22-004
STANDARD PLANS AND DETAILS
DIVIDER PLATE
ELEVATION VIEW
'PE 2 JUNCTION BOX ONLY)
A
C
E
3116 11/2 (TYP.)
UALVAIWLtU °
STEEL
SIDE VIEW
3/16"
B
?OUTSIDE WIDTH OF JUNCTION BOX
17"
22 1/2"
C
INSIDE LENGTH OF JUNCTION BOX
18" -• 19"
28" -• 29"
D
INSIDE WIDTH OF JUNCTION BOX
13" ^ 14"
17" - 18"
E
LID LENGTH
17 5/8"
28 5/8"
F
LID WIDTH
12 5/8"
18 1/8"
CAPACITY •- CONDUIT DIAMETER
6"
12"
DIAMOND PATTERN
(SEE NOTE 2)
---------------------
g LID
n HOOK �flQd
(TYP.)
- _ SEE ;
- NOTE 7
I
LL
;
ifl a
i
-� (i�
1 1/4" GAP (TYP.) _ 4"
FOR HOOK RELEASE (TYP,)
KING LID STANDARD
ITY JUNCTION BOX
CONDUITS NOT SHOWN)
3/8" (IN) STEEL COVER
LIP PLATE (TYP.)
LID SUPPORT (TYP.)
WELDED WIRE
FABRIC (TYP.) N (TYP
HEADED ANCHOR
SHEAR STUD (TYP.)
(SEE NOTE 11)
WELDED WIRE HOOP (TYP.)
(SEE NOTE 10)
A
_
3/8" (IN) STEEL
GROUNDING STUD
/
COVER LIP PLATE
(SEE NOTE 4)
1 1/2" MIN.
TOP OF PAVED
3/8" (IN) STEEL
3/16"
SURFACE
COVER PLATE
TOP OF BASE
P— LID HOOK
COURSE
1
v
w
pild.
T d
Cn L
z
W
1"
2 1
MIN.
O O
3" .� 2"
U
�3 (SEE NOTE 6)
MAX .MIN.
m W
a
IED SURFACING (BASE
LL
OR TOP COURSE) - PER
z 0
1/8
SECTION S
PERSPECTIVE VIEW
WWF WIRE TIED TO
HEADED ANCHOR
SHEAR STUD (TYP.)
Q Equipment Grounding
Conductor
Q Copper Solderless 3/8" (IN) STEEL
Crimp Connector COVER LIP PLATE
O3 Equipment Bonding
Jumper (See Note 6)
0 See Contract for conduit
size and number
COVER MARKING DETAIL
ITS
1 /9" ITYP 1 I �—
MIN. "
i.
The permanent marking shall be 1/8" (in) line thickr
shall be placed prior to hot -dip galvanizing.
3. Lid support members shall be 3/16" (in) minimum tt
4. A 1/4-20 NC x 3/4" (in) stainless steel ground stud
(2) stainless steel nuts and (2) stainless steel flat w
5. Bolts and nuts shall be liberally coated with anti-sei
6. Equipment Bonding Jumper shall be # 8 AWG min.
7. The System Identification letters shall be 1/8" (in) line thickn(
Cover Marking detail. Grind off diamond pattern before formi
see Standard Specification 9-29.2(4).
8. When required in the Contract, provide a 10" (in) x 27 1/2" (ii
fasteners, in each Type 2 Junction Box where specified.
9. When required in Contract, provide a 12" (in) deep, extensior
10. See the Standard Specifications for alternative reinforceme
11. Headed Anchor Shear Studs must be welded to the Steel C(
the vertical Welded Wire Fabric when in contact with each of
Studs to the horizontal Welded Wire Fabric.
12. Lid Bolt Down Attachment Tab provides a method of retrofitti
welding. Attachment Tab shown depicts a typical component
assembly will vary among manufacturers. See approved mai
13. Unless otherwise noted in the plans or approved by the Engi
Pull Boxes shall not be placed within the sidewalks, walkway
shoulders. All Junction Boxes, Cable Vaults, and Pull Boxes
shoulders shall be Heavy -Duty.
14. Distance between the top of the conduit and the bottom of th
max, for final grade of new construction only. See Standard
are to be made to existing Junction Boxes, or for interim con
limits shall be from 6" (in) min. to 10" (in) max. See Standarc
GROUND STUD (SEE NOTE 4)
-
B
COUPLING NUT FOR ALTER?
1 1/2 MIN.
SEE DETAIL "E" ALTERNATN
ID SUPPORT (TYP.)
3
_- L SHAPE SHOWN
(TyP,)
�.�
(SEE NOTE 3)
_ 3/8" (IN) x 3" (IN) HEADED,
SHEAR STUD (TYP.)
WELDED WIRE
_ FABRIC (TYP.)
` I
(WWF) 4x4-W2.9xW2.9
I
(6 GAGE) (SEE NOTE 10)
WELDED WIRE HOOP
3
— (TYP.) W2.9 (6 GAGE)
(SEE NOTE 10)
F
J/1b V 1 1/L v 110 ` a 4 3/16 V 1
a V 1/tl
LID SUPPORT - ° ° LID HOOK - 1" (IN) x
4 L SHAPE SHOWN 3/16 1" (IN) x 3/16" (IN) ANGLE 3/16 1 1/2
a (SEE NOTE 3) a'
HEX COUPLING NUT ° a LID SUPPORT
WWF -WELDED - L SHAPE SHOWN WWF -TIED IN 2 PLACES
LID BOLT DOWN TO LIP PLATE ° (SEE NOTE 3) TO EACH HEADED -
ATTACHMENT TAB - a ANCHOR SHEAR STUD
SEE DETAIL WELDED WIRE
WWF 4x4-W2.9xW2.9 (TYP.) _
HOOP (TYP.) (6 GAGE) (SEE NOTE 10)
W2.9 (6 GAGE)
(SEE NOTE 10) SECTION 4 j 3/8" (IN) x 3" (IN) HEADED
IN � J
ANCHOR SHEAR STUD -
WELDED TO LIP PLATE
LIFTING NOTCH
3/1" 6 V
112 - 13 x 1 1/2 S. S. PENTA
HEAD BOLT AND 1/2" (Its)
S. S. FLAT WASHER
BOLT PLATE CHANNEL -
SEE DETAIL
1 3/8" (IN) DIAM. HOLE
BOLT PLATE CHANNEL -
SEE DETAIL
O3 (SEE NOTE 6) (TyP') /13
BOLT DOWN
HEX COUPLING, NUT ATTACHMENT TAB -
_ S. S. 5/16-NC x 7/8" (IN) WITH SEE DETAIL
S. S. 5/16-NC x 3/4" (IN) BOLT & THREE
EACH S. S. 5/16" (IN) FLAT WASHERS
-T DOWN SUPPORT ANGLE -
N) x 3" (IN) x 1/4" (IN) ANGLE
OE
SHOWN
1/2 - 13 x 1 1/2 S. S. PENTA
HEAD BOLT AND 1/2" (IN) S. S.
FLAT WASHER 1 1/8" (IN) x 2" (IN)
1 1/8" (IN) �, 2" (IN) VERTICAL SLOT
VERTICAL SLOT
(TYP.> 3/16 .
r 3/16'(TYP, )
1/8" (IN) x 3/4" (IN)
STEEL ANGLE
3/J 16 V 1/8" (IN) x 3/4" (IN)
1/4" (IN) STEEL PLATE ANGLE (TYP.)
1/2 -13 x 1 1/2 S. S. PENTA HEAD
BOLT AND 1/2" (IN) S. S. FLAT WASHER
- LID LIFTING NOTCH -1/4" (IN) x 3/4" (IN)
i
3/8" (IN) STEEL COVER PLATE -
SHOWN CUT AWAY FOR CLARITY
3116 T, 1 1 /2
LID SUPPORT •- L SHAPE
SHOWN (SEE NOTE 3)
3 112"
DETAIL[F]
ALTERNATIVE 2 SHOWN
PERSPECTIVE VIEW
EXPOSE LID BOLT DOWN
SUPPORT ANGLE TO ATTACH
ALTERNATIVE 2 LID BOLT DOWN
ANGLE ATTACHMENT TAB
LID BOLT DOWN SUPPORT
ANGLE - 2" (IN) x 2" (IN) x
1/4" (IN) ANGLE
i 1/2 - 13 x 1 1/2 S. S. PENTA HEAD BOLT
AND 1/2" (IN) S. S. FLAT WASHER
3/8" (IN) STEEL COVER
: - PLATE - SHOWN CUT
AWAY FOR CLARITY
3116 V 1 1/2
LID SUPPORT •-
L SHAPE SHOWN
(SEE NOTE 3)
F
lom 0 I�
A
BOLT PLATE CHANNEL -
SEE DETAIL
SLOTTED STEEL CHANNEL
(SEE NOTE 6)
L LID BOLT DOWN ATTACHMENT
TAB - SEE DETAIL
DETAIL (�)
ALTERNATIVE 1 SHOWN
2" 9/16" (IN) 2"
DIAM.
HOLE i 1 1/2"
-� - 7/16" (IN) x
3/4" (IN)
_+ SLOT
9/16" (IN)
DIAM. HOLE
1/2" (IN) S. S. HEX NUT —� _ 2" (IN) x 3" (IN) x
&1/8
" ANGLE
7/16" (IN) x 3/4" (IN) SLOT
1/2" (IN) S. S. HEX NUT
TYP.)
ALTERNATIVE 2
LID BOLT DOWN ATTACHMENT TAB
(SEE NOTE 12)
_ 1/8" (IN) x 3/4" (IN) STEEL ANGLE 1/4" (IN) STEEL PLATE
m
1/4" (IN) STEEL
11�� PLATE
C7T - - -
r 4.,� „6w---
followil
112" 1" 1" MIN. 1" MIN.
MIN. (TYP.) (TYP.) SEE NOTE 2
1/4" MIN,. -
(SEE NOTE 1) _ i
SINGLE WIRE 1/4_ " MIN l
--------- --------
SINGLE WIRE
4 1/2"
MITS OF SPLICE ENCLOSURE
) CONDUCTOR SHIELDED
'0 TWO SINGLE WIRES
1" MIN. _
E NOTE 2
MITS OF SPLICE ENCLOSURE
10 SINGLE WIRE SPLICES
IN SAME ENCLOSURE
1/4" MIN.
(SEE NOTE 1)
SINGLE WIRE
SINGLE WIRE
------------- I ------------
----------------------------
SINGLE WIRE
RUBBER ELECTRICAL MASTIC TAPE
INSTALLATION DETAIL
CONNECTOR AND INTERNAL
SEALING DETAILS
STEP 1: CRIMP AND SOLDER CONNECTION
SINGLE WIRE CRIMP SPLICE SINGLE WIRE
W/ SOLDER
i
r � i
STEP 2: SEAL I WRAP CONNECTION
OR
HEAT SHRINK TUBING
------------
1" MIN. CONNECTOR 1" MIN.
(TYP.) WIDTH (TYP.)
3" MIN.
CENTERED ON SPLICE
VINYL ELECTRICAL TAPE
(SEE NOTE 3)
I ~�
1" MIN_ CONNECTOR 1" MIN.
(TYP.) WIDTH I (TYP.)
TAPE
ri. WIDTH
TAPE �� OVERLAP
WIDTH �. (1/2 TAPE
a. He
b. He
an
pn
In:
2. Heat s
Inch or
the spi
over th
3. Electric
be 3/4'
be CS,
4. No mo
same
5. Crimp
crimpir
used. I
not be
DETAIL - THIS SHEET (TYP.)
'I
_EAD-IN SAWCUTS SHOULDER 1
(TYP.) AL
- EDGE OF SHOULDI
EDGE OF LANE
- y
DA3' - 0"
w C 3�-0"
- •�'- (TYP,) g f" (TYP.)
---- �- --- ----------- --- w
z
- - j �'
Lu IL g
z L = SEE ENTRANCE
w SAWCUT DETAIL
c� THIS SHEET (TYP.) CIRCULAR SAWCUT (TYP.)
----------- --------------------------------------------------------------- -------------------•-----
A
Lu
-- -g ------ -------____ Z
- - - - - - - -. - - - U -- 6' _ 0" DIAM. (TYP.)
> g
- _ 6' - 0" DIAM. (TYP.)
6' -oil 2, 8' - 0" 6' - 0"
(STOP LINE) LOOP ARRAY
LEAD-IN SAWCUT
LOOP SAWCUT
LEAD-IN
SAWCUT
I
2° - 0"
PLAN
1
CHISEL OUT 1/8" (IN) TO 1/2" (IN) CORNER
REMOVE PAVEMENT TO SAW -
CUT DEPTH AND FILL
WITH SEALANT (TYP.)
CENTER OF LOOP AND
VEHICLE LANE
6' - 0" STATION #
SEE CONTRACT
TYPE 3A (ADVANCE) LOOPS
0 ¢ O w
D
O 1 w
2" LONG
the CC
2"
U �
(IN) LONG HIGH TEMP
U
�" a
(IN) HIGH TEMP
D O w
V F- ~
?�
`�'
BACKER ROD -
¢ iO
¢
BACKER ROD
¢ i3 ¢ IX 3. CondL
< = v
@ 24" (IN) CTRS.
U) I
=
Z
24" IN CTRS.
@ ()
u, r = 0 sawcu
a Z
o? Qo
0
n.
ac°�
oz < snug
Q U
a� Oz
aao
Oz
oz 4. FiIIthE
p N
p N
I=
LOOP LEAD-IN WIRES,
M
w NIli _ 2 top of
a w
w U
LOOP LEAD-IN WIRE -
■
a w
o U
TWISTED PAIRS -
o N a w
w L) 5. See S
ONE TWISTED PAIR
MAX. 3 PAIRS
BOX dE
_
r
6. See S
F
e� s
voega
4
SECTIONS A AND
B FROM
LOOP LEA[
STANDARD PLAN J-50.10,
J-5-.11, OR J-50.12 SECTION B
SECTION
1.
NUMBER Al
OF CON[
J
OADD 1116" (IN)
FOR IMSA 51 -
O ADD 1/8' (IN) l
FOR IMSA 51 -
MATCH EXISTING
EDGE OF
PAVED SHOULDER (SHOWN)
PAVING MATERIAL
OR EDGE OF EXTRUDED CURB
OR EDGE OF GUTTER PAN
LOOP STUB -OUT SLEE
STANDARD JUNCTION
OR EDGE OF TRAFFIC BARRIER
BELOW TOP OF ASPHF
ENCH WIDTH - SEE
BOX
1' -
3. SPEC. 8-20.3(5)
FULL DEPTH
SPLICE -
LOOP LEAD -IN WIRES -
SAWCUT
j�,PPROX.
SAND
C
SEE NOTE 6
TWISTED PAIR
_ MATCH EXISTING
_
PAVING MATERIAL
1 p
J•
�`+
— - EXISTING
Y PAVEMENT
b w
g U
LL
CONDUIT END BEL
DETECTOR LEAD-IN
" D
BUSHING, SEAL W
••
CABLE
• •
••,
2 co
�
SOFT
DUCT SEAL
w
z a
POCKET
CSTC,SAND
;
'
IL
OR CONTROLLED
DENSITY FILL
CRUSHED SURFACING
',
in o o
'.'',
N O
LOOP LEAD-IN WIRES
'
~
TWISTED PAIR
G
CONDUIT
LEAD-IN
TO CABINET
CONDUIT
_
CONDUIT
TO LOOP TO CONDUIT
50' MAXIMUM DISTANCE
CFF CTI IR-ni 1T rr)Kj i IIT CI Af FRAGNIT nC:TAII C
LOOP STUB -OUT SLEEVE -
SEE LOOP INSTALLATION
APPROX.
BOX
�-.CONDUIT
i
x
o0
SEE STUB -OUT CONDUIT
a 1
PLACEMENT DETAILS, SHEET 3 p L
H SEALANT
;ACT OR AS
1/2" (IN)
/ED BY THE
SAWCUTS z_
ENGINEER)
1/2" (IN) SAWCUT `O
TO LOOPS --
-
SAW CUT EXISTING PAVEMENT
(WIDTH EQUAL TO STUB -OUT
SLEEVE DIAMETER
PLUS 2" (IN)) Z
'ING
io
IIAL
STUB -OUT
_US 2" (IN))
CONDUIT OR
END BELL BUSHING
PLAN
JT AND CONDUIT CONNECTION
SAWCUTS
DETAIL "A"
LEAD-IN
SAWCUTS -
AS REQUIRED
EDGE OF
SHOULDE
EDGE OF
LANE
E _
JUNCTION
Box
CONDUIT
' EDGE OF k AL
a
/ SHOULDER
3. The opening around the loop st
material if opened larger than P
4. Sawcut the loop slots and the le
to remove burr of all saw -cuts it
5. Lay out the loop wire starting at
minimum slack.
6. Install the wire in the loop slot a
7. Finish laying out the wire at the
with the loop number, the "S" fo
the loop series number, and the
8. Twist each pair of the lead-in wi
each foot, from the loop to the
of the twist for each successive
9. Construct a supplemental splice
ions in the adjacent junction bo)
splices are subject to the same
and the shielded cable splice.
10. Splice the loop lead-ins to the
See Standard Plan J-50.05 for
11. All loop circuits shall be tested F
Section 8-20.3(14)D once instE
12. Existing stub -out shall be upgra(
to the conduit size table shown
13. All loop lead-in sawcuts parallel
be at least 12" (in) from edge of
and within six inches outside of
fog line when possible. Maintail
separation between parallel cuts
14. The loop stub -out sleeve shall h
an inside diameter 1" (in) larger
the outside diameter of the End
Bushing. Sleeve shall be notche
5/8" (in) to 3/4" (in) to accommo
loop wires. Plug conduit and fill
sleeve with sand untill loops
are installed to keep out Hot
Asphalt during paving operation:
SEE STUB -OUT CONDUIT EDGE OF
PLACEMENT DETAILS - SHEET 3 LANE
12"
LOOP STUB -OUT SLEEVE (1/4" (IN) TO 1/2" (IN)
BELOW TOP OF PAVEMENT)
LEAD-IN CONDUIT SHALL EXTEND A
MINIMUM OF 3/4' (IN) INTO PAVEMENT
(PAVEMENT DEPTH VARIES)
CONDUIT SECURED INTO
ROAD SURFACE (TYP.)
UT DETAIL
RETE CURB OR GUTTER
CEMENT CONCRETE BARRIER —
SINGLE SLOPE BARRIER SHOWN
SEE CONTRACT PLANS FOR
SIZE AND TYPE
LOOP STUB -OUT SLEEVE 1/4" (IN) TO 1/2" (IN)
BELOW TOP OF PAVEMENT)
LEAD-IN CONDUIT SHALL EXTEND A
MINIMUM OF 3/4- (IN) INTO PAVEMENT
(PAVEMENT DEPTH VARIES)
CONDUIT SECURED INTO
ROAD SURFACE (TYP.)
TO JUNCTION BOX
12"
:s
CEMENT CONCRETE CURB OR
SEE STANDARD PLAN F-10.12
12" LOOP STUB
% BELOW TOF
'v
LLEAD-IN CON
MINIMUM OF
(PAVEMENT[
CONDUIT SE(
cv� ROAD SURFA
STUB -OUT DETAIL
WITH GUARDRAIL AND CURB
LOOP STUB -OUT SLEEVE 1/4" (IN) TO 1/2" (IN)
BELOW TOP OF PAVEMENT)
► L LEAD-IN CONDUIT SHALL EXTEND A
MINIMUM OF 3/4" (IN) INTO PAVEMENT
(PAVEMENT DEPTH VARIES)
CONDUIT SECURED INTO
ROAD SURFACE (TYP.)
£-£ HSINIJ NIVM3aIS dNV SAdom Qemopja m
'ON 'JMa S1N10r 8uf10 aNV NIVM3aIS
mend MLM
we NnrA3H
£ 310N 33S
HIVM301S ONV 88n0
H108 NI 1NIOr NOISNVdX3
3A002I0-,A, „ti/ l
'S 31ON 33S
8311n9 ONV 88n0
ONV NIVM301S N33M138
1NIOr NOISNVdX3 H1d30-Ilnd
ti-£ '9M0 IIV130
GHVONV1S UIO 33S
8311n9 ONV eHnO 313WN00
(dAl) 8313114183d O3I3MOa1-V
HlOONS 301M „C
('d,U) HSINId 03HOMA
VV V NOU33S
150 „Z
d
1NIOr NOISNVdX3
8an0 Ol
1N30VrOV
>IIVM301S
a311n9 ONV 88n0
31380N00 1N3W30
'£ MON 33S
A-1VM301S ONV 8an0
1-1108 NI 1NIOf NOISNVdX3
(d),l) d3.I.3V4W3d 03I3MOHJ--
HIOONS 301M „C
('dAl) HSINI3 0310400N8
tr3urZ2 n gang
'013 'S3I0d 'S1NV80AH 07
'S3AIVA ONno8v
100d 3NO '1NIOr M301ys }
NOISNVdX3 H1d30-Ilnd
0-0 ,S 'XVw
3AO080 „A H1d30 „*/l ...... ---------- -...
1:131 1V S31ON 33S
1NIOr NOISNVdX3 - - - - -
CD
. . ' . . ' dls 9IIiN�Id _ . 1
dIa1S 831NVId
ONV >IIVM301S
,A, .,ti/ I
'SOII OIIS-NON 1NVndh00-VOV
3AVH INNS >IIVM301S 3Hl NIH11M S30NVN31anddV Aln in IIV '9
'03MOIIV IM 3NV NIVM301S ONV 88n0 d0 s8nOd OIHIIIONON 'L
'(CLZ W OlHSVV) lSLIO NiSV AO
S.IN3W38InO38 3H1 01 W80dN00 INNS IVI83IVW 1NIOr NOISNVdX3 '9
'>IIVM3OIS 1N30VrOV
ONV eHnO 31-11 N33M138 H1d30-Ilnd 030VId 38 INNS IV1831VW
1NIOr 030IOW-38d „B/£ d0 9NIISISN00 1NIOr NOISNVdX3 NV 'S
'S1NIOr NOISNVdX3
31-11 01 31VI03W831NI 'S-1VA831NI 100d S 1V NIVM301S 3H1 NI 30VW
38 INNS S3AOOa9-,A, HONI-ti/ l d0 9NIISISNOO 'SAHVW I001 'ti
'dlHiS
831NVId V A8 C13iV8Vd3S 80 e8nO 31-11 01 1N30VrOV SI >IIVM301S
31-11 83H13HM '8311no ONV 98nO 31-11 NI S1NIOr 31-11 H01VW
01 SV OS (31V00I 38 INNS NIVM301S NI S1NIOr NOISNVdX3 '£
'(H1d30
„Z d0 n311 NI 03Sn 38 AVIN H1d30 „ZAZ d0 IV1831VW 1NIOr) 'S13INI
39VNI"O 30 S301S 1V ONV SIVA831NI 1003 01. 1V S>IIVM301S
ONV se8n0 d0 S3HONI Z 83ddn 31-11 NI 030VId 38 IIVHS IV183IVW
1NIOr 030ION-38d „8/£ d0 9NIISISN00 1NIOr NOISNVdX3 NV 'Z
'1H918 IV IIV130 33S 'SONIISVO Alnlln ONV 'S1SOd
'S3I0d 'S1NVa0AH ONnO8V H1d30 Ilnd 030VId 38 IIVHS IVI83IVW
1NIOr 030IOW-38d „8/C d0 9NIISISNOO 1NIOr NOISNVdX3 NV 'I
:S310N
1 1./2"R
� yp) —
�2 3/4'R
(T P
3' R
-(TYP) 534"
3/$
1-7%' OR 11 S'
SECTION
ISOMETRIC
TYPE 'C' BLOCK TRAFFIC CURB
ELEVATION
NOTES:
1. SEE DWG. 3-3 FOR JOINT REQUIREMENTS.
2. ROLL GUTTER TO MATCH POSITIVE SUPERELEVATION.
3. TO BE USED ONLY AS APPROVED BY THE PUBLIC WORKS DEPT
• TO CONFORM TO CROWN
SLOPE OR 0.02 FT./FT
MOUNTABLE CEMENT CONCRETE CURB
EXPANSION JOINT
0.02 FT./FT.
* NOTE: TOP OF LIP AT DRIVEWAYS.
- CEMENT CONCRETE
SIDEWALK
2" CRUSHED SURFACING
TOP COURSE (CSTC)
NEW CEMENT CONCRETE CURB & GUTTER
1/2" ,- R = 1/2"
PAVEMENT
TOP OF CURB
AT APPROACH
7 3/4"
CEMENT CONCRETE BARRIER CURB REV: FEB 2011
cuvw PUBLIC DWG. NO.
o nr OWay WORKS CURB DETAILS 3-4
12" MIN. URB AND GUTTER
5
c;
3
r
PATCH — MIN. 3" CLASS B ACP
{OR MATCH EXISITING). MIN. 2- CSTC
ISTINC PVMT.
1
CEMENT CONCRETE CURB & GUTTER REPLACEMENT
NOTES:
1. EXISTING CURB REPLACEMENT WILL REQUIRE REMOVAL
OF ASPHALT A MINIMUM OF 12" FROM FACE OF GUTTER.
*TOP OF UP AT DRIVEWAYS ,R=1
-1` L'-- r
ANCHORAGE MAY BE VIA��
EPDXY, MORTAR, OR REBAR. u
EXTRUDED ASPHALT OR CEMENT CONCRETE CURB
IN PRIVATE PARKING AREAS ONLY
10,
1/2" 5' 2 1
*TOP OF UP AT DRIVEWAYS ,R 1
VARIES
ANCHORAGE SHALL BE VIA EPDXY OR '
MORTAR. REBAR SHALL NOT 9E
APPROVED FOR USE IN RIGHT OF WAY
EXTRUDED CEMENT CONCRETE CURB
FOR USE IN PUBLIC RIGHT OF WAY
APRIL 2012
O1MOr PUBLIC CURB AND GUTTER REPLACEMENT DWG. NO.
WORKS AND EXTRUDED CURB L 3-4A
City of Federal Way
Contract Provisions
Adaptive Traffic Signal Control — City Center — Phase 2
Project #36233/ RFB #22-004
FHWA 1273
REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS
FHWA-1273 -- Revised May 1, 2012
I. General
II. Nondiscrimination
III. Nonsegregated Facilities
IV. Davis -Bacon and Related Act Provisions
V. Contract Work Hours and Safety Standards Act Provisions
VI. Subletting or Assigning the Contract
VI 1. Safety: Accident Prevention
VIII. False Statements Concerning Highway Projects
IX. Implementation of Clean Air Act and Federal Water Pollution Control Act
X. Compliance with Governmentwide Suspension and Debarment Requirements
XI. Certification Regarding Use of Contract Funds for Lobbying
ATTACHMENTS
A: Employment and Materials Preference for Appalachian Development Highway System or
Appalachian Local Access Road Contracts (included in Appalachian contracts only)
I. GENERAL
1. Form FHWA-1273 must be physically incorporated in each construction contract funded
under Title 23 (excluding emergency contracts solely intended for debris removal). The
contractor (or subcontractor) must insert this form in each subcontract and further require its
inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other
agreements for supplies or services).
The applicable requirements of Form FHWA-1273 are incorporated by reference for work done
under any purchase order, rental agreement or agreement for other services. The prime
contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or
service provider.
Form FHWA-1273 must be included in all Federal -aid design -build contracts, in all subcontracts
and in lower tier subcontracts (excluding subcontracts for design services, purchase orders,
rental agreements and other agreements for supplies or services). The design -builder shall be
responsible for compliance by any subcontractor, lower -tier subcontractor or service provider.
Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal
documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in
all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental
agreements and other agreements for supplies or services related to a construction contract).
2. Subject to the applicability criteria noted in the following sections, these contract provisions
shall apply to all work performed on the contract by the contractor's own organization and with
the assistance of workers under the contractor's immediate superintendence and to all work
performed on the contract by piecework, station work, or by subcontract.
3. A breach of any of the stipulations contained in these Required Contract Provisions may be
sufficient grounds for withholding of progress payments, withholding of final payment,
termination of the contract, suspension / debarment or any other action determined to be
appropriate by the contracting agency and FHWA.
4. Selection of Labor: During the performance of this contract, the contractor shall not use
convict labor for any purpose within the limits of a construction project on a Federal -aid highway
unless it is labor performed by convicts who are on parole, supervised release, or probation.
The term Federal -aid highway does not include roadways functionally classified as local roads
or rural minor collectors.
II. NONDISCRIMINATION
The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid
construction contracts and to all related construction subcontracts of $10,000 or more. The
provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or
architectural service contracts.
In addition, the contractor and all subcontractors must comply with the following policies:
Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the
Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as
amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts
200, 230, and 633.
The contractor and all subcontractors must comply with: the requirements of the Equal
Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000,
the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41
CFR 60-4.3.
Note: The U.S. Department of Labor has exclusive authority to determine compliance with
Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29
CFR 1625-1627. The contracting agency and the FHWA have the authority and the
responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of
1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and
related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.
The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to
conform to the U.S. Department of Labor (US DOL) and FHWA requirements.
1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to
discriminate and to take affirmative action to assure equal opportunity as set forth under laws,
executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60
and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed
herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative
action standards for the contractor's project activities under this contract. The provisions of the
Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35
and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this
contract, the contractor agrees to comply with the following minimum specific requirement
activities of EEO:
a. The contractor will work with the contracting agency and the Federal Government to ensure
that it has made every good faith effort to provide equal opportunity with respect to all of its
terms and conditions of employment and in their review of activities under the contract.
b. The contractor will accept as its operating policy the following statement:
"It is the policy of this Company to assure that applicants are employed, and that employees
are treated during employment, without regard to their race, religion, sex, color, national origin,
age or disability. Such action shall include: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship, pre -apprenticeship, and/or
on-the-job training."
2. EEO Officer: The contractor will designate and make known to the contracting officers an
EEO Officer who will have the responsibility for and must be capable of effectively administering
and promoting an active EEO program and who must be assigned adequate authority and
responsibility to do so.
3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire,
supervise, promote, and discharge employees, or who recommend such action, or who are
substantially involved in such action, will be made fully cognizant of, and will implement, the
contractor's EEO policy and contractual responsibilities to provide EEO in each grade and
classification of employment. To ensure that the above agreement will be met, the following
actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office employees will be conducted before
the start of work and then not less often than once every six months, at which time the
contractor's EEO policy and its implementation will be reviewed and explained. The meetings
will be conducted by the EEO Officer.
b. All new supervisory or personnel office employees will be given a thorough indoctrination
by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty
days following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for the project will be instructed by the
EEO Officer in the contractor's procedures for locating and hiring minorities and women.
d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily
accessible to employees, applicants for employment and potential employees.
e. The contractor's EEO policy and the procedures to implement such policy will be brought to
the attention of employees by means of meetings, employee handbooks, or other appropriate
means.
4. Recruitment: When advertising for employees, the contractor will include in all
advertisements for employees the notation: "An Equal Opportunity Employer." All such
advertisements will be placed in publications having a large circulation among minorities and
women in the area from which the project work force would normally be derived.
a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic
and direct recruitment through public and private employee referral sources likely to yield
qualified minorities and women. To meet this requirement, the contractor will identify sources of
potential minority group employees, and establish with such identified sources procedures
whereby minority and women applicants may be referred to the contractor for employment
consideration.
b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring
hall referrals, the contractor is expected to observe the provisions of that agreement to the
extent that the system meets the contractor's compliance with EEO contract provisions. Where
implementation of such an agreement has the effect of discriminating against minorities or
women, or obligates the contractor to do the same, such implementation violates Federal
nondiscrimination provisions.
c. The contractor will encourage its present employees to refer minorities and women as
applicants for employment. Information and procedures with regard to referring such applicants
will be discussed with employees.
5. Personnel Actions: Wages, working conditions, and employee benefits shall be established
and administered, and personnel actions of every type, including hiring, upgrading, promotion,
transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion,
sex, national origin, age or disability. The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project sites to insure that working
conditions and employee facilities do not indicate discriminatory treatment of project site
personnel.
b. The contractor will periodically evaluate the spread of wages paid within each classification
to determine any evidence of discriminatory wage practices.
c. The contractor will periodically review selected personnel actions in depth to determine
whether there is evidence of discrimination. Where evidence is found, the contractor will
promptly take corrective action. If the review indicates that the discrimination may extend
beyond the actions reviewed, such corrective action shall include all affected persons.
d. The contractor will promptly investigate all complaints of alleged discrimination made to the
contractor in connection with its obligations under this contract, will attempt to resolve such
complaints, and will take appropriate corrective action within a reasonable time. If the
investigation indicates that the discrimination may affect persons other than the complainant,
such corrective action shall include such other persons. Upon completion of each investigation,
the contractor will inform every complainant of all of their avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and
women who are applicants for employment or current employees. Such efforts should be aimed
at developing full journey level status employees in the type of trade or job classification
involved.
b. Consistent with the contractor's work force requirements and as permissible under Federal
and State regulations, the contractor shall make full use of training programs, i.e.,
apprenticeship, and on-the-job training programs for the geographical area of contract
performance. In the event a special provision for training is provided under this contract, this
subparagraph will be superseded as indicated in the special provision. The contracting agency
may reserve training positions for persons who receive welfare assistance in accordance with
23 U.S.C. 140(a).
c. The contractor will advise employees and applicants for employment of available training
programs and entrance requirements for each.
d. The contractor will periodically review the training and promotion potential of employees
who are minorities and women and will encourage eligible employees to apply for such training
and promotion.
7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the
contractor will use good faith efforts to obtain the cooperation of such unions to increase
opportunities for minorities and women. Actions by the contractor, either directly or through a
contractor's association acting as agent, will include the procedures set forth below:
a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint
training programs aimed toward qualifying more minorities and women for membership in the
unions and increasing the skills of minorities and women so that they may qualify for higher
paying employment.
b. The contractor will use good faith efforts to incorporate an EEO clause into each union
agreement to the end that such union will be contractually bound to refer applicants without
regard to their race, color, religion, sex, national origin, age or disability.
c. The contractor is to obtain information as to the referral practices and policies of the labor
union except that to the extent such information is within the exclusive possession of the labor
union and such labor union refuses to furnish such information to the contractor, the contractor
shall so certify to the contracting agency and shall set forth what efforts have been made to
obtain such information.
d. In the event the union is unable to provide the contractor with a reasonable flow of referrals
within the time limit set forth in the collective bargaining agreement, the contractor will, through
independent recruitment efforts, fill the employment vacancies without regard to race, color,
religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or
qualifiable minorities and women. The failure of a union to provide sufficient referrals (even
though it is obligated to provide exclusive referrals under the terms of a collective bargaining
agreement) does not relieve the contractor from the requirements of this paragraph. In the
event the union referral practice prevents the contractor from meeting the obligations pursuant
to Executive Order 11246, as amended, and these special provisions, such contractor shall
immediately notify the contracting agency.
8. Reasonable Accommodation for Applicants / Employees with Disabilities: The
contractor must be familiar with the requirements for and comply with the Americans with
Disabilities Act and all rules and regulations established there under. Employers must provide
reasonable accommodation in all employment activities unless to do so would cause an undue
hardship.
9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The
contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age
or disability in the selection and retention of subcontractors, including procurement of materials
and leases of equipment. The contractor shall take all necessary and reasonable steps to
ensure nondiscrimination in the administration of this contract.
a. The contractor shall notify all potential subcontractors and suppliers and lessors of their
EEO obligations under this contract.
b. The contractor will use good faith efforts to ensure subcontractor compliance with their
EEO obligations.
10. Assurance Required by 49 CFR 26.13(b):
a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE
program are incorporated by reference.
b. The contractor or subcontractor shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this contract. The contractor shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts.
Failure by the contractor to carry out these requirements is a material breach of this contract,
which may result in the termination of this contract or such other remedy as the contracting
agency deems appropriate.
11-. Records and Reports: The contractor shall keep such records as necessary to document
compliance with the EEO requirements. Such records shall be retained for a period of three
years following the date of the final payment to the contractor for all contract work and shall be
available at reasonable times and places for inspection by authorized representatives of the
contracting agency and the FHWA.
a. The records kept by the contractor shall document the following:
(1) The number and work hours of minority and non -minority group members and women
employed in each work classification on the project;
(2) The progress and efforts being made in cooperation with unions, when applicable, to
increase employment opportunities for minorities and women; and
(3) The progress and efforts being made in locating, hiring, training, qualifying, and
upgrading minorities and women;
b. The contractors and subcontractors will submit an annual report to the contracting agency
each July for the duration of the project, indicating the number of minority, women, and non -
minority group employees currently engaged in each work classification required by the contract
work. This information is to be reported on Form FHWA-1391. The staffing data should
represent the project work force on board in all or any part of the last payroll period preceding
the end of July. If on-the-job training is being required by special provision, the contractor will
be required to collect and report training data. The employment data should reflect the work
force on board during all or any part of the last payroll period preceding the end of July.
III. NONSEGREGATED FACILITIES
This provision is applicable to all Federal -aid construction contracts and to all related
construction subcontracts of $10,000 or more.
The contractor must ensure that facilities provided for employees are provided in such a manner
that segregation on the basis of race, color, religion, sex, or national origin cannot result. The
contractor may neither require such segregated use by written or oral policies nor tolerate such
use by employee custom. The contractor's obligation extends further to ensure that its
employees are not assigned to perform their services at any location, under the contractor's
control, where the facilities are segregated. The term "facilities" includes waiting rooms, work
areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms,
and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment
areas, transportation, and housing provided for employees. The contractor shall provide
separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy
between sexes.
IV.' DAVIS-BACON AND RELATED ACT PROVISIONS
This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all
related subcontracts and lower -tier subcontracts (regardless of subcontract size). The
requirements apply to all projects located within the right-of-way of a roadway that is functionally
classified as Federal -aid highway. This excludes roadways functionally classified as local roads
or rural minor collectors, which are exempt. Contracting agencies may elect to apply these
requirements to other projects.
The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5
"Contract provisions and related matters" with minor revisions to conform to the FHWA-1273
format and FHWA program requirements.
1. Minimum wages
a. All laborers and mechanics employed or working upon the site of the work, will be paid
unconditionally and not less often than once a week, and without subsequent deduction or
rebate on any account (except such payroll deductions as are permitted by regulations issued
by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages
and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at
rates not less than those contained in the wage determination of the Secretary of Labor which is
attached hereto and made a part hereof, regardless of any contractual relationship which may
be alleged to exist between the contractor and such laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide fringe benefits under section
1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to
such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also,
regular contributions made or costs incurred for more than a weekly period (but not less often
than quarterly) under plans, funds, or programs which cover the particular weekly period, are
deemed to be constructively made or incurred during such weekly period. Such laborers and
mechanics shall be paid the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually performed, without regard to skill, except as
provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each classification for the time
actually worked therein: Provided, That the employer's payroll records accurately set forth the
time spent in each classification in which work is performed. The wage determination (including
any additional classification and wage rates conformed under paragraph 1.b. of this section) and
the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its
subcontractors at the site of the work in a prominent and accessible place where it can be easily
seen by the workers.
b. (1) The contracting officer shall require that any class of laborers or mechanics, including
helpers, which is not listed in the wage determination and which is to be employed under the
contract shall be classified in conformance with the wage determination. The contracting officer
shall approve an additional classification and wage rate and fringe benefits therefore only when
the following criteria have been met:
(i) The work to be performed by the classification requested is not performed by a
classification in the wage determination; and
(ii) The classification is utilized in the area by the construction industry; and
(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable
relationship to the wage rates contained in the wage determination.
(2) If the contractor and the laborers and mechanics to be employed in the classification (if
known), or their representatives, and the contracting officer agree on the classification and
wage rate (including the amount designated for fringe benefits where appropriate), a report of
the action taken shall be sent by the contracting officer to the Administrator of the Wage and
Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington,
DC 20210. The Administrator, or an authorized representative, will approve, modify, or
disapprove every additional classification action within 30 days of receipt and so advise the
contracting officer or will notify the contracting, officer within the 30-day period that additional
time is necessary.
(3) In the event the contractor, the laborers or mechanics to be employed in the classification
or their representatives, and the contracting officer do not agree on the proposed classification
and wage rate (including the amount designated for fringe benefits, where appropriate), the
contracting officer shall refer the questions, including the views of all interested parties and the
recommendation of the contracting officer, to the Wage and Hour Administrator for
determination. The Wage and Hour Administrator, or an authorized representative, will issue a
determination within 30 days of receipt and so advise the contracting officer or will notify the
contracting officer within the 30-day period that additional time is necessary.
(4) The wage rate (including fringe benefits where appropriate) determined pursuant to
paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the
classification under this contract from the first day on which work is performed in the
classification.
c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or
mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor
shall either pay the benefit as stated in the wage determination or shall pay another bona fide
fringe benefit or an hourly cash equivalent thereof.
d. If the contractor does not make payments to a trustee or other third person, the contractor
may consider as part of the wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided,
That the Secretary of Labor has found, upon the written request of the contractor, that the
applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may
require the contractor to set aside in a separate account assets for the meeting of obligations
under the plan or program.
2. Withholding
The contracting agency shall upon its own action or upon written request of an authorized
representative of the Department of Labor, withhold or cause to be withheld from the contractor
under this contract, or any other Federal contract with the same prime contractor, or any other
federally -assisted contract subject to*Davis-Bacon prevailing wage requirements, which is held
by the same prime contractor, so much of the accrued payments or advances as may be
considered necessary to pay laborers and mechanics, including apprentices, trainees, and
helpers, employed by the contractor or any subcontractor the full amount of wages required by
the contract. In the event of failure to pay any laborer or mechanic, including any apprentice,
trainee, or helper, employed or working on the site of the work, all or part of the wages required
by the contract, the contracting agency may, after written notice to the contractor, take such
action as may be necessary to cause the suspension of any further payment, advance, or
guarantee of funds until such violations have ceased.
3. Payrolls and basic records
a. Payrolls and basic records relating thereto shall be maintained by the contractor during the
course of the work and preserved for a period of three years thereafter for all laborers and
mechanics working at the site of the work. Such records shall contain the name, address, and
social security number of each such worker, his or her correct classification, hourly rates of
wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or
cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act),
daily and weekly number of hours worked, deductions made and actual wages paid. Whenever
the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or
mechanic include the amount of any costs reasonably anticipated in providing benefits under a
plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall
maintain records which show that the commitment to provide such benefits is enforceable, that
the plan or program is financially responsible, and that the plan or program has been
communicated in writing to the laborers or mechanics affected, and records which show the
costs anticipated or the actual cost incurred in providing such benefits. Contractors employing
apprentices or trainees under approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of trainee programs, the registration of
the apprentices and trainees, and the ratios and wage rates prescribed in the applicable
programs.
b. (1) The contractor shall submit weekly for each week in which any contract work is
performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out
accurately and completely all of the information required to be maintained under 29 CFR
5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included
on weekly transmittals. Instead the payrolls shall only need to include an individually identifying
number for each employee ( e.g. , the last four digits of the employee's social security number).
The required weekly payroll information may be submitted in any form desired. Optional Form
WH-347 is available for this purpose from the Wage and Hour Division Web site at
http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is
responsible for the submission of copies of payrolls by all subcontractors. Contractors and
subcontractors shall maintain the full social security number and current address of each
covered worker, and shall provide them upon request to the contracting agency for transmission
to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for
purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a
violation of this section for a prime contractor to require a subcontractor to provide addresses
and social security numbers to the prime contractor for its own records, without weekly
submission to the contracting agency..
(2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the
contractor or subcontractor or his or her agent who pays or supervises the payment of the
persons employed under the contract and shall certify the following:
(i) That the payroll for the payroll period contains the information required to be provided
under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being
maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is
correct and complete;
(ii) That each laborer or mechanic (including each helper, apprentice, and trainee)
employed on the contract during the payroll period has been paid the full weekly wages
earned, without rebate, either directly or indirectly, and that no deductions have been made
either directly or indirectly from the full wages earned, other than permissible deductions as
set forth in Regulations, 29 CFR part 3;
(iii) That each laborer or mechanic has been paid not less than the applicable wage rates
and fringe benefits or cash equivalents for the classification of work performed, as specified
in the applicable wage determination incorporated into the contract.
(3) The weekly submission of a properly executed certification set forth on the reverse side of
Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of
Compliance" required by paragraph 3.b.(2) of this section.
(4) The falsification of any of the above certifications may subject the contractor or
subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of
title 31 of the United States Code.
c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this
section available for inspection, copying, or transcription by authorized representatives of the
contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit
such representatives to interview employees during working hours on the job. If the contractor
or subcontractor fails to submit the required records or to make them available, the FHWA may,
in
after written notice to the contractor, the contracting agency or the State DOT, take such action
as may be necessary to cause the suspension of any further payment, advance, or guarantee of
funds. Furthermore, failure to submit the required records upon request or to make such records
available may be grounds for debarment action pursuant to 29 CFR 5.12.
4. Apprentices and trainees
a. Apprentices (programs of the USDOL).
Apprentices will be permitted to work at less than the predetermined rate for the work they
performed when they are employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the U.S. Department of Labor, Employment and
Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with
a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her
first 90 days of probationary employment as an apprentice in such an apprenticeship program,
who is not individually registered in the program, but who has been certified by the Office of
Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency
(where appropriate) to be eligible for probationary employment as an apprentice.
The allowable ratio of apprentices to journeymen on the job site in any craft classification shall
not be greater than the ratio permitted to the contractor as to the entire work force under the
registered program. Any worker listed on a payroll at an apprentice wage rate, who is not
registered or otherwise employed as stated above, shall be paid not less than the applicable
wage rate on the wage determination for the classification of work actually performed. In
addition, any apprentice performing work on the job site in excess of the ratio permitted under
the registered program shall be paid not less than the applicable wage rate on the wage
determination for the work actually performed. Where a contractor is performing construction on
a project in a locality other than that in which its program is registered, the ratios and wage rates
(expressed in percentages of the journeyman's hourly rate) specified in the contractor's or
subcontractor's registered program shall be observed.
Every apprentice must be paid at not less than the rate specified in the registered program for
the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate
specified in the applicable wage determination. Apprentices shall be paid fringe benefits in
accordance with the provisions of the apprenticeship program. If the apprenticeship program
does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits
listed on the wage determination for the applicable classification. If the Administrator determines
that a different practice prevails for the applicable apprentice classification, fringes shall be paid
in accordance with that determination.
In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State
Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship
program, the contractor will no longer be permitted to utilize apprentices at less than the
applicable predetermined rate for the work performed until an acceptable program is approved.
b. Trainees (programs of the USDOL).
Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the
predetermined rate for the work performed unless they are employed pursuant to and
it
individually registered in a program which has received prior approval, evidenced by formal
certification by the U.S. Department of Labor, Employment and Training Administration.
The ratio of trainees to journeymen on the job site shall not be greater than permitted under the
plan approved by the Employment and Training Administration.
Every trainee must be paid at not less than the rate specified in the approved program for the
trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified
in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with
the provisions of the trainee program. If the trainee program does not mention fringe benefits,
trainees shall be paid the full amount of fringe benefits listed on the wage determination unless
the Administrator of the Wage and Hour Division determines that there is an apprenticeship
program associated with the corresponding journeyman wage rate on the wage determination
which provides for less than full fringe benefits for apprentices. Any employee listed on the
payroll at a trainee rate who is not registered and participating in a training plan approved by the
Employment and Training Administration shall be paid not less than the applicable wage rate on
the wage determination for the classification of work actually performed. In addition, any trainee
performing work on the job site in excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the wage determination for the work
actually performed.
In the event the Employment and Training Administration withdraws approval of a training
program, the contractor will no longer be permitted to utilize trainees at less than the applicable
predetermined rate for the work performed until an acceptable program is approved.
c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen
under this part shall be in conformity with the equal employment opportunity requirements of
Executive Order 11246, as amended, and 29 CFR part 30.
d. Apprentices and Trainees (programs of the U.S. DOT).
Apprentices and trainees working under apprenticeship and skill training programs which have
been certified by the Secretary of Transportation as promoting EEO in connection with Federal -
aid highway construction programs are not subject to the requirements of paragraph 4 of this
Section IV. The straight time hourly wage rates for apprentices and trainees under such
programs will be established by the particular programs. The ratio of apprentices and trainees to
journeymen shall not be greater than permitted by the terms of the particular program.
5. Compliance with Copeland Act requirements. The contractor shall comply with the
requirements of 29 CFR part 3, which are incorporated by reference in this contract.
6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any
subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier
subcontracts. The prime contractor shall be responsible for the compliance by any
subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.
7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be
grounds for termination of the contract, and for debarment as a contractor and a subcontractor
as provided in 29 CFR 5.12.
12
8. Compliance with Davis -Bacon and Related Act requirements. All rulings and
interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are
herein incorporated by reference in this contract.
9. Disputes concerning labor standards. Disputes arising out of the labor standards
provisions of this contract shall not be subject to the general disputes clause of this contract.
Such disputes shall be resolved in accordance with the procedures of the Department of Labor
set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes
between the contractor (or any of its subcontractors) and the contracting agency, the U.S.
Department of Labor, or the employees or their representatives.
10. Certification of eligibility.
a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any
person or firm who has an interest in the contractor's firm is a person or firm ineligible to be
awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR
5.12(a)(1).
b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a
Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C.
1001.
V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
The following clauses apply to any Federal -aid construction contract in an amount in excess of
$100,000 and subject to the overtime provisions of the Contract Work Hours and Safety
Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR
5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include
watchmen and guards.
1. Overtime requirements. No contractor or subcontractor contracting for any part of the
contract work which may require or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any workweek in which he or she is employed
on such work to work in excess of forty hours in such workweek unless such laborer or
mechanic receives compensation at a rate not less than one and one-half times the basic rate of
pay for all hours worked in excess of forty hours in such workweek.
2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of
the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor
responsible therefor shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States (in the case of work done under contract for
the District of Columbia or a territory, to such District or to such territory), for liquidated
damages. Such liquidated damages shall be computed with respect to each individual laborer or
mechanic, including watchmen and guards, employed in violation of the clause set forth in
paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual
11
was required or permitted to work in excess of the standard workweek of forty hours without
payment of the overtime wages required by the clause set forth in paragraph (1.) of this section.
3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting
agency shall upon its own action or upon written request of an authorized representative of the
Department of Labor withhold or cause to be withheld, from any moneys payable on account of
work performed by the contractor or subcontractor under any such contract or any other Federal
contract with the same prime contractor, or any other federally -assisted contract subject to the
Contract Work Hours and Safety Standards Act, which is held by the same prime contractor,
such sums as may be determined to be necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages -as provided in the clause set forth in
paragraph (2.) of this section.
4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses
set forth in paragraph (1.) through (4.) of this section and also a clause requiring the
subcontractors to include these clauses in any lower tier subcontracts. The prime contractor
shall be responsible for compliance by any subcontractor or lower tier subcontractor with the
clauses set forth in paragraphs (1.) through (4.) of this section.
VI. SUBLETTING OR ASSIGNING THE CONTRACT
This provision is applicable to all Federal -aid construction contracts on the National Highway
System.
1. The contractor shall perform with its own organization contract work amounting to not less
than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total
original contract price, excluding any specialty items designated by the contracting agency.
Specialty items may be performed by subcontract and the amount of any such specialty items
performed may be deducted from the total original contract price before computing the amount
of work required to be performed by the contractor's own organization (23 CFR 635.116).
a. The term "perform work with its own organization" refers to workers employed or leased by
the prime contractor, and equipment owned or rented by the prime contractor, with or without
operators. Such term does not include employees or equipment of a subcontractor or lower tier
subcontractor, agents of the prime contractor, or any other assignees. The term may include
payments for the costs of hiring leased employees from an employee leasing firm meeting all
relevant Federal and State regulatory requirements. Leased employees may only be included
in this term if the prime contractor meets all of the following conditions:
(1) the prime contractor maintains control over the supervision of the day-to-day activities of
the leased employees;
(2) the prime contractor remains responsible for the quality of the work of the leased
employees;
(3) the prime contractor retains all power to accept or exclude individual employees from
work on the project; and
I
(4) the prime contractor remains ultimately responsible for the payment of predetermined
minimum wages, the submission of payrolls, statements of compliance and all other Federal
regulatory requirements.
b. "Specialty Items" shall be construed to be limited to work that requires highly specialized
knowledge, abilities, or equipment not ordinarily available in the type of contracting
organizations qualified and expected to bid or propose on the contract as a whole and in
general are to be limited to minor components of the overall contract.
2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is
computed includes the cost of material and manufactured products which are to be purchased
or produced by the contractor under the contract provisions.
3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by
the firm, has full authority to direct performance of the work in accordance with the contract
requirements, and is in charge of all construction operations (regardless of who performs the
work) and (b) such other of its own organizational resources (supervision, management, and
engineering services) as the contracting officer determines is necessary to assure the
performance of the contract.
4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the
written consent of the contracting officer, or authorized representative, and such consent when
given shall not be construed to relieve the contractor of any responsibility for the fulfillment of
the contract. Written consent will be given only after the contracting agency has assured that
each subcontract is evidenced in writing and that it contains all pertinent provisions and
requirements of the prime contract.
5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build
contracts; however, contracting agencies may establish their own self -performance
requirements.
VII. SAFETY: ACCIDENT PREVENTION
This provision is applicable to all Federal -aid construction contracts and to all related
subcontracts.
1. In the performance of this contract the contractor shall comply with all applicable Federal,
State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall
provide all safeguards, safety devices and protective equipment and take any other needed
actions as it determines, or as the contracting officer may determine, to be reasonably
necessary to protect the life and health of employees on the job and the safety of the public and
to protect property in connection with the performance of the work covered by the contract.
2. It is a condition of this contract, and shall be made a condition of each subcontract, which the
contractor enters into pursuant to this contract, that the contractor and any subcontractor shall
not permit any employee, in performance of the contract, to work in surroundings or under
conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as
determined under construction safety and health standards (29 CFR 1926) promulgated by the
Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety
Standards Act (40 U.S.C. 3704).
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or
authorized representative thereof, shall have right of entry to any site of contract performance to
inspect or investigate the matter of compliance with the construction safety and health
standards and to carry out the duties of the Secretary under Section 107 of the Contract Work
Hours and Safety Standards Act (40 U.S.C.3704).
VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
This provision is applicable to all Federal -aid construction contracts and to all related
subcontracts.
In order to assure high quality and durable construction in conformity with approved plans and
specifications and a high degree of reliability on statements and representations made by
engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential
that all persons concerned with the project perform their functions as carefully, thoroughly, and
honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any
facts related to the project is a violation of Federal law. To prevent any misunderstanding
regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each
Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to
all persons concerned with the project:
18 U.S.C. 1020 reads as follows
"Whoever, being an officer, agent, or employee of the United States, or of any State or
Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any
false statement, false representation, or false report as to the character, quality, quantity, or cost
of the material used or to be used, or the quantity or quality of the work performed or to be
performed, or the cost thereof in connection with the submission of plans, maps, specifications,
contracts, or costs of construction on any highway or related project submitted for approval to
the Secretary of Transportation; or
Whoever knowingly makes any false statement, false representation, false report or false claim
with respect to the character, quality, quantity, or cost of any work performed or to be
performed, or materials furnished or to be furnished, in connection with the construction of any
highway or related project approved by the Secretary of Transportation; or
Whoever knowingly makes any false statement or false representation as to material fact in
any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads
Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented;
Shall be fined under this title or imprisoned not more than 5 years or both."
IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION
CONTROL ACT
This provision is applicable to all Federal -aid construction contracts and to all related
subcontracts.
,R
By submission of this bid/proposal or the execution of this contract, or subcontract, as
appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as
appropriate, will be deemed to have stipulated as follows:
1. That any person who is or will be utilized in the performance of this contract is not prohibited
from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306
of the Clean Air Act.
2. That the contractor agrees to include or cause to be included the requirements of paragraph
(1) of this Section X in every subcontract, and further agrees to take such action as the
contracting agency may direct as a means of enforcing such requirements.
X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND
VOLUNTARY EXCLUSION
This provision is applicable to all Federal -aid construction contracts, design -build contracts,
subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts
or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000
or more — as defined in 2 CFR Parts 180 and 1200.
1. Instructions for Certification — First Tier Participants:
a. By signing and submitting this proposal, the prospective first tier participant is providing the
certification set out below.
b. The inability of a person to provide the certification set out below will not necessarily result
in denial of participation in this covered transaction. The prospective first tier participant shall
submit an explanation of why it cannot provide the certification set out below. The certification or
explanation will be considered in connection with the department or agency's determination
whether to enter into this transaction. However, failure of the prospective first tier participant to
furnish a certification or an explanation shall disqualify such a person from participation in this
transaction.
c. The certification in this clause is a material representation of fact upon which reliance was
placed when the contracting agency determined to enter into this transaction. If it is later
determined that the prospective participant knowingly rendered an erroneous certification, in
addition to other remedies available to the Federal Government, the contracting agency may
terminate this transaction for cause of default.
d. The prospective first tier participant shall provide immediate written notice to the
contracting agency to whom this proposal is submitted if any time the prospective first tier
participant learns that its certification was erroneous when submitted or has become erroneous
by reason of changed circumstances.
e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant,"
"person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR
Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction
between a grantee or subgrantee of Federal funds and a participant (such as the prime or
17
general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a
First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the
participant who has entered into a covered transaction with a grantee or subgrantee of Federal
funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant
who has entered into a covered transaction with a First Tier Participant or other Lower Tier
Participants (such as subcontractors and suppliers).
f. The prospective first tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or
voluntarily excluded from participation in this covered transaction, unless authorized by the
department or agency entering into this transaction.
g. The prospective first tier participant further agrees by submitting this proposal that it will
include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion -Lower Tier Covered Transactions," provided by the department or
contracting agency, entering into this covered transaction, without modification, in all lower tier
covered transactions and in all solicitations for lower tier covered transactions exceeding the
$25,000 threshold.
h. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered'transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it knows that the certification is
erroneous. A participant is responsible for ensuring that its principals are not suspended,
debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of
its principals, as well as the eligibility of any lower tier prospective participants, each participant
may, but is not required to, check the Excluded Parties List System website
(https://www.ep[s.goy/), which is compiled by the General Services Administration.
i. Nothing contained in the foregoing shall be construed to require the establishment of a
system of records in order to render in good faith the certification required by this clause. The
knowledge and information of the prospective participant is not required to exceed that which is
normally possessed by a prudent person in the ordinary course of business dealings.
j. Except for transactions authorized under paragraph (f) of these instructions, if a participant
in a covered transaction knowingly enters into a lower tier covered transaction with a person
who is suspended, debarred, ineligible, or voluntarily excluded from participation in this
transaction, in addition to other remedies available to the Federal Government, the department
or agency may terminate this transaction for cause or default.
2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion
— First Tier Participants:
a. The prospective first tier participant certifies to the best of its knowledge and belief, that it
and its principals:
(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participating in covered transactions by any Federal department or
agency;
10
(2) Have not within a three-year period preceding this proposal been convicted of or had a
civil judgment rendered against them for commission of fraud or a criminal offense in connection
with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction
or contract under a public transaction; violation of Federal or State antitrust statutes or
commission of embezzlement, theft, forgery, bribery, falsification or destruction of records,
making false statements, or receiving stolen property;
(3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph
(a)(2) of this certification; and
(4) Have not within a three-year period preceding this application/proposal had one or more
public transactions (Federal, State or local) terminated for cause or default.
b. Where the prospective participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
2. Instructions for Certification - Lower Tier Participants:
(Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior
FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200)
a. By signing and submitting this proposal, the prospective lower tier is providing the
certification set out below.
b. The certification in this clause is a material representation of fact upon which reliance was
placed when this transaction was entered into. If it is later determined that the prospective lower
tier participant knowingly rendered an erroneous certification, in addition to other remedies
available to the Federal Government, the department, or agency with which this transaction
originated may pursue available remedies, including suspension and/or debarment.
c. The prospective lower tier participant shall provide immediate written notice to the person
to which this proposal is submitted if at any time the prospective lower tier participant learns that
its certification was erroneous by reason of changed circumstances.
d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant,"
"person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR
Parts 180 and 1200. You may contact the person to which this proposal is submitted for
assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to
any covered transaction between a grantee or subgrantee of Federal funds and a participant
(such as the prime or general contract). "Lower Tier Covered Transactions" refers to any
covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier
Participant" refers to the participant who has entered into a covered transaction with a grantee
or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier
Participant" refers any participant who has entered into a covered transaction with a First Tier
Participant or other Lower Tier Participants (such as subcontractors and suppliers).
e. The prospective lower tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or
I
voluntarily excluded from participation in this covered transaction, unless authorized by the
department or agency with which this transaction originated.
f. The prospective lower tier participant further agrees by submitting this proposal that it will
include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier
covered transactions and in all solicitations for lower tier covered transactions exceeding the
$25,000 threshold.
g. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it knows that the certification is
erroneous. A participant is responsible for ensuring that its principals are not suspended,
debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of
its principals, as well as the eligibility of any lower tier prospective participants, each participant
may, but is not required to, check the Excluded Parties List System website
(https://www.epis.-govl), which is compiled by the General Services Administration.
h. Nothing contained in the foregoing shall be construed to require establishment of a system
of records in order to render in good faith the certification required by this clause. The
knowledge and information of participant is not required to exceed that which is normally
possessed by a prudent person in the ordinary course of business dealings.
i. Except for transactions authorized under paragraph a of these instructions, if a participant in
a covered transaction knowingly enters into a lower tier covered transaction with a person who
is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction,
in addition to other remedies available to the Federal Government, the department or agency
with which this transaction originated may pursue available remedies, including suspension
and/or debarment.
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --
Lower Tier Participants:
1. The prospective lower tier participant certifies, by submission of this proposal, that neither it
nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from participating in covered transactions by any Federal department or
agency.
2. Where the prospective lower tier participant is unable to certify to any of the statements in
this certification, such prospective participant shall attach an explanation to this proposal.
�n
XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING
This provision is applicable to all Federal -aid construction contracts and to all related
subcontracts which exceed $100,000 (49 CFR 20).
1. The prospective participant certifies, by signing and submitting this bid or proposal, to the
best of his or her knowledge and belief, that:
a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee of
any Federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with the awarding of any Federal contract,
the making of any Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or modification
of any Federal contract, grant, loan, or cooperative agreement.
b. If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any Federal agency, a
Member of Congress, an officer or employee of Congress, or an employee of a. Member of
Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
2. This certification is a material representation of fact upon which reliance was placed when
this transaction was made or entered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file
the required certification shall be subject to a civil penalty of not less than $10,000 and not more
than $100,000 for each such failure.
3. The prospective participant also agrees by submitting its bid or proposal that the participant
shall require that the language of this certification be included in all lower tier subcontracts,
which exceed $100,000 and that all such recipients shall certify and disclose accordingly.
71
ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN
DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD
CONTRACTS
This provision is applicable to all Federal -aid projects funded under the Appalachian Regional
Development Act of 1965.
1. During the performance of this contract, the contractor undertaking to do work which is, or
reasonably may be, done as on -site work, shall give preference to qualified persons who
regularly reside in the labor area as designated by the DOL wherein the contract work is
situated, or the subregion, or the Appalachian counties of the State wherein the contract work is
situated, except:
a. To the extent that qualified persons regularly residing in the area are not available.
b. For the reasonable needs of the contractor to employ supervisory or specially experienced
personnel necessary to assure an efficient execution of the contract work.
c. For the obligation of the contractor to offer employment to present or former employees as
the result of a lawful collective bargaining contract, provided that the number of nonresident
persons employed under this subparagraph (1 c) shall not exceed 20 percent of the total number
of employees employed by the contractor on the contract work, except as provided in
subparagraph (4) below.
2. The contractor shall place a job order with the State Employment Service indicating (a) the
classifications of the laborers, mechanics and other employees required to perform the contract
work, (b) the number of employees required in each classification, (c) the date on which the
participant estimates such employees will be required, and (d) any other pertinent information
required by the State Employment Service to complete the job order form. The job order may
be placed with the State Employment Service in writing or by telephone. If during the course of
the contract work, the information submitted by the contractor in the original job order is
substantially modified, the participant shall promptly notify the State Employment Service.
3. The contractor shall give full consideration to all qualified job applicants referred to him by
the State Employment Service. The contractor is not required to grant employment to any job
applicants who, in his opinion, are not qualified to perform the classification of work required.
4. If, within one week following the placing of a job order by the contractor with the State
Employment Service, the State Employment Service is unable to refer any qualified job
applicants to the contractor, or less than the number requested, the State Employment Service
will forward a certificate to the contractor indicating the unavailability of applicants. Such
certificate shall be made a part of the contractor's permanent project records. Upon receipt of
this certificate, the contractor may employ persons who do not normally reside in the labor area
to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1 c)
above.
5.The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual
preference for the use of mineral resource materials native to the Appalachian region.
6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in
every subcontract for work which is, or reasonably may be, done as on -site work.
22
AMENDMENT
REQUIRED CONTRACT PROVISIONS
(Exclusive of Appalachian Contracts)
FEDERAL -AID CONSTRUCTION CONTRACTS
The Federal —Aid provisions are supplemented with the following:
XII. Cargo Preference Act
1. U.S. Department of Transportation Federal Highway Administration memorandum dated
December 11, 2015 requires that all federal -aid highway programs awarded after February
15, 2016 must comply with the Cargo Preference Act and its regulation of 46 CFR 381.7
(a)-(b).
Amendment to Form FHWA 1273
Revised January 25, 2016
City of Federal Way
Contract Provisions
Adaptive Traffic Signal Control — City Center — Phase 2
Project #36233/ RFB #22-004
KING COUNTY, STATE, AND FEDERAL PREVAILING
WAGES AND BENEFIT CODE KEY
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: 05/27/2022
*Risk
County
Trade
Job Classification
Wage
Holiday Overtime Note
Class
King
Asbestos Abatement Workers
Journey Level
$54.62
5D
1 H
View
King
Boilermakers
Journey Level
$72.54
5N
1 C
View
King
Brick Mason
Journey Level
$63.32
7E
1 N
View
King
Brick Mason
Pointer -Caulker -Cleaner
$63.32
7E
1 N
View
King
Building Service Employees
Janitor
$27.23
5S
2F
View
King
Building Service Employees
Traveling Waxer/Shampooer
$27.68
5S
2F
View
King
Building Service Employees
Window Cleaner (Non -Scaffold)
$31.18
5S
2F
View
King
Building Service Employees
Window Cleaner (Scaffold)
$32.18
5S
2F
View
King
Cabinet Makers (in Shop).
Journey Level
$22.74
1
View
King
Carpenters
Acoustical Worker
$68.19
15J
4C
View
King
Carpenters
Bridge, Dock And Wharf
$68.19
15J
4C
View
Carpenters
King
Carpenters
Carpenter
$68.19
15J
4C
View
King
Carpenters
Floor Finisher
$68.19
15J
4C
View
King
Carpenters
Floor Layer
$68.19
15J
4C
View
King
Carpenters
Scaffold Erector
$68.19
15J
4C
View
King
Cement Masons
Application of all Composition
$67.41
15J
41J
View
Mastic
King
Cement Masons
Application of all Epoxy
$66.91
15J
41J
View
Material
King
Cement Masons
Application of all Plastic
$67.41
15J
4U
View
Material
King
Cement Masons
Application of Sealing
$66.91
15J
41J
View
Compound
King
Cement Masons
Application of Underlayment
$67.41
15J
41J
View
King
Cement Masons
Building General
$66.91
15J
4U
View
King
Cement Masons
Composition or Kalman Floors
$67.41
15J
41J
View
King
Cement Masons
Concrete Paving
$66.91
15J
41J
View
King
Cement Masons
Curb Et Gutter Machine
$67.41
15J
41J
View
King
Cement Masons
Curb Et Gutter, Sidewalks
$66.91
15J
41J
View
King
Cement Masons
Curing Concrete
$66.91
15J
41J
View
King
King
King
King
King
King
King
King
King
King
King
King
King
Cement Masons
Cement Masons
Cement Masons
Cement Masons
Cement Masons
Cement Masons
Cement Masons
Cement Masons
Cement Masons
Cement Masons
Cement Masons
Cement Masons
Cement Masons
King
Cement Masons
King
Cement Masons
King
Cement Masons
King
Cement Masons
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
Cement Masons
Divers Et Tenders
Divers Et Tenders
Divers Et Tenders
Divers Et Tenders
Divers Et Tenders
Divers Et Tenders
Divers Et Tenders
Divers Et Tenders
Dredge Workers
Dredge Workers
Dredge Workers
Dredge Workers
Dredge Workers
Dredge Workers
Dredge Workers
Drywall Applicator
Drywall Tapers
Electrical Fixture Maintenance
Workers
Electricians - Inside
Electricians - Inside
Electricians - In5_de
Electricians - Inside
Finish Colored Concrete
Floor Grinding
Floor Grinding/Polisher
Green Concrete Saw, self -
powered
Grouting of all Plates
Grouting of all Tilt -up Panels
Gunite Nozzleman
Hand Powered Grinder
Journey Level
Patching Concrete
Pneumatic Power Tools
Power Chipping Et Brushing
Sand Blasting Architectural
Finish
Screed Et Rodding Machine
Spackling or Skim Coat
Concrete
Troweling Machine Operator
Troweling Machine Operator on
Colored Slabs
Tunnel Workers
Bell/Vehicle or Submersible
Operator (Not Under Pressure)
Diver
Diver On Standby
Diver Tender
Manifold Operator
Manifold Operator Mixed Gas
Remote Operated Vehicle
Operator/Technician
Remote Operated Vehicle
Tender
Assistant Engineer
Assistant Mate (Deckhand)
Boatmen
Engineer Welder
Leverman, Hydraulic
Mates
Oiler
Journey Level
Journey Level
Journey Level
$67.41
15J
4U
View
$67.41
15J
4U
View
$66.91
15J
4U
View
$67.41
15J
4U
View
$66.91
15J
4U
View
$66.91
15J
4U
View
$67.41
15J
4U
View
$67.41
15J
4U
View
$66.91
15J
4U
View
$66.91
15J
4U
View
$67.41
15J
4U
View
$67.41
15J
4U
View
$67.41
15J
4U
View
$67.41 15J
$66.91 15J
$67.41 15J
$67.41 15J
$67.41 15J
$122.46 15J
4U
4U
4U
4U
4U
4C
View
View
View
View
View
View
$122.49
15J
4C
8V View
$81.04
15J
4C
View
$73.60
15J
4C
View
$73.60
15J
4C
View
$78.60
15J
4C
View
$73.60
15J
4C
View
$68.64
15J
4C
View
$73.62
5D
3F
View
$73.05
5D
3F
View
$73.62
5D
3F
View
$75.03
5D
3F
View
$76.53
5D
3F
View
$73.62
5D
3F
View
$73.05
5D
3F
View
$68.19
15J
4C
View
$67.91
5P
1 E
View
$35.19
5L
1 E
View
Cable Splicer
$97.21 7C 4E View
Cable Splicer (tunnel)
$104.49 7C 4E View
Certified Welder
$93.91 7C 4E View
Certified Welder (tunnel)
$100.86 7C 4E View
King
Electricians - Inside
Construction Stock Person
$47.03
7C
4E
View
King
Electricians - Inside
Journey Level
$90.59
7C
4E
View
King
Electricians - Inside
Journey Level (tunnel)
$97.21
7C
4E
View
King
Electricians - Motor Shop
Journey Level
$48.68
5A
1 B
View
King
Electricians - Powerline
Cable Splicer
$88.89
5A
4D
View
Construction
King
Electricians - PowerLine
Certified Line Welder
$81.65
5A
4D
View
Construction
King
Electricians - Power ine
Groundperson
$52.91
5A
4D
View
Construction
King
Electricians - Powerline
Heavy Line Equipment
$81.65
5A
4D
View
Construction
Operator
King
Electricians - PowerLine
Journey Level Lineperson
$81.65
5A
4D
View
Construction
King
Electricians - PowerLine
Line Equipment Operator
$70.02
5A
4D
View
Construction
King
Electricians - Powerline
Meter Installer
$52.91
5A
4D
8W
View
Construction
King
Electricians - Powerline
Pole Sprayer
$81.65
5A
4D
View
Construction
King
Electricians - PowerLine
Powderperson
$60.75
5A
4D
View
Construction
King
Electronic Technicians
Journey Level
$59.10
7E
1 E
View
King
Elevator Constructors
Mechanic
$103.81
7D
4A
View
King
Elevator C n tructors
Mechanic In Charge
$112.09
7D
4A
View
King
Fabricated Precast Concrete
ALL Classifications - In -Factory
$18.25
5B
1 R
View
Products
Work Only
King
Fence Erectors
Fence Erector
$46.29
15J
4V
8Y
View
King
Fence Erectors
Fence Laborer
$46.29
15J
4V
8Y
View
King
FLaggers
Journey Level
$46.29
15J
4V
8Y
View
King
Glaziers
Journey Level
$72.41
7L
1Y
View
King
Heat It Frost Insulators And
Journey Level
$82.02
15H
11C
View
Asbestos Workers
King
Heating Equipment Mechanics
Journey Level
$91.83
7F
1 E
View
King
Hod Carriers ft Mason Tende ;
Journey Level
$57.31
15J
4V
8Y
View
King
Industrial Power Vacuum
Journey Level
$14.49
1
View
Cleaner
King
Inland Boatmen
Boat Operator
$61.41
5B
1 K
View
King
Inland Boatmen
Cook
$56.48
5B
1 K
View
King
Inland Boatmen
Deckhand
$57.48
5B
1 K
View
King
Inland Boatmen
Deckhand Engineer
$58.81
5B
1 K
View
King
Inland Boatmen
Launch Operator
$58.89
5B
1 K
View
King
Inland Boatmen
Mate
$57.31
5B
1 K
View
King
Inspection/Cleaning/Sealing Of
Cleaner Operator, Foamer
$31.49
1
View
Sewer It Water Systems By,
Operator
Remote Control
King
Inspection/Cleaning/Sealing Of
Grout Truck Operator
$14.49
1
View
Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing Of
Head Operator
$24.91
1
View
Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing Of
Technician
$19.33
1
View
Sewer Et Water Systems By
Remote Control
King
Inspection/CLeaning/Sealing Of
Tv Truck Operator
$20.45
1
View
Sewer Et Water Systems By
Remote Control
King
Insulation Applicators
Journey Level
$68.19
15J
4C
View
King
Ironworkers
Journeyman
$80.28
7N
10
View
King
Laborers
Air, Gas Or Electric Vibrating
$54.62
15J
4V
8Y
View
Screed
King
Laborers
Airtrac Drill Operator
$56.31
15J
4V
8Y
View
King
Laborers
Ballast Regular Machine
$54.62
15J
4V
8Y
View
King
Laborers
Batch Weighman
$46.29
15J
4V
8Y
View
King
Laborers
Brick Pavers
$54.62
15J
4V
8Y
View
King
Laborers
Brush Cutter
$54.62
15J
4V
8Y
View
King
Laborers
Brush Hog Feeder
$54.62
15J
4V
8Y
View
King
Laborers
Burner
$54.62
15J
4V
8Y
View
King
Laborers
Caisson Worker
$56.31
15J
4V
8Y
View
King
Laborers
Carpenter Tender
$54.62
15J
4V
8Y
View
King
Laborers
Cement Dumper -paving
$55.62
15J
4V
8Y
View
King
Laborers
Cement Finisher Tender
$54.62
15J
4V
8Y
View
King
Laborers
Change House Or Dry Shack
$54.62
15J
4V
8Y
View
King
Laborers
Chipping Gun (30 Lbs. And
$55.62
15J
4V
8Y
View
Over)
King
Laborers
Chipping Gun (Under 30 Lbs.)
$54.62
15J
4V
8Y
View
King
Laborers
Choker Setter
$54.62
15J
4V
8Y
View
King
Laborers
Chuck Tender
$54.62
15J
4V
8Y
View
King
Laborers
Clary Power Spreader
$55.62
15J
4V
8Y
View
King
Laborers
Clean-up Laborer
$54.62
15J
4V
8Y
View
King
Laborers
Concrete Dumper/Chute
$55.62
15J
4V
8Y
View
Operator
King
Laborers
Concrete Form Stripper
$54.62
15J
4V
8Y
View
King
Laborers
Concrete Placement Crew
$55.62
15J
4V
8Y
View
King
Laborers
Concrete Saw Operator/Core
$55.62
15J
4V
8Y
View
Driller
King
Laborers
Crusher Feeder
$46.29
15J
4V
8Y
View
King
Laborers
Curing Laborer
$54.62
15J
4V
8Y
View
King
Laborers
Demolition: Wrecking Et Moving
$54.62
15J
4V
8Y
View
(Intl. Charred Material)
King
Laborers
Ditch Digger
$54.62
15J
4V
8Y
View
King
Laborers
Diver
$56.31
15J
4V
8Y
View
King
Laborers
Drill Operator (Hydraulic,
$55.62
15J
4V
8Y
View
Diamond)
King
Laborers
Dry Stack Walls
$54.62
15J
4V
8Y
View
King
Laborers
Dump Person
$54.62
15J
4V
8Y
View
King
Laborers
Epoxy Technician
$54.62
15J
4V
8Y
View
King
Laborers
Erosion Control Worker
$54.62
15J
4V
8Y
View
King
Laborers
Faller Et Bucker Chain Saw
$55.62
15J
4V
8Y
View
King
Laborers
Fine Graders
$54.62
15J
4V
8Y
View
King
Laborers
Firewatch
$46.29
15J
4V
8Y
View
King
Laborers
Form Setter
$54.62
15J
4V
8Y
View
King
Laborers
Gabian Basket Builders
$54.62
15J
4V
8Y
View
King
Laborers
General Laborer
$54.62
15J
4V
8Y
View
King
Laborers
Grade Checker Et Transit Person
$57.31
15J
4V
8Y
View
King
Laborers
Grinders
$54.62
15J
4V
8Y
View
King
Laborers
Grout Machine Tender
$54.62
15J
4V
8Y
View
King
Laborers
Groutmen (Pressure) Including
$55.62
15J
4V
8Y
View
Post Tension Beams
King
Laborers
Guardrail Erector
$54.62
15J
4V
8Y
View
King
Laborers
Hazardous Waste Worker (Level
$56.31
15J
4V
8Y
View
A)
King
Laborers
Hazardous Waste Worker (Level
$55.62
15J
4V
8Y
View
B)
King
Laborers
Hazardous Waste Worker (Level
$54.62
15J
4V
8Y
View
C)
King
Laborers
High Scaler
$56.31
15J
4V
8Y
View
King
Laborers
Jackhammer
$55.62
15J
4V
8Y
View
King
Laborers
Laserbeam Operator
$55.62
15J
4V
8Y
View
King
Laborers
Maintenance Person
$54.62
15J
4V
8Y
View
King
Laborers
Manhole Builder-Mudman
$55.62
15J
4V
8Y
View
King
Laborers
Material Yard Person
$54.62
15J
4V
8Y
View
King
Laborers
Motorman -Dinky Locomotive
$55.62
15J
4V
8Y
View
King
Laborers
nozzleman (concrete pump,
$57.31
15J
4V
8Y
View
green cutter when using
combination of high pressure
air Et water on concrete Et
rock, sandblast, gunite,
shotcrete, water blaster,
vacuum blaster)
King
Laborers
Pavement Breaker
$55.62
15J
4V
8Y
View
King
Laborers
Pilot Car
$46.29
15J
4V
8Y
View
King
Laborers
Pipe Layer (Lead)
$57.31
15J
4V
8Y
View
King
Laborers
Pipe Layer/Tailor
$55.62
15J
4V
8Y
View
King
Laborers
Pipe Pot Tender
$55.62
15J
4V
8Y
View
King
Laborers
Pipe Reliner
$55.62
15J
4V
8Y
View
King
Laborers
Pipe Wrapper
$55.62
15J
4V
8Y
View
King
Laborers
Pot Tender
$54.62
15J
4V
8Y
View
King
Laborers
Powderman
$56.31
15J
4V
8Y
View
King
Laborers
Powderman's Helper
$54.62
15J
4V
8Y
View
King
Laborers
Power Jacks
$55.62
15J
4V
8Y
View
King
Laborers
Railroad Spike Puller - Power
$55.62
15J
4V
8Y
View
King
Laborers
Raker - Asphalt
$57.31
15J
4V
8Y
View
King
Laborers
Re-timberman
$56.31
15J
4V
8Y
View
King
Laborers
Remote Equipment Operator
$55.62
15J
4V
8Y
View
King
Laborers
Rigger/Signal Person
$55.62
15J
4V
8Y
View
King
Laborers
Rip Rap Person
$54.62
15J
4V
8Y
View
King
Laborers
Rivet Buster
$55.62
15J
4V
8Y
View
King
Laborers
Rodder
$55.62
15J
4V
8Y
View
King
Laborers
Scaffold Erector
$54.62
15J
4V
8Y
View
King
Laborers
Scale Person
$54.62
15J
4V
8Y
View
King
Laborers
Sloper (Over 20")
$55.62
15J
4V
8Y
View
King
Laborers
Sloper Sprayer
$54.62
15J
4V
8Y
View
King
Laborers
Spreader (Concrete)
$55.62
15J
4V
8Y
View
King
Laborers
Stake Hopper
$54.62
15J
4V
8Y
View
King
Laborers
Stock Piler
$54.62
15J
4V
8Y
View
King
Laborers
Swinging Stage/Boatswain
$46.29
15J
4V
8Y
View
Chair
King
Laborers
Tamper Et Similar Electric, Air
$55.62
15J
4V
8Y
View
Et Gas Operated Tools
King
Laborers
Tamper (Multiple Et Self-
$55.62
15J
4V
8Y
View
propelled)
King
Laborers
Timber Person - Sewer (Lagger,
$55.62
15J
4V
8Y
View
Shorer Et Cribber)
King
Laborers
Toolroom Person (at Jobsite)
$54.62
15J
4V
8Y
View
King
Laborers
Topper
$54.62
15J
4V
8Y
View
King
Laborers
Track Laborer
$54.62
15J
4V
8Y
View
King
Laborers
Track Liner (Power)
$55.62
15J
4V
8Y
View
King
Laborers
Traffic Control Laborer
$49.50
15J
4V
9C
View
King
Laborers
Traffic Control Supervisor
$52.45
15J
4V
9C
View
King
Laborers
Truck Spotter
$54.62
15J
4V
8Y
View
King
Laborers
Tugger Operator
$55.62
15J
4V
8Y
View
King
Laborers
Tunnel Work -Compressed Air
$142.82
15J
4V
9B
View
Worker 0-30 psi
King
Laborers
Tunnel Work -Compressed Air
$147.85
15J
4V
9B
View
Worker 30.01-44.00 psi
King
Laborers
Tunnel Work -Compressed Air
$151.53
15J
4V
9B
View
Worker 44.01-54.00 psi
King
Laborers
Tunnel Work -Compressed Air
$157.23
15J
4V
9B
View
Worker 54.01-60.00 psi
King
Laborers
Tunnel Work -Compressed Air
$159.35
15J
4V
9B
View
Worker 60.01-64.00 psi
King
Laborers
Tunnel Work -Compressed Air
$164.45
15J
4V
9B
View
Worker 64.01-68.00 psi
King
Laborers
Tunnel Work -Compressed Air
$166.35
15J
4V
9B
View
Worker 68.01-70.00 psi
King
Laborers
Tunnel Work -Compressed Air
$168.35
15J
4V
9B
View
Worker 70.01-72.00 psi
King
Laborers
Tunnel Work -Compressed Air
$170.35
15J
4V
9B
View
Worker 72.01-74.00 psi
King
Laborers
Tunnel Work-Guage and Lock
$57.41
15J
4V
8Y
View
Tender
King
Laborers
Tunnel Work -Miner
$57.41
7A
4V
8Y
View
King
Laborers
Tunnel Work -Miner
$57.41
15J
4V
8Y
View
King
Laborers
Vibrator
$55.62
15J
4V
8Y
View
King
Laborers
Vinyl Seamer
$54.62
15J
4V
8Y
View
King
Laborers
Watchman
$42.08
15J
4V
8Y
View
King
Laborers
Welder
$55.62
15-1
4V
8Y
View
King
Laborers
Well Point Laborer
$55.62
15J
4V
8Y
View
King
Laborers
Window Washer/Cleaner
$42.08
15J
4V
8Y
View
King
Laborers - Underground Sewer
General Laborer Et Topman
$54.62
15J
4V
8Y
View
Et Water
King
Laborers - Underground Sewer
Pipe Layer
$55.62
15J
4V
8Y
View
Et Water
King
Landscape Construction
Landscape
$42.08
15J
4V
8Y
View
Construction/Landscaping Or
Planting Laborers
King
Landscape Construction
Landscape Operator
$75.50
15J
11G
8X
View
King
Landscape Maintenance
Groundskeeper
$17.87
1
View
King
Lathers
Journey Level
$68.19
15J
4C
View
King
Marble Setters
Journey Level
$63.32
7E
1 N
View
King
Metal Fabrication In Shop),
Fitter/Certified Welder
$42.17
151
11E
View
King
Metal Fabrication (In Shop),
General Laborer
$30.07
151
11E
View
King
Metal Fabrication In Shop),
Mechanic
$43.63
151
11E
View
King
Metal Fabrication In Shop).
Welder/Burner
$39.28
151
11E
View
King
Millwright
Journey Level
$69.74
15J
4C
View
King
Modular Buildings
Cabinet Assembly
$14.49
1
View
King
Modular Buildings
Electrician
$14.49
1
View
King
Modular Buildings
Equipment Maintenance
$14.49
1
View
King
Modular Buildings
Plumber
$14.49
1
View
King
Modu ar Buildings
Production Worker
$14.49
1
View
King
Modular Buildings
Tool Maintenance
$14.49
1
View
King
Modular Buildings
Utility Person
$14.49
1
View
King
Modular Buildings
Welder
$14.49
1
View
King
Painters
Journey Level
$47.70
6Z
2B
View
King
Pile Driver
Crew Tender
$62.69
15J
4C
View
King
Pile Driver
Crew Tender/Technician
$62.69
15J
4C
View
King
Pile Driver
Hyperbaric Worker -
$85.00
15J
4C
View
Compressed Air Worker 0-30.00
PSI
King
Pile Driver
Hyperbaric Worker -
$90.00
15J
4C
View
Compressed Air Worker 30.01 -
44.00 PSI
King
Pile Driver
Hyperbaric Worker -
$94.00
15J
4C
View
Compressed Air Worker 44.01 -
54.00 PSI
King
Pile Driver
Hyperbaric Worker -
$106.50
15J
4C
View
Compressed Air Worker 64.01 -
68.00 PSI
King
Pile Driver
Hyperbaric Worker -
$108.50
15J
4C
View
Compressed Air Worker 68.01 -
70.00 PSI
King
Pile Driver
Hyperbaric Worker -
$110.50
15J
4C
View
Compressed Air Worker 70.01 -
72.00 PSI
King
Pile Driver
Hyperbaric Worker -
$112.50
15J
4C
View
Compressed Air Worker 72.01 -
74.00 PSI
King
Pile Driver
Journey Level
$68.64
15J
4C
View
King
Plasterers
Journey Level
$64.14
ZQ
1 R
View
King
Plasterers
Nozzleman
$67.64
ZQ
1 R
View
King
Playground Et Park Equipment
Journey Level
$14.49
1
View
Installers
King
Plumbers Et Pipefitters
Journey Level
$94.69
6Z
1G
View
King
Power Equipment Operators
Asphalt Plant Operators
$76.77
15J
11G
8X
View
King
Power Equipment Operators
Assistant Engineer
$72.20
15J
11G
8X
View
King
Power Equipment Operators
Barrier Machine (zipper)
$76.09
15J
11G
8X
View
King
Power Equipment Operators
Batch Plant Operator: concrete
$76.09
15J
11G
8X
View
King
Power Equipment Operators
Boat Operator
$76.87
7A
11 H
8X
View
King
Power Equipment Operators
Bobcat
$72.20
15J
11G
8X
View
King
Power Equipment Operators
Brokk - Remote Demolition
$72.20
15J
11G
8X
View
Equipment
King
Power Equipment Operators
Brooms
$72.20
15J
11G
8X
View
King
Power Equipment Operators
Bump Cutter
$76.09
15J
11G
8X
View
King
Power Equipment Operators
Cableways
$76.77
15J
11G
8X
View
King
Power Equipment Operators
Chipper
$76.09
15J
11G
8X
View
King
Power Equipment Operators
Compressor
$72.20
15J
11G
8X
View
King
Power Equipment Operators
Concrete Finish Machine -
$72.20
15J
11G
8X
View
Laser Screed
King
Power Equipment Operators
Concrete Pump - Mounted Or
$75.50
15J
11G
8X
View
Trailer High Pressure Line
Pump, Pump High Pressure
King
Power Equipment Operators
Concrete Pump: Truck Mount
$76.77
15J
11G
8X
View
With Boom Attachment Over 42
M
King
Power Equipment Operators
Concrete Pump: Truck Mount
$76.09
15J
11G
8X
View
With Boom Attachment Up To
42m
King
Power Equipment Operators
Conveyors
$75.50
15J
11G
8X
View
King
Power Equipment Operators
Cranes Friction: 200 tons and
$79.20
7A
11 H
8X
View
over
King
Power Equipment Operators
Cranes, A -frame: 10 tons and
$72.30
7A
11 H
8X
View
under
King
Power Equipment Operators
Cranes: 100 tons through 199
$77.63
7A
11 H
8X
View
tons, or 150' of boom
(including jib with
attachments)
King
Power Equipment Operators
Cranes: 20 tons through 44
$76.19
7A
11 H
8X
View
tons with attachments
King
Power Equipment Operators
Cranes: 200 tons- 299 tons, or
$78.44
7A
11 H
8X
View
250' of boom including jib with
attachments
King
Power Equipment Operators
Cranes: 300 tons and over or
$79.20
7A
11 H
8X
View
300' of boom including jib with
attachments
King
Power Equipment Operators
Cranes: 45 tons through 99
$76.87
7A
11 H
8X
View
tons, under 150' of
boom(including jib with
attachments)
King
Power Equipment Operators
Cranes: Friction cranes through
$78.44
7A
11 H
8X
View
199 tons
King
Power Equipment Operators
Cranes: through 19 tons with
$75.60
7A
11 H
8X
View
attachments, a -frame over 10
tons
King
Power Equipment Operators
Crusher
$76.09
15J
11G
8X
View
King
Power Equipment Operators
Deck Engineer/Deck Winches
$76.09
15J
11G
8X
View
(power)
King
Power Equipment Operators
Derricks, On Building Work
$76.77
15J
11G
8X
View
King
Power Equipment Operators
Dozers D-9 Et Under
$75.50
15J
11G
8X
View
King
Power Equipment Operators
Drill Oilers: Auger Type, Truck
$75.50
15J
11G
8X
View
Or Crane Mount
King
Power Equipment Operators
Drilling Machine
$77.53
15J
11G
8X
View
King
Power Equipment Operators
Elevator and man -lift:
$72.20
15J
11G
8X
View
permanent and shaft type
King
Power Equipment Operators
Finishing Machine, Bidwell And
$76.09
151
11G
8X
View
Gamaco Et Similar Equipment
King
Power Equipment Operators
Forklift: 3000 lbs and over with
$75.50
15J
11G
8X
View
attachments
King
Power Equipment Operators
Grade Engineer: Using Blue
$76.09
15J
11G
8X
View
Prints, Cut Sheets, Etc
King
Power Equipment Operators
Gradechecker/Stakeman
$72.20
15J
11G
8X
View
King
Power Equipment Operators
Guardrail Punch
$76.09
15J
11G
8X
View
King
Power Equipment Operators
Hard Tail End Dump
$76.77
15J
11G
8X
View
Articulating Off- Road
Equipment 45 Yards. Et Over
King
Power Equipment Operators
Hard Tail End Dump
$76.09
15J
11G
8X
View
Articulating Off -road
Equipment Under 45 Yards
King
Power Equipment Operators
Horizontal/Directional Drill
$75.50
15J
11G
8X
View
Locator
King
Power Equipment Operators
Horizontal/Directional Drill
$76.09
15J
11G
8X
View
Operator
King
Power Equipment Operators
Hydralifts/Boom Trucks Over
$75.60
7A
11H
8X
View
10 Tons
King
Power Equipment Operators
Hydralifts/boom trucks: 10
$72.30
7A
11 H
8X
View
tons and under
King
Power Equipment Operators
Leverman
$78.33
15J
11G
8X
View
King
Power Equipment Operators
Loader, Overhead, 6 Yards. But
$76.77
15J
11G
8X
View
Not Including 8 Yards
King
Power Equipment Operators
Loaders, Overhead Under 6
$76.09
15J
11G
8X
View
Yards
King
Power Equipment Operators
Loaders, Plant Feed
$76.09
15J
11G
8X
View
King
Power Equipment Operators
Loaders: Elevating Type Belt
$75.50
15J
11G
8X
View
King
Power Equipment Operators
Locomotives, All
$76.09
15J
11G
8X
View
King
Power Equipment Operators
Material Transfer Device
$76.09
15J
11G
8X
View
King
Power Equipment Operators
Mechanics: All (Leadmen -
$77.53
15J
11G
8X
View
$0.50 per hour over mechanic)
King
Power Equipment Operators
Motor Patrol Graders
$76.77
15J
11G
8X
View
King
Power Equipment Operators
Mucking Machine, Mole, Tunnel
$76.77
15J
11G
8X
View
Drill, Boring, Road Header
And/or Shield
King
Power Equipment Operators
Oil Distributors, Blower
$72.20
15J
11G
8X
View
Distribution Et Mulch Seeding
Operator
King
Power Equipment Operators
Outside Hoists (Elevators and
$75.50
15J
11G
8X
View
Manlifts), Air Tuggers, Strato
King
Power Equipment Operators
Overhead, bridge type: 100
$77.63
7A
11 H
8X
View
tons and over
King
Power Equipment Operators
Overhead, bridge type: 45 tons
$76.87
7A
11 H
8X
View
through 99tons
King
Power Equipment Operators
Pavement Breaker
$72.20
15J
11G
8X
View
King
Power Equipment Operators
Pile Driver (other Than Crane
$76.09
15J
11G
8X
View
Mount)
King
Power Equipment Operators
Plant Oiler - Asphalt, Crusher
$75.50
15J
11G
8X
View
King
Power Equipment Operators
Posthole Digger, Mechanical
$72.20
15J
11G
8X
View
King
Power Equipment Operators
Power Plant
$72.20
15J
11G
8X
View
King
Power Equipment Operators
Pumps - Water
$72.20
15J
11G
8X
View
King
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$76.77
15J
11G
8X
View
King
Power Equipment Operators
Remote Control Operator On
$76.77
15J
11G
8X
View
Rubber Tired Earth Moving
Equipment
King
Power Equipment Operators
Rigger and Bellman
$72.30
7A
11 H
8X
View
King
Power Equipment Operators
Rigger/Signal Person,
$75.60
7A
11 H
8X
View
BeRman(Certified)
King
Power Equipment Operators
Rollagon
$76.77
15J
11G
8X
View
King
Power Equipment Operators
Roller, Other Than Plant Mix
$72.20
15J
11G
8X
View
King
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
$75.50
15J
11G
8X
'View
Materials
King
Power Equipment Operators
Roto-mill, Roto-grinder
$76.09
15J
11G
8X
View
King
Power Equipment Operators
Saws - Concrete
$75.50
15J
11G
8X
View
King
Power Equipment Operators
Scraper, Self Propelled Under
$76.09
15J
11G
8X
View
45 Yards
King
Power Equipment Operators
Scrapers - Concrete Et Carry All
$75.50
15J
11G
8X
View
King
Power Equipment Operators
Scrapers, Self-propelled: 45
$76.77
15J
11G
8X
View
Yards And Over
King
Power Equipment Operators
Service Engineers: Equipment
$75.50
15J
11G
8X
View
King
Power Equipment Operators
Shotcrete/Gunite Equipment
$72.20
15J
11G
8X
View
King
Power Equipment Operators
Shovel, Excavator, Backhoe,
$75.50
15J
11G
8X
View
Tractors Under 15 Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoe:
$76.77
15J
11G
8X
View
Over 30 Metric Tons To 50
Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes,
$76.09
15J
11G
8X
View
Tractors: 15 To 30 Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
$77.53
15J
11G
8X
View
Over 50 Metric Tons To 90
Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
$78.33
15J
11G
8X
View
Over 90 Metric Tons
King
Power Equipment Operators
Slipform Pavers
$76.77
15J
11G
8X
View
King
Power Equipment Operators
Spreader, Topsider Et
$76.77
15J
11G
8X
View
Screedman
King
Power Equipment Operators
Subgrader Trimmer
$76.09
15J
11G
8X
View
King
Power Equipment Operators
Tower Bucket Elevators
$75.50
15J
11G
8X
View
King
Power Equipment Operators
Tower Crane: over 175' through
$78.44
7A
11 H
8X
View
250' in height, base to boom
King
Power Equipment Operators
Tower crane: up to 175' in
$77.63
7A
11 H
8X
View
height base to boom
King
Power Equipment Operators
Tower Cranes: over 250' in
$79.20
7A
11 H
8X
View
height from base to boom
King
Power Equipment Operators
Transporters, All Track Or Truck
$76.77
15J
11G
8X
View
Type
King
Power Equipment Operators
Trenching Machines
$75.50
15J
11G
8X
View
King
Power Equipment Operators
Truck crane oiler/driver: under
$75.60
7A
11 H
8X
View
100 tons
King
Power Equipment Operators
Truck Mount Portable Conveyor
$76.09
15J
11G
8X
View
King
Power Equipment Operators
Welder
$76.77
15J
11 G
8X
View
King
Power Equipment Operators
Wheel Tractors, Farman Type
$72.20
15J
11G
8X
View
King
Power Equipment Operators
Yo Yo Pay Dozer
$76.09
15J
11 G
8X
View
King
Power Equipment Operators-
Asphalt Plant Operators
$76.77
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Assistant Engineer
$72.20
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Barrier Machine (zipper)
$76.09
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Batch Plant Operator, Concrete
$76.09
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Boat Operator
$76.87
7A
11 H
8X
View
Underground Sewer Et Water -
King
Power Equipment Operators-
Bobcat
$72.20
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Brokk - Remote Demolition
$72.20
15J
11G
8X
View
Underground Sewer Et Water
Equipment
King
Power Equipment Operators-
Brooms
$72.20
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Bump Cutter
$76.09
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Cableways
$76.77
15J
11 G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Chipper
$76.09
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Compressor
$72.20
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Finish Machine -
$72.20
15J
11G
8X
View
Underground Sewer Et Water
Laser Screed
King
Power Equipment Operators-
Concrete Pump - Mounted Or
$75.50
15J
11G
8X
View
Underground Sewer Et Water
Trailer High Pressure Line
Pump, Pump High Pressure
King
Power Equipment Operators-
Concrete Pump: Truck Mount
$76.77
15J
11G
8X
View
Underground Sewer Et Water
With Boom Attachment Over 42
M
King
Power Equipment Operators-
Concrete Pump: Truck Mount
$76.09
15J
11G
8X
View
Underground Sewer Et Water-
With Boom Attachment Up To
42m
King
Power Equipment Operators-
Conveyors
$75.50
15J 11G 8X View
Underground Sewer & Water
King
Power Equipment Operators-
Cranes Friction: 200 tons and
$79.20
7A 11 H 8X View
Underground Sewer Et Water
over
King
Power Equipment Operators-
Cranes, A -frame: 10 tons and
$72.30
7A 11 H 8X View
Underground Sewer 6: Water
under
King
Power Equipment Operators-
Cranes: 100 tons through 199
$77.63
7A 11 H 8X View
Underground Sewer Ft Water
tons, or 150' of boom
(including jib with
attachments)
King
Power Equipment Operators-
Cranes: 20 tons through 44
$76.19
7A 11 H 8X View
Underground Sewer Et Water
tons with attachments
King
Power Equipment Operators-
Cranes: 20 tons through 44
$76.19
7A 11 H 8X View
Underground Sewer Et Water
tons with attachments
King
Power Equipment Operators-
Cranes: 200 tons- 299 tons, or
$78.44
7A 11 H 8X View
Underground Sewer Et Water
250' of boom including jib with
attachments
King
Power Equipment Operators-
Cranes: 300 tons and over or
$79.20
7A 11 H 8X View
Underground Sewer & Water
30Q' of boom including jib with
attachments
King
Power Equipment Operators-
Cranes: 45 tons through 99
$76.87
7A 11 H 8X View
Underground Sewer Et Water
tons, under 150' of
boom(including jib with
attachments)
King
Power Equipment Operators-
Cranes: Friction cranes through
$78.44
7A 11 H 8X View
Underground Sewer Et Water
199 tons
King
Power Equipment Operators-
Cranes: through 19 tons with
$75.60
7A 11 H 8X View
Underground Sewer 8: Water
attachments, a -frame over 10
tons
King
Power Equipment Operators-
Crusher
$76.09
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Deck Engineer/Deck Winches
$76.09
15J 11G 8X View
Underground Sewer Et Water
(power)
King
Power Equipment Operators-
Derricks, On Building Work
$76.77
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Dozers D-9 Et Under
$75.50
15J 11G 8X View
Underground Sewer Ft Water
King
Power Equipment Operators-
Drill Oilers: Auger Type, Truck
$75.50
15J 11G 8X View
Underground Sewer Et Water
Or Crane Mount
King
Power Equipment Operators-
Drilling Machine
$77.53
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Elevator and man -lift:
$72.20
15J 11G 8X View
Underground Sewer Et Water
permanent and shaft type
King
Power Equipment Operators-
Finishing Machine, Bidwell And
$76.09
15J 11G 8X View
Underground Sewer Et Water
Gamaco Et Similar Equipment
King
Power Equipment Operators-
Forklift: 3000 lbs and over with
$75.50
15J 11G 8X View
Underground Sewer Et Water
attachments
King
Power Equipment Operators-
Forklifts: under 3000 lbs. with
$72.20
15J 11G 8X View
Underground Sewer Et Water
attachments
King
Power Equipment Operators-
Forklifts: under 3000 lbs. with
$72.20
15J 11G 8X View
Underground Sewer Et Water
attachments
King
Power Equipment Operators-
Grade Engineer: Using Blue
$76.09
15J 11G 8X View
Underground Sewer- Et Water
Prints, Cut Sheets, Etc
King
Power Equipment Operators-
Gradechecker/Stakeman
$72.20
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Guardrail Punch
$76.09
15J 11G 8X View
Underground Sewer Ft Water
King
Power Equipment Operators-
Hard Tail End Dump
$76.77
15J 11G 8X View
Underground Sewer Et Water
Articulating Off- Road
Equipment 45 Yards. Et Over
King
Power Equipment Operators-
Hard Tail End Dump
$76.09
15J 11G 8X View
Underground Sewer Et Water
Articulating Off -road
Equipment Under 45 Yards
King
Power Equipment Operators-
Horizontal/Directional Drill
$75.50
15J 11G 8X View
Underground Sewer Et Water
Locator
King
Power Equipment Operators-
Horizontal/Directional Drill
$76.09
15J 11G 8X View
Underground Sewer Et Water
Operator
King
Power Equipment Operators-
Hydralifts/boom trucks: 10
$72.30
7A 11 H 8X View
Underground Sewer_ Et Water
tons and under
King
Power Equipment Operators-
Hydralifts/boom trucks: over
$75.60
7A 11 H 8X View
Underground SeLm Water
10 tons
King
Power Equipment Operators-
Leverman
$78.33
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Loader, Overhead, 6 Yards. But
$76.77
15J 11G 8X View
Underground Sewer Et Water
Not Including 8 Yards
King
Power Equipment Operators-
Loaders, Overhead Under 6
$76.09
15J 11G 8X View
Underground Sewer Et Water
Yards
King
Power Equipment Operators-
Loaders, Plant Feed
$76.09
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders: Elevating Type Belt
$75.50
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Locomotives, All
$76.09
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Material Transfer Device
$76.09
15J 11G 8X View
Underground Sewer £t Water
King
Power Equipment Operators-
Mechanics: All (Leadmen -
$77.53
15J 11G 8X View
Underground Sewer bt Water
$0.50 per hour over mechanic)
King
Power Equipment Operators-
Motor Patrol Graders
$76.77
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Mucking Machine, Mole, Tunnel
$76.77
15J 11G 8X View
Underground Sewer- & Water
Drill, Boring, Road Header
And/or Shield
King
Power Equipment Operators-
Oil Distributors, Blower
$72.20
15J 11G 8X View
Underground Sewer Et Water
Distribution Et Mulch Seeding
Operator
King
Power Equipment Operators-
Outside Hoists (Elevators and
$75.50
15J 11 G 8X View
Underground Sewer Et Water
Manlifts), Air Tuggers, Strato
King
Power Equipment Operators-
Overhead, bridge type: 100
$77.63
7A 11 H 8X View
Underground Sewer Et Water
tons and over
King
Power Equipment Operators-
Overhead, bridge type: 45 tons
$76.87
7A 11 H 8X View
Underground Sewer Et Water
through 99 tons
King
Power Equipment Operators-
Pavement Breaker
$72.20
15J 11G 8X View
Underground Sewer £r Water
King
Power Equipment Operators-
Pile Driver (other Than Crane
$76.09
15J 11G 8X View
Underground Sewer Et Water
Mount)
King
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$75.50
15J 11G 8X View
Underground Sewer Et Wat r
King
Power Equipment Operators-
Posthole Digger, Mechanical
$72.20
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Power Plant
$72.20
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Pumps - Water
$72.20
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Quad 9, Hd 41, D10 And Over
$76.77
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Remote Control Operator On
$76.77
15J 11G 8X View
Underground Sewer Et Water-
Rubber Tired Earth Moving
Equipment
King
Power Equipment Operators-
Rigger and Bellman
$72.30
7A 11 H 8X View
Underground Sewer & Water
King
Power Equipment Operators-
Rigger/Signal Person,
$75.60
7A 11 H 8X View
Underground Sewer & Water
Bellman(Certified)
King
Power Equipment Operators-
RoRagon
$76.77
15J 11G 8X View
Underground Sew r a Water
King
Power Equipment Operators-
Roller, Other Than Plant Mix
$72.20
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Plant Mix Or Multi -lift
$75.50
15J 11G 8X View
Underground Sewer Et Water
Materials
King
Power Equipment Operators-
Roto-mill, Roto-grinder
$76.09
15J 11G 8X View
Underground Sewer Et Water -
King
Power Equipment Operators-
Saws - Concrete
$75.50
15J 11 G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Scraper, Self Propelled Under
$76.09
15J 11G 8X View
Underground Sewer Et Water
45 Yards
King
Power Equipment Operators-
Scrapers - Concrete Et Carry All
$75.50
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Scrapers, Self-propelled: 45
$76.77
15J 11G 8X View
Underground Sewer Et Water
Yards And Over
King
Power Equipment Operators-
Shotcrete/Gunite Equipment
$72.20
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoe,
$75.50
15J 11G 8X View
Underground Sewer Et Water
Tractors Under 15 Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoe:
$76.77
15J 11G 8X View
Underground Sewer Et Water
Over 30 Metric Tons To 50
Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes,
$76.09
15J 11G 8X View
Underground Sewer Et Water
Tractors: 15 To 30 Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
$77.53
15J 11G 8X View
Underground Sewer & Water
Over 50 Metric Tons To 90
Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
$78.33
15J 11G 8X View
Underground Sewer EtWater
Over 90 Metric Tons
King
Power Equipment Operators-
Slipform Pavers
$76.77
15J 11 G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Spreader, Topsider Et
$76.77
15J 11G 8X View
Underground Sewer Et Water
Screedman
King
Power Equipment Operators-
Subgrader Trimmer
$76.09
15J 11G 8X View
Underground Sewer Ft Water
King
Power Equipment Operators-
Tower Bucket Elevators
$75.50
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Crane: over 175' through
$78.44
7A
11 H
8X
View
Underground Sewer Ft W ter
250' in height, base to boom
King
Power Equipment Operators-
Tower crane: up to 175' in
$77.63
7A
11 H
8X
View
Underground Sewer a Water
height base to boom
King
Power Equipment Operators-
Tower Cranes: over 250' in
$79.20
7A
11 H
8X
View
Underground Sewer a Water
height from base to boom
King
Power Equipment Operators-
Transporters, All Track Or Truck
$76.77
15J
11G
8X
View
Underground Sewer a Water
Type
King
Power Equipment Operators-
Trenching Machines
$75.50
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Crane Oiler/Driver: 100
$76.19
7A
11 H
8X
View
Underground Sewer a Water
tons and over
King
Power Equipment Operators-
Truck crane oiler/driver: under
$75.60
7A
11 H
8X
View
Underground Sewer Et Water
100 tons
King
Power Equipment Operators-
Truck Mount Portable Conveyor
$76.09
15.1
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Welder
$76.77
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Wheel Tractors, Farmall Type
$72.20
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Yo Yo Pay Dozer
$76.09
15J
11G
8X
View
Underground Sewer Et Water
King
Power Line Clearance Tree
Journey Level In Charge
$57.22
5A
4A
View
Trimmers
King
Power Line Clearance Tree
Spray Person
$54.32
5A
4A
View
Trimmers
King
Power Line Clearance Tree
Tree Equipment Operator
$57.22
5A
4A
View
Trimmers
King
Power Line Clearance Tree
Tree Trimmer
$51.18
5A
4A
View
Trimmers
King
Power Line Clearance Tree
Tree Trimmer Groundperson
$38.99
5A
4A
View
Trimmers
King
Refrigeration Et Air
Journey Level
$90.01
6Z
1G
View
Conditioning Mechanics
King
Residential Brick Mason
Journey Level
$63.32
7E
1 N
View
King
Residential Carpenters
Journey Level
$36.44
1
View
King
Residential Cement Masons
Journey Level
$46.64
1
View
King
Residential Drywall Applicators
Journey Level
$68.19
15J
4C
View
King
Residential Drywall Tapers
Journey Level
$36.36
1
View
King
Residential Electricians
Journey Level
$48.80
1
View
King
Residential Glaziers
Journey Level
$28.93
1
View
King
Residential Insulation
Journey Level
$28.18
1
View
Applicators
King
Residential Laborers
Journey Level
$29.73
1
View
King
Residential Marble Setters
Journey Level
$27.38
1
View
King
Residential Painters
Journey Level
$23.47
1
View
King
Residential Plumbers Et
Journey Level
$94.69
6Z
1 G
View
Pipefitters
King
Residential Refrigeration Et Air
Journey Level
$90.01
6Z
1G
View
Conditioning Mechanics
King
Residential Sheet Metal
Journey Level
$91.83
7F
1 E
View
Workers
King
Residential Soft Floor Layers
Journey Level
$51.91
5A
3J
View
King
Residential Sprinkler Fitters
Journey Level
$53.04
5C
211
View
.(Fire Protection).
King
Residential Stone Masons
Journey Level
$63.32
7E
1 N
View
King
Residential Terrazzo Workers
Journey Level
$58.71
7E
1 N
View
King
Residential Terrazzo/Tile
Journey Level
$24.39
1
View
Finishers
King
Residential Tile Setters
Journey Level
$21.04
1
View
King
Roofers
Journey Level
$59.05
5A
3H
View
King
Roofers
Using Irritable Bituminous
$62.05
5A
3H
View
Materials
King
Sheet Metal Workers
Journey Level (Field or Shop)
$91.83
7F
1 E
View
King
Shipbuilding Et Ship Repair
New Construction Boilermaker
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Carpenter
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Crane
$39.58
7V
1
View
Operator
King
Shipbuilding Et Ship Repair
New Construction Electrician
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Heat Et Frost
$82.02
15H
11C
View
Insulator
King
Shipbuilding Et Ship Repair
New Construction Laborer
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Machinist
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Operating
$39.58
7V
1
View
Engineer
King
Shipbuilding Et Ship Repair
New Construction Painter
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Pipefitter
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Rigger
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Sheet Metal
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Shipfitter
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction
$39.58
7V
1
View
Warehouse/Teamster
King
Shipbuilding Et Ship Repair
New Construction Welder /
$39.58
7V
1
View
Burner
King
Shipbuilding Et Ship Repair
Ship Repair Boilermaker
$47.45
7X
4J
View
King
Shipbuilding it Ship Repair
Ship Repair Carpenter
$47.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Crane Operator
$45.06
7Y
4K
View
King
Shipbuilding Et Ship Repair
Ship Repair Electrician
$48.92
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Heat Et Frost
$82.02
15H
11 C
View
Insulator
King
Shipbuilding Et Ship Repair
Ship Repair Laborer
$47.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Machinist
$47.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Operating Engineer
$45.06
7Y
4K
View
King
Shipbuilding Et Ship Repair
Ship Repair Painter
$47.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Pipefitter
$47.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Rigger
$47.45
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Sheet Metal
$47.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Shipwright
$47.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Warehouse /
$45.06
7Y
4K
View
Teamster
King
Sign Makers Et Installers
Journey Level
$53.62
0
1
View
.(Electrical).
King
Sign Makers Ft Installers {Non-
Journey Level
$34.42
0
1
View
Electrical),
King
Soft Floor Layers
Journey Level
$54.41
5A
3J
View
King
Solar Controls For Windows
Journey Level
$14.49
1
View
King
Sprinkler- Fitters (Fire
Journey Level
$89.49
5C
1X
View
Protection).
King
Stage Rigging Mechanics (Non
Journey Level
$14.49
1
View
Structural),
King
Stone Masons
Journey Level
$63.32
7E
1 N
View
King
Street And Parki g Lot Sweeper
Journey Level
$19.09
1
View
Workers
King
Surveyors
Assistant Construction Site
$75.60
7A
11 H
8X
View
Surveyor
King
Surveyors
Chainman
$72.30
7A
11 H
8X
View
King
Surveyors
Construction Site Surveyor
$76.87
7A
11 H
8X
View
King
Surveyors
Drone Operator (when used in
$72.30
7A
11 H
8X
View
conjunction with survey work
only)
King
Surveyors
Ground Penetrating Radar
$72.30
7A
11 H
8X
View
Operator
King
Telecommunication Technicians
Journey Level
$59.10
7E
1 E
View
King
Telephone Line Construction -
Cable Splicer
$38.27
5A
2B
View
Outside
King
Telephone Line Construction
Hole Digger/Ground Person
$25.66
5A
2B
View
Outside
King
Telephone Line Construction-
Telephone Equipment Operator
$31.96
5A
2B
View
Outside
(Light)
King
Telephone Line Co s ructio -
Telephone Lineperson
$36.17
5A
2B
View
Outside
King
Terrazzo Workers
Journey Level
$58.71
7E
1 N
View
King
Tile Setters
Journey Level
$58.71
7E
1 N
View
King
Tile, Marble Et Terrazzo
Finisher
$49.54
7E
1 N
View
Finishers
King
Traffic Control Stripers
Journey Level
$50.51
7A
1K
View
King
Truck Drivers
Asphalt Mix Over 16 Yards
$69.95
15J
ill
8L
View
King
Truck Drivers
Asphalt Mix To 16 Yards
$69.11
15J
ill
8L
View
King
Truck Drivers
Dump Truck
$69.11
15J
ill
8L
View
King
Truck Drivers
Dump Truck Et Trailer
$69.95
15J
ill
8L
View
King
Truck Drivers
Other Trucks
$69.95
15J
ill
8L
View
King
Truck Drivers - Ready Mix
Transit Mix
$69.95
15J
ill
8L
View
King
Well drillers Et Irrigation Pump
Irrigation Pump Installer
$17.71
1
View
Installers
King
Well Drillers Ft Irrigation Pump
Oiler
$14.49
1
View
Installers
King
Well Drillers Et Irrigation Pump
Well Driller
$18.00
1
View
Installers
Washington State Department of Labor and Industries
Policy Statement
(Regarding the Production of "Standard" or "Non-standard" Items)
Below is the department's (State L&I's) list of criteria to be used in determining whether a
prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's
predetermined list, these criteria shall be used by the Contractor (and the Contractor's
subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to
determine coverage under RCW 39.12. The production, in the State of Washington, of
non-standard items is covered by RCW 39.12, and the production of standard items is not.
The production of any item outside the State of Washington is not covered by RCW 39.12.
1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12.
If it is, go to question 2.
2. Is the item fabricated on the public works jobsite? If it is, the work is covered under
RCW 39.12. If not, go to question 3.
3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated
primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not,
go to question 4.
4. Does the item require any assembly, cutting, modification or other fabrication by the
supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5.
5. Is the prefabricated item intended for the public works project typically an inventory
item which could reasonably be sold on the general market? If not, the work is covered
by RCW 39.12. If yes, go to question 6.
6. Does the specific prefabricated item, generally defined as standard, have any unusual
characteristics such as shape, type of material, strength requirements, finish, etc? If yes,
the work is covered under RCW 39.12.
Any firm with questions regarding the policy, WSDOT's Predetermined List, or for
determinations of covered and non -covered workers shall be directed to State L&I at (360)
902-5330.
Supplemental to Wage Rates
03/03/2022 Edition, Published February 1, 2022
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
Below is a list of potentially prefabricated items, originally furnished by WSDOT to
Washington State Department of Labor and Industries, that may be considered non-
standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked
with an X in the "YES" column should be considered to be non-standard and therefore
covered by RCW 39.12. Items marked with an X in the "NO" column should be
considered to be standard and therefore not covered. Of course, exceptions to this
general list may occur, and in that case shall be evaluated according to the criteria
described in State and L&I's policy statement.
ITEM DESCRIPTION YES NO
1. Metal rectangular frames, solid metal covers, herringbone grates,
and bi-directional vaned grates for Catch Basin X
Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans
2. Metal circular frames (rings) and covers, circular grates,
and prefabricated ladders for Manhole Types 1, 2, and 3, X
Drywell Types 1, 2, and 3 and Catch Basin Type 2.
See Std. Plans
3, Prefabricated steel grate supports and welded grates,
metal frames and dual vaned grates, and Type 1, 2, and X
3 structural tubing grates for Drop Inlets. See Std. Plans.
4. Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X
5. Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X
6. Corrugated Steel Pipe - Steel lock seam corrugated
pipe for culverts and storm sewers, sizes 30 inch X
to 120 inches in diameter. May also be treated, 1 thru 5.
7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated
pipe
for culverts and storm sewers, sizes 30 inch to 120 inches in X
diameter. May also be treated, #5.
Supplemental to Wage Rates 2
03/03/2022 Edition, Published February 1, 2022
ITEM DESCRIPTION
YES NO
8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for
mounting sign structures, luminaries and other items, shall be
made from commercial bolt stock. X
See Contract Plans and Std. Plans for size and material type.
9. Aluminum Pedestrian Handrail - Pedestrian handrail
conforming to the type and material specifications set forth in
the X
contract plans. Welding of aluminum shall be
in accordance with Section 9-28.14(3).
10. Major Structural Steel Fabrication - Fabrication of major steel
items such as trusses, beams, girders, etc., for bridges. X
11. Minor Structural Steel Fabrication - Fabrication of minor steel
Items such as special hangers, brackets, access doors for
structures, access ladders for irrigation boxes, bridge expansion
joint systems, etc., involving welding, cutting, punching and/or X
boring of holes. See Contact Plans for item description and
shop
drawings.
12. Aluminum Bridge Railing Type BP - Metal bridge railing
conforming to the type and material specifications set forth
in the Contract Plans. Welding of aluminum shall be in X
accordance with Section 9-28.14(3).
13. Concrete Piling--Precast-Prestressed concrete piling for use as
55
and 70 ton concrete piling. Concrete to conform to X
Section 9-19.1 of Std. Spec..
14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X
sections and flat top slabs. See Std. Plans.
15. Precast Drywell Types 1, 2, and with cones and adjustment
Sections. X
See Std. Plans.
16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2
With adjustment sections. See Std. Plans. X
Supplemental to Wage Rates 3
03/03/2022 Edition, Published February 1, 2022
ITEM DESCRIPTION
YES NO
17. Precast Concrete Inlet - with adjustment sections,
See Std. Plans X
18. Precast Drop Inlet Type 1 and 2 with metal grate supports.
See Std. Plans. X
19. Precast Grate Inlet Type 2 with extension and top units.
See Std. Plans X
20. Metal frames, vaned grates, and hoods for Combination
Inlets. See Std. Plans X
21, Precast Concrete Utility Vaults - Precast Concrete utility vaults
of
various sizes. Used for in ground storage of utility facilities and
controls. See Contract Plans for size and construction X
requirements. Shop drawings are to be provided for approval
prior to casting
22. Vault Risers - For use with Valve Vaults and Utilities
X
Vaults.
X
23. Valve Vault - For use with underground utilities. X
See Contract Plans for details.
24. Precast Concrete Barrier - Precast Concrete Barrier for
use as new barrier or may also be used as Temporary Concrete
Barrier. Only new state approved barrier may be used as X
permanent barrier.
25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in
size and shape as shown in the Plans. Fabrication plant has
annual approval for methods and materials to be used.
See Shop Drawing. X
Fabrication at other locations may be approved, after facilities
inspection, contact HQ. Lab.
26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall
panel in size and shape as shown in Plans. X
Fabrication plant has annual approval for methods and materials
to be used
Supplemental to Wage Rates 4
03/03/2022 Edition, Published February 1, 2022
ITEM DESCRIPTION
YES NO
27. Precast Railroad Crossings - Concrete Crossing Structure X
Slabs.
28. 12, 18 and 26 inch Standard Precast Prestressed Girder —
Standard Precast Prestressed Girder for use in structures.
Fabricator plant has annual approval of methods and materials
to X
be used. Shop Drawing to be provided for approval prior to
casting girders.
See Std. Spec. Section 6-02.3(25)A
29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete
Girders for use in structures. Fabricator plant has annual
approval
of methods and materials to be used. Shop Drawing to be X
provided for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A
30. Prestressed Tri-Beam Girder - Prestressed Tri-Beam Girders for
use in structures. Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be
provided X
for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A
31. Prestressed Precast Hollow -Core Slab — Precast Prestressed
Hollow -core slab for use in structures. Fabricator plant has
annual
approval of methods and materials to be used. Shop Drawing to X
be provided for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A.
32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for
use in structures. Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be
provided X
for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A
33. Monument Case and Cover
See Std. Plan.
Supplemental to Wage Rates
03/03/2022 Edition, Published February 1, 2022
X
5
ITEM DESCRIPTION
YES NO
34. Cantilever Sign Structure - Cantilever Sign Structure
fabricated from steel tubing meeting AASHTO-M-183. See Std.
Plans, and Contract Plans for details. The steel structure X
shall be galvanized after fabrication in accordance with
AASHTO-M-111.
35. Mono -tube Sign Structures - Mono -tube Sign Bridge
fabricated to details shown in the Plans. Shop drawings for X
approval are required prior to fabrication.
36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel
tubing meeting AASHTO-M-138 for Aluminum Alloys.
See Std. Plans, and Contract Plans for details. The steel
structure X
shall be galvanized after fabrication in accordance
with AASHTO-M-111.
37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std
Plans. Shop drawings for approval are to be provided prior to X
fabrication
38. Light Standard -Prestressed - Spun, prestressed, hollow
concrete poles. X
39. Light Standards - Lighting Standards for use on highway
illumination systems, poles to be fabricated to conform with
methods and materials as specified on Std. Plans. See Specia X
Provisions for pre -approved drawings.
40 Traffic Signal Standards - Traffic Signal Standards for use on
highway and/or street signal systems. Standards to be
fabricated X
to conform with methods and material as specified on Std.
Plans.
See Special Provisions for pre -approved drawings
41. Precast Concrete Sloped Mountable Curb (Single and
DualFaced) X
See Std. Plans.
Supplemental to Wage Rates 6
03/03/2022 Edition, Published February 1, 2022
ITEM DESCRIPTION
42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs,
the sources of the following materials must be submitted and
approved for reflective sheeting, legend material, and
aluminum
sheeting.
NOTE: *** Fabrication inspection required. Only signs tagged
"Fabrication Approved" by WSDOT Sign Fabrication Inspector
to be installed
43. Cutting & bending reinforcing steel
44. Guardrail components
45. Aggregates/Concrete mixes
46. Asphalt
47. Fiber fabrics
48. Electrical wiring/components
49. treated or untreated timber pile
50. Girder pads (elastomeric bearing)
51. Standard Dimension lumber
52. Irrigation components
Supplemental to Wage Rates
03/03/2022 Edition, Published February 1, 2022
YES NO
Custom Std
Message Signing
Message
X
X X
Custom Standard
End Sec Sec
Covered by
WAC 296-127-018
Covered by
WAC 296-127-018
X
X
X
X
X
X
7
ITEM DESCRIPTION
YES NO
53.
Fencing materials
X
54.
Guide Posts
X
55.
Traffic Buttons
X
56.
Epoxy
X
57.
Cribbing
X
58.
Water distribution materials
X
59.
Steel "H" piles
X
60.
Steel pipe for concrete pile casings
X
61.
Steel pile tips, standard
X
62.
Steel pile tips, custom
X
Prefabricated items specifically produced for public works projects that are prefabricated in a
county other than the county wherein the public works project is to be completed, the wage for
the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual
prefabrication takes place.
It is the manufacturer of the prefabricated product to verify that the correct county wage rates are
applied to work they perform.
See RCW 39.12.01 0
(The definition of"locality" in RCW__.)(2) contains the phrase "wherein the physical work is being performed "The department
interprets this phrase to mean the actual work site.
Supplemental to Wage Rates 8
03/03/2022 Edition, Published February 1, 2022
WSDOT's List of State Occupations not applicable to Heavy and
Highway Construction Projects
This project is subject to the state hourly minimum rates for wages and fringe benefits in
the contract provisions, as provided by the state Department of Labor and Industries.
The following list of occupations, is comprised of those occupations that are not normally
used in the construction of heavy and highway projects.
When considering job classifications for use and / or payment when bidding on, or building
heavy and highway construction projects for, or administered by WSDOT, these
Occupations will be excepted from the included "Washington State Prevailing Wage Rates
For Public Work Contracts" documents.
® Building Service Employees
• Electrical Fixture Maintenance Workers
• Electricians - Motor Shop
• Heating Equipment Mechanics
• Industrial Engine and Machine Mechanics
• Industrial Power Vacuum Cleaners
Inspection, Cleaning, Sealing of Water Systems by Remote Control
• Laborers - Underground Sewer & Water
• Machinists (Hydroelectric Site Work)
• Modular Buildings
• Playground & Park Equipment Installers
® Power Equipment Operators - Underground Sewer & Water
■ Residential *** ALL ASSOCIATED RATES ***
• Sign Makers and Installers (Non -Electrical)
• Sign Makers and Installers (Electrical)
• Stage Rigging Mechanics (Non Structural)
The following occupations may be used only as outlined in the preceding text concerning
"WSDOT's list for Suppliers - Manufacturers - Fabricators"
• Fabricated Precast Concrete Products
• Metal Fabrication (In Shop)
Definitions for the Scope of Work for prevailing wages may be found at the Washington
State Department of Labor and Industries web site and in WAC Chapter 296-127.
Supplemental to Wage Rates 9
03/03/2022 Edition, Published February 1, 2022
Washington State Department of Labor and Industries
Policy Statements
(Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.)
WAC 296-127-018 Agency filings affecting this section
Coverage and exemptions of workers involved in the production and delivery of
gravel, concrete, asphalt, or similar materials.
(1) The materials covered under this section include but are not limited to: Sand, gravel,
crushed rock, concrete, asphalt, or other similar materials.
(2) All workers, regardless of by whom employed, are subject to the provisions of
chapter 39.12 RCW when they perform any or all of the following functions:
(a) They deliver or discharge any of the above -listed materials to a public works project
site:
(i) At one or more point(s) directly upon the location where the material will be
incorporated into the project; or
(ii) At multiple points at the project; or
(iii) Adjacent to the location and coordinated with the incorporation of those materials-
(b) They wait at or near a public works project site to perform any tasks subject to this
section of the rule.
(c) They remove any materials from a public works construction site pursuant to
contract requirements or specifications (e.g., excavated materials, materials from
demolished structures, clean-up materials, etc.).
(d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry,
etc.,) which is established for a public works project for the specific, but not necessarily
exclusive, purpose of supplying materials for the project.
(e) They deliver concrete to a public works site regardless of the method of
incorporation.
(f) They assist or participate in the incorporation of any materials into the public works
project.
Supplemental to Wage Rates 10
03/03/2022 Edition, Published February 1, 2022
(3) All travel time that relates to the work covered under subsection (2) of this section
requires the payment of prevailing wages. Travel time includes time spent waiting to load,
loading, transporting, waiting to unload, and delivering materials. Travel time would
include all time spent in travel in support of a public works project whether the vehicle is
empty or full. For example, travel time spent returning to a supply source to obtain another
load of material for use on a public works site or returning to the public works site to obtain
another load of excavated material is time spent in travel that is subject to prevailing wage.
Travel to a supply source, including travel from a public works site, to obtain materials for
use on a private project would not be travel subject to the prevailing wage.
(4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver
materials to a stockpile.
(a) A "stockpile" is defined as materials delivered to a pile located away from the site
of incorporation such that the stockpiled materials must be physically moved from the
stockpile and transported to another location on the project site in order to be incorporated
into the project.
(b) A stockpile does not include any of the functions described in subsection (2)(a)
through (f) of this section; nor does a stockpile include materials delivered or distributed
to multiple locations upon the project site; nor does a stockpile include materials dumped
at the place of incorporation, or adjacent to the location and coordinated with the
incorporation.
(5) The applicable prevailing wage rate shall be determined by the locality in which the
work is performed. Workers subject to subsection (2)(d) of this section, who produce such
materials at an off -site facility shall be paid the applicable prevailing wage rates for the
county in which the off -site facility is located. Workers subject to subsection (2) of this
section, who deliver such materials to a public works project site shall be paid the
applicable prevailing wage rates for the county in which the public works project is located.
[Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, §
296-127-018, filed 12/2/08, effective 1 /2/09. Statutory Authority: Chapters 39.04 and 39.12
RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and
4/1/92, effective 8/31/92.]
Supplemental to Wage Rates 11
03/03/2022 Edition, Published February 1, 2022
Benefit Code Key — Effective 3/3/2022 thru 8/30/2022
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.
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 atone 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.
1of15
Benefit Code Key — Effective 3/3/2022 thru 8/30/2022
Overtime Codes Continued
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 atone and one-half times the hourly rate of wage. All hours worked in excess often (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.
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.
2 of 15
Benefit Code Key — Effective 3/3/2022 thru 8/30/2022
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.
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.
M. This code appears to be missing. All hours worked on Saturdays, Sundays and holidays shall be paid at double the
hourly rate of wage.
O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage.
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.
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.
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.
J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on
Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays
shall be paid at double the hourly rate of wage.
K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly
rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in
excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee
returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period.
4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A_ All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly
rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage.
3 of 15
Benefit Code Key - Effective 3/3/2022 thru 8/30/2022
Overtime Codes Continued
4. 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.
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 (1 %) 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.
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.
I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours
worked on Sundays and holidays shall be paid at double the hourly rate of wage.
4of15
Benefit Code Key — Effective 3/3/2022 thru 8/30/2022
Overtime Codes Continued
4. J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours
worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly
rate of wage.
K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday
is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all
hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage.
L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours
worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double
the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage,
except that all hours worked on Labor Day shall be paid at double the hourly rate of pay.
U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement
weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12)
hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or
outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and
one-half (1 '/2) the straight time rate.
In the event the job is down due to weather conditions, 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
work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x)
the straight time rate of pay.
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.
When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be
a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight
(8) hours.
W. 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.
When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time
shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break
of eight (8) hours.
5of15
Benefit Code Key — Effective 3/3/2022 thru 8/30/2022
Overtime Codes Continued
4. X. 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. Work performed outside the normal shift of 6
am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations).
All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established
when considered necessary by the Employer.
The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022),
that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour
schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work
performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one-
half the straight time rate.
When due to conditions beyond the control of the Employer, or when contract specifications require that work can
only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight
time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of
work.
When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall
be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of
eight (8) hours.
Y. 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. 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.
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.
Z. 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. Work performed on Sundays may be paid at double time. All hours worked
on holidays shall be paid at double the hourly rate of wage.
11. 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 After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime
rate until such time as the employee has had a break of eight (8) hours or more.
C 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. All non -overtime and non -holiday hours worked between 4:00 pm and 5:00
am, Monday through Friday, shall be paid at a premium rate of 15% over the hourly rate of wage.
6of15
Benefit Code Key — Effective 3/3/2022 thru 8/30/2022
Overtime Codes Continued
l 1. D. All hours worked on Saturdays and holidays shall be paid at one and one-half times the hourly rate of wage. All hours
worked on Sundays shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime
rate until such time as the employee has had a break of eight (8) hours or more.
E. The first two (2) hours after eight (8) regular hours Monday through Friday, the first ten (10) hours on Saturday, and
the first ten (10) hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. All hours
worked over ten (10) hours Monday through Saturday, and Sundays shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime
rate until such time as the employee has had a break of eight (8) hours or more.
F. 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-half times the hourly rate of wage 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.
G. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly
rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of
twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of nine (9) hours or more. When an employee
returns to work without at least nine (9) hours time off since their previous shift, all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the nine (9) hours rest period.
H. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly
rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of
twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break often (10) hours or more. When an employee
returns to work without at least ten (10) hours time off since their previous shift, all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the ten (10) hours rest period.
Overtime Codes Continued
7of15
Benefit Code Key — Effective 3/3/2022 thru 8/30/2022
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. All work performed after 6:00 pm Saturday to 5:00 am Monday, all work performed over twelve (12) hours,
and all work performed on 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 two dollar ($2.00) per hour
for all hours worked that shift.
lloliday Codes
5, A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, and Christmas Day (7).
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, the day before Christmas, and Christmas Day (8).
C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
D. Holidays: New 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).
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).
8of15
Benefit Code Key — Effective 3/3/2022 thru 8/30/2022
Holiday Codes Continued
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).
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).
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).
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).
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.
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.
9of15
Benefit Code Key — Effective 3/3/2022 thru 8/30/2022
Holiday Codes Continued
7. 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.
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.
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.
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.
V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New
Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered
a holiday and compensated accordingly.
10 of 15
Benefit Code Key — Effective 3/3/2022 thru 8/30/2022
Holiday Codes Continued
7. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before
New Year's Day, and a Floating Holiday.
X. 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 the day before or after
Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken
on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday
will be taken on the next normal workday.
Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the
federal government shall be considered a holiday and compensated accordingly.
G. New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (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.
H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any
holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on
a Saturday shall be observed as a holiday on the preceding Friday.
I. 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.
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.
11 of 15
Benefit Code Key — Effective 3/3/2022 thru 8/30/2022
Holiday Codes Continued
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.
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.
V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New
Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered
a holiday and compensated accordingly.
W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before
New Year's Day, and a Floating Holiday.
X. 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 the day before or after
Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken
on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday
will be taken on the next normal workday.
Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the
federal government shall be considered a holiday and compensated accordingly.
15. G. New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (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.
H. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, Christmas Eve Day, and Christmas Day (8). When the following holidays fall on a Saturday
(New Year's Day, Independence Day, and Christmas Day) the preceding Friday will be considered as the holiday;
should they fall on a Sunday, the following Monday shall be considered as the holiday.
I. Holidays: New Year's Day, President's Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, Christmas Day, the last regular workday before Christmas (8). Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday.
Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (9). 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.
12 of 15
Benefit Code Key — Effective 3/3/2022 thru 8/30/2022
Note Odes
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.
S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting
or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic
Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued
by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,
2012.
T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary
traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during
construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or
where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of
Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.
U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50,
And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all
work performed underground, including operating, servicing and repairing of equipment. The premium for
underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive
an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who
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 15 F to 220' - $4.00 per foot for each foot over 220 feet.
Over 22 F - $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.
13 of 15
Benefit Code Key — Effective 3/3/2022 thru 8/30/2022
Note Codes Continued
8. X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit:
$1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour
When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a
government agency or the contract specifications requires that work can only be performed outside the normal 5 am
to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a
special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time
status. (For example, the special shift premium does not waive the overtime requirements for work performed on
Saturday or Sunday.)
Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work
(work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay.
Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions
that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above
the classification rate.
Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the
Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require
that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the
special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a
special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double-
time status. (For example, the special shift premium does not waive the overtime requirements for work performed
on Saturday or Sunday.)
9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the
Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require
that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the
special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a
special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double-
time status. (For example, the special shift premium does not waive the overtime requirements for work performed on
Saturday or Sunday.)
Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their
classification rate.
Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length:
(A) — 130' to 199' — $0.50 per hour over their classification rate.
(B) — 200' to 299' — $0.80 per hour over their classification rate.
(C) — 300' and over — $1.00 per hour over their classification rate.
14 of 15
Benefit Code Key — Effective 3/3/2022 thru 8/30/2022
Note Codes Continued
9. B. 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.
Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
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.
D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines,
towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or
anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required.
E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or
manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic
reactor construction. 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.
F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines,
towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere
abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required.
15 of 15
- l 1
"General Decision Number: WA20220001 04/29/2022
Superseded General Decision Number: WA20210001
State: Washington
Construction Type: Highway
Counties: Washington Statewide.
HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin
Counties)
Note: Contracts subject to the Davis -Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14026 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis -Bacon Act itself, but do not apply to
contracts subject only to the Davis -Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(2)-(60).
IIf the contract is entered
into on or after January 30,
12022, or the contract is
irenewed or extended (e.g., an
toption is exercised) on or
after January 30, 2022:
i. Executive Order 14026
1 generally applies to the
l contract.
I. The contractor must pay
I all covered workers at
least $15.00 per hour (or
the applicable wage rate
listed on this wage
determination, if it is
higher) for all hours
spent performing on the
contract in 2022.
If the contract was awarded on ,
,or between January 1, 2015 and;
IJanuary 29, 2022, and the I
(contract is not renewed or I..
lextended on or after January I
130, 2022: '
Executive Order 13658
genera-lly applies to the
contract.
The contractor must pay alll
covered workers at least 1
$11.25 per hour (or the
applicable wage rate listed,
on this wage determination,i
if it is higher) for all
hours spent performing on
that contract in 2022. 1
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Jxecutive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under zhe Executive Orders is available at
https://www.dol.gov/agencies/whd/government-contracts.
11P'II:_
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
BE
Modification Number
0
1
2
3
4
CARP0003-006 06/01/2018
Publication Date
01/07/2022
02/18/2022
02/25/2022
03/18/2022
04/29/2022
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS(Piledriver only), PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west
to Willapa Bay to the Pacific Ocean), SKAMANIA, and WAHKIAKUM
Counties.
Rates
Carpenters:
CARPENTERS ..................$ 37.64
DIVERS TENDERS ..............$ 43.73
DIVERS .................... ..$ 87.73
DRYWALL .....................$ 37.64
MILLWRIGHTS .................$ 38.17
PILEDRIVERS .................$ 38.71
DEPTH PAY:
50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET
101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET
151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET
Zone Differential (Add up Zone 1 rates):
Zone 2 - $0.85
Zone 3 - 1.25
Zone 4 - 1.70
Zone 5 - 2.00
Zone 6 - 3.00
Fringes
16.83
16.83
16.83
16.83
16.83
16.83
3ASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND
VANCOUVER, (NOTE: All dispatches for Washington State
Counties: Cowlitz, Wahkiakum and Pacific shall be from
Longview Local 41707 and mileage shall be computed from
that point.)
2 1 P a - e
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
1 3
ZONE l: Projects located within 30 miles of the respective
city hall of the above mentioned cities
ZONE 2: Projects located more than 30 miles and less than 40
miles of the respective city of the above mentioned cities
ZONE 3: Projects located more than 40 miles and less than 50
miles of the respective city of the above mentioned cities
ZONE 4: Projects located more than 50 miles and less than 60
miles of the respective city of the above mentioned cities.
ZONE 5: Projects located more than 60 miles and less than 70
miles of the respective city of the above mentioned cities
ZONE 6: Projects located more than 70 miles of the respected
city of the above mentioned cities
--------------
CARP0030-004 06/01/2020
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM Counties
CARPENTER
BRIDGE CARPENTERS .......... .$
CARPENTERS ON CREOSOTE
MAT'ERIAL....................$
CARPENTERS ................ .$
DIVERS TENDER ...............$
DIVERS ......................$
MILLWRIGHT AND MACHINE
ERECTORS ....................$
PILEDRIVER, DRIVING,
UNG, TIN�, ACING
COLLARS, SETT WE -DING
OR CRESOTE TREATED
MA_ERIAL, ALL PILING ........ $
Rates Fringes
46.92 18.02
47.02 18.02
46.92 18.02
51.89 18.02
100.78 18.02
48.42 18.32
47.17 18.02
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay sha-1 be paid on Jobs located ou-side of the
free zone computed from the city center of the following
_-S7_ed cites:
Seattle
Auburn
Renton
Aberdeen -Hoqu-am
Ellensburg
Centralia
Chelan
Oymo=�
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
Be! -ingham
Anacortes
Yak -ma
Wenatchee
Port Anaeles
Sunnyside
31_-3
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
1 4
Zone
Pay:
0
-25
radius
miles
Free
26-35
radius
miles
$1.00/hour
36-45
radius
miles
$1.15/hour
46-55
radius
miles
$1.35/hour
Over
55 radius
miles
$1.55/hour
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
CARP0059-002 06/01/2019
ADAMS, ASOTIN, BENTON, CHELAN (East of 120th meridian),
COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT (East of
120th meridian), KITTITAS (East of 120th meridian), LINCOLN,
OKANOGAN (East of 120th meridian), PEND OREILLE, SPOKANE,
STEVENS, WALLA WALLA, WHITMAN, and YAKIMA (East of 120th
meridian) Counties
Rates
CARPENTER
GROUP 1.....................$ 33.47
GROUP 2.....................$ 47,.42
GROUP 3.....................$ 36.66
GROUP 4.................. ..$ 36.66
GROUP 5— ................. -$ 83.96
GROUP 6..................... $ 40.23
GROUP 7.....................$ 41.23
GROUP 8.....................$ 37.66
GROUP 9............44.23
CARPENTER & DIVER CLASSIFICATIONS:
GROUP 1: Carpenter
GROUP 2: Millwright, Machine Erecior
Fringes
GROUP 3: Piledriver - includes driving, pulling, cu ting,
placing collars, setting, welding, or creosote heated
material, on all piling
GROUP 4: Bridge, Dock, and Wharf carpenters
GROUP 5: Diver Wet
41 P age
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
J5
GROUP 6: Diver Tender, Manifold Operator, ROV Operator
GROUP 7; Diver Standby
GROUP 8: Assistant Diver Tender, ROV Tender/Technician
GROUP 9: Manifold Operator -Mixed Gas
ZONE PAY:
ZONE 1 0-45 MILES FREE
ZONE 2 45-100 $4.00/PER HOUR
ZONE 3 OVER 100 MILES $6.00/PER HOUR
DISPATCH POINTS:
CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite) .
CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: MOSCOW (306 N. JACKSON) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite).
DEPTH PAY FOR DIVERS BELOW WATER SURFACE:
50-100 feet $2.00 per foot
101-150 feet $3.00 per foot
151-220 feet $4.00 per foot
221 feet and deeper $5.00 per foot
PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT:
0-25 feet Free
26-300 feet $1.00 per Foot
SATURATION DIVING:
The standby rate applies until saturation starts. The
saturation diving rate applies when divers are under
pressure continuously until work task and decompress -on are
comp_e7e. the diver raze shaLl be paid for all saturation
hours.
WORK IN COMBINATION OF CLASSIFICATIONS:
Employees working in any combination of classifications
within the diving crew (except dive supervisor) in a shift
are paid in the classification with the highest rate for
that shift.
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
ME
HAZMAT PROJECTS:
Anyone working on a HAZMAT job (task), where HAZMAT
certification is required, shall be compensated at a
premium, in addition to the classification working in as
follows:
LEVEL D + $.25 per hour - This is the lowest level of
protection. No respirator is used and skin protection is
minimal.
LEVEL C + $.50 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B + $.75 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical ""splash suit"".
LEVEL A +$1.00 per hour - This level utilizes a fully
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
----------------------------------------------------------
CARP0770-003 06/01/2020
WEST OF 120TH MERIDIAN FOR THE FOLLOWING COUNTIES:
CHELAN, DOUGLAS, GRANT, KITTITAS, OKANOGAN, and YAKIMA
Rates Fringes
CARPENTER
CARPENTERS ON CREOSOTE
MATERIAL ....................$
47.02
18.02
CARPENTERS ..................$
46.92
18.02
DIVERS TENDER ...............$
51.89
18.02
DIVERS ......................$
100.78
18.02
MILLWRIGHT AND MACHINE
ERECTORS ....................$
48.42
18.02
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING ........
$ 47.17
18.02
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
61aae
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
17
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle
Auburn
Renton
Aberdeen-Hoquiam
Ellensburg
Centralia
Chelan
Zone Pay:
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
0
-25
radius
miles
Free
26-35
radius
miles
$1.00/hour
36-45
radius
miles
$1.15/hour
46-55
radius
miles
$1.35/hour
Over
55 radius miles
$1.55/hour
Bellingham
Anacortes
Yakima
Wenatchee
Port Angeles
Sunnyside
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
26=45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
---------------------------------------------------------------
ELECO046-001 01/01/2022
CALLAM, JEFFERSON, KING AND KITSAP COUNTIES
Rates Fringes
CABLE SPLICER.— ................. $ 68.50 25.72
ELECTRICIAN ......................$ 64.31 26.28
* ELECO048-003 01/01/2022
CLARK, KLICKITAT AND S_AMANIA COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 44.22 21.50
ELECTRICIAN ......................$ 44.23 21.00
HOURLY ZONE PAY:
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
7 1 P a h g-�
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
8
Portland, The Dalles, Hood River, Tillamook, Seaside and
Astoria
Zone Pay:
Zone 1: 31-50 miles $1.50/hour
Zone 2: 51-70 miles $3.50/hour
Zone 3: 71-90 miles S5.50/hour
Zone 4: Beyond 90 miles $9.00/hour
*These are not miles driven. Zones are based on Delorrne
Street Atlas USA 2006 plus.
* ELECO048-029 01/01/2022
COWLITZ AND WAHKIAKUM COUNTY
Rates Fringes
CABLE SPLICER ......... ........... $ 44.22 21.50
ELECTRICIAN ......................$ 44.23 21.00
ELECO073-001 01/01/2022
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN
COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 34.10 16.68
ELECTRICIAN ......................S 39.55 19.68
ELECO076-002 08/31/2021
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTLES
Rates Fringes
CABLE SPLICER-- .............. $ 53.15 23.81
ELECTRICIAN ............. ......... $ 51.77 24.23
7-LECO112-035 06/01/2021
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KI:'TITAS, WALLA
WALLA, YAKIMA COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 52.50 23.01
ELECTRICIAN ......................$ 50.00 22.93
8 1 P a - e
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
9
----------------------------------------------------------------
ELECO191-003 06/01/2020
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 44.23 17.73
ELECTRICIAN ......................$ 47.95 26.16
ELEC0191-004 06/01/2018
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 40.82 17.63
ELECTRICIAN ......................$ 42.45 21.34
ENGI0302-003 06/01/2021
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),
SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
Zone 1 (0-25 radius miles):
Rates
POWER EQUIPMENT OPERATOR
Group 1A...................$ 51.91
Group 1AA..................S 52.66
Group 1AAA.................$ 53.42
Group 1....... ............S 51.15
Group 2.....................$ 50.50
Group 3.....................5 49.92
Group 4.....................$ 46.73
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) - $1.00
Zone 3 (Over 45 radius miles) - $1.30
Fringes
23.82
23.82
23.82
23.82
23.82
23.82
23.82
BASEPOINTS: Aberdeen, Bellingham, Bremerzon, Everett, Ken ,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1AAA - Cranes -over 300 tons, or 300 ft of boom
(including jib with attachments)
91Pa_,_
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments); Tower crane over 175 ft
in height, base to boom
GROUP IA - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane -overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders -overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft
of boom (including jib with attachments); Crane -overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off -road equipment
45 yards and over; Loader- overhead 6 yards to, but not
including 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9, HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon;
Scrapers -self propelled 45 yards and over; Slipform pavers;
Transporters, all truck or track type
GROUP 2 - Barrier machine (zipper); 3atch Plant Operaor-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane -overhead, bridge type-20 tons through 44
tons; Chipper; Concrete Pump -truck mount with boom
attachment; Crusher; Deck Engineer/Deck Winches (power);
Drilling machine; Excavator, shove'_, backhoe-3yards and
under; F-nishing Machine, 3-dwel1, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; Loaders -overhead under 6 yards; Loaders -plant
feed; Locomotives -all; Mechanics-a-'l; Mixers -asphalt pant;
Motor patrol graders -finishing; P-'edr'ver (other than
crane mount); Roto-m-'_l,roto-grinder; Screedman, spreader,
topside operator-B1aw _Cnox, Cedar Rapids, .aeger,
Caterp-'--ar, 3arbar Green; Scraper -self propel-ed, hard
to-i end dumo, ar-:_cu7a`ina off -road eau-pment-under 45
yards; Subgraae tr-mmer; Tractors, backhoes-over 75 hp;
Transfer mazer -al serv-ce machine-s:^utt-e buggy, blaw
<nox-roadtec; Truck crane o--er/dr'_ver-130 and over;
Truck Mount portab'e conveyor; Yo Yo Pay dozer
GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
A -frame crane over lv tons; Dri_- Oilers-a'acer tvpe, truc.<
or ,sane mount; Dozers-D-9 and under; For`<'ift-3000 lbs.
and over with u�tac_^ ents; norizor_-a-/a-rect-on_al dr_11
-Loca=or; Oats_ae r_otS=s-(e-evators and manl'fts), arm
tuggers, strato tower bucket e-evators; :ydralifts/boom
tracks over 10 tons; Loader-elevat-na tvpe, be Uo-or
patrol grader-r.o^.f-nis''--na; Plant o-'er- asphalt, crusher;
Pumas -concrete; Ro-ler, p'_a^t m-x o- multi -lift ma erla-s;
Saws -concrete; Scroers-concrete and carry -all; Service
enaineer-equipment; Trenching machines; Truck Crane
Oiler/Driver under 100 tons; Tractors, bac'<hoe 75 hp and
under
10� '
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
1 11
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish mahine-laser screed; Cranes -A frame-10 tons
and under; Elevator and Manlift-permanent or shaft type;
Gradechecker, Stakehop; Forklifts under 3000 lbs. with
attachments; Hydralifts/boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding
operator; Pavement breaker; Posthole digger, mechanical;
Power plant; Pumps, water; Rigger and Beilman; Roller -other
than plant mix; Wheel Tractors, farmall type;
Shotcrete/gunite equipment operator
HANDLING OF HAZARDOUS WASTE MATERIALS:
Personnel in all craft classifications subject to working
inside a federally designated hazardous perimeter shall be
elgible for compensation in accordance with the following
group schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H-2 Class ""C"" Suit - Base wage rate plus $ .25 per hour.
H-3 Class ""B"" Suit - Base wage rate plus $ .50 per hour.
H-4 Class ""A"" Suit - Base wage rate plus $ .75 per hour.
ENGI0370-002 06/01/2021
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
ZONE 1:
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP
1......................0
29.76
20.65
GROUP
2......................$
30.08
20.65
GROUP
3.....................$
30.69
20.65
GROUP
4.....................$
30.85
20.65
GROUP
5.....................$
31.C1
20.65
GROUP
6......................$
31.21
20.65
GROUP
7.....................$
31.36
20.65
GROUP
8........... ... ...$
32.66
20.65
ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 = $2.00
111 Paga
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
j 12
Zone 1: Within 45 mile radius of Spokane, Pasco, Washington;
Lewiston, Idaho
Zone 2: Outside 45 mile radius of Spokane, Pasco,
Washington; Lewiston, Idaho
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power); Deck
Nand; Fireman & Heater Tender; Hydro -seeder, Mulcher,
Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine;
Pumpman; Rollers, all types on subgrade, including sea! and
chip coatings (farm type, Case, John Deere & similar, or
Compacting Vibrator), except when pulled by Dozer with
operable blade; Welding Machine; Crane Oiler -Driver (CLD
required) & Cable Tender, Mucking Machine
GROUP 2: A -frame Truck (single drum); Assistant Refrigerat'on
Plant (under 1000 ton); Assistant Plant Operator, Fireman
or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt
Finishing Machine; Blower Operator (cement); Cement Hog;
Compressor (2000 CFM or over, 2 or more, aas diesel or
electric power); Concrete Saw (multiple cut); Distributor
Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated); Fork Lift or Lumber
Stacker, hydra -lift & similar; Gin Trucks (pipeline);
Hoist, single drum; Loaders (bucket elevators and
conveyors); Lona_tud'nal F-oat; Mixer (portable -concrete);
Pavement Breaker, Hydra -yammer & similar; Power Broom;
Railroad Ba-last Reaulation. Operator (self-propelled);
Ra''_road Power Tamper Operator (se-f-propelled) ; Ra'-road
Tamper .;ac:t Opera --or (self-propelled; Spray Carina Machine
(concrete); Spreader Box (self-propelled); Straddle Buggy
(Ross SS similar on construction. job only); Tractor (Farm
type R/T with attachment, except Backhoe); Tugger Operator
GROUP 3: A -frame Truc.t (2 of more arums); Assistant
Refr'aerat'on Plant & Chil-er Operator (over 1000 ton);
3ackfi!-ers (C-eve-and & simm'-ar); Batch Plan & We: Mix
Operator, single un_t (concrete;; 5elt-Crete Conveyors with
power pack or similar; Belt Loader (_Coca- or sim"_ar);
Bending Machine; Bob Cat (Skid Steer); Boring Machine
(earth); Boring Machine (rock under 8 inch bit) (Quarry
Master, .cy or 'imiiar), Bump Cutter (Wayne, Sag-nau or
similar) ; Cana_Lin ing Mac__ -,line (concrete) ; Chipper (wi_hout
crane); :,-ean_ng & .�op;,_._� Mac_._ne ,pipet-__^.e, , Deck
Jngineer; Elevaz'na Se-t-type Loader (Euclid, Barber Greer
& similar); _levat--^a Grader -type Loader (Dumor, Adams or
sim --ar), Generator P1art Engineers ;diese- or e-ectric);
Gunnite Combination Mixer & Compressor; Locomotive
Eng_neer; M_xermob'=e; Muckina Machine;Posthole Asgerof
Punch; Pump (grout or jet); Soil Stabilizer (P & H or
similar); Spreader Machine; Dozer/Tractor (up to D-6 or
equivalent) and Traxcavator; 'Traverse Finish Machine;
Turnhead Operator
12 ,
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
1 13
GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump-
crete, Whitman & similar); Curb Extruder (asphalt or
concrete); Drills (churn, core, calyx or diamond);
Equipment Serviceman; Greaser & Oiler; Hoist (2 or more
drums or Tower Hoist); Loaders (overhead & front-end, under
4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton);
Rubber -tired Skidders (R/T with or without attachments);
Surface Heater & Plant Machine; Trenching Machines (under 7
ft. depth capacity); Turnhead (with re -screening); Vacuum
Drill (reverse circulation drill under 8 inch bit)
GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under
3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes
(25 tons & under), all attachments including clamshe_l,
dragline; Derricks & Stifflegs (under 65 tons); Drilling
Equipment(8 inch bit & over) (Robbins, reverse circulation
& similar); Hoe Ram; Piledriving Engineers; Paving (dual
drum); Railroad Track Liner Operaotr (self-propelled);
Refrigeration Plant Engineer (1000 tons & over); Signalman
(Whirleys, Highline Hammerheads or similar); Grade Checker
GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches
& Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade
wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes
& Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units);
Batch & Wet Mix Operator (multiple units, 2 & incl. 4);
Blade Operator (motor patrol & attachments); Cabie
Controller (dispatcher); Compactor (self-propelled with
blade); Concrete Pump Boom Track; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons), all
attachments including clamsheli, dragl_ne; Crusher, Grizzle
& Screening Plant Operator; Dozer, 834 R/T & similar; Drill
Doctor; Loader Operator (front-end & overhead, 4 yds. incl.
8 yds.); Multiple Dozer Units with single blade; Paving
Machine (asphalt and concrete); Quad -Track or similar
equipment; Ro--erman (finishing asphalt pavement); Roto
Mill (pavement grinder); Scrapers, all, rubber -:'_red;
Screed Operator; Shovel(under 3 yds.); Trenching Machines
(7 ft. depth & over); Tug 3oat Operator Vactor guzz-er,
super sucker; Lime Batch Tank Operator ;Recycle Train);
Lime Brae Operator (Recycle Train); Mobile Crusher
Operator (Recycle Train)
13 1 P a g
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
j, 14
GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds
& over); Blade (finish & bluetop) Automatic, CMI, ABC,
Finish Athey & Huber & similar when used as automatic;
Cableway Operators; Concrete Cleaning/Decontamination
machine operator; Cranes (over 45 tons to but not including
85 tons), all attachments including clamshell and dragine;
Derricks & Stiffleys (65 tons & over); Elevating Belt
(Holland type); Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar);
Loaders (overhead & front-end, over 8 yds. to 10 yds.);
Rubber -tired Scrapers (multiple engine with three or more
scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads,
ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform
Trailers (Goldhofer, Shaurerly andSimilar); Ultra High
Pressure Wateriet Cutting Tool System Operator (30,000
psi); Vacuum Blasting Machine Operator
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead,rail and tower), all attachments including
clamshell, dragline; Loaders (overhead and front-end, 10
yards and over); Helicopter Pilot
BOOM PAY: (All Cranes, Including Tower)
180 ft to 250 ft $ .50 over scale
Over 250 ft $ .80 over scale
NOTE:
In computing the length of the boom on Tower Cranes, they
shall be measured from the base of the Tower to the point
of the boom.
HAZMAT:
Anyone working on HAZMAT jobs, worsting with supplied air
shall receive $1.00 an hour above classification.
------------------------
ENGI0612-001 06/01/2020
PIERCE County
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates
Fringes
POWER EQUIPMENT OPERATOR
GROUP
!A ...................$
49.30
22.47
GROUP
IAA ..................$
50.22
22.47
GRO_-P
JAAA.................$
50.94
22.47
GROUP
1.....................$
48.77
22.47
GROUP
2.....................$
48.15
22.47
GROUP
3.....................$
47.60
22.47
GROUP
4.....................$
44.35
22.47
14a
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
[ 15
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) = $1.00
Zone 3 (Over 45 radius miles) - $1.30
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane -overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders -overhead, 3 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane -overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; ,Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off -road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, S yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers -
self -propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 - Barrier machine (zipper); Batch Plant Operator -
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane -Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump -truck mount with boom.
attachment; Crusher; Deck engineer/deck winches (power);
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Camaco and similar
equipment; Guardrail punch; loaders, overhead under 6
yards; Loaders -plant feed; Locomotives -all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount); Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, .;aeger, Caterpillar, 3arbar Green,
Scraper -self- propelled, hard tail end dump, articulating
off -road equipment- under 45 yards; Subgrader trf mer;
Tractors, backhoe over 75 hp; Transfer material service
machine -shuttle buggy, Blaw Knox- Rcadtec; Truck ,sane
oiler/driver-100 tons and over; Track Mount Pornab-e
Conveyor; Yo Yo pay
151?; ge
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
1 16
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane -A -frame over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists -(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders -elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump -Concrete; Roller, plant mix or multi-lfit materials;
Saws -concrete; Scrapers, concrete and carry all; Service
engineers -equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine -laser screed; Cranes A -frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts -under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Postho-e
digger -mechanical; Power plant; Pumps -water; Rigger and
Beliman; Roller -other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than S1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subjecz to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfintea with pr tec ive clotning, C-ass ""D"" Su - Base
wage rate plus $ .53 per hour.
H-2 Class ""Cnn Suit - Base wage rate plus $1.00 per _.our.
-3 ,lass ""B"" Suit - Base wage rate ulus S1.50 per _.our.
._-4 Class n"A""' Suit - 'Base wage rate -'us $2.00 per hour.
161Paq
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
j, 17
ENGI0612-012 06/01/2020
LEWIS, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary of Wahkaikum County
to the sea) AND THURSTON COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90° OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates
POWER EQUIPMENT OPERATOR
GROUP 1A...................$ 48.41
GROUP 11AA...................8 49.13
GROUP !AAA........ .......$ 49.83
GROUP 1......................$ 47.70
GROUP 2.....................$ 47.08
GROUP 3......................$ 46.55
GROUP 4.....................$ 43.54
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) = ;1.00
Zone 3 (Over 45 radius miles) - $1.30
3ASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
Fringes
22.47
22.47
22.47
22.47
22.47
22.47
22.47
GROUP 1 AAA - Cranes -over 300 tons or 303 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
he-ght, bas 1:io boom
GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(includina jib with attachments); Crane -overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders -overhead, 8 yards and over; Shovels,
excavatcr, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons unaer 150 ft
of boom (inC1ut' na ,1D w-th attachments); Crane-overh.eaQ,
bridge type, 45 -ons thru 99 tons; Derricks on building
work; Excavator, shove', bac.<I oes over 3 yards and under 6
yards; Hard ta-1 ena dump art--cu-ati_.a off -road equioment
45 yards and over; Loader- overhead, 6 yards to, but not
ncludina, 8 yards; N?ucki^_g mach-ne, 7cle, tunne . , dri--
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Roliagon; Scrapers -
self -propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
17
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
- 1 18
GROUP 2 - Barrier machine (zipper); Batch Plant Operator -
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane -Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump -truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power);
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders -plant feed; Locomotives -all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount); Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Ca erpillar, Barbar Green;
Scraper -self- propelled, hard tail end dump, articulating
off -road equipment- under 45 yards; Subgrader trimmer;
Tractors, ba c<hoe over 75 hp; Transfer material service
machine -shuttle buggy, Blaw Knox- Roadtec;,Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane -A -frame over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists -(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tors; Loaders -elevating type, belt; Motor
patrol grader-nonfinishing; P-ant oiler- asphalt, crusher;
Pump -Concrete; Roller, plant mix or multi-lfit materials;
Saws -concrete; Scrapers, concrete and carry all, Service
engineers-equipmen_; Trenching machines; Truck crane
of-er/driver under 11) tons; Tractors, backboe under 75 :^_p
GROUP 4 - Ass -scant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine -laser screed; Cranes A -frame 10
tons ana under; Elevator and manlift (permanen- and waft
type); Forklif-s-under 3000 lbs. w-th a`_tachme~ts;
Gradechec'.ter, stake -op; Hydralifts/boom. trucks, 10 tons and
under; 011_ a-Strib'ators, bower a-Stribu-lon and mulcn
seed_ng operator; Pavemen- breater; Pos-hole
digger -mechanical; Power plan-; Pumps -water; R_gger and
Bellman; Roiler-other than plant mix; Wheel Tractors,
farma-1 type; Sh.ctcrete/gunite equ-omen: operator
FOOTNOTE A- Reduced rates may be paid on the following:
Pro ec-_S r_volv_ng wort{ on s- uc_u_-es such as ou__u_. cs
ana br-ages wrose to_a- value is -ess than .,_.t m--_ion
exc ia_' n.g mec: an_cal, el eCtf_Caand u-i__-y port_o:'s or
the .torts:-.
2. Prb eC-S of -ess than 31 m-�-ion where no bu- ing is
involved. Surfacing and paving included, but uti _ties
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
18�;•..
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
l 19
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing, Class ""D"" Suit - Base
wage rate plus $ .50 per hour.
H=2 Class ""C"" Suit - Base wage rate plus $1.00 per hour.
H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour.
H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour.
-----------------------------------------------------------------
ENGI0701-002 01/01/2018
CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND
WAHKIAKUM COUNTIES
POWER RQUIPMENT OPERATORS: ZONE 1
Rates
POWER EQUIPMENT OPERATOR
GROUP I .....................$ 41.65
GROUP=A....................$ 43.73
GROUP 1B....................$ 45.82
GROUP 2.......... ........... $ 39.74
GROUP 3.....................$ 38.59
GROUP 4..................... $ 37.51
GROUP 5. ...................$ 36.27
GROUP 6.....................$ 33.05
Zone Differential (add to Zone 1 rates):
Zone 2 - 83.00
Zone 3 - $6.00
Fringes
14.35
14.35
14.35
14.35
14.35
14.35
14.35
14.35
For the following metropolitan counties: MULTNOMAH;
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA;
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
INDICATED:
All jobs or projectslocatedin Mu_tnomah, Clackamas and
Marion Counties, West of the western boundary of Mt. Hood
National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post- 30 on State Highway 26 and West of
Mile Post 30 on Highway 22 and all jobs or projects located
in Yamhi'_i County, Washington Coun_y and Columbia County
and all jobs or porjects located in Clark & Cowlitz County,
Washington except that portion of Cowlitz County in the Mt.
St. Helens ""Blast Zone"" shall receive Zone I pay for all
classifications.
191 Pa-,"_
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
1 20
All jobs or projects located in the area outside the
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for all classifications.
For the following cities: ALBANY; BEND; COOS BAY; EUGENE;
GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
All jobs or projects -located within 30 miles of the
respective city hall of the above mentioned cities shall
receive Zone I pay for all classifications.
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above
mentioned cities shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
respective city hall of the above mentioned cities shall
receive Zone III pay for all classifications.
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
Group 1
Concrete Batch Plan and or Wet mix three (3) units or more;
Crane, Floating one hundred and fifty (150) ton but less
than two hundred and fifty (250) ton; Crane, two hundred
(200) ton through two hundred ninety nine (299) ton with
two hundred foot (200') boom or less (including jib,
inserts and/or attachments); Crane, ninety (90) ton through
one hundred ninety nine (199) ton with over two hundred
(200') boom Including jib, inserts and/or attachments);
Crane, Tower Crane with one hundred seventy five foot
(1751) tower or less and with less than two hundred foot
(2001) jib; Crane, Whiriey ninety (90) ton and over;
Helicopter when used in erecting work
Group lA
Crane, floating two hundred fifty (250) ton and over; Crane,
two hundred (200) tor_ through two hundred ninety nine
(299) ton, with over two hundred foot (200') boom
(including jib, inserts and/or attachments); Crane, three
hundred (300) ton through three hundred ninety nine (399)
ton; Crane, Tower Crane wit:_:_ over one hundred seventy five
foot (175') tower or over two hundred foot (200') jib;
Crane, tower Crane on ra" system or 2nd tower or more in
work radius
20� 'a e
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
21
Group 13
Crane, three hundred (300) ton through three hundred ninety
nine (399) ton, with over two hundred foot (200') boom
(including jib, inserts and/or attachments); Floating
crane, three hundred fifty (350) ton and over; Crane, four
hundred (400) ton and over
Group 2
Asphalt Plant (any type); Asphalt Roto-Mill, pavement
profiler eight foot (8') lateral cut and over; Auto Grader
or ""Trimmer""; Blade, Robotic; Bulldozer, Robotic Equipment
(any type); Bulldozer, over one hundred twenty thousand
(120,000) lbs. and above; Concrete Batch Plant and/or Wet
Mix one (1) and two (2) drum; Concrete Diamond Bead
Profiler; Canal Trimmer; Concrete, Automatic Slip Form
Paver (Assistant to the Operator required); Crane, Boom
Truck fifty (50) ton and with over one hundred fifty foot
(150') boom and over; Crane, Floating (derrick barge)
thirty (30) ton but less than one hundred fifty (150) ton;
Crane, Cableway twenty-five (25) ton and over; Crane,
Floating Clamshell three (3) cu. Yds. And over; Crane,
ninety (90) ton through one hundred ninety nine (199) ton
up to and including two hundred foot (200') of boom
(including jib inserts and/or attachments); Crane, fifty
(50) ton through eighty nine (89) ton with over one hundred
fifty foot (150') boom (including jib inserts and/or
attachments); Crane, Whirley under ninety (90) ton; Crusher
Plant; Excavator over one hundred thirty thousand (133,000)
lbs.; Loader one hundred twenty thousand (120,000) lbs. and
above; Remote Controlled Earth Moving Equipment; Shovel,
Dragline, Clamshell, five (5) cu. Yds. And over; Underwater
Equipment remote or otherwise, when used in construction
work; Wheel Excavator any size
Group 3
Bulldozer, over seventy thousand (10,000) lbs. up to and
inc-ud-ng one hundred twenty .thousand (120,000) lbs.,
Crane, Boom Truck fifty (50) ton and over with less than
one hundred fifty foot (1504 boom; Crane, fifty (53) ton
through eighty nine (89) ton with one hundred fifty foot
(150') boom or less (including jib inserts and/or
attachments); Crane, Shove'_, Dragline or Clamshell three
(3) cu. yds. but less than five (5) cu. Yds.; Excavator
over eighty thousand (80,300) its. through one hundred
thirty thousand (130,000) lbs.; Loader sixty thousand
(60,333) lbs. and less than one hunared twenty thousana
(120,300) its.
21 ...
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
1 22
Group 4
Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement
profiler, under eight foot (P) lateral cut; Asphalt,
Material Transfer Vehicle Operator; Back Filling Machine;
Backhoe, Robotic, track and wheel type up to and including
twenty thousand (20,000) lbs. with any attachments; Blade
(any type); Boatman; Boring Machine; Bulldozer over twenty
thousand (20,000) lbs. and more than one hundred (100)
horse up to seventy thousand (70,000) lbs.; Cable -Plow (any
type); Cableway up to twenty five (25) ton; Cat Drill (John
Henry); Chippers; Compactor, multi -engine; Compactor,
Robotic; Compactor with blade self-propelled; Concrete,
3reaker; Concrete, Grout Plan;.; Concrete, Mixer Mobile;
Concrete, Paving Road Mixer; Concrete, Reinforced Tank
Banding Machine; Crane, Boom Truck twenty (20) ton and
under fifty (50) ton; Crane, Bridge Locomotive, Gantry and
Overhead; Crane, Carry Deck; Crane, Chicago Boom and
similar types; Crane, Derrick Operator, under one hundred
(100) ton; Crane, Floating C-amshell, Dragline, etc.
Operator, under three (3) cu. yds. Or less than thirty (30)
ton; Crane, under fifty (50) ton; Crane, Quick Tower under
one hundred foot (100') in height and less than one hundred
fifty foot (150') jib (on rail included); Diesel -Electric
Engineer (Plant or Floating); Directional Drill over twenty
thousand (20,000) lbs. pullback; Drill Cat Operator; Drill
Doctor and/or Bit Grinder; Driller, Percussion, Diamond,
Core, Cable, Rotary and similar type; Excavator Operator
over twenty thousand (20,000) lbs. through eighty thousand
(90,000) lbs., Generator Operator; Grade -all; Guardrail
Machines, i.e. punch, auger, etc.; Hammer Operator
(Piledriver); Host, stiff leg, guy derrick or similar
type, fifty (50) ton and over; Hoist, two (2) drums or
more; Hydro Axe (loader mounted or similar type); jack
Operator, Elevating Barges, Barge Operator, self -unloading;
Loader Operator, front end and overhead, twenty five
thousand (25,000)-bs. and 'less than sixty thousand
(60,000) lbs., Log S:kicders; P-=edriver Operator (not crane
type); Pipe, Bending, Cleaning, loping and Wrapping
Machines; Rail, 3allas7 Tamper Multi -Purpose; Rubber -tired
Dozers and Pushers; Scraper, all types; Side -Boom; Skip
Loader, Drag Box; Strump Grinder (loader mounted or similar
type); Surface Heater and Planer; Tractor, rubber —tired,
over fifty (300) HP Flywheel; Trenching Machine three foot
(31) depth and deeper; Tub Grinder (used for wood debris);
Tunnel 3oring Machine Mechanic; Tunnel, Mucking Machine;
Ultra High Pressure dater lez Cutting Too! System Operator;
Vacuum Bast -rig Machine Operator; `plater pulls, plater wagons
22 1 ,- .
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
23
Group 5
Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt
mix); Asphalt, Roto-Mill pavement profiler ground man;
Bulldozer, twenty thousand (20,000) lbs. or less, or one
hundred (100) horse or less; Cement Pump; Chip Spreading
Machine; Churn Drill and Earth Boring Machine; Compactor,
self-propelled without blade; Compressor, (any power) one
thousand two hundred fifty (1,250) cu. ft. and over, total
capacity; Concrete, Batch Plant Quality control; Concrete,
Combination Mixer and compressor operator, aunite work;
Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb
and Gutter; Concrete, Finishing Machine; Concrete, Grouting
Machine; Concrete, Interna_ Full Slab Vibrator Operator;
Concrete, Join. Machine; Concrete, Mixer single drum, any
capacity; Concrete, Paving Machine eight foot (8') or less;
Concrete, Planer; Concrete, Pump; Concrete, Pump Truck;
Concrete, Pumperete Operator (any type); Concrete, Slip
Form Pumps, power driven hydraul-ic '
-__-ing device for
concrere forms; Conveyored MaterialHauler; Crane, Boom
Truck under twenty (20) tons; Crane, Boom Type lifting
device, five (5) ton capacity or less; Drill, Directional
type less than twenty thousand (20,000) lbs. pullback; Fork
Lift, over ter_ (10) zon or Robotic; Helicopter Hoist; Hoist
Operator, single drum; Hydraulic Backhoe track type up -::o
and including twenty thousand (20,000) lbs.; Hydraulic
Backhoe wheel type (any make); Laser Screed; Loaders,
rubber -tired type, less than twenty five thousand (25,000)
-_bs., Pavement Grinder and/or Grooving Machine (riding
type); Pipe, cas_ in place Pipe Laying Machine; Puiva-Mixer
or similar types; Pump Opera --or, more uhan five (5) pumps
(any size); Rai'_, Ba-last Compactor, Regulator, or Tamper
machines; Serv-ce Oiler (Greaser); Sweeper Self-Propelied;
Tractor, Rubber -Tired, fifty (50) HP flywheel and under;
Trenchina Machine Operator, maximum, diaaina capacity three
foo (3') depth; Tunnel, Locomo_ive, Dinkey; Tunnel, Power
Jumbo setting s-_p forms, e-c.
Group 'o
Asp'-a7" Puami-- (any type); Asphalu, Raker; Aspha-t, Truck
Mounted Asphalt Spreader, with Screed; Auaer Oiler;
Boatman; Bobca-, skid seed (less than one (1) yard);
Broom, self-propelled; Compressor Operator (any power',
under 1,250 cu. ft. :opal capacity; Concrete cur ina Machine
(riding type); Concrete Saw; Conveyor Operator or
Assls-an--; ,sane, Tuaaer; Crusr.er Feederm,an; Crusher Oiler;
Dec<hand; Dr _', ��_2=ional Locator, -or< . " Grade
Checker; Guardra-, P:nch Oiler; Hydro =aohic Seeder
Machine, straw, cull or seed; Hvdros_a__c Pump Operator;
Mixer Box (CTB, dry ba_ch, e--. ), O-_er; Plan-_ O--er; Pumo
(any power) ; Rail, Braseman, SwL c:hr-Lan, Mo'-orma-; Ra--, -
Tamping Machine, mechanical, se-f-propellea; Rigger; Roller
grading (not. asphalt); Truck, Crane Oiler -Driver
23�: _
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
1 24
IRON0014-005 07/01/2021
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes
IRONWORKER .......................$ 35.55 30.36
IRON0029-002 07/01/2020
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM
COUNTIES
Rates Fringes
IRONWORKER .......................$ 39.10 29.75
----------------------------------------------------------------
IRON0086-002 01/03/2022
YAKIMA, KITTITAS AND CHELAN COUNTIES
Rates Fringes
IRONWORKER .......................$ 36.19 30.70
IRON0086-004 07/01/2020
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES
Rates Fringes
IRONWORKER ............ ........... $ 43.95 31.00
241 Pa U
0
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
1 25
LAB00238-004 06/01/2021
PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th
Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA
SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE,
STEVENS & WHITMAN COUNTIES
Rates
LABORER (PASCO)
GROUP 1............ ._.....$ 26.69
GROUP 2............ .......$ 28.79
GROUP 3.....................$ 29.06
GROUP 4.....................$ 29.33
GROUP 5......................$ 29.61
LABORER (SPOKANE)
GROUP 1.....................$ 27.34
GROUP 2.....................$ 29.44
GROUP 3........ ............. $ 29.71
GROUP 4.....................$ 29.98
GROUP 5.....................$ 30.26
Zone Differential (Add to Zone 1 rate): $2.00
BASE POINTS: Spokane, Pasco, Lewiston
Fringes
13.65
13.65
13.65
13.65
13.65
15.35
15.35
15,35
15.35
15.35
Zone 1: 0-45 radius miles from the main post office.
Zone 2: 45 radius miles and over from the main post office.
LABORERS CLASSIFICATIONS
GROUP 1: Hagman; Landscape Laborer; Scaleman; Traffic
Control Maintenance Laborer (to include erection and
maintenance of barricades, signs and relief of flagperson);
Window Washer/Cleaner (detail cleanup, such as, but not
-imited to cleaning floors, ceilings, walls, windows, etc.
prior :o final acceptance by the owner)
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder;
Carpenter Tender; Cement Handler; Clean-up Laborer;
Concrete Crewman (to include stripping of forms, hand
operating jacks on slip form construction, application of
concrete curing compounds, pumperete machine, signaling,
handling the nozzle of squeezcrete or similar machine,6
inches and smaller); Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean-up,
burning, loading, wrecking and salvage of all material);
Dumpman; Fence Erector; Firewatch; Form Cleaning Mac^_ine
Feeder, Stacker; General Laborer; Grout Machine Header
Tender; Guard Rail (to include guard rails, guide and
reference posts, sign posts, and right-of-way markers);
Hazardous Waste Worker, Level D (no -respirator is used and
skin protection is minimal); Miner, Class ""A"" (to include
25�?aQe
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
J 26
all bull gang, concrete crewman, dumpman and pumperete
crewman, including distributing pipe, assembly & dismantle,
and nipper); Nipper; Riprap Man; Sandblast Tailhoseman;
Scaffold Erector (wood or steel); Stake Jumper; Structural
Mover (to include separating foundation, preparation,
cribbing, shoring, jacking and unloading of structures);
Tailhoseman (water nozzle); Timber Bucker and Faller (by
hand); Track Laborer (RR); Truck Loader; Well -Point Man;
All Other Work Classifications Not Specially Listed Shall_
Be Classified As General Laborer
GROUP 3: Asphalt Roller, walking; Cement Finisher Tender;
Concrete Saw, walking; Demolition Torch; Dope Pot Firemen,
non -mechanical; Driller Tender (when required to move and
position machine); Form Setter, Paving; Grade Checker using
level; Hazardous Waste Worker, Level C (uses a chemical
""splash suit"" and air purifying respirator); Jackhammer
Operator; Miner, Class ""B"" (to include brakeman, finisher,
vibrator, form setter); Nozzleman (to include squeeze and
flo-crepe nozzle); Nozzleman, water, air or steam; Pavement
Breaker (under 90 lbs.); Pipelayer, corrugated metal
culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy
Operator; Power Tool Operator, gas, electric, pneumatic;
Railroad Equipment, power driven, except dual mobile power
spiker or puller; Railroad Power Spiker or Puller, dual
mobile; Rodder and Spreader; Tamper (to include operation
of Barco, Essex and similar tampers); Trencher, Shawnee;
Tugger Operator; Wagon Drills; Water Pipe Liner;
Wheelbarrow (power driven)
GROUP 4: Air and Hydraulic Track Drill; Aspahit Raker;Brush
Machine (to include horizontal construction joint cleanup
brush machine, power propelled); Caisson Worker, free air;
Chain Saw Operator and Faller; Concrete Stack Ito include
laborers when laborers working on free standing concrete
stacks for smoke or fume contrc'_ above 40 feet high);
Gunite (to include operation of machine and nozzle);
Hazardous Waste Worker, Level B (uses same respirator
protection as Level A. A supplied air lire is provided in
conjunct -on with a ghee.-ca- ""splash suit""); High Scaler;
Laser Beam Operator ito include grade checker and elevation
control); Miner, Class C (to include miner, nozzleman for
concrete, laser beam operator and rigger on tunnels);
Monitor Operator (air track or similar moon;.ing); Mortar
Mixer; Nozzleman (to include jet blasting nozzleman, over
1,230 lbs., jet blast machine power propelled, sandbiast
nozzle); Pavement Breaker 0S los. ana over); Pipelayer ;to
include working topman, caulker, co-larmar, * inter,
montarman, rigger, 4acker, snorer, valve or meter
installer); Pipewrapper; Plasterer Tender; Vibrators (ail)
GRCUP 5 - Drills wiih Dual Masts; Hazardous Waste 'Worker,
Level A (utilizes a fully encapsulated suit with a
self-contained breathing apparatus or a supplied air 'line);
Miner Class ""D"" L (to include raise and shaft miner, laser
beam operator on riases and shafts)
26 1
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
1 27
LAB00238-006 06/01/2021
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT,
LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA,
WHITMAN
Rates Fringes
Hod Carrier ......................$ 30.00 13.50
LAB00242-003 06/01/2021
KING COUNTY
Rates Fringes
LABORER
GROUP
I .....................$
28.75
13.29
GROUP
2A....................$
32.96
13.29
GROUP
3.....................$
41.29
13.29
GROUP
4....... ..............
$ 42.29
13.29
GROUP
5.....................$
42.98
13.29
Group
6.....................1
43.98
13.29
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES; AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hail
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
ciEy ha'
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
271Pa�e
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
28
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2A: Batch Weiahman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 ibs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Bas,{et Bui_ders; Grout
Machine Tender; Grinders; Guard-rail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hooper; Tppirppm Ma (3t job Site); Topper -Taller; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit. Person; Groutmen (pressure)-ncludina post tension
beams; Hazardous Waste Worker ;Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical ""so -Lash sui-_"");
Hiah Scaler; Jackhammer; Laserbeam Operator; Manho-e
Bu'lder-vudman; Nozz-eman (concrete pump, green cutter when
us'ng comb_nat-on of h'gh pressure air and water on
concrete and rock{, sandb-as-, aunite, shotcrete, water
b'aster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; 2'oe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power :asks; Railroad Spike Purer -Power;
Raker -Asphalt; Rivet Buster; Rodger; Soper (,over 20 ft);
Spreader (ccncre�e); Tamper and Simi_a- e'ectr_c, a 4 r and
alas Operatec tool; T_mber Person -Sewer (-aaaer shorer and
cribber), 'Track liner Power; Tuaaer Operator; V-ibrator;
i`J ePoint T a.bo-o
GROUP 5. Caisson n'orker, Mortarman and Hodcar_-er, Powderman;
Re--imberman; Hazardous Waste `Worker (Level A: utilizes a
fu -y encapsulated su-t wit_, a self-contained breath -no
apparatus or a supplied air _ine).
Group o: Miner
------------------------------------------
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
28
j 29
LAB00252-010 06/10/2021
CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC
(EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES
Rates Fringes
LABORER
GROUP
1.....................$
28.75
13.19
GROUP
2.....................$
32.96
13.19
GROUP
3.....................$
41.29
13.19
GROUP
4.....................$
42.29
13.19
GROUP
5.....................$
42.98
13.19
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
291 Pag_
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
.J 30
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail rector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respiraror); Maintenance Person; Materia_
hard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Pier; Stake
Hopper; Toolroom Man (at job site); Topper -Taller; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Gripping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Dr'll Operator (hydraul'c, d-amond,
aiartrac); Faller and Bucker Chain Saw; Groutmen (pressure)
including post tension beams; Hazardous Waste Worker (Level
B: uses same respirator protection as Level A. A supplied
air line -s provided in conjunction with a chemical ""spiash
suit""); jackhammer; Taserbeam Operator; Man.ho e
3u'ider-Mudman; Nozzleman (concrete pump, green curter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not -nsert type);
Pipe Wrapper; Power .tacks; Ra-_road Spike Puller -Power;
Raker -Asphalt; R-vet 3aster; Rodder; Sloper (over 2C ft);
Spreader (concrete); Tamper and S_milar electric, air and
g_as operated tool; Timber Person -sewer (lagger scorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Wel! Point Laborer
GRO[JP 3: Caisson Worker; M_ner; Mortarman and Hcacarr_er;
Grade Checker and Transit Person; High Scaler; Powderman;
Re Hazardous Waste Wor;ker (Level A: uti-izes a
fu--y encapsulated suit with a self-contained breath--ng
apparatus or a supplied air -ine)---------------------------
30 1
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
1 31
LAB00292-008 06/01/2021
ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES
Rates Fringes
LABORER
GROUP I .....................$ 28.75 13.19
GROUP 2.....................$ 32.96 13.19
GROUP 3.....................$ 41.29 13.19
GROUP 4. ...................$ 42.29 13.19
GROUP 5................... ....$ 42.98 13.19
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIYA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
31 I D o
1 32'
GROUP 3: Genera'_ Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Pifer; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 ibs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical ""splash suit"");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberm,an; Hazardous 'Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
32 1 0 . ,
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
J 33
LAB00335-001 06/01/2021
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES
Rates Fringes
Laborers:
ZONE is
GROUP
1.... ._.........$
36.59
13.19
GROUP
2..._..................$
37.34
13.19
GROUP
3................ ....
$ 37.91
13.19
GROUP
4............... ...$
38.39
13.19
GROUP
3....................$
33.47
13.19
GROUP
6....................$
30.43
13.19
GROUP
7....................$
26.40
13.19
Zone Differential (Add to Zone 1 rates);
Zone 2 0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city all.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
LABORERS CLASSIFICATIONS
GROUP 1: Asphalt P ant Laborers;' Asphalt Spreaders; Batch
Weighman; 3roomers; 3rush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change -House Man or Dry
Shack Man; Choker Setter; Clean-up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew);
Elevator Feeders; Median Rail Reference Post, Guide Post,
Right of Way Marker; Fine Graders; Fire Watch; Form
Strippers (not swinging stages); General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types); Loadng Spotters; Material
Yard Man (including electrical); Pittsburgh Chipper
Operator or Simi-lar Types; Railroad Track Laborers; Ribbon
Setters (including steel forms); Rip Rap Man (hand placed);
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor); Toolroom Man (at job
site); Tunnel Bullgang (above ground); Weight -Man- Crusher
(aggregate when used)
3318a e
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
1 34
GROUP 2: Applicator (including pot power tender for same),
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw); Burners; Choker Splicer; Clary Power Spreader and
similar types; Clean- up Nozzleman-Green Cutter (concrete,
rock, etc.); Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materials of an
irritating nature (including cement and lime); Tool
Operators (includes but not limited Lo: Dry Pack Machine;
Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping
and Wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet);
Stake -Setter; Tunnel-Muckers, Brakemen, Concrete Crew,
Bullgang (underground)
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill
Operators, air tracks, cat drills, wagon drills,
rubber -mounted drills, and other similar types including at
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilling,
blasting, barring -down, or sloping and stripping); Manhole
Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power
Saw Operators (Bucking and Falling); Pumperete Nozzlemen;
Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls);
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying)-applicable when employee assigned to move, set
up, align; Laser Beam; Tunnel Miners; Motorman -Dinky
Locomo_ive-TunnelPowderman-Tunnel; Shield Operator -Tunnel
GROUP 5: Traffic Flaggers
GROUP 6: Fence Builders
GROUP 7: Landscaping or Planting Laborers
LAB00335-019 06/01/2021
Rates Fringes
Hod Carrier .....................:$ 39.28 13.19
----------------------------------------------------------------
34 1 P a
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
1 35
LAB00348-003 06/10/2021
CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA
COUNTIES
Rates Fringes
LABORER
GROUP
1.,_ .............. _$
24.47
13.19
GROUP
2.....................$
28.11
13.19
GROUP
3.....................$
30.79
13.19
GROUP
4.....................$
31.54
13.19
GROUP
5.....................$
32.09
13.19
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - 81.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
351Pa
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
l 36
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical ""splash suit"");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gun;te, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puffier -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
-------------------------------------------------------------
361 Pa>?
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
1 37
PAIN0005-002 07/01/2021
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH),
SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Painters:
STRIPERS . ..................$ 32.36 18.15
-----------------------------------------------
PAIN0005-004 03/01/2009
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
PAINTER ..........................$ 20.82 7.44
* PAIN0005-006 07/01/2018
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE);
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
Rates Fringes
PAINTER
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water
and Sandblasting ............ $
30.19
11.71
Over 30'/Swing Stage Work..$
22.20
7.98
Brush, Roller, Striping,
Steam. -cleaning and Spray .... $
22.94
11.61
Lead Abatement, Asbestos
Abatement ...................$
21.50
7.98
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
371Pa;e
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
138
PAIN0055-003 07/01/2020
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
Rates Fringes
PAINTER
Brush & Roller ..............$ 26.56 13.40
Spray and Sandblasting ...... $ 26.56 13.40
All high work over 60 ft. = base rate + $0.75
PAIN0055-006 03/01/2020
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates Fringes
Painters:
HIGHWAY & PARKING LOT
STRIPER .....................$ 35.87 13.40
PLAS0072-004 06/01/2020
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
COUNTIES
Rates Fringes
CEMENT MASON/CONCRETE FINISHER
ZONE i.................... .$ 31.30 15.53
Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00
BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee
Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
381Pag-
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
139
PLAS0528-001 06/01/2021
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES
Rates Fringes
CEMENT MASON
CEMENT MASON ................$ 47.87
COMPOSITION, TROWEL
MACHINE, GRINDER, POWER
TOOLS, GUNNITE NOZZLE ....... $ 48.37
TROWELING MACHINE OPERATOR
ON COMPOSITION ..............$ 48.37
PLAS0555-002 07/01/2019
CLARK, KLICKITAT AND SKAMANIA COUNTIES
ZONE 1:
Rates
CEMENT MASON
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
MACHINERY AND
SUSPENDED/HANGING SCAFFOLD..$ 37.32
CEMENT MASONS ON
SUSPENDED, SWINGING AND/OR
HANGING SCAFFOLD ............ $ 36.58
CEMENT MASONS ...............$ 35.85
COMPOSITION WORKERS AND
POWER MACHINERY OPERATORS ... $ 36.58
Zone Differential (Add To Zone 1 Rates):
Zone
2 - $0.65
Zone
3 - 1.15
Zone
4 - 1.70
Zone
5 - 3.00
19.04
19.04
19.04
Fringes
18.77
18.77
18.77
18.77
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SAEM, THE DALLES, VANCOUVER
ZONE 1: Pro ects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 rr.iles but -less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
39�-:;�,�
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
1 40
TEAM0037-002 06/01/2020
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES
Rates
Truck drivers:
ZONE 1
GROUP 1....... .$ 29.33
GROUP 2--....— ........$ 29.46
GROUP 3....................$ 29.60
GROUP 4............. $ 29.89
GROUP 3.................. $ 30.03
GROUP 6. .$ 30.31
GROUP 7....................$ 30.53
Zone Differentia' (Add to Zone 1 Rates):
Zone 2 - $0.65
Zone 3 - L.15
Zone 4 - 1.70
Zone E - 2.75
Fringes
16.40
16.40
16.40
16.40
16.40
16.40
16.40
BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles or the respective city
hall.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 43 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but_ess than 80 miles from the
respective city ha1!.
ZONE 5: More than 80 mi-es from the respective city hall..
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: A Frame or Hydra l4frt truck w/load bearing
surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated); Concrete
Pump Truck; Dump Trucks, side, end and bottom dumps,
r:cludir_g Semi Trucks and Trains or combo nations there of:
Lip t., and-nc'uding 10 cu. yds.; Li .limeys, Fort Lifts
(all s-zes in loading, unloading ano transporting material
on job site); Loader and/or 7everman on Concrete Dry Batch
Plant (manually operated); Pi_ -lot Car; Pickup Truck; So'o
Flat Bed and misc. Body Trucks, 0-10 tors; Truck Tender;
-,ruck Mechanic Tender; Water Wagons (rated cacac`ty) up to
3,000 ga-ions; Transit Mix and Wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Clearer or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
40 :. _ _
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
J 41
GROUP 2: Boom Truck/Hydra-lift or Retracting Crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader
Driver or Leverman; Lowbed Equipment, Flat Bed Semi -trailer
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver -Straddle Carrier (used in loading,
unloading and transporting of materials on job site); Oil
Distributor Driver or Leverman; Transit mix and wet or dry
mix trcuks: over 5 cu. yds. and including 7 cu. yds.;
Vacuum Trucks; Water truck/Wagons (rated capacity) over
3,000 to 5,000 gallons
GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks,
side, end and bottom dumps, including Semi Trucks and
Trains or combinations thereof: over 10 cu. yds. and
including 30 cu. yds. includes Articulated Dump Trucks;
Self -Propelled Street Sweeper; Transit mix and wet or dry
mix truck: over 7 cu yds. and including 11 cu yds.; Truck
Mechanic -Welder -Body Repairman; Utility and Clean-up Truck;
Water Wagons (rated capacity) over 5,000 to 10,000 gallons
GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom
cumps, including Semi -Trucks and Trains or combinations
thereof: over 30 cu. yds. and including 50 cu. yds.
includes Articulated Dump Trucks; Fire Guard; Transit Mix
and Wet or Dry Mix Trucks, over 11 cu. yds. and including
15 cu. yds.; Water Wagon (rated capacity) over 10,000
gallons to 15,000 gallons
GROUP 5: Composite Crewman; Dump Trucks, side, end ana
bottom dumps, including Semi Trucks and Trains or
combinations thereof: over 50 cu. yds. and including 60 cu..
yds. includes Articulated Dump Trucks
GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch
concrete Mix Trucks; Dump trucks, side, end and bottom
dumps, including Semi Trucks and Trains of combinations
thereof: over 60 cu. yds. and including 80 cu. yds., and
includes Articulated Dump Trucks; Sk4 d Truck
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 80 cu.
yds. and including 100 cu. yds., includes Articulated Dump
Trucks; Industrial Lift Truck (mechanical tailgate)
----------------------------------------------------------------
411112�,_
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
1 42
* TEAM0174-001 06/01/2020
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
Truck drivers:
ZONE A:
GROUP
1:...................$
42.88
20.92
GROUP
2:...................$
42.04
20.92
GROUP
3:...................
$ 39.23
20.92
GROUP
4:...................$
34.26
20.92
GROUP
5:...................$
42.43
20.92
ZONE B (25-45 miles from center of listed cities*): Add $.70
per hour to Zone A rates.
ZONE C (over 45 miles from centr of listed cities*): Add
$1.00 per hour to Zone A rates.
*Zone pay will be calculated from the city center of the
following listed cities:
BELLINGHAM
CENTRALIA
RAYMOND
OLYMPIA
EVERETT
SHELTON
ANACORTES
BELLEVUE
SEATTLE
PORT ANGELES
MT. VERNON
KENT
TACOMA
PORT TOWNSEND
ABERDEEN
BREMERTON
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1 - ""A -frame or Hydralift"" trucks and Boom trucks or
similar equipment when ""A"" frame or ""Hydralift"" and Boom
truck or similar equipment is used; Buggymobile; Bulk
Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotra_ler, Cam DW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
Two and Four -Wheeled power tractor with trailer ana similar
top -loaded equipment transporting material: Dump Trucks,
side, end and bottom dump, including semi -trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per tour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bn7K loose
aggregates); Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in heavy construction; Water Wagon and Tank
ruck-3,000 aalions ant over capacity
42�,._
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
- 1 43
GROUP 2 - Bull_ifts, or similar equipment used in loading or
unloading trucks, transporting materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,
Le Tourneau, Westinghouse, Athye wagon, Euclid two and
four -wheeled power tractor with trailer and similar
top -loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi -trucks and trains
or combinations thereof with less than 16 yards capacity;
Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck,
Greaser, Battery Service Man and/or Tire Service Man;
Leverman and loader at bunkers and batch plants; Oil tank
transport; Scissor truck; Slurry Truck; Sno-Go and similar
equipment; Swampers; Straddler Carrier (Ross, Hyster) and
similar equipment; Team Driver; Tractor (small,
rubber-tired)(when used within Teamster jurisdiction);
Vacuum truck; Water Wagon and Tank trucks -less than 3,000
gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite
work only)
GROUP 4 - Escort or Pilot Car
GROUP 5 - Mechanic
HAZMAT PROJECTS
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +S.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical ""splash sulz_. ""
LEVEL A: +5.75 per hour - This ieve- utilizes a fully -
encapsulated suit with a self-contained breath'ng apparatus
or a suppled air line.
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
1 44
TEAM0690-004 01/01/2019
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
COUNTIES
Rates
Fringes
Truck drivers: (AREA 1:
SPOKANE ZONE CENTER: Adams,
Chelan, Douglas, Ferry,
Grant, Kittitas, Lincoln,
Okanogan, Pen Oreille,
Spokane, Stevens, and Whitman
Counties
AREA 1: LEWISTON ZONE CENTER:
Asotin, Columbia, and
Garfield Counties
AREA 2: PASCO ZONE CENTER:
Benton, Franklin, Walla Walla
and Yakima Counties)
AREA 1:
GROUP 1.... ................
$ 23.91
17.40
GROUP 2....................$
26.18
17.40
GROUP 3- ..................
$ 26.68
17.40
GROUP 4....................$
27.01
17.40
GROUP 5.....................$
27.12
17.40
GROUP 6....................$
27.29
17.40
GROUP 7......... ...........
$ 27.82
17.40
GROUP 8- .................
$ 28.18
17.40
AREA 2:
GROUP 1....................$
26.05
17.40
GROUP 2....................$
28.69
17.40
GROUP 3....................$
28.8C
17.40
GROUP 4.....................$
29.13
17.40
GROUP 5 ....................$
29.24
17.40
GROUP 6....................$
29.24
17.40
GROUP 7....................$
29.78
17.40
GROUP 8....................$
30.10
17.40
Zone Differential (Add to Zone 1 rate: Zone 1 + S2.00)
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: Outside 45 radius miles from the main post office
441Pay- �
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
45
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power
Boat Hauling Employees or Material
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and
under); Leverperson (loading trucks at bunkers); Trailer
Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;
Stationary Fuel Operator; Tractor (small, rubber -tired,
pulling trailer or similar equipment)
GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile &
Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. &
under); Fiat Bed Truck with Hydraullic System; Fork Lift
(3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner &
Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo;
Scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, & similar); Tireperson; Transit Mixers &
Truck Hauling Concrete (3 yd. to & including 6 yds.);
Trucks, side, end, bottom & articulated end dump (3 yards
to and including 6 yds.); Warehouseperson (to include
shipping & receiving); Wrecker & Tow Truck
GROUP 4: A -Frame; Burner, Cutter, & Welder; Service Greaser;
Trucks, side, end, bottom & articulated end dump (oven'
yards to and including 12 yds.); Truck Mounted Hydro
Seeder; Warehouseperson; Water Tans truck (0-8,000 gallons)
GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under);
Self- 'loading Roll Off; Semi -Truck & Trailer; Tractor with
Steer Trailer; Transit Mixers and Trucks Hauling Concrete
(over 6 yds. to and including 10 yds.); Trucks, side, end,
bottom and end dump (over 12 yds. to & including 20 yds.);
Truck -Mounted Crane (with load bearing surface either
mounted or pulled, up to 14 tor.); Vacuum Truck (super
sucker, guzzler, etc.)
GROUP 6: Flaherty Spreader Box Driver; F-owboys; Forst Litt
(over 16,333 lbs.); Dumps (Semi -end); Mechanic (Field);
Semi- end Dumps; Transfer Track & Trailer; Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
•yds.); Trucks, side, end, bottom and articulated end dump
(over 20 yds. no & including 40 yds.); Truck and Pup;
Tournarocter, Dims & similar with 2 or more 4 wheel -power
tractor with ,.railer, gallonage or yardage scale, whichever
is greater Water Tans Truck (8,001- 14,030 gal -ors);
Lowboy over 53 tons)
GROUP 7: oil Distributer Driver; Stringer Truck (cable
oepra-wed trailer); Transit Mixers & 'Trucks Hauling Concrete
(over 23 yds.); Truck, side, end, bottom end dump (over 40
yds. to & including 100 yds.), Truck Mcanned Crane (wit:_
load bearing surface either mounted or pulled (16 through
25 tons);
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
45 1 Q i 4 <
1 46
GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 yds.); Helicopter
Pilot Hauling Employees or Materials
Footnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a
premium, in additon to the classification working in as
follows:
LEVEL C-D: - $.50 PER HOUR (This is the lowest level of
protection. This level may use an air purifying respirator
or additional protective clothing.
LEVEL A-D: - $1.00 PER HOUR (Uses supplied air is conjunction
with a chemical spash suit or fully encapsulated suit with
a self-contained breathing apparatus.
Employees shall be paid Hazmat pay in increments of four(4)
and eight(8) hours.
NOTE:
Trucks Pulling Equipment Trailers: shall receive $.15/hour
over applicable truck rate
---------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Note: .Executive Order (EO) 13106, Establishing Paid Sick Leave
for Federal Contractors applies no all contracts subject no the
Davis-3acon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they worst, up no 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health -related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health -related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements aria wcr.ker rotections anger the 10
is available at
htips://www.dol.gov/agencies/whd/government-contracts.
Unlisted classifications :seeded for work not included within
t_^.e scope of he class-ficazions listed may be added after
award only as provided In the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
46
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
47
---------------------------------------------------------------
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of ""identifiers"" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four -letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than ""SU"" or
""UAVG"" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM -s an abbreviation identifier of
the union which prevailed -n the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an interna- number used in processing
the wage determination. C7/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CPA) governing
th-s class-ficat-on and rate.
Survey Rate identifiers
Class if-ca-ions listed under the ""SU"" identifier indicate that
no one rate prevailed for this class-f-cation in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
lass-fica-ion. AS t,iS weightea average rate -r_c-uses a'
rates reported in the survey, 1t may _nc-ude both un-on and
non -union rates. Example: SULA2012-007 5/13/2014. SC; indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA-nd-ca-es
the State of Louisiana. 2012 is the year of survey on which
these classifications anrates are based. The next number, 007
4- the example, is an internal number used in producing the
wage de-erm.na-ion. 5/13/2014-nd-ca-es -he survey ccm-pleticn
da-e for -he class_ficat_cns _-a--es _nder ..hat _der_-ier.
Survey wage rates are not updated and remain- _ effect u_, i a
new survey -s cor:ducted.
union Average Ra-e ldentif-ers
Classification(s) listed under the UAVG identifier indicate
that no single ma;ority rate prevailed for those
classifications; however, 100% of the data reported for the
471 -
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
1 48
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
---------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be.
* an existing published wage determination
* a survey underlying a wage determination
F a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
National Office because National Office has responsibility for
the Davis -Bacon survey program. If the response from this
initial contact is not satisfactory, then the process described
in 2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hoar Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hoar Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
481 pa a=
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
! 49
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
J.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISIO"
WA20220001 Modification 4
Federal Wage Determinations for Highway Construction
CITY OF
Federal Way
CITY OF FEDERAL WAY
DEPARTMENT OF PUBLIC WORKS
33325 8TH AVE S
FEDERAL WAY. WA 98003
ADAPTIVE TRAFFIC SIGNAL CONTROL
CITY CENTER - PHASE 2
CITY OF FEDERAL WAY
MAY 2022
FEDERAL AID PROJECT NO. CM-9917(037)
LOCAL PROJECT NO. 36233
RFB NO. 22-004
��_ � .�� . • .... � �� -... �.. _-. maTR sT/s nerR sr s
I•i u
VICINITY MAP
N.T.S
SHEET
NO.
2
3
4
5
6
7
B
9
110
11 —22
AP.F40KI3 FfR1 [pNSTXpCTION
oewrc3 .wlnl�r. r# Dufe:
. DeP,W Public work: Dvector
SHEET INDEX
SHEET NAME
INTERSECTION NAME
TSN01
NOTES AND LEGEND
TS01
TRAFFIC SIGNAL PLAN — BTH AVE S & S 320TH ST
TS02
TRAFFIC SIGNAL PLAN — 11TH PL S & 13TH AVE S & S 324TH ST
TS03
TRAFFIC SIGNAL PLAN — PETE VON REICHBAUER WAY S & S 316TH ST
T504
TRAFFIC SIGNAL PLAN — PETE VON REICHBAUER WAY S & S 314TH ST
TS05
TRAFFIC SIGNAL PLAN — PETE VON REICHBAUER WAY S & S 312TH ST
TS06
TRAFFIC SIGNAL PLAN — 23RD AVE S & S 322ND ST
TS07
TRAFFIC SIGNAL PLAN — 23RD AVE S & S 316TH ST
TSOB
TRAFFIC SIGNAL PLAN — 23RD AVE S & S 314TH ST
TS09
TRAFFIC SIGNAL PLAN — 23RD AVE S & S 312TH ST
TTC1 — TTC12
TEMPORARY TRAFFIC CONTROL PLANS
LEGEND
u RIPTION
CONSIHUCTKIN NOTE
SIGNAL POE. MIST ON. MD LUMI
HYBRID RADMNOEO DETECTION CAMERA
CCTV CMERA
tiM 4' �T� CA9aQ
SERVICE CABINET
JMNGDIw LEm nn E
JIJM'TRm RTti. FFRE 2
JUNCTION BOX, TYPE 3 OR B
LOOP DETECTOR
STOP LINE VIDEO DETECTION ZONE (6' X 35)
STOP LINE BICYCLE VIDEO DETECTION ZONE (A' X 10-)
ADVANCE RADAR DETECTION ZONE (6' X I)
FILTER VIDEO/RADA DETECDON ZONE (6' X 6')
DETECTION NOTES
1 ALL DETECICVI LOOPS/ZONES SMALL BE LOCATED IN THE CENTER OF THE RAVEL
VJIE
2 FILTER DETECTION LOOPS/ZONES SHALL BE LOCATED I' —CENTER BACK FROM
THE SLOP LINE. UNLESS OTHERWISE NOTED
J DM VIDEO DETECTION ZONES SHALL BE LOCATED AS SHOWN, UNLESS OTHERWISE
NOTED.
4 CONTW SHALL COORDIWIE DETECTOR CHANNEL ASSIGNMENTS WITH KING
COUNTY ROADS LEAP TRAFFK SIGNAL 1ECHNCWN.
5 ALL EXISTING LOOPS AND VIDEO DETECTION ZONES SHALL BE MMNTMNED UNLESS
OTHERM'ISE NOTED IN THESE PLANS
6 ADVANCE LEFT-WRN DUNE DETECTION LOOPS/ZONES SHALL BE LOCATED AT THE
BEGINNING OF THE LEFT -TURN LANE UNLESS OTHERWISE HOTED
ADVANCE THRU-LANE RADAR DETECTION ZONES SHALL BE LOCATED BASED ON
THE FOLLOIYING ON -CENTER OSTMMES BACK FROM THE S1CP LINE, BASED ON
THE APPRCACH'S POSTED SPEED UNTO:
25 1"— 11
M MPH: J10'
35 MPH. 360'
CONSTRUCTION NOTE5 (NOT ALL NOTES ARE USED ON ALL SHEETS)
OI INSTALL HYBRID RADM/VIDEO DETECTION CWERA ON EXISTING LUMINMRE MAST ARM PER MANUFACTURER'S
RECOMMENDATION. INCLUDING ALL ASSOUNTED CONDUCTORS, MOUNTING BRACKETS, MD ASSOCIATED
EQUIPMENT ROUTE NEW CONDUCTOR TO EXISTING TRAFFIC SIONAL CONITOLLER CABINET THROUGH EXISTING
CONDUITS AND JUNCTION BOXES TERMINATE CONDUCTOR IN HYBRID RADW/VICEO DETECTION CONTROL UNIT
0 vwT M'8R10 PAOAW/Lvm op,r m X m DN L\I.'Ti1G =i ANSI Ow MJF 4VRi11Q)1/4F5
l6atlMMFJOLIKWR, I�IK�kLd116 XL --T. Tf3T W�CWppCyJ, MOUKTgD JIN AYOWi'D
NN&MS XT0 JIK R�BFMIILSTF COKW=OV IRA � fkkW MQ OETFSTWI LGM M TM
0 INSTAL HYBRID —/VIDEO DETECTION CONTROL UNIT IN EXISTING TRAFFIC SION.AL CONTROLLER CABINET
Q CONFIGURE STOP UNE. FILTER. EXIT, MD ADVANCE DETECTION ZONES AS SHOWN ON THIS SHEET
OS WJNTNN AND PROTECT EXISTING —C SKRIAL CONTROLLER CABINET
© MNNTAIN AND PROTECT EXISTING INDUCTKRN LOOP DETECTOR
Q ABMDOI EXISTING INDUCTXIN LOOP DETECTOR REMOVE EXISTING LOOP LEAD-IN CABLES BUCK TO EXISTING
TRAFFIC SGNAL CONTROLLER CABINET.
O INSTAL TYPE 3 INDUCTION LOOP PER WSOOT VAH WD PLANS J-50.05-00, J-50.12-02, AND J-50.15-01
E H NEW INOUCTRIN LOOP SHALL BE SPUCED TO SEPARATE LOOP LEND -INS AND TERMIRATED IN EXISTING
TRAFFIC SIG— CONTROLLER CABINET ON SEPIIATE DETECTION INPUTS.
O INSTALL TYPE 1 JUNCTION BOX PER WSDOT STMDARQ FILM J- 10-OA
® EXISTING LOOP DETECTOR TO REMAN. RE-SPUCE TO SEPARATE LCOP LEAD-INS AND TERMINATE IN EXISTING
TRAFFIC SIGNAL CONTROLLER CABINET ON SEPMATE DETECTION INPUTS.
IQI SALVAGE EXISTING GRIOSNMT VIDEO DETECTION CAMERA AND ASSOCIATED EQUIPMENT FROM EXISTING
LUMINMRE ARM AND RETURN BACK TO CITY OF FEDERAL WAY.
© SALVAGE EXISTING GRIDSMMT VIDEO DETECTION CONTROL UNIT FROM EXISTING TRAFFIC SWWL CONTROLLER
CABINET AND REWRN BACK TO CITY OF FEDERAL WAY.
® INVADE EXISTING TR-ICON VIDEO DETECTION CMERA AND ASSOCIATED EQUIPMENT FROM EXISTING LUMNWRE
ARM MD RETURN BACK TO CTIY OF FEDERAL WAY
O SALVAGE EXISTING VIDEO DETECTION CAMERA AND ASSOCIATED EQUIPMENT FROM EXISTING SGNAL MIST MW
AND RETURN BILK TO CITY OF FEDERAL WAY.
© EXISTING FUR VIDEO DETECTION CMERA TO REMAIN
p swo CT.tiIT GALTF34. 10 keMAfJ
© INSTMI LOOP DETECTOR STUB -OUT CONDUIT TO EXISTING JUNCTION BOX PER WSOOT STANDARD PIAM
J-50.15-01, RESTORE BIOEWAK AND PAVEMENT TO PRE-EXISTING CONDITIONS.
® INSTAL NEW CONDUIT INTO EXISTING JUNCTION BOX
® REMOVE AND RELOCATE EXISTING FUR VIDEO DETECTION CAMERA MOUNTING BRACKET, AND ASSOCIATED
EQUIPMENT TO EXISTING SIGNAL MAST MM.
® SALVAGE UN -USED TRAFKON VIDEO DI-CTION CMDS FROM EXISTING TRAFFIC SKAML CONTROLLER CABINET
AND RETURN BACK TO COY OF FEDERAL WAY.
REMOVE AND REPUCE EXISTING VEHICLE SIGNAL HEM CONDUCTORS BETWEEN THE EXITING TERMIFAL CMINET
AND THE EXISTING TRAFFIC SIGNAL CONTROLLER CMINET. NOTCH EXISTING TERMINATIONS. TERMIWIKWIS SMALL
BE MADE IN THE PRESENCE OF THE KING C— LEAD TR-M SIGNAL TECHNIOLW IN THE FIELD
® INSTALL ONE M CCTV CAMERA MD ONE MULTI -SENSOR CCTV CMERA ON EXISTING CUMIN IE LAST ARM
PER MANUFACTURER'S RECOMMENDATION. INCLUDING ALL ASSCCATED CONDUCTORS, MOUNTING BRACKETS. MD
ASSOCIATED EQUIPMENT ROUTE NEW CONDUCTORS TO OUSTING TRAF}lC SIGNAL CONTROLLER CMINET
THROUGH EXISTING CONDUITS AND JUNCTION BOXES TERMINATE IN —NG POE+ ETHERNET SWITCH
® RESTORE EXISTING CURB, GUTTER, AND SIDEWALK TO WTCH EXISTING CONDITIONS PER CITY OF FEDERAL WAY
STMDMD DRAWINGS 3-3. 3-4. AND J-KA
® RESTORE EXISTING CURB MO GUTTER TO MTCH EXISTING CONDITIONS PER CITY OF FEDERAL WAY STMDWD
C—NGS 3-4 AND 3-AA
CITV OF
Federal Way
NOTES
1 ALL WORK SHALL BE DONE IN ACCORDUM:E WITH THE CITY OF FEDERAL WAY ST. WDS AND SPECIFXUIIONS MID
WASH1N 061 STATE DEPARTMENT OF TRMNSPORAIXNN (WSDUT) STMDMRUS AND SPECI—XIM
2 THE LOCATIONS OF FFAWRES SHOWN ME APPROXIMATE MD SHALL BE VERIFIED IN THE FIELD BY THE CONTRACTOR PRIOR
TO CONSTRUCT. WORK
J ALL WORT( SHALL BE CONSISIEM WITH UTILITY AGENCY REQUIREMENTS THE CONTRACTOR SHALL CONTACT ALL PERTINENT
UTILITY AGENCIES AB HOURS PRIM TO COMMENCING WORT(, MD STALL COONOWIE WITH AFFECTED DTIUTY AGENCIES
THROUGHOUT THE PRGUECT
4 THE CONTRACTOR SNI BE RESPONSIBLE FOR AHY OAIIAGE TO EXISTING UTILITIES. THE CONTRACTOR SHALL NOTIFY THE
AFFECTED UTILITY COMPAY AND THE CITY IMMEDIATELY UPON DAWGE AND BE RESPONSIBLE FOR REPIAGNG AHY D MM.ED
EQUIPMENT TO THE SATISFACTION OF THE AFFECTED UTILITY COMPANY MD/OR THE CITY
5 THE CONTRACTOR SHAM CALL FOR U LOCATES PRIOR TO PERFORMING MY UNDERGROUND WORK, SUCH AS CONDUIT
TRENCHOIG, TO AM WMAGE TO ANY UNDERGROUND UILITIES. UTILR¢S TO BE COMICTED THROUGH THE ENGINEER IF
PROPOSED CONSTRUCTION CONFLICTS WITH ANY EXTIRNG UPUTTES
R -PROVED CONSIINICTION PUNS (DICLUWIG MY APPWOVED R-SIO2) STALL BE AVA6ABl£ ON THE CONSTRUCTION SITE.
ALL-PROPRATE PERMITS AND EASEMENTS SH BE IN PLACE PRIOR TO START OF WORK.
Z. , OOSFDIO UDIJ 3 WV ME N 3 ➢I I11 W GPEIATIpWL At IM.I, IW
6. MY SIOEMALX. LANDSCAPE. SHOULDER, OR ROMVIAY DISTURBED DURING CONSTRUCTION SHALL BE RESTORED TO EOIML
OR BETTER CONDITIONS FULL DEPTH S-CUT REQUIRED AT PAVEMENT PATCH EDGE FOR ROADWAY TRENCH WORK ALL
SIOEWMX REPMR SHALL BE DONE TO FULL DEPTH BY WHOLE PANELS BETWEEN SDEWALK JOINTS. PART& PMEL
RE —ENT WILL NOT BE ALLOWED. USE COF U COMPACTION CANNOT BE ACHIEVED UNDER AOMCENT SIDEWALK
9. CONTRACTOR SHALL SUBMIT ALL MATERIAL CUT SHEETS TO THE CITY ENGINEER FOR APPROVAL PRIOR TO ORDERING AND
OSTMIATION.
11 ALL CABLES INSTM ED BY THE CONTRACTOR STALL BE LABELED DI EACH JUNCTION BOA( AND TRAFFIC SGRAL CONiROLER
CA v
11 EX'S CONDUCTORS LSTED IN THE OWING SCHEDULE ME FOR REFERENCE ONLY CONTRACTOR SWLL CONFIRM COHORT
CONTENTS O THE FIELD
12 P"""ED EJEMICAL EQUIPMENT SUCH AS JUNCTION BOXES AND CONDUIT ME SHORN SCHEMATICALLY MD MAY BE
FIELD ADJUSTED TO MOOD CO—. AS DIRECTED BY THE ENGINEER
13 ALL HEW JUNCTION BOXES AND SIDDIIMK PANELS SHALL BE DRSTM I FO TO IRA CH THE GRADE OF THE EXISTING 9DEWMU(
OR WNDSC-E MEN THE CONTRACTOR SH— AVOID PLACEMENT OF ANY CONDUITS OR JUNCTION BOXES IN U 110NS
THAT WILL AFFECT EXSUHG PEDESTRIAN CURB )AMPS
IA ALL LIDS AND FRAMES FOR JUNCTION BOXES AND CABLE VAULTS LOCATED IN SROEWAUCi SHLLL HAVE NON -SLIP
SURFACES
15 CONTRACTOR SHALL PROVIOE AND OSTM.L A NO B GREEN GROUND NBE IN CONDUIT WHERE NLW CONDUCTORS/FIBER
OPTIC CABLE ME BEING INSTALLED WTINOUT M EX6IBIG NO B —ND. PER NEC REOUOEMENTS.
16 NEW JUNIC11ON BOXES SHALL BE INSTALLED PER IDOT STMOMD PLAN J-1010-OI
IJ OIMEMSONS SHOWN ON THE PUNS ME APPROXIMATE MD SHAM BE FI0.0 VERIFIED BY THE COMPACTOR
18 TRAFFIC SIGNAL CONDUCTOR TERMINATIONS SHALL BE MNDE IN THE PRESENCE OF THE KING COUNTY LEAD TRAFFIC SIGNAL
TECHNICIAN IN THE FIELD
19 ACCESS TO ALL ADJACENT PROPERTIES IN THIS PRGNECT IS NOT AVAUBLE ML WONT SH— BE PERFORMED WTIHIN THE
ROOM -OF -WAY
NOTES Mil S T
I m sisal i511A51 roe mtru Naas ANP uula �L�1
CONSTRUCTION NOTES 4
2O INSTALL HYBRID RADAR/VIDEO DETECTION CAMERA ON EXISTING SGNAL MAST ARM PER MNIUFACTURER'S
RECOMMENLMTION, INCLUDING ALL ASSOCIATED CONDUCTORS. MOUNTING BRACKETS, AND ASSOCIATED
EOUIPMENT ROUTE RUN CONDUCTOR TO EXI5UK TRAFFIC S CONTROLI£R CABINET THROUGH EXISTING 1
CONDUITS AND JUNCTION SO— TERMINATE CONDUCTOR IN HYBRID RADIB/WDEO DETECTION CONTROL UNIT
QJ INSTALL HYBRID RADAR/VIDEO DETECTOR CONTROL UNIT IN EXISTING TRAFFIC SIGNAL CONTROLLER CABINET 1
O CONFIGURE STOP UNE, FILTER, EXIT. AND ADVANCE DETECTION ZONES AS SHOWN ON THIS SHEET AND ON
SHEET TSND1.
OS RMMfAN AND PROTECT EXISTING TRANIG SGNAL CONTROLLER CABINET
Ol ABANDON EXISTING INDUCTION LOOP DETECTOR REMOVE EXISTING LOOP LEAD-IN CABLES BACK TD EXISTING
TRAFFIC SGNAL CONTROLLER CABINET.
® RE TH SW NIL AND REPLACE EXISTING VEHICLE HEM CONDUCTORS BETWEEN THE EXISTING TERMINAL CABINET
ANO THE EXISTING TRATW SIGNAL CONTROLLER CABINET. LATCH EXISTING TERMINATIONS. TERMINATIONS SHALL
BE MADE IN THE PRESENCE OF THE KING COUNTY LEAD TRAFIC SWNA- TECHNWWI IN THE MELD.
® INSTALL ONE P CCTV CAMERA AND ONE MULTI -SENSOR — CAMERA ON EXISTING LUMINNRE MAST MM N
PER MANUFACTURER'S RECOMMENDATION. INCLUDING ALL ASSOCIATED CONDUCTORS. MOUNTING BRACKETS, AND
ASSOCIATED EOUIPMENT- ROBE NEW CONDUCTORS TO EXISTING TRAFFIC SIGNAL CONTROLLER CABINET
THROUGH EXISTING CONDUITS AND JUNCTION BOXES. TERMINATE IN EXISTING POE, ETHERNET SWITCH AL.
I�Ar'
I EXISTING TRAFFIC
IP SIGNAL SHALL REMAIN
1 FULLY OPERATIONAL AT
ALL TIMES
1
CALL 4R HOURS
BEFORE YOU DIC
1-800-424-5555
®iiiiii�iiiiiiiiiiiAi
®®iiiiioiiii©i��iiiii
•
-
mm
�i
iiii
�o©iii
iiii
i■■ii
(R) REMOVE IX15TING CONDIL "L " AND SIIALL ""'A' A IMwnu Ynxc IDIAL IN v lU Inc w wnuu.IUn, U.—I Ulncmmx HU.—
,�N f
rs
C;SLIW
Al
PHASE DIAGRAM (EX.)
i 7
4k?
t.anSpG(a o'` 17r
CITY OF
Federal Way s,:Ll 1N.M,Nu�,K�, NELIei5e1l-NA5
.IAAIAfC IXasRNW11N 11HBF UFAA1 .]�I:SaX,N
—► PROTECTED MOVEMENT
!-✓-► PEOESTRVN MOVEMENT
:--- PERA-1) MOVEMENT
T
p
D®
IScoW In Feel
CITY OF FEDERAL WAY
ADAPTIVE TRAFFIC SIGNAL CONTROL - CITY
CENTER
TS01
PHASE 2
TRAFFIC SIGNAL PLAN
SHE
DF
8TH AVE S & S 320TH ST
SHEETS
PHASE DIAGRAM (EX.)
EK+srINc rRAmc
SIENAL 514ALL REFW11
FUELv oPERArroruL At
ALL nR1es
r
CALL 48 HOURS
BEFORE YOU DIC
� 1-800-424-5555
/
UP
-y FRDTT o VoVooR1 A 221
k NTQE'-TNrAY NQSF.AENF f 1 1TI a
PERMRTEO YWELQ.T 4'Y` ]J;
$� f
_1 s
NOTES
I. AKSFr „� aE aAmTL NBTES, 2GENO.
CABINET WIRE TERMINATIONS
CONSTRUCTION NOTES
O1 INSALL NYBRID RADAR/NOEO DETECTION CAMERA W DATING LUYNLVRE MAST
ARN PER MANUFACNRER'S RECOMMENMTION. INCWDING — ASSOCIATED
CONDUCTORS. NOUN1NK BRACKETS, AND ASSOCIATED EQUIPMENT. ROUTE NEW
CON OR TO EXISTING TRAFFIC SAN.LL CONTROLLER CABINET THROUGH EXSRNG
COUWITS AND JUNCTION BOXES• TERMINATE CON U— IN HYBRID RAONR/VIDEO
y
DETECTION CONTROL UNIT -
all 11
O INSTALL H D RAMRMOEO DEIECII011 CANERA ON EXISTNG SIGAL AMST ARM
A.I» M
PER MANUFACTURERS RECOMMENOATNIN, INCLUDING NL ASSOCIATED
IH N22
CWDICTORS, NOIUNTIK BRACKETS, AND ASSOCIATED EQUIPMENT. ROUTE NEW
CONDUCTOR TO DUST NG TRAFTIC SIGNAL CONTROLLER CABWET THROUGH E](STNG
COUWITS AND JUNCTION BOXES. TERMINATE CONDUCTOR IN HYBRID —/VIDEO
oETECTNAN COTROL UNIT
Q INSTALL HYBRW RAGN/MOEO DETECTNMI CONTROL UNIT IN DLSTING TRAFFIC
SIGWI. CONTROLLER CABINET.
EN�WT
0 COIFX:URE STOP LINE, FILTER, EMIT, AND ACVNRCE DETECOON ZONES AS SHOWN
W THIS SHEET AND W SHEET TSN01
'NOT A11 TERIAATKNS SHORN
0 MNNTNN AND PROTECT pl$TING TRAFFIC SIONL CONTROLLER CABINET
j•
© 1WNTNN AND PROTECT EXISTING INDUCTION LOOP DETECTOR.
O ABNIOON EXISTING INDICTION LOOP DETECTOR. REMOVE DSRNG LOOP LEAD-IN
CABLES BACK TO DSRNG TRAFIC SX— CONTROLLER CABINET.
QB INSTALL TYPE J INDUCTION LOOP PER WSDOi STANDARD PLANB J-50.05-00,
J-50.12-DY. AND J-50.15-D1. EACH NEW INDUCTION LOOP SHALL BE SPLICED
TO SEPARATE LOOP LEAD-INS AIO TERNINATED IN EXISTING TRAFRC SIGNAL
CONTROLLER CABINET ON SEPARATE DETECTION INPUTS
�cS
v y1;TAIF rm 1 JWTCKOY BE. PER of fl SlNN0420 a4m -4410-0 .
® EXISTING LOOP DETECTOR TO REMAIN RE -SPLICE TO SEPAATE LOOP LEAD-INS
AND TERMINATE IN EXISTING TRAFFC SIC— CONTROLLER CABINET ON SEPARATE
DETECTION INPUTS.
® INSTALL NEW CONDUIT INTO EISTING JUNCTION BOX
INSTALL ONE M CC V CAMERA AND ONE MULT-SENSOR CM CANERA ON
DSTINC WMINNRE AAAST ARN PER AANUFACRIRER'S RECOMMENDATION,
INCLUDING ALL ASSOCIATED CONDUCTORS. MOUNTING BRACKETS. AND ASSOCIATED
EQUIPMENT ROUTE NEW CONDUCTORS TO DISTDG TWJFIC SIGNAL CONTROLLER
CABINET THROUGH FASTING CONWIS AND JUNCTION BOXES- TERMINATE IN
EXISTING POE+ ETHERNET SWITCH-
® RESTORE FASTING CURB AND GUTTER TO IRATCH EXISTING CONDITIONS PER CITY
OF FEDERAL WAY STANDARD DRAWINGS 3-4 AND 3-4A
O�mmmmom©mammom®��mm
�mmmmmmomommomm��mm
r�mmmmmm©mommom©��mm
�mmmmmm©mammmmm��mm
�mmmmommmmmmmmmo�mm
, . ,
o©■�mm
m
■�mmm
■■
m�
■�
m�■
O���©m
mmmmmm©mmmmmmm��mm
o®mmoommm
m
mmmm
m
m��mm
os�mmmommm
m
�mmm
m
m�■■rmm
Al Nitr ewTTO ns Ivry •J 1_ IaNAARI A aWawq WI¢ ea1AI. A Pa is T¢ IAAvsT e[WNUVCIaN, Myltss a11T¢WWTAIA-TgITQ N
(R) REMOVE EXISTINGNG CONDUCTOR.
a ID®
Scale In F4TM
RiTISW,O In TATw
7ATE
05/.ti/=3
I
transpogroup t7�
CITY OF FEDERAL WAY
ADAPTIVE TRAFFIC SIGNAL CONTROL —CITY CENTER
TS02
a
" B �R
°�=`/°
IRV[ yr JG
g7nyxvri
TI L-
PHASE 2
CITY OF
5Hi T
Federal Way
. SUITE MD ITEU 425 Sx10545
IRKLAMD—NOTONNNT� I —IA e�+d41a
,.,,41;
TRAFFIC SIGNAL PLAN
11TH PL S & 13TH AVE S & S 324TH ST
u
sHEErs
WIRING SCHEDULE (THIS SHEET ONLY)
PP6/LOOP/ YEH/Pm CGrv/YDcc/ HreRID ILLUM PHDTOCE31 POWER
AACEYMY RL E/V OET HEIR YEN HERO mWXliii} WXlElfs NADO[ryNo
NO cONWIT KISH) % 5c 1C GT6 GT6 j6 j14 01
CONSTRUCTION NOTES
��
Q1 WS L �M °KURP.*W E(IUMN CM"A ON EltS K (UNIW NW MIA 14R WftMtD62"
oG(ONAtl2�ibNL w(wOIN: Aft allomm cDNWcioRSi NOWLDNG DRAZt<ETs. 40 Allom E4
EDUPIQ]O. f1w1E N[f [cHOcv'TOR TO E4]'1FA: TRIIPX: C6�NT IHROIAAII CA[°Lw0 I
LONOUIT3 -0 JUNCTY tlWES TPJ•WNIrE CmiPLi+fl¢ IN H Iww 2ApM/tWiD 0[1Eclrii [xWONLL —F
Q INOd HYENIO RIMR/ W0 DEfEC110N OONTNOL UNIT IN MOM TMfF1C SCNAL CONTROLIFIt CARNET.
Q 00NnomE SIOP LINE, FILTER. Eff, NNI ADVANCE =-NRN DEIEc1I0N ZONES AS SHOWN ON TNM SHEET
NA ON SHEET 1 I.
Q NNNTAN AND PROTECT MOW TRi.FRC SIDFML CpMIROLLER —NI7 I-'
l0 AmBN�A0HwoN0 cw wNwE FJf6TM0 LOOP L -N WD s DAL1t TO ca N0 i I
w AO µDI BMX T0�1 a MM �EDERIiL Y� �TED EWIPNENT F MONG t�
O SALWWE EIDSTIND CRIDSAWi VA]EO DETFLININ COMNOL lNR FROM ElI6DNG TRAFFIC $K]UL OONTXIXIER
CNRNET AND NEFURN DAO( TO CTTY W FEDEML 1MY.
Ex MT CCTV -LWA fO R N.
szE
IX.
NEW
IX.
MEW
U.
NEW
IX.
NEW
IX.
NEW
IX.
NEW
IX.
N;1F
IX
I
IX ]'
4
2
Fi 1
2
=
Ei ]'
a- r
S
1
�-r
2
S
E°. r
2
!
f7. r
]
1
m r
I
2
Ex Y
2
R
a
2
E'W- r
a
2
IX' ]'
2
]
E%ISTINC TRAFFlC
SIGNAL SHALL REMAIN
NL{Y OPERATN]NAL AT
ALL rIMEs
CALL 4B HOURS
BEFORE YOU DIG
1-800-424-5555
mini mmmmmi.
6.—rT
r ■FAIR + -
� PgpTECfm IIOVEIAEFR
►-�� PmEOTRHN
PERMffTEO MDVENEHT
•'��
A _ r
oTHEWNISE NOTED
NOTE
U-� w
LLOp
WIRING SCHEDULE CONT (TH6 SHEET ONLY)
(R) REI[O.'E = CONW4Tpim arvui wnurn n �wn� wnc c.nx.c in aiec i� Inc uM.c�i wn�wi�n, u� "- ��numae iviui.
wIe nemw+° NF wlL
aLsoac e. xN m/2°/mx2 �-y CITY OF FEDERAL WAY
Re m. OS/24/2022 Cranspogf ii-i rsos
A�/7/ ADAPTIVE TRAFFIC SIGNAL CONTROL —CITY CENTER
ar�RxD aW x D51 Whir., E. r PHASE 2
CITY OF 1:u111]THAYEWIENEN6reMl LTEtI°alul.nes TRAFFIC SIGNAL PLAN �4
Federal Way NIRRAND•WNBHNDTDH ,FAq.S° >,
PETE VON REICHBAUER WAY S & S 316TH ST sHEa
(R) REI[O.'E = CONW4Tpim arvui wnurn n �wn� wnc c.nx.c in aiec i� Inc uM.c�i wn�wi�n, u� "- ��numae iviui.
wIe nemw+° NF wlL
aLsoac e. xN m/2°/mx2 �-y CITY OF FEDERAL WAY
Re m. OS/24/2022 Cranspogf ii-i rsos
A�/7/ ADAPTIVE TRAFFIC SIGNAL CONTROL —CITY CENTER
ar�RxD aW x D51 Whir., E. r PHASE 2
CITY OF 1:u111]THAYEWIENEN6reMl LTEtI°alul.nes TRAFFIC SIGNAL PLAN �4
Federal Way NIRRAND•WNBHNDTDH ,FAq.S° >,
PETE VON REICHBAUER WAY S & S 316TH ST sHEa
NOTES
1 SEE SHEET -1 FOR GENERAL NOTES ARD LEGEND
CONSTRUCTION NOTES
Qi *ff1ALL M RADMA14W n "m ON 9111MM WIA MIr- aNST NW PEN MANUFACTUBTPES
fmWIWgA?iWIL wf0AAI1G All asSxro.TT,q sdla.ICT�IK 4DLRRbari 6VLNE76, IYIR ALnca.TED
)RIIFTF. N[W CGgI CiDR AZ E>+S16A TRAFFX: LCNNa L>ylIR01-4R CAH.IiT TE§IUCM FJI�ILYC
R$ AID IURIL1N1113QYLS TrRTwArE CONDUCTOR Ik .FTYTAv RIAM!/YIO[G f&7S'TIhN CONTROL Uwl.
Q INSTALL HYBRID RALAINDEO DETECTON CONTROL UNIT IN EXISTING TRAFFIC SIN— CONTROLLER CABINET
0 CONFIGURE STOP UNE. FILTER. EXIT, AND AOVAKE LEFT -TURN OETECTX N ZONES AS SHOWN ON THIS SHEET
AND ON SHEET TSNOI.
O MANTAN AND PROTECT EXISTING TRADC SIGNAL CONTROLLER CABINET-
O ABNNDON EXISTING INDUCRON LOOP DETECTOR REMOVE EXISTING LOOP LEAD-IN CABLES BACK TO EXISTING
TRAFFIC SIGNAL COMROLLER CABINET.
® SALVAGE EXISTING TRAFICON VIDEO DETECTION — AND ASSOCIATED EQUIPMENT FROM EXISTING LUMINARE
ARM AND RETURN BACK TO CITY OF FEDERA WAY.
© EXISTING MR VIDEO DETECTIIXI CAMERA TO RENNN
® EXISTNG CCTV GMERR TO REMAN.
® REMOVE AND RELOGTE EXISTING MR VIDEO DETECTION CAMERA, MOUNTING BRACXET, AND ASSOCMTED
EQUIPMENT TO EYWNG SX— NAST ARM.
® SALVAGE UN -USED TRAFICON VIDEO DETECTION CARDS FROM EXISTING TRAFFIC SIGAL CONTROLLER CAWNET
MD RETURN BACK TO CITY OF FEDERAL WAY.
Y R,�
o — -
r -
MB Rio' IQ -
� 1liR ,�i SNIy lvrE
� +•III
I
z p
F T.�
{ EXISTIND TRAFFIC
SIGNAL SHALL REMAIN
r F11L,f OPERATIONAL Al
AFL TBO,5
r
4 CALL IB HOURS
BEFORE YOU DIC
E T-eoa-aza-ssss
� PROIEClEO MOVEMENT
M► PEDESTRMN MOVEMENT
:--- PERMITTED MOVEMENT
WIRING SCHEDULE
RACEWAY �INO�/ E]NC(SH) �H]L� DETECT GMERA
NO CONDUIT ZC(SH) SC VDCC GTB
SIZE•
B
SHEET ONLY)
ILLUM PHOTOCELL POWER
08 1 I#IN 1 yX NOTE
AL NEW,CONDUIT SHALL BE RVC AND SHALL CONTAN A GROUND WIRE EQWL IN SIZE TO THE LARGEST CON 01R, UNLESS OTHERWISE NOTED
(b KCW DIStIma OONIM MdL
WIRING SCHEDULE CONT (THIS SHEET ONLY)
N1 NEW CGNOUO SHAL SE PVC AND SNALL CONTNN A GROUND WIRE EOUAL IN SIZE TO THE LWGEST CONDUCTOR, UNLESS OTHERNSE NOTED
(R) REMOVE EXISTING CONDUCTOR
pxm I NEw511DN 1 8r 1 LATE
to WI-I.0=12
mN P➢I:A{pT=
�•. transpog„fit p cj% AD
CITY OF
Federal Way aRw�wTa�pB F..,,naxaU ,,
N
UT
r
x
z
x
i
G
Wom
r`
CITY OF FEDERAL WAY
APTIVE TRAFFIC SIGNAL CONTROL - CITY CENTER TSO4
PHASE 2
TRAFFIC SIGNAL PLAN SHIM
OF
ZZ
PEFE VON REICHBAUER WAY S & S 314TH ST SHEETS
N1 NEW CGNOUO SHAL SE PVC AND SNALL CONTNN A GROUND WIRE EOUAL IN SIZE TO THE LWGEST CONDUCTOR, UNLESS OTHERNSE NOTED
(R) REMOVE EXISTING CONDUCTOR
pxm I NEw511DN 1 8r 1 LATE
to WI-I.0=12
mN P➢I:A{pT=
�•. transpog„fit p cj% AD
CITY OF
Federal Way aRw�wTa�pB F..,,naxaU ,,
N
UT
r
x
z
x
i
G
Wom
r`
CITY OF FEDERAL WAY
APTIVE TRAFFIC SIGNAL CONTROL - CITY CENTER TSO4
PHASE 2
TRAFFIC SIGNAL PLAN SHIM
OF
ZZ
PEFE VON REICHBAUER WAY S & S 314TH ST SHEETS
0®mamma=
fvo®®fog©owe®©�©�©fmfofm
C®Of•i
l
llf�7
illflflllf®llll
f�
lill
liil
iliillllllll
f®fmlllilf©f♦ll©iiiiiiiii'
.
f®f©lll
llll
o�f•fiiiiiif©ll
f�
iiiif•
f•ii
iiiioifr�i
llf©l
f�iil
lil
fr�ifiliiil
loll
�mum
f�fr�
liil
l�l
ilii�lf©l
llll
®i
f♦iflfri
lil
l
liiilll
llfOl
fry©liii
lill
llillllllloll
f�l
lull
llfo
l
l
l
lull
111
f�l
lull
llllii�if©lull
(R) BEHOVE IXISTING LONDUCTGE� ANu SHALL oVn TAM A unVIREV nIIR. XWAL In sl[L IY AXE Innetsl wMAEl.lun, VnLess ulnemnst IEuily.
� �� iRArnC
I 9<FTiAL SWILL RO,IM1TN
fi iUlLr OPERATIDNAL Ai
iALL 71ME5
1
f CALL 4B HOURS
BEFORE YOU DIC
1-BDO-424-5555
G
NOTES
e3
—
I. SEE SKEET TSND1 FOR CpERAL NOTE AND U—I
CONSTRUCTION NOTES
I
Q INSTML HYBRID RApM/NSED DETECTIDN CMEMA ON E]OSTNIO sTGxAL MAST
ARM Pp WlUFACTUI✓fRY RECGAMENDATNkI, INCLUGNG ALL ASSOMTED
CGIWCTWIS. MOUNRNC BRAGTETS, ATID Alls(=TED EQUIP— ROUTE NEW
ODNDUCTOR M DOSTNA TRAFFN: 9GN.L CGORIXIER CABMET VI—IH
IXIS W L ffS MID JUNCTION BOSS. TERMINATE WE ()R M NYBTIIO
RADMt/VIDEO DEIECRON CpI1ROl UNIT.
Q INSTALL HYBRID RQAR^IDW DEIECTNM CONTROL UNIT M EIOSRNO TMFFlL
SIGNAL cONTRDUER CARNET.
i r
Q CONFlGIRE STOP LINE, FlLTER. FAIT, AIIO IDYYIILE LEFT -TURN DETECTION
MISS AS sxORT1 ON TH6 sxEET AND ON SHEET TSTJn1.
Q MASTTATN AND ft MDCT pESRHG TANK � ✓%RE,RhaA WW
7f
O W AH AND PROTECT EJOSIINQ INGILIIGI LOOP GIEROR
O] ABNIDON IX ND INDUCTILE LOOP DETECTOR. REMOVE EDTISTR I LOOP
i.
LFAD-M was BACK m pISRNO TRAFFlC AGNAL CONIROLLFR CABINET.
-'�;
srLVAGE E%RTNc GRIOSMART NDFD DETEGLIW aMETu ANO AssoaATED
EQUIPMENT FRLA EIOSTMG LUMMMRE ARM AIEO RENRN BALK TO CRY OF
FEDERAL WAY.
® SALVAGE ETmTNM GIEp6MART MDEO OETECIpN CONROL UNIT FROM pbTING
-
1RMFIC SIGILL _ ER CABINET AND —U. RACK M Cl OF FEDERAL
NAY.
rr��
� 7R1
f f i I
renlAG cm GMM1V TO MAMMA.
f- r I rii
I lJ L lId 4Ull U
T,
r—t
° SEE BELOW LEFT
- �1
j
nF W
0 10®
SmM In Fxl
CITY OF FEDERAL WAY
ADAPTIVE TRAFFIC SIGNAL CONTROL — CITY CENTER
NOTES
,. SEE SMFET TSrtll TOR CFNEAAL HOLES AND IEGflID.
INd M E1FNO05 RNT MAY BE INSTALL. AS PAIR a A M ALTETNTE.
CONSTRUCTION NOTES
O RtwTM[I�'iGTIImm NEW
I clTwin" S*D�PSawll0' M44ni��n�� n Y.wLi� flEp-i
EOU'/,YAO. (IWrE N€W CDVD11aIDR TD EEISOMS R41EFlC sGNAI cWRwLlLtll �OK1 O, EIDSTNa
caaluRs uo .nwcTlDn earn TERMRurE coMDIxTaE N m>nn uDwF.,ma DrrEcmN car raDL L•M!.
p INSTALL IReRID RID N/ND. DEIEC,MIN CDNIPDL EMIT IN M5 TflAFiN: sIGWL WN,MOEIER GBNEf.
© LDNE1GxK STOP UNE, DLTER, —AND AONNiE L -TURN DEIECODN ZONES AS SNDNH W THIS SHEET
AND ON SHEET T 1. r,]
0S IWHTAMI AND PIIOIECf E wIc 1RATFIC S,GIML CONTRDIIER GBN..
MD MF][L'1 um -a rmim LD]P rA•., V" ��C� x 1} `' •r
Q ABANppI E%IS°Na INWCTIDN LMP DEfECTdi REMOME FJ M IADP l 114 fJBIFS BKK TO EIDSfWa •ii V Z Y v Yy.' � :
TRAFFIC SMRML WIOROIlER CABNEr. _
® E NG IDOP DEfEC10R m REW . RE-WME m SEPA M LW IFAD-Ns ADD TERLINATE IN EnsTlxc ` �M
TRAFf1C SIDIML WIIIHDLLFR CABNIEf ON SEPARATE DEIECIION INPUT. i � y� ,
tC�
® INSTALL ONE TV n GWERA AND ONE CLU SENSOR SSW C CO DU FHW, UNnWNE MAST MBI ti
PER CUM E01MIK ROMMENM M INCLUMND A11 ASSOCLOEO CDNOWTORS. MWMINC BRACNEIS. AMD �,, „w.� 11a'
ASSWNT. EDUIPMEM. RWIE NEW WNdICT0R5 m EMbTINa TRMFIC SIWAL W1Nfla1En
THRWGH E%6,N0 CONWIfS rN0 JUNCTWN BDRES. TEAMIWTE N EIIISIRlO POE+ EfHFMlEf SRRCM. }
�� � ` �al..l -- — 'Aar• � 4,aL41
new
sSlMY' nrvE,E
L SHALL REMAIN
OPERATIONAL AT
Au nMEs
CALL 4B HOURS
BEFORE YOU DIC
1-800-424-5555
1y`► PE•Ji`TRPN -MEP T
PFA IMD MDnS !M
i -
„v /
CABINET WIRE TERMINATIONS
i�
7 :
III5
it
m � ritiw�wrr
•NMT AO. 1ERNIwRWni 9ND'r
WIRING SCHEDULE (THIS SHEET ONLY)
�Q�QOQOQOQ�®0®m©�®
NA rS1l CP4RPT. J1ML eE Pvs AND SfNSA S NN A 4WkM WIRE EOWL IN tra m Ni uw m CDIOLC - ON ,cs arNER,GE INTO. /T�
1>714E] E1D Im LDMpycw \(��.Lf-/�.
D ,D
S W In Fwl
c
HEYsIDn
,we
CITY OF FEDERAL WAY
gDWN BY °d
aEJ2+
traT506
ogrokAe
ADAPTIVE TRAFFIC SIGNAL CONTROL -CITY CENTER
RarcrEaBr x
WlrylaDl
A
WHAT I.:-... .•,•
—1 ..- 7�
PHASE 2
CITY OF
Aw
E'
Nay
ZI]I113THMNEU fTEL) an
(FAM tl.
TRAFFIC SIGNAL PLAN
i
uFederal
23RD AVE S k S 322ND ST
sEM
NOTES
1 SEE SHEET TSND1 FOR GENERAL NOTES AND LEGEND
o$
CONSTRUCTION NOTES
S
^
I�
NOO DEIECMIN WIERA D EXISTING L NTINNPE MAST ARM PER uANUFACTUPER
Ql INSTALL HYBRID . INCLUDING
RECOMMENDATION, INCLUDING
AHROUG EO
ASSOCATES CFK S, MOUNRNO
......���� !
INO
NGNTJ
NEW CONDUCTOR MI EXISTING TRAFFIC SIGNAL CONTROLLER CABINET THROUGH EXISTING
UC CONTROLLER
CWDURS AND JUNCTR)N BOXES TERMINATE CONDUCTOR IN HYBRID RADM/vIDEO DETECTION CONTROL UNIT.
CONDUITS MD
Flip I a V
ie■� 1
2O INSTALL HYBRID I kR/NDEO DETECTION CAMERA ON EXISTING SIGNAL NAST ARM PER AXNUFACTURER'S
YI ld� N
RECOMME-10N, INCLUONO ALL ASSOCIATED C DUCTORS, MOUNTING BRACKETS, AND ASSOCATED
EQUIPMENT ROUTE NEW CONDUCTOR TO EXISTING TRAFFIC SIGNAL CONTROLLER WINET THROUGH EXISTING
1
it
CONWRS AND JUNCMIN BOXES- TERMINATE CONDUCTOR IN HTBRID R kR/VIDEO DETECTION CONTROL UNIT
QJ INSTALL HYBRID RADAR/ATDEO DETECTION CONTROL UNIT IN EXISTING TRAFFC SIGNLL CCNTRWLER CABINET-
CONFIGURESTOP LINE, TILTER, EXIT, AND ADVANCE LEFT -TURN DETECTION ZONES AS SHOWN ON THIS SHEET
AND M SHEET TSN01.
- M
SQ MNNTNN AND PROTECT EXISTING TRAFFIC SIGNAL CONTROLLER CABNET-
© MNNTNN AND PROTECT EXISTING INDUCTION LOOP DETECTOR
AON DEXISTING INDUCTION LOOP DETECTOR. REMWE EXISTING L0P 0LEAD-IN CAB1E5 BACK TO EXISTING
I— %NAG CONRIOUFR CABINET.
1 1 T� l
0 INSTALL TYPE J INDUCTION LOOP PER WSOOT STANDMD PLANS J-50.05-00, J-5G.12-02. AND J-50.15-01
,• • ,
r
EACH NEW INDUCT- LOOP SHALL BE SPLICED TO SEPA I LWP LEAD-INS AND TERMINATED IN EXISTING
® TRAFFIC SIf— CONTROLLER CARNET ON SEPARATE DETECTION INPUTS
EXISTING LOOP OETECTCR TO REMNN. RE -SPLICE TO SEPARATE LOOP LEAD-INS AND TERMINATE IN EXISTING
r l
Iy
TRAFFIC SX— CONTROLLER CABINET ON SEPARATE DETECTION INPUTS.
j
'`
© INSTALL LDOP DETECTOR STUB -OUT CONOIT TO EXISTING JUNCTM BOX PER WSOOT STAN— PIAN
ly
-50.15-01 RESTORE SIDEWNI( AND PAVEMENT TO PRE-EXISTING CONOTIONS.
Li L�
® RESTORE EXISTING CURB, CUTTER, AND SIDE K TO MATCH EXISTING MWI M "N CRT aF FMB WAT
-
YZWOMIO DRAWINGS 3-3, 3-4, AND 3-4A
}
EXaSTIN" TRlVFFlC
SIGNAL SHALL REMAIN
FOLLT OPERATIONAL AT
ALL TIMES
CALL 4B HOURS
BEFORE YOU DIG
1-800-424-5555
Om
�mom��o���
Em
mmmm
mmm
m
mmmmm
m©moo
o���
�■�������o������
©®�CCoiiiiiioCCCCCCCCCCC
.
NL NEW CONWO SH BE PVC AND SHALL CONTNN A GROUND WIRE EOVAL IN S1ZE TO THE LARGEST CONDUCTOR, UNLESS OTHERWISE NOTED
(R) REMOVE EXISTING CONDUCTOR
V[ O
F !e Jf4 2
Iq N
,.AT` TE I- `]7(i] A54f TTP 1D
FY i
i
UNIT
M
•i BNYI,� - W
I 1 2
U
PHASE •DIAGRAM (E1(.) - Ll -. F , _ - -
CABINET WIRE TERMINATIONS
Bls e
�r
— PROTECTED MOVEMENT
M► PEDESTRMN uOVEE�NT
PMrTTEB MWEWENT _
IZXZS � B�
>6 'C�RUeMw
'T4T AAl ILRUIWA�TaNS
T "
I
I— I
CITY OF FEDERAL WAY
9[sRwdO aT P:N
TX,ATnI m ncTl
.Rlo'l "40k
oBr�tzru_
i]i; Cf.: .-)
Cranspa / '
1A`
ADAPTIVE TRAFFIC SIGNAL CONTROL — CITY CENTER
TS07
WEBss.�o a= Jc
o71x4rNnI.
�
PHASE 2
CITY OF
IN
Federal Way
'I_NO..W ENGFNE SURE T HEy 11e21-xAs
hsHIlE IE SUITE IFAM 421921- ETE
>,MI
TRAFFIC SIGNAL PLAN
e�
DF
23RD AVE S & S 316TH ST
SHEETS
NOTES
1. SEE SHEET T I FOR GDERA NOTES AND UDENO
CONSTRUCTION NOTES
I IHSDNL NYBNIO PAW/MOEO OflECIION CANEM ON DLSRNG SMRML IMST ARM PER NANUFAG EPS
RECOMMENOATION. INCLUDNRG ALL ASSOCNRI] CONOICi0R5, NDIN 11. INAI—. AND As—ATEO
OINOM AND JUNC110N BOXES TERNMKM CONDUCTOR IN HYBRID PAW/VIDEO �IOETEC110N CONT .
QJ INSDU HYBRID RI—/NOEO DETEC1ON COMNOL UNIT N E%MNC T C SIRML COMRIXIFR CIBRIET.
O CONFIGURE STOP LINE, FILTER. EMIT, AND AWANCE LF1T-TURN DETECTION ZONES AS SHORN ON THIS SHEEP
AND ON SHEET —1.
Q NNMIW AND PROTECT D6RNG TRAFFIC $GOAL CONTROLLER CABINET.
O MNNTNN AND PROTECT DRDNG MM— LOW DETECTOR
Q7 ABNIUON DISwG INDUCTION LOOP DETECTOR REMOVE EYISIING LOOP LFAD-IN a US BFGI TO EASING
TRAFFIC SGNA CONIROIIER CABINET.
O INSTALL TYPE S INDUCTION LOOP PER MSDOT SAMONID PLANS J-50.05-00. J-50.12-02, AND J-M.15-01
E NER INDUCTION LOOP SHALL M SPIKED TO SEPARATE LOW LFAD-INS AND TERMINATED IN EMSRNO
TRAFFIC SIGNAL CONTROLLER CABINET ON SEPNATE DETECTION NSm
® D6DNO LOOP DETECTOR TO REAAIN. RE -SPACE TO SE—TE LOW LEND -INS AND TERM M IN EI—ND
TRAFFIC SMINA CORTI L NET ON SEPAATE OETEOTIOH INPUTS.
® pt'ml.Rti OFJ m NOEO OETLOAII C . TO R—R.
♦� [MY.fNn cm CAIoIA TO RFJAIi
® INSTA LOOP DETECTW SMB CONDUO TO DI-W JUNLTIO! BOX PER RSDOT STNM.VRD PIAN
J-50.15-D1. RESTIXtE SwEYWM AND PAVEMENT TO PRE -DUSTING CONOITNNE.
® RESTORE EM W CURB. CURER. AND SGEWNK TO DUTCH DLSTNNG CWDITI NS PER CITY W FEOERA WAY
STANDARD DRANINGS ]-D. D-4, AND I-M.
��Nim ue_ 2M) AVE S .:
V III IT
r
t 7�s 71r I.
ROME
0®0®m©D©®0©Om ©C�I�Cs©mI7®
(R) REMOVE E-R. CONDUCTORrw ARD alw1. wNINN n 1RDNR., Rn¢ wuia In aI[s IO Ine. MV02al ��ROAA.IVN, unllaa Nlncnwlx ��u..
r ?
+ } CABINET WIRE TERMINATIONS
414"
iF l
lot
�• .-. l `- r ram` 01
O
W
T _ AL1 W
x
In
{ _ w . •'' Y ^"' i FYI w. AN. I J
C
� PRORCim ROVLVDIL
fr1 PEOESFIOW AIO+FYDi
- PERNRTED NO+EL11EtR
CITY OF
Federal
transpogrol.ip AV
I. .. -1'i. .BE.
1213I110TH AVENUENE,NATEXO RELIA2SE21dEE5
NNNIANO. VAABHXJOTONflD]I IFAA7 A25 R]SHWI
1DAi Nr1
iLA
>Hf
6A]
IEOS SST
f14
To sanL LOl,wvrt
woT ALL IFAWNAlGR6 BR10RM
CITY OF FEDERAL WAY
ADAPTIVE TRAFFIC SIGNAL CONTROL — CITY CENTER TSOB
AS PNE 2,
TRAFFIC SIGNAL PLAN sNBEET
DF
23RD AVE S k S 314TH ST sHEaLTs
(R) REMOVE E-R. CONDUCTORrw ARD alw1. wNINN n 1RDNR., Rn¢ wuia In aI[s IO Ine. MV02al ��ROAA.IVN, unllaa Nlncnwlx ��u..
r ?
+ } CABINET WIRE TERMINATIONS
414"
iF l
lot
�• .-. l `- r ram` 01
O
W
T _ AL1 W
x
In
{ _ w . •'' Y ^"' i FYI w. AN. I J
C
� PRORCim ROVLVDIL
fr1 PEOESFIOW AIO+FYDi
- PERNRTED NO+EL11EtR
CITY OF
Federal
transpogrol.ip AV
I. .. -1'i. .BE.
1213I110TH AVENUENE,NATEXO RELIA2SE21dEE5
NNNIANO. VAABHXJOTONflD]I IFAA7 A25 R]SHWI
1DAi Nr1
iLA
>Hf
6A]
IEOS SST
f14
To sanL LOl,wvrt
woT ALL IFAWNAlGR6 BR10RM
CITY OF FEDERAL WAY
ADAPTIVE TRAFFIC SIGNAL CONTROL — CITY CENTER TSOB
AS PNE 2,
TRAFFIC SIGNAL PLAN sNBEET
DF
23RD AVE S k S 314TH ST sHEaLTs
NOTES
I SEE
SHEET TSN01 FOR GENERAL NOTES ANO LEGEND PHASE DIAGRAM (EX.)
2 (A�) INDICATES ELEMENTS THAT MAY BE INSTALLED AS PART OF A WE ALTERN—E. a
CONSTRUCTION NOTES i I
I
QI INSTALL HYBRID RAOAR/VIDEO DETECTION CAMERA ON EXISTING LUMINARE NAST ARM PER MANUFACTURER'S NOT NOi
RECOMMENDATION. INCLUDING ALL ASSOCIATED CONDUCTORS. MOUNTING BRACKETS. AND ASSOCIATED USED USED
EWIPMENT ROUTE NEW CONDUCTOR TO EXISTING TRAFFIC SIGNAL CONTROLLER CABINET THROUGH EXISTING _
CONDUITS AND JUN— BOXES TERMINATE CONBUCTOR IN MBRID RADAR"DEO DETECTION CONTROL UNIT
O INSTALL HYBRID RADARNDEO OBECTKIN CAMERA OH EXISTING SIGNAL MOST ARM PER MAHUFACT N S "
RECONAMENLNTION. INCLUDING ALL ASSOCIATED CONWCTORS. MOUNTING BRACKETS. AND ASSOCATEO --► �-w�►
EQUIPMENT ROUTE NEW CWDUCTOR TO EXISTING TRAFFIC SIGNAL CONTROLLER CABINET THROUGH EXISTING PROTECTED M—MINT II
CONDUITS AND JUNLTKk! BOXES. TERMINATE CONBUCTOR IN HYBRID RADAR/VIDEO DETECTION CONTROL UNIT
— PEDESTRIAN MMEMEM
MT
QB INSTALL HYBRID RAR/NDEO DETECTION C0INPOL UNIT IN EXISTING TRAFFIC SIGNAL CONTROLLER CABINET - _
% - WB4MTDrt0 +U ELgsTi
Q CONFIGURE STOP LINE, FlLTER, EXIT, AND ADVANCE LEFT -TURN DETECTION ZONES AS SHOWN ON THIS SHEEP Y
AND ON SHEET TSN01 HOT
USED r
05 MNNTNN ANO PROTECT EXISTING TRAFFIC SIGNAL CONTROLLER CABINET II++
Q ABANDON EXISTING INDUCTION LOOP DETECTOR. REMOVE EXISTING LOOP LEAD-IN CABLES BACK TO EXISTING mn
I o
TRAFFIC SGNAL CONTROLLER CABINET.IQi SALVAGE EXISTING CRIDSMART VIDEO DETECTION CAMERA AND ASSOCIATED EQUIPMENT FAOM EXISTINGi +LUMINAINE ARM AND RETURN BACK TO CITY OF FEDERAL WAY - {-I I
© SALVAGE EXISTING GRIDSMART NDEO DETECTION CONTROL UNIT FROM EXISTING TRAFFIC SIGNAL CONTROLLER I •� I I I -��
CABINET AHD RETURN BACK TO CITY OF FEDERAL WAY. /I1 V '
® O4TAlL NVFIR CON! "VOt N�MQ ONE, tU4L -?-`iO4, LR]� W171T! Tkl. glEbN� U Ir.YA:Y NLM Li Li
A 10' To
�Q�6.2R STOP MNE
AT S DIATH ST
E%ISTING TRAFFIC
SIGNAL SHALL REMAIN
FULLY OPERATIONAL AT
ALL TIMES
CALL 48 HOURS
BEFORE YOU DIG
I-B00-924-5555
BIfAOKETD. AIfl
Fn�oO. I 1
F. 41 r r
23RD AVE 5 .
y�
mill
ZI7v y l
—1
(R) RCMOVE EXISTING CONDUCTOR Pn AND -- I-- A MKOUNU WIKL
n
M1111
I�I I I I I
ICI I I I>I
GZ
D Io 20 Ra
x®
LQ4A[p pT DGW.
fMRt
O'yz.ISW:
I FavISIENv
I BY:
I
40k
+
�Fa rlsp(�� I'?L;^r
f�N '
CITY OF FEDERAL WAY
ADAPTIVE TRAFFIC SIGNAL CONTROL - CITY CENTER
T509
CrAN11 B•- IT'iM
m/iy:0ri
.urrw0 m Jc
ee/z+%zea:
`
,(
�r
`
PHASE 2
CITY OF
Federal Way
uND.vas"I T`N,Y°" ' Ireu.;.a iNcs
R s.,,<
✓
�;jT
TRAFFIC SIGNAL PLAN
�DEQ'
23RD AVE S & S 312TH ST
sHCETs
I; !wIP09ARY _793MIC_ C��iT�tl�lTT:) NnT�S.
t MAINTAIN ACCESS TO ALL PRIVATE DRIVEWAYS AND BUS STOPS AT ALL TIMES
] ALL TEMPORARY FFIC CONTRL MANUAL ON UNFO
TRAFFIC CONTROLF DEVICES (Y IOCO)I1PART 6 AND THE WSDOTTC) SHALL BE IN S ANDARDCE WITHSPECIFICATIONSDFORTHE LATEST EITIUN ROAD. BRIDGE, AINDRM
MUNICIPAL CDNSTRUCUGN
] ALL W-SERIES SIGNS SHALL BE BLACA LEGEND ON ORANGE BACKGROUND, UNLE55 OTHERWISE SPECIFIED
A ALL R-SERIES SIGNS SHALL BE BLACK LEGEND ON WHITE BACKGROUND, UNLESS OTHERWISE SPECIFIED
J ALL DIAMOND SHAPED WARNING SIGNS SHALL BE 413.11
6 A UNFORMED POLICE OFFICER OR STATE TROOPER SHALL CONTROL INERSECTION TRAFFIC IENEVER SIGNAL
OPERATIONS ARE IMPACTED. A 1RAFro SIGNAL 15 NOT OPERATIONAL OR AS SHOWN IN THESE PLANS TRAFFIC SIGNALS
SMALL BE SET 10 ALL RED "MSN MODE WHEN THE INTERSECTION IS BEING CONTROLLED BY A UNFORMED POLICE
OFFICER OR STATE TROOPER
R DUCE SPACING DF DEVICES SHOWN IN THE 'CHANNELIZATION DEVICE SPACING TABLE BY 1/2 WHERE DEVICES ARE
USED AS A 'CENTERLINE' TO SEPARATE ADJACENT OPPDSINL LANES OF TRAFFIC
B ALL STR EEI LIGHT INSTALLATIONS ON EXISTING POLES SHALL BE COMPLETED DURING LANE CLOSURES FOR OTHER WDRK
OB COUPLETEO WITHOUT BLOCKING TRAVEL LANES ALL WORK TRUCKS REQUIRED TO INSTALL STREET LIGHTS SHALL
HAVE A ROTATING BEACON IN COMPLIANCE WITH MUTCO CHAPTER BH
9 TYPE 3 BARRIUOES SHALL CDNFORM TO WSOOT STANDARD PLAN K-BO 2-
10 PROVIDE ALL PEDESTRIANS WITH AN ALTERNATE ACCESSIBLE ROUTE WHEN THE CONSTRUCTION ACTIVITY OR ITC CLOSES
N ACCESSIBLE PEDESTRIAN ROUTEGUIDANCE AND DETAL ON SHEETAR TTCI2 ARE PROVIDED REGDING
TEMPORARY TRAFFIC CONTROL FOR PEDESTRIANS
10 I TIC OEVRES AND OTHER CONSTRUCTION MATERIALS/FEATURES SHALL NOT INTRUDE INTO THE USABLE WIDTH Or
PEDESTRIAN ROUTES
102 PRO— A - PEDESTRIAN ROUTES SIGNS ARD OTHER D—ES MOUNTED
LOWER THAN 8
4 ABOVE THE PEDESTRIAN ROuiE SHALL NOT PROJECT MORE THAN 4 INTO THE PEDESTRIAN ROUTE
ID3 MAINTAIN THE WIDTH OF EXISTING PEDESTRIAN FACILITIES WHEN FEASIBLE WHEN 11 IS NOT FEASIBLE TO NAINIAMN
WIDTH Of 60" THROUGHOUT THE LENGNI OF THE PEDESTRIAN ACCESSIBLE ROUTE A MINIMUM WIDTH OFA
4B' SHALL BE PROVIDED WITH 6U SET PASSING ZONES SPACED AT ACURUM INTERVALS OF 200' TO ALLOW
INDIVIDUALS IN WHEELCHAIRS TD PASS
104 PROVDE A 5100TH, CONTINUOUS HARD SURFACE THROUGHOUT THE ENTIRE LENGTH AND WIDTH OF THE PEDESTRIAN
ROUTE lNROUGH THE WORK ZONE THERE SHALL BE NO CURBS OR VERTICAL ELEVATION CHARGES GREATER THAN
>S" IN GRADE OR TERRAIN THAT COULD CAUSE TRIPPING OR BE A BARRIER TO WHEELCHAIR USE VERTICAL
ELEVATION DIFFERENCES BETWEEN k- ARD A' 5HALL BE BEVELED AT A MAMMUM 2 1 SLOPE
105 WHEN CHAANNELIZATION IS USED 10 DELINEATE A PEDESTRIAN PATHWAY A CONTINUOUS DETECTABLE EDGING SHALL
BE PROVED THROUGHOUT THE LENGTH DF THE FACILITY 5VCH THAT PEDESTRIANS USING A CANE CAN FOLLOW Il
EDGING SHALL PROI RUDE AT LEAST 6' ABOVE THE SURFACE OF THE SIDEWALK OR PATHWAY WITH THE BOTTOM OF
EDGING A MAXIMUM OF 2 5" ABOVE THE SURFACE
106 AT LOCATIONS WHERE ADJACENT ALTERNATE ROUTES CANNOT BE PROVIDED, APPROPRIATE SIGNS SHALL BE POSTED
IN ADVANCE OF THE CLOSURE Al THE NEAREST MARKED CROSSWALK OR NTERSECTRDN TO DETOUR PEDESTRIANS
ACROSS THE STREET PHYSICAL BARRICADES SHALL BE INSTALLED TO PREVENT VISUALLY IMPAIRED PEOPLE FROM
INADVERIEN— ENTERING A CLOSED AREA APPROPRIATE SIGNING SHALL BE PLACED AT THE INTERSECIIDNS PRIOR
TO ANY PEDESTRIAN ROUTE CLOSURE
I D.2 PROVIDE TEMPORARY RAMPS WHEN AN ALTERNATE PEDESTRIAN ROUTE CRO55E5 A CURB AND NO PERMARENi CURB
RAMPS ARE IN PEACE THE WIDTH Or THE CURB RAMP SHALL BE A M OF 40' AND THE MAXIMUM SLOPE OF
THE RAMP SHALL BE B 3S THE NAM UM CROSS SLOPE SHALL BE 2RNITHE BOTTOM OF THE CURB RAMP SHALL
BE FLUSH WITH THE ROADWAY TEMPORARY DETECTABLE WARNING MATS SHALL BE INSTALLED AT STREET CROSSINGS
IDB INFORMATION REGARDING CLOSED PEDESTRIAN ROUTES, ALTERNATE CROSSINGS, AND SIGN AND SIGNAL INFORMATION
SHALL BE COMMUNICATED TO PEDESTRIANS WITH VISUAL DISABILITIES BY PROVIDING DEVICES SUCH AS AUDIBLE
INFORMATION DEVICES, ACCESSIBLE PEDESTRIAN SIGNALS. OR BARRIERS/CHANNEL12A11ON DEVICES THAT ARE
DETECTABLE 10 PEDESTRIANS TRAVELING WITH THE AID OF A CANE OR WHO HAVE LOW VISION
IT >•CWI PIA!M WCIII1 M P Nk. ph" 0k171a
14.1 ILSI IWAI1flIl'AT Al., FL:I, INQ SRATfaiL
11 2 TYPE C STEADY BURNING LIGHTS ON TRAFFIC CONTROL DEVICES
12 ALL WORK INVOLVING THE INSTALLATION OF NEW LOOP DETECTORS SHALL BE PERFORMED AT NIGHT, IN ACCORDANCE
WITH THE SPE CAL PROVISIONS
13 WHERE BICYCLE FACILITIES ARE IMPACTED BY CONSTRUCTION ACTIVHIES, PROVIDE Wtt-t AND Wl6-I SIGNS AT A
DISTANCE OF -1 ADVANCE OF THE CLOSURE OF THE BICYCLE FACILITY SIGNS STALL BE PLACED SUCH THAT THE
PATH OF TRAVEL FOR BICYCLISTS 15 NOT BLOCKED
TTC SHEET REFERENCE TABLE:
SHEET NO,
WORK ELEMENT
TTC DETAIL
BTH AVE S k S J20TH ST
NB. SO RADAR
A
WB gADM
B
EB RADAR
C
EB CCTV
B
111H PC S k 1JTH AVE S k
5 J24TH ST
RAird y�Y
v
WB LOOP
I
P♦: < Vv ut I4T ]
k5]
N@. E!. EB: !B RFMR
E
Pk ♦- NON RR� 9AUfn WAY 5
m mK � 1u MID RGRLATRuA
E
PM VUN RBCHBAUER WAY 5
i S31M ST
NB RADAR
EB, WB—
B
i 3RP ACNE S k S =40 E1
NB, SB RAOIR SB .1
B
230 AK S'11 A 31Q n
NB RADAR
C
EB BAMR
0
NB LfA]R T-0 s 3IAB4 k,
r
1]Ri WVE S k S ] T ATM JT
Sa RACMn. NR !r eDDR
N
S11 G' 1v 5 ]FE111 n
E
rJRO AXE s . x ]I m1 m
NB, WB RA➢V_ WB SLT.M
{e RADAR
A
°"TE
"�°"
�'
° E�
CITY OF FEDERAL WAY
pEsc.aP rn DOLT
PIurIN In ocv
DB/r.,rx2a
avr ion
lranspog( cup �7�
ADAPTIVE TRAFFIC SIGNAL CONTROL - CITY CENTER
TTC1
IIIjI)FJT� n c
?rl;arR
TI I, r
PHASE 2
CITY OF
SHEET0
Federal Way
rey 4 6n. s3
RKLANOMARHNGTDN9� AX1 .ne au,
r
TEMPORARY TRAFFIC CONTROL
SHEETS
9ppp
wrnwi<
�HFan '
W20-1 x
<> sHouL�R Ro�p
H� sn ri�Rk IYORk
�Hrao
I
> >
W21-5 x :: 1-5 'i-1[}-1
— —- — x —�
1(f'h41N
d -4i
®10'MIN
K+
RQkh 3Nd�fftA a
WflRk 1I�f 50'
AHE10
s
w2a-1
so
SHOULDER CLOSUR�J
NTS.
SkARIofR ',
1y{1Rk
x 1-5
Rff11Et
� 1 <
- >1
WGRk
amp
w. .I-1
SIGN SPACING = X (1)
RURAL HIGHWAYS DD 6 MPH 800 +f='
RURAL ;WADS 45 /, 55 MPH a: +/—
RURAL ROADS A URBAN ARTERIALS 35 40 MPH 350' +/•-
RURAL ROADS AURBAN ARTERIALS 25 % 30 MPH 200• +/-(2
RESIDENTAL & BUSINESS DISTRICTS
URBAN STREETS 25 MPH OR LESS 100' +/-(2
(1)ALL SPACING MAY BEAD3USTItDIt1 ACCOMMODAIt rN ERCHANtit
RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS.
(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
ROADWAY CONDITIONS.
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH)
25
30
35
40
45
50
SS 60
65
70
LENGTH (feet)
155
200
25D
305
360
425
A95J 570
_5A5j
73D
TRANSPORTABLE A�TTENUATOR ROLL AHEAD DISTANCE = R
ee9rB0 Ytl?],OMR
HOUSH I> 11k. GHi
�45MPH 45-55MPH
>55 MPH
-45 MPH
45-55 MPH
>55 MPH
100 ,IP
172'
74.
'DE,
15D
C HANN ELIZATION DEVICE
SPACING fee
MPH
TAPER
TANGENT
5tl 70
dfl
8fl
35 d5:
Jo
EO
25/30
1 20
1 40
®0m
�E
mm®0m0
NOTES
1 SEE 11C' FOR TEMPORAR+ TRAFFIC CONTROL NOTES
LEGEND
s�maoL
®
TEMPOHAR, SIGN
.ERA ZONE
®
CHANNELI2ATI01 DEVICE (HIGH VISIBILITY)
"�6
MI" l01/1h iN>PBX1
�.+
A11R4]� IYdi4a
ri[w5P¢miBlE M'rttYETpB
Era>£
I
CITY OF FEDERAL WAY
.x oc.
Iusrx.mw
transpogroUp z7r
T f rfI
.,...
f�
ADAPTIVE TRAFFIC SIGNAL CONTROL — CITY CENTER
PHASE 2
TTC2
r x .Ic
cvii
CITY OF
Federal Way
DENE.SlITE- tree 4a: ezHxcs
R.LANOwsH,NGTGNB�M A.,4nBn�4
�.i j
TEMPORARY TRAFFIC CONTROL
�%L'
DETAIL A
SHEETS
SIGN SPACING = X 1
R[,NtRL HIGHWAYS 60 / 65 MPH BBd' + -
RURAL ROADS 45 55 11P.H SAS.' + -
RURAL ROADS de URBAN ARTERIALS 35 � 4A iiPH 3.5Ti' +/-
RURALROADSBURBAN ARTERIALS 25 / 30 MPH 200 +1-(2
RESIDENTAL 6 BUSINESS DISTRICTS
URBAN STREETS 25 MPH OR LESS 100' + -(2
(1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE
RAMPS. AT -GRADE INTERSECTIONS AND DRIVEWAYS.
(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
ROADWAY CONDITIONS
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH)
25
JO
JS
40
45
50
55
60
65
70
LENGTH (leel)
155
200
250
]OS
360
425
995
570
645
]]0
TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R
HCRT VEHICLE WEIGHT
T031➢00
H0.5T VEHICLE WEGHT
� ]].GOO lbu.
!=
�45 MPH 45-55 MPH
• SB MPH
- 45 MPH
MPH
•55 MPN
mo• Tn•
nr
T4•
Tm•
Isa
bib 4�4
RppD i i
HORN
AHEA4
i �9>W20_1
x uGCC4IP
r. X
®�
a a
RIGHT LANE
x� MUST
MINIMUM LANE CLOSURE TAPER LENGTH = L (feet)
R08a i i x TURN RIGHT
( WORN ` Posted Speed (mph)
R3-7R
r Pi�AO
L
9
x UAEf4.^i
tl{pEE NOTES:
I SEE TIC' FOR TEMPORARY TRAFFIC CONTROL NOTES
gl i1 4
x Rfln7 J.LGFNn
•`(} ,nI` JFnI` /� II /� IY�RR s.usaL oLscR PI ION
TEMPORARY SIGN
} VV 1 VV II 1 II Wes. �E
W26-1 ® CHANNEIIZATIDN DEVICE (HIGH VIGIBILNI)
m-6�- MAe4• �p41e SLBmOet
ARROW BOARD
RIGHT LANE CLOSURE ON ae E 4a.
FAR SIDE OF INTERSECTION O
t NTS
2
DATE Renslau Be EUT[ CITY OF FEDERAL WAY
mv�pm aeAe 34rn�� TTC3
°a• c7l74�i6fa l'i afTS(70�f OL7�? �r`�A ADAPTIVE TRAFFIC SIGNAL CONTROL -CITY CENTER
aranm n .x •F!s>`z PHASE 2
CITY OF H AVENUE NE SUITE m] t,TEu 4zs ezl.wcs ■ TEMPORARY TRAFFIC CONTROL Nisi
Federal Way FK aV�IW HINOTDN maA. A•I• 5 a • I o
DETAIL B SHEETS
GMANN LIlJ4TIUN DEVICE
SPACING feet
MPH
TAPER TANGENT
50/70
40 60
35 45
30 60
a5 .
zn as
sau
I�a�
r--,
N73N
fP1�{ I
4HE5G
AHEA7 I
x�
Wit -I
N
�•
s
s
b
•V
b
K
K
100'
x
e
❑
4
—
x L
I o
-
I
Yi#iK
amm
6
O
I &WG -�
MAD
No7Es:
,I o
NEAU -
0.MEh0E
LEGEND
i
CENTER LANE
CLOSURE
s�aDi DESLRIPIIDN
N T S
In
TEMP-1 SILK
3
® wrvNEL12WTIDN DEVM:E (HIGH VISi BiUtt)
S
4� µl.Dw �MD tiW.wl
' wRR.. Rw D
m.Ngr Iu+. .mwvoR'
iT
�
i
7
n4ra
acvsiD
Dw
`
CITY OF
Federal Way
transpogro
TI
sunEroo
RIR4 D W�HD�iDNP,°
p rC'J�
M
D.L.I�iseisa`�
,�'::>r
CITY OF FEDERAL WAY
ADAPTIVE TRAFFIC SIGNAL CONTROL —CITY CENTER
PHASE 2
TTC4
Kum it an
oplr.ryorx
olWtl ar %N
.Dv2./2 n
IIprW[o er z
CSIx�2a21
TEMPORARY TRAFFIC CONTROL
DETAIL C
sHEEr
14
=H
SIGN SPACING = X T
RURAL HIGHWAYS 60 65 MPH $00• 4•/-
RURAL ROADS 46 56 MPH SOG• + -
RURAL ROADS k URBAN ARTERIALS 35 / 40 MPH 350' }/••
RURAL ROADS 8 URBAN ARTERIALS 26 � 30 MPH i17D'' •
GMANNhLILA IIUN DtVI[a
SPACING feet
MPH
TAPER
TANGENT
so �o
ao
eo
35 45
JO
60
25/30
20
40
MINIMUM LANE CLOSURE TAPER LENGTH = L (feet)
LANE
Posted Speed (fnQYt)
V.40TH
y.•q
25
30
36
40
45
60
65
60 66
70
Ip
f05
1S0
206
271
450
SOO
55D
11
I!5
166
226
29E
495
650
605
660 -
-
12
125
I60
245
32D
540
600
660.
720 760
64D
SIGN SPACING = X T
RURAL HIGHWAYS 60 / 65 MPH 800' +� -
_
RURAL ROADS 45 55 MPH 500' +/—
RWAI ROAI35 A[ TfREAN ARTERIALS 35 f 40 MPH S50' +/--
RURAL ROADS & URBAN ARTERIALS 25MPkI IQO�
RESIDENTAL & BUSINESS DISTRICTS
URBAN STREETS 33 7pld 0 5:sS jw +7-0
NTERSECTIONS I AND DRIVEWAYS. INI ERI:H.ANiIG
(1) RAMPS, AT -GRADE INTERSECTIONS
(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
ROADWAY CONDITIONS.
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH) 1 25 1
30
1 35
1 40
1 45
1 50
1 55
1 60
1 65
70
LENGTH (feel) 1 155 1
200
1 250
305
36D
1 425
495
570
645
730
TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R
Ho&TVEmcLE HT HOBT VLHIF%!N/EIGHT
<45 MPHMPN
a55 MPH a45 MPH
45SSMPH
a55 MPH
100' 123'
172' 74
1W'
15D'
UMANNt IL%I IIUIN
SPACING feet
UtVII:C
61PTd
'II
TANGENT
50 70
40
BO
35 45
30
60
25
20 1
40
MINIMUM
LANE CLOSURE
TAPER LENGTH = L (feel)
LANE
POSIed Speed [}npfij.
WIDTH
IhN
25
30
35
40
45
50
55
60
65
70
III
105
150
205
270
450
50D
$50
11
115
t65
225
295
495
550
1 605
660
-
12
125
IBO
245
320
540
fi00
6fi0
]20
]BO
B40
NOTES.
• GLI "p YpP r{YP"«PA�• ramrC [P'ie'4 1gi4's
LEGEND
Sru4oL SC�iP_
TEMPORARY SIGN
WORN 20NE
® CHANNELIZATION DEVICE (HIGH VISIBILITY)
A-,IW Ed-u s:Y1WNl
ARROW BOARD
TAAN1P TR M11"I"
u 1 1 H-1— I m I — CITY OF FEDERAL WAY
9calf 8r 6N I W;!:q n
Be wN I 01/4-tmn I I I transpogroup ADAPTIVE TRAFFIC SIGNAL CONTROL — CITY CENTER TTC5
rtnnrrn Nr _ epla4neu T� r/ PHASE 2
CITY OF
Federal Way u11u1HAVENDED suITE ITEu4 en.xcs TEMPORARY TRAFFIC CONTROL s'
NIRKLAfm WASHINCTON 94BL 1 IRMI 415 15
DETAIL 0 SHCETE
ROAD
WORN - x '
AHEAD x
x
x
12-
s
L
�� �00004
AA
W 4 2 R YYY�iI
m
_f ROAD
1 oo' W091S
,I AHFA�J
!� W20-1
x
�LJ
W4-2L
x ^'�
ruse
x
W20-5R
RQAQ
�
1 l I Y�D W2D- I
RIGHT -LANE CLOSURE WITH SHIFT
TO LEFT-7URN LANE
NTS
transpogfoi_q>'w
CITY OF
R4�NO W =NIN�TON�D�4 ;F..Ina,�
Federal Way
SIGN SPACING = X 1 j
RURAL HIGHWAYS 60 65 MPH 800'
RURAL ROADS $5 55 vm 507 f
RURAL ROADS k URBAN ARTERIALS 35 40 MPH 3W +E-
RURAL ROADS B URBAN ARTERIALS 25 / 30 MPH 3G]D'
RESIDENTAL 8 BUSINESS DISTRICTS
URBAN STREETS 25 MPH OR LESS 100-
(1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE
RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS
(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
ROADWAY CONDITIONS.
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH)
25
30
35
40
45
50
1 55
1 60
1 65
1 70
LENGTH (feel)
1 155 1
20D
1 25D
]05
360
425
1 495
570
1 645
1 730
TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE= R
V LC`iGT Irk— WEI�IRC
!lLOD TO 21-✓nB
wTV�&�EHRFSHT
<45 MPH 45-55 MPH
-MPH
c45MPH
45-55MPH
•55 MPH
100, 12Y
172
74'
100'
ISD
CHANNELIZATION DEVICE
SP CWG fee
MPH TAPER
TANGENT
50/7D 40
80
15 45 iD
6D
1
:5j30 25
40
M�NIMUM LANE CLOSURE TAPER LENGTH = L (fCet)
NOTES:
1 SEE TTc, FOR TEMPORARI TRAFFIC CDNTRDL NOTES
1EGEdp
1EMPORARr SON
WDRR ZONE
® CHANNELIZATIDN DEVICE (RICH VISIBILNT)
•1•W B A6 SI1FRG,IT
w�-- ARRDW BOARD
TIaAWG•OLWL AR[NWTO•
CITY OF FEDERAL WAY
ADAPTIVE TRAFFIC SIGNAL CONTROL - CITY
PHASE 2
TEMPORARY TRAFFIC CONTROL
DETAIL E
TTC6
SHEET
I•
SHEE15
NOTES:
1 SEE TTc, FOR TEMPORARI TRAFFIC CDNTRDL NOTES
1EGEdp
1EMPORARr SON
WDRR ZONE
® CHANNELIZATIDN DEVICE (RICH VISIBILNT)
•1•W B A6 SI1FRG,IT
w�-- ARRDW BOARD
TIaAWG•OLWL AR[NWTO•
CITY OF FEDERAL WAY
ADAPTIVE TRAFFIC SIGNAL CONTROL - CITY
PHASE 2
TEMPORARY TRAFFIC CONTROL
DETAIL E
TTC6
SHEET
I•
SHEE15
SIGN SPACING = X (1)
RURAL HIGHWAYS 60 65 MPH 31: D'
RURAL ROADS 4g uPH �•i•0'
_
RURAL ROADS &URBAN ARTERIALS 35 / 40 MPH i5A' +;
RURAL ROADSBUR9AN A(iT�R�y:S 25 / 30 MPH 200'
RESIDENTAL 8 BUSINESS DISTRICTS
URBAN STREETS 25 MPH OR LESS 1Dtl'
(1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE
RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS.
12) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
ROADWAY CONDITIONS
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH)
25 JO
]5
40
95
50
55
60
65
70
LENGTH (leel)
155 200
250
105
]60
425
495
570
645
7]0
TRANSPYO�R�CTLA�ByL�E ATTENUATOR ROLL AHEAD DISTANCE = R
H 9W1if11lArq kcM
ri vTcICIF� F:ItI
•4fi MPH 45rifi MPH
�55 MPH
.+fi MPH
LS6fi MPH
>56 MPH
100 1x3'
172'
]4'
100'
16V
R:n7
n BQPIs
a AHF! D
6
F1 IL RY.FI
• , I:FIANNCLILA IIV IV UCVR:C
_ _ SPACING (feet)
MPH TAPE" A!:Il[_Ul
• 50170 4o eo
35 45 30 60
25 w 2D 40
K
two
jRIGHT LANE LANE CLOSURES NOTES.
C N. T.S 1 SEE TTCt FOR TE—Wl TR•FFIC CONTROL NOTES
3
*GRK Aar sw;N
WOaN ZONE
r E
Y ® rruu6uz•Trou oEvkL (RICH vlslelDTr)
a� MNgYI uyl�o sytil•1
.aaow ewao
R iQT ^T 7� nunsrwtN•+++[w.ntr
I�LdL�
r
1
DATE REv15tOH 9r WT[ CITY OF FEDERAL WAY
OD'.w:N6D ar oeN +u�+4n4n TTC7
a�rT. aF WN WA4i= transpogrt,-(.Ip �- "� ADAPTIVE TRAFFIC SIGNAL CONTROL — CITY CENTER
EEw.W D eF do mJi+l�axx TI PHASE 2
CITY OF
Federal Way nTH+vEwENE—ew rtEu.:sen-xw TEMPORARY TRAFFIC CONTROL �0'
R�aN1ANOWA—EN 50T ,F�,.n, 444 DE
DETAIL F sNEETS
MINIMUM LANE CLOSURE TAPER LENGTH = L (feet)
LANE
N4DTH
(M1•1)
Posted Speed (mph)
25
}0
35
40
45
50
55
60 �
65
70
10
TOs
T5p
ms
27❑
45D
5pp
550
11
1}5
165
225
295
495
550
605
660
—
—
12
125
16D
245
]20
540
6D0
fi60
720
7B0
640
SIGN SPACING = X :(1
RURlIL HIGHWAYS 6D / 65 MPH B00' +
RLIRfy: ROADS 45 / 55 MPH 5p0•
RURAL ROADS & INiHAN FRTE>ziALS 35 40 MPH 350' +
RURAL ROADS 8 URBAN ARTERIALS 25 / 30 MPH 2i�' • J-t2'
RESIDENTAL 8 BUSINESS DISTRICTS
URBAN STREETS 25 MPH OR LESS SAD'
[1 N.L 9PRGING MAV EE AO.IUSTED TOACCWAM°CL9TE IHIEftgiAHGE
P§ AT -GRADE INYERiECYlUV9 ANO DRIVEWAYS
(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
ROADWAY CONDITIONS
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH)
25
]0
35
4p a5
60
65
6D 65
20
LENGTH (lees)
165
200
260
]OS ]60
a25
a95
5]0 6a5
]]0
TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R
nusYRFE111GLE �Yf[
B BGEEdd TO
♦TSi MEHIGLEi�100Hf
kl.
.46 MPH OS-56 MPH
>66 MPH
�a6 MPH
ASs6 MPH
1oD'
>55 MPH
tsa
taD tzi
t]z
T.'
<9>
W-.U-1
s>+ou�r i
WQRR
DLHIIRE RQAQ
CL65ED W[IRR
AIEID AHEA4
r
i } W20-5R Vi.�:
--- - .-._ - - X - r x -
_�__
e
H
R
} I t
x NOTES:
fll 1 SEE 1TCI FOR 1Enr1-1 iRAFF.0 CONTROL NOTES
WQRR I FGFND
AHEAD 6ru9oE OEs[R PT ON
RIGHT LANE CLOSURE ® rzrawEscN
Y.FU- 1 I- INTERSECTION �> ea4,
N T S �_�
® w,NNEuzMION oEv�cE (wc„ vaiBwTr)
4 ARM" B D v piw
AS— ..ARC
3 IIAwsF]IT.ILI al1Ct/iEfDIE
5
i
DATE DN of DATE CITY OF FEDERAL WAY
aL14zN� e* call mlml 0#40k
DBAEIN w W.4 wl-.rSw lranspogroup �r /'� ADAPTIVE TRAFFIC SIGNAL CONTROL - CITY CENTER TTC8
acweD D. .0 D1/ W:ms l PHASE 2
CITY OF IAIENUENE SUITE AS 11EL) -o1- ES TEMPORARY TRAFFIC CONTROL S.
Federal Way R"NowsH�TaNB�Bx�U. DF
DETAIL G sHEE15
GHANNELIZATION
SPACING fee
�EVIGE
MPH
TAPER
TANGENT
SOl70
40
BO
]S 45
30
BO
a� a—
2v
w
MINIMUM
LANE CLOSURE TAPER LENGTH = L (feel)
IANE
Posted Speed'[mphJ
WIDTH
IY.Q
25
30
]6
a0
a5
50
55
60 65
]0
tp
105
i5p
2p5
2]p
a5p
SpD
SSD
11
,15
165
226
295
995
660
605
660
-
a
Tzs
ieo
zas
]zo
Sao
6Do
66D
nD 2eD
eaD
K IK
L-1--I---
Rpdp IER
SYCRk UIELLCIE7
atrtpa Luo
LEFT —TURN LANE CLOSURE f N 1
NTS e
AYIDIN
nxua
SIGN SPACING — X 1)
RURAL HIGHWAYS 60 / 65 MPH 800' +�-
RURAL ROADS 45 / 55 MPH 50V +�-
RURAL ROADS & URBAN ARTERIALS 35 40 MPH 350' +/-
RURALROADSBURBANARTERIALS 25 / 30 MPH 200'
RESIDENTAL 8 BUSINESS DISTRICTS
URBAN STREETS 25 MPH OR LESS lOd1 •/•�:
(1) ALL SPACING MAYBE ADJUSTED TO ACCOMMODATE INTERCHANGE
RAMPS AT -GRADE INTERSECTIONS AND DRIVEWAYS
(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
ROADWAY CONDITIONS
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH)
1 25 1
30
1 35
1 40
1 45
1 50
1 55
1 60
1 65
70
LENGTH (I—)
I 155 1
200 1
250
1 305
j 360
1 425
495
570
1 645
730
TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R
nuill'S1°GLE YLi101i
XO&LY81°CLIS YI$IGIFT
MPH
H
b5 5MH
�SSMPH
1ta
74'
tOD'
15O
CHANNELIZATION OEVICE
SPACING feet
MPH
TAPER
TANGENT
50/70
1 40
1 80
35145
1 m
SD
25/30
1 20
1 40
MINIMUM LANE CLOSURE TAPER LENGTH = L (feet)
IANE
Posted Speed [mptIj
w DTH
IF4p
25
30
35
40
45
50
55
60
65
70
ID
105
I50
1 205
1 270
450
500
s50
11
115
165
225
295
495
550
605
660
-
-
12
125
1B0
245
320
540
1.600
660
720
780
840
NOTES:
I SEE 1TC1 FOR TEMPOR T—FIC CONTROL NOTES
LEGEND
s.uROL DEscRiPnaN
1EMPORARr S�cN
® WORR ZONE
® CYANNEL17ATIO1 DEVICE (HIGH VISIBI—)
Awl M-m MAD .srIPPJn
ARROW B RD
ECJD 7FMF;Rc uii a: —fNwTW
°awca xs
w1c
ee�rvmn
lvrnswn
Err
wE6
lranspoorc)L4,p
r: ���
CITY OF FEDERAL WAY
ADAPTIVE TRAFFIC SIGNAL CONTROL — CITY CENTER
TTC9
ME
latirt �+' ]c
°7i+47a0iP
` i
PHASE 2
CITY OF
AVENUENE SODEAC (TEL) 4x5.21�]665
NRKUN�
�+
}
TEMPORARY TRAFFIC CONTROL
Ni�
Federal Way
ALINGTON9BOY „5a�a
OF
y
DETAIL H
sH[ETS
I —IIV I LKJLI. I IUN
N.T.S.
SIGN SPACING = X T:
RURAL HIGHWAYS 5D / 55 MPH aflD' +�-
RURAL ROADS 45 M MP+i 50`U( +/-
RURAL ROADS & URBAN ARTERIALS 35 40 MPH 350' +/-
RURAL ROADS & URBAN ARTERIALS 25 30 MPH 2DO' +/-(7
RESIDENTAL & BUSINESS DISTRICTS
URBAN STREETS 25 MPH OR LESS IOW+f- 2
(1)AU-SPACING MAY BE ADJUSTED TO ACGOMMODATE INTERCHANGE
RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS
(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
ROADWAY CONDITIONS
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH)
25
3D
35 1
40 1 45
50
1 55
60
1 65 70
LENGTH (feet)
155
200
250 1
305 j 360
425
1 495
570
1 645 730
TMRPANSPORTABLEtlATnA. TTENUATOR ROLL AHEADDISTANCE R
l
P
NRr
AM
5�
�46
4SMPH +65 MPH
I- m•
nr
74•
1W' 1sa
GHANNtLILJ4110N DEWC—h
SPACING feet
MPH
TAPER TANGENT
so D
ao Bo
35/35
.O 6Q
25/30
20 40
MINIMUM LANE CLOSURE TAPER LENGTH = L (feet)
LANE
Posted Speed (MPA)
WIDTH
1210
25
30
35
40
45
50
55
60
65
70
10
105
LSD
205
270
450
SDD
S50
11.
115
165
225
295
995
550
605
660
-
-
12
125
180
245
320
.540
600
660..
720
780
840
EL GEND
SrueDi OESCR Pi ON
TEMPORARY SIGN
WORN ZONE
®
DeAr1DN DEVICE (HIGH ISIBIDTY)
�o r..AD.Ls Au tu"a r
ARROW BOARD
�F�TIq iFwt:.P Am A11lAA IM
wre I I ar I CITY OF FEDERAL WAY
LGIGnFO aA ccN os x«mr
DAAnl we WN lranspogroLIP `,i� ADAPTIVE TRAFFIC SIGNAL CONTROL - CITY CENTER TTC10
H. r
an`ncn �r do eelrnorx PHASE 2
CITY OF ;:tS,
Federal Way i1,o,HA�ENDENESM1re rel..eli.wN TEMPORARY TRAFFIC CONTROL s"m
KIN4LAN0 WASWNGi0N B4014p (FAA) 1]5435Y474 Of
DETAIL I sHecrs
K �-I--.-I
9
W20_1 W20-SR W4-2L
SIGN SPACING = X T
RURAL HIGHWAYS 60 f 65 MPH 8130' +/-
RURAL ROADS 45 55 MPH. 50w + -
RURAL ROADS k URBAN ARTERIALS 35 f 40 MPH 35V +/-
RURALROADS BURBAN ARTERIALS P5 / 30 MPH 2OW +/-(2
RESIDENTAL B BUSINESS DISTRICTS
URBAN STREETS 25 MPH OR LESS 100' +/-t2
(1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE IN I ERCHANGE'
RAMPS.AT-GRADE INTERSECTIONS AND DRIVEWAYS.
(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
ROADWAY CONDITIONS.
BUFFER DATA
LONGITUDINAL BUFFER SPACE = 8
SPEED (MPH)
25
JO
35
40
45 50
55
60 65
70
LENGTH (feel)
1 155 1
200
1 250
305
360 425
495
570 645
1 730
TRANSPORTABLEy ROLL AHEAD DISTANCE = R
�ATTENUATOR
Hdf�Ya l2_•O6d� RAT i2LmWr
446 MPH 46-66 MPH
>66 MPH <46MPH
4S56 MPH
>BB MPH
1DEF 12"
172' 74'
100'
150'
CHANNEELIZAT'lON GE —VICE
SPACING (feet)
MPH TAPER
TAUCpNT
50M
40
&O
35/45
30
60
25,130
20
40
MINIMUM LANE CLOSURE TAPER LENGTH = L (fe�t)
NOTES-
I SEE 77C1 FOR TEMPOPARY TRAFFIC CONTROL NOTES
SINGLE LANE CLOSURE
N T S �_/ 1FrFNn
SIMBOL DD S
TEMPORARY SIGN
® WORN ZONE
® CHANNELOASION DEVICE (HIGH VISIBILITY)
po AR X]W •OARB "...�PSRT
,® AFROW BOARD
Ip�-"1_� IFw31•JnIML[ Af l[ti>,AI Otl
CITY OF T 1
Federal
transpogroLip car
1211 RINRLAND —INO ON R2n]4 m] ITEL1-821-2Rss
TEL)12-1-64
CITY OF FEDERAL WAY
ADAPTIVE TRAFFIC SIGNAL CONTROL - CITY CENTER TTC11
TEMPORARY TRAFFIC CONTROL I SZEET
DETAIL J sHEcls
NOTES-
I SEE 77C1 FOR TEMPOPARY TRAFFIC CONTROL NOTES
SINGLE LANE CLOSURE
N T S �_/ 1FrFNn
SIMBOL DD S
TEMPORARY SIGN
® WORN ZONE
® CHANNELOASION DEVICE (HIGH VISIBILITY)
po AR X]W •OARB "...�PSRT
,® AFROW BOARD
Ip�-"1_� IFw31•JnIML[ Af l[ti>,AI Otl
CITY OF T 1
Federal
transpogroLip car
1211 RINRLAND —INO ON R2n]4 m] ITEL1-821-2Rss
TEL)12-1-64
CITY OF FEDERAL WAY
ADAPTIVE TRAFFIC SIGNAL CONTROL - CITY CENTER TTC11
TEMPORARY TRAFFIC CONTROL I SZEET
DETAIL J sHEcls
y
)
�oewux orvEnwoa
Q
>tI�wMK oe-ruuR
INTERSECTION PEDESTRIAN TRAFFIC CONTROL
u1rlc+R
CITY OF T 1
Federal
rranspogroup �r
12121 IIJIHAVENOENE eN — UEL) .21—S
RIRILANO WASHINOTON— (—) CIS .—
NOES:
1 SEE 11C1 FOR TEMPOR— TRAFFIC COMROL NOTES
CITY OF FEDERAL WAY
ADAPTIVE TRAFFIC SIGNAL CONTROL — CITY CENTER TTC12
PHASE 2
TEMPORARY TRAFFIC CONTROL SHEET
OP
PEDESTRIAN TRAFFIC CONTROL sHEM