Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 23-176 - MILES RESOURCES LLCRETURN TO: PW ADMIN EXT: 2700 ID #: 4555
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIY: PUBLIC WORKS / Engineering Department
2. ORIGINATING STAFF PERSON: Jeff Huynh EXT: 2721 3. DATE REQ. BY' 10/23/24
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
❑ CONTRACT AMENDMENT (AG#): 23-176 ❑ INTERLOCAL
❑ OTHER
4. PROJECT NAME: S 348th St NHS Preservation Project
5. NAME OF CONTRACTOR: Mllles Resources, LLC
ADDRESS: 400 Valley Ave NE, Puyallup, WA 98372 TELEPHONE: 253-307-4953
E-MAIL: ieff.williamsCir)milesresources.coIn FAX:
SIGNATURENAME: Jeff Williams TITLE: Project Manager
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. /_/_
7. TERM: COMMENCEMENT DATE: 8/22/24 COMPLETION DATE: upon completion
8. TOTAL COMPENSATION: $ (807,700 + 10,500) = 818,200 (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, S PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: c36241
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
6 PROJECT MANAGER JH/10/7/24
d DIVISION MANAGER" 0 '+ 19.6"ll o"
6 DEPUTY DIRECTOR DSW 10/20/24
❑ DIRECTOR r-
❑ RISK MANAGEMENT (IF APPLICABLE)
A LAW DEPT TMW 10/22/24 change order only
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC, D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I 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
g SIGNATORY (MAYOR OR DIRECTOR)
❑ CITY CLERK
❑ ASSIGNED AG # AG#
❑ SIGNED COPY RETURNED DATE SENT:
COMMENTS:
EXECUTE" " ORIGINALS
I/2020
36241
PROJECT NUMBER
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
23-176
AGREEMENT NUMBER
01 \-'5(ZS (Z-LI
CHANGE ORDER NUMBER EFFECTIVE DATE
S 348TH ST NHS PRESERVATION PROJECT MILES RESOURCES, LLC
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
This change order provides to adjust an existing catch basin (CB), which was buried 4.5'
below existing grade. The unit contract price (LS) for this change order shall be full pay for
furnishing all labor, tools, equipment, risers, heavy duty lid and frame, and materials
necessary to complete each unit according to the plans and specifications.
The time provided for completion in the Contract is
® 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 CITY UNIT PRICE UNIT PRICE ADD
OR DELETE
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. ITEM CITY UNIT UNIT PRICE ADD
58 CO ADJUST CATCH BASIN TYPE 1 1 LS $10,500.00
TOTAL NET CONTRACT:
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
NEW CONTRACT AMOUNT-
NCREASE $ DECREASE $
$10,500.00
$ 807,700.00
$ 0.00
$ 10, 500.00
$ 818,200.00
CHANGE ORDER AGREEMENT I Rev. 8/19
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 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.
9k-
CMTRACTOR'S SIGNATURE DATE
44 e-z-� -� 1017-C,12pL`I
PUBLIC ORKS DIRECTOR DATE
CHANGE ORDER AGREEMENT 2 Rev. 8/19
APPROXIMATE LOCATION_
8+00
i
t
348TH ST AT EAST PARKG
ND RIDE ACCESS.
Srt sD--_
cP SP SP SP SP SP
LU
_0 \
x
Y
Q
a
Q
Q
W (/)
W !U
L U
to Q
EXISTING
GROUND
TE
- I approx.4.5'
SP
G
CB# 8513
T.1 W/STEEL PLATE
BURIED AND COVERED
W/STEEL PLATE APPROX
4.5'.NO RISERS ON
STRUCTURE.
RECOMMEND INSTALLING
HEAVY DUTY HINGED
FRAME/LID WITH CAM OR
BOLT LOCK AND HIGH I
IMPACT RISERS. MIGHT
NEED TO CONSIDER SETTING II
NEW T.1 OR TA L STRUCTURE.
NTS
SCALE
JACRY OF
Federal Way S 348TH ST CATCH BASIN ADJUSTMENT
Centered on Opportunity
9
• rrtmtou� n r..c.r
r
CONSTRUCTION NOTE:
Adjust existing Type I catch basin lid and frame to finished
grade. The existing CB is buried and covered by a steel plai
_I J proximately 4.5 feet below pavement surface.
l
C
_Aem..aur.r
MILES RESOURCES LLC
400 Valley Avenue NE
Puyallup, WA 98372
WA. Contractor LIC. # MILESRL897RK
Phone: (253)383-3585
Fax: (253) 572-WB
To:
City Of Federal Way
Contact:
Jeff Huynh
Address:
P.O. Box 9718
Phone:
(253) 835-2526
Federal Way, WA 98063-9718
Fax:
(253) 835-2709
Project Name:
S. 348th Street - Buried CB
Bid Number.
Project Location:
S. 348th Street, Federal Way, WA
Bid Date:
8/5/2024
Miles Resources is pleased to offer the following quotation for the above referenced project. Our proposed scope of work is as follows:
I lE umated-@rant"V-1" Unit Price Total Prke
Adjust Existing Type 1 CB
Adjust Existing Type 1 CB - Install 4' Of Concrete Risers, Hi -Impact 1.00 LS $10,500.00 $10,500.00
Riser And New Heavy Duty Solid Cover
Total Price for above Adjust Existing Type 1 CB Items: $10,500.00
Remove Existing Type 1 CB - Replace W/New Type 1 CO
Remove Existing Type 1 CB - Install New Type 1 CB, Add 4' Of 1.00 LS $35,000.00 $35,000.00
Concrete Risers, Install Hi -Impact Riser And New Heavy Duty Solid
Cover
Total Price for above Remove Existing Type i CB - Replace W/New Type 1 CO Items: $35,000.00
Remove Existing Type 1 CB - Replace W/New Type 2 CS
Remove Existing Type i CB - Install New Type 2 CB, Install Hi- 1.00 LS $35,000.00 $35,000.00
impact Riser And New Heavy Duty Solid Cover
Total Price for above Remove Existing Type 1 CB - Replace W/New Type 2 CB Items: $35,000.00
Notes:
• Pricing includes Materials for CB Adjustment and/or Replacement (depending on option chosen), and TCS Time. Other items to be paid by
Contract Unit Prices - UPOs, Flaggers, Other Traffic Control Labor, PCMS, Sequential Arrow Sign, Commercial HMA for Pavement
Repair, Heald Dutv Casting, & High Impact Riser
Payment Terms:
Terms: Net 30 days from date of invoice
ACCEPTED:
The above prices, specifications and conditions are satisfactory and
are hereby accepted.
Buyer:
Signature:
Date of Acceptance:
CONFIRMED:
MILES RESOURCES LLC
Authorized Signature:
Estimator: Jeff Williams
(253) 307-4953 jeff.williams@milesresources.com
Page 1 of 1
RETURN TO: PW ADMIN EXT: 2700 ID #: 4284 (RFB - 4199)
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. BN :_
3. TYPE OF DOCUMENT (CHECK ONE):
® CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
p 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 NAME: S 348th St NHS Preservation Project
5. NAME OF CONTRACTOR: Mlles Resources LLC
ADDRESS: 400 Valley Ave NE Puyallup, WA 98372 TELEPHONE: 253-383-3585
E-MAIL: Joe, Harrison Q0mil esresourceS.COm FAX:
SIGNATURE NAME: Joseph Harrison TITLE: General Manager
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 # 09-10441 BL, EXP. I2/3I/ UBI # 602-870-349 EXP. 10/3124
7. TERM: COMMENCEMENT DATE: TB COMPLETION DATE: Upon Completion
8. TOTAL COMPENSATION: $ 807,700.00 (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
O PURCHASING: PLEASE CHARGE TO: 36241
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
6 PROJECT MANAGER JH/1/20/2023 JH/7/3112023
6 DIVISION MANAGER`_' A"
A DEPUTY DIRECTOR DSW 1131/23 DSW 7131/23
8 DIRECTOR'
vow
❑ RISK MANAGEMENT (IF APPLICABLE)
8 LAW DEPT KVA 212/2023 KVA 8/3/2023
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: n/a
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 8023
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC' D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE. LICENSES. EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I 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
V LAW DEPT A i 1N %+1.
SIGNATORY (MAYOR OR DIRECTOR) % �S
ITY CLERK
D ASSIGNED AG # Ace
❑ SIGNED COPY RETURNED DATE SENT: . n�i�i._�'•>�AI_
COMMENTS:
EXECUTE" "ORIGINALS
RFB #23-006 j- dNa
1 /2020
41k
CITY OF
Federal Way
BID AND CONTRACT DOCUMENTS
AND SPECIFICATIONS
FOR
S 348TH ST NHS PRESERVATION PROJECT
PROJECT # 36241
RFB # 23-006
GRANT FUNDING # NHPP-1012(001)
City of Federal Way
Public Works Department
33325 8th Avenue South
Federal Way, WA 98003
CONFORMED
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
S 348.TH ST NHS PRESERVATION PROJECT
PROJECT # 36241
RFB # 23-006
GRANT FUNDING # NHPP-1012(001)
Bids Accepted Until 10:00 a.m., July 21 , 2023 at
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
INE
Prepared By:
City of Federal Way C
Public Works Department
O� Gt S804—
�SSIroN',
- 3- aw-2D23
The contract plans and specifications for this Project have been reviewed and approved by:
Sw�
Public Works Director/Deputy Public Works Director
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
RFB-i PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023-APR
TABLE OF CONTENTS
PAGE
ADVERTISEMENTFOR BIDS...............................................................................................................................3
INSTRUCTIONS TO BIDDERS & CHECKLISTS..................................................................................................5
BIDPROPOSAL.....................................................................................................................................................7
BIDBOND.............................................................................................................................................................13
SUBCONTRACTORLIST....................................................................................................................................14
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................16.
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS.......................................................................16
DBEUTILIZATION CERTIFICATION..................................................................................................................17
DBE WRITTEN CONFIRMATION DOCUMENT..........................................................................w......................18
DBEBID ITEM BREAKDOWN.............................................................................................................................19
DBEBID ITEM TRUCKING CREDIT...................................................................................................................20
PUBLICWORKS CONTRACT.............................................................................................................................21
SAMPLECONTRACT CHANGE ORDER...........................................................................................................28
CERTIFICATEOF INSURANCE..........................................................................................................................30
PERFORMANCEAND PAYMENT BOND...........................................................................................................31
SPECIALPROVISIONS.....................................................................................................................APPENDIX A
STANDARD PLANS AND DETAILS..................................................................................................APPENDIX B
FHWA1273.........................................................................................................................................APPENDIX C
PREVAILING WAGES AND BENEFIT CODE KEY...........................................................................APPENDIX D
PROJECTPLANS............................................................................................................. BOUND SEPARATELY
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
RFB-ii PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023-APR
ADVERTISEMENT FOR BIDS
S 348TH ST NHS PRESERVATION PROJECT
SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way will receive sealed bids
through July 21, 2023, 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 in the City Council Chambers (HYLEBOS CONFERENCE ROOM), City Hall
33325 8th Avenue South, Federal Way, Washington 98003 at 10:05 a.m. on July 21, 2023.
This project shall consist of: Furnishing all materials, equipment, tools, labor, and other work or items incidental
thereto, for the construction, sequencing and traffic control plan for overlaying existing asphalt concrete
pavement within the City of Federal Way.
The work includes but is not limited to: resurfacing S 348th St from 9th Ave S to Pacific Hwy S, which includes
roadway excavation, planing bituminous pavement, removal of existing curb and gutter, sidewalk, concrete
approach, wheel chair ramps. This work also includes overlaying S 348th St from 9th Ave S to Pacific Hwy S
with HMA Class'/" PG 58H-22 (approximately 1,650 tons), installation of concrete curb and gutter, concrete
curb ramps, pedestrian push button, channelization, restoration and utility adjustments, and all items necessary
to complete the work as described in the contract Documents.
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 Jeff Huynh, Civil Engineer, by email at
Jeff.Huynh@cityoffederalway.com, 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 2023 (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 recipient, in accordance with Title VI of the Civil Rights Act of 1964, (78 Stat. 252, 42 U.S.C. 2000d to
2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that in any contract
entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair
opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of
race, color or national origin 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 S 348TH ST NHS PRESERVATION
RFB-3 PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023-APR
DATES OF PUBLICATION:
Daily Journal of Commerce
Federal Way Mirror
CITY OF FEDERAL WAY
Publish June 30, 2023 and July 7, 2023
Publish June 30, 2023 and July 7, 2023
S 348TH ST NHS PRESERVATION
RFB-4 PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023-APR
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 Jeff Huynh, Civil Engineer, by email at
Jeff.Huynh@cityoffederalway.com, 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
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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
RFB-5 PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023-APR
(8)
(9)
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).
❑ Subcontractor List: The Subcontractor List shall be filled in 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.
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.
❑ 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 S 348TH ST NHS PRESERVATION
RFB-6 PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023-APR
BID PROPOSAL
S 348TH ST NHS PRESERVATION PROJECT
PROPOSAL SUBMITTED TO:
City of Federal Way
33325 8th Ave South
Federal Way, Washington 98003-6325
PROPOSAL SUBMITTED BY:
Bidder: Miles Resources, LLC
Full Legal Name of Firm
Contact: Joseph Harrison, General Manager
Individual with Legal Authority to sign Bid and Contract
Address: 400 Valley Ave NE
Street Address
Puyallup, WA 98372
City, State Zip
Phone: 253 383-3585
E-Mail Joe.Harrison a@milesresources.com
Select One of the Following: ❑ Corporation
❑ Partnership.
❑ Individual
d Other (LLC)
State Contractor's License No. MILESRL897RK
State Contractor's License Expiration Date: 12/ 12 / 23
Month Day Year
State UBI No.: 602 870 349
State Worker's Comp. Account No. 183,696-00
CITY OF FEDERAL WAY
S 348TH ST NHS PRESERVATION
RFB-7 PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023APR
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www_bxwa.com - Always verify Scal
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 pride 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 May 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: S 348TH ST NHS PRESERVATION PROJECT
(All unit pries shall include applicable sales tax (RoedWay improvements)
Item
No.
Spec. Bid Item Description
Div.
Unit
Plan Unit PriceT-
Gtv
LS
_
1 $ 1110 00.00 $ l I)O 0 p.0a
1 $ 00.0D�$ &00 00
1Amount
1-05 ADA FEATURES SURVEYING
1-07 iSPCC PLAN
2
LS
3
1-09 MOBILIZATION
LS
1 $ 01I$ oo
4
1-10
CONTRACTOR PROVIDED
HR
96
$ 00 Do
U
UNIFORMED POLICE OFFICER
1
5
1-10
TRAFFIC CONTROL SUPERVISOR
OTHER TEMPORARY TRAFFIC
LS
1 is
q (j 00•00
V
is N 3 000,00
6
1-10
LS
1
$ /� deb• 00
$ 2f000,00
CONTROL DEVICES
7
1-10
FLAGGERS
HR
800
$ '7010
$ %O O
8
1-10
OTHER TRAFFIC CONTROL LABOR
HR
100
$ 1�'00
$ 1 �ODUO
9
1-10
CONSTRUCTION CLASS A SIGN
SF
64
$ 0.00
S
i
10
1-10
SEQUENTIAL ARROW SIGN
PORTABLE CHANGEABLE MESSAGE
HR
480
$ 00
$
11
1-10
HR
480
$ �100
$ I _f
SIGN
ROADSIDE CLEANUP
U�UO
t ,
12
2-01
FA
1
$5,000.00
$5.000.00
13
2-02
CEMENT CONCJ REINFORCED
LF
510
$ Oct
10,00
$ U�
CEMENT CONC. SAWCUTTING
14
2-02 REMOVAL OF CEMENT CONC.
,SIDEWALK
REMOVAL OF REINFORCED CEMENT
2-02
SY
179
b
$ 2 0
'$ ►,'�� 111]
$ q
15
SY
32
$ 30• 00
CONC. SIDEWALK
10
16
2-02
REMOVAL OF CEMENT CONC. CURB
LF
145
$ /JQO
Z
$ 2 UO
AND GUTTER
J// .
17
2-02
REMOVAL OF SLOPED MOUNTABLE
LF
55
$ Z 3 D
$ )J 2 (off. 00
CURB
CITY OF FEDERAL WAY S 348TM ST NHS PRESERVATION
RFB-8 PROJECT #36241 1 RFB #23-006
CFW RFB VERSION 2023-APR
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scai
18
2-02
REMOVAL OF TRAFFIC TYPE C CURB
LF
589
$ S'y b y
$ 13'yN� 00
19
2-02
REMOVAL OF TUBULAR MARKERS
EA
6
$ 1 Z , 00
$ 00
20
2-03
ROADWAY EXCAVATION INCL, HAUL
CY
6
$ (� 00
$
21
5-04
PLANING BITUMINOUS PAVEMENT
SY
11.320
$ �00
$ 5+0 6(20 0D
a 0
22
5-04
HMA CL. '/z IN PG 58H-22
TN
1,650
$'I(QQ
23
5-04
COMMERCIAL HMA CL. 'A IN PG 58H-
TN
12
$ O D
$ 2�Q, o 0
22 FOR PAVEMENT REPAIR
24
5-04
ASPHALT PRICE ADJUSTMENT
CALC
1
$5,000 00
$ I#�0� 00
$5,000.00
i
$ 9 J d Q p 00
25
7-05
ADJUST MANHOLE
EA
14
26
7-05
HEAVY DUTY ROUND SOLID LOCKING
EA
14
$ g0000
�: " 0,0000
CASTING
U
27
7-05
HIGH IMPACT RISER
EA
10
$ 200.Od
$ 000 00
28
7-05
NON -SLIP MMA COATING
SF
54
$ '1%0,D0
$ 0,100,00
29
8 01
EROSION/WATER POLLUTION
FA
1
$3,000.00
$3,000.00
CONTROL
30
8-01
INLET PROTECTION
EA
16
$ 100.00
$ /,boo OD
31
8-02
SOD LAWN, INCL. 4 IN TOPSOIL
SY
9
3 190 t7d
$ I1 350 00
32
8-02
PROPERTY RESTORATION
FA
1
$3,000.00
$3,000.00
33
8-04
CEMENT CONC CURB & GUTTER
LF
177
$ 00
$ ? ! 6� 00
34
8-07
PRECAST DUAL FACED SLOPED
LF
55
$ 3� U0
MOUNTABLE CURB
✓ ! C
35
8-07
PRECAST SLOPED MOUNTABLE
LF
589
$ $ a
/LQ (p�tj U
CURB-�,00
36
8-09
RAISED PAVEMENT MARKER, TYPE 2
HUND
55
$ 1'�70 Oa
37
8-09
HYDRANT MARKER, TYPE 2BB
EA
3
$ (af OJ
i
$ I Q`j Do
38
8-13
ADJUST MONUMENT CASE AND
EA
2
$ J�OD0, OO I $ 2�000,0z
COVER
i
39
8-14
BLACK DETECTABLE WARNING
SF
52
$ 1� 00 $ 2 gbo 00
SURFACE
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
RF13-9 PROJECT #36241 1 RFB #23-006
CFW RFB VERSION 2023-APR
-__!o B-Ii-]ors-:<ehaTM':e or . Ir._ -or usace C_._.cL_r.Lonv At� - .A?:�ar. :r�r..'- �.�1
40
8-14
CEMENT CONC. SIDEWALK
SY
127
$
?�, 00
01
$ 1500
41
8-14
REINFORCED CEMENT CONC.
SY
19
$
I
$
I 100•00
SIDEWALK
_
160.00
42
8-14
CEMENT CONC. PERPENDICULAR
RAMPI%
EA
6
$
1,500.00i I
000.00
CURB
43
8-14
REINFORCED CEMENT CONC.
PERPENDICULAR CURB RAMP
EA
1
$
/�J0 Uv i,$
nh
/� !�/D UZ!
44
5-20
ADJUST JUNCTION BOX
EA
6
$
100.00 $
qi000 00
45
8-20
SIGNAL MODIFICATION -S 348TH ST
AND 9TH AVE S, COMPLETE
LS
1
$
00
�� (70O $
�0/000.0�
46
8-21
TUBULAR MARKERS
EA
6
$
47 8-22
PLASTIC LINE
LF
1,079 ,$
�•r'%d $
(, GJ3/J 9-0
48
8-22
PROFILED PLASTIC LINE
LF
2,493
1$
$
49
8-22
PROFILED PLASTIC WIDE LINE
LF
2,826
Is
g p
$
p oA I o
50
8-22
PLASTIC CROSSWALK LINE
SF
469
$
I • J
$
5" q 5-0
51
8-22
PLASTIC STOP LINE
LF
171
$
I yp $
52
8-22
I
PLASTIC TRAFFIC ARROW
EA
11
$
/,��� G D $
'1
r 200
53
8-22
PLASTIC HOV LANE SYMBOL
EA
9
$
r{� b0
-1
$
(,`. /�?�,D0
54
8_23
TEMPORARY MISCELLANEOUS
EA
21
$
00
5�•
$
«�. UO
PAVEMENT MARKING
55
8_23
TEMPORARY PAVEMENT MARKING-
LF
12,796
$
50
$
3�1f•Oa
SHORT DURATION j
�
56
8-23
TEMPORARY STOP LINE -SHORT
DURATION
LF
171
$
//__ 00
IU•
$
00
�i0?.�0.
57
8_23
TEMPORARY CROSSWALK LINE -
SHORT DURATION
SF
469
$
/ 0 D
10
$ �' , 00
TOTAL - SCHEDULE A
$ � 0i-70C) U p
CITY OF FEDERAL WAY S 348TM ST NHS PRESERVATION
RFB-10 PROJECT #36241 / RFB #MOOS
CFW RFB VERSION 2023-APR
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www b, .l - Always verify Scal
BID SUMMARY
ITEM
BID AMOUNT
SCHEDULE A: S 348TM ST NHS PRESERVATION
PROJECT $ 00
TOTAL BID AMOUNT
(including Washington State sales tax, all other $ 10 p7 -7 00. 0 0
government taxes, assessments and charges)1
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 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.
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 collision 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
(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
CITY OF FEDERAL WAY 5348.. ST NHS PRESERVATION
RFB-11 PROJECT #36241 / RFB #23-006
CFW RFS VERSION 2023-APR
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. -I Date Issued: 7IZD/L3
Addendum No. Date Issued
Addendum No. Date Issued
The undersigned individual represents and warrants that he or she is dully authorized to execute the bid and all
bid documents on behalf of any partnership, joint venture or corporation.
By:
rg tv/e
Joseph FAIrrison
Printed Name
General Manager
Title
Subscribed and sworn to before me this 2 of Jul .2o23.
ign otary
``\''�'s-
• cl 2 �QJOv � • `ST
CITY OF FEDERAL WAY
Anna Lear
Printed name of Notary
Notary Public in and for the State of Washington
My commission expires: 6/12/2024 _
S 348TM ST NHS PRESERVATION
RFB-12 PROJECT #36241 1 RFB #23-006
CFW RFB VERSION 2023-APR
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa com - Always Verify Scal
BID BOND
S 348TH ST NHS PRESERVATION PROJECT
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
Q97 a=
OPTION 2: BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we,
Miles Resources, LLC as Principal, and
Liberty Mutual Insurance Company as 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 specified in the call for bids, then this obligation shall be null and void, otherwise, it
shall be, and remain in full force and effect, and the Surety shall forthwith pay and forfeit to the Obligee as
penalty and liquidated damages, the amount of this bond.
SIGNED, 9E4ED AND DATED THIS 21st DAY OF July , 20 23
Miles sour s, L uttl ompany
Pri — Si a of Authorized Official Surety — Attorney In Fa neies M Richie
(Attach Power of Attorney)
General MaNu 7cr
J
Title
Name and Address of Local Office/Agent of Surety Company is
Insurance
PO Box 2490
Tacoma, WA 98401
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
RFB-13 PROJECT #36241 / RFB #23-006
CFWRFB VERSION 2023-APR
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
N
C
m
N
do
C "
M
CDcn
N
chi
rc
o._
E n;
This Power of Attorney limits the ads of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein staled.
Liberty Liberty Mutual Insurance Company
Mutum. The Ohio Casualty Insurance Company Certificate No: 8207353-023049
West American Insurance Company
SURETY
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Altceon A
Kenner Mvssa J. Lopez Amber Lynn Rcesc Amelia G Burrill Annelies M Richic Brandon K Bush, Brent E. ficltemn, Carley Espintu, Christopher Kinyon.
Cynthia L Jay Dana Mane Brinkley. Diane M Hirrdmg Donald Shanklm Jr Enc A Zimmerman, Erica E Mosley; Holli Albers, Jacob T Haddock, James B.
Binder_ Jamie L Maroues: Julie R Truitt, Justin Dean Price, Karl Michelle Motley. Katharine J Smder. Lindsey Elaine Jorgensen, Lois F Weathers, Michael
Mansfield Mr4u M Webb Sara Sophie Selnn Camara A Kingciscn
all of the city of Tacoma state of WA each ine,v dual'y ,f there be more than one named, Its true and lawful attorney -in -fact to make.
execute, seal, acknowledge and deliver. for and on its behalf as surety and as Its act and deed. any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 17th day of February , 2022 .
Liberty Mutual Insurance Company
P� tNsill P`ty INS& %NSUR The Ohio Casualty Insurance Company
„J°N°iQAr,.�C+ qJ `°aP�1:.�i `4r �ouO'4rP%c West American Insurance Company
3 0� vvd o m LU
¢3 own
1912 0 0 1919 n 1991 0
r o a
b��•••cwu�`Caa 0aArr+`� Ot Ys '�ou>•" aa� ��f
ej) • *� �yt • �� �M • to By: /
David M Carey, Assistant Secretary
State of PENNSYLVANIA
County of MONTGOMERY "
On this 17th day of February , 2022 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes!
therein contained by signing on behalf of the corporations by himself as a duly authorized officer
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written
PA
yp ST
QCl. Fr+r
�cMwe C Caaro+.aiiit d Penntlbarwa -Notary Se;ti
Teresa Pastella, Notary Public
Montgomery County � 1
OF My commission expires March 28, 2025 By: +
Commission number 112ED44 Teresa Pastetia, Notary public
0i k% Cc Pe-ryf n Amoc~or Notanm
Apy p�y�
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV - OFFICERS: Section 12 Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such atto-neys-ur;ac t. subject to the limitations set forth in their respective powers of allamay, shall
have 411 rower to bind the Corporation by their signature and execution of any such n>hurerts and to attach hereto the seal of the Corporation When so executed, such
irstr-ment shall be as binding as if signed by the President and attested to by the Secretary Any power or authority granted to any representative or attomey-in-fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appont such attorneys -in -fact, as may be necessary to ad in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bends, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary
Certificate of Designation - The President of the Company. acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in-
fact as may be necessary to act on behalf at the Company to make, execute, seal, acxrowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Cow -piny do
hereby certify that the original power of attorney of which the foregoing is a full, true and Correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 21ST day of U1y — 2023
P� 1NSU �11 INS& d 1NSU;p
tiJ c°avoA��4t� gJP�0'o F, yy VP c°•Po,c� qYC+
if �o t� 3 •o C+ S jOe m
1912 0 1919 o s 1991 c gye--
0
3 sir �'�t ; Y-
b,, "Ac..uti as °� NA Mr+ tf +rs 'tio,Aw► da Renee C L leWN3yn, Assistat Secretary
O
0
N
CV
M
e0
LMS-12873 LMIC OCIC WAIC Multi Cc 0221
SUBCONTRACTOR LIST
AgIL
Washington State
Department of Tiransportation Subcontractor List
Prepared in compliance with RCW 39.30.060 as amended
To Be Submitted with the Bid Proposal
Protect Name S. 348th St. NHS Preservation Project
Failure to Ilst subcontractors with whom the bidder, If awarded the contract, will directly subcontract for performance of the
work of structural steel Installation, rebar installation, heating; ventilation and air conditioning, plumbing, as described In
Chapter 18.t06 RCW, and electrical, as described In Chapter 1928 RCW or naming more than one subcontractor to perform
the name work will result in your bid being nonresponsive and therefore void.
Subcontractors) with whom the bidder will directly subcontract that are proposed to perform the work of structural steel installation,
rebar Installation, heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as
described in Chapter 19,28 RCW must be listed below. The work to be performed is to be listed below the subcontractors) name.
Tv the extent the Project Includes one or more categories of work referenced In RCW 39.30.050, and no subcontractor Is
listed blow to perform such work, the bidder certifies that the work wig either (I) be performed by the bidder itself, or (II) be
performed by a lower tier subcon ,actor who will not Contract directly with the bidder.
Subcontractor Name 1"
Work to be performed Structural Steel Installation
Subcontractor Name Wee, _ Coil G�k C L S_ r' 4
Work to be performed Rebar Installation
Subcontractor Name
Work to be performed
Subcontractor Name
Work to be performed
Subcontractor Name
Work to be performed
R—M
Plumbing _
Vie- - -
Electrical
Bidder's are notified that it is the opinion of the enforcement agency that PVC or metal conduit, Junction boxes, etc, are considered
electrical equipment and therefore considered part or electrical work, even 'rf the Installation is for future use and no wiring or electrical
current is connected during the project.
DOT Form 271-015
Revised 0612020
CITY OF FEDERAL WAY S 348TM ST NHS PRESERVATION
RFB-14 PROJECT #136241 1 RFB #23-006
CFW RFB VERSION 2023-APR
Provided to Builders Exchange of WA, Inc_ For usage Conditions Agreement see www.bxwa com - Always Verify Scal
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: Miles Resources, LLC
Print Full Legal Name of Firm
By: Joseph Harrison
S re onzed Person Print Name of Person Making Certifications for Firm
Title: General Manager
Title of Person Signing Certificate
Date 7/21 /2023
Place: Puyallup, WA
Print City and State Where Signed
CITY OF FEDERAL WAY S 3481" ST NHS PRESERVATION
RFB-15 PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023APR
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www bxwa com - Always Verify Scal
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS
AN" APWA-WA Division 1 Committee rev. 1/8/2016
Proposal for Incorporating Recycled Materials Into the Project
In compliance with a new law 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.
l
Proposed total percentage: ` �Z' percent.
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 eoual, in which case proposed recycling
percentages will be used as atie-breaker per she APWA GSP in Section 1-03. i of the Special
Provisions. Regardless, the Bidders 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:
Signature of Authorized Official
Date:
Miles Resourees, LLC
7/2 1, d623
CITY OF FEDERAL WAY S 348.. ST NHS PRESERVATION
RFB-16 PROJECT #36241 1 RFB #23-006
CFW RFB VERSION 2023-APR
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
DBE UTILIZATION CERTIFICATION
Washington State Disadvantaged Business
Department of Transportation
Enterprise Utilization Certification
To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal,
a Disadvantaged Business Enterprise (DBE) Utilization Certiflcation. The Contracting Agency shall consider as non-
responsive and shall reject any Bid Proposal that does not contain a DBE Utilization Cerilfication which properly
demonstrates that 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 Utilization Certification shall be deemed a
part of the resulting Contract.
Box t: Miles Resources LLC certifies that the DBE firms listed below have been contacted
regarding partiupation on this project. If Ilhts Vidder is successful an this project and is awarded the Contract, it shall
assure Ihal subcontracts or supply agreements are executed wllh named DBEs. (If necessary, use additional sheets.)
Box2: S. 348th St NHS Preservation Project
Column 1
Name of DBE
(See instructions)
Ca.umn 2
Project Role
(See Inslruollans)
Column 3
Description of Work
(See Instructions)
I Column 4
DollarAmount
Subcontracted
to DBE
(See insli udimro)
Column 5
1 DollarAmount
to be Applied
Towards Goal
(See insuudions)
Lee's Demolition,
LLC
Subcontractor
Utility Adjustment
$20,050.00
l $20.050.00
G & G, Inc.
'Bunco-
Engineering Intl
Subcontractor
- — — -
Subcontractor
Electrical
- - -- —
Surveying
$69,500.00
-
$10,550 00
$69,500.00
-
$10,550.00
AAA Contractors,
Subcontractor
Planing Bituminous Pavement
$18.678.00
S13,678.00
I
t
I
I
Disadvantaged Business EnterpnX 11-2'0 U JV.0"Total DBE Commitment Dollar Amount S118.778.00
Condtion of Award Contract Goal earn Box
5 Q By checking Box 5 the Bidder is stating that their attempts to solicit sufficient DBE parbdpation to meet
the COA Contract goal has been unsuccessful and good faith effort -null be submitted in accordance with
Section 1-02.9 of the Contract
DOT aon 272-056
Z,sca 0M0:9
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
RFB-17 PROJECT #36241 / R F B #23-006
CFW RFB VERSION 2023-APR
Prop.-cic_ Lo n.._-..e_:, n3na- Of ussga _und-L-or--. AgYae;cer s._... .......bx::-a.com - :vl,.;a s 'l=rig• _cal
DBE WRITTEN CONFIRMATION DOCUMENT
frW*bh&ng1w State Disadvantaged Business Enterprise (DBE)
o G......e., &I Transport,~ Written Confirmation Document
)(JL UMOU 'NI hi III Ik I ?"'Clit I!•
a/l/a iilt 11,1, % t I,I it, .,I 'i ! Nc (i, 1."A. I I!, If i
I I A I L ONL)t FA SUBM I I-TED F0 � D131 N I A I I L I STFD (ATI IF- C0\ TRAC I OR
T I) B CS I\ FS's 17' TER!"P, IS F LTI I I/ Al 10\ Up, 1 IFIC A V10"
Cc.� rR k( I f)R >; I A I All",[ TE P-01' a PR 10R FCI �f T IF I lllt
i 0 1 k- 1,I br o-inplkted b} the hiddvt
011 'ic, 1h " 11,1! le
F III :! I,, — 1., 1!, iii bij r
• 1 •1,, S 348th St NHS PFeseriation Project, City of Federal Way
Wife, Re-5ovx-ce5, I -LC,
AAA Contractors, Inc
UbI � "It'llk Planing Bituminous Pavement
-L, I),: Apv!,�(i DIU (:y& $18,678.00
w )nilw \.!tIrI1 w ,� to DHI $18,678.00
cwwrdi F Ulu
P % R 1 11: Tu be completed b%; the Diml-IaWaliod 8usines6 F lito prise
\` :ill 'Iukhi_,l , Cprnz:-!I(dt!\ v n! 11w Di,od% Busincs> Foivrpi i,-v I iji,lt '•�,: la,(: kcil
lr I. I ok ! , , i I I L! H I ( I 11 v I I\ it[) I %%!.II (I to (11k. 10 .1 fjI0I,%A I !! : ! I C i it ' I I It NO! Mll; 11_1. Iiii: \\oik ocv iibcd
11,1•, " !; Ow fllckk.l I -. -J\%.Ilj lik:dl OIL! ( olillilcl. ,,, e m!l Mite; 111" Ali I—: Iii-III-W2 111
ol,�IiIelll tvith the ItIC ollildritill 1110% 1 - '.I Pw
Pavitarpal Pure al
President
24816 Pacific Hwy South
Kent, WA 98032
Mile 7/.21/2023
ft
CITY OF FEDERAL WAY S 348"' ST NHS PRESERVATION
RFB-18 PROJECT #36241 1 RFB #23-006
DBE WRITTEN CONFIRMATION DOCUMENT
OAMLWashington state Disadvantaged Business Enterprise (DBE)
oepartment of Transportation Written Confirmation Document
.\rr (-owrurr P(rowsiu►a I >BE l hn•ranrnl Subonnal Requirements
Ur�xlrtn►i( }tied Br(vmr%s Li►lerpr mr Mirbryxrlrw►
THIS FORNI SHALL ONLY BE SUBMITTED TO A DBE THAT IS LISTED ON THE CONTRACTOR'S
DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION
THE CONTRACTOR SHALL COMPLETE PART PRIOR TO SENDING TO THE DBE
PARTA�: 'Co he completed by the bidder
I he entries below shall he consistent wish what Is shown on the Bidder's Disadvantaged Business Enterprise
Utilization Certification Failure to do so will result in Bid rejection
Contract Title S. F—:�� � � �� S _ �l« e/ �✓ Vt �t%T
Bidder s Business Name I"1 d- � Xe y o kr Ce 5i, LL-C,-
DBE's Business Name Q;71 ♦:��__ _ _
Description of DHE's Work
Dollar Amount to be Applied Towards DBE Goal
Dollar:\mount to he Suhconllacted to Dlil - Wr J0_d
'Optional Field
PART B: To be completed by the Disadvantaged Business Enterprise
As an authorized representatn e of the Disadvantaged Business Enterprise, I confinn that we have been
contacted by the Biddet faith Ieuard to the lelerenced project for the purpose ofperlorming the Work described
aboae if the Bidder is a,arded the Conuact, we %%ill enter into an aSreetnent with the Bidder to participate in
the project consistent with the information provided ill Pari A of this form —
Nume(printed) i�Z� �► .lt^1 --- --
Siv.nature
Title
Address Date
DOT Faim 422-O31
Revised 0712016
CITY OF FEDERAL WAY 3 348TM ST NH3 PRESERVATION
RFS-18 PROJECT #36241 1 RFB #23-006
CFW RFB VERSION 2023APR
AMh, Washington State Disadvantaged Business Enterprise (DBE)
MAW Diepairtirneit of Transportation Written Confirmation Document
i%'C'01Nr'CI(•11'1-00i 10IIS U61-:I)OCIMI(-111 Suhn1wtdR('y11I/'C1710r1S
0iect(lvaniU,L'eilIS11,ruc-, PJ1IeI7u-iN(' P01.11(Ipulirul
T HIS FORM SHAI I ONLY 131 St ;l3\II 11 F D I () A DBI. I I I \I IS I IS I F.D ON I IIL C (1N 1 RAC l ORS
DIS,4D\VNN IAGF.D BUSINESS I-N"f FRPRISf- t 1II I/ATION ( I RFIFIC.Al1ON
THE CONTRACTOR SII-At .L CO%IPLF.I I' I'-\RT \ PRIOR IO SENDING 1() I I I I DBL.
PART a►_ To be completed b3 the bidder
The entries belov, shall be consistent N%Ith \g hat i, sho\%n on the Biddcr', Di;adti antaged Busine— [:nterhri,r
I Itilization Certification. Failure to do so �� ill re,ult in Bid rejection.
Contract Title: S :TSth Street NHS Preservation Project
Bidder's Business Name:
DBE's Business Name. obuneo Eagincerma -- --
Description orDBL's V\'ork: Sur.eNhw Dollar Amount to be :Applied lo\�ards DBt Goal r� � V
Dollar Amount to be Subcontracted to D131.*. ptsso, ��
'Optional Field
PART B: To be comMeted b� the Disad-antaoed Business Enterpijsg
As an authorized rcpresentati,�e ol'the DisadNantaged Business I nterpme. I confirm that \�e ha\e been
contacted b,, the Bidder �\ith re«ardto the relzrenced project for the purpo-;e orperlOrmim-o the \\urh described
above. lfthe Bidder is a�Narded the Contract. ��e sill enter into an a_,reemcnt ��Ith the Bidderto participate in
the project consistent \.pith the inrortilation prokided in Part Aorthls fk)nn
dame (printed):
Signature:
Title: Principal
Address- 31650 6th A%enue South 5TF 102
Federal Wa\, \\ A 98003
Date: 7 1 ` 23
CITY OF FEDERAL WAY S 348TM ST NHS PRESERVATION
RFB-18 PROJECT 036241 I RF8 #23-006
CFW RFB VERSION 2023-APR
AM
W7W�Mrqtw St
Depot neeK of
.tire ('onrrac9 Prorisionv:
THIS FORM SHAI-L
DISADVANTAGED I
THE CONTRACTOR
13A117' A: Tope complete
The entries below shall he
Utilization Certification F
Conlracl fide
Bidder's Business Name:
DBE's Business Name
Description of DBE's 1
Dollar .Amount to be A
.N CONFIRMATION DOCUMI
Disadvantaged Business Enterprise (DBE)
Written Conirmadon Document
DBE Doc►rmen► S)ib illal Requirements
iremen►s
I h.wclra#t1aged Bu.vmev% bilerlrrne I'urnegxrlruu
BE SUBMITTED TO A DBE THAT IS LISTED ON TIC CONTRACTOR'S
ESS ENTERPRISE ITILIZATION CERTIFICATION
L COMPLETE PART A PRIOR TO SENDNG TO THE DBE
by-thebidder
insistent with what is shown on the Bidder's Disadvantaged Business Enterprise
lure to do so will result in Bid rejeefion
�. 348th St. NHS Preservation Project
Ailes Resources, LLC
.e's Demolition, LLC
Utility Adjustment
J Towards DBE Goal $ 20,050.00
Dollar Amount to be Subccjntr3c►ed to DBL--
PART B: To be completeot by the Disadvantaged Business Enterprise
As an authorized represent uve of the Disadvantaged Business Enterprise. I confirm that we have been
contacted by the Bidder wi It regard to the referenced project for the purpose of performins the Work described
above If the Bidder is aw,t Jed the Contract, we will enter into an agreement with the Bidder to participate in
the project consistent tivith he information provided in Pan A of this form
Name (printt:d) S �ack. )C�,
Skmarure
Title
Address
DOTForm 422-031
ReNsed 07W15
Date Cn) Zl 1 22',
CITY OF FEDERAL WAY S U8TM ST NHS PRESERVATION
RFB-18 PROJECT #36241 / RFB #23-006
CF W RFB VERSION 2023-APR
DBE BID ITEM BREAKDOWN
Washbigitm SIMe antottlbn Disadvantaged Business Enterprise
(DBE) Bid Item Breakdown Form
1. Contract Number 2. Contract Name
36241 / RFB 23-006 S 348th St. NHS Preservation Project _
3. Prime Contractor 4. Prime Contractor Representative Name
Miles Resources LLC Joseph Harrison
5. Prime Contractor Representative Phone Number 6. Prime Contractor Representative Email
253 383-3585
Column 1
Name of UDBE
W
M" trnclbns)
Column 2
Bid Rem N
(bee hrmucWml
Column li
FuIUPaRial
(See Inshuodons)
Column 4
Quantity
(see hohmHu e)
Column5
Description
(See Inshudluo)
Column Prig
Unit Price
Isee woumbons)
Column 7 , Column a
Total Unit DollarAmount
Cost to be Applied
,($oe behYCliem) Towards G081
(see husNdlone)
O'Bunco Engineering Int'I
1
Full
1/LS
Surveying
$10,55000
$10.55000
$10,55000
Subtotal:
$10,550.00
$10,550.00
Name of UDBE
Bid Item 0
FUIyPartlal
Quantity
Description
Unit Price
Total Unit
Cost
DollarAmount
to be Applied
Towards Goal
AAA Contractors, Inc
21
Partial
11,320/SY
Planing Bituminous Pavement
$1 65
$18,678.00
$18,678.00
Subtotal:
$18,678.00
$18,678.00
Name of UDBE
Old Rem M FuWartiel
Quantity
Description
Unit Price
Total Unit
Cost
Dollar Amount
to be Applied
Towards Goal
Lee's
Demolition LLB
25 Full
14/Ea
Adjust Manhole
$1.300.00
$18,200.00
$18,200.00
Lee's
Demolition. LLC
38 Full
2/Ea
A�Just Monomenl Case &
Coyer
$92500
$1,85000
$1,850.00
Subtotal:
Name of UDBE Bid Rem iI FuIVPartial Quantity Description Unit Price
$20,050.00
Total Unit
Cost
$20,050.00
DollerAmount
to be Applied
Towards Goal
G & G, Inc
44 Full
6/ea
Adjust Junction Box
$750.00
$4,500.00
$4,500 00
G & G, Inc 45 Full 1/LS Signal Modification - S 348th E 1 $65,000 00
3 nd 9th Ave S
Subtotal:
TOTAL UDBE Dollar Amount:
$65,000.00
$65,000 00
$69,500.001
$118,778.01
$69,500.00
$118,778.00
DOT Form 272-054
Revised 09/2020
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
RFB-19 PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023-APR
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
DBE BID ITEM TRUCKING CREDIT
washbmtm Sits" Disadvantaged Business Enterprise
TrIf Dgwrtmeffl of Trantspo"Im (DBE)Trucking Credit Form
PART A: TO BE COMPLETED BY THE BIDDER
This farm 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 p contract N
NHPP-1012 001 36241 / RFB 23-006
Project Na4Bth St. NHS Preservation
Prooprt
If fisting items oy hours, or by tamp sum amounts, please prowde calculations to substantiate the quantities listed.
Bid hem
Rem Descr"on
1
Use additional sheets as
Bidder
LLC
Phone
72-8648 signet
ure
Address 400 Valley Ave NE
Puyallup,ithat the
WA 98372 t ry information is complete and accurate -
Joe Date
Joe. 7/14/2023
PART B: TO BE COMPLETED BY THE DBE TRUCKING FIRM
Note: DBE trucking flint participation may only be credited as DBE participation for the value of the hauling services, not for the
materials being hauled unless the trucking fine 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 TractorRrallers: Dump trucks: _
expected to be used on this project?
3. Number of trucks and trailers owned by TractorRrallers: Dump trucks:
the DBE that will be used on this
project?
4. Number oftrucks and trailers leased by Tractor/trailers: Dump trucks:
the DBE that will be used on this
DBE Firm Name
NameTlle (please print)
Signature
I certify that the above information is complete and aceurate-
Certification Number
Phone
Fax
Address
Emall
Date
DDT Forth 272-058
Revised 002020
CITY OF FEDERAL WAY S 348TM ST NHS PRESERVATION
RFB-20 PROJECT #36241 1 RFB #23-006
CFW RFB VERSION 2023-APR
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify scal
PUBLIC WORKS CONTRACT
THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this day of 2023 and is
made by and between the City of Federal Way, a Washington municipal corporation ("City o'F Owner"), and Miles
Resources, LLC, a Washington corporation ("Contractor"), for the project known as S 3481h St NHS Preservation
(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 Eight Hundred Seven Thousand Seven Hundred and No/100 Dollars ($ 807,700.00),
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
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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
RFB-21 PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023-APR
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.
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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
RFB-22 PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023-APR
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
endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by
the City prior to printing.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
RFB-23 PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023-APR
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.
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.
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
RFB-24 PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023-APR
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/Discretion/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: Jeff Huynh, Civil Engineer, City of Federal Way, Washington.
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
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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
RFB-25 PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023-APR
CONTRACTOR: Miles Resources, LLC
Attn: Joseph Harrison
400 Valley Ave NE
Puyallup, WA 98372
ENGINEER: City of Federal Way
Attm Jeff Huynh
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 Comoliance 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:
im Ferrell, Mayor
33325 8th Avenue South
Federal Way. WA 98003-6325
ATTEST:
S •'ph nie Courtney, CMC, a
Clerk
APPROVED AS TO F RM:
I/ J , ff _.-r.�
J Ryan Cal City A�: f . *
CITY OF FEDERAL. WAY
CONTRA
Individual
1-,16 marl95on
Printed Name of Authorized Individual
400 Valley Ave NE
Street Address
Tacoma, WA 98372
City, State, Zip
S 348TH ST NHS PRESERVATION
RFB-26 PROJECT #36241 1 RFB #23-006
CFW RF8 VERSION 2023-APR
CONTRACTOR: Miles Resources, LLC
Attn: Joseph Harrison
400 Valley Ave NE
Puyallup, WA 98372
ENGINEER City of Federal Way
Attn: Jeff Huynh
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. PERFORMANCEIPAYMENT 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:
Jim Ferrell, Mayor
33325 8th Avenue South
Federal Way, WA 98003-6325
ATTEST:
Stephanie Courtney, CMC, City Clerk
APPROVED AS TO FORM:
J. Ryan Call, City Attorney
CONTRACTOR:
Si=Har
U�horized Individual
Jn
Printed Name of Authorized Individual
400 Valley Ave NE
Street Address
Tacoma, WA 98372
City, State, Zip
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
RFB-26 PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023-APR
NOTARY OF CONTRACTOR'S SIGNATURE:
STATE OF WASHINGTON )
) ss.
COUNTY OF Pierce)
On this day personally appeared before me Joseph Harrison, to me known to be the General Manager of Miles
Resources, 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 they were 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 o P u ust 2023.
nna e
(typed/prir ame of notary)
Notary Public in and for the State of Washington
My commission expires 06/12/2024
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
RFB-27 PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023-APR
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:
DEPARTMENT RECAP TO DATE:
INCREASE $ DECREASE $
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 S 348TH ST NHS PRESERVATION
RFB-28 PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023-APR
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
PUBLIC WORKS DIRECTOR
DATE
DATE
Contract Change Order
provided for Contractor's
reference. Change orders
executed during the project
will use this form.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
RFB-29 PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023-APR
CERTIFICATE OF INSURANCE
Contractor's Certificate of
Insurance to be inserted
here during Contract
Execution
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
RFB-30 PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023-APR
Client#: 17793 MILESAND
DATE (MM/DD/YYYY)
ACORD.CERTIFICATE OF LIABILITY INSURANCE 1 7/06/2023
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 NAME: T Sharnel Di Vona
Propel Insurance PHONE 800 499 0933 F" 866 577-1326
AMC, No Ext : A/C NO
1201 Pacific Avenue; Suite 1000 E� L sharnel.divona@propelinsurance.com
COM Construction INSURERS) AFFORDING COVERAGE NAM #
Tacoma, WA 98402-4321 INSURER A: Alaska National Insurance Company 38733
INSURED
Miles Resources LLC
400 Valley Ave NE
Puyallup, WA 98372
INSURER B : SiriusPoint Specialty Insurance Corp 16820
INSURER C: Continental Casualty Company 20443
INSURER D :
INSURER E :
nnVFRAMPR CERTIFICATE NIIMRFR- REVISION NUMBER:
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
MSR ADD UB
LTRNSI TYPE OF INSURANCE (NS[t
A X COMMERCIAL GENERAL LIABILITY
POLICY EFF POLICY EXP LIMITS
POLICY NUMBER IMMfD WD
23DLS11734 4/01/2023 04101/202 EACH OCCURRENCE S1,000,000
CLAIMS -MADE � OCCUR
PREMISES _. occurrence)$1 OO 000 _
X PD Ded: 1,000 _
MED EXP (Any one person) 55 000
X WA Stop Gap
PERSONAL& ADV INJURY $1 000,000
L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE 52,000,000
PRO -
POLICY a ET D LOC
n,OTHER:
PRODUCTS-COMP/OPAGG 52,000,000
Stop Gap $1,000,000
A
AUTOMOBILE LIABILITY
23DAT11734
4/01/2023
04/01/202
(Easp;4�OtSINGLELIMIT
1,000,000
BODILY INJURY (Per person)
ANY AUTO
$
BODILY INJURY (Per accident)
OWNED SCHEDULED
AUTOS ONLY AUTOS
AUTOS ONLY X NON -OWNED
AUTOS ONLY
JX
S
S
PROPERTY DAMAGE
Per acodenl
S
A
X
UMBRELLA LAB
X
OCCUR
23DLU11734
4/01/2023
04/01/2024
EACH OCCURRENCE
55000000
AGGREGATE
EXCESS LIAB
CLAIMS -MADE
s5,000,000
DED I X RETENTION S10,000
S
A WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE Y I N
OFFICERWEMBER EXCLUDED? I N
(Mandatory In NH)
N / A
WA Stop Gap only:
23DLS11734
0410112023
04/01/202 PSTATUTE ER I OTH-
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE
$1 OOO 000
$1 000 000
S1 ,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
CPPLS00022120
E.L. DISEASE - POLICY LIMIT
B Pollution/Prof l
04/01/2023 04/01/2024 $3m poll / $1m prof)
C Leased/Rented Eq
C6080724344
04/01/2023 04/0112024 $800,000 (L/R Eq)
C Inst. Floater
C6080724344
04/01/2023 04/01/2024 $750.000 I.F.)
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required)
For sample certificate
CERTIFICATE HULDtR UANI,t LLFI I IUN
Miles Resources, LLC
400 Valley Avenue NE
Puyallup, WA 98372-0000
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S6026125/M5784595 SXH00
This page has been left blank intentionally.
JW Alaska National
INSURANCE COMPANY
BLANKET ADDITIONAL INSURED — AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT
(CONTRACTORS)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following
COMMERCIAL GENERAL LIABILITY COVERAGE PART
1. The following is added to SECTION II — WHO IS
AN INSURED:
Any person or organization that:
a. You agree in a "written contract requiring
insurance" to include as an additional insured
on this Coverage Part; and
b. Has not been added to this policy as an
additional insured for the same project by the
attachment of an endorsement under this
Coverage Part which includes such person or
organization in the endorsement's schedule;
is an insured, but:
c. Only with respect to liability for "bodily injury",
"property damage" or "personal and advertising
injury"; and
d. Only as described in Paragraph (1), (2) or (3)
below, whichever applies:
(1) If the "written contract requiring insurance"
specifically requires you to provide
additional insured coverage to that person
for injury or damage that arises out of "your
work", that person or organization is an
additional insured only if the injury or
damage arises out of "your work" to which
the "written contract requiring insurance"
applies;
Additional Premium: included
(2) If the "written contract requiring insurance"
specifically requires you to provide
additional insured coverage to that person
for injury or damage that is caused, in
whole or in pan`, by the acts or omissions
of you or your subcontractor, that person
or organization is an additional insured
only if the injury or damage is caused, in
whole or in part, by the acts or omissions
of you or your subcontractor in the
performance of "your work" to which the
"written contract requiring insurance"
applies" or
(3) If neither Paragraph (1) nor (2) above
applies that person or organization is only
an additional insured if, and only to the
extent that, the injury or damage is caused
by negligent acts or omissions of you or
your subcontractor in the performance of
"your work" to which the "written contract
requiring insurance" applies. The person or
organization does not qualify as an
additional insured with respect to injury or
damage caused in whole or in part by
independent negligent acts or omissions of
such person or organization.
ANIC GL 1218 05 18 Page 1 of 3
JIF Alaska National
INSURANCE COMPANY
2. If the "written contract requiring insurance" contains
a specific requirement that you procure completed
operations coverage or coverage within the
"products -completed operations hazard" for the
additional insured, then the insurance provided to
the additional insured covers "bodily injury" or
"property damage" that occurs within the "products -
completed operations hazard" at the level specified
in Paragraph 1.d.(1), 1.d.(2), or 1.d.(3), whichever
applies. However, even if completed operations
coverage or coverage within the "products -
completed operations hazard" is required by the
"written contract requiring insurance", such
coverage is available to the additional insured only
if the "bodily injury" or "property damage" occurs
prior to the end of the time period during which you
are required by the "written contract requiring
insurance" to provide such coverage or the
expiration date of the policy, whichever comes first.
3. The insurance provided to the additional insured by
this endorsement is limited as follows:
a. If the Limits of Insurance of this Coverage Part
shown in the Declarations exceed the
minimum limits of liability required by the
"written contract requiring insurance", the
insurance provided to the additional insured
will be limited to such minimum required limits
of liability. For the purposes of determining
whether this limitation applies, the minimum
limits of liability required by the "written
contract requiring insurance" will be considered
to include the minimum limits of liability of any
Umbrella or Excess liability coverage required
for the additional insured by that "written
contract requiring insurance". This
endorsement will not increase the limits of
insurance described in Section III — Limits Of
Insurance.
(1) The preparing, approving, or failing to
prepare or approve, maps, shop drawings,
opinions, reports, surveys, field orders or
change orders, or the preparing,
approving, or failing to prepare or approve,
drawings and specifications; and
(2) Supervisory, inspection, architectural or
engineering activities.
4. The insurance provided to the additional insured by
this endorsement is excess over any valid and
collectible other insurance, whether primary,
excess, contingent or on any other basis, that is
available to the additional insured. However, if the
"written contract requiring insurance" specifically
requires that this insurance apply on a primary
basis or a primary and non-contributory basis, this
insurance is primary to other insurance available to
the additional insured under which that person or
organization qualifies as a named insured, and we
will not share with that other insurance. But the
insurance provided to the additional insured by this
endorsement still is excess over any valid and
collectible other insurance, whether primary,
excess, contingent or on any other basis, that is
available to the additional insured when that
person or organization is an additional insured, or
is any other insured that does not qualify as a
named insured, under such other insurance.
5. As a condition of coverage provided to the
additional insured by this endorsement:
a. The additional insured must give us written
notice as soon as practicable of an
"occurrence" or an offense which may result in
a claim. To the extent possible, such notice
should include:
(1) How, when and where the "occurrence" or
b. The insurance provided to the additional offense took place;
insured does not apply to "bodily injury",
"property damage", or "personal and (2) The names and addresses of any injured
advertising injury" arising out of an architect's, persons and witnesses; and
engineer's, or surveyor's rendering of or failure
to render any professional services including: (3) The nature and location of any injury or
damage arising out of the "occurrence" or
offense.
ANIC GL 1218 05 18 Page 2 of 3
4ar Alaska National
INSURANCE COMPANY
b. If a claim is made or "suit" is brought against
the additional insured, the additional insured
must:
(1) Immediately record the specifics of the
claim or "suit' and the date received; and
(2) Notify us as soon as practicable.
The additional insured must see to it that we
receive written notice of the claim or "suit' as
soon as practicable.
c. The additional insured must immediately send
us copies of all legal papers received in
connection with the claim or "suit', cooperate
with us in the investigation or settlement of the
claim or defense against the "suit', and
otherwise comply with all policy conditions.
d. The additional insured must tender the defense
and indemnity of any claim or "suit' to any
provider of other insurance which would cover
the additional insured for a loss we cover
under this endorsement. However, this
condition does not affect whether the
insurance provided to the additional insured by
this endorsement is primary to other insurance
available to the additional insured which covers
that person or organization as a named
insured as described in Paragraph 3. above.
6. The following is added to the DEFINITIONS
Section:
"Written contract requiring insurance" means that
part of any written contract or agreement for
construction services under which you are required
to include a person or organization as an additional
insured on this Coverage Part, provided that the
"bodily injury" and "property damage" occurs, and
the "personal and advertising injury" is caused by
an offense committed, during the policy period and:
a. After the signing and execution of the contract
or agreement by you; and
b. While that part of the contract or agreement is
in effect.
This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date
issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is
required only when this endorsement is issued subsequent to commencement of the policy.
Endorsement Effective 4-1-2022 Policy No. 22D LS 11734
Insured Miles Sand & Gravel Endorsement No.
Countersigned By
Includes copyrighted material of the Insurance Services Office, Inc., with its permission.
ANIC GL 1218 05 18 Page 3 of 3
This page has been left blank intentionally.
Bond no. 023228229
PERFORMANCE AND PAYMENT BOND
S 348TH ST NHS PRESERVATION PROJECT
The City of Federal Way ("City") has awarded to Miles Resources, 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 Liberty Mutual Insurance Company ("Surety"), a corporation organized under the laws of the
State of Massachusetts 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 Eight Hundred Seven Thousand Seven Hundred and 00/100THS US Dollars
(S 807,700.00 ) 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
addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes
to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall
automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such
increased obligation.
This bond shall be signed by duly authorized officers and will only be accepted if accompanied by a fully
executed, original power of attorney for the office executing on behalf of the surety.
PRINCIP ." Miles Resources, LLC
Prin ature Date
� 0 t° � u.�✓IS rv✓
Printed Name
ITPV1Pr^AJ l�lavlaR�/
Title
SU ETY: Liberty Mutual Insurance �Company
"
�%. G� Gt�A;A�"
-d8l15/202'3:
uret Signature
c' Date,,,,, -
fs}
Jamie L. Marges
do
Printed Name
. L ;. o
tii IL
Attorney -in -Fact
�;e
Title
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
RFB-31 PROJECT #36241 / RFB #23-006
CFW RFB VERSION 2023-APR
LOCAL OFFICE/AGENT OF SURETY:
Propel Insurance
Name
1201 Pacific Ave, Suite 1000
Street Address
Tacoma, WA 98402
City, State, Zip
(253) 759-2200
Telephone
BOND NO.: 023228229
APPROVED AS TO FORM:
Ryan Call, City Attorney
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
RFB-32 PROJECT #36241 t RFB #23-006
CFW RFB VERSION 2023-APR
This Power of Attorney limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein stated.
r/i
Q)
Q)
c
cu
to
Z(1)
o�
mM
_a
M .rn
m9)
O i_
do
o�
M
(D N
a1 �
L
oS
E�
o rLa
a
= U
N C
>�
o D
Z U
- Liberty
Mutual.
SURETY
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Certificate No: 8207353-023049
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Aliceon A.
Kepner. Alvssa J. Lope/. Amber L.vnn Reese:. Amelia G Burrill. Annelies M. Richie. Brandon K. liu,h. Brent E. I leilcsen: Carley Espiritu: Christopher Kinyon:
C vnthia L. Jay. Dana Marie Brinklex- Diane M. Flarding. Donald 5hanklin. Jr . Eric A Zimmerman. Erica E. Mosley; Hnlli Albers: Jacoh 1'. Fladdock. James B.
Binder. Jamie L. Nlaryues. Julie R. Friuli: Justin Dean Price. Karl Michelle (\lotley: Katharine J Snider: Lindsev Elaine Jorgensen- Lois F. Weathers: tvlichael
Nlansticld. Nlisti M Webb, Sara Sophic Sellin: Tamara A. Ringciscli
all of the city of I acoma state of WA each individually if there be more than one named, its true and lawful attorney -in -fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 17th day of February , 2022
Liberty Mutual Insurance Company
1NSU,p �tv INS& 1NsU p The Ohio Casualty Insurance Company
J P�owPORgro4ym �`�r°oaPORgT�o yC+ C,P? opPORq'oym West American Insurance Company
1912 c) 0 1919 0 2 1991
o s o
dj11sS4 CHU`��raa as `(s �NOIANP' ,da3'� Li
a�� �� �yl �� �M t� By' �^ �—
David M. Carey, Assistant Secretary Cr J
State of PENNSYLVANIA 5
County of MONTGOMERY o E
On this 17th day of February , 2022 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
therein contained by signing on behalf of the corporations by himself as a duly authorized officer. @�
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and yearfirst above written.
P PAS
Q�y �ouwp r�! Commonwvanh of Pennsylvania - Notary Seal
of 4i Teresa Paslella, Notary Public
OF Montgomery County /! I��fV
My commission expires March 28, 2025 By: [�!/I,LJ
�Q Commission number 1126044 jm//eresa Paslella, Notary Public
YLJQ ,N Member Pennsylvania Association of Notaries
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV — OFFICERS: Section 12. Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations. , , r ,
Authorization — By unanimous consent of the Company's Board of Directors.M 4ghtpA6166489p 'that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attor t �mpa�yk Connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed. O 4.1. -
�• Grc
I, Renee C Llewellyn, the undersigned, Assistant Secretary, The Ohio•cpuiilt surance CompA ; Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing1s b4ull, true and p1t copy ofdhwpower of Attorney executed by said Companies, is in full force and effect and
has not been revoked 7 ;
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the *ls,oA2d Compani . th_is %i5th day of August 2023
"' ,eCN, . -
1NSU,4 �1'4 INS& a,1NS4.0
0 PORq?94. `JJP40µPORgr
=1912� o o �1919� �19910 -
�,(.(ty�
r V S <• 3' Z =� go-`' yo, a 3 By:
dam,& e* 5 Ada h.,MP�a roRN *ada Renee C. Llewellyn, Assistant Secretary
LMS-12873 LMIC OCIC WAIC Multi Cc 02/21
A �,
O -r0
EE
o ay
Q o
00
� N
3 °O
O sty l
�00
`oo
�CO
r= CO
(t1 —
a f0
� U
o En
`o
AUTHORIZATION TO ACT ON BEHALF OF
MILES RESOURCES, LLC
A WASHINGTON LIMITED LIABILITY COMPANY
WHEREAS, Miles Resources, LLC (the "Company") is a Washington limited liability company
organized for purposes of (among other things) managing and operating business assets used in connection
with the Company's construction, paving and related activities;
WHEREAS, all authority to operate the business and affairs of the Company is vested in one or
more mangers, and the managers of the company are Walt Miles, Lisa Kittilsby, and Tim Kittilsby
(hereinafter the "Managers"),
WHEREAS, the Mangers of the company intend to delegate certain authority relating to the day-
to-day operations of the company to the individuals identified below;
NOW THEREFORE, be it resolved as follows:
RESOLVED, that the Managers hereby delegate a portion of their authority to the "Operations
Managers: ofthe Company named below;
RESOLVED, that each of the Operations Managers, acting individually, shall have the power and
authority to manage the day-to-day business of the company, Without limiting the generality of the
foregoing, the Operations Managers shall have the power and authority to negotiate and enter into contracts
on behalf of the Company, sign documents relating to such contracts, and to engage in any other acts
related to the Company's day-to-day operations;
For the purpose of execution of the Authorization, a facsimile or electronically scanned signature
shall have the same force and effect as an original signature. This Agreement may be executed in one or
more counterparts, all of which shall be considered one and the same Agreement_
SIGNED and EFFECTIVE this IS' day of June, 2023
MILES RESOURCES, LLC
By: Walt Miles
Its: Manager and Member
i
/V
By; Lisa Kttulsby
its: Manager and M cr
By: Tim Kittilsby
Its: Manager
OPERATIONS MANAGERS
Josephr1m,"anage
rison
Gene
Cheryl Rat d
Control) Operations Man
;���
7/25/23, 3:14 PM Corporations and Charities System
BUSINESS INFORMATION
Business Name:
MILES RESOURCES LLC
UBI Number:
602 870 349
Business Type:
WA LIMITED LIABILITY COMPANY
Business Status:
ACTIVE
Principal Office Street Address:
400 VALLEY AVE NE, PUYALLUP, WA, 98372-2516, UNITED STATES
Principal Office Mailing Address:
400 VALLEY AVE NE, PUYALLUP, WA, 98372-2516, UNITED STATES
Expiration Date:
10/31/2024
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
10/06/2008
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
CONSTRUCTION
REGISTERED AGENT INFORMATION
Registered Agent Name:
TIMOTHY KITTILSBY
Street Address:
400 VALLEY AVE NE, PUYALLUP, WA, 98372-2516, UNITED STATES
Mailing Address:
400 VALLEY AVE NE, PUYALLUP, WA, 98372-2516, UNITED STATES
GOVERNORS
Title
GOVERNOR
GOVERNOR
GOVERNOR
Governors Type
INDIVIDUAL
INDIVIDUAL
INDIVIDUAL
Entity Name First Name
TIM
LISA
WALT
Last Name
KITTILSBY
KITTILSBY
MILES
https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1 /1
7/25/23, 3:13 PM Washington State Department of Revenue
Washington State Department of Revenue
< Business Lookup
License Information:
Entity name: MILES RESOURCES LLC
Business
MILES RESOURCES
name:
Entity type:
Limited Liability Company
UBI #:
602-870-349
Business ID:
001
Location ID:
0001
Location:
Active
Location address: 400 VALLEY AVE NE
PUYALLUP WA 98372-2516
Mailing address: 400 VALLEY AVE NE
PUYALLUP WA 98372-2516
Excise tax and reseller permit status: Click here
Secretary of State status:
Endorsements
Click here
Page 1 of 3
Filter
v
New search Back to results
hftps://secure.dor.wa.gov/gteunauth/—,/#3 1/4
7/25/23, 3:13 PM Washington State Department of Revenue
Endorsements held z License # Count Details Status Expiratior First issua
Resident
Federal Way 09-10441 Active Oct-31-2( Nov-13-2
General Business -
Non -Resident
Fife General Active Oct-31-2( Nov-13-2
Business - Non -
Resident
Fircrest General Active Oct-31-2( Dec-02-21
Business - Non -
Resident
Gig Harbor Active Oct-31-2( Nov-18-2
General Business -
Non -Resident
Kirkland General OBL2945, Active Oct-31-2( Feb-28-2(
Business - Non -
Resident
Governing People May include governing people not registered with Secretary of State
Governing people Title
KITTILSBY, LISA
KITTILSBY, TIM
MILES, WALT
Registered Trade Names
Registered trade names Status First issued
MILES RESOURCES Active Mar-04-2015
https:Hsecure.dor.wa.gov/gteunauth/—t#3
3/4
Department of Labor and Industries
PO Box 44450
Olympia, WA 985044450
MILES RESOURCES LLC
Reg: CC MILESRL897RK
UBI: 602-870-349
Registered as provided by Law as:
Construction Contractor
(CCO l) - GENERAL
4bB
MILES RESOURCES LLC Effective Date: 12/12/2011
400 VALLEY AVE NE Expiration Date: 12/12/2023
PUYALLUP WA 98372
APPENDIX A
INTRODUCTION TO THE SPECIAL PROVISIONS
(December 10, 2020 APWA GSP)
The work on this project shall be accomplished in accordance with the Standard Specifications
for Road, Bridge and Municipal Construction, 2023 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:
• 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
• 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 S 348TH ST NHS PRESERVATION
SPA PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995 WSDOT GSP)
This Contract provides for the improvement of the S 348th St NHS Preservation Project
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 S 348TH ST NHS PRESERVATION
SP-2 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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 S 348TH ST NHS PRESERVATION
SP-3 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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
Sets
Basis of Distribution
Reduced Plans (11" x 17")
1
Furnished automatically upon award.
Contract Provisions
1
Furnished automatically upon award.
Large Plans (e.g., 22" x 34")
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)
1-02.4(1) General
(December 30, 2022 APWA GSP Option B)
The first sentence of the ninth paragraph, beginning with "Prospective Bidder desiring...
is revised to read:
Prospective Bidders desiring an explanation or interpretation of the Bid Documents,
shall request the explanation or interpretation in writing by close of business 3
business days preceding the bid opening to allow a written reply to reach all
prospective Bidders before the submission of their Bids.
1-02.6 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
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-4 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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
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.
(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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-5 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Add the following new section:
1-02.60) 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 Deposit
(March 8, 2013 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency -assigned number for the project;
2. Name of the project;
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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-6 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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 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
Information" added, or
2. By e-mail to the following e-mail address:
as for the Proposal, with "Supplemental
Jeff. Huynh cityoffederalway.com
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 Supplementing Proposal
(July 23, 2015 APWA GSP)
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-7 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
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
(December 30, 2022 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 (WSDOT
Form 271-015), if applicable, as required in Section 1-02.6;
h. The Bidder fails to submit or properly complete a Disadvantaged Business
Enterprise Certification (WSDOT Form 272-056), if applicable, as required in
Section 1-02.6;
i. The Bidder fails to submit Written Confirmations (WSDOT Form 422-031) 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;
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-8 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
k. The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272-054), 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 (WSDOT Form 272-058),
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;
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
Federal government.
CITY OF FEDERAL WAY
shall not currently be debarred or suspended by the
S 348TH ST NHS PRESERVATION
SP-9 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
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 Retainage 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;
• Awritten 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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-10 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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
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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-11 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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
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
(December 30, 2022 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.
1-03.10) Identical Bid Totals
(December 30, 2022 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 Proposal. If those percentages are also exactly equal, then the tie -breaker will be
determined by drawing as follows: Two or more slips of paper will be marked as follows:
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-12 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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 a proposed 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)
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 10 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
VI I I 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);
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-13 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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 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
(December 30, 2022 APWA GSP)
Revise this section to read:
All decisions 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 SCOPE OF THE WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and
Addenda
(December 30, 2022 APWA GSP)
Revise the second paragraph to read:
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-14 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Contract,
2. Change Orders, with those of a later date taking precedence of those of an
earlier date,
3. Addenda, with those of a later date taking precedence of those of an earlier date,
4. Proposal Form,
5. Special Provisions,
6. Contract Plans,
7. Standard Specifications,
8. Contracting Agency's Standard Plans or Details (if any), and
9. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
1-04.4 Changes
(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
1-05.4 Conformity With and Deviations from Plans and Stakes
(January 13, 2021 WSDOT GSP, OPTION 2)
Section 1-05.4 is supplemented with the following:
Contractor Surveying — Roadway
The Contracting Agency has provided primary survey control in the Plans.
The Contractor shall be responsible for setting, maintaining, and resetting all alignment
stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage,
surfacing, paving, channelization and pavement marking, illumination and signals,
guardrails and barriers, and signing. Except for the survey control data to be furnished by
the Contracting Agency, calculations, surveying, and measuring required for setting and
maintaining the necessary lines and grades shall be the Contractor's responsibility.
The Contractor shall inform the Engineer when monuments are discovered that were not
identified in the Plans and construction activity may disturb or damage the monuments.
All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the
length of the project or be replaced at the Contractors expense.
Detailed survey records shall be maintained, including a description of the work performed
on each shift, the methods utilized, and the control points used. The record shall be
adequate to allow the survey to be reproduced. A copy of each day's record shall be
provided to the Engineer within three working days after the end of the shift.
The meaning of words and terms used in this provision shall be as listed in "Definitions of
Surveying and Associated Terms" current edition, published by the American Congress on
Surveying and Mapping and the American Society of Civil Engineers.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-15 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
The survey work shall include but not be limited to the following:
1. Verify the primary horizontal and vertical control furnished by the Contracting
Agency, and expand into secondary control by adding stakes and hubs as well as
additional survey control needed for the project. Provide descriptions of secondary
control to the Contracting Agency. The description shall include coordinates and
elevations of all secondary control points.
2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on
centerline or on offsets to centerline at all curve points (PCs, PTs, and Pls) and at
points on the alignments spaced no further than 50 feet.
3. Establish clearing limits, placing stakes at all angle points and at intermediate
points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet
beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown
in the Plans.
4. Establish grading limits, placing slope stakes at centerline increments not more
than 50 feet apart. Establish offset reference to all slope stakes. If Global
Positioning Satellite (GPS) Machine Controls are used to provide grade control,
then slope stakes may be omitted at the discretion of the Contractor
5. Establish the horizontal and vertical location of all drainage features, placing offset
stakes to all drainage structures and to pipes at a horizontal interval not greater
than 25 feet.
6. Establish roadbed and surfacing elevations by placing stakes at the top of
subgrade and at the top of each course of surfacing. Subgrade and surfacing
stakes shall be set at horizontal intervals not greater than 50 feet in tangent
sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-foot
intervals in intersection radii with a radius less than 10 feet. Transversely, stakes
shall be placed at all locations where the roadway slope changes and at additional
points such that the transverse spacing of stakes is not more than 12 feet. If GPS
Machine Controls are used to provide grade control, then roadbed and surfacing
stakes may be omitted at the discretion of the Contractor.
7. Establish intermediate elevation benchmarks as needed to check work throughout
the project.
8. Provide references for paving pins at 25-foot intervals or provide simultaneous
surveying to establish location and elevation of paving pins as they are being
placed.
9. For all other types of construction included in this provision, (including but not
limited to channelization and pavement marking, illumination and signals,
guardrails and barriers, and signing) provide staking and layout as necessary to
adequately locate, construct, and check the specific construction activity.
10. Contractor shall determine if changes are needed to the profiles or roadway
sections shown in the Contract Plans in order to achieve proper smoothness and
drainage where matching into existing features, such as a smooth transition from
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-16 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
new pavement to existing pavement. The Contractor shall submit these changes
to the Engineer for review and approval 10 days prior to the beginning of work.
The Contractor shall provide the Contracting Agency copies of any calculations and
staking data when requested by the Engineer.
The Contractor shall ensure a surveying accuracy within the following tolerances:
Vertical Horizontal
Slope stakes ±0.10 feet ±0.10 feet
Subgrade grade stakes set
0.04 feet below grade ±0.01 feet ±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
Stationing on roadway N/A
±0.1 feet
Alignment on roadway N/A
±0.04 feet
Surfacing grade stakes ±0.01 feet
±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
Roadway paving pins for
surfacing or paving ±0.01 feet ±0.2 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
The Contracting Agency may spot-check the Contractor's surveying. These spot-checks
will not change the requirements for normal checking by the Contractor.
When staking roadway alignment and stationing, the Contractor shall perform
independent checks from different secondary control to ensure that the points staked are
within the specified survey accuracy tolerances.
The Contractor shall calculate coordinates for the alignment. The Contracting Agency will
verify these coordinates prior to issuing approval to the Contractor for commencing with
the work. The Contracting Agency will require up to seven calendar days from the date
the data is received.
Contract work to be performed using contractor -provided stakes shall not begin until the
stakes are approved by the Contracting Agency. Such approval shall not relieve the
Contractor of responsibility for the accuracy of the stakes.
Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are
needed that are not described in the Plans, then those stakes shall be marked, at no
additional cost to the Contracting Agency as ordered by the Engineer.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-17 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Payment
Payment will be made for the following bid item when included in the proposal:
"Roadway Surveying", lump sum.
The lump sum contract price for "Roadway Surveying" shall be full pay for all labor,
equipment, materials, and supervision utilized to perform the Work specified, including
any resurveying, checking, correction of errors, replacement of missing or damaged
stakes, and coordination efforts.
(March 9, 2023, WSDOT GSP, OPTION 4)
Section 1-05.4 is supplemented with the following:
Contractor Surveying - ADA Features
ADA Feature Staking Requirements
The Contractor shall be responsible for setting, maintaining, and resetting all
alignment stakes, and grades necessary for the construction of the ADA features.
Calculations, surveying, and measuring required for setting and maintaining the
necessary lines and grades shall be the Contractor's responsibility. The Contractor
shall build the ADA features within the specifications in the Standard Plans and
contract documents.
ADA Feature Contract Compliance
The Contractor shall be responsible for completing measurements to verify all ADA
features comply with the Contract in the presence of the Engineer.
ADA Feature As -Built Measurements
The Contractor shall be responsible for providing the latitude and longitude of each
ADAfeature as indicated on the ADA Inspection Form(s) (WSDOT Form 224-020).
The completed ADA Inspection Form(s) (WSDOT Form 224-020) shall be
submitted as a Type 3 Working Drawing and transmitted to the Engineer within 30
calendar days of completing the ADA feature. After acceptance, the Contracting
Agency will submit the final form(s) to the WSDOT ADA Steward.
Payment
Payment will be made for the following bid item that is included in the Proposal:
"ADA Features Surveying", lump sum.
The lump sum Contract price for "ADA Features Surveying" shall be full pay for all the
Work as specified.
In the instance where an ADA feature does not meet accessibility requirements, all work
to replace non -compliant work and then to measure, record the as -built measurements,
and transmit the electronic forms to the Engineer shall be completed at no additional cost
to the Contracting Agency.
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
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-18 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
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 Operational 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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-19 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
interruption, the work necessary to reach Substantial and Physical Completion. The
Contractor shall provide the Engineer with a revised schedule indicating when the
Contractor expects to reach substantial and physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial
Completion Date and the Contractor considers the work physically complete and ready for
final inspection.
1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final
inspection, the Contractor by written notice, shall request the Engineer to schedule a final
inspection. The Engineer will set a date for final inspection. The Engineer and the
Contractor will then make a final inspection and the Engineer will notify the Contractor in
writing of all particulars in which the final inspection reveals the work incomplete or
unacceptable. The Contractor shall immediately 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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-20 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
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:
• 2023 Asphalt Overlay
1-05.15 Method of Serving Notices
(December 30, 2022 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 e-
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.
1-05.17 As -Built Survey and Record Drawings
(March 22, 2023 CFW GSP)
Section 1-05.17 is a new section:
As -Built Survey
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-21 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
After construction has been completed the Contractor shall perform an as -built survey and
provide the information (including point files) in a format compatible with AutoCAD 2019
or later version file to the Engineer.
The applicable tolerance limits for the as -built survey include, but are not limited to the
following:
Vertical
Horizontal
As -built sanitary & storm invert and grate
± 0.01 foot
± 0.01 foot
elevations
As -built monumentation
± 0.001 foot
± 0.001 foot
As -built waterlines, inverts, valves,
± 0.10 foot
± 0.10 foot
hydrants
As -built ponds/swales/water features
± 0.10 foot
± 0.10 foot
As -built buildings (fin. Floor elev.)
± 0.01 foot
± 0.10 foot
As -built gas lines, power, TV, Tel, Com
± 0.10 foot
± 0.10 foot
As -built signs, signals, etc.
N/A
± 0.10 foot
This as -built survey shall consist of the following:
• Survey of rim elevation, sump elevations, and invert elevations of all storm
drainage structures installed, modified or left in place within the limits of this
contract. Storm pipe diameter and material; drainage structure type, size, lid type
(solid cover or grate, standard or heavy duty), and lid shape; model No. of CB
water quality treatment inserts installed, flowline of open channel conveyance
systems at 50-foot max. intervals, and retaining wall footing drains, including
cleanouts.
• Survey of all monuments shown on the plans or discovered within the project limits.
City of Federal Way Monument Record forms shall be completed by a Professional
Land Surveyor and submitted to the Project Engineer for each monument.
• Finished grade shots on all utility appurtenances within the limits of this contract,
including, but not limited to vaults, handholes, valves, fire hydrants, water meters,
junction boxes, signal poles, etc. Appurtenances with round covers should have
one survey shot in the center of the manhole or valve cover, or at the center of the
fire hydrant. Utility handholes and boxes shall have two shots on opposite corners
of the cover.
• Final curb elevations, with a minimum of 8 shots at each curb return. Also, final
shots along all curb and gutter, block curb, integral curb and extruded curb installed
in this contract (at flowline of the curbs).
• Final elevations at the front and back of walk throughout the project limits.
• Final wall elevations at the face and top of all walls installed in this contract.
• Shots of all signs, trees, illumination and signal equipment installed as part of this
contract.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-22 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
• Shots to delineate all channelization installed in this contract.
Record Drawings
Throughout construction, the Contractor shall be responsible for tracking all relevant field
changes to the approved construction drawings. These changes shall be clearly identified
in red ink in a comprehensive manner on one set of full size Plans. These Record Drawing
shall be kept separate from other Plan sheets, and shall be clearly marked as Record
Drawings. The Record Drawings shall be kept on site, and shall be available for review
by the Contracting Agency at all times. The Contractor shall bring the Record Drawings
to each progress meeting for review.
Upon completion of construction, the Contractor shall submit to the City a clean set of
marked -up drawings in electronic PDF format that are signed and certified by the
Contractor or their surveyor. The Certification on each page of the record drawings shall
state that said drawings are an accurate depiction of built conditions. City acceptance of
the Record Drawings is one of the requirements for achieving Physical Completion.
The certified Record Drawings shall, at a minimum, consist of the following:
• Existing or abandoned utilities that were encountered during construction that were
not shown on the approved construction drawings.
Accurate locations of storm drainage (including invert elevations), sanitary sewer,
water mains and other water appurtenances, structures, conduits, light standards,
vaults, width of roadways, sidewalks, landscaping areas, channelization and
pavement markings, etc. Record drawings shall reflect actual dimensions,
arrangement, and materials used when different than shown in the Plans. As -built
survey information shall be used to confirm information shown on record drawings.
• Changes made by Change Order or Field Directive
• Changes made by the Contractor as approved by the Engineer.
• Pothole information gathered by the Contractor.
Payment
"As -Built Survey and Record Drawings", lump sum.
The lump sum contract price for "As -Built Survey and Record Drawings " shall be full pay
for all labor, equipment, materials, and supervision utilized to perform the work specified,
including any surveying, checking, correction of errors, preparation of record drawings,
and coordination efforts. Payment will be made after AutoCad files and record drawings
are submitted to and approved by the City. No partial payments will be made.
1-06 CONTROL OF MATERIAL
Section 1-06 is supplemented with the following:
Buy America
(August 6, 2012, WSDOT GSP, OPTION 1(A))
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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-23 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-24 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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
Engineer, or such other form the Contractor chooses, provided it contains the same
information as DOT Form 350-109EF.
Build America/Buy America
(October 5, 2022, WSDOT GSP, OPTION 2(A))
General Requirements
In accordance with Division G, Title IX — Build America, buy America Act (BABA), of Public
Law 117-58 (Infrastructure Investment and Jobs Act), the following materials must be
American -made:
All steel and iron used in the project are produced in the United States. This
means all manufacturing processes, from the initial melting stage through the
application of coatings, occurred in the United States.
2. All manufactured products used in the project are produced in the United
States. This means the manufactured product was manufactured in the United
States, and the cost of the components of the manufactured product that are
mined, produced, or manufactured in the United States is greater than 55
percent of the total cost of all components of the manufactured product, unless
another standard for determining the minimum amount of domestic content of
the manufactured product has been established under applicable law or
regulation.
3. All construction materials are manufactured in the United States. This means
that all manufacturing processes for the construction material occurred in the
United States.
An article, material, or supply will be classified in one of three categories: 1) Steel and
Iron, 2) Manufactured Product or 3) Construction Material. Only a single category will
apply to an item and be subject to the requirements of the BABA requirements of that
category. Some contract items are composed of multiple parts that may fall into different
categories. Individual components will be categorized as a construction material,
manufactured product, or steel and iron based on their composition when they arrive at
the staging area or work site.
Definitions
1. Construction material: Defined as any article, material, or supply brought to the
construction site for incorporation into the final product. Construction materials include
an article, material, or supply that is or consists primarily of:
a. Non-ferrous metals;
b. Plastic and polymer -based products (including polyvinylchloride, composite
building materials, and polymers used in fiber optic cables);
c. Glass (including optic glass);
d. Lumber; or
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-25 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
e. Drywall.
Construction Materials do not include items of primarily iron or steel; manufactured
products; cement and cementitious materials; aggregates such as stone, sand, or
gravel; or aggregate binding agents or additives.
2. Manufactured Product: A Manufactured product includes any item produced as a result
of the manufacturing process. Items that consist of two or more of the listed
construction materials that have been combined together through a manufacturing
process, and items that include at least one of the listed materials combined with a
material that is not listed through a manufacturing process, should be treated as
manufactured products, rather than as construction materials.
3. Manufactured in the United States: A construction material will be considered as
manufactured in the United States if all manufacturing processes have occurred in the
United States.
4. Structural Steel: Defined as all structural steel products included in the project.
5. United States: To further define the coverage, a domestic product is a manufactured
steel construction 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.
Steel and Iron Requirements
Major quantities of steel and iron construction materials that are permanently incorporated
into the project shall consist of American -made materials only. BABA requirements do not
apply to temporary steel or iron items, e.g., temporary sheet piling, temporary bridges,
steel scaffolding and falsework.
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.
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 BABA requirements. Additionally, products manufactured
domestically from foreign source steel billets or iron ingots do not conform to the BABA
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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-26 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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, BABA requirements do not apply to raw materials (iron ore
and alloys), scrap (recycled steel or iron), and pig iron ore processed, pelletized, and
reduced iron ore.
The following are considered to be steel manufacturing processes:
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 WSDOT Form 350-109EF provided by the
Engineer, or such other form the Contractor chooses, provided it contains the same
information as WSDOT Form 350-109EF.
Manufactured Products
Due to a nationwide waiver, BABA requirements do not apply to manufactured products.
Construction Material Requirements
A Contractor provided certificate of materials origin will be required before each progress
estimate or payment. The Contractor will not receive payment until the certification is
received by the Engineer. The Contractor shall certify that all construction materials
installed during the current progress estimate period meets the Build America, Buy
America Act. The certification shall be on WSDOT Form 350-110EF provided by the
Engineer, or such other form the Contractor chooses, provided it contains the same
information as WSDOT Form 350-110EF.
1-06.6 Recycled Materials
(January 4, 2016 APWA GSP)
Delete this section, including its subsections, and replace it with the following:
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-27 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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 PUBLIC
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)
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).
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-28 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
1-07.2 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.
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.
1-07.20) 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,
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-29 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
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 Wages
1-07.90) General
(January 9, 2023 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.
WA20230001.
The State rates incorporated in this contract are applicable to all construction activities
associated with this contract.
1-07.9(5)A Required Documents
(December 30, 2022 APWA GSP)
This section is revised to read as follows:
All Statements of Intent to Pay Prevailing Wages, Affidavits of Wages Paid and
Certified Payrolls, including a signed Statement of Compliance for Federal -aid
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-30 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
projects, shall be submitted to the Engineer and to the State L&I online Prevailing
Wage Intent & Affidavit (PWIA) system.
1-07.11 Requirements for Nondiscrimination
(October 3, 2022 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.
Richland, WA:
SMSA Counties:
Richland Kennewick, WA
WA Benton; WA Franklin.
Non-SMSA Counties
WA Walla Walla.
Yakima, WA:
SMSA Counties:
Yakima, WA
WAYakima.
Non-SMSA Counties
WA Chelan; WA Douglas;
5.4
3.6
9.7
7.2
WA Grant; WA Kittitas; WA Okanogan.
Seattle, WA:
SMSA Counties:
Seattle Everett, WA
WA King; WA Snohomish.
Tacoma, WA
WA Pierce.
7.2
6.2
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-31 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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 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
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)
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-32 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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 means the Federal Social Security
number used on the Employer's Quarterly Federal Tax Return, U. S.
Treasury Department Form 941;
d. Minority includes:
(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.
(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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-33 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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 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.
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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-34 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
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; 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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-35 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
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).
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-36 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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
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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-37 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
http://www.wsdot.wa.gov/equalopportunity/defauIt.htm
(October 3, 2022)
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 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:
https://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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-38 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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
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: ***14%***
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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-39 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
DBE participation is only credited upon payment to the DBE.
The following are some definitions of what may be counted as DBE participation.
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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-40 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
credited as DBE participation, if the fee/commission is determined by the
Contracting Agency to be reasonable and the firm has performed a CUF.
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 S 348T" ST NHS PRESERVATION
SP-41 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-42 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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:
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.
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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-43 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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 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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-44 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-45 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
1. 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 maybe 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
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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-46 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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
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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-47 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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
Ajoint 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
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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-48 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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
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.
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-49 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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:
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.
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-50 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
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 Agency Inspection
(July 25, 2022 WSDOT GSP, OPT 1)
Section 1-07.12 is supplemented with the following:
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273)
Revised July 5, 2022 and the amendments thereto supersede any conflicting provisions
of the Standard Specifications and are made a part of this Contract; provided, however,
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-51 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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
(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: Katie Dierick
Katie. Dierick@pse.com
Cell: (253) 268-6331
Lumen
Attn: Tanaiya Anderson
23315 66th Ave S
Kent, WA 98032
Tanaiya.Anderson@lumen.com
Telephone: (253) 313-8961
Comcast
Attn: Kyle Kinney
410 Valley Ave NW
Puyallup, WA 98371
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-52 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Kyle_Kinney@comcast.com
Telephone: (253) 293-3838
Lakehaven Water & Sewer District
Attn: Naveen Chandra, P.E.
AT&T
31623 1st Avenue S
Attn: Steve Duppenthaler
Federal Way, WA 98063-4249
11241 Willows Rd NE, #130
NChandra@lakehaven.org
Redmond, WA 98052
Telephone: (253) 946-5440
Telephone: (425)286-3822
Cell: (206) 966-8185
City of FW IT Dept (City Fiber)
Zayo
Attn: Thomas Fichtner
Attn: Jason Tesdal
33325 8th Ave S
4905 Pacific Hwy E, Suite 4
Federal Way, WA 98003
Fife, WA 98424
Telephone: (253) 835-2547
Jason.Tesdal@zayo.com
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
South King Fire & Rescue
Seattle, WA 98134
31617 1 st Ave S
Telephone: (206) 684-2785
Federal Way, WA 98003
Telephone: (253) 946-7253
City of Federal Way Police
33325 8th Ave S
Federal Way School District
Federal Way, WA 98003
Attn: Transportation Department
Telephone: (253) 835-6701
1211 S. 332nd St
(for officer traffic control scheduling)
Federal Way, WA 98003
Telephone: (253) 835-6767
Telephone: (253) 945-5960
(for traffic / road cosure issues)
(October 3, 2022 WSDOT GSP, OPTION 2)
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.
Public and private utilities, or their Contractors, will furnish all work necessary to adjust,
relocate, replace, or construct their facilities unless otherwise provided for in the Plans or
these Special Provisions. Such adjustment, relocation, replacement, or construction will be
done during the prosecution of the work for this project. It is anticipated that utility adjustment,
relocation, replacement or construction within the project limits will be completed as follows:
• LIST SPECIFIC UTILITY WORK TO TAKE PLACE DURING CONSTRUCTION.
INCLUDE DESCRIPTION, LOCATION, AND DURATION.
• Any other relocations, replacements, or adjustments as necessary
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-53 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all
affected subcontractors, and all utility owners and their Contractors prior to beginning onsite
work.
The following addresses and telephone numbers of utility companies or their Contractors that
will be adjusting, relocating, replacing or constructing utilities within the project limits are
supplied for the Contractor's use:
• See contact info listed in Section 1-07.17, Option 1
The Contractor shall:
Provide franchise utilities with a minimum two -week advance notice to facilitate
scheduling for their crews. Work will be completed by utilities after the area has been
prepared by the City's contractor, including excavation and staking of appurtenant
facilities such as right-of-way & back of sidewalk (line & grade).
The Contractor shall coordinate scheduling of utility work with the utility companies
involved and incorporate that work into the project schedule.
INCLUDE DETAILS OF ANY ADDITIONAL REQUIREMENTS (ADVANCE
NOTIFICATIONS, COORDINATION DETAILS, ETC.)
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
(December 30, 2022 APWA GSP)
1-07.180) 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-: VI 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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-54 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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
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
■ Consultant hired by the Contracting Agency for 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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-55 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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 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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-56 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
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 offence
$1,000,000 Stop Gap / Employers' Liability each accident
(August 27, 2021 CFW GSP)
The Commercial General Liability minimum coverage limit, per each occurrence shown in
Section 1-07.18(5)A of the APWA Special Provision included herein is modified as follows:
The minimum limit for Commercial General Liability Insurance, per each
occurrence shall be $2,000,000.
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:
$1,000,000 Combined 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)D Excess or Umbrella Liability
(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 Liabilitv
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-57 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
(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.
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
Construction Under Traffic
(February 6, 2023 WSDOT GSP, OPTION 5)
Lane, ramp, shoulder, and roadway closures are subject to the following restrictions:
Lane closures on S 348th St between 9th Ave S and Pacific Hwy S may only occur
between the hours of 8:30 AM and 3:30 PM for curb ramp replacements. All other
work, may only occur between the hours of 8:00 PM and 5:00 AM.
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. Exceptions to these restrictions are listed below and when applicable take
precedence over closures listed above. The Engineer may also consider on a case -by -case basis
additional exceptions following a written request by the Contractor.
Lane, ramp, shoulder, and roadway 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.
5. The two-hour period prior to and the two-hour period after the following special events:
*** New Year's Day, Martin Luther King, Jr. Day, President's Day, Memorial Day,
Juneteenth, Independence Day, Labor Day, Veterans Day, Thanksgiving Day,
Christmas Day. ***
It shall be the Contractor's responsibility to obtain the dates and times of all events.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-58 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Traffic Delays
When Automated Flagger Assistance Devices (AFADs) or flaggers are used to
control traffic, traffic shall not be stopped for more than two minutes at any time.
All traffic congestion shall be allowed to clear before traffic is delayed again.
If the delay becomes greater than two minutes, the Contractor shall immediately
begin to take action to cease the operations that are causing the delays. If the two
minute delay limit has been exceeded, as determined by the Engineer, the
Contractor shall provide to the Engineer, a written proposal to revise his work
operations to meet the two minute limit. This proposal shall be accepted by the
Engineer prior to resuming any work requiring traffic control.
There shall be no delay to medical, fire, or other emergency vehicles. The
Contractor shall alert all flaggers and personnel of this requirement.
General Restrictions
Construction vehicles using a closed traffic lane shall travel only in the normal
direction of traffic flow unless expressly allowed in an accepted traffic control plan.
Construction vehicles shall be equipped with flashing or rotating amber lights.
No two consecutive on -ramps, off -ramps, or intersections shall be closed at the
same time and only one ramp at an interchange shall be closed, unless specifically
shown in the Plans.
Roads or ramps that are designated as part of a detour shall not be closed or
restricted during the implementation of that detour, unless specifically shown in the
Plans.
Controlled Access
No special access or egress shall be allowed by the Contractor other than normal
legal movements or as shown in the Plans.
Contractor's vehicles of 10,000 GVW or greater shall not exit or enter a lane open
to public traffic except as follows:
Egress and ingress shall only occur during the hours of allowable lane
closures, and:
1. For exiting an open lane of traffic, by decelerating in a lane that is
closed during the allowable hours for lane closures.
2. For entering an open lane of traffic, by accelerating in a closed lane
during the allowable hours for lane closures.
Traffic control vehicles are excluded from the gross vehicle weight requirement. If
placing construction signs will restrict traveled lanes, then the work will be
permitted during the hours of allowable lane closures.
Advance Notification
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-59 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
The Contractor shall notify the Engineer in writing of any traffic impacts related to
lane closure, shoulder closure, sidewalk closure, or any combination for the week
by 12:00 p.m. (noon) Wednesday the week prior to the stated impacts.
The Contractor shall notify the Engineer in writing ten working days in advance of
any traffic impacts related to full roadway closure, ramp closure, or both.
The Contractor shall notify the Engineer in writing of any changes to the stated
traffic impacts a minimum of 48 hours prior to the traffic impacts.
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 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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-60 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
1-07.29 Coordination with Transit Agencies
(December 1, 2021 CFW GSP)
Section 1-07.29 is added:
The Contractor is required to coordinate with impacted transit agencies. King County
Metro and/or Pierce Transit personnel will remove and reinstall all existing bus stop signs
and supports within the project limits. A copy of all communications between the
contractor and transit agencies shall be forwarded to the City of Federal Way.
King County Metro: King County should be notified in writing at
construction.coord@kingcounty.gov a minimum of five business days prior to starting any
work impacting bus stops, a temporary lane or road closure. Work requiring removing a
bus shelter or sign requires notification in writing a minimum of 30 business days.
Pierce Transit: Pierce Transit should be notified at (253)581-8130 to coordinate.
1-08 PROSECUTION AND PROGRESS
Add the following new section:
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
1-08.00) 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
3. A list of material sources for approval if applicable.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-61 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
1-08.0(2) 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).
Special Conditions
• Cement Concrete Work:
o Closure of one lane in both direction at a time and may occur from
Monday through Friday between 8:30 AM and 3:30 PM.
• All other Work:
o Lane closures may occur from Sunday night through Friday
morning between 8:00 PM and 5:00 AM.
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:
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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-62 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
1-08.1 Subcontracting
(December 30, 2022 APWA GSP, Option A)
Section 1-08.1 is supplemented with the following:
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 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 (WSDOT Form 421-012), and
2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid
Projects (WSDOT 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 Contractor's records pertaining to the requirements of this Special Provision shall be
open to inspection or audit by representatives of the Contracting Agency during the life of
the contract and for a period of not less than three years after the date of acceptance of the
contract. The Contractor shall retain these records for that period. The Contractor shall also
guarantee that these records of all subcontractors and lower tier subcontractors shall be
available and open to similar inspection or audit for the same time period.
1-08.3 Progress Schedule
1-08.30) General Requirements
(October 3, 2022 WSDOT GSP, OPTION 2)
Section 1-08.3(1) is supplemented with the following:
In addition to information required in Items 1 through 6, the Progress Schedule
shall include the following milestones and/or activities:
7. Materials requiring long procurement or fabrication periods, such as
signal or light poles, structural elements, or mechanical items.
1-08.3(2)A Type A Progress Schedule
(December 30, 2022 APWA GSP)
Revise this section to read:
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-63 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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 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
(December 30, 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 all partial or whole days 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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-64 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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 (per Section 1-07.9(5)).
b. Material Acceptance Certification Documents
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 Suspension of Work
(February 6, 2023 WSDOT GSP, OPTION 2)
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 that 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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-65 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
days, then contract time will be suspended upon physical completion of all critical work
except that work dependent upon the below listed critical materials:
***Type 1 Signal Poles***
***PS Poles***
Charging of contract time will resume upon delivery of the critical materials to the
Contractor or 90 calendar days after execution by the Contracting Agency, whichever
occurs first.
1-08.9 Liquidated Damages
(March 3, 2021 APWA GSP, OPTION A)
Replace Section 1-08.9 with the following:
Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct
traffic, interfere with and delay commerce, and increase risk to Highway users. 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 $2,000 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
1-09.20) General Requirements for Weighing Equipment
(December 30, 2022 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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-66 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
1-09.2(5) Measurement
(December 30, 2022 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
(December 30, 2022 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
of work will correspond with those estimates. Payment will be made on the basis of the
amount of work actually authorized by the Engineer.
1-09.9 Payments
(December 30, 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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-67 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
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 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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-68 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
1-09.9(1) Retainage
(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
(December 30, 2022 APWA GSP)
Revise this section to read:
For the convenience of the parties to the Contract it is mutually agreed by the
parties that all 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 all 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 all such claims or causes of action. It
is further mutually agreed by the parties that when 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 all 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
(December 30, 2022 APWA GSP)
Revise this section to read:
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-69 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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 all records deemed necessary by the Contracting Agency to assist in
evaluating the claims or action.
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 General
1-10.1(2) Description
(April 12, 2018 CFW GSP)
Section 1-10.1(2) is supplemented with the following:
Business Open During Construction Signs
The Contractor shall provide a "Business Open During Construction" sign at every
non-residential driveway approach within the project limits. Business Open During
Construction Signs shall be considered Construction Signs Class A.
City of Federal Way Project Signs
City of Federal Way Project signs shall be considered Construction Signs Class A.
The Contractor shall provide two (2) project signs (4' x 8') per the detail available from
the City.
1-10.2 Traffic Control Management
(November 2, 2022 WSDOT GSP, OPTION 1)
Section 1-10.2 is supplemented with the following:
Work Zone Safety Contingency
Enhancements to improve the effectiveness of the accepted traffic control plans to
increase the safety of the work zones shall be discussed on a weekly basis between the
Contractor and the Contracting Agency. Enhancements shall be mutually agreed upon by
the Contractor and Engineer prior to performing any Work to implement the enhancement.
Enhancements do not include the use of Uniformed Police Officers or WSP, address
changes to the allowed work hour restrictions, or changes to the staging plans in the
Contract (if applicable). If allowed by the Engineer, these items will be addressed in
accordance with Section 1-04.4.
The Contractor shall be solely responsible for submitting any traffic control plan revision
to implement the enhancement in accordance with Section 1-10.2(2).
1-10.20) General
(October 3, 2022 WSDOT GSP, OPTION 1)
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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-70 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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
https://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 12, 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.
• 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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-71 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
3. Temporary paint striping, reflective marking tape, and/or retroreflective tubular
markers shall be required for each shift of traffic control. The Contractor shall
provide temporary striping, reflective marking tape, and/or reflective tubular
markers as required at the direction of the Engineer.
4. The Contractor provided Traffic Control Plans shall layout traffic control device
spacing, tapers, etc., to scale, and shall contain accurate dimensions and
legends and shall be signed by the preparer.
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.
If flaggers are utilized to provide traffic control of signalized intersections:
At least two flaggers are required to flag from the center of the
intersection, in addition to a flagger controlling each leg of the
intersection.
1-10.4 Measurement
1-10.4(2) Item Bids with Lump Sum for Incidentals
(August 2, 2004 WSDOT GSP, OPTION 1)
Section 1-10.4(2) is supplemented with the following:
Contractor Provided Uniformed Police Officer will be measured by the hour.
1-10.5 Payment
1-10.5(2) Item Bids with Lump Sum for Incidentals
(November 2, 2022 WSDOT GSP, OPTION 7)
Section 1-10.5(2) is supplemented with the following:
All costs as authorized by the Engineer will be paid for by force account as
specified in Section 1-09.6.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-72 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
"Contractor Provided Uniformed Police Officer", per hour.
END OF DIVISION 1
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-73 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
DIVISION 2
EARTHWORK
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.1 Description
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 2-01.1 is supplemented with the following:
Clearing and grubbing on this project shall be performed within the following limits:
Limits for clearing & grubbing shall be as shown on the plans. Clearing shall
include removal of trees as noted on the plans or as directed by the Engineer to
accommodate the improvements. Tree removal shall include removal of stumps
and/or grinding of stumps to a depth at least two feet below finish grade.
2-01.3 Construction Requirements
2-01.3(3) Clearing Limit Fence
(April 12, 2018 CFW GSP)
Section 2-01.3(3) is a new section:
Clearing limit fence shall be 4-feet high, orange, high density polyethylene fencing
with mesh openings 1'/2-inch by 3-inches nominal and weigh at least 7 oz. per
linear foot. Either wood or steel posts shall be used. Wood posts shall have
minimum dimensions of 1'/2 inches by 1'/2 inches by the minimum length of 5 feet,
and shall be free of knots, splits, or gouges. Steel posts shall consist of either size
No. 6 rebar or larger, ASTM A 120 steel pipe with a minimum diameter of 1 inch,
U, T, L or C shape steel posts with a minimum weight of 1.35 lbs./ft. or other steel
posts having equivalent strength and bending resistance to the post sizes listed.
The spacing of the support posts shall be a maximum of 6'/2 feet.
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.
2-01.4 Measurement
(April 12, 2018 CFW GSP)
Section 2-01.4 is supplemented with the following:
"Clearing and Grubbing" will be measured on a lump sum basis. Installation, maintenance,
and removal of the Clearing Limit Fence shall be included in the Clearing and Grubbing
bid item.
"Roadside Cleanup", will be measured by force account.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-74 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
2-01.5 Payment
(April 12, 2018 CFW GSP)
Section 2-01.5 is supplemented with the following:
"Clearing and Grubbing", lump sum.
"Roadside Cleanup", force account.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.3 Construction Requirements
(September 7, 2021 WSDOT GSP, OPTION 1)
Section 2-02.3 is supplemented with the following:
Removal of Obstructions
The following miscellaneous Obstructions shall be removed and disposed of:
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
(April 12, 2018 CFW GSP)
Section 2-02.3(3) is supplemented with the following:
Prior to removal of pavement, the Contractor shall make a full -depth sawcut to
delineate the areas of pavement removal from those areas of pavement 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.
2-02.3(5) Adjust Existing Utility to Grade
(April 12, 2018 CFW GSP)
2-02.3(5) is a new section:
As shown in the Plans, existing utilities such as monuments, manholes, catch
basin frames and grates, water valves, and meter boxes shall be adjusted to
finished grade. The Contractor shall, prior to the beginning of any work, familiarize
himself with the existing utility locations. The Contractor shall adjust City -owned
utilities. Final adjustment shall be smooth and flush with finished grade. The
Contractor shall mark the location of all utilities prior to paving the new surface.
Unless otherwise provided for in the Special Provisions and Proposal, costs for
adjusting utilities to grade, including coordinating the work with other utilities, shall
be incidental to the various items of work and no additional compensation will be
allowed.
Existing facilities shall be adjusted to the finished grade as shown in the Drawings
and as further specified herein. Existing box, ring, grate, and cover shall be reset
in a careful and workmanlike manner to conform to the new grade. Special care
shall be exercised in all operations. Any damage occurring to the manholes,
concrete inlets, monument cases, valve boxes, or water mains, due to the
Contractor's operations, shall be repaired at the Contractor's own expense.
Adjustments shall be made using bricks, concrete blocks, or cement, and the
interior of the manhole adjustment shall be mortared smoothly. All covers and
frames shall be thoroughly cleaned. The Contractor shall be responsible for
referencing and keeping a record of such references of all manholes, catch basins,
monument cases, meter boxes, and valve boxes encountered, and shall submit a
copy of these references to the Engineer.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-75 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
The manholes, catch basins, monument cases, meter boxes, and valve boxes
shall be adjusted to grade in accordance with Section 1-05.3(1). Final restoration
of finished grade surfaces shall be performed in the following manner:
1. Within a Gravel Surface: Provide a 6-inch-deep and 6-inch-wide concrete
collar installed and restored with 3 inches of crushed surfacing top course.
2. Within a Grass Surface: Provide crushed surfacing top course backfill and
3 inches of Topsoil Type A, and seed.
3. Within an Asphalt Cement Concrete Paved Surface: See City standard
detail for Utility Adjustment.
2-02.3(6) Existing Utilities to Remain
(April 12, 2018 CFW GSP)
2-02.3(6) is a new section:
Utilities indicated in the Plans to remain shall be protected and supported in place in such
a manner that they remain functional and undamaged. Utilities indicated to remain that
are damaged as a result of Contractor's activity shall be repaired or replaced to the
satisfaction of the Contracting Agency at no additional cost.
2-02.4 Vacant
(December 1, 2021 CFW GSP)
Section 2-02.4 Vacant shall be deleted and replaced with the following:
2-02.4 Measurement
"Cement Conc./Reinforced Cement Conc. Sawcutting" will be measured by the linear foot.
"Removal of Cement Conc. Sidewalk" will be measured per square yard.
"Removal of Reinforced Cement Conc. Sidewalk", will be measured per square yard.
"Removal of Cement Conc. Curb and Gutter", will be measured per linear foot.
"Removal of Sloped Mountable Curb", will be measured per linear foot.
"Removal of Traffic Type C Curb", will be measured per linear foot.
"Removal of Tubular Markers", will be measured per each.
"Removal of Cement Conc. Curb and Gutter" will be measured per lineal foot. It includes
removal of curb and gutter adjacent to ADA ramps. Excavation and disposal of existing
pavement directly in front of curb that is required for removal in accordance with City
standard detail is considered incidental to this bid item.
2-02.5 Payment
(December 1, 2021 CFW GSP)
Section 2-02.5 is supplemented with the following:
Payment will be made in accordance with Section 1-04.1 for the following bid items when
included in the proposal:
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-76 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
"Cement Conc./Reinforced Cement Conc. Sawcutting", per linear foot. Sawcutting
necessary for utility and stormwater installation are incidental to the measurement and
payment of those contract items.
"Removal of Reinforced Cement Conc. Sidewalk", per square yard. Removal and
disposal of sidewalk and ADA curb ramps shall be considered included in this bid item.
"Removal of Cement Conc. Sidewalk", per square yard. Removal and disposal of
sidewalk and ADA curb ramps shall be considered included in this bid item.
"Removal of Cement Conc. Curb and Gutter" per linear foot.
"Removal of Sloped Mountable Curb", per linear foot.
"Removal of Traffic Type C Curb", per linear foot.
"Removal of Tubular Markers", per each.
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.2 Pavement Removal
(April 12, 2018 CFW GSP)
Section 2-03.2 is replaced with the following:
Where shown in the Plans or where designated by the Engineer, the Contractor shall
remove asphalt, concrete, Portland cement concrete pavement, sidewalks and curbs.
Prior to removal, the Contractor shall make a full -depth sawcut to delineate the areas of
pavement removal from those areas of pavement 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.
Alternatively, the Contractor may elect grinding for pavement removal, where appropriate.
The removed pavement shall become the property of the Contractor and shall be removed
from the project. Damage caused to portions of the pavement to remain, due to the
Contractor's operation, shall be repaired by the Contractor at the Contractor's expense
and to the satisfaction of the Engineer.
Removal of asphalt concrete pavement throughout the project shall be measured and paid
as "Roadway Excavation Incl. Haul" and no additional payment will be made.
2-03.3 Construction Requirements
Section 2-03.300) Selected Material
(April 12, 2018 CFW GSP)
Section 2-03.3(10) is supplemented with the following:
Selected Material when specified or required by the Engineer for use on the project
shall meet the requirements of specified in Section 9-03.14(3) for Common Borrow.
Section 2-03.3(14)E Unsuitable Foundation Excavation
(August 27, 2021 CFW GSP)
Section 2-03.3(14)E is supplemented with the following:
All embankments shall be founded on dense, non -yielding granular foundation soil
as approved by the engineer. Remove all organic materials and debris, trash, or
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-77 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
other deleterious material prior to beginning construction of new embankments.
Proof roll the foundation.
Section 2-03.3(14)G Backfilling
(April 12, 2018 CFW GSP)
Section 2-03.3(14)G is supplemented with the following:
Remove all water and non -compatible materials from excavations prior to
backfilling or attempting to compact embankment soil. Place native soils or provide
import Gravel Borrow as required to complete the work. Backfill all embankments
in accordance with 2-03.3(14)C, Compacting Earth Embankments, Method C.
Section 2-03.3(14)N Wet Weather Earthwork
(April 12, 2018 CFW GSP)
Section 2-03.3(14)N is a new section:
Earthwork completed in wet weather or under wet conditions shall be
accomplished in small sections to minimize exposure to wet weather. Each section
shall be sufficiently small so that the removal of soil and placement of backfill can
be accomplished on the same day. No soil shall be left un-compacted and exposed
to water. Soil that is too wet for compaction shall be removed and replaced with
Gravel Borrow material. Grading and earthwork should not be accomplished
during periods of heavy continuous rainfall.
2-03.4 Measurement
(March 13, 1995 WSDOT GSP, OPTION 2)
Section 2-03.4 is supplemented with the following:
Only one determination of the original ground elevation will be made on this project.
Measurement for roadway excavation and embankment will be based on the original
ground elevations recorded previous to the award of this contract.
If discrepancies are discovered in the ground elevations, which will materially affect the
quantities of earthwork, the original computations of earthwork quantities will be adjusted
accordingly.
Earthwork quantities will be computed, either manually or by means of electronic data
processing equipment, by use of the average end area method or by the finite element
analysis method utilizing digital terrain modeling techniques.
Copies of the ground cross-section notes will be available for the bidder's inspection,
before the opening of bids, at the Engineer's office and at the Region office.
Upon award of the contract, copies of the original ground cross -sections will be furnished
to the successful bidder on request to the Engineer.
"Roadway Excavation, Incl. Haul" measurement for roadway excavation including haul
shall be in accordance with section 2-03.4 of the Standard Specifications.
2-03.5 Payment
(April 12, 2018 CFW GSP)
Section 2-03.5 is supplemented with the following:
"Roadway Excavation Incl. Haul", per cubic yard.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-78 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
(March 13, 1995 WSDOT GSP, OPTION 2)
Section 2-03.5 is supplemented with the following:
All costs in connection with the preparation of waste sites and waste deposits shall be
included in the Mobilization.
2-09 STRUCTURE EXCAVATION
2-09.3 Construction Requirements
2-09.30) General Requirements
(March 22, 2023 CFW GSP)
Section 2-09.3(1) is supplemented with the following:
All shoring, including sheeting and bracing, or equivalent trench stabilization and
worker protection system required to perform and protect the excavation, and to
safeguard the personnel who may enter the excavation, shall be furnished by the
Contractor. If workers enter any trench or other excavation four feet (4') or more
in depth that does not meet the open pit requirements as generally set forth in
Section 2-09.3(3)B, it shall be shored.
The Contractor alone shall be responsible for worker safety, and the Contracting
Agency assumes no responsibility therefore.
Upon completing the Work, the Contractor shall remove all shoring, unless
otherwise shown in the Plans or directed by the Engineer.
The Contractor is advised that the Contracting Agency has not so delegated, and
the Engineer does not purport to be, a trench excavation system safety expert, is
not so engaged in that capacity under this Contract, and has neither the authority
nor the responsibility to enforce construction safety laws, rules, regulations, or
procedures, or to order the suspension of work for claimed violations of trench
excavation safety.
The furnishing by the Contracting Agency of resident project representation and
inspection shall not make the Contracting Agency responsible for the enforcement
of such laws, rules, regulations, or procedures, nor shall such make the
Contracting Agency responsible for construction means, methods, techniques,
sequences, procedures, or for the Contractor's failure to properly perform the Work
necessary for proper trench excavation.
2-09.3(1)D Disposal of Excavated Material
(March 17, 2020 CFW GSP)
Replace the third paragraph with the following:
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-79 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
If the Contract includes Structure Excavation, Class A or B, including haul;
Shoring or Extra Excavation, Class A or B; or Trench Safety System, the
unit contract price shall include all costs for loading and hauling excavated
materials to a permitted disposal site, or to and from a temporary stockpile.
Any such stockpiled materials, either suitable or designated for
incorporation into the project, shall be handled in accordance with Section
2-09.3(1)E.
2-09.3ME Backfilling
(April 1 Z 2018 CFW GSP)
The first paragraph of Section 2-09.3(1) is replaced with the following:
The backfilling of openings dug for Structures or for Removal of Structures
and Obstructions shall be a necessary part of an incidental to the
excavation. Backfill material shall be Gravel Borrow unless the use of
native or other material is approved by the engineer.
END OF DIVISION 2
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-80 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
DIVISION 3
AGGREGATE PRODUCTION AND ACCEPTANCE
3-01 PRODUCTION FROM QUARRY AND PIT SITES
3-01.4 Contractor Furnished Material Sources
3-01.40) Acquisition and Development
(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 S 348T" ST NHS PRESERVATION
SP-81 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
DIVISION 4
BASES
4-04 BALLAST AND CRUSHED SURFACING
4-04.3 Construction Reauirements
4-04.3(3) Mixing
(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 Spreadinq
(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.
4-04.5 Payment
(December 1, 2021 CFW GSP)
Section 4-04.5 is supplemented with the following:
The unit contract price for Ballast and Crushed Surfacing and Maintenance Rock shall
also include compacting, spreading, and removing and hauling to waste when required by
the Engineer.
END OF DIVISION 4
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-82 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5-04 HOT MIX ASPHALT
(July 18, 2018 APWA GSP)
Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following:
5-04.1 Description
This Work shall consist of providing and placing one or more layers of plant -mixed hot mix asphalt
(HMA) on a prepared foundation or base in accordance with these Specifications and the lines,
grades, thicknesses, and typical cross -sections shown in the Plans. The manufacture of HMA may
include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA
processes include organic additives, chemical additives, and foaming.
HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the
proportions specified to provide a homogeneous, stable, and workable mixture.
5-04.2 Materials
Materials shall meet the requirements of the following sections:
Asphalt Binder 9-02.1(4)
Cationic Emulsified Asphalt 9-02.1(6)
Anti -Stripping Additive 9-02.4
HMA Additive 9-02.5
Aggregates 9-03.8
Recycled Asphalt Pavement 9-03.8(3)B
Mineral Filler
9-03.8(5)
Recycled Material
9-03.21
Portland Cement
9-01
Sand
9-03.1(2)
(As noted in 5-04.3(5)C
for crack sealing)
Joint Sealant
9-04.2
Foam Backer Rod
9-04.2(3)A
The Contract documents may establish that the various mineral materials required for the
manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the
documents do not establish the furnishing of any of these mineral materials by the Contracting
Agency, the Contractor shall be required to furnish such materials in the amounts required for the
designated mix. Mineral materials include coarse and fine aggregates, and mineral filler.
The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA.
The RAP may be from pavements removed under the Contract, if any, or pavement material from
an existing stockpile.
The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling
or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for
every 1,000 tons produced and not less than ten samples per project. The asphalt content and
gradation test data shall be reported to the Contracting Agency when submitting the mix design
for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined
in these Specifications.
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-83 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from
different sources is not permitted.
The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with
20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for
approval the process that is proposed and how it will be used in the manufacture of HMA.
Production of aggregates shall comply with the requirements of Section 3-01.
Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from
stockpiles shall comply with the requirements of Section 3-02.
5-04.20) How to Get an HMA Mix Design on the QPL
If the contractor wishes to submit a mix design for inclusion in the Qualified Products List
(QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1).
5-04.2(1)A Vacant
5-04.2(2) Mix Design — Obtaining Project Approval
No paving shall begin prior to the approval of the mix design by the Engineer.
Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in
the contract documents.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA
in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails,
gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted
by commercial evaluation shall be as approved by the Project Engineer. Sampling and
testing of HMA accepted by commercial evaluation will be at the option of the Project
Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will
be excluded from the quantities used in the determination of nonstatistical evaluation.
Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall
provide one of the following mix design verification certifications for Contracting Agency
review;
• The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of
the mix design verification certifications listed below.
• The proposed HMA mix design on WSDOT Form 350-042 with the seal and
certification (stamp & sig-nature) of a valid licensed Washington State Professional
Engineer.
• The Mix Design Report for the proposed HMA mix design developed by a qualified
City or County laboratory that is within one year of the approval date.**
The mix design shall be performed by a lab accredited by a national authority such as
Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The
Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO
Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO:
resource proficiency sample program.
Mix designs for HMA accepted by Nonstatistical evaluation shall;
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-84 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Have the aggregate structure and asphalt binder content determined in
accordance with WSDOT Standard Operating Procedure 732 and meet the
requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and
stripping are at the discretion of the Engineer, and 9-03.8(6).
Have anti -strip requirements, if any, for the proposed mix design determined in
accordance with AASHTO T 283 or T 324, or based on historic anti -strip and
aggregate source compatibility from previous WSDOT lab testing.
At the discretion of the Engineer, agencies may accept verified mix designs older than 12
months from the original verification date with a certification from the Contractor that the
materials and sources are the same as those shown on the original mix design.
Commercial Evaluation Approval of a mix design for "Commercial Evaluation" will be
based on a review of the Contractor's submittal of WSDOT Form 350-042 (For commercial
mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current
WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA
by the Contracting Agency for mix design approval is not required.
For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design
level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use.
5-04.2(2)B Using Warm Mix Asphalt Processes
The Contractor may elect to use additives that reduce the optimum mixing temperature or
serve as a compaction aid for producing HMA. Additives include organic additives,
chemical additives and foaming processes. The use of Additives is subject to the following:
Do not use additives that reduce the mixing temperature more than allowed in
Section 5-04.3(6) in the production of mixtures.
Before using additives, obtain the Engineer's approval using WSDOT Form 350-
076 to describe the proposed additive and process.
5-04.3 Construction Requirements
5-04.30) Weather Limitations
Do not place HMA for wearing course on any Traveled Way beginning October 1 st through
March 31 st of the following year without written concurrence from the Engineer.
Do not place HMA on any wet surface, or when the average surface temperatures are less
than those specified below, or when weather conditions otherwise prevent the proper
handling or finishing of the HMA.
Minimum Surface Temperature for Paving
Compacted Thickness (Feet)
Wearing Course
Other Courses
Less than 0.10
55-F
45-F
0.10 to .20
45-F
35-F
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-85 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
More than 0.20 35-F 35-F
5-04.3(2) Paving Under Traffic
When the Roadway being paved is open to traffic, the requirements of this Section
shall apply.
The Contractor shall keep intersections open to traffic at all times except when paving the
intersection or paving across the intersection. During such time, and provided that there
has been an advance warning to the public, the intersection may be closed for the
minimum time required to place and compact the mixture. In hot weather, the Engineer
may require the application of water to the pavement to accelerate the finish rolling of the
pavement and to shorten the time required before reopening to traffic.
Before closing an intersection, advance warning signs shall be placed and signs shall also
be placed marking the detour or alternate route.
During paving operations, temporary pavement markings shall be maintained throughout
the project. Temporary pavement markings shall be installed on the Roadway prior to
opening to traffic. Temporary pavement markings shall be in accordance with Section 8-
23.
All costs in connection with performing the Work in accordance with these requirements,
except the cost of temporary pavement markings, shall be included in the unit Contract
prices for the various Bid items involved in the Contract.
5-04.3(3) Equipment
5-04.3(3)A Mixing Plant
Plants used for the preparation of HMA shall conform to the following requirements:
1. Equipment for Preparation of Asphalt Binder — Tanks for the storage of asphalt
binder shall be equipped to heat and hold the material at the required
temperatures. The heating shall be accomplished by steam coils, electricity, or
other approved means so that no flame shall be in contact with the storage tank.
The circulating system for the asphalt binder shall be designed to ensure proper
and continuous circulation during the operating period. A valve for the purpose of
sampling the asphalt binder shall be placed in either the storage tank or in the
supply line to the mixer.
2. Thermometric Equipment — An armored thermometer, capable of detecting
temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder
feed line at a location near the charging valve at the mixer unit. The thermometer
location shall be convenient and safe for access by Inspectors. The plant shall also
be equipped with an approved dial -scale thermometer, a mercury actuated
thermometer, an electric pyrometer, or another approved thermometric instrument
placed at the discharge chute of the drier to automatically register or indicate the
temperature of the heated aggregates. This device shall be in full view of the plant
operator.
3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not
exceed the maximum recommended by the asphalt binder manufacturer nor shall
it be below the minimum temperature required to maintain the asphalt binder in a
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-86 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
homogeneous state. The asphalt binder shall be heated in a manner that will avoid
local variations in heating. The heating method shall provide a continuous supply
of asphalt binder to the mixer at a uniform average temperature with no individual
variations exceeding 25°F. Also, when a WMA additive is included in the asphalt
binder, the temperature of the asphalt binder shall not exceed the maximum
recommended by the manufacturer of the WMA additive.
4. Sampling and Testing of Mineral Materials — The HMA plant shall be equipped
with a mechanical sampler for the sampling of the mineral materials. The
mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing
and screening operation. The Contractor shall provide for the setup and operation
of the field testing facilities of the Contracting Agency as provided for in Section 3-
01.2(2).
5. Sampling HMA — The HMA plant shall provide for sampling HMA by one of the
following methods:
a. A mechanical sampling device attached to the HMA plant.
b. Platforms or devices to enable sampling from the hauling vehicle without
entering the hauling vehicle.
5-04.3(3)B Hauling Equipment
Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a
cover of canvas or other suitable material of sufficient size to protect the mixture from
adverse weather. Whenever the weather conditions during the work shift include, or are
forecast to include, precipitation or an air temperature less than 450F or when time from
loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect
the HMA.
The contractor shall provide an environmentally benign means to prevent the HMA mixture
from adhering to the hauling equipment. Excess release agent shall be drained prior to
filling hauling equipment with HMA. Petroleum derivatives or other coating material that
contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks,
the conveyer shall be in operation during the process of applying the release agent.
5-04.3(3)C Pavers
HMA pavers shall be self-contained, power -propelled units, provided with an internally
heated vibratory screed and shall be capable of spreading and finishing courses of HMA
plant mix material in lane widths required by the paving section shown in the Plans.
The HMA paver shall be in good condition and shall have the most current equipment
available from the manufacturer for the prevention of segregation of the HMA mixture
installed, in good condition, and in working order. The equipment certification shall list the
make, model, and year of the paver and any equipment that has been retrofitted.
The screed shall be operated in accordance with the manufacturer's recommendations
and shall effectively produce a finished surface of the required evenness and texture
without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer's
recommendations shall be provided upon request by the Contracting Agency. Extensions
will be allowed provided they produce the same results, including ride, density, and
surface texture as obtained by the primary screed. Extensions without augers and an
internally heated vibratory screed shall not be used in the Traveled Way.
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-87 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
When specified in the Contract, reference lines for vertical control will be required. Lines
shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal
control utilizing the reference line will be permitted. The grade and slope for intermediate
lanes shall be controlled automatically from reference lines or by means of a mat
referencing device and a slope control device. When the finish of the grade prepared for
paving is superior to the established tolerances and when, in the opinion of the Engineer,
further improvement to the line, grade, cross-section, and smoothness can best be
achieved without the use of the reference line, a mat referencing device may be
substituted for the reference line. Substitution of the device will be subject to the continued
approval of the Engineer. A joint matcher may be used subject to the approval of the
Engineer. The reference line may be removed after the completion of the first course of
HMA when approved by the Engineer. Whenever the Engineer determines that any of
these methods are failing to provide the necessary vertical control, the reference lines will
be reinstalled by the Contractor.
The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and
accessories necessary for satisfactory operation of the automatic control equipment.
If the paving machine in use is not providing the required finish, the Engineer may suspend
Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the
pavement shall be thoroughly removed before paving proceeds.
5-04.3(3)D Material Transfer Device or Material Transfer Vehicle
A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer's
approval, unless other -wise required by the contract.
Where an MTD/V is required by the contract, the Engineer may approve paving without
an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable
adjustment in cost or time is due.
When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and
prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a
uniform temperature throughout the mixture. If a windrow elevator is used, the length of
the windrow may be limited in urban areas or through intersections, at the discretion of the
Engineer.
To be approved for use, an MTV:
1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver.
2. Shall not be connected to the hauling vehicle or paver.
3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
4. Shall mix the HMA after delivery by the hauling equipment and prior to placement
into the paving machine.
5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
To be approved for use, an MTD:
1. Shall be positively connected to the paver.
2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-88 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
3. Shall mix the HMA after delivery by the hauling equipment and prior to placement
into the paving machine.
4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
5-04.3(3)E Rollers
Rollers shall be of the steel wheel, vibratory, oscilatory, or pneumatic tire type, in good
condition and capable of reversing without backlash. Operation of the roller shall be in
accordance with the manufacturer's recommendations. When ordered by the Engineer for
any roller planned for use on the project, the Contractor shall provide a copy of the
manufacturer's recommendation for the use of that roller for compaction of HMA. The
number and weight of rollers shall be sufficient to compact the mixture in compliance with
the requirements of Section 5-04.3(10). The use of equipment that results in crushing of
the aggregate will not be permitted. Rollers producing pickup, washboard, uneven
compaction of the surface, displacement of the mixture or other undesirable results shall
not be used.
5-04.3(4) Preparation of Existing Paved Surfaces
When the surface of the existing pavement or old base is irregular, the Contractor shall
bring it to a uniform grade and cross-section as shown on the Plans or approved by the
Engineer.
Preleveling of uneven or broken surfaces over which HMA is to be placed may be
accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as
approved by the Engineer.
Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may
require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid
bridging across preleveled areas by the compaction equipment. Equipment used for the
compaction of preleveling HMA shall be approved by the Engineer.
Before construction of HMA on an existing paved surface, the entire surface of the
pavement shall be clean. All fatty asphalt patches, grease drippings, and other
objectionable matter shall be entirely removed from the existing pavement. All pavements
or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and
other foreign matter. All holes and small depressions shall be filled with an appropriate
class of HMA. The surface of the patched area shall be leveled and compacted thoroughly.
Prior to the application of tack coat, or paving, the condition of the surface shall be
approved by the Engineer.
A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA
is to be placed or abutted; except that tack coat may be omitted from clean, newly paved
surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover
the existing pavement with a thin film of residual asphalt free of streaks and bare spots at
a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of
application shall be approved by the Engineer. A heavy application of tack coat shall be
applied to all joints. For Roadways open to traffic, the application of tack coat shall be
limited to surfaces that will be paved during the same working shift. The spreading
equipment shall be equipped with a thermometer to indicate the temperature of the tack
coat material.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-89 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the
Contractor's operation damages the tack coat it shall be repaired prior to placement of the
HMA.
The tack coat shall be CSS-1, or CSS-1 h emulsified asphalt. The CSS-1 and CSS-1 h
emulsified asphalt may be diluted once with water at a rate not to exceed one part water
to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it
may be applied uniformly at the specified rate of application and shall not exceed the
maximum temperature recommended by the emulsified asphalt manufacturer.
5-04.3MA Crack Sealin
5-04.3MA1 General
When the Proposal includes a pay item for crack sealing, seal all cracks '/4 inch in width
and greater.
Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign
material when filling with crack sealant material. Use a hot compressed air lance to dry
and warm the pavement surfaces within the crack immediately prior to filling a crack with
the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing
cracks is not required.
Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the
components and pour the mixture into the cracks until full. Add additional CSS-1 cationic
emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will
completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface
and allow the mixture to cure. Top off cracks that were not completely filled with additional
sand slurry. Do not place the HMA overlay until the slurry has fully cured.
The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt,
approximately 2 percent portland cement, water (if required), and the remainder clean
Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly
mixed and then poured into the cracks and joints until full. The following day, any cracks
or joints that are not completely filled shall be topped off with additional sand slurry. After
the sand slurry is placed, the filler shall be struck off flush with the existing pavement
surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully
cured. The requirements of Section 1-06 will not apply to the portland cement and sand
used in the sand slurry.
In areas where HMA will be placed, use sand slurry to fill the cracks.
In areas where HMA will not be placed, fill the cracks as follows:
1. Cracks % inch to 1 inch in width - fill with hot poured sealant.
2. Cracks greater than 1 inch in width — fill with sand slurry.
Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the
material in accordance with these requirements and the manufacturer's
recommendations. Furnish a Type 1 Working Drawing of the manufacturer's product
information and recommendations to the Engineer prior to the start of work, including the
manufacturer's recommended heating time and temperatures, allowable storage time and
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-90 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
temperatures after initial heating, allowable reheating criteria, and application temperature
range. Confine hot poured sealant material within the crack. Clean any overflow of sealant
from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of
sealing the cracks with hot poured sealant results in an excessive amount of material on
the pavement surface, stop and correct the operation to eliminate the excess material.
5-04.3(4)A2 Crack Sealinq Areas Prior to Paving
In areas where HMA will be placed, use sand slurry to fill the cracks.
5-04.3(4)A3 Crack Sealing Areas Not to be Paved
In areas where HMA will not be placed, fill the cracks as follows:
A. Cracks'/4 inch to 1 inch in width - fill with hot poured sealant.
B. Cracks greater than 1 inch in width — fill with sand slurry.
5-04.3(4)B Vacant
5-04.3(4)C Pavement Repair
The Contractor shall excavate pavement repair areas and shall backfill these with HMA in
accordance with the details shown in the Plans and as marked in the field. The Contractor
shall conduct the excavation operations in a manner that will protect the pavement that is
to remain. Pavement not designated to be removed that is damaged as a result of the
Contractor's operations shall be repaired by the Contractor to the satisfaction of the
Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within
one lane at a time unless approved otherwise by the Engineer. The Contractor shall not
excavate more area than can be completely finished during the same shift, unless
approved by the Engineer.
Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth
of 1.0 feet. The Engineer will make the final determination of the excavation depth
required. The minimum width of any pavement repair area shall be 40 inches unless
shown otherwise in the Plans. Before any excavation, the existing pavement shall be
sawcut or shall be removed by a pavement grinder. Excavated materials will become the
property of the Contractor and shall be disposed of in a Contractor -provided site off the
Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21.
Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy
application of tack coat shall be applied to all surfaces of existing pavement in the
pavement repair area.
Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot
compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished
with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical
tamper or a roller.
5-04.3(5) Producing/Stockpiling Aggregates and RAP
Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02.
Sufficient storage space shall be provided for each size of aggregate and RAP. Materials
shall be removed from stockpile(s) in a manner to ensure minimal segregation when being
moved to the HMA plant for processing into the final mixture. Different aggregate sizes
shall be kept separated until they have been delivered to the HMA plant.
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-91 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
5-04.3(5)A Vacant
5-04.3(6) Mixing
After the required amount of mineral materials, asphalt binder, recycling agent and anti -
stripping additives have been introduced into the mixer the HMA shall be mixed until
complete and uniform coating of the particles and thorough distribution of the asphalt
binder throughout the mineral materials is ensured.
When discharged, the temperature of the HMA shall not exceed the optimum mixing
temperature by more than 25°F as shown on the reference mix design report or as
approved by the Engineer. Also, when a WMA additive is included in the manufacture of
HMA, the discharge temperature of the HMA shall not exceed the maximum
recommended by the manufacturer of the WMA additive. A maximum water content of 2
percent in the mix, at discharge, will be allowed providing the water causes no problems
with handling, stripping, or flushing. If the water in the HMA causes any of these problems,
the moisture content shall be reduced as directed by the Engineer.
Storing or holding of the HMA in approved storage facilities will be permitted with approval
of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held
for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of
by the Contractor at no expense to the Contracting Agency. The storage facility shall have
an accessible device located at the top of the cone or about the third point. The device
shall indicate the amount of material in storage. No HMA shall be accepted from the
storage facility when the HMA in storage is below the top of the cone of the storage facility,
except as the storage facility is being emptied at the end of the working shift.
Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior
to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is
evidence of the recycled asphalt pavement not breaking down during the heating and
mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until
changes have been approved by the Engineer. After the required amount of mineral
materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the
mixer the HMA shall be mixed until complete and uniform coating of the particles and
thorough distribution of the asphalt binder throughout the mineral materials, and RAP is
ensured.
5-04.3(7) Spreading and Finishing
The mixture shall be laid upon an approved surface, spread, and struck off to the grade
and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to
distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted
depth of any layer of any course shall not exceed the following:
H MA Class 1 " 0.35 feet
HMA Class 1/4" and HMA Class'/2"
wearing course 0.30 feet
other courses 0.35 feet
HMA Class V 0.15 feet
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-92 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
On areas where irregularities or unavoidable obstacles make the use of mechanical
spreading and finishing equipment impractical, the paving may be done with other
equipment or by hand.
When more than one JMF is being utilized to produce HMA, the material produced for
each JMF shall be placed by separate spreading and compacting equipment. The
intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA
placed during a work shift shall conform to a single JMF established for the class of HMA
specified unless there is a need to make an adjustment in the JMF.
5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
For HMA accepted by nonstatistical evaluation the aggregate properties of sand
equivalent, uncompacted void content and fracture will be evaluated in accordance with
Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial
evaluation will be at the option of the Engineer.
5-04.3(9) HMA Mixture Acceptance
Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial
Evaluation is specified.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in
the following applications: sidewalks, road approaches, ditches, slopes, paths, trails,
gores, prelevel, temporary pavement, and pavement repair. Other nonstructural
applications of HMA accepted by commercial evaluation shall be as approved by the
Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the
option of the Engineer.
The mix design will be the initial JMF for the class of HMA. The Contractor may request a
change in the JMF. Any adjustments to the JMF will require the approval of the Engineer
and may be made in accordance with this section.
HMA Tolerances and Adjustments
1. Job Mix Formula Tolerances — The constituents of the mixture at the time of
acceptance shall be within tolerance. The tolerance limits will be established as
follows:
For Asphalt Binder and Air Voids (Va), the acceptance limits are determined
by adding the tolerances below to the approved JMF values. These values
will also be the Upper Specification Limit (USL) and Lower Specification Limit
(LSL) required in Section 1-06.2 2 D2
Property
Non -Statistical Evaluation
Commercial Evaluation
Asphalt Binder
+/- 0.5%
+/- 0.7%
Air Voids, Va
2.5% min. and 5.5% max
N/A
For Aggregates in the mixture:
a. First, determine preliminary upper and lower acceptance limits by applying the
following tolerances to the approved JMF.
Aggregate Percent
Passing
Non -Statistical
Evaluation
Commercial Evaluation
1 ", 1/4", '/2", and 3/8" sieves
+/- 6%
+/- 8%
No. 4 sieve
+/-6%
+/- 8%
No. 8 Sieve
+/- 6%
+/-8%
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-93 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
No. 200 sieve 1 +/- 2.0% 1 +/- 3.0%
b. Second, adjust the preliminary upper and lower acceptance limits determined
from step (a) the minimum amount necessary so that none of the aggregate
properties are outside the control points in Section 9-03.8(6). The resulting
values will be the upper and lower acceptance limits for aggregates, as well as
the USL and LSL required in Section 1-06.2(2)D2.
2. Job Mix Formula Adjustments — An adjustment to the aggregate gradation or
asphalt binder content of the JMF requires approval of the Engineer. Adjustments
to the JMF will only be considered if the change produces material of equal or
better quality and may require the development of a new mix design if the
adjustment exceeds the amounts listed below.
a. Aggregates —2 percent for the aggregate passing the 1'/2" 1" 3/4" '/2" W and
the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5
percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall
be within the range of the control points in Section 9-03.8(6).
b. Asphalt Binder Content — The Engineer may order or approve changes to
asphalt binder content. The maximum adjustment from the approved mix design
for the asphalt binder content shall be 0.3 percent
5-04.3(9)A Vacant
5-04.3(9)B Vacant
5-04.3(9)C Mixture Acceptance — Nonstatistical Evaluation
HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the
Contracting Agency by dividing the HMA tonnage into lots.
5-04.3(9)C1 Mixture Nonstatistical Evaluation — Lots and Sublots
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced
for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be
equal to one day's production or 800 tons, whichever is less except that the final sublot
will be a minimum of 400 tons and may be increased to 1200 tons.
All of the test results obtained from the acceptance samples from a given lot shall be
evaluated collectively. If the Contractor requests a change to the JMF that is approved,
the material produced after the change will be evaluated on the basis of the new JMF for
the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in
progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after
the Engineer is satisfied that material conforming to the Specifications can be produced.
Sampling and testing for evaluation shall be performed on the frequency of one sample
per sublot.
5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling
Samples for acceptance testing shall be obtained by the Contractor when ordered by the
Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer
and in accordance with AASH-TO T 168. A minimum of three samples should be taken
for each class of HMA placed on a project. If used in a structural application, at least one
of the three samples shall to be tested.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-94 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Sampling and testing HMA in a Structural application where quantities are less than 400
tons is at the dis-cretion of the Engineer.
For HMA used in a structural application and with a total project quantity less than 800
tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all
cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of
one of the three samples will be tested for conformance to the JMF:
• If the test results are found to be within specification requirements, additional testing
will be at the Engineer's discretion.
• If test results are found not to be within specification requirements, additional testing
of the remaining samples to determine a Composite Pay Factor (CPF) shall be
performed.
5-04.3(9)C3 Mixture Nonstatistical Evaluation — Acceptance Testing
Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested,
compliance of Va will use WSDOT SOP 731.
Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T
308.
Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11.
5-04.3(9)C4 Mixture Nonstatistical Evaluation — Pay Factors
For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting
Agency will determine a Composite Pay Factor (CPF) using the following price adjustment
factors:
Table of Price Adjustment Factors
Constituent
Factor
'If,,
All aggregate passing: 1'/2", 1", 1/4",'/2", %" and No.4
sieves
2
All aggregate passing No. 8 sieve
15
All aggregate passing No. 200 sieve
20
Asphalt binder
40
Air Voids (Va) (where applicable)
20
Each lot of HMA produced under Nonstatistical Evaluation and having all constituents
falling within the toler-ance limits of the job mix formula shall be accepted at the unit
Contract price with no further evaluation. When one or more constituents fall outside the
nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment
Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the
appro-priate CPF. The nonstatistical tolerance limits will be used in the calculation of the
CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup
samples of the existing sublots or samples from the Roadway shall be tested to provide a
minimum of three sets of results for evaluation.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-95 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
5-04.3(9)C5 Vacant
5-04.3(9)C6 Mixture Nonstatistical Evaluation — Price Adjustments
For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated
CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF
equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job
mix compliance price adjustment will be calculated as the product of the NCMF, the
quantity of HMA in the lot in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual pay
factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).
5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests
The Contractor may request a sublot be retested. To request a retest, the Contractor shall
submit a written request within 7 calendar days after the specific test results have been
received. A split of the original acceptance sample will be retested. The split of the sample
will not be tested with the same tester that ran the original acceptance test. The sample
will be tested for a complete gradation analysis, asphalt binder content, and, at the option
of the agency, Va. The results of the retest will be used for the acceptance of the HMA in
place of the original sublot sample test results. The cost of testing will be deducted from
any monies due or that may come due the Contractor under the Contract at the rate of
$500 per sample.
5-04.3 MD Mixture Acceptance — Commercial Evaluation
If sampled and tested, HMA produced under Commercial Evaluation and having all
constituents falling within the tolerance limits of the job mix formula shall be accepted at
the unit Contract price with no further evaluation. When one or more constituents fall
outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot
shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF.
The commercial tolerance limits will be used in the calculation of the CPF and the
maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the
existing sublots or samples from the street shall be tested to provide a minimum of three
sets of results for evaluation.
For each lot of HMA mix produced and tested under Commercial Evaluation when the
calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined.
The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent.
The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF,
the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual pay
factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).
5-04.300) HMA Compaction Acceptance
HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including
lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a
specified compacted course thickness greater than 0.10-foot, shall be compacted to a
specified level of relative density. The specified level of relative density shall be a
Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with
Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The
maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-96 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
level of density attained will be determined by the evaluation of the density of the
pavement. The density of the pavement shall be determined in accordance with WSDOT
FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the
Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores
to determine density.
Tests for the determination of the pavement density will be taken in accordance with the
required procedures for measurement by a nuclear density gauge or roadway cores after
completion of the finish rolling.
If the Contracting Agency uses a nuclear density gauge to determine density the test
procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the
mix is placed and prior to opening to traffic.
Roadway cores for density may be obtained by either the Contracting Agency or the
Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches
minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by
the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166.
If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the
Contractor in the presence of the Engineer on the same day the mix is placed and at
locations designated by the Engineer. If the Contract does not include the Bid item
"Roadway Core" the Contracting Agency will obtain the cores.
For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's
request after the Engineer is satisfied that material conforming to the Specifications can
be produced.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation of
the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction train,
required to attain the maximum test point density, shall be used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling
wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved
by the Engineer.
Test Results
For a sublot that has been tested with a nuclear density gauge that did not meet the
minimum of 92 percent of the reference maximum density in a compaction lot with a CPF
below 1.00 and thus subject to a price reduction or rejection, the Contractor may request
that a core be used for determination of the relative density of the sublot. The relative
density of the core will replace the relative density determined by the nuclear density
gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA
compaction lot.
When cores are taken by the Contracting Agency at the request of the Contractor, they
shall be requested by noon of the next workday after the test results for the sublot have
been provided or made available to the Contractor. Core locations shall be outside of
wheel paths and as determined by the Engineer. Traffic control shall be provided by the
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-97 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Contractor as requested by the Engineer. Failure by the Contractor to provide the
requested traffic control will result in forfeiture of the request for cores. When the CPF for
the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will
be deducted from any monies due or that may become due the Contractor under the
Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic
control.
5-04.3(10)A HMA Compaction — General Compaction Requirements
Compaction shall take place when the mixture is in the proper condition so that no undue
displacement, cracking, or shoving occurs. Areas inaccessible to large compaction
equipment shall be compacted by other mechanical means. Any HMA that becomes loose,
broken, contaminated, shows an excess or deficiency of asphalt, or is in any way
defective, shall be removed and replaced with new hot mix that shall be immediately
compacted to conform to the surrounding area.
The type of rollers to be used and their relative position in the compaction sequence shall
generally be the Contractor's option, provided the specified densities are attained. Unless
the Engineer has approved otherwise, rollers shall only be operated in the static mode
when the internal temperature of the mix is less than 175°F. Regardless of mix
temperature, a roller shall not be operated in a mode that results in checking or cracking
of the mat. Rollers shall only be operated in static mode on bridge decks.
5-04.3(10)B HMA Compaction — Cyclic Density
Low cyclic density areas are defined as spots or streaks in the pavement that are less
than 90 percent of the theoretical maximum density. At the Engineer's discretion, the
Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will
follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for
any 500-foot section with two or more density readings below 90 percent of the theoretical
maximum density.
5-04.3001C Vacant
5-04.3(10)D HMA Nonstatistical Compaction
5-04.3(10)D1 HMA Nonstatistical Compaction — Lots and Sublots
HMA compaction which is accepted by nonstatistical evaluation will be based on
acceptance testing performed by the Contracting Agency dividing the project into
compaction lots.
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced
for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be
equal to one day's production or 400 tons, whichever is less except that the final sublot
will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction
will be at the rate of 5 tests per sublot per WSDOT T 738.
The sublot locations within each density lot will be determined by the Engineer. For a lot
in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after
the Engineer is satisfied that material conforming to the Specifications can be produced.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-98 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
HMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation of
the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction train,
required to attain the maximum test point density, shall be used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel
ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the
Engineer.
5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation — Acceptance Testing
The location of the HMA compaction acceptance tests will be randomly selected by the
Engineer from within each sublot, with one test per sublot.
5-04.3(10)D3 HMA Nonstatistical Compaction — Price Adjustments
For each compaction lot with one or two sublots, having all sublots attain a relative density
that is 92 percent of the reference maximum density the HMA shall be accepted at the unit
Contract price with no further evaluation. When a sublot does not attain a relative density
that is 92 percent of the reference maximum density, the lot shall be evaluated in
accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF
shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset
lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will
be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear
moisture -density gauge or cores will be completed as required to provide a minimum of
three tests for evaluation.
For compaction below the required 92% a Non -Conforming Compaction Factor (NCCF)
will be determined. The NCCF equals the algebraic difference of CPF minus 1.00
multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the
product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit
Contract price per ton of mix.
5-04.3(111 Reiect Work
5-04.3(11)A Reiect Work General
Work that is defective or does not conform to Contract requirements shall be rejected.
The Contractor may propose, in writing, alternatives to removal and replacement of
rejected material. Acceptability of such alternative proposals will be determined at the sole
discretion of the Engineer. HMA that has been rejected is subject to the requirements in
Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action
proposal to the Engineer for approval.
5-04.301)B Resection by Contractor
The Contractor may, prior to sampling, elect to remove any defective material and replace
it with new material. Any such new material will be sampled, tested, and evaluated for
acceptance.
5-04.3(11)C Resection Without Testing (Mixture or Compaction)
The Engineer may, without sampling, reject any batch, load, or section of Roadway that
appears defective. Material rejected before placement shall not be incorporated into the
pavement. Any rejected section of Roadway shall be removed.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-99 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
No payment will be made for the rejected materials or the removal of the materials unless
the Contractor requests that the rejected material be tested. If the Contractor elects to
have the rejected material tested, a minimum of three representative samples will be
obtained and tested. Acceptance of rejected material will be based on conformance with
the nonstatistical acceptance Specification. If the CPF for the rejected material is less than
0.75, no payment will be made for the rejected material; in addition, the cost of sampling
and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75,
the cost of sampling and testing will be borne by the Contracting Agency. If the material is
rejected before placement and the CPF is greater than or equal to 0.75, compensation for
the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the
CPF is greater than or equal to 0.75, compensation for the rejected material will be at the
calculated CPF with an addition of 25 percent of the unit Contract price added for the cost
of removal and disposal.
5-04.301)D Resection - A Partial Sublot
In addition to the random acceptance sampling and testing, the Engineer may also isolate
from a normal sublot any material that is suspected of being defective in relative density,
gradation or asphalt binder content. Such isolated material will not include an original
sample location. A minimum of three random samples of the suspect material will be
obtained and tested. The material will then be statistically evaluated as an independent
lot in accordance with Section 1-06.2(2).
5-04.301)E Resection -An Entire Sublot
An entire sublot that is suspected of being defective may be rejected. When a sublot is
rejected a minimum of two additional random samples from this sublot will be obtained.
These additional samples and the original sublot will be evaluated as an independent lot
in accordance with Section 1-06.2(2).
5-04.301)F Resection - A Lot in Progress
The Contractor shall shut down operations and shall not resume HMA placement until
such time as the Engineer is satisfied that material conforming to the Specifications can
be produced:
1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and
the Contractor is taking no corrective action, or
2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95
and the Contractor is taking no corrective action, or
3. When either the PR for any constituent or the CPF of a lot in progress is less than
0.75.
5-04.301)G Resection - An Entire Lot (Mixture or Compaction)
An entire lot with a CPF of less than 0.75 will be rejected.
5-04.302) Joints
5-04.302)A HMA Joints
5-04.3(12)A1 Transverse Joints
The Contractor shall conduct operations such that the placing of the top or wearing course
is a continuous operation or as close to continuous as possible. Unscheduled transverse
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-100 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
joints will be allowed and the roller may pass over the unprotected end of the freshly laid
mixture only when the placement of the course must be discontinued for such a length of
time that the mixture will cool below compaction temperature. When the Work is resumed,
the previously compacted mixture shall be cut back to produce a slightly beveled edge for
the full thickness of the course.
A temporary wedge of HMA constructed on a 201-1:1V shall be constructed where a
transversejoint as a result of paving or planing is open to traffic. The HMA in the temporary
wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or
other methods approved by the Engineer. The wrapping paper shall be removed and the
joint trimmed to a slightly beveled edge for the full thickness of the course prior to
resumption of paving.
The material that is cut away shall be wasted and new mix shall be laid against the cut.
Rollers or tamping irons shall be used to seal the joint.
5-04.3(12)A2 Longitudinal Joints
The longitudinal joint in any one course shall be offset from the course immediately below
by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the
wearing course shall be located at a lane line or an edge line of the Traveled Way. A
notched wedgejoint shall be constructed along all longitudinal joints in the wearing surface
of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall
have a vertical edge of not less than the maximum aggregate size or more than '/2 of the
compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The
sloped portion of the HMA notched wedge joint shall be uniformly compacted.
5-04.3(12)B Bridae Pavina Joint Seals
5-04.3(12)B1 HMA Sawcut and Seal
Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends
of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within
the bridge deck when and where shown in the Plans. Establish the sawcut alignment
points in a manner that they remain functional for use in aligning the sawcut after placing
the overlay.
Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application
procedure.
Construct the bridge paving joint seal as specified ion the Plans and in accordance with
the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail
shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B
and the manufacturer's application procedure.
5-04.3(12)B2 Paved Panel Joint Seal
Construct the paved panel joint seal in accordance with the requirements specified in
section 5-04.3(12)B1 and the following requirement:
1. Clean and seal the existing joint between concrete panels in accordance with Section
5-01.3(8) and the details shown in the Standard Plans.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-101 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
5-04.303) Surface Smoothness
The completed surface of all courses shall be of uniform texture, smooth, uniform as to
crown and grade, and free from defects of all kinds. The completed surface of the wearing
course shall not vary more than '/8 inch from the lower edge of a 10-foot straightedge
placed on the surface parallel to the centerline. The transverse slope of the completed
surface of the wearing course shall vary not more than '/4 inch in 10 feet from the rate of
transverse slope shown in the Plans.
When deviations in excess of the above tolerances are found that result from a high place
in the HMA, the pavement surface shall be corrected by one of the following methods:
1. Removal of material from high places by grinding with an approved grinding
machine, or
2. Removal and replacement of the wearing course of HMA, or
3. By other method approved by the Engineer.
Correction of defects shall be carried out until there are no deviations anywhere greater
than the allowable tolerances.
Deviations in excess of the above tolerances that result from a low place in the HMA and
deviations resulting from a high place where corrective action, in the opinion of the
Engineer, will not produce satisfactory results will be accepted with a price adjustment.
The Engineer shall deduct from monies due or that may become due to the Contractor the
sum of $500.00 for each and every section of single traffic lane 100 feet in length in which
any excessive deviations described above are found.
When utility appurtenances such as manhole covers and valve boxes are located in the
traveled way, the utility appurtenances shall be adjusted to the finished grade prior to
paving. This requirement may be waived when requested by the Contractor, at the
discretion of the Engineer or when the adjustment details provided in the project plan or
specifications call for utility appurtenance adjustments after the completion of paving.
Utility appurtenance adjustment discussions will be included in the Pre -Paving planning
(5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior
to the start of paving.
5-04.304) Planing (Milling) Bituminous Pavement
The planing plan must be approved by the Engineer and a pre planing meeting must be
held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing
submittals.
Locations of existing surfacing to be planed are as shown in the Drawings.
Where planing an existing pavement is specified in the Contract, the Contractor must
remove existing surfacing material and to reshape the surface to remove irregularities.
The finished product must be a prepared surface acceptable for receiving an HMA overlay.
Use the cold milling method for planing unless otherwise specified in the Contract. Do not
use the planer on the final wearing course of new HMA.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-102 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Conduct planing operations in a manner that does not tear, break, burn, or otherwise
damage the surface which is to remain. The finished planed surface must be slightly
grooved or roughened and must be free from gouges, deep grooves, ridges, or other
imperfections. The Contractor must repair any damage to the sur-face by the Contractor's
planing equipment, using an Engineer approved method.
Repair or replace any metal castings and other surface improvements damaged by
planing, as deter -mined by the Engineer.
A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a
minimum of 4 inches of curb reveal after placement and compaction of the final wearing
course. The dimensions of the wedge must be as shown on the Drawings or as specified
by the Engineer.
A tapered wedge cut must also be made at transitions to adjoining pavement surfaces
(meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line
with vertical faces 2 inches or more in height, producing a smooth transition to the existing
adjoining pavement.
After planing is complete, planed surfaces must be swept, cleaned, and if required by the
Contract, patched and preleveled.
The Engineer may direct additional depth planing. Before performing this additional depth
planing, the Contractor must conduct a hidden metal in pavement detection survey as
specified in Section 5-04.3(14)A.
5-04.304)A Pre -Planing Metal Detection Check
Before starting planing of pavements, and before any additional depth planing required by
the Engineer, the Contractor must conduct a physical survey of existing pavement to be
planed with equipment that can identify hidden metal objects.
Should such metal be identified, promptly notify the Engineer.
See Section 1-07.16(1) regarding the protection of survey monumentation that may be
hidden in pavement.
The Contractor is solely responsible for any damage to equipment resulting from the
Contractor's failure to conduct a pre -planing metal detection survey, or from the
Contractor's failure to notify the Engineer of any hidden metal that is detected.
5-04.3(14)B Paving and Planing Under Traffic
5-04.304)1131 General
In addition the requirements of Section 1-07.23 and the traffic controls required in Section
1-10, and unless the Contract specifies otherwise or the Engineer approves, the
Contractor must comply with the following:
1. Intersections:
a. Keep intersections open to traffic at all times, except when paving or planing
operations through an intersection requires closure. Such closure must be kept to
the minimum time required to place and compact the HMA mixture, or plane as
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-103 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
appropriate. For paving, schedule such closure to individual lanes or portions
thereof that allows the traffic volumes and schedule of traffic volumes required in
the approved traffic control plan. Schedule work so that adjacent intersections are
not impacted at the same time and comply with the traffic control restrictions
required by the Traffic Engineer. Each individual intersection closure or partial
closure, must be addressed in the traffic control plan, which must be submitted to
and accepted by the Engineer, see Section 1-10.2(2).
b. When planing or paving and related construction must occur in an intersection,
consider scheduling and sequencing such work into quarters of the intersection,
or half or more of an intersection with side street detours. Be prepared to
sequence the work to individual lanes or portions thereof.
c. Should closure of the intersection in its entirety be necessary, and no trolley
service is impacted, keep such closure to the minimum time required to place and
compact the HMA mixture, plane, remove asphalt, tack coat, and as needed.
d. Any work in an intersection requires advance warning in both signage and a
number of Working Days advance notice as determined by the Engineer, to alert
traffic and emergency services of the intersection closure or partial closure.
e. Allow new compacted HMA asphalt to cool to ambient temperature before any
traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval
has been obtained from the Engineer.
2. Temporary centerline marking, post -paving temporary marking, temporary stop
bars, and maintaining temporary pavement marking must comply with Section 8-
23.
3. Permanent pavement marking must comply with Section 8-22.
5-04.3(14)B2 Submittals — Planing Plan and HMA Paving Plan
The Contractor must submit a separate planing plan and a separate paving plan to the
Engineer at least 5 Working Days in advance of each operation's activity start date. These
plans must show how the moving operation and traffic control are coordinated, as they will
be discussed at the pre -planing briefing and pre -paving briefing. When requested by the
Engineer, the Contractor must provide each operation's traffic control plan on 24 x 36 inch
or larger size Shop Drawings with a scale showing both the area of operation and sufficient
detail of traffic beyond the area of operation where detour traffic may be required. The
scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer
agrees sufficient detail is shown.
The planing operation and the paving operation include, but are not limited to, metal
detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying,
staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the
briefing.
When intersections will be partially or totally blocked, provide adequately sized and
noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in
advance. The traffic control plan must show where peace officers will be stationed when
signalization is or may be, countermanded, and show areas where flaggers are proposed.
At a minimum, the planing and the paving plan must include:
1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each
day's traffic control as it relates to the specific requirements of that day's planing
and paving. Briefly describe the se-quencing of traffic control consistent with the
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-104 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
proposed planing and paving sequence, and scheduling of placement of temporary
pavement markings and channelizing devices after each day's planing, and
paving.
2. A copy of each intersection's traffic control plan.
3. Haul routes from Supplier facilities, and locations of temporary parking and staging
areas, including return routes. Describe the complete round trip as it relates to the
sequencing of paving operations.
4. Names and locations of HMA Supplier facilities to be used.
5. List of all equipment to be used for paving.
6. List of personnel and associated job classification assigned to each piece of paving
equipment.
7. Description (geometric or narrative) of the scheduled sequence of planing and of
paving, and intended area of planing and of paving for each day's work, must
include the directions of proposed planing and of proposed paving, sequence of
adjacent lane paving, sequence of skipped lane paving, intersection planing and
paving scheduling and sequencing, and proposed notifications and coordinations
to be timely made. The plan must show HMA joints relative to the final pavement
marking lane lines.
8. Names, job titles, and contact information for field, office, and plant supervisory
personnel.
9. A copy of the approved Mix Designs.
10. Tonnage of HMA to be placed each day.
11. Approximate times and days for starting and ending daily operations.
5-04.3(14)B3 Pre -Paving and Pre -Planing Briefing
At least 2 Working Days before the first paving operation and the first planing operation,
or as scheduled by the Engineer for future paving and planing operations to ensure the
Contractor has adequately prepared for notifying and coordinating as required in the
Contract, the Contractor must be prepared to discuss that day's operations as they relate
to other entities and to public safety and convenience, including driveway and business
access, garbage truck operations, Metro transit operations and working around energized
overhead wires, school and nursing home and hospital and other accesses, other
contractors who may be operating in the area, pedestrian and bicycle traffic, and
emergency services. The Contractor, and Subcontractors that may be part of that day's
operations, must meet with the Engineer and discuss the proposed operation as it relates
to the submitted planing plan and paving plan, approved traffic control plan, and public
convenience and safety. Such discussion includes, but is not limited to:
General for both Paving Plan and for Planing Plan:
a. The actual times of starting and ending daily operations.
b. In intersections, how to break up the intersection, and address traffic control and
signalization for that operation, including use of peace officers.
c. The sequencing and scheduling of paving operations and of planing operations,
as applicable, as it relates to traffic control, to public convenience and safety,
and to other con -tractors who may operate in the Project Site.
d. Notifications required of Contractor activities, and coordinating with other entities
and the public as necessary.
e. Description of the sequencing of installation and types of temporary pavement
markings as it relates to planning and to paving.
f. Description of the sequencing of installation of, and the removal of, temporary
pavement patch material around exposed castings and as may be needed
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-105 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
g. Description of procedures and equipment to identify hidden metal in the
pavement, such as survey monumentation, monitoring wells, street car rail, and
castings, before planning, see Section 5-04.3(14)B2.
h. Description of how flaggers will be coordinated with the planing, paving, and
related operations.
i. Description of sequencing of traffic controls for the process of rigid pavement
base repairs.
j. Other items the Engineer deems necessary to address.
2. Paving — additional topics:
a. When to start applying tack and coordinating with paving.
b. Types of equipment and numbers of each type equipment to be used. If more
pieces of equipment than personnel are proposed, describe the sequencing of
the personnel operating the types of equipment. Discuss the continuance of
operator personnel for each type equip-ment as it relates to meeting
Specification requirements.
c. Number of JMFs to be placed, and if more than one JMF how the Contractor
will ensure different JMFs are distinguished, how pavers and MTVs are
distinguished if more than one JMF is being placed at the time, and how pavers
and MTVs are cleaned so that one JMF does not adversely influence the other
JMF.
d. Description of contingency plans for that day's operations such as equipment
breakdown, rain out, and Supplier shutdown of operations.
e. Number of sublots to be placed, sequencing of density testing, and other
sampling and testing.
5-04.305) Sealing Pavement Surfaces
Apply a fog seal where shown in the plans
Section 5-02.3. Unless otherwise approved
opening to traffic.
Construct the fog seal in accordance with
by the Engineer, apply the fog seal prior to
5-04.3(16) HMA Road Approaches
HMA approaches shall be constructed at the locations shown in the Plans or where staked
by the Engineer. The Work shall be performed in accordance with Section 5-04.
5-04.307) Temporary Asphalt Pavement
(December 1, 2021 CFW GSP)
Section 5-04.3(17) is a new section:
Temporary asphalt pavement shall be placed by the Contractor immediately upon
the request of the Engineer for the maintenance of traffic during construction.
These areas include: voids created by the removal of existing improvements (i.e.
Traffic islands, curbs), providing paved access to private properties, and ramps for
property access during cement concrete driveway approach construction. All
temporary paving shall be approved by the Engineer before placement. Any areas
of temporary pavement to be removed and replaced shall be approved by the
Engineer beforehand. This work shall also include the removal of temporary
asphalt concrete pavement in its entirety prior to final paving.
Hot Mix Asphalt Temporary Pavement: Hot mix asphalt will be used for any
trench or pavement restoration within the traveled way. Whether temporary or
permanent, saw cut and treat edges with CSS-1 asphalt emulsion and apply a
minimum 3-inch pavement depth or match existing, whichever is greater. Also, fill
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-106 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
voids created by the removal of existing traffic islands and curbing, paving over
excavated roadway to temporary access to adjacent properties, and ramps for
property access during concrete approach construction.
Cold Mix Asphalt Temporary Pavement: Cold mix asphalt is allowed for
temporary paving outside the traveled way. The cold mix shall be approved by the
Engineer and placed in a 2-inch minimum thickness. Placement of temporary
pavement without prior approval of the Engineer shall be considered as a benefit
of the Contractor and no cost to the owner. Any areas of temporary pavement to
be removed and replaced require prior approval by the Engineer. This work shall
include the removal of the temporary pavement prior to paving of final asphalt
concrete pavement.
5-04.4 Measurement
HMA Cl. PG , HMA for Cl. PG , and Commercial HMA will
be measured by the ton in accordance with Section 1-09.2, with no deduction being made
for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the
Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the
material removed will not be measured.
Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01
mile or by the square yard, whichever is designated in the Proposal.
Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2.
Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton,
whichever is designated in the Proposal.
Planing bituminous pavement will be measured by the square yard.
Temporary pavement marking will be measured by the linear foot as provided in Section
8-23.4.
(April 1 Z 2018 CFW GSP)
Section 5-04.4 is supplemented with the following:
Hot Mix Asphalt Temporary Pavement shall be measured by the ton of material
actually placed, with no deduction being made for the weight of liquid asphalt,
blending sand, mineral filler, or any other component of the mixture. Hot Mix
Asphalt Temporary Pavement shall be paid under the "Temporary Pavement" bid
item and shall include placement and compaction of hot mix asphalt, removal and
disposal of temporary pavement.
Cold Mix Asphalt Temporary Pavement will not be measured and shall be
considered incidental to other bid items.
5-04.5 Payment
Payment will be made for each of the following Bid items that are included in the Proposal:
"HMA Cl. PG ", per ton.
"HMA for Preleveling Cl. PG ", per ton.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-107 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
"HMA for Pavement Repair Cl. _ PG _", per ton.
"Commercial HMA", per ton.
The unit Contract price per ton for "HMA Cl. _ PG _", "HMA for Approach Cl. _ PG
", "HMA for Preleveling Cl. PG ", "HMA for Pavement Repair Cl. PG
and "Commercial HMA" shall be full compensation for all costs, including anti -stripping
additive, incurred to carry out the requirements of Section 5-04 except for those costs
included in other items which are included in this Subsection and which are included in
the Proposal.
"Crack Sealing", by force account.
"Crack Sealing" will be paid for by force account as specified in Section 1-09.6. For the
purpose of providing a common Proposal for all Bidders, the Contracting Agency has
entered an amount in the Proposal to become a part of the total Bid by the Contractor.
"Planing Bituminous Pavement", per square yard.
The unit Contract price per square yard for "Planing Bituminous Pavement" shall be full
payment for all costs incurred to perform the Work described in Section 5-04.3(14).
"Temporary Pavement Marking", per linear foot.
Payment for "Temporary Pavement Marking" is described in Section 8-23.5.
"Asphalt Price Adjustment", by calculation.
"Asphalt Price Adjustment" will be calculated and paid for as described in Section 5-
04.3(9)C6.
(December 1, 2021 CFW GSP)
Section 5-04.5 is supplemented with the following:
The unit Contract price per ton for "HMA Cl. PG ", "HMA for Approach Cl.
_ PG _", "HMA for Preleveling Cl. _ PG _", "HMA for Pavement Repair
Cl. _ PG _", and "Commercial HMA" shall include compaction testing by the
Contractor.
END OF DIVISION 5
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-108 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
DIVISION 6
STRUCTURES
6-02 CONCRETE STRUCTURES
6-02.3 Construction Requirements
6-02.3(2)A Contractor Mix Design
(December 16, 2022 CFW GSP)
The first sentence of the first paragraph of Section 6-02.3(2)A is deleted and replaced with the
following:
The Contractor shall provide a mix design in writing to the Engineer for all classes of
concrete.
6-02.3(2)B Commercial Concrete
(December 16, 2022 CFW GSP)
The last sentence of the first paragraph of Section 6-02.3(2)B is deleted and replaced with the
following:
Commercial concrete requires mix design and source approvals for cement, aggregate,
and other admixtures.
Section 6-02.3(2)B is supplemented with the following:
The concrete class requirements in paragraph one and two are applicable for Type 1/II
Portland cement. See Section 9.01.2(1)B for requirements for Type 1 L cement.
END OF DIVISION 6
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-109 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS,
SANITARY SEWERS, WATER MAINS, AND CONDUITS
7-01 DRAINS
7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
7-05.3 Construction Requirements
(March 2Z 2023 CFW GSP)
Section 7-05.3 is supplemented with the following:
Storm drain cleanouts shall be provided for retaining wall drainage and connected to the
storm drainage system at the locations specified in the plans or as directed by the
Engineer.
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 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.
The following requirements shall be applicable to both existing and proposed structures,
as shown in the plans, or as designated by the Engineer:
Vaned Grate vs Solid Lid
A vaned grate and associated frame shall be installed on manholes and
catch basins located where they will accept runoff. Bi-directional vaned
grates shall be installed at all roadway sag locations and at low points along
curb returns.
All structures not receiving surface runoff shall include solid lids, unless
otherwise indicated in the plans or directed by the Engineer.
Locking vs Non -Locking Lid
All lids and frames shall be locking unless shown as non -locking on plans
or directed otherwise by the Engineer. The Contractor shall place anti -
seize compound on all locking lid bolts prior to the final project punch list
inspection.
Round vs Square Lid
All structures, new or existing, shall utilize round lids, except for those that
accept surface runoff (i.e. those located along a gutter flow line). Catch
basins shall include conversion risers to accommodate round lids where
indicated in the plans or directed by the Engineer.
Heavy -Duty Hinged Frames and Covers
Heavy-duty hinged frames and covers shall be installed whenever round,
solid lids are required as outlined above.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-110 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
7-05.30) Adjusting Manholes, Valve Boxes and Catch Basins to Grade
(April 12, 2018 CFW GSP)
Section 7-05.3 is supplemented with the following:
Manholes, valve boxes, catch basins, and other structures shall not be adjusted to
final grade until the adjacent pavement is completed, at which time the center of
each structure shall be carefully relocated from references previously established
by the Contractor. The asphalt concrete pavement shall be removed to a neat
circular shape for circular grates and covers and a neat rectangular shape for
rectangular grates and covers. The edge of the cut shall be 1.5 feet from the
outside edge of the cast iron frame of the structure. The base materials and
crushed rock shall be removed to the full depth of adjustment plus 2 inches. The
manhole and catch basin frames shall be lifted and reset to the final grade, plumb
to the roadway, and shall remain operational and accessible. (Reference City of
Federal Way Standard Drawing 3-55 for Utility Adjustment).
The Contractor shall adjust manholes and catch basins with pre -cast grade rings,
and mortar and high impact adjustment risers with a maximum 2-inch thickness
where required for heavy-duty frames and covers within the travelled roadway.
Metal adjustment rings shall not be used. If more than three grade rings are
required to adjust a manhole or Type 2 catch basin to final grade, including existing
grade rings, the Contractor shall remove the existing cone section or top slab,
install a pre -cast manhole section of sufficient height to limit the number of grade
rings to a maximum of three, and reinstall the cone section or top slab prior to
paving operations. Grade adjustment rings and high impact riser installation shall
be inspected by the Engineer prior to frame installation. Cover and grate frames
shall be securely grouted to the structure.
Where existing structures are located within the wheel path of a proposed travel
lane, catch basins adjusted to grade shall also include conversion risers and heavy
duty locking frames and covers and high -impact risers.
Following frame installation, the edges of the removed asphalt pavement and the
outer edge of the reset frame shall be painted with asphalt for tack coat. The entire
void around the adjustment shall then be filled with Commercial HMA, placed and
compacted in maximum 3-inch lifts, to match the adjacent pavement surface. The
joint between the patch and existing pavement shall then be painted with asphalt
for tack coat and immediately covered with dry paving sand before the asphalt for
tack coat solidifies.
7-05.3(6) Cleaning
(April 12, 2019 CFW GSP)
Section 7-05.3(6) is a new section:
Prior to final project acceptance by the City, the Contractor shall be responsible to
ensure the sumps of all manholes, inlets, catch basins, and drywells are clean of
sediment and debris.
7-05.4 Measurement
(December 1, 2021 CFW GSP)
Section 7-05.4 is supplemented with the following:
"Adjust Manhole" will be measured per each.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-111 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
"Non -Slip MMA Coating" will be measured per square foot.
"Heavy Duty Round Solid Locking Casting" will be measured per each.
"High Impact Riser" will be measured per each.
7-05.5 Payment
(December 16, 2022 CFW GSP)
Section 7-05.5 is supplemented with the following:
"Adjust Manhole", per each.
"Adjust Catch Basin", per each.
"Non -Slip MMA Coating", per square foot.
"Heavy Duty Round Solid Locking Casting" will be measured per each.
"High Impact Riser" will be measured per each.
The unit contract price for catch basins and/or manholes shall be full pay for furnishing all
labor, tools, equipment, and materials necessary to complete each unit according to the
Plans and Specifications. This includes all sawcutting, pavement removal and disposal,
excavation, dewatering (if required), temporary flow bypass, connections to existing and
new pipe, foundation material, bedding, imported backfill, compaction, surface restoration,
testing, cleaning, and furnishing and placing of all accessories and conversion risers,
temporary patching hot mix to allow for the passage of traffic, and other items as
applicable. Frames and grates or rings and covers, grade rings and adjustment risers
including conversion risers, and non -slip MMA coating for new lids in accessible surfaces
shall be considered incidental to this bid item and will not be measured for separate
payment. 50% of payment will be made once the catch basin or manhole is installed and
the pipe inlets and outlets are grouted. The remaining 50% will be paid once risers/rings
are grouted to the satisfaction of the City, the frame/grate is installed, and non -slip MMA
coating is applied.
The unit contract price for "Adjust Manhole" and/or "Adjust Catch Basin" and/or "Adjust
Inlet" applies to existing storm drainage catch basins, inlets, and manholes that require
adjustment to grade by addition or removal of adjustment risers. The unit contract price
includes all labor, tools, equipment, and materials necessary to adjust drainage structures
to finished grade, sawcutting, temporary patching hot mix to allow for the passage of traffic,
restoration of the area around the adjusted structure, and providing new rings and covers
or frames and grates. Conversion of catch basin/manhole/inlet lids (i.e. convert to heavy
duty, solid, round locking lid) shall be included in this bid item. Grade rings and adjustment
risers (concrete or high -impact) shall be considered incidental to this bid item and will not
be measured for separate payment. Payment will be made once the adjustment is fully
complete and grouted. Partial payment will not be made if risers have been added, but
the grouting has not been completed to the satisfaction of the City.
The unit contract price includes all labor, tools, equipment, and materials necessary to
adjust structures to finished grade, saw cutting, temporary patching hot mix to allow for
the passage of traffic, restoration of the area around the converted structure. Payment
will be made once the adjustment is fully complete and grouted. Partial payment will not
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-112 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
be made if risers have been added, but the grouting has not been completed to the
satisfaction of the City or utility.
7-07 CLEANING EXISTING DRAINAGE STRUCTURES
7-07.5 Payment
(April 12, 2018 CFW GSP)
Section 7-07.5 is replaced with the following:
All costs associated with cleaning existing drainage structures shall be considered
incidental to and included in the various bid items and no additional payment shall be
made.
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.30 A Trenches
(March 22, 2023 CFW GSP)
Section 7-08.3(1)A is supplemented with the following:
Where water is encountered in the trench, it shall be removed during pipe -laying
operations and the trench so maintained until the ends of the pipe are sealed and
provisions are made to prevent floating of the pipe. Trench water or other deleterious
materials shall not be allowed to enter the pipe at any time.
Trenching may disturb existing pavement markings that are not shown to be replaced in
the plans. All such pavement markings damaged by trenching shall be repaired after
trenching is backfilled and restored. The new pavement markings shall match the
damaged pavement marking. All pavement marking repair cost shall be incidental to the
pipe installation, including all necessary labor and materials.
7-08.3(3) Backfilling
(December 16, 2022 CFW GSP)
Section 7-08.3(3) is supplemented with the following:
Initial backfilling shall be performed only after inspection and approval of the installed pipe.
Backfill shall be accomplished in such a manner that the pipe is not damaged by impact
or overloading. Water settling will not be permitted.
If there is an excess of acceptable backfill material obtained from trench excavation at one
location on the project, the Contractor may request approval from the City to use it at other
locations on the project. Native backfill stockpiles shall be protected to prevent excessive
wetting. The cost of transporting the excess backfill material shall be considered incidental
to the pipe or structure backfilled.
7-20.2(3) Modular Wetland Units
Modular Wetland stormwater media filter units shall consist of MWS Linear Modular
Subsurface Flow Wetland Systems, as manufactured by Bio Clean Enviornmental
Services, Inc., 2972 San Luis Rey Road, Oceanside, CA 92058, (760) 433-7640, or
Modular Wetland Systems, Inc., P.O. Box 869, Oceanside, CA 92049, (760) 433-7650.
Modular Wetland units shall have a General Use Level Designation (GULD) for Enhanced
treatment from the State of Washington Department of Ecology through the TAPE
program.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-113 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Each Modular Wetland unit consists of a precast concrete vault containing a pretreatment
chamber, bioriltration chamber, and discharge chamber. The pretreatment chamber
houses perforated cartridge media filters, and is used for pretreating stormwater before it
enters the bioriltration chamber. The pretreatment chamber has a pervious floor
connected to the underdrain system, to function as a drain down system. The biofiltration
chamber has a periphial void area around the filtration media cells and a centralized and
vertically extending underdrain to collect filtered water from each cell. Treatment media
within the biofiltration chamber consists of a sorptive media mix which does not contain
any organic material and a layer of plant establishment media. Pretreated stormwater
flows horizontally through the biofiltration material from the exterior void to the underdrain
at the center. Treated water collected by the underdrain flows horizontally to the discharge
chamber, which houses a flow control orifice plat that restricts flows greater than the
treatment flow rate. The discharge chamber also contains a drain down filter to treat drain
down flows that are not treated by the biofiltration chamber.
END OF DIVISION 7
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-114 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL
8-01.3 Construction Requirements
8.01.30) General
(April 1 Z 2018 CFW GSP)
The first paragraph of 8-01.3(1) is deleted and replaced with the following:
The Contractor shall install a high visibility fence along the right-of-way lines shown
in the Plans or as instructed by the Engineer.
8-01.30 A Submittals
(April 1 Z 2018 CFW GSP)
Section 8-01.3(1)A is revised to read:
A Stormwater Pollution Prevention Plan (SWPPP) shall be prepared by the
Contractor and submitted for approval to the Engineer. The plan shall consist of
the Contractor's complete strategy to meet the requirements of the Department of
Ecology's NPDES and State Waste Discharge General Permit for Stormwater
Discharges Associated With Construction Activity (General Permit). The SWPPP
shall include and modify as necessary the Site Preparation and Erosion Control
Plan drawings provided as part of the Contract Plans. The Contractor shall prepare
review and modify the SWPPP as necessary to be consistent with the actual work
schedule, sequencing, and construction methods that will be used on the project.
The Contractor's SWPPP shall meet the requirements of the general permit. The
Contractor's modifications to the SWPPP shall also incorporate the content and
requirements for the Spill Prevention, Control and Countermeasures (SPCC) Plan
in accordance with Section 1-07.15(1).
The SWPPP shall document all the erosion and sediment control Best
Management Practices (BMPs) proposed, whether permanent or temporary. The
plan shall document installation procedures, materials, scheduling, and
maintenance procedures for each erosion and sediment control BMP. The
Contractor shall submit the SWPPP for the Engineer's approval before any work
begins. The Contractor shall allow at least five working days for the Engineer's
review of the initial SWPPP or any revisions to the modified SWPPP. Failure to
approve all or part of any such plan shall not make the Contracting Agency liable
to the Contractor for any work delays. The Contractor may not begin work without
an approved Contractor's SWPPP.
The Contractor shall complete and modify the SWPPP to meet the Contractor's
schedule and method of construction. All TESC Plans shall meet the requirements
of the current edition of the WSDOT Temporary Erosion and Sediment Control
Manual M 3109 and be adapted as needed throughout construction based on site
inspections and discharge samples to maintain compliance with the CSWGP. The
Contractor shall develop a schedule for implementation of the SWPPP work and
incorporate it into the Contractor's progress schedule.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-115 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
In addition, the SWPPP shall outline the procedures to be used to prevent high pH
stormwater or dewatering water from entering surface waters. The plan shall
include how the pH of the water will be maintained between pH 6.5 and pH 8.5
prior to being discharged from the project or entering surface waters. Prior to
beginning any concrete or grinding work, the Contractor shall submit the plan, for
the Engineer's review and approval.
As a minimum, the SWPPP shall include all the SWPPP requirements identified in
the General Permit, including:
Narrative discussing and justifying erosion control decisions (12 elements)
Drawings illustrating BMPs types and locations
Engineering calculations for ponds and vaults used for erosion control
A schedule for phased installation and removal of the proposed BMPs,
including:
A. BMPs that will be installed at the beginning of project startup.
B. BMPs that will be installed at the beginning of each construction
season.
C. BMPs that will be installed at the end of each construction season.
D. BMPs that will be removed at the end of each construction season.
E. BMPs that will be removed upon completion of the project.
An Ecology template is available to the Contractor for producing the SWPPP, using
project- specific information added by the Contractor. The template and
instructions are available at:
http://www.ecy.wa.gov/programs/wq/stormwater/construction/
Turbidity and pH Exceedances
Following any exceedances of the turbidity or pH benchmarks, the Contractor shall
provide the following at no additional cost to the Contracting agency:
1. The necessary SWPPP revisions and on -site measures/revisions including
additional source control, BMP maintenance, and/or additional stormwater
treatment BMPs that are necessary to prevent continued exceedance of
turbidly and/or pH benchmarks.
2. The regulatory notification to the Dept. of Ecology and to the Engineer of
any monitoring results requiring regulatory notification.
3. The additional daily sampling and reporting measures described in the
General Permit to verify when project site runoff is in compliance.
8-01.3(1)B Erosion and Sediment Control (ESC) Lead
(October 3, 2022 WSDOT GSP, OPTION 1)
Item number 3 and 4 in the second paragraph of Section 8-01.3(1)B are revised to read:
3. Submit to the Engineer no later than the end of the next working day following
the inspection a TESC Inspection Report that includes:
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-116 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
a. When, where, and how BMPs were installed, maintained, modified,
and removed.
b. Observations of BMP effectiveness and proper placement.
c. Recommendations for improving future BMP performance with
upgraded or replacement BMPs when inspections reveal TESC
BMP deficiencies.
d. Identify for each discharge point location whether there is
compliance with state water quality standards in WAC 173-201 A for
turbidity and pH.
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(5) Planting Area Preparation
(April 12, 2018 CFW GSP)
Section 8-02.3(5) is supplemented with the following:
Thoroughly scarify subgrade in tree, and seeded lawn areas to a minimum depth
of six -inches (6") except within critical root zones of existing trees to remain, as
noted on plans. Scarified subgrade shall be inspected and approved by the
Engineer prior to the placement of topsoil. Remove all construction debris and
rocks over two -inches (2") in diameter prior to placing topsoil.
Scarified subgrade shall be inspected and approved by the Engineer prior to
placement of topsoil. Upon approval of the subgrade, Topsoil A shall be installed
to a minimum depth of 4 inches lightly compacted depth in all seeded areas, unless
otherwise noted on plans.
Lightly compact soil and establish a smooth and uniform finished grade to allow to
surface drainage and prevents ponding.
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-117 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
The areas shall be brought to a uniform grade, 1 inch, or the specified depth of
mulch, below walks, curbs, junction and valve boxes, and driveways, unless
otherwise specified.
The costs of removing all excess material and debris shall be considered incidental
to and included in the unit contract prices of other items in this contract.
8-02.3(6)B Fertilizers
(September 3, 2019 WSDOT GSP, OPTION 3)
Section 8-02.3(6)B is supplemented with the following:
Fertilizer shall be a commercially prepared mix of 10-20-20 and shall be applied at
the rate of 10 pounds per 1000 square feet.
8-02.3(8) Planting
(March 22, 2023 CFW GSP)
Section 8-02.3(8) is supplemented with the following:
All Topsoil Type A required to pit plant trees and bark mulch for topdressing, as
specified in the plans, shall be considered incidental to and included in the unit
contract price of the trees.
Use loosened and replaced compacted mineral native soil without organics under
tree rootball. Use topsoil on sides of tree rootball only. Use full depth topsoil for
shrubs.
Trees shall be handled by the rootball, not by the trunk. Burlap and wire shall
remain intact until trees are set in their final positions within each planting pit.
Plant trees and shrubs upright and rotate in order to give the best appearance or
relationship to adjacent plants, topography, and structures. Hold plant rigidly in
position until topsoil has been backfilled and water settled free of voids and air
pockets and tamped firmly around the ball or roots.
When the pit is backfilled halfway, place the specified quantity of fertilizer plant
tablets and stakes as shown in the Plans. Evenly space the fertilizer tablets around
the perimeter of, and immediately adjacent to the root system. Carefully place
water and compact planting topsoil, filling all voids. Tree root crowns to be 1"
higher than finished grade to allow for settlement.
When the planting pit is three quarters backfilled, fill with water and allow water to
soak away. Fill the pits with additional topsoil to finish grade and continue
backfilling as detailed in the Plans. Water trees immediately after planting.
The contractor shall apply 3 inches of pea gravel flush with bottom of tree grates
in tree wells per City Standard Detail 3-31.
8-02.3(11) Bark or Wood Chip Mulch
(April 12, 2018 CFW GSP)
Section 8-02.3(11) is supplemented with the following:
Bark Mulch shall be placed over all tree planting pits to a depth no less than two
(2) inches, or as detailed on the Plans. Thoroughly water and hose down plants
with a fine spray to wash the leaves of the plants immediately after application.
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-118 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
8-02.307) Protection of Private Property and Property Restoration
(March 2Z 2023 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 in the plans,
as directed by the Engineer.
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 1 Z 2018 CFW GSP)
Section 8-02.4 is supplemented with the following:
"Sod Lawn, Incl. 4 In Topsoil" per square yard. The unit contract price will include all
preparation, fertilizer, establishment, topsoil and mowing as called for in the specifications.
"Property Restoration" per force account.
Fertilizer shall be incidental to other bid items unless specifically listed as a bid item.
8-02.5 Payment
(April 1 Z 2018 CFW GSP)
Section 8-02.5 is supplemented with the following:
"Sod Lawn, Incl. 4 In Topsoil" per square yard. The unit contract price will include all
preparation, fertilizer, establishment, topsoil and mowing as called for in the specifications.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-119 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
"Property Restoration" per force account.
8-03 IRRIGATION SYSTEMS
8-03.1 Description
(April 1 Z 2018 CFW GSP)
Section 8-03.1 is supplemented with the following:
The work shall consist of installing a fully functioning and complete landscape irrigation
system.
Some private irrigation systems exist within the project limits which may be impacted by
the project improvements. The Contractor shall minimize the impacts to these facilities to
the maximum extent possible. In the event that irrigation systems are found to encroach
within the limits of the project improvements, they shall be modified as necessary per
Engineer directed force accounts to ensure satisfactory operation upon completion of the
improvements.
The Contractor is responsible to coordinate with affected property owners to ensure their
existing sprinkler systems are fully functional before they are disturbed.
8-03.2 Materials
(April 1 Z 2018 CFW GSP)
Section 8-03.2 is supplemented with the following:
The materials for the irrigation system, where applicable, shall conform with the following
manufacturers in order to be compatible with other systems located throughout the City.
Rainbird 1804 sprinkler bodies and MPR spray nozzles
Rainbird PEB Automatic Control Valve
Rainbird ESPLXBASIC Controller and Cabinet
Buckner Quick Coupling Valve
Febco 850 Double Check Valve
Legend Bronze Valve
Superior 3100 Master Control Valve
8-03.3 Construction Requirements
(April 1 Z 2018 CFW GSP)
Section 8-03.3 is supplemented with the following:
All work shall be in strict conformance with the Lakehaven Utility District Water System
and Sewer Standards, together with the plans, details and manufacturer's written
information regarding recommended installation procedures. References to the use of
galvanized pipe in the Standard Specifications and Amendments shall be replaced with
Schedule 80 PVC or other Engineer accepted pipe material.
Private sprinkler irrigation systems found to encroach within the limits of improvements
shall be modified as necessary to remove the encroachment and to ensure satisfactory
operation of the remaining system. The Contractor shall ensure that existing private
systems remain in operation during the construction of this project. The Contractor shall
furnish temporary water to disconnected existing irrigation systems. Private irrigation
systems that have been damaged during construction activities shall be repaired within 5
working days. The Contractor shall be liable for any damage due to irrigation facilities
damaged by his operations and shall repair such damaged facilities to an "equal or better
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-120 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
than" original condition. This work will include, but not be limited to, cutting and capping
existing pipe, relocating existing risers and sprinkler heads new pipe heads and
connections, and testing of the system. Payment will be by Force Account for Property
Restoration.
8-04 CURBS, GUTTERS, AND SPILLWAYS
8-04.3 Construction Requirements
(March 22, 2023 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.
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 in the Plans, the concrete curb will be ramped for wheel chairs as shown in
the City Standard Plan Details.
Where shown in 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.
8-04.30) Cement Concrete Curbs, Gutters, and Spillways
(December 16, 2022 CFW GSP)
Section 8-04.3(1) is supplemented with the following:
The concrete class requirements in paragraph one are applicable for Type 1/11 Portland
cement. See Section 9.01.2(1)B for requirements for Type 1 L cement.
8-04.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-04.4 is supplemented with the following:
Painting of curbs, where required, will not be measured and is considered incidental to the
unit price of the type of curb.
8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES
8-06.3 Construction Requirements
(December 16, 2022 CFW GSP)
Section 8-06.3 is supplemented with the following:
The concrete class requirements in paragraph one are applicable for Type 1/II Portland
cement. See Section 9.01.2(1)B for requirements for Type 1 L cement.
All driveways shall remain open except as necessary to permit curing of construction
materials or for short periods of time as required for excavations. However, at least one
(1) driveway per parcel shall remain open to vehicular traffic at all times unless otherwise
approved by the Engineer and affected property owner in writing. If a parcel has only one
driveway, then that driveway must be constructed one-half at a time to allow the passage
of vehicles. The amount of time that a driveway can be closed will be limited. To meet
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-121 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
these requirements, the Contractor may use a quick setting concrete. The Engineer shall
approve the quick -setting mix prior to use.
Property owners shall be notified in writing at least 48 hours in advance of any planned
driveway closures
Crushed rock may be used, with Engineer approval, to maintain a driving surface.
8-06.5 Payment
(April 12, 2018 CFW GSP)
Section 8-06.5 is supplemented with the following:
If the Contractor chooses to use a quick -setting concrete mix for driveway construction,
any additional costs to use such mix shall be incidental to the bid item for "Cement Conc.
Driveway" and no additional payment will be made.
If the Contractor chooses to use crushed rock to maintain a driveway surface, it shall be
incidental to the bid item for "Cement Conc. Driveway" and no additional payment shall be
made.
8-07 PRECAST TRAFFIC CURB
8-07.1 Description
(December 12, 2012 CFW GSP)
Section 8-07.1 is deleted and replaced with the following:
This Work consists of furnishing and installing precast traffic curb, block traffic curb,
sloped mountable curb, or dual faced sloped mountable curb of the design and type
specified in the Plans in accordance with these Specifications and the Standard Plans, in
the locations indicated in the Plans or as identified by the Engineer.
8-07.2 Materials
(August 9, 2014 CFW GSP)
Section 8-07.2 is supplemented with the following:
Block Traffic Curb 9-18.3
8-07.3 Construction Requirements
8-07.30) Installing Curbs
(March 30, 2018 CFW GSP)
Section 8-07.3(1) is supplemented with the following:
For both types of curb, nosing pieces, connecting dividers, and radial sections,
as detailed in the Plans, will be required at the ends of the curb lines, at
transitions from Type C traffic curb to Type A traffic curb, and at Type A traffic
curb installation with radii less than 10 feet.
8-09 RAISED PAVEMENT MARKERS
8-09.1 Description
(December 12, 2012 CFW GSP)
Section 8-09.1 is supplemented with the following:
RPM's shall be installed per City of Federal Way Standard Details.
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-122 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
8-09.4 Measurement
(December 1, 2021 CFW GSP)
Section 8-09.4 is supplemented with the following:
"Hydrant Marker, Type 21313" shall be measured per each.
8-09.5 Payment
(December 1, 2021 CFW GSP)
Section 8-09.5 is supplemented with the following:
"Hydrant Marker, Type 21313", per each.
8-13 MONUMENT CASES
8-13.1 Description
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 8-13.1 is deleted and replaced by the following:
This work shall consist of furnishing and placing monument cases, covers, and pipes in
accordance with the Standard Plans and these Specifications, in conformity with the lines
and locations shown in the Plans or as staked by the Engineer.
8-13.2 Materials
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 8-13.2 is supplemented with the following:
The pipe shall be Schedule 40 galvanized pipe.
8-13.3 Construction Requirements
(April 12, 2018 CFW GSP)
The last paragraph of Section 8-13.3 is revised to read:
The Contractor will be responsible for placing the concrete core and tack or wire inside
the pipe.
Section 8-13.3 is supplemented with the following:
Where shown in the Plans or where directed by the Engineer, existing monument case
and covers shall be adjusted to grade as designated by the Engineer. The existing
monument shall be carefully protected so as not to disturb its location in any way. The
Contractor shall have a licensed professional land surveyor locate the monument prior to
the case and cover adjustment if any disturbance of the existing monument is probable.
The existing cast iron ring and cover shall first be removed and thoroughly cleaned for
reinstalling at the new elevation. From that point, the existing structure shall be raised or
lowered to the required elevation. The materials and method of construction shall conform
to the requirements of the Standard Plan as approved by the Engineer.
8-13.3(2)B Reinstalling Monument Case and Cover
(December 16, 2022 CFW GSP)
Section 8-13.3(2)B is supplemented with the following:
The concrete class requirements listed are applicable for Type 1/11 Portland cement.
See Section 9.01.2(1)B for requirements for Type 1 L cement.
8-13.4 Measurement
(March 22, 2023 CFW GSP)
Section 8-13.4 is supplemented with the following:
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-123 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Measurement of monument case, cover, and pipe will be by the unit for each monument
case, cover, and pipe furnished and set. Incidental to this bid item is the completion of a
Record of Survey by a Professional Land Surveyor and filing of all required permits with
the State Department of Natural Resources.
8-13.5 Payment
(March 22, 2023 CFW GSP)
Section 8-13.5 is supplemented with the following:
"Monument Case, Cover, and Pipe", per each.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.2 Materials
(December 16, 2022 CFW GSP)
Section 8-14.2 is supplemented with the following:
The Cement Concrete Sidewalk and curb ramps shall be constructed of Class 4000
concrete or greater if Type 1/11 Portland cement is used. If Type 1 L Blended hydraulic
cement is used, see 9-01.2(1)B.
Concrete Mix Design Criteria
• The cementitious content, including pozzolans if used, shall be between 450 and 550
pounds per cubic yard.
• Total void content shall be greater than 15 percent and less than 25 percent, as
measured by ASTM C 1688.
• The water/cementitous material ratio, by weight, shall be between 0.27 and 0.35.
• Cement: Portland Cement Type I or II conforming to ASTM C 150, Portland Cement
Type IP or IS conforming to ASTM C 595, or Portland Cement Type IL conforming to
Section 9-01.
• Aggregate: Use crushed gravel, stone meeting No. 8 coarse aggregate or No. 89
coarse aggregate per ASTM D 448. If other gradation of aggregate is to be used,
submit data on proposed material to the Engineer for approval at least 7 working days
prior to performing the work.
• Water: Comply with ASTM C 94
8-14.3 Construction Requirements
(December 16, 2022 CFW GSP)
Section 8-14.3 is supplemented with the following:
The concrete class requirements in paragraph one are applicable for Type 1/II Portland
cement. See Section 9.01.2(1)B for requirements for Type 1 L cement.
(April 3, 2017 WSDOT GSP, OPTION 1)
Section 8-14.3 is supplemented with the following:
The Contractor shall request a pre -meeting with the Engineer to be held 2 to 5 working
days before any work can start on cement concrete sidewalks, curb ramps or other
pedestrian access routes to discuss construction requirements. Those attending shall
include:
1. The Contractor and Subcontractor in charge of constructing forms, and placing,
and finishing the cement concrete.
2. Engineer (or representative) and Project Inspectors for the cement concrete
sidewalk, curb ramp or pedestrian access route Work.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-124 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Items to be discussed in this meeting shall include, at a minimum, the following:
1. Slopes shown on the Plans
2. Inspection
3. Traffic control
4. Pedestrian control, access routes and delineation
5. Accommodating utilities
6. Form work
7. Installation of detectable warning surfaces
8. Contractor ADA survey and ADA Feature as -built requirements
9. Cold Weather Protection
(January 7, 2019 WSDOT GSP, OPTION 2)
Section 8-14.3 is supplemented with the following:
Timing Restrictions
Curb ramps shall be constructed on one leg of the intersection at a time. The curb ramps
shall be completed and open to traffic within five calendar days before construction can
begin on another leg of the intersection unless otherwise allowed by the Engineer.
Unless otherwise allowed by the Engineer, the five calendar day time restriction begins
when an existing curb ramp for the quadrant or traffic island/median is closed to pedestrian
use and ends when the quadrant or traffic island/median is fully functional and open for
pedestrian access.
(January 7, 2019 WSDOT GSP, OPTION 3)
Section 8-14.3 is supplemented with the following:
Layout and Conformance to Grades
Using the information provided in the Contract documents, the Contractor shall layout,
grade, and form each new curb ramp, sidewalk, and curb and gutter.
(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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-125 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Scored Cement Concrete Sidewalk shall be broom finished and scored as detailed on the
Plans.
8-14.3(5)C Surface Applied Detectable Warning Surface
(December 16, 2022 CFW GSP)
Section 8-14.3(5)C is replaced with the following:
MMA-Style Truncated Dome Detectable Warning Surfaces applied to asphalt surfaces
for permanent installations shall be liquid -applied Vanguard ADA Systems, or
approved equal.
8-14.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-14.4 is supplemented with the following:
"Reinforced Cement Conc. Sidewalk" will be measured by square yard.
"Reinforced Cement Conc. Perpendicular Curb Ramp" will be measured per each.
"Black Detectable Warning Surface" will be measured per square foot.
8-14.5 Payment
(April 12, 2018 CFW GSP)
Section 8-14.5 is supplemented with the following:
Payment for "Cement Conc. Curb Ramp Type " will not be made until the City has
verified that the ramp(s) meet ADA requirements.
"Reinforced Cement Conc. Sidewalk", per square yard.
"Reinforced Cement Conc. Perpendicular Curb Ramp", per each.
"Black Detectable Warning Surface", per square foot.
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 S 348TH ST NHS PRESERVATION
SP-126 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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).
8-20.20) 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) 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.
Remove foundations entirely, unless the Plans state otherwise.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-127 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
(January 26, 2012 CFW GSP)
Section 8-20.3(1) is supplemented with the following:
Signal Display Installation
Signal displays shall be installed no more than 30 days prior to scheduled signal
turn on or changeover. Signal displays and reflectorized backplates when installed
prior to signal turn -on or changeover shall be covered and not visible to vehicular
traffic at any time.
(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 S 348TH ST NHS PRESERVATION
SP-128 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
(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 22, 2023 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:
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
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:
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-129 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
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 in 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 in 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
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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-130 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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:
1. 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.
8-20.3(4) Foundations
(March 22, 2023 CFW GSP)
Section 8-20.3(4) is supplemented with the following:
The concrete class requirements in paragraph one are applicable for Type 1/11
Portland cement. See Section 9.01.22(1)B for requirements for Type 1 L cement.
Excavation for foundations shall be completed by vactor excavation. This
excavation shall be incidental to the signal or illumination bid items.
Pole foundations within the sidewalk area shall be constructed in a single pour to
the bottom of the cement concrete sidewalk. The sidewalk shall be constructed in
a separate pour.
Pole foundations not within the sidewalk area shall incorporate a 3-foot by 3-foot
by 4-inch-thick cement concrete pad set flush with the adjacent ground. Where the
pad abuts a sidewalk, the pad shall extend to the sidewalk and the top of the pad
shall be flush with the sidewalk. A construction joint shall be provided between the
two units.
The foundation for the controller and service cabinets shall conform to the detail in
the Plans. Conduits shall be centered horizontally except service conduit, which
shall be placed at the side of the power panel.
Foundations for Type I traffic signal poles shall conform to Standard Plan J-21.10.
Foundations for Type II and Type III traffic signal poles shall conform to details on
the Signal Standard Sheet in the Plans.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-131 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Foundations for streetlight poles shall conform to City of Federal Way Drawing
Number 3-39 except that foundation depth shall be as noted on the Illumination
Pole Schedule.
Foundations for the decorative streetlight poles shall conform to City of Federal
Way Drawing Number 3-43 except that foundation depth shall be as noted on the
Illumination Pole Schedule.
8-20.3(4A) Controller Foundations
(March 22, 2023 CFW GSP)
Section 8-20.3(4)A is a new section:
The controller foundation shall conform to the City of Federal Way's Drawing No.
3-45B and 3-45C included in the Appendix of these Specifications.
Additionally, the pad mount shall conform to the following:
1. The concrete pedestal height shall be 20 inches.
2. The spare two-inch conduit shall run to the nearest junction box, unless
placement of such would exceed the junction box capacity in which case
the spare two-inch conduit shall run to the next nearest junction box.
3. Conduits shall be centered horizontally except service conduit which shall
be placed at the side of the power panel.
4. Pedestal shall be tapered from top to bottom at 1:10 on all four sides.
5. Unit shall be mounted on a cement concrete pad per Plan Details.
6. Conduits shall be placed in the front 1/3 of the foundation. Foundations
constructed with conduits located within the three (3) inch cabinet
mounting flange shall be removed and reconstructed. Modification of the
three (3) inch cabinet mounting flange will not be accepted.
The service cabinet foundation shall also be constructed on the larger cement
concrete pad noted in the Plans and shall conform to the City of Federal Way's
Drawing No. 3-45 included in the Appendix of these Specifications.
8-20.3(5) Conduit
8-20.3(5)A 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.
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 be
approved by the Engineer prior to starting work. The recommended owner/type
abbreviations are:
PSE — Puget Sound Energy
QWEST — Lumen
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-132 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
COMCAST(AT&T)/C — Cable
COMCAST(AT&T)/F — Fiber
SIC — City Signal Interconnect
City Spare — City spares
Cobra — COBRA luminaire system
8-20.3(5)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
(March 22, 2023 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 -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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-133 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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 in 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 in 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 in 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.
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 bearing 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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-134 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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, 2012 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 in 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.
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.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-135 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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
Emergenc
Y
Vehicle
Preemptio
n
Vehicle
Heads
Pedestrian
Heads and
PPB
Vehicle
Detectors
Vehicle
Detectors/
Count
Loops
Phases 1 2 3 4 5 6 7 8 A B
_Orange._(.B+)............................................ 5.8.1 .............................. 584..........................._587.........................._590
...Yellow...(Ca_I_I)............................................582...........................585.......................----588 -591
Blue (BB)
583 586 589 592
Red
611
621
631
641
651
661
671
681
691
601
............................................................................................................................
Orange
612
622
632
642
652
662
672
682
692
602
Green
.....................................................................
613
623
633
643
653
663
....................................................................
673
683
693
603
.......................................................................................................................................................................................................................................
Black
614
624
634
644
654
664
674
684
694
604
....................................................................................................................................................................................................................................
White
(Common )
616
626
636
646
656
666
676
686
696
606
Red (Hand)
711
721
731
741
751
761
771
781
791
701
..........................................................................................................
Green.Man
712
722
732
742
752
762
772
.....................................................
782
792
702
... ...............).........................................................................................................................................
White (Common
.............................................................................
716
726
736
746
756
766
776
786
796
706
-for.Lights-)............................................
Orange
(Push button)
...............................................................
714
7 24
..................................
7
...34 744
..................................................
774
............................................................................
784
794
704
Black (Common
715
725
735
745
755
764
775
785
795
705
for Push button)
Loop_ 1
8.21.
83.1
841
851
861
871
881
891
801
..........................................._811
Loop 1
..........
.........................
812
..........
822
.......
832
842
852
862
872
882
892
802
.............................................................................
00 p
813
823
833
843
853
863
873
883
893
803
...............................................................................................................................................................................................................................
Loop. 2
814
824
834
844
854
864
874
884
894
804
............p...............................................................................................................................................................................................................................
Loop 3
815
825
835
845
855
865
875
885
895
805
.................p...............................................................................................................................................................................................................................
Loop
826
836
846
856
866
876
886
896
806
.........................................._816
Loop 4
.....................................................................
827
837
847
857
867
877
887
...................................
897
807
...........................................817
Loop 4
.....................................................................
818
828
838
848
858
868
878
888
...................................
898
808
.............................................................................
921
931
941
951
961
971
...............................................
981
991
901
-Loop_1................
00 p
-911
......................................................................................................................................................................................
912
922
932
942
952
962
972
982
992
902
...............................................................................................................................................................................................................................
Loop 2
913
923
933
943
953
963
973
983
993
.....2
903
............p...............................................................................................................................................................................................................................
Loop_ 2
924
934
944
954
964
974
984
994
904
.........................................._914
Loop
.......................................................
925
935
945
955
965
975
985
...................................
995
905
.........................................._915
Loop 3
.................................................
916
926
936
946
956
966
976
986
...................................
996
906
.................................................................................
00 p
917
927
937
947
957
967
977
987
997
...........
907
...............................................................................................................................................................................................................................
Loop 4
918
928
938
948
958
968
978
988
998
908
8-20.3(9) Bonding and Grounding
(March 13, 2012 CFW GSP)
Section 8-20.3(9) is supplemented with the following:
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-136 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
All conduits which are not galvanized steel shall have grounding wires between
junction boxes.
Ground rods shall be copper clad steel, 3/4-inch in diameter by 10-feet long,
connections shall be made with thermite 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)E Signal Standards
(December 18, 2009 CFW GSP)
Section 8-20.3(14)E is supplemented with the following:
Traffic signal standards shall be furnished and installed in accordance with the
methods and materials noted in the applicable Standard Plans, pre -approved
plans, or special design plans.
After delivering the poles or arms to the job site and before they are installed, they
shall be stored in a place that will not inconvenience the public. All poles and arms
shall be installed in compliance with Washington State Utility and Electrical Codes.
8-20.307) "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 luminaire 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.
8-20.308)Removal of Existing Signal Equipment
(March 22, 2023 CFW GSP)
Section 8-21.3(18) is a new section:
Where noted in 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 OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-137 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
8-20.309) Pedestrian Pushbuttons
(April 1 Z 2018 CFW GSP)
8-20.3(19)A Materials
Section 8-20.3(19)A is supplemented with the following:
The Signal Modification system shall consist of the following components:
1. Foundation, including excavation, haul, and forms
2. Pole assembly and hardware
3. Pushbutton and sign assembly
4. Trenching, installation of new conduits, backfill, and surface restoration
5. Wiring and enclosures
8-20.3(19)B Construction Requirements
Section 8-20.3(19)B is supplemented with the following:
The Contractor shall remove and construct Accessible Pedestrian Pushbuttons for
the following locations:
S 348th St and 9th Ave S — Ramp 1 and 2 (NW Corner)
1. Construct 1 new Pedestrian Signal (PS) pole and foundation for each
curb ramp. Install new APS pushbuttons on new PS poles per WSDOT
Standard Plan J-20.16-02 and J-20.20-02.
2. Remove existing pedestrian signal heads and reinstall on new PS poles.
Plan sheet 12.
3. Remove and dispose existing foundations.
4. Salvage existing PS poles and PPBs to KC.
S 348th St and 9th Ave S — Ramp 3 and 4 (SW Corner)
1. Construct 1 new Type 1 signal pole and foundation for each curb ramp.
Install new APS pushbuttons on new Type 1 signal poles per WSDOT
Standard Plan J-21.10-04 and J-21.15-01, Plan sheet 13.
2. Remove existing pedestrian signal heads and vehicle signal heads and
reinstall on new Type 1 signal poles.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-138 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
3. Remove and dispose existing Type 1 signal poles and foundations.
4. Salvage existing Type 1 signal poles and PPBs to KC.
S 348th St and 9th Ave S — Ramp 5 (NE Corner)
1. Replace two existing PPBs with new APS pushbuttons on existing traffic
signal pole per WSDOT Standard Plan J-20.26-01, Plan sheet 14.
2. Remove / salvage existing PPBs to KC.
S 348th St and 9th Ave S — Ramp 6 and 7 (SE Corner)
1. Construct 1 new Pedestrian Pushbutton (PPB) pole and foundation for
each curb ramp. Install new APS pushbuttons on new PPB poles per
WSDOT Standard Plan J-20.10-04 and J-20.26-01, Plan sheet 15.
2. Remove/salvage existing PPBs to KC and plug traffic signal pole.
8-20.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-20.4 is replaced with the following:
Adjust Junction box will be measured per each.
"Signal Modification — S 348th St and 9th Ave S, Complete" shall be measured per lump
sum.
The Contractor shall provide and install accessible pedestrian pushbuttons as shown on the
plans. The position of the accessible pedestrian pushbuttons shall be aligned parallel to the
direction of travel for the crosswalk which the pushbutton is intended to serve; however, final
positioning for the optimum effectiveness shall be approved by the Engineer.
Accessible Pedestrian Signals (APS) or Pedestrian Pushbutton (PPB) shall be mounted to the
poles by means of stainless steel bolts. All mountings shall be securely fastened as approved by
the Engineer. Installation shall be per WSDOT Standard Plans J-20.16- 02, J-21.15-01, and J-
20.26-01.
The pedestrian pushbutton housing shall be aluminum and shall be painted black. Unit(s) shall
operate at a temperature range of -35C to 85C. Power requirements shall be 120 VAC, 60 Hz
(100 ma, typical +/- 20%).
8-20.5 Payment
(December 1, 2021 CFW GSP)
Section 8-20.5 is deleted and replaced with the following:
Payment will be made in accordance with the following:
"Adjust Junction box", per each.
"Signal Modification — S 348th St and 9th Ave S, Complete", per lump sum.
The lump sum price for " Signal Modification — S 348th St and 9th Ave S, 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, vehicular and pedestrian
signal heads, pedestrian pushbuttons, connections with existing conduit and junction
boxes, restoring facilities destroyed or damaged during construction, removing and
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-139 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
salvaging existing signal equipment, 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 construction of the cement
concrete pads around signal poles. Removal of an existing signal system 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.
SECTION 8-21 PERMANENT SIGNING
8-21.3 Construction Requirements
8-21.3(5) Sign Relocation
(December 1, 2021 CFW GSP)
Section 8-21.3(5) is supplemented with the following:
King County Metro and/or Pierce Transit personnel will remove and reinstall all
existing bus stop signs and supports within the project limits.
8-21.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-21.4 is deleted and replaced with the following:
"Permanent Signing" is measured on a lump sum basis
"Tubular Marker" will be measured by each.
8-21.5 Payment
(April 12, 2018 CFW GSP)
Section 8-21.5 is deleted and replaced with the following:
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-140 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
The lump sum price for "Permanent Signing" shall include all labor, materials, tools, and
equipment necessary to furnish and install permanent signing, sign removal, and sign
relocation. Sign covering shall be incidental and shall not be measured.
"Tubular Markers", per each.
SECTION 8-22 PAVEMENT MARKING
8-22.1 Description
(November 2, 2020 CFW GSP)
Section 8-22.1 is supplemented with the following:
Pavement markings shall conform to City of Federal Way Standard Details. Profiled and
plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M-20.20.
8-22.2 Materials
(August 27, 2021 CFW GSP)
Section 8-22.2 Sentence #3 is deleted and replaced with the following:
Glass beads for Type A plastic shall be as recommended by the manufacturer.
Section 8-22.2 is supplemented with the following:
Glass beads for Type D plastic and Reflective Elements shall be per Section 9-34.4.
8-22.3 Construction Requirements
(March 22, 2023 CFW GSP)
Section 8-22.3 is supplemented with the following:
Permanent pavement markings shall be installed within 30 calendar days after paving. If
a project contains paving on multiple streets (i.e. schedules of work), this requirement
applies to the paving date for each street / schedule individually.
8-22.3(3) Markina ADDlication
8-22.3(3)E Installation
(November 2, 2020 CFW GSP)
Section 8-22.3(3)E is supplemented with the following:
Profiled Type D lines shall be installed per WSDOT Standard Plan M20.20
8-22.3(3)G Glass Beads
(March 13, 2012, CFW GSP)
Section 8-22.3(3)G is supplemented with the following:
Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10)
pounds per one hundred square feet.
Reflective elements shall be applied to Type D markings at a rate of ten (10) grams
per four (4) inch wide by one (1) linear foot of marking.
8-22.3(6) Removal of Pavement Markings
(March 22, 2023 CFW GSP)
Section 8-22.3(6) is supplemented with the following:
As indicated in the plans, the Contractor shall remove existing pavement markings
that may consist of paint, plastic and raised pavement markings.
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-141 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
8-22.4 Measurement
(December 16, 2022 CFW GSP)
Paragraphs 12 and 13 of Section 8-22.4 are replaced with the following:
Measurement for the removal of all pavement markings will be per lump sum.
8-22.5 Payment
(December 16, 2022 CFW GSP)
Section 8-22.5 is modified as follows:
The following bid items are deleted:
"Removing Paint Line", per linear foot.
"Removing Plastic Line", per linear foot.
"Removing Painted Crosswalk Line", per square foot.
"Removing Plastic Crosswalk Line", per square foot.
"Removing Painted Traffic Marking", per each.
"Removing Plastic Traffic Marking", per each.
The following is a new bid item:
"Removing Pavement Markings", lump sum.
8-23 TEMPORARY PAVEMENT MARKINGS
8-23.1 Description
(March 22, 2023 CFW GSP)
Section 8-23.1 is supplemented with the following:
Temporary pavement markings shall be installed and maintained by the Contractor
prior to traffic being released onto public streets when the installation of permanent
pavement markings is not yet completed. All pavement markings including lines,
symbols, and raised pavement markers shown on the plans and details shall be
provided as temporary pavement markings until such time that permanent
pavement markings are installed. Temporary pavement markings shall generally
follow the alignment for the permanent pavement markings.
8-23.2 Low VOC Waterborne Paint
(March 22, 2023 CFW GSP)
Section 8-23.2 is replaced with the following:
The City of Federal Way does not allow Low VOC Waterborne Paint for temporary
or permanent pavement markings.
8-23.3 Construction Requirements
(April 12, 2018 CFW GSP)
Section 8-22.3 is supplemented with the following:
Temporary Pavement Marking
Temporary pavement markings shall be installed and maintained by the Contractor
whenever permanent pavement markings are included in the Contract and traffic
is released onto public streets or roadways prior to installation of permanent
pavement markings. The Contractor shall perform preliminary layout work to the
satisfaction of the Engineer prior to installation of temporary pavement markings.
After approval of permanent lane markings, the Contractor shall remove the
temporary lane markings to the satisfaction of the Engineer.
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-142 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
The Contractor shall install and remove approved 4-inch-wide reflective traffic
tape, paint line, RPMs and pavement markings per City of Federal Way Standard
Details Dwg 3-17, Dwg 3-18, and Dwg 3-19, as shown on the Plans, specified in
the Special Provisions for this Contract, or as directed by the Engineer.
Appropriately colored 4-inch-wide reflective traffic tape shall be installed with a skip
pattern based on a 10-foot unit consisting of a 1-foot line of tape and a 9-foot gap,
unless otherwise specified on the Plans or in the Special Provisions. Reflective
traffic tape markings shall generally follow the alignment for the permanent
pavement markings and double lines shall be used when specified for the
permanent pavement markings.
Reflective tape shall not be used when the temporary pavement markings are to
be exposed to traffic for more than two weeks without the written approval of the
Engineer.
Paint lines shall be provided for temporary pavement marking conditions not
applicable for reflective tape.
All costs in connection with the use of (placement and removal) reflective traffic
tape as temporary pavement markings shall be incidental to other bid items. All
costs for paint lines and reflective pavement markers used for temporary traffic
control will be paid under those respective bid items.
8-23.30 A Temporary Pavement Markings — Short Duration
(March 22, 2023 CFW GSP)
Paragraph 2 of Section 8-23.3(4)A is modified as follows:
Temporary Center Line (Double Yellow Center Line) — Two SOLID lines used
to delineate adjacent lanes of traffic moving in opposite directions. Temporary
raised pavement markings should be installed on both sides of the yellow lines at
40-foot intervals.
Temporary Center Line (Skip Center Line) — A BROKEN line used to delineate
adjacent lanes of traffic moving in opposite directions. The broken pattern shall be
based on a 10-foot unit, consisting of a 1-foot line with a 9-foot gap.
8-23.4 Measurement
(March 22, 2023 CFW GSP)
Section 8-23.4 is supplemented with the following:
Temporary Flexible Raised Pavement Markers are incidental to Temporary
Pavement Markings. No separate measurement or payment will be made.
Traffic control (Flaggers, Traffic Control Supervisor, Other Traffic Control, etc.) for
the initial installation of Temporary Pavement Markings shall be measured and paid
per the respective Traffic Control Bid Items. Traffic control associated with the
subsequent maintenance of Temporary Pavement Markings shall be incidental to
the temporary pavement making bid items and no additional payment will be made.
8-30 POTHOLING AND RESOLUTION OF UTILITY CONFLICTS
(April 12, 2018 CFW GSP)
Section 8-30 and it's subsections are new sections as follows:
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-143 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
8-30.1 Description
(April 1 Z 2018 CFW GSP)
Section 8-30.1 is a new section:
This work involves the identification and resolution of utility conflicts not identified in the
plans between proposed improvements and existing utilities. The City will pay these costs
by force account if the work proves to be acceptable and the Contractor had performed
the work with the authority of and due notice to the Engineer.
8-30.3 Construction Requirements
(April 1 Z 2018 CFW GSP)
Section 8-30.3 is a new section:
The City may direct the Contractor to pothole existing utilities to verify the field location
and depth. Potholing shall include excavation and backfilling of the existing utility,
identification of the pipe or line size, material type and condition and the survey work to
locate the facility horizontally and vertically. Survey information to be obtained shall
include station and offset to center of utility and elevation at top of utility. Stations, offsets
and elevations shall be to the nearest 0.1 foot unless greater accuracy is required.
Potholes shall be backfilled with CSTC compacted to 95%, or with CDF, as directed by the
Engineer. In areas subject to public traffic, the HMA patch shall match the depth of the
surrounding pavement.
In the event that a conflict arises between the proposed improvements and an existing
utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby
time and additional work in the following manner:
1. Standby time resulting from existing utility conflicts. Standby time is defined as time
the Contractor is unable to proceed with progression of a specific work item (i.e. storm
drainage, underground utility installation etc.) due to conflicts with existing facilities.
However, payment for standby time shall be limited to:
a. For each agreed upon conflict, a maximum of four (4) hours of standby time
will be paid for actual delay of labor and equipment due to a utility conflict. The
Contractor shall be responsible to adjust his work schedule and/or reassign his
work forces and equipment to other areas of work to minimize standby time.
b. If the conflict is resolved within one (1) hour of notification to the Engineer, no
standby time will be paid.
2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices
for the associated work. Work that can be measured and paid for at the unit contract
prices shall not be identified as force account work. This work includes but is not
limited to:
a. Storm drainage manhole, pipe, vault, and conduit realignments of line and/or
grade for the storm drain and undergrounding of overhead utilities, to avoid
existing utility conflicts.
b. Additional storm drainage manholes, pipe, vaults, and conduit required by a
change in alignment, and/or grade, not exceeding the limits set in section 1-
04.4 of the Standard Specifications.
8-30.4 Measurement
(April 1 Z 2018 CFW GSP)
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-144 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Section 8-30.4 is a new section:
"Potholing", will be measured for force account per Section 1-09.6.
"Resolution of Utility Conflicts" will be measured for force account per Section 1-09.6.
8-30.5 Payment
(April 1 Z 2018 CFW GSP)
Section 8-30.5 is a new section:
"Potholing", will be paid by force account.
"Resolution of Utility Conflicts", will be paid by force account
To provide a common proposal for all bidders, the City has estimated the amount for
"Resolution of Utility Conflicts" and "Potholing" and entered the amounts in the proposal
to become a part of the total bid by the Contractor.
Utility conflicts due to the Contractor's actions or operations shall be resolved by the
Contractor at no expense to the Contracting Agency.
END OF DIVISION 8
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-145 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
DIVISION 9
MATERIALS
9-01 CONCRETE
9-01.2 Specifications
9-01.2(1)B Blended Hydraulic Cement
(December 16, 2022 CFW GSP)
Section 9-01.2(1)B is modified with the following:
Type IL cement is only allowed for use within the City of Federal Way subject to
the conditions listed below:
Class
Class
Class 4000 Type 1 L
Class
3000
4000
with crystalline
5000
Type
Type
waterproofing and
Type
1 L
1 L
corrosion protection
1 L
admixture'
Pre -cast Foundations
(luminaires, signals, RRFBs,
X
X
X
X
etc.
Cast -in -Place Foundations
(luminaires, signals, RRFBs,
X
X
X
etc.
Pre -cast or cast -in -place
X
X
X
catch basins and manholes
Roads, curbs, curb & gutters,
roundabouts & aprons,
X
X
sidewalks, ADA ramps,
driveway approaches
Other exposed surfaces
(retaining walls, junction box
X
X
aprons, cabinet bases,
barriers, etc.
' Crystalline Waterproofing admixtures (Penetron or approved equal) shall meet
the following specification: ASTM C494, Type S, hydrophilic, crystalline
permeability -reducing admixture for hydrostatic conditions (PRAH) shall form
insoluble crystals throughout the concrete matrix, self -healing and sealing all
pores, capillaries and cracks up to 0.5mm (1151 inch). The crystalline
waterproofing admixture shall include a colored tracer material so that it is visible
when included in the concrete mix.
For all Type 1 L concrete mixes, the City will not accept any maleated rosin (i.e.
MasterAir AE90) as a supplied air entrainment and waterproofing admixture or any
wax -based curing compounds.
9-03 AGGREGATES
9-03.12 Gravel Backfill
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-146 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
9-03.12(6) Pit Run Sand
(April 12, 2018 CFW GSP)
Section 9-03.12(6) is a new section:
Sieve Size Percent Passing
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.
1 For geosynthetic reinforced walls or slopes, 100percent passing 1 %-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.
9-05 DRAINAGE STRUCTURES AND CULVERTS
9-05.15 Metal Castings
9-05.15(4) Heavy Duty Hinged Style Ductile Iron Frame and Cover
(December 2, 2019 CFW GSP)
Section 9-05.15(4) is a new section:
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-147 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Heavy -Duty hinged style ductile iron frame and covers shall meet the requirements
for metal castings found in Section 9-05.15. The covers shall be hinged and
incorporate a 90-degree blocking system to prevent accidental closure. The cover
shall be operable by one person using standard tools and shall allow for the cover
to open to 120-degrees where it can either remain open in a secure position or be
removed if needed. The cover pick slot shall provide a solid point of removal for
most removal tools and be designed to eliminate surface water inflow. The covers
shall be lockable with a cam lock assembly and have a cap or cover to prevent
debris from entering and preventing access to the lock assembly. Keys for all lock
assemblies will be provided to the City. The frame and cover assembly shall be
capable of withstanding a test load of 100,000 Ibs and include a "T" shaped durable
gasket to cushion traffic shock and resist water infiltration. The frame and cover
assembly shall be circular, compatible with City of Federal Way standard top slab
openings, and available in a 24-inch clear opening. The frame and cover depth
shall not exceed 4 inches and the flange shall incorporate bedding slots and bolt
holes. The cover shall be installed with the hinge facing oncoming traffic so the lid
will open towards traffic.
Heavy -Duty Hinged Style Frame & Cover shall be ERGO Assembly: Product
Number 001040401_01, Manufactured by EJ Group, Inc., 301 Spring Street, PO
Box 439, East Jordan, MI 49727, (800)626-4653, www.ejco.com
9-05.15(5) High Impact Multi -Purpose Rubber Composite Adjustment Risers
(December 2, 2019 CFW GSP)
Section 9-05.15(5) is a new section:
Risers shall be minimum 80% by weight recycled rubber and minimum 10% by
volume recycled RFL fiber. Adjustment risers shall be of uniform quality and free
from cracks, holes, and any other surface defects. Adjustment risers shall be
designed for heavy duty street traffic and shall meet or exceed minimum load
capacity requirements of AASHTO. Adjustment risers shall be installed as a single
unit and shall not be cut into pieces or used as shims. Manufacturer certification
shall be furnished upon request stating that the product meets the requirements of
this specification. Risers shall be available in standard thicknesses from 1/2-inch
to 3-inches; available flat or tapered; and in round, square, and rectangular
shapes.
High Impact Adjustment Riser shall be Infra -Riser Multi -Purpose Rubber
Composite Adjustment Riser, EJ Group, Inc., 301 Spring Street, PO Box 439, East
Jordan, MI, 49727, (800)626-4653, www.ejco.com
9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.1 Materials Submittals and Acceptance
(January 10, 202Z WSDOT GSP, OPT1.2023)
In the table in Section 9-14.1, the row for Compost is revised to read:
9-
Compost
Cert & following information is required to be submitted
14.5(8)
fourteen 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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-148 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
https://apps.leg.wa.gov/WAC/default.aspx?cite=173-
350 (Minimum Functions Standards for Solid Waste
Handling).
b) 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.
c) A copy of the manufacturer's annual Seal of Testing
Assurance STA certification as issued by the U.S.
Composting Council.
d) A sample of the compost approved for use.
e) A list of feed stocks by volume for each compost
type.
f) Compliance with the applicable section.
9-14.2 Topsoil
9-14.20) 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
9-14.4 Fertilizer
(June 12, 2020 CFW GSP)
Section 9-14.4 is supplemented with the following:
Fertilizer for trees shall be biodegradable fertilizer packets, 20-10-5. Apply per
manufacturer's recommendations.
9-14.5 Mulch and Amendments
9-14.5(3) Bark or Wood Chips
(June 12, 2020 CFW GSP)
Section 9-14.5(3) is supplemented with the following:
Bark or Wood Chip Mulch shall be medium grade composted ground fir or hemlock
bark. The bark shall be uniform in color, free from weed seeds, sawdust and
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-149 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
splinters. The moisture content of bagged mulch shall not exceed 22%. The
acceptable size range of bark mulch material is '/2" to 1" with maximum of 20%
passing the'/2" screen.
9-14.7 Plant Materials
9-14.7(2) Quality
(June 12, 2020 CFW GSP)
Section 9-14.7(2) is supplemented with the following:
Plant material shall be free from disfiguring knots, swollen grafts, sunscald injuries,
bark abrasions, evidence of improper pruning or other objectionable disfigurement.
Potted and container stock shall be well rooted and vigorous enough to ensure
survival and healthy growth. Shrubs shall have full foliage (not leggy). Container
stock shall be grown in its delivery container for not less than six (6) months, but
not for more than two (2) years. Root bound or broken containers will not be
accepted. Bare root, liner and root stock with dried or shriveled roots from
exposure will not be accepted.
Measurements, caliper, branching, grading, quality, balling and burlapping shall
follow the Code of Standards of the American Associate of Nurserymen in the
American Standard for Nursery Stock, ANSI 260.1, latest edition. Measurements
shall be taken with all branches in their normal growing position. Plants shall not
be pruned prior to delivery to site.
9-14.7(3) Handling and Shipping
(June 12, 2020 CFW GSP)
Section 9-14.7(3) is supplemented with the following:
Tie back branches as necessary, and protect bark from chafing with burlap bags.
Do not drag Plant materials along ground without proper protection of roots and
branches. Protect rootballs from environmental or mechanical damage and water
as necessary to keep roots moist. Do not store Plants for more than one week.
9-14.7(4) Sod
(June 12, 2020 CFW GSP)
Section 9-14.7(4) is supplemented with the following:
Sod Lawn shall be three-way Tall Fescue Blend Sod, 33.33% Firecracker LS Tall
Fescue, 33.33% Spyder LS Tall Fescue, 33.33% Raptor II Tall Fescue with
degradable netting, or approved equal.
9-14.7(5) Tagging
(June 12, 2020 CFW GSP)
Section 9-14.7(5) is a new section::
All Plant material shall be legibly tagged. Tagging may be by species or variety
with minimum of one tag per ten trees, shrubs, or vines. Remove all tagging prior
to final acceptance.
9-14.7(6) Inspection
(June 12, 2020 CFW GSP)
Section 9-14.7(6) is a new section:
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-150 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
The Contracting Agency shall reserve the option of selecting and inspecting Plant
material at the nursery. The contractor shall provide the Contracting Agency with
at least one week notice prior to preparing Plants for shipping and delivery. The
Contractor shall neither deliver to site nor install Plant materials until authorized by
the Contracting Agency.
9-14.7(7) Temporary Storage
(June 12, 2020 CFW GSP)
Section 9-14.7(7) is a new section:
Cold storage of Plants shall not be permitted.
If Planting is delayed more than 24 hours after delivery, set balled and burlapped
Plants on the ground, well protected with soil or wet peat. Adequately cover all
roots of bare root material with soil or wet peat. Protect rootballs from freezing,
sun, drying winds or mechanical damage. Water Plant material as necessary until
Planted.
Plants shall not be stored for more than one week. Longer storage period at project
site will result in rejection of Plant materials by the Contracting Agency.
9-14.8 Stakes. Guvs. and Wraaain
(June 12, 2020 CFW GSP)
Section 9-14.8 is supplemented with the following:
Stakes shall be BVC round tree stakes
product. No wrapping required.
9-15 IRRIGATION SYSTEM
with Chainlock guying or Engineer accepted
9-15.1 Pipe, Tubing And Fittings
(June 12, 2020 CFW GSP)
Section 9-15.1 is replaced with the following:
All pipe and tubing shall be PVC or approved equal. All fittings shall be Sch 80 PVC. All
pipe for the main, laterals, and sleeving shall be Sch 40 PVC.
9-15.5 Valve Boxes
(June 12, 2020 CFW GSP)
Section 9-15.5 is supplemented with the following:
Valve boxes for control valves shall be grey flared box, HDPE construction with UV
inhibitors, heavy duty seat collar, drop in locking, 17'L x 24" D x 12" W with green HDPE
drop in locking lid.
Valve boxes for Double Check Valve Assembly shall be grey heavy duty polymer concrete,
top dimensions 25"L x 15-16"W and 24" D designed to withstand H-10 and H-20 loading
in incidental and non -deliberate traffic areas. Valve box must be compliant with AASHTO
H-10 Design Load; ASTM C 857-95 Design Load of A-8, 8,000lbs. Box shall be alkaline,
acid and weather resistant, with flush locking polymer concrete cover. Verify size to fit
Double Check Valve Assembly.
Valve boxes for quick coupler shall be light duty HDPE with UV inhibitors, 10" diameter
flared box with bolt down cover.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-151 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
9-15.6 Gate Valves
(April 12, 2018 CFW GSP)
Section 9-15.6 is supplemented with the following:
Gate valves shall be heavy duty cast brass body and heavy cast iron handwheel, suitable
for residential or commercial potable water applications, with screwed bonnet, non -rising
stern, solid wedge disc and integral seats.
9-15.7 Control Valves
9-15.7(1) Manual Control Valves
(April 12, 2018 CFW GSP)
Section 9-15.7(1) is supplemented with the following:
Shut off valves upstream of automatic control valves shall be a heavy duty cast
brass body gate valve with heavy cast iron handwheel, suitable for residential or
commercial potable water applications, with screwed bonnet, non -rising stem,
solid wedge disc and integral seats, size to fit line.
9-15.13 Pressure Regulating Valves
(April 12, 2018 CFW GSP)
Section 9-15.13 is supplemented with the following:
Pressure regulating valve shall be designed to reduce incoming water pressure from up
to 400psi to a range of 25-75psi. Valve shall be all bronze body construction, with thermal
expansion bypass, serviceable in line, with internal stainless steel strainer.
SECTION 9-19 DETECTABLE WARNING SURFACE
9-19.2 Cast -in -Place Detectable Warnina Surface
9-19.20) General Requirements
(October 3, 2022 WSDOT GSP, OPTION 1)
The first paragraph of Section 9-19.2(1) is revised to read:
The color of detectable warning surfaces shall be yellow and shall match SAE AMS
Standard 595, color number 33538 unless otherwise shown on the plans. When
used in areas between ramps to differentiate between travel paths, detectable
warning surfaces shall be black.
Units shall provide the required contrast (light -on -dark or dark -on -light)
with the adjacent curb ramp or other applicable walkway.
SECTION 9-28 SIGNING MATERIALS AND FABRICATION
9-28.1 General
(March 22, 2023 CFW GSP)
Paragraph three is deleted and replaced with the following:
All regulatory (R series), school (S series), and warning (W and X series) signs, except for
parking regulation, parking prohibition signing and signs of fluorescent yellow -green color
shall be constructed with Type III Glass Bead Retroreflective Element Material sheeting in
accordance with Section 9-28.12 of the Standard Specifications. This sheeting has a retro
reflection rating of 250 candelas/foot candle/square foot for white -silver sheeting with a
divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This high
intensity sheeting shall be Type I II sheeting or greater. All street name (D-3) sign sheeting
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-152 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
shall meet this specification. The reflectivity standard of supplemental plaques shall match
that of the primary sign.
All overhead signing, all regulatory (R series) of fluorescent yellow -green color and all
school (S series) of florescent yellow color shall meet the specifications of Type IX Micro
Prismatic Retroreflective Element Material sheeting in accordance with Section 9-28.12 of
the Standard Specifications. This standard applies to all signs mounted above the
roadway, on span wire or signal mast arms and all regulatory (R series) and school (S
series) signs of fluorescent yellow -green color. The reflectivity standard of supplemental
plaques shall match that of the primary sign.
Motorist information and parking signing shall be constructed with Type I Glass Bead
Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard
Specifications. The reflectivity standard of supplemental plaques shall match that of the
primary sign.
9-28.2 Manufacturer's Identification and Date
(October 23, 2014 CFW GSP)
Section 9-28.2 is deleted and replaced with the following:
All signs shall show the manufacturer's name and date of manufacture on the back.
9-28.8 Sheet Aluminum Signs
(January 8, 2013 CFW GSP)
Section 9-28.8 table is deleted and replaced with the following:
Maximum Dimension
Blank
Thickness
Less than 30 inches
0.080 inches
Greater than 30 inches, less than 48
inches
0.100 inches
Greater than 48 inches
0.125 inches
Section 9-28.8 is supplemented with the following:
All permanent signs shall be constructed from aluminum sign blanks unless
otherwise approved by the Engineer. Sign -blank minimum thicknesses, based on
maximum dimensions, shall be as follows:
All D-3 street -name signs shall be constructed with 0.100-inch-thick blanks. The
Contractor shall install permanent signs which meet or exceed the minimum
reflectivity standards. All sign face sheeting shall be applied to sign blanks with
pressure sensitive adhesives.
9-28.9 Fiberglass Reinforced Plastic Siqns
(December 18, 2009 CFW GSP)
Section 9-28.9 is deleted in its entirety.
9-28.14 Sign Support Structures
(March 22, 2023 CFW GSP)
Section 9-28.14 is supplemented with the following:
Unless otherwise noted in the Plans or approved by the engineer, all sign posts shall be
steel sign posts. Sign post sizes will be shown on Plans or shall be sized per the WSDOT
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-153 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Design Manual. Sign Supports (foundations) shall be Type ST-4 (concrete) as found on
WSDOT Standard Detail G-24.50-05.
SECTION 9-29 ILLUMINATION, SIGNAL, ELECTRICAL
9-29.1 Conduit, Innerduct, and Outerduct
(October 23, 2014 CFW GSP)
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. 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.
9-29.19 Pedestrian Push Buttons
(March 22, 2023 CFW GSP)
Section 9-29.19 is deleted and replaced with the following:
The Contractor shall provide and install accessible pedestrian pushbuttons and
signs, as shown in the Plans. The position of the pedestrian pushbuttons shall be
located in a manner such that the tactile arrow is aligned parallel to the direction
of travel for the crosswalk which the pushbutton is intended to serve; however final
positioning for the optimum effectiveness shall be approved by the Engineer.
Accessible Pedestrian Pushbutton units shall be Campbell Company Guardian
Model Advisor Guide Accessible Pedestrian Station (AGPS) or approved equal.
The station shall have a black body color and white actuator button and shall meet
the following requirements:
Pushbuttons shall be mounted to the poles by means of stainless steel bolts. All
mountings shall be securely fastened as approved by the Engineer.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-154 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
The sign legend to be used shall be sign designation R10-3e and shall be nine (9)
inches by fifteen (15) inches. All mounting bolts shall be non -corrosive stainless
steel.
The pedestrian pushbutton housing shall be aluminum and shall be painted black.
Unit(s) shall operate at a temperature range of -35C to 85C. Power requirements
shall be 120 VAC, 60 Hz (100 ma, typical +/- 20%).
Pedestrian indicators shall include an audible speaker, call confirmation LED and
vibrotactile arrow. The audible speaker shall be programmable to have a button
locator tone, acknowledgement tone/message, walk cycle tone/message and
clearance tone/message. The unit(s) shall have automatic volume controls for
message strength over ambient noise levels. The walk tone/message shall be
programmable to stop with the walk signal or other user settable time. The unit(s)
shall be user settable for Accessible Pedestrian Signal (APS) message initiation
with an extended press or on call.
The call confirmation LED shall be red with 160 degree view ability and once
activated shall remain illuminated until the corresponding walk indication is given.
An audible acknowledgement message of "WAIT" shall accompany each activation
of the call confirmation LED.
The locator tone shall be active for a time of 0.15 seconds or less and shall repeat
at 1 second intervals. The locator tone shall be intensity responsive to ambient
sound and be audible from six (6) feet to twelve (12) feet from the pushbutton with
a maximum of 5 dBA louder than ambient sound.
A walk cycle audible message shall be set for each pushbutton unit and shall be
patterned after the model: "Broadway. Walk sign is on to cross Broadway." The
walk cycle message shall be intensity responsive to ambient sound with a volume
5 dBA above ambient sound up to a maximum volume of 100 dBA. The walk cycle
message shall be audible from the beginning of the associated crosswalk during
the walk interval only.
The vibrotactile arrow shall be located on the pushbutton and shall have high
visibility contrast of either light on dark or dark on light. The pushbutton units shall
be installed in a manner such that the vibrotactile arrow is aligned parallel to the
direction of travel for the crosswalk which the pushbutton is intended to serve. The
vibrotactile arrow shall activate with the walk cycle.
9-29.20 Pedestrian Signals
(March 2Z 2023 CFW GSP)
Section 9-29.20 is supplemented with the following:
The symbol message modules shall plug directly into the transformer or be solid-
state modules.
Side mountings shall be clamshell mountings Type "E," as shown on WSDOT
Standard Plan J-20.16 unless otherwise noted in the Plans. All terminal
compartments shall be painted in the same manner as specified for signal
housings. All pedestrian head mounting bolts shall be noncorrosive stainless steel.
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-155 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Where pedestrian signal heads are to be fastened to the vehicle signal pole, the
Contractor shall securely attach the clamshell mounting to the pole using stainless
steel Allen -head bolts.
Pedestrian display housings shall have a minimum depth capable of
accommodating a Campbell Advisor Pedestrian Pushbutton Controller in the rear
of the housing.
Pedestrian signals shall be LED Countdown units as manufactured by Dialite
Corporation or approved equal per the specifications included in the appendices
of these Special Provisions.
All pedestrian signal displays shall be the light emitting diode (LED) type with
displays for "RAISED HAND", "WALKING PERSON" and a countdown timer. Each
LED pedestrian signal module shall not require special tools for installation. The
installation of an LED pedestrian module shall not require any modification to the
housing. Each LED pedestrian module shall be a single, self-contained device,
not requiring any on -site assembly for installation into any pedestrian signal
housing. The power supply for the LED pedestrian module may be packaged as
a separate module.
All pedestrian "RAISED HAND" modules and countdown timer display modules
shall be Portland Orange and shall conform to current ITE Standards for size,
chromaticity, and intensity. LED pedestrian "RAISED HAND" modules shall be
manufactured with a matrix of AIInGaP LED light sources. All pedestrian
"WALKING PERSON" modules shall be Lunar White and shall conform to current
ITE Standards for size, chromaticity, and intensity. LED pedestrian "WALKING
PERSON" modules shall be manufactured with a matrix of InGaN LED light
sources. The "RAISED HAND" and "WALKING PERSON" message -bearing
surfaces shall be filled (not outline) symbols. The LED pedestrian modules shall
be operationally compatible with controller and conflict monitors on this Project.
The LED pedestrian module shall be rated for use in the ambient operating
temperature range of minus 40 degrees C to 74 degrees C. Each LED pedestrian
module shall be protected against dust and moisture intrusion per the NEMA
Moisture Resistance STD 250-1991 for Type 4 enclosures to protect all internal
components. The assembly, manufacturing, and mounting of the LED pedestrian
module shall be designed to assure all internal LED and electronic components
are adequately supported to withstand mechanical shock and vibration from high
winds and other sources. The manufacturer's name, trademark, serial number,
and other necessary identification shall be permanently marked on the backside
of the LED pedestrian module. LED signal pedestrian modules used on this
Project shall be from the same manufacturer. A label shall be provided on the LED
housing, and the Contractor shall mark the label with a permanent marker to note
the installation date.
LED pedestrian modules shall operate at a maximum power consumption of 15W.
Each LED pedestrian module shall be operated from a 60 plus 3-Hz AC line over
a range of 80 VAC to 135 VAC. Nominal operating voltage for all measurements
shall be 120 plus 3 volts rms. The LED circuitry shall prevent flicker at less than
100 Hz over the voltage range specified above. Fluctuations in the line voltage
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-156 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
specified above shall not affect luminous intensity by more than plus 10 percent.
The signal module on -board noise transients and low -repetition high-energy
transients shall be as stated in Section 2.1.6, NEMA Standard TS-2, 1992. The
individual LED light sources shall be wired so that catastrophic failure of any one
LED light source will result in the loss of not more than 20 percent of the signal
module light sources. LED pedestrian signal modules shall provide a power factor
of 0.90, or greater, when operated at nominal operating voltage, and 25 degrees C.
Total harmonic distortion induced into an AC power line by an LED pedestrian
module shall not exceed 20 percent. Each LED pedestrian module and associated
onboard circuitry shall meet Federal Communications Commission (FCC) Title 47,
Subpart B, Section 15 regulations concerning the emission of electrical noise. Two
secured, color -coded, 600V, 20AWG minimum, jacketed wires, conforming to the
National Electric Code, rated for service at 105 degrees C, are to be provided for
electrical connection.
LED signals shall show no evidence of illumination for input voltages below
35 volts. LED signals shall supply illumination current (unregulated) for all input
voltages higher than 45 volts (and conform to appropriate intensity requirements
specified above 80 volts).
The manufacturer shall provide a written warranty against defects in materials and
workmanship for the LED signal modules for a period of 60 months and against
loss of intensity below 50 percent of original values for a period of 36 months after
installation of the modules. All warranty documentation shall be given to the
Engineer prior to installation.
SECTION 9-34 PAVEMENT MARKING MATERIAL
9-34.2 Paint
9-34.2(5) Low VOC Waterborne Paint
(December 16, 2022 CFW GSP)
Section 9-34.2(5) is replaced with the following:
The City of Federal Way does not allow Low VOC Waterborne Paint.
9-34.3 Plastic
9-34.3(4) Type D — Liquid Cold Applied Methyl Methacrylate
(March 13, 2012 CFW GSP)
Section 9-34.3(4) is supplemented with the following:
The methyl methacrylate (MMA) material shall be formulated as a long -life durable
pavement marking system capable of providing a minimum of two years of
continuous performance. The material shall be a catalyzed methyl methacrylate
(MMA), wet -continuous reflective product and placed shall have a dry time (cure)
to the touch of no more than 30 minutes. The material shall be capable of retaining
reflective glass beads and ceramic micro -crystalline elements of the drop -on or
spray -on type as specified by the manufacturer. The binder shall be lead free and
suitable for bituminous and concrete pavements.
9-34.4 Glass Beads for Pavement Marking Materials
(August 27, 2021 CFW GSP)
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-157 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Section 9-34.4 is supplemented with the following:
Methyl Methacrylate Pavement Markings Optics
Glass Beads
Surface -drop glass beads shall be the Swarco Series 3132 bead that has a Methacrylate
compatible coupling agent approved by the material manufacturer.
Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred
square feet.
Reflective Elements
Surface -drop ceramic elements shall be the Series 50M or 70M with a Methacrylate
compatible coupling agent approved by the material manufacturer. Elements shall meet
or exceed a minimum initial value of 150 mcd for white and 125 mcd for yellow per ASTM
2176.
The reflective elements shall contain either clear or yellow tinted microcrystalline ceramic
beads bonded to the opacified core. These elements shall not be manufactured using
lead, chromate or arsenic. All "dry -performing" microcrystalline ceramic beads bonded to
the core shall have a minimum index of refraction of 1.8 when tested using the liquid oil
immersion method. All "wet performing" microcrystalline ceramic beads bonded to the
core shall have a minimum index of refraction of 2.30 when tested using the liquid oil
immersion method.
There are two gradations for the reflective elements, standard size and "S" series. "S"
series is a slightly finer gradation of elements compared to standard.
Element Gradations
Mass Percent Passing ASTM D1214
US Mesh
Micron
Standard Elements
"S" Series
12
1700
80-100
85-100
14
1410
45-80
70-96
16
1180
5-40
50-90
18
1000
0-20
5-60
20
850
0-7
0-25
30
600
0-7
A sample of reflective elements supplied by the manufacturer shall show resistance to
corrosion of their surface after exposure to a 1 % solution (by weight) of sulfuric acid. The
1 % acid solution shall be made by adding 5.7 cc of concentrated acid into 1000cc of
distilled water. CAUTION: Always add the concentrated acid into the water, not the
reverse.
The reflective elements are surface treated to optimize embedment and adhesion to the
MMA binder. Elements treated for use with MMA shall have identification on packaging or
label to indicate use with the MMA binder.
Reflective elements shall be applied at a rate of ten (10) grams per four (4) inch wide by
one (1) linear foot of marking.
Reflectance
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-158 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Typical initial retro reflectance values are shown in the Table below. Typical retro reflectivity
is averaged over many readings. Minimum Retro reflectivity results represent average
performance for smooth pavement surfaces. Values represent both standard and "S"
Series elements. Results may vary due to differences in pavement type and surface
roughness. Increased element drop rate may be necessary to compensate for increased
surface area characteristic of rough pavement surfaces. The initial retro reflectance of a
single installation shall be the average value determined by the measurement procedures
outlined in ASTM E 1710, using a 30-meter (98.4 feet) retro-reflectometer. RL shall be
expressed in units of millicandelas per square foot per foot-candle [mcd(ft-2)(fc-1)].
The optics incorporated into the pavement marking system shall be tested and certified
by an independent laboratory to meet ASTM E2177 for wet -recovery and ASTM E2176 for
wet -continuous performance levels.
The pavement marking system installed shall meet a minimum Dry reflectance value of
700 MCD/M2/LX for white pavement markings and 500 MCD/M2/LX for yellow pavement
markings and wet -recovery (as described by ASTM 2177) reflectance value of 375
MCD/M2/LX for white pavement markings and 280 MCD/M2/LX for yellow pavement
markings, and wet -continuous (as described by ASTM 2176 testing) reflectance values of
150 MCD/M2/LX for white pavement markings and 125 MCD/M2/LX for yellow pavement
markings as measured with a 30 meter device approved by the Traffic Engineering
Division (TED).
The Contractor will be required to take and record readings every 500 feet utilizing a 30
meter device approved by the Traffic Engineering Division. These readings shall be
recorded on the daily report and submitted to the project engineer at the end of each
work day or shift.
Minimum Initial Retro Reflectance Values
White
Yellow
Dr ASTM E1710
700
500
Wet recovery ASTM E2177
375
280
Wet continuous ASTM E2176
150
125
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.
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-159 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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 be at 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.
Standard Plans
(September 30, 2022 WSDOT)
The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01,
effective September 30, 2022 is made a part of this contract.
The Standard Plans are revised as follows:
A-10.30
RISER RING detail (Including SECTION view and RISER RING DIMENSIONS table): The
RISER RING detail is deleted from the plan.
INSTALLATION detail, SECTION A: The 1/4" callout is revised to read "+/- '/4" (SEE
CONTRACT — Note: The + %" installation is shown in the Section A view)"
B-90.40
Valve Detail — DELETED
C-8
DELETED
C-8A
DELETED
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-160 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
C-23.60
DELETED
D-2.04
DELETED
D-2.06
DELETED
D-2.08
DELETED
D-2.32
DELETED
D-2.34
DELETED
D-2.60
DELETED
D-2.62
DELETED
D-2.64
DELETED
D-2.66
DELETED
D-2.68
DELETED
D-2.80
DELETED
D-2.88
DELETED
D-3.15
DELETED
D-3.16
DELETED
D-3.17
DELETED
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-161 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
Sheet 1, Typical Section, callout - "FOR WALLS WITH SINGLE SLOPE TRAFFIC
BARRIER. USE THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D-
3.15" is revised to read; "FOR WALLS WITH SINGLE SLOPE TRAFFIC BARRIER, SEE
CONTRACT PLANS"
Sheet 1, Typical Section, callout - "FOR WALLS WITH F-SHAPE TRAFFIC BARRIER.
USE THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D-3.16" is revised
to read; "FOR THE WALLS WITH F-SHAPE TRAFFIC BARRIER, SEE CONTRACT
PLANS"
D-3.11
Sheet 1, Typical Section, callout - ""B" BRIDGE APPROACH SLAB (SEE BRIDGE
PLANS) OR PERMANENT GEOSYNTHETIC WALL BARRIER - SEE STANDARD
PLANS D-3.15 OR D-3.16" is revised to read; "B" BARRIER APPROACH SLAB OR
MOMENT SLAB (SEE CONTRACT PLANS)
Sheet 1, Typical Section, callout - "TYPICAL BARRIER ON BRIDGE APPROACH SLAB
(SEE BRIDGE PLANS) OR PERMANENT GEOSYNTHETIC WALL BARRIER - SEE
STANDARD PLANS D-3.15 OR D-3.16" is revised to read; "TYPICAL BARRIER ON
BRIDGE APPROACH SLAP OR MOMENT SLAB (SEE CONTRACT PLANS)
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.
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
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-162 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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.
F-10.18
Note 2, "Region Traffic engineer approval is needed to install a truck apron lower than 3"."
-DELETED
J-10.10
Sheet 4 of 6, "Foundation Size Reference Table", PAD WIDTH column, Type 33xD=6' - 3"
is revised to read: 7' - 3". Type 342LX / NEMA P44=5' - 10" is revised to read: 6'- 10"
Sheet 5 of 6, Plan View, "FOR EXAMPLE PAD SHOWN HERE:, "first bullet" item, "-SPACE
BETWEEN TYPE B MOD. CABINET AND 33x CABINET IS 6" (IN)" IS REVISED TO
READ: "SPACE BETWEEN TYPE B MOD. CABINET (BACK OF ALL CHANNEL STEEL)
AND 33x CABINET IS 6" (IN) (CHANNEL STEEL ADDS ABOUT 5" (IN)"
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-20.10
Elevation View, horizontal dimension to edge of sidewalk 1" (IN) OR LESS DESIRABLE
18" (IN) MAXIMUM is revised to read: "10" (IN) MAXIMUM"
J-20.26
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
- 3/4" (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
hF.`L9d11:110li
CITY OF FEDERAL WAY S 348T" ST NHS PRESERVATION
SP-163 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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'/2" 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
J-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"
WIM1TCTV
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
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-164 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
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."
J-75.41
DELETED
K-80.20
DELETED
L-5.10
Sheet 2, Typical Elevation, callout — "2' — 0" MIN. LAP SPLICE BETWEEN (mark) A #3
BAR AND WALL REINFORCEMENT — TYPICAL" is revised to read: "2' — 0" MIN. LAP
SPLICE BETWEEN (MARK) A #4 BAR AND WALL REINFORCEMENT — TYPICAL"
Section C, callout; "(mark) A #3 is revised to read: "(mark) A #4", callout — "(mark) B #3" is
revised to read: "(mark) B #4", callout — "(mark) C #3 TIE" is revised to read: "(mark) C #4
TIE"
Reinforcing Steel Bending Diagram, (mark) B detail, callout — 128 deg." is revised to read:
123 deg.", callout — "51 deg." is revised to read: "57 deg."
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-40.00-01
......... 7/6/22
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
.......... 3/15/22
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-165 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
B-30.30-03......... 2/27/18
B-30.40-03.......... 2/27/18
C-1....................9/8/22
C-1 b...................9/8/22
C-1 d................
10/31 /03
C-2c..................
8/ 12/ 19
C-4f...................
8/ 12/ 19
C-6a................9/8/22
C-7 .....................
9/8/22
C-7a...................9/8/22
C-20.10-08.........
9/8/22
C-20.14-05..........
9/8/22
C-20.15-02
.......... 6/ 11 / 14
C-20.18-04..........
9/8/22
C-20.40-09..........
9/8/22
C-20.41-04
.......... 8/22/22
C-20.42-05..........
7/ 14/ 15
C-20.43-00.........
8/22/22
C-20.45.03
........... 9/8/22
C-22.16-07........
9/ 16/20
D-2.36-03
........ 6/11 /14
D-2.46-02
......... 8/ 13/21
D-2.84-00
........ 11 / 10/05
D-2.92-01
........ 4/26/22
D-3.09-00........
5/ 17/ 12
D-3.10-01......
5/29/ 13
D-3.11-03
...... 6/11 /14
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-10.18-03
......... 3/28/22
F-10.40-04
........... 9/24/20
F-10.42-00
......... 1 /23/07
G-10.10-00
........ 9/20/07
G-20.10-03
........ 8/20/21
G-22.10-04
.......... 6/28/ 18
G-24.10-00
...... 11 /8/07
G-24.20-01
...... 2/7/12
G-24.30-02
...... 6/28/ 18
G-24.40-07
..... 6/28/18
G-24.50-05
..... 8/7/19
G-24.60-05
..... 6/28/18
G-25.10-05
....... 9/ 16/20
H-10.10-00.......... 7/3/08
CITY OF FEDERAL WAY
B-70.60-01.......... 1 /26/17
C-22.40-09........
9/8/22
C-22.45-06
........ 9/8/22
C-23.70-00
........ 8/22/22
C.24.10-03........
7/24/22
C-24.15-00
........ 3/ 15/22
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-60.10-02
....... 9/8/22
C-60.15-00
........ 8/ 17/21
C-60.20-01......
9/8/22
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-4................. 12/11 /98
D-6................... 6/ 19/98
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
E-4 .................... 8/2 7/0 3
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
G-95.20-03........ 6/28/18
G-95.30-03........ 6/28/ 18
H-32.10-00....... 9/20/07
C-60.70-01.......
9/8/22
C-60.80-01........
9/8/22
C-70.15-00
........ 8/ 17/21
C-70.10-03........
8/ 17/21
C-7 5.10-02........
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-85-18-03
........ 9/8/22
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
H-70.10-02...... 8/ 17/21
S 348T" ST NHS PRESERVATION
SP-166 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
H-10.15-00.......... 7/3/08
H-60.10-01
......... 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
1-50.20-01.......... 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-05.50-00......
8/30/22
J-28.10-02
...... 8/7/19
J-50.25-00....... 6/3/11
J-10..................7/18/97
J-28.22-00
....... 8/07/07
J-50.30-00....... 6/3/11
J-10.10-04......
9/16/20
J-28.24-02
....... 9/16/20
J-60.05-01....... 7/21/16
J-10.12-00.......
9/16/20
J-28.26-01
...... 12/02/08
J-60.11-00.......
5/20/13
J-10.14-00........
9/16/20
J-28.30-03
...... 6/11/14
J-60.12-00.......
5/20/13
J-10.15-01........
6/11/14
J-28.40-02
...... 6/11/14
J-60.13-00.......
6/16/10
J-10.16-02......
8/18/21
J-28.42-01
....... 6/11/14
J-60.14-01......
7/31/19
J-10.17-02......
8/18/21
J-28.43-01
....... 6/28/18
J-75.10-02......
7/10/15
J-10.18-02......
8/18/21
J-28.45-03
....... 7/21/16
J-75.20-01......
7/10/15
J-10.20-04.....
8/18/21
J-28.50-03
....... 7/21/16
J-75.30-02....... 7/10/15
J-10.21-02......
8/18/21
J-28.60-03
....... 8/27/21
J-75.50-00....... 8/30/22
J-10.22-02........
8/18/21
J-28.70-04
....... 8/30/22
J-75.55-00....... 8/30/22
J-10.25-00......
7/11/17
J-29.10-02
....... 8/26/22
J-80.05-00........ 8/30/22
J-10.26-00.......
8/30/22
J-29.15-01
....... 7/21/16
J-80.10-01......
8/18/21
J-12.15-00......
6/28/18
J-29.16-02
....... 7/21/16
J-80.12-00....... 8/18/21
J-12.16-00......
6/28/18
J-30.10-01
...... 8/26/22
J-80.15-00......
6/28/18
J-15.10-01........
6/11/14
J-40.01-00
........ 8/30/22
J-81.10-02......
8/18/21
J-15.15-02......
7/10/15
J-40.05-00
...... 7/21/16
J-81.12-00....... 9/3/21
J-20.01-00.....8/30/22
J-40.10-04
...... 4/28/16
J-84.05-00....... 8/30/22
J-20.10-04........
7/31/19
J-40.20-03
...... 4/28/16
J-86.10-00......
6/28/18
J-20.11-03........
7/31/19
J-40.30-04
...... 4/28/16
J-90.10-03....... 6/28/18
J-20.15-03........
6/30/14
J-40.35-01
...... 5/29/13
J-90.20-03....... 6/28/18
J-20.16-02........
6/30/14
J-40.36-02
...... 7/21/17
J-90.21-02......
6/28/18
J-20.20-02........
5/20/13
J-40.37-02
...... 7/21/17
J-90.50-00......
6/28/18
J-20.26-01........
7/12/12
J-40.38-01
....... 5/20/13
J-21.10-04......
6/30/14
J-40.39-00
...... 5/20/13
J-21.15-01......
6/10/13
J-40.40-02
...... 7/31/19
J-21.16-01......
6/10/13
J-45.36-00
...... 7/21/17
J-21.17-01......
6/10/13
J-50.05-00
...... 7/21/17
J-21.20-01......
6/10/13
J-50.10-01
....... 7/31/19
J-22.15-02......
7/10/15
J-50.11-02
....... 7/31/19
J-22.16-03......
7/10/15
J-50.12-02
....... 8/7/19
J-26.10-03.....7/21
/16
J-50.13-01
....... 8/30/22
J-26.15-01.....5/17/12
J-50.15-01
....... 7/21/17
J-26.20-01.....6/28/18
J-50.16-01
....... 3/22/13
J-27.10-01.....7/21/16
J-50.18-00
....... 8/7/19
J-27.15-00.....3/15/12
J-50.19-00
....... 8/7/19
J-28.01-00.......
8/30/22
J-50.20-00
....... 6/3/11
K-70.20-01....... 6/1 /16
K-80.10-02....... 9/25/20
K-80.32-00 ....... 8/ 17/21
K-80.34-00 ....... 8/ 17/21
K-80.35-01....... 9/ 16/20
K-80.37-01....... 9/ 16/20
CITY OF FEDERAL WAY S 348TH ST NHS PRESERVATION
SP-167 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
L-5.10-00........ 9/19/22 L-20.10-03........ 7/14/15 L-40.20-02........ 6/21/12
L-5.15-00........ 9/19/22 L-30.10-02........ 6/11/14 L-70.10-01....... 5/21/08
L-10.10-02........ 6/21/12 L-40.15-01........ 6/16/11 L-70.20-01....... 5/21/08
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-3.20-04
......... 8/2/22
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-9.50-02
......... 6/24/ 14
M-9.60-00
........ 2/ 10/09
CITY OF FEDERAL WAY
M-11.10-04 ........ 8/2/22
M-12.10-03......
8/2/22
M-15.10-01........
2/6/07
M-17.10-02........
7/3/08
M-20.10-04........
8/2/22
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
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
S 348T" ST NHS PRESERVATION
SP-168 PROJECT #36241, RFB #23-006
CFW SPECIAL PROVISIONS VER. 2022.12
APPENDIX B
STANDARD PLANS AND DETAILS
NOTES:
1. SIGN TO BE CONSTRUCTED OF 3/4" MARINE GRADE PLYWOOD
2. SIGN TO BE SEALED ON ALL SIDES WrrH MARINE GRADE ENAMEL (WHITE).
3. PROVIDE 4"x 4" POSTS, PRESSURE TREATED. SITE CONDITIONS MAY REQUIRE
DIFFERENT POST LENGTHS TO KEEP SIGN A PROPER DISTANCE ABOVE PREVAILING
GRADE TO PERMIT PUBLIC VIEWING.
8'_0"
0.5" BORDER
(FEDERAL WAY DARK BLUE)
I_ CITY OF 0 75"
LOGOPROVIDEDTIE CITI � Federal Wa
PUBLIC WORKS DEPARTMENT 75.
/(253) 835 -
FEDERAL WAY DARK BLUE
WHITE TEXT ON
SOLID FEDERAL WAY LIGHT BLUE S 348TH ST N�
PRESERVAT�ON PRO
YOUR CITY AT WORK FOR YOU
A1.25'�.5"BLACKFUNDED BY: PSRC 11,026,000EST. COMPLETION DATE: DECEMBER 31, 2023 PROJECT PARTNERS:
OWNER: CITY OF FEDERAL WAY
www. �tyoffederalway.com \CONTRACTOR: XYZ CONTRACTORS
�i� �
BLACK
2
-6"
4,_0"
-5"
; "
0'-2.5" 0
ro 1 " .75".
ri r-0.75
0� ���2"R
�(TY)4"R
P
//,-(TYP)
I
r Y4"(n?)
I
2
SECTION
ISOMETRIC
4"
-7%" OR 11%'L--
ELEVATION
TYPE 'C' BLOCK TRAFFIC CURB
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
6"
0.05 F7./FT• 2
EXPANSION JOINT
0.02 FT./Fi.
- CEMENT CONCRETE
SIDEWALK
2" CRUSHED SURFACING
TOP COURSE (CSTC)
1 1'-6" I
* NOTE: TOP OF LIP AT DRIVEWAYS.
NEW CEMENT CONCRETE CURB & GUTTER
R = 1/2"
IDI PAVEMENT
TOP OF CURB
AT APPROACH
7 3/4"
CEMENT CONCRETE BARRIER CURB REV: FEB 2011
cffv®P PUBLIC DWG. NO.
o 0 0 M0 Wky WORKS CURB DETAILS 3-4
D 12" MIN.
0
UQ
N
r�
XISTING PVMT.
AND GUTTER
H - MIN. 3" CLASS B ACP
MATCH EXISITING). MIN. 2" CSTC
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 LIP AT DRIVEWAYS
ANCHORAGE MAY BE VIAL
EPDXY, MORTAR, OR REBAR. 11
EXTRUDED ASPHALT OR CEMENT CONCRETE CURB
IN PRIVATE PARKING AREAS ONLY
*TOP OF UP AT DRIVEWAYS
�I
VARIES
ANCHORAGE SHALL BE VIA EPDXY OR
�
MORTAR. REBAR SHALL NOT BE
APPROVED FOR USE IN RIGHT OF WAY.
EXTRUDED CEMENT CONCRETE CURB
FOR USE IN PUBLIC RIGHT OF WAY
APRIL 2012
amop PUBLIC CURB AND GUTTER REPLACEMENT DWG. NO.
°Q���� WORKS AND EXTRUDED CURB 3-4A
Ii
N_________
I�
II -
TOP VIEW
INSIDE CORNER BLOCK
--------------
------------------------------------------
TOP VIEW
OUTSIDE CORNER BLOCK
TOP VIEW
18" RADIUS BLOCK
V (IN) R. -\ F 2" (IN) R.
� r �
's
12"
Y3 REBAR - REQUIRED ONLY IN TANGENT
BLOCK WHEN LENGTH EXCEEDS 30" (IN)
(1 12" (IN) CLR. BOTH ENDS) - SEE
STANDARD SPECFICATION 9.07
r (IN) R.
TYPICAL OF ALL
END VIEW
INSIDE CORNER BLOCK 18" (IN) RADIUS BLOCK
R'0� f%
OUTSIDE CORNER BLOCK 30" (IN) RADIUS BLOCK
ISOMETRIC VIEWS
TOP VIEW
30" RADIUS BLOCK
P
S �
q z<ss� D
? q�15TER0
4i10NAL %�
Rakolich, Pasco
Apr 2220149:18 AM
PRECAST SLOPED
MOUNTABLE CURB
STANDARD PLAN F-10.62-02
SHEET 1 OF 2 SHEETS
APPROVED FOR PUBUCATION
u u"i,mtd;14 9
APr 2?201491_S ft\I
srwiE oE.gN mo.
WmNnplan Sm D.po"— l of 7-5pmftflan
TOP VIEW
INSIDE RADIUS BLOCK
1" (IN) R.
I
12"
SECTION O
CURB RADIUS TABLE
CURB
RADIUS
DIMENSION
A
DIMENSION
B
DIMENSION
C
3'
12'
Y
8"
4' TO 5'
12"
1 12"
9"
6'
12"
1"
10"
7'
12'
7/8"
10 1/4"
8'
18"
1 1/8"
15 314"
9'
18'
1"
16"
10,
18'
7/8'
18 IM'
11' TO IT
18'
3W
16 12"
14' TO 15'
18-
5/8"
16 314"
1S' TO 17"
24'
3l4'
22 12"
18' TO 22'
24"
5/8"
22 3/4"
2T TO 29'
1 24"
112,
1 23"
30' TO 34'
30"
12"
29"
35' TO 48'
30"
3/8"
29 1/4"
49' TO BD'
30"
114-
29 12"
OVER 60'
USE TANGENT BLOCK, SEE SHEET 1
THIS TABLE LISTS THE CALCULATED DIMENSIONS FOR CASTING
BLOCKS SUITABLE FOR CONSTRUCTING VARIOUS CURB RADII.
CURVED BLOCKS, OR BLOCKS WITH DIFFERENT DIMENSIONS
MAY BE ACCEPTABLE WITH PRIOR APPROVAL OF THE ENGINEER.
m
I I i
I I I I
I I I
I I i
I j l I I
j j l I I I
I I I I I i
I j l I I i
I I I I I
I I I I
I I i
I j I
I j l I I i
j j l I I
I j l I I I
I I I
I I i
I I I
I I I
I
m I
I
TOP VIEW
OUTSIDE RADIUS BLOCK
INSIDE RADIUS BLOCK
OUTSIDE RADIUS BLOCK
ISOMETRIC VIEWS
P
5 �
q z<ss� D
? q�15TER0
4i10NAL %�
�k 2 2014
Pasco Ap.�. Ap�2220 L49:20 AM
PRECAST SLOPED
MOUNTABLE CURB
STANDARD PLAN F-10.62-02
SHEET 2 OF 2 SHEETS
APPROVED FOR PUBLICATION
rr221
.a. :,v,r_ 2uia9�so,"i
_ sarE oEsion stonaffw
WosNnptan Store Depunm mof Tmmponmion
S)
EXPANSION JOINT
JPR'
JPR\�5
WIDTH -- 30'
40'
i
4
RIGHT-OF-WAY LINE
9,k W+ v
CURB TAPER .ems .
8
m
m
*4F
Z�ve
G
\� Q
2�
p�F H
8� \ � GAF C
S)
ALK
6" VARIES I MATCWIDTDH�
4" CRUSHED SURFACING
TOP COURSE (CSTC)
REV. FEBRUARY 2014
RIGHT-OF-WAY LINE
I
MATCH EXISTING
DRIVEWAY GRADE
CEMENT CONCRETE DRIVEWAY 8" THICK*
SECTION A -A * BASED ON TYPE OF EXPECTED VEHICLE USE
\p �r
pv� CURB TAPER
SIDEWALK
PLANTING STRIP, IF ANY.
SEE CURB DETAIL DRAWING 3-4
SAWCUT LINE FOR NEW OR REPLACEMENT DRIVEWAYS IN
EXISTING CURB/GUTTER SECTIONS.
NOTES:
1. COMMERCIAL/INDUSTRIAL DRIVEWAYS WIDER THAN 40' MAY
BE APPROVED BY THE ENGINEER CONSIDERING TRAFFIC
SAFETY AND NEEDS OF THE ACTIVITY SERVED. ALL
COMMERCIAL/INDUSTRIAL DRIVEWAYS SHALL HAVE AN
EXPANSION JOINT LOCATED MID —WIDTH. SEE KCRS SEC. 3.04.
2. SEE SEC. 3.2.13 AND CURB DETAIL DRAWING 3-4.
3. CEMENT CONCRETE DRIVEWAY APPROACHES SHALL BE CONSTRUCTED WITH
CEMENT CONCRETE CLASS 4000 WITH 4% TO 6% AIR ENTRAINMENT.
4. FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15' OR GREATER.
5. LENGTH OF RAMP SHALL VARY AS NEEDED TO MEET ADA SLOPE REQUIREMENTS.
My WORKS COMMERCIAL CURB AND GUTTER SECTION DRIVEWAY �
GM M3 6A
RIGHT—OF—WAY LINE
5' MINIMUM CLEARANCE BETWEEN EDGE OF DRIVEWAY AND
J\ES
STREERIGHTS AND OTHER UTILITIES.
S•
0
TRANSITION FROM 2% TOWARDS
STREET TO 296 AWAY FROM STREET
" WITHIN RAMP. (TYP. BOTH SIDES)
\
C�0 S�OpF
. .
\
ROg0 NOT T0
•
8.33Z W
`\,tfn �
\
5' MIN., --_�
CURB TAPER
15' MAX.
(SEE NOTE 8)
2'-6" RESIDENTIAL,_,---*—Q
7'-6" COMMERCIAL
SIDEWALK
WIDTH: RESIDENTIAL:
PLANTING STRIP, IF ANY
10'-0" MIN.
2'-6" RESIDENTIAL,
'
30'-0" MAX.
COMM. INDUSTR.: 7'-6" COMMERCIAL
-�••
SEE CURB DETAIL DRAWING 3-4
30'-0" 2—LANE
5' MIN.,
40'-0" 3—LANE 15' MAX.
(SEE NOTE 8)
SAWCUT LINE FOR NEW OR REPLACEMENT DRIVEWAYS IN
EXISTING CURB/GUTTER SECTIONS.
NOTES:
6" VARIES VARIES
1. A REVERSE SLOPE DRIVEWAY IS SUBJECT TO APPROVAL BY ENGINEER
CONSIDERING NEED FOR AND COMPATIBILITY OF THIS FEATURE.
RIGHT—OF—WAY LINE
2. COMMERCIAL/INDUSTRIAL DRIVEWAYS WIDER THAN 40' MAY BE APPROVED
6 2%MAX,
CONSIDERING TRAFFIC SAFETY AND NEEDS OF THE ACTIVITY SERVED.
ALL COMMERCIAL/INDUSTRIAL DRIVEWAYS SHALL HAVE AN EXPANSION
2% MAX.
JOINT LOCATED MID —WIDTH. SEE KCRS SEC. 3.04.
�.[i •:?Yy::as. .'-:. ;:,:�c:::i::''; :•�-.., .:�='�"-".7:�;.
DRIVEWAY GRADE?
.�
3. A STORM SEWER INLET SHALL BE LOCATED WITHIN 20' BUT NO CLOSER
THAN 10' UPGRADE FROM NEAREST EDGE OF CURB TAPER.
4. SEE SEC. 3.2.13 AND CURB DETAIL DRAWING 3-4
EXPANSION JOINT CEMENT CONCRETE DRIVEWAY MATCH EXISTING
6" THICK FOR RESIDENTIAL DRIVEWAY GRADE
5. CEMENT CONCRETE DRIVEWAY APPROACHES SHALL BE CONSTRUCTED WITH
8" THICK FOR COMMERCIAL
CEMENT CONCRETE CLASS 4000 WITH 4% TO 6% AIR ENTRAINMENT.
2" CSTC RESIDENTIAL
4" CSTC COMMERCIAL
6. FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15' OR GREATER.
SECTION A —A
7. SEE SECTION 3.2.13 FOR MAX CHANGE IN DRIVEWAY GRADE
8. LENGTH OF RAMP SHALL VARY AS NEEDED TO MEET ADA SLOPE
REQUIREMENTS.
REV. FEBRUARY 2014
<�__�cow op PUBLIC DWG. NO.
oSM IMMF WORKS REVERSE SLOPE DRIVEWAY 3_7
I234"I
A
0 0
0�0
40�0
_ 0
2 3 8" 2" 2 3/8' 15/8'
00�0
4040
4�4�
4 O
R-3/4" —
SEE NOTE 2
L/4' L1/2" LETTERS RECESSED
TYP. TO BE FLUSH. SEE NOTE 4
LEVELING8"3PAD(T4"(TYP)
1 3/4"
PLAN COVER
A
TYP.
NOTES:
1. USE WITH FRAME DRILLED AND TAPPED FOR
LOCKING BOLTS.
2. USE WITH TWO LOCKING BOLTS 5/8"-11 NC STAINLESS STEEL
TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS,
2" LONG.
N
00 i i- �I
N
N u�i tOI I a
-I 3/4"
5/8" t
3/4" I 4 3/4"
FINISH DIM. ON
SECTION A -A LEVELING PAD.
3. MATERIAL IS CAST IRON PER ASTM A48 CLASS 30.
4. THE WORDS "CITY OF FEDERAL WAY" TO BE OMITTED IF COVER
IS ON A PRIVATE SYSTEM.
REV MAR 2011
cwv OF C`<\Co1C�GU�M�j WORKS SOLID RECTANGULAR COVER 4 7
REV. 4/11/08
ACCEPTABLE
RAMP LOCATIONS
FOR RETROFIT OR ALTERATION
VARIES
TAMPS
RAMP LOCATIONS
FOR NEW CONSTRUCTION
OR STANDARD RECONSTRUCTION
NOTES:
1. CATCH BASIN AND INLETS SHALL BE OUTSIDE THE CURB RAMP
(24" MIN. CLEARANCE FROM RAMP).
2. CARE SHALL BE TAKEN TO KEEP THE RAMP FROM CONFLICTING WITH
HYDRANTS, POLES, INLETS, AND OTHER UTILITIES.
3. CONSTRUCT RAMP IN ACCORDANCE WITH STANDARD DRAWING 3-10
OR 3-11.
4. CROSSWALKS ARE NOT ALWAYS MARKED.
5. WHEN RAMPS ARE CONSTRUCTED ON ONE SIDE OF STREET, RAMPS
SHALL BE CONSTRUCTED AT CORRESPONDING LOCATIONS ON
OPPOSITE SIDE OF STREET.
cumm
FOR NEW CONSTRUCTION
OR STANDARD RECONSTRUCTION
PUBLIC DWG. NO.
WORKS CURB RAMP LOCATIONS 3_9
Q
� a 4DETECTABLE
kAX
WARNIN' PATTERN
PUNTING STRIP (SEE DETAIL)
(IF ANY) 0000000s000000
0000000000000000
0000000000000000
T2;T 0000000000000000 •SW 0000000000000000 12:1
0000000000000000
0000000000000000
0000000000000000
r 5•_g. T 4 _0• T 5,_g•
Q
DETECTABLE WARNING
PATTERN (SEE DETAIL) g• 2'_p•
RUSH
0.02 Ff./Ff.
2' CSTCJ \—e THICK CEIAENT CONCRETE SIDEWALK
NOTES:
1. RAMP AND APPROACHES SHALL BE CLEAR OF OBSTACLES
INCL HYDRANTS, POLES, AND INLETS.
2. RAMP CENTER LINE SHALL BE PERPENDICULAR TO OR
RADIAL TO CURB RETURNS UNLESS OTHERWISE APPROVED
BY ENGINEER.
3. WHEN RAMPS ARE CONSTRUCTED ON ONE SIDE OF THE
STREET, RAMPS SHALL BE CONSTRUCTED AT CORRESPONDING
SIDEWALK LOCATIONS ON OPPOSITE SIDE OF STREET.
SEE DWG. NO. 3-9.
4. ON ARTERIAL STREETS, IN GENERAL CASE, CURB RAMPS
SHALL BE CONSTRUCTED TWO PER RADIUS, IN OR
PREFERABLY ADJACENT TO THE MAIN PEDESTRIAN PATHS.
5. ON RESIDENTIAL STREETS OR WHERE UTILITIES ARE IN CONFLICT
OR STREET GRADE EXCEEDS 4.0% CURB RAMPS MAY BE
CONSTRUCTED ONE PER RADIUS, AT MIDPOINT OF CURB
RETURN OR AT MAIN PEDESTRIAN PATH.
DETECTABLE WARNING
PATTERN AREA SHALL BE A
YELLOW, IN COMPLIANCE WITH B
WSDOT STD. SPEC. 8-14.3(3)
A� B
MIN.
MAX.
A
1 5 8"
2 3 8"
ICnn
ELEVATION
DETECTABLE WARNING PATTERN DETAIL
amm C`�FURRCo`SMMSF WORKS CURB RAMP IN VERTICAL CURB DWG.
3-11
TOP OF
SKID DE
c
119
REV MAR 2011
SECTION A —A
REV MAR 2011
tD Lk ItK5
TE 4.
DRILLED LIFnNG HOLE 3
*914 m blemyl m
1 2 SQ.
1/4" SQ.I
M
COVER SKID DESIGN DETAIL
NOTES:
1. USE WITH THREE LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304
STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS 2" LONG. DRILL
HOLES SPACED 120' AT 11 1/16 RADIUS.
2. MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80-55-06
3. DRILL THREE 1 INCH HOLES SPACED AT 120- AND 9 1/2" RADIUS.
4. THE WORDS "CITY OF FEDERAL WAY" SHALL BE OMITTED IF COVER
IS ON A PRIVATE SYSTEM.
cnv®P PUBLIC DWG. NO.
o OMHMy WORKS ROUND LOCKING COVER 4-12
VARIES
SIDEWALK 3/8" EXPANSION
1/IIAIT _ 1 / )" DAM11IC
`,- FOR CURB & GUTTER
2" CRUSHED SURFACING TOP COURSE USE DETAIL 3-4
VARIES PLANTER STRIP
SIDEWALK AS REQUIRED
2" CRUSHED SURFACING TOP COURSE USE DETAIL 3-4
NOTES:
1. FOR JOINTS AND SCORING, SEE FEDERAL WAY STANDARD FOR SIDEWALK SPACING, EXPANSION JOINTS,
AND SCORE MARKS.
2. SEE DETAILS 3-6, 3-6A, & 3-7 FOR MINIMUM DEPTH OF CONCRETE THROUGH DRIVEWAY SECTIONS.
3. WHEN CHECKED WITH A 10 FOOT STRAIGHTEDGE, GRADE SHALL NOT DEVIATE MORE THAN 1/8 INCH
AND ALIGNMENT SHALL NOT VARY MORE THAN 1 /4 INCH.
4. CONCRETE SHALL BE CLASS 3000, WSDOT SPEC. 8-14.
REV. MAR 2011
�cwvw PUBLIC DWG. NO.
lRed(MWRY WORKS SIDEWALK SECTION 3-12
G
PLAN
2634'
25 1/4"
24'
m
L_
n 15/8I 26 3/4'
34 1/8"
SECTION A -A
1 7/16' 11 1/16" FROM CENTER
BOLT -DOWN DETAIL
NOTES:
1. MATERIAL IS CAST IRON ASTM A48 CLASS 30.
2. DRILL AND TAP THREE 5/8"-11 NC HOLES THROUGH
FRAME AT 120- AND 11 1/16" RADIUS.
JULY 20141
,�1:� oMO WMY WORKS FRAME FOR ROUND LOCKING COVER DWG. NO.
4-13
BOLTS: 2 PER JOINT
1/2"X 3" LAG SCREWS BOARDS:
GALV. 8"X 1" OR 12"X 1"
Nl _
Z
of �
�+ o
I
RIES 2' MIN.
POSTS: 4"X 6" MIN. PRESSURE TREATED
OR CEDAR PAINTED WHITE.
FIXED (PERMANENT)
TYPE III BARRICADE
VARIES
45°/\
TYPE OF 6""� 6"
SUPPORT
VARIES
i�
STRIPE NOTES:
ORANGE & WHITE IF TEMPORARY.
RED & WHITE IF PERMANENT.
REFLECTORIZED
SLANT DOWNWARD, RIGHT OR LEFT,
IN DIRECTION TRAFFIC WILL PASS.
SLANT BOTH DIRECTIONS FROM MIDDLE
SANDBAGS FOR IF TRAFFIC PASSES BOTH ENDS.
ADDED STABILITY WIDTH 6" EXCEPT 4" IF RAILS ARE
LESS THAN 3' LONG.
SLANT DOWNWARD TO MIDDLE AT END
OF CLOSED ROAD.
SEE MUTCD SEC. 6F.60.
MOVABLE (TEMPORARY)
TYPE III BARRICADE
BARRICADE NOTES:
TYPE
1
II
III
WIDTH OF RAIL
8" MIN.
12" MAX.
8" MIN.
12" MAX.
8" MIN.
12" MAX.
LENGTH OF RAIL
2' MIN.
2' MIN.
4' MIN.
HEIGHT
3' MIN.
3' MIN.
5' MIN.
TYPE OF FRAME
DEMOUNTABLE
OR HEAVY "A"
UGHT "A
FRAME
POST OR
I SKIDS
FLEXIBILITY
ESSENTIALLY
MOVABLE
PORTABLE
I ESSENTIALLY
PERMANENT
REV. MAR 2011
NOTE:
FOR DIMENSIONS NOT
SHOWN, SEE TABLE.
INFORMATIONAL SIGN
STREET PLANNED FOR EXTENSION
WITH FUTURE DEVELPMENT.
FOR MORE INFORMATION CALL
CITY OF FEDERAL WAY
PUBLIC WORKS DEPARTMENT
253-835-2700.
TO BE INSTALLED ON BARRICADES
WHERE STREET IS PLANNED FOR
FUTURE EXTENSION - AS DIRECTED BY
PUBLIC WORKS DEPARTMENT
TYPE I BARRICADE
TYPE II BARRICADE
a
comw PUBLIC DWG. NO.
oaM Way WORKS BARRICADES 3-15
SKIP CENTER LINE (SCL)
10' 15' '
TYPE 2YY RIP '\--4" YELLOW
LINE (TYP)
SEE NOTE
6
DOUBLE YELLOW CENTER LINE (DYCL)
0'
4"
4" YELLOW LINE
SEE
NOTE 6
TYPE 2YY RPM (TYP�
WHITE EDGE LINE (WEL)
--4"
WHITE LINE
YELLOW EDGE LINE (YEL)
0
4" YELLOW
LINE
SEE
NOTE 6
TYPE 2Y RPM (TYP)
SEE NOTE 7
DIRECTION OF TRAFFIC
DOTTED EXTENSION LINE (WDEL, YDEL)
2 \-4" LINE, YELLOW OR
WHITE PER
PLANS. SEE NOTE 6
GENERAL NOTES:
1. LONGITUDINAL STRIPING ON ARTERIALS SHALL
BE PLASTIC TYPE D METHYLMETHACRYLATE (MMA).
TRANSVERSE MARKINGS SHALL BE PLASTIC TYPE
A. ALL OTHER STRIPING SHALL BE PAINT.
2. ALL STRIPING WITHIN INTERSECTIONS SHALL
BE PLASTIC TYPE A OR D.
3. ALL RPM'S SHALL BE LOCATED TO PROVIDE
4 INCHES BETWEEN STRIPING AND RPM'S.
4. TYPE 2 RPM'S SHALL BE USED ON ALL
ARTERIALS AND COLLECTORS, IF STRIPED
5. WHERE TYPE C CURB IS USED IN PLACE OF
STRIPING, USE RPM PATTERN APPLICABLE TO THE
STRIPING BEING REPLACED.
SPECIFIC NOTES:
6. IF MMA IS USED, MMA SHALL BE PROFILED.
7. WHERE RAISED MEDIAN OR TYPE C CURBING
IS USED, USE TYPE 2YR RPM'S, WITH RED
FACING OPPOSITE THE DIRECTION OF TRAFFIC.
8. WHERE RAISED MEDIAN OR TYPE C CURBING
IS USED, USE TYPE 2WR RPM'S, WITH RED
FACING OPPOSITE THE DIRECTION OF TRAFFIC.
LEGEND:
<01 MONO -DIRECTIONAL RPM TYPE 2
BI-DIRECTIONAL RPM TYPE 2
cu°'OF PUBLIC DWG. NO.
MGM GM fty WORKS RAISED PAVEMENT MARKERS 3-17
WIDE LINE (WL)
NO PASS LINE (NPL)
1�20�� 8" WHITE LINE
10' 15' 15'
/-SEE NOTE 6
0 <$>
04
TYPE 2YY RP
4" YELLOW LINE
TYPE 2W RPM
Z
SEE NOTE 6
SEE NOTE 8 (3-17) DIRECTION OF THRU TRAFFIC
TYPE 2Y RPM
DIRECTION
PASSING IS PROHIBITED
DOTTED WIDE LINE (DWL)
REVERSIBLE LANE LINE
24'
10' 15' 15'
4" YELLOW LINE
SEE NOTE 6
Q„
�i 2' if�
L2 E
SEEWHITE
TYPE 2W RPM NOTE
SEE NOTE 8 DIRECTION
OF TRAFFIC
TYPE 2YY RPM S�/
LANE LINE (LL)
TWO-WAY LEFT TURN LINE (TWLTL)
10' 15'
°� 15' I 15
0 0
<$>
4„
TYPE 2W RPM \__4" WHITE
LINE (TYP)
<j> --TYPE 2YY RPMS
4" YELLOW LINE
SEE NOTE 8 SEE NOTE 6
SEE NOTE 6
DIRECTION
OF TRAFFIC
DIRECTION OF THRU TRAFFIC
DROP LANE LINE (DLL) DIRECTION OF TRAFFIC
BARRIER LINE (BL)
12� 3y
I~ I�
20' -
20" YELLOW LINE
4� �= 11
��
�
SEE NOTE 6
<11=
TYPE 2W RPM'S `*_�8" WHITE LINE
TYPE 2YY RPMS
SEE NOTE 8 SEE NOTE 6
<$> <$>
REV. NOV 2014
cc\ F SMp WRY WORKS RAISED PAVEMENT MARKERS D3 18�
Lane width
Pavement markings may be measurement point
curved here as shown to
allow for continuous painting
by the striping machine. Double yellow
center stripe
When RPM's required 4"
by contract, use
Type 2YY, see Note 5 0 c
_ Deceleration taper Q o Type 2YY RPMs �®
Q
10' O.C.
i�
® ® y Double yellow center stripe
4" DETAIL B
® 40' RPM
20'
RPM sin spacing
for decel. toper
30'
® ® M ® See Detail C
m
c
FV Two way left turn termination Left turn
�� at tee intersection or where radius
®
W = Approaching through lane left turns are not permitted ® Double yellow ® W = Departing Lane and two way left turn is not
center stripe o T = Width of left turn lane continued beyond intersection.
40' RPM spacing o on approach side of
a
T= Width of left turn lane END TWO-WAY LEFT TURN LANE
Q — on departure side of
DETAIL A W = Total width of channelization
(W +W +T +T)
Rev. NOV 2014
C`<\ , GadC� g WcW WORKS RAISED PAVEMENT MARKERS D3 19�
SEAL JOINT WITH PG 64-22
ASPAHLT BINDER PER WSDOT
STANDARD SPEC. 9-02.1(4)
18" OR LONGEST
POINT OF EXISTING
JOINT, WHICHEVER
IS GREATER (TYP) ERGO LOCKING
SEE NOTE 1 MANHOLE ASSEMBLY.
SEE NOTE 6
COMMERCIAL
H M A (TYP)
INFRA —RISER (TYP)
a :
SEE NOTE 5
p d
CONCRETE ADJUSTING BRICK,
N114\1\
RISER, OR GRADE RING AS
p
d
NEEDED (TYP.) SEE NOTE 4
I 4
I a WELL COMPACTED SUBGRADE (TYP).
4
PLACE CRUSHED SURFACING TOP
I
COURSE IF NECESSARY.
EXISTING CB OR MANHOLE
SECTION THROUGH
STRUCTURE
N TS
NOTES:
1. PAVEMENT CUT SHALL BE CIRCULAR AND CENTERED ON THE CENTER OF
THE MANHOLE OR CATCH BASIN LID. RECTANGULAR OR POLYGON CUTS
NOT ALLOWED.
2. CONVERT ALL RECTANGULAR FRAMES AND LIDS TO ROUND, USING
CONCRETE CONVERSION RISER PER CITY OF FEDERAL WAY STANDARD
PLAN DWG 4-18.
3. RAISE OR LOWER STRUCTURE TO THE REQUIRED ELEVATION AND SLOPE
USING ONLY INFRA —RISER AND/OR CONCRETE RINGS AND BRICKS AS
NECESSARY. NO OTHER MATERIALS ARE ALLOWED. TO ACHIEVE
WATER —TIGHT CONSTRUCTION, GROUT INSIDE AND OUTSIDE OF EACH JOINT
USING A LAYER OF NON —SHRINK MORTAR NO MORE THAN 3/4" THICK,
AND FINISHED SMOOTH.
5. ON ALL STRUCTURES WITHIN THE ROADWAY TRAVEL LANES, INSTALL INFRA —RISER
MULTI —PURPOSE RUBBER COMPOSITE ADJUSTMENT RISER, MANUFACTURED BY EAST
JORDAN IRON WORKS. INFRA —RISER SHALL BE INSTALLED PER THE MANUFACTURER'S
RECOMMENDATIONS. REMOVE EXISTING CONCRETE RISER IF NECESSARY TO MAKE ROOM
FOR INFRA —RISER. STACKED INFRA —RISER SHALL NOT EXCEED 3" TOTAL HEIGHT.
INFRA —RISER SHALL BE INSTALLED ON TOP OF ALL CONCRETE RISERS, DIRECTLY UNDER
THE ERGO MANHOLE ASSEMBLY.
6. ON ALL STRUCTURES, INSTALL NEW EAST JORDAN IRON WORKS ERGO 4"x24" CAM
LOCKING HINGED MANHOLE ASSEMBLY (PRODUCT NO. 00104028L03), PER
MANUFACTURER'S RECOMMENDATIONS. SET TOP OF ASSEMBLY TO BE FLUSH WITH
EXISTING ROAD AND/OR GUTTER SURFACE. LOCATE HINGE SO THAT IT'S NEAREST TO
ON —COMING TRAFFIC.
7. HMA SHALL BE MECHANICALLY COMPACTED IN 3" (MAX.) LIFTS. .
�FC��SM� Wray WORKS MANHOLE / CATCH BASIN LID IN ROADWAY TRAVEL LANE DWG. NO.
4-20
)ping point
see Note 3
Gore Stripe
see Dwg. No. 3-18
Stopping point
see Note 3
Type 2L traffic
arrows, see Note 1
Variable 50'
Gore Stripe Decel. taper
see Dwg. No. 3-18 see Table 2
—I W T
W
T W,
Type 2L traffic
arrows, see Note 1
Double yellow center
stripe, see Dwg. No. 3-17
Variable
Taper length = T, x taper rate See Table 3
NOTES:
Double yellow
1. First Type 2L arrow is installed 50'
center stripe See Table 1
back of stop bar or crosswalk. Second
for taper rate
arrow is located 100' back, or at
left turn pocket.
—Approach W
---------------- -- -----
2. "S" = 140' for posted speed < 50 MPH.
Departure — W2
"S" = 170' for posted speed > 50 MPH.
See Detail A
Dwg. No. 3-19
Taper length = Tx taper rate
LEFT TURN LANE
See Note 2 100' ±
No Pass Line
See Table 1 on approach 3. Stopping point shall be marked with
for taper rate side stop bar only when mainline movement
is controlled by a stop sign or traffic
signal.
4. Raised pavement markers shall be
installed only when specified in the
Contract Plans.
5. See Dwg. No. 3-17 for marker
designation.
300' MAX
�—--—+--- ----- -- — -- — ----- --- --- ----- ----- ----- — — — — — -
- — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — —
Double yellow center
stripe, see Dwg. No. 3-17
LEFT TURN LANE
TABLE 2
TABLE
3
TABLE
1
Posted
Speed
Decel.
Taper
Posted
Speed
No pass
length
Posted
Taper
Speed
Rate
Length
(Minimum
55 mph
55: 1
55 mph
165'
55 mph
725'
50 mph
50: 1
50 mph
150'
50 mph
660'
45 mph
45: 1
45 mph
135'
45 mph
590'
40 mph
40: 1
40 mph
120'
40 mph
360'
35 mph
35: 1
35 mph
105'
35 mph
260'
30 mph
30: 1
30 mph
90,
30 mph
200'
25 mph
25 : 1
25 mph
75'
25 mph
150'
Two-way left turn lane, see Dwg. No. 3-18 Type 2L traffic
arrows, see WSDOT
Stnd. Plan M-24.20
TWO-WAY LEFT TURN LANE
TWO-WAY LEFT TURN LANE
W = Approaching through lane
Wz = Departing Lane
T, = Width of left turn lane
on approach side of
T2 = Width of left turn lane
on departure side of
Wr = Total width of channelization
(Vi +Wz+T,+Tz)
Rev. NOV 2014
Crff alp PUBLIC cc\ IFWBTRO WRY WORKS PAVEMENT MARKING - TURN LANE �3 20�
Centerline Crosswalk Stripe
Crosswalk (TYP-) Lane Line
Centerline
Roadway
0
Centerline
Curb Ramp
4,
(TYP•) . g- I $
L18" STOP LINE
CROSSWALK STRIPE DETAIL
TRAFFIC ARROWS TYPE 1 S, 2SL, 2SR, 3SL, 3SR, 4S, AND 5S — SEE WSDOT STANDARD PLAN M-24.40
"SHARKS TOOTH" YIELD LINE SYMBOL — SEE WSDOT STANDARD PLAN M-24.60
HANDICAPPED PARKING STALL SYMBOL — SEE WSDOT STANDARD PLAN M-24.60
BIKE LANE SYMBOL — SEE WSDOT STANDARD PLAN M-9.50
PREFERENTIAL LANE SYMBOL — SEE WSDOT STANDARD PLAN M-7.50
Rev. NOV 2014
cff" OF C dSM M y WORKS D�
MISCELLANEOUS PAVEMENT MARKINGS 3 21
IFCR
3 16"
SECTION OF LETTER
PORTL4ND CEMENT
CONCRETE PAVEMENT
P. C. CONCRETE"
I I
PIPE MONUMENT
2" GALVANIZED IRON PIPE
WITH CONCRETE CORE m
TA 'FE
N
a:
SECTION A -A
REV. APR 2012
NOTES:
1. CASTINGS SHALL BE GRAY IRON ASTM
A48, AASHTO M 105, CLASS 30.
2. COVER AND SEAT SHALL BE MACHINED
FOR PERFECT CONTACT AROUND
CIRCUMFERENCE AND FULL WIDTH OF
BEARING SURFACE.
A 3. APPROXIMATE WEIGHTS, STANDARD. A A
CASE 60 LBS
COVER 19 LBS
TOTAL 79 LBS °r
4. PAVEMENT SHALL BE ASPHALT CONCRETE I O
OR APPROVED SUBSTITUTE. n
5. CONCRETE SHALL BE CLASS 4000.
6. SEE SECTION 3.8.5.
7. COVER LETTERING MAY READ MONUMENT OR MON PLAN OF MONUMENT
2" MIN. NOTE 4
ASPHALT CONC.
PAVEMENT
olm-
Q
CRUSHED ROCK
CONCRETE
MONUMENT -
(ALTERNATE)
'•i
6"
TACK,
ESTABLISHMENT AND/OR RE —ALIGNMENT OF A ROADWAY/RIGHT—OF—WAY CENTERLINE
REQUIRE THAT MONUMENTS BE SET PER SECTION 3.8.5 OF THE PUBLIC WORKS DEVELOPMENT
STANDARDS. ALL NEW MONUMENTS SHALL BE DOCUMENTED WITH A RECORD OF SURVEY
AND CITY OF FEDERAL WAY MONUMENT RECORD FORM (DETAIL 3-37).
EXCEPTION: ROADWAY MONUMENTS THAT ARE SET/ESTABLISHED AS PART OF
A RECORDED SUBDIVISION.
cnv oQp�p��� WORKS ROADWAY SURVEY MONUMENT WITH CASE D3 36
RING OR FRAME GRATE OR LID
SEAL JOINT SEAL JOINT
WITH PAVING 1'-6" V-6" WITH PAVING
ASPHALT ASPHALT
COMMERCIAL COMMERCIAL
HMA HMA
a 2" MINIMUM a
ADJUSTING BRICK, Q ° I Q ° I DIG OUT LIMIT AND
CONCRETE RISER OR a a ASPHALT PERIMETER
GRADE RING. NO STEEL I I SHALL EXTEND 2"
RISERS ALLOWED (TYP.) ° a ° ° a ° BELOW ADJUSTMENT
I I RINGS OR RISERS.
SEE NOTE 2.
EXISTING CB OR MANHOLE
SECTION THROUGH STRUCTURE
NTS
NOTES:
1) THE EXISTING STRUCTURE SHALL BE RAISED OR LOWERED TO THE REQUIRED ELEVATION USING
CONCRETE BLOCKS, BRICK, AND/OR CONCRETE RINGS. EACH JOINT SHALL BE GROUTED USING A %
INCH LAYER OF NON —SHRINK MORTAR, PLASTERED SMOOTH INSIDE AND OUT. COVERS SHALL BE
SEATED ON A UNIFORM LAYER OF GROUT TO PREVENT ROCKING.
2) IF RISERS OR GRADE RINGS ARE LESS THAN 2" THICK, THEN THE DIG —OUT LIMITS (AND HMA DEPTH)
SHALL BE EXTENDED TO 2" BELOW THE NEXT RING OR RISER THAT IS GREATER THAN 2" THICK.
3) HMA SHALL BE MECHANICALLY COMPACTED IN 3" MAXIMUM LIFTS.
4) SEE DETAIL 3-36 FOR ADJUSTMENT OF SURVEY MONUMENT CASTINGS.
REV: NOV 2011
cam OF PUBLIC DWG. NO.
oCeP����J WORKS UTILITY ADJUSTMENT 3-55
APPENDIX C
FHWA - 1273
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
I. General
II. Nondiscrimination
III. Non -segregated Facilities
IV. Davis -Bacon and Related Act Provisions
V. Contract Work Hours and Safety Standards Act
Provisions
VI. Subletting or Assigning the Contract
VII. Safety: Accident Prevention
Vill. False Statements Concerning Highway Projects
IX. Implementation of Clean Air Act and Federal Water
Pollution Control Act
X. Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion
XI. Certification Regarding Use of Contract Funds for
Lobbying
XII. Use of United States -Flag Vessels:
ATTACHMENTS
A. Employment and Materials Preference for Appalachian
Development Highway System or Appalachian Local Access
Road Contracts (included in Appalachian contracts only)
IKC7:101=1:7_1,
1. Form FHWA-1273 must be physically incorporated in each
construction contract funded under title 23, United States
Code, as required in 23 CFR 633.102(b) (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). 23 CFR
633.102(e).
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. 23
CFR 633.102(e).
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) in accordance with 23 CFR 633.102. 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
solicitation -for -bids or request -for -proposals 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). 23 CFR 633.102(b).
2. Subject to the applicability criteria noted in the following
sections, these contract provisions shall apply to all work
FHWA-1273 -- Revised July 5, 2022
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. 23
CFR 633.102(d).
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. 23 U.S.C. 114(b).
The term Federal -aid highway does not include roadways
functionally classified as local roads or rural minor collectors.
23 U.S.C. 101(a).
II. NONDISCRIMINATION (23 CFR 230.107(a); 23 CFR Part
230, Subpart A, Appendix A; EO 11246)
The provisions of this section related to 23 CFR Part 230,
Subpart A, Appendix A 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
Part 60, 29 CFR Parts 1625-1627, 23 U.S.C. 140, Section 504
of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794),
Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C.
2000d et seq.), 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 Part 60,
and 29 CFR Parts 1625-1627. The contracting agency and
the FHWA have the authority and the responsibility to ensure
compliance with 23 U.S.C. 140, Section 504 of the
Rehabilitation Act of 1973, as amended (29 U.S.C. 794), and
Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C.
2000d et seq.), 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 Part 230,
Subpart A, 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 (see 28 CFR
Part 35, 29 CFR Part 1630, 29 CFR Parts 1625-1627, 41 CFR
Part 60 and 49 CFR Part 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 Part 35 and 29 CFR Part 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. 23 CFR 230.409 (g)(4) & (5).
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,
sexual orientation, gender identity, 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 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 or other knowledgeable company official.
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, sexual
orientation, gender identity, national origin, age or disability.
The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project
sites to ensure 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. 23 CFR
230.409. 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, sexual orientation,
gender identity, 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, sexual
orientation, gender identity, 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
thereunder. 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, sexual
orientation, gender identity, 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,
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. Assurances Required:
a. The requirements of 49 CFR Part 26 and the State
DOT's FHWA-approved Disadvantaged Business Enterprise
(DBE) program are incorporated by reference.
b. 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.
c. The Title VI and nondiscrimination provisions of U.S.
DOT Order 1050.2A at Appendixes A and E are incorporated
by reference. 49 CFR Part 21.
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 more
than $10,000. 41 CFR 60-1.5.
As prescribed by 41 CFR 60-1.8, 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, sexual orientation, gender identity, 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), in
accordance with 29 CFR 5.5. The requirements apply to all
projects located within the right-of-way of a roadway that is
functionally classified as Federal -aid highway. 23 U.S.C. 113.
This excludes roadways functionally classified as local roads
or rural minor collectors, which are exempt. 23 U.S.C. 101.
Where applicable law requires that projects be treated as a
project on a Federal -aid highway, the provisions of this subpart
will apply regardless of the location of the project. Examples
include: Surface Transportation Block Grant Program projects
funded under 23 U.S.C. 133 [excluding recreational trails
projects], the Nationally Significant Freight and Highway
Projects funded under 23 U.S.C. 117, and National Highway
Freight Program projects funded under 23 U.S.C. 167.
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 (29 CFR 5.5)
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, 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 Administrator for determination.
The 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 (29 CFR 5.5)
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 parl
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 (29 CFR 5.5)
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. 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 29 CFR
5.5(a)(3)(ii), the appropriate information is being
maintained under 29 CFR 5.5(a)(3)(i), 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 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 18 U.S.C. 1001 and 31 U.S.C. 231.
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,
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 (29 CFR 5.5)
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
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.
23 CFR 230.111(e)(2). 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 as
provided in 29 CFR 5.5.
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.
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 as
provided in 29 CFR 5.5.
9. Disputes concerning labor standards. As provided in 29
CFR 5.5, 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 (29 CFR 5.5)
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
Pursuant to 29 CFR 5.5(b), 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. 29 CFR
5.5.
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 currently provided in 29
CFR 5.5(b)(2)* for each calendar day on which such individual
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. 29 CFR 5.5.
* $27 as of January 23, 2019 (See 84 FIR 213-01, 218) as may
be adjusted annually by the Department of Labor; pursuant to
the Federal Civil Penalties Inflation Adjustment Act of 1990).
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.
29 CFR 5.5.
4. Subcontracts. The contractor or subcontractor shall insert
in any subcontracts the clauses set forth in paragraphs 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. 29 CFR 5.5.
VI. SUBLETTING OR ASSIGNING THE CONTRACT
This provision is applicable to all Federal -aid construction
contracts on the National Highway System pursuant to 23 CFR
635.116.
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" in
paragraph 1 of Section VI 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: (based on longstanding interpretation)
(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
(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. 23 CFR 635.102.
2. Pursuant to 23 CFR 635.116(a), 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. Pursuant to 23 CFR 635.116(c), 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. (based on long-
standing interpretation of 23 CFR 635.116).
5. The 30-percent self -performance requirement of paragraph
(1) is not applicable to design -build contracts; however,
contracting agencies may establish their own self -performance
requirements. 23 CFR 635.116(d).
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 Part 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. 23 CFR 635.108.
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 Part 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). 29 CFR 1926.10.
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).
Vill. 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 Part 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 11, 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 (42 U.S.C. 7606; 2
CFR 200.88; EO 11738)
This provision is applicable to all Federal -aid construction
contracts in excess of $150,000 and to all related
subcontracts. 48 CFR 2.101; 2 CFR 200.326.
By submission of this bid/proposal or the execution of this
contract or subcontract, as appropriate, the bidder, proposer,
Federal -aid construction contractor, subcontractor, supplier, or
vendor agrees to comply with all applicable standards, orders
or regulations issued pursuant to the Clean Air Act (42 U.S.C.
7401-7671q) and the Federal Water Pollution Control Act, as
amended (33 U.S.C. 1251-1387). Violations must be reported
to the Federal Highway Administration and the Regional Office
of the Environmental Protection Agency. 2 CFR Part 200,
Appendix II.
The contractor agrees to include or cause to be included the
requirements of this Section in every subcontract, and further
agrees to take such action as the contracting agency may
direct as a means of enforcing such requirements. 2 CFR
200.326.
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. 2 CFR 180.220 and
1200.220.
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. 2 CFR 180.320.
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. 2 CFR
180.325.
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. 2 CFR 180.345 and 180.350.
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, Subpart I, 180.900-180.1020, and 1200.
"First Tier Covered Transactions" refers to any covered
transaction between a recipient or subrecipient 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 recipient or
subrecipient 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. 2
CFR 180.330.
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. 2 CFR
180.220 and 180.300.
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. 2 CFR 180.300;
180.320, and 180.325. A participant is responsible for
ensuring that its principals are not suspended, debarred, or
otherwise ineligible to participate in covered transactions. 2
CFR 180.335. 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 System for
Award Management website (https://www.sam.gov/). 2 CFR
180.300, 180.320, and 180.325.
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 CFR 180.325.
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, 2 CFR 180.335;.
(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, 2 CFR 180.800;
(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, 2 CFR 180.700 and
180.800; 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. 2
CFR 180.335(d).
(5) Are not a corporation that has been convicted of a felony
violation under any Federal law within the two-year period
preceding this proposal (USDOT Order 4200.6 implementing
appropriations act requirements); and
(6) Are not a corporation with any unpaid Federal tax liability
that has been assessed, for which all judicial and
administrative remedies have been exhausted, or have lapsed,
and that is not being paid in a timely manner pursuant to an
agreement with the authority responsible for collecting the tax
liability (USDOT Order 4200.6 implementing appropriations act
requirements).
b. Where the prospective participant is unable to certify to
any of the statements in this certification, such prospective
participant should attach an explanation to this proposal. 2
CFR 180.335 and 180.340.
3. 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). 2 CFR 180.220 and 1200.220.
a. By signing and submitting this proposal, the prospective
lower tier participant 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
submitted if at any time the prospective lower tier participant
learns that its certification was erroneous by reason of
changed circumstances. 2 CFR 180.365.
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, Subpart I, 180.900 — 180.1020, and 1200.
You may contact the person to which this proposal is
10
submitted for assistance in obtaining a copy of those
regulations. "First Tier Covered Transactions" refers to any
covered transaction between a recipient or subrecipient 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
recipient or subrecipient 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 voluntarily
excluded from participation in this covered transaction, unless
authorized by the department or agency with which this
transaction originated. 2 CFR 1200.220 and 1200.332.
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. 2 CFR 180.220 and 1200.220.
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 System for
Award Management website (https://www.sam.gov/), which is
compiled by the General Services Administration. 2 CFR
180.300, 180.320, 180.330, and 180.335.
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. 2 CFR 180.325.
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:
(a) is presently debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded from participating in
covered transactions by any Federal department or agency, 2
CFR 180.355;
(b) is a corporation that has been convicted of a felony
violation under any Federal law within the two-year period
preceding this proposal (USDOT Order 4200.6 implementing
appropriations act requirements); and
(c) is a corporation with any unpaid Federal tax liability that
has been assessed, for which all judicial and administrative
remedies have been exhausted, or have lapsed, and that is
not being paid in a timely manner pursuant to an agreement
with the authority responsible for collecting the tax liability.
(USDOT Order 4200.6 implementing appropriations act
requirements)
2. Where the prospective lower tier participant is unable to
certify to any of the statements in this certification, such
prospective participant should attach an explanation to this
proposal.
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 Part 20, App. A.
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
11
subcontracts, which exceed $100,000 and that all such
recipients shall certify and disclose accordingly.
This provision is applicable to all Federal -aid construction
contracts, design -build contracts, subcontracts, lower -tier
subcontracts, purchase orders, lease agreements, or any other
covered transaction. 46 CFR Part 381.
This requirement applies to material or equipment that is
acquired for a specific Federal -aid highway project. 46 CFR
381.7. It is not applicable to goods or materials that come into
inventories independent of an FHWA funded -contract.
When oceanic shipments (or shipments across the Great
Lakes) are necessary for materials or equipment acquired for a
specific Federal -aid construction project, the bidder, proposer,
contractor, subcontractor, or vendor agrees:
1. To utilize privately owned United States -flag commercial
vessels to ship at least 50 percent of the gross tonnage
(computed separately for dry bulk carriers, dry cargo liners,
and tankers) involved, whenever shipping any equipment,
material, or commodities pursuant to this contract, to the
extent such vessels are available at fair and reasonable rates
for United States -flag commercial vessels. 46 CFR 381.7.
2. To furnish within 20 days following the date of loading for
shipments originating within the United States or within 30
working days following the date of loading for shipments
originating outside the United States, a legible copy of a rated,
`on -board' commercial ocean bill -of -lading in English for each
shipment of cargo described in paragraph (b)(1) of this section
to both the Contracting Officer (through the prime contractor in
the case of subcontractor bills -of -lading) and to the Office of
Cargo and Commercial Sealift (MAR-620), Maritime
Administration, Washington, DC 20590. (MARAD requires
copies of the ocean carrier's (master) bills of lading, certified
onboard, dated, with rates and charges. These bills of lading
may contain business sensitive information and therefore may
be submitted directly to MARAD by the Ocean Transportation
Intermediary on behalf of the contractor). 46 CFR 381.7.
17,
ATTACHMENT A - EMPLOYMENT AND MATERIALS
PREFERENCE FOR APPALACHIAN DEVELOPMENT
HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS
ROAD CONTRACTS (23 CFR 633, Subpart B, Appendix B)
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 (I 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 (1c)
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.
13
APPENDIX D
STATE, FEDERAL, KING COUNTY PREVAILING WAGES
AND BENEFIT CODE KEY
Page 1 1
"General Decision Number: WA20220001 03/18/2022
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).
lIf the contract is entered 1.
linto on or after January 30, l
12022, or the contract is 1
)renewed or extended (e.g., an 1
loption is exercised) on or I
lafter January 30, 2022: l
1 I
1 I
1 I
1 I
1 I
1 I
1 I
lIf the contract was awarded onl.
for between January 1, 2015 andl
lJanuary 29, 2022, and the l
lcontract is not renewed or 1.
lextended on or after January 1
130, 2022: 1
1 1
1 1
1 1
1 1
1 1
1 1
Executive Order 14026 l
generally applies to the l
contract. l
The contractor must pay
all covered workers at
least $15.00 per hour (or l
the applicable wage rate l
listed on this wage l
determination, if it is
higher) for all hours l
spent performing on the l
contract in 2022. l
I
Executive Order 13658
generally applies to the l
contract. l
The contractor must pay alll
covered workers at least 1
$11.25 per hour (or the I
applicable wage rate listedl
on this wage determination,)
if it is higher) for all 1
hours spent performing on 1
that contract in 2022. 1
I
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
https://www.dol.gov/agencies/whd/government-contracts.
11Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 2
Modification Number
0
1
2
3
CARP0003-006 06/01/2018
Publication Date
01/07/2022
02/18/2022
02/25/2022
03/18/2022
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS(Piledriver only), PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west
to Willapa Bay to the Pacific Ocean), SKAMANIA, and WAHKIAKUM
Counties.
Rates
Carpenters:
CARPENTERS ..................$ 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
BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND
VANCOUVER, (NOTE: All dispatches for Washington State
Counties: Cowlitz, Wahkiakum and Pacific shall be from
Longview Local #1707 and mileage shall be computed from
that point.)
2 1 P a g e
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 3
ZONE 1: 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
Rates Fringes
CARPENTER
BRIDGE CARPENTERS ...........
$ 46.92
18.02
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
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
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
Bellingham
Anacortes
Yakima
Wenatchee
Port Angeles
Sunnyside
3 1 P a g e
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 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 $1.50/hour
----------------------------------------------------------------
CARP0059-002 06/01/2019
ADAMS, ASOTIN, BENTON, CHELAN (East of 120th meridian),
COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT (East of
120th meridian), KITTITAS (East of 120th meridian), LINCOLN,
OKANOGAN (East of 120th meridian), PEND OREILLE, SPOKANE,
STEVENS, WALLA WALLA, WHITMAN, and YAKIMA (East of 120th
meridian) Counties
Rates
CARPENTER
GROUP 1.....................$ 35.47
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 Erector
Fringes
GROUP 3: Piledriver - includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated
material, on all piling
GROUP 4: Bridge, Dock, and Wharf carpenters
GROUP 5: Diver Wet
4 1 P a g e
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 5
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 decompression are
complete. the diver rate 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.
5 1 P a g e
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 6
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
6 1 P a g e
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 7
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
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
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
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 $1.50/hour
----------------------------------------------------------------
ELEC0046-001 01/01/2022
CALLAM, JEFFERSON, KING AND KITSAP COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 68.50 25.72
ELECTRICIAN ......................$ 64.31 26.28
----------------------------------------------------------------
* ELECO048-003 01/01/2021
CLARK, KLICKITAT AND SKAMANIA COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 44.22 21.50
ELECTRICIAN ......................$ 50.35 25.48
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 g e
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 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 $5.50/hour
Zone 4: Beyond 90 miles $9.00/hour
*These are not miles driven. Zones are based on Delorrne
Street Atlas USA 2006 plus.
----------------------------------------------------------------
ELEC0048-029 01/01/2021
COWLITZ AND WAHKIAKUM COUNTY
Rates Fringes
CABLE SPLICER ....................$ 44.22 21.50
ELECTRICIAN ......................$ 50.35 25.48
----------------------------------------------------------------
ELEC0073-001 01/01/2022
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN
COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 34.10 16.68
ELECTRICIAN ......................$ 39.55 19.68
----------------------------------------------------------------
ELEC0076-002 08/31/2021
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 53.15 23.81
ELECTRICIAN ......................$ 51.77 24.23
----------------------------------------------------------------
ELEC0112-005 06/01/2021
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 52.50 23.01
ELECTRICIAN ......................$ 50.00 22.93
----------------------------------------------------------------
ELEC0191-003 06/01/2020
8 1 P a g e
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 9
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..................$ 52.66
Group 1AAA.................$ 53.42
Group 1.....................$ 51.15
Group 2.....................$ 50.50
Group 3.....................$ 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, Bremerton, Everett, Kent,
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)
9 1 P a g e
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 10
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 1A - 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); Batch 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, shovel, backhoe-3yards and
under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; 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,
Caterpillar, Barbar Green; Scraper -self propelled, hard
tail end dump, articulating off -road equipment -under 45
yards; Subgrade trimmer; Tractors, backhoes-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 dozer
GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
A -frame crane over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozers-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; Loader -elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pumps -concrete; Roller, plant mix or multi -lift materials;
Saws -concrete; Scrpers-concrete and carry -all; Service
engineer -equipment; Trenching machines; Truck Crane
Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and
under
101 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 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 Bellman; 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.....................$
29.76
20.65
GROUP
2.....................$
30.08
20.65
GROUP
3.....................$
30.69
20.65
GROUP
4.....................$
30.85
20.65
GROUP
5.....................$
31.01
20.65
GROUP
6.....................$
31.21
20.65
GROUP
7.....................$
31.56
20.65
GROUP
8.....................$
32.66
20.65
ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00
111 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 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
Hand; Fireman & Heater Tender; Hydro -seeder, Mulcher,
Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine;
Pumpman; Rollers, all types on subgrade, including seal 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 Refrigeration
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, gas 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); Longitudinal Float; Mixer (portable -concrete);
Pavement Breaker, Hydra -Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self-propelled);
Railroad Power Tamper Operator (self-propelled); Railroad
Tamper Jack Operator (self-propelled; Spray Curing Machine
(concrete); Spreader Box (self-propelled); Straddle Buggy
(Ross & similar on construction job only); Tractor (Farm
type R/T with attachment, except Backhoe); Tugger Operator
GROUP 3: A -frame Truck (2 or more drums); Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton);
Backfillers (Cleveland & similar); Batch Plant & Wet Mix
Operator, single unit (concrete); Belt -Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar);
Bending Machine; Bob Cat (Skid Steer); Boring Machine
(earth); Boring Machine (rock under 8 inch bit) (Quarry
Master, Joy or similar); Bump Cutter (Wayne, Saginau or
similar); Canal Lining Machine (concrete); Chipper (without
crane); Cleaning & Doping Machine (pipeline); Deck
Engineer; Elevating Belt -type Loader (Euclid, Barber Green
& similar); Elevating Grader -type Loader (Dumor, Adams or
similar); Generator Plant Engineers (diesel or electric);
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
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
121 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 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 clamshell,
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); Cable
Controller (dispatcher); Compactor (self-propelled with
blade); Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons), all
attachments including clamshell, dragline; 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; Rollerman (finishing asphalt pavement); Roto
Mill (pavement grinder); Scrapers, all, rubber -tired;
Screed Operator; Shovel(under 3 yds.); Trenching Machines
(7 ft. depth & over); Tug Boat Operator Vactor guzzler,
super sucker; Lime Batch Tank Operator (REcycle Train);
Lime Brain Operator (Recycle Train); Mobile Crusher
Operator (Recycle Train)
131 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 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, working with supplied air
shall receive $1.00 an hour above classification.
ENG10612-001 06/01/2020
PIERCE County
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates
Fringes
POWER EQUIPMENT OPERATOR
GROUP
1A...................$
49.50
22.47
GROUP
1AA..................$
50.22
22.47
GROUP
1AAA.................$
50.94
22.47
GROUP
1.....................$
48.77
22.47
GROUP
2.....................$
48.15
22.47
GROUP
3.....................$
47.60
22.47
GROUP
4.....................$
44.55
22.47
141 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 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, 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 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, 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, Caterpillar, Barbar Green;
Scraper -self- propelled, hard tail end dump, articulating
off -road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe 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
151 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 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; Posthole
digger -mechanical; Power plant; Pumps -water; Rigger and
Bellman; 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 $1 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 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 $2.00 per hour.
161 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 17
ENGI0612-012 06/01/2020
LEWIS, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary of Wahkaikum County
to the sea) AND THURSTON COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates
Fringes
POWER EQUIPMENT OPERATOR
GROUP
1A...................$
48.41
22.47
GROUP
1AA..................$
49.13
22.47
GROUP
1AAA.................$
49.83
22.47
GROUP
1.....................$
47.70
22.47
GROUP
2.....................$
47.08
22.47
GROUP
3.....................$
46.55
22.47
GROUP
4.....................$
43.54
22.47
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 1A - 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 track or truck type
171 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 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, Caterpillar, Barbar Green;
Scraper -self- propelled, hard tail end dump, articulating
off -road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe 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 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; Posthole
digger -mechanical; Power plant; Pumps -water; Rigger and
Bellman; 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 $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
181 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 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 $2.00 per hour.
----------------------------------------------------------------
ENGI0701-002 01/01/2018
CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND
WAHKIAKUM COUNTIES
POWER RQUIPMENT OPERATORS: ZONE 1
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP
1.....................$
41.65
14.35
GROUP
1A....................$
43.73
14.35
GROUP
1B....................$
45.82
14.35
GROUP
2.....................$
39.74
14.35
GROUP
3.....................$
38.59
14.35
GROUP
4.....................$
37.51
14.35
GROUP
5.....................$
36.27
14.35
GROUP
6.....................$
33.05
14.35
Zone Differential (add to Zone 1 rates):
Zone 2 - $3.00
Zone 3 - $6.00
For the following metropolitan counties: MULTNOMAH;
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA;
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
INDICATED:
All jobs or projects located in Multnomah, 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 Yamhill County, Washington County 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 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 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, Whirley 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) ton 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 with over one hundred seventy five
foot (175') tower or over two hundred foot (200') jib;
Crane, tower Crane on rail system or 2nd tower or more in
work radius
201 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 21
Group 1B
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 Head
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 (130,000)
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 (70,000) lbs. up to and
including one hundred twenty thousand (120,000) lbs.;
Crane, Boom Truck fifty (50) ton and over with less than
one hundred fifty foot (150') boom; Crane, fifty (50) ton
through eighty nine (89) ton with one hundred fifty foot
(150') boom or less (including jib inserts and/or
attachments); Crane, Shovel, Dragline or Clamshell three
(3) cu. yds. but less than five (5) cu. Yds.; Excavator
over eighty thousand (80,000) lbs. through one hundred
thirty thousand (130,000) lbs.; Loader sixty thousand
(60,000) lbs. and less than one hundred twenty thousand
(120,000) lbs.
211 Page
WA2O22OOO1 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 22
Group 4
Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement
profiler, under eight foot (8') 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,
Breaker; Concrete, Grout Plant; 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 Clamshell, 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
(80,000) lbs.; Generator Operator; Grade -all; Guardrail
Machines, i.e. punch, auger, etc.; Hammer Operator
(Piledriver); Hoist, 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) lbs. and less than sixty thousand
(60,000) lbs.; Log Skidders; Piledriver Operator (not crane
type); Pipe, Bending, Cleaning, Doping and Wrapping
Machines; Rail, Ballast 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 (50) HP Flywheel; Trenching Machine three foot
(3') depth and deeper; Tub Grinder (used for wood debris);
Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine;
Ultra High Pressure Water Jet Cutting Tool System Operator;
Vacuum Blasting Machine Operator; Water pulls, Water wagons
221 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 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, gunite work;
Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb
and Gutter; Concrete, Finishing Machine; Concrete, Grouting
Machine; Concrete, Internal Full Slab Vibrator Operator;
Concrete, Joint 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 hydraulic lifting device for
concrete forms; Conveyored Material Hauler; 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 ten (10) ton or Robotic; Helicopter Hoist; Hoist
Operator, single drum; Hydraulic Backhoe track type up to
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)
lbs.; Pavement Grinder and/or Grooving Machine (riding
type); Pipe, cast in place Pipe Laying Machine; Pulva-Mixer
or similar types; Pump Operator, more than five (5) pumps
(any size); Rail, Ballast Compactor, Regulator, or Tamper
machines; Service Oiler (Greaser); Sweeper Self -Propelled;
Tractor, Rubber -Tired, fifty (50) HP flywheel and under;
Trenching Machine Operator, maximum digging capacity three
foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power
Jumbo setting slip forms, etc.
Group 6
Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck
Mounted Asphalt Spreader, with Screed; Auger Oiler;
Boatman; Bobcat, skid steed (less than one (1) yard);
Broom, self-propelled; Compressor Operator (any power)
under 1,250 cu. ft. total capacity; Concrete Curing Machine
(riding type); Concrete Saw; Conveyor Operator or
Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler;
Deckhand; Drill, Directional Locator; Fork Lift; Grade
Checker; Guardrail Punch Oiler; Hydrographic Seeder
Machine, straw, pulp or seed; Hydrostatic Pump Operator;
Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump
(any power); Rail, Brakeman, Switchman, Motorman; Rail,
Tamping Machine, mechanical, self-propelled; Rigger; Roller
grading (not asphalt); Truck, Crane Oiler -Driver
231 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 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 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 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: Flagman; 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
limited to cleaning floors, ceilings, walls, windows, etc.
prior to 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 Machine
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
251 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 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-crete 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; Aspahlt Raker;Brush
Machine (to include horizontal construction joint cleanup
brush machine, power propelled); Caisson Worker, free air;
Chain Saw Operator and Faller; Concrete Stack (to include
laborers when laborers working on free standing concrete
stacks for smoke or fume control 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 line is provided in
conjunction with a chemical ""splash suit""); High Scaler;
Laser Beam Operator (to 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 mounting); Mortar
Mixer; Nozzleman (to include jet blasting nozzleman, over
1,200 lbs., jet blast machine power propelled, sandblast
nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to
include working topman, caulker, collarman, jointer,
mortarman, rigger, jacker, shorer, valve or meter
installer); Pipewrapper; Plasterer Tender; Vibrators (all)
GROUP 5 - Drills with 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"", (to include raise and shaft miner, laser
beam operator on riases and shafts)
261 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 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
1.....................$
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.....................$
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
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
271 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 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 Weighman; 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 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, 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; 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).
Group 6: Miner
281 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 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 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 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 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; 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""); 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;
Grade Checker and Transit Person; High Scaler; Powderman;
Re-Timberman; Hazardous Waste Worker (Level A: utilizes a
fully encapsulated suit with a self-contained breathing
apparatus or a supplied air line).
301 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 31
LAB00292-008 06/01/2021
ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM 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
311 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 32
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, 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-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
321 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 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
Laborers:
ZONE 1:
GROUP 1....................$ 36.59
GROUP 2....................$ 37.34
GROUP 3....................$ 37.91
GROUP 4....................$ 38.39
GROUP 5....................$ 33.47
GROUP 6....................$ 30.43
GROUP 7....................$ 26.40
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
Fringes
13.19
13.19
13.19
13.19
13.19
13.19
13.19
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 Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush 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); Loading Spotters; Material
Yard Man (including electrical); Pittsburgh Chipper
Operator or Similar 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)
331 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 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 to: 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
Locomotive -Tunnel; Powderman-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
----------------------------------------------------------------
341 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 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 - $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
351 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 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, 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-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
361Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 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
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
371 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 38
PAIN0055-003 07/01/2020
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
Rates Fringes
PAINTER
Brush & Roller ..............$ 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 1......................$ 31.30 15.53
Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00
BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee
Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
381 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 39
PLAS0528-001 06/01/2021
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES
Rates Fringes
CEMENT MASON
CEMENT MASON ................$ 47.87 19.04
COMPOSITION, TROWEL
MACHINE, GRINDER, POWER
TOOLS, GUNNITE NOZZLE.......$ 48.37 19.04
TROWELING MACHINE OPERATOR
ON COMPOSITION ..............$ 48.37 19.04
----------------------------------------------------------------
PLAS0555-002 07/01/2019
CLARK, KLICKITAT AND SKAMANIA COUNTIES
ZONE 1:
Rates Fringes
CEMENT MASON
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
MACHINERY AND
SUSPENDED/HANGING SCAFFOLD..$
37.32
18.77
CEMENT MASONS ON
SUSPENDED, SWINGING AND/OR
HANGING SCAFFOLD ............
$ 36.58
18.77
CEMENT MASONS ...............$
35.85
18.77
COMPOSITION WORKERS AND
POWER MACHINERY OPERATORS ...
$ 36.58
18.77
Zone Differential (Add To Zone 1 Rates):
Zone
2 - $0.65
Zone
3 - 1.15
Zone
4 - 1.70
Zone
5 - 3.00
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER
ZONE 1: Projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
391 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 40
TEAM0037-002 06/01/2020
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES
Rates
Truck drivers:
ZONE 1
GROUP 1....................$ 29.33
GROUP 2....................$ 29.46
GROUP 3....................$ 29.60
GROUP 4....................$ 29.89
GROUP 5....................$ 30.03
GROUP 6....................$ 30.31
GROUP 7....................$ 30.53
Zone Differential (Add to Zone 1 Rates):
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 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 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 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: A Frame or Hydra lifrt 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,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
on job site); Loader and/or Leverman on Concrete Dry Batch
Plant (manually operated); Pilot Car; Pickup Truck; Solo
Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
401 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 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 and
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; Skid 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)
411 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 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, Tournotrailer, Cat DW 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 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bulk loose
aggregates); Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in heavy construction; Water Wagon and Tank
Truck-3,000 gallons and over capacity
421 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 43
GROUP 2 - Bulllifts, 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: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical ""splash suit.""
LEVEL A: +$.75 per hour - This level utilizes a fully -
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
431 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 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....................$
28.80
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 + $2.00)
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
441 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 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); Flat 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 (over 6
yards to and including 12 yds.); Truck Mounted Hydro
Seeder; Warehouseperson; Water Tank 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 ton); Vacuum Truck (super
sucker, guzzler, etc.)
GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift
(over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field);
Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
yds.); Trucks, side, end, bottom and articulated end dump
(over 20 yds. to & including 40 yds.); Truck and Pup;
Tournarocker, DWs & similar with 2 or more 4 wheel -power
tractor with trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8,001- 14,000 gallons);
Lowboy(over 50 tons)
GROUP 7: Oil Distributor Driver; Stringer Truck (cable
oeprated trailer); Transit Mixers & Trucks Hauling Concrete
(over 20 yds.); Truck, side, end, bottom end dump (over 40
yds. to & including 100 yds.); Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
25 tons);
451 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 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-B: - $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) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis -Bacon 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 work, up to 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 and worker protections under the EO
is available at
https://www.dol.gov/agencies/whd/government-contracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)) .
461 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 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 is an abbreviation identifier of
the union which prevailed in 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 internal number used in processing
the wage determination. 07/01/2014 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 (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the ""SU"" identifier indicate that
no one rate prevailed for this classification 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
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non -union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
471 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 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
* 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 Hour 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 Hour 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 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
Page 1 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
U.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"
491 Page
WA20220001 Modification 3
Federal Wage Determinations for Highway Construction
5/24/23. 2:57 PM about:blank
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: 5/24/2023
*Risk
County_
Trade
Job Classification
Wage
Holiday Overtime Note
Class
King
Asbestos Abatement Workers
Journey Level
$56.80
5D
1 H
View
King
Boilermakers
Journey Level
$74.29
5N
1C
View
King
Brick Mason
Journey Level
$66.32
7E
1 N
View
King
Brick Mason
Pointer -Caulker -Cleaner
$66.32
7E
1 N
View
King
Building Service Employees
Janitor
$28.23
5S
2F
View
King
Building Service Employees
Traveling Waxer/Shampooer
$28.68
5S
2F
View
King
Building Service Employees
Window Cleaner (Non -Scaffold)
$32.18
5S
2F
View
King
Building Service Employees
Window Cleaner (Scaffold)
$33.18
5S
2F
View
King
Cabinet Makers In Shop).
Journey Level
$22.74
1
View
King
Carpenters
Acoustical Worker
$71.53
15J
4C
View
King
Carpenters
Bridge, Dock And Wharf
$71.53
15J
4C
View
Carpenters
King
Carpenters
Floor Layer Et Floor Finisher
$71.53
15J
4C
View
King
Carpenters
Journey Level
$71.53
15J
4C
View
King
Carpenters
Scaffold Erector
$71.53
15J
4C
View
King
Cement Masons
Application of all Composition
$70.09
15J
41J
View
Mastic
King
Cement Masons
Application of all Epoxy
$69.59
15J
4U
View
Material
King
Cement Masons
Application of all Plastic
$70.09
15J
41J
View
Material
King
Cement Masons
Application of Sealing
$69.59
15J
4U
View
Compound
King
Cement Masons
Application of Underlayment
$70.09
15J
4U
View
King
Cement Masons
Building General
$69.59
15J
41J
View
King
Cement Masons
Composition or Kalman Floors
$70.09
15J
4U
View
King
Cement Masons
Concrete Paving
$69.59
15J
4U
View
King
Cement Masons
Curb Et Gutter Machine
$70.09
15J
41J
View
King
Cement Masons
Curb Et Gutter, Sidewalks
$69.59
15J
4U
View
King
Cement Masons
Curing Concrete
$69.59
15J
41J
View
King
Cement Masons
Finish Colored Concrete
$70.09
15J
4U
View
about:blank
1 /18
5/24/23, 2:57 PM
about:blank
King
Cement Masons
Floor Grinding
$70.09
15J
4U
View
King
Cement Masons
Floor Grinding/Polisher
$69.59
15J
4U
View
King
Cement Masons
Green Concrete Saw, self-
$70.09
15J
4U
View
powered
King
Cement Masons
Grouting of all Plates
$69.59
15J
4U
View
King
Cement Masons
Grouting of all Tilt -up Panels
$69.59
15J
4U
View
King
Cement Masons
Gunite Nozzleman
$70.09
15J
4U
View
King
Cement Masons
Hand Powered Grinder
$70.09
15J
4U
View
King
Cement Masons
Journey Level
$69.59
15J
4U
View
King
Cement Masons
Patching Concrete
$69.59
15J
4U
View
King
Cement Masons
Pneumatic Power Tools
$70.09
15J
4U
View
King
Cement Masons
Power Chipping Et Brushing
$70.09
15J
4U
View
King
Cement Masons
Sand Blasting Architectural
$70.09
15J
4U
View
Finish
King
Cement Masons
Screed Et Rodding Machine
$70.09
15J
4U
View
King
Cement Masons
Spackling or Skim Coat
$69.59
15J
4U
View
Concrete
King
Cement Masons
Troweling Machine Operator
$70.09
15J
4U
View
King
Cement Masons
Troweling Machine Operator on
$70.09
15J
4U
View
Colored Slabs
King
Cement Masons
Tunnel Workers
$70.09
15J
4U
View
King
Divers Et Tenders
Bell/Vehicle or Submersible
$126.05
15J
4C
View
Operator (Not Under Pressure)
King
Divers Et Tenders
Dive Supervisor/Master
$89.94
15J
4C
View
King
Divers Et Tenders
Diver
$126.05
15J
4C
8V View
King
Divers Et Tenders
Diver On Standby
$84.94
15J
4C
View
King
Divers Et Tenders
Diver Tender
$77.16
15J
4C
View
King
Divers Et Tenders
Hyperbaric Worker -
$89.09
15J
4C
View
Compressed Air Worker 0-30.00
PSI
King
Divers Et Tenders
Hyperbaric Worker -
$94.09
15J
4C
View
Compressed Air Worker 30.01 -
44.00 PSI
King
Divers Et Tenders
Hyperbaric Worker -
$107.09
15J
4C
View
Compressed Air Worker 44.01 -
54.00 PSI
King
Divers Et Tenders
Hyperbaric Worker -
$103.09
15J
4C
View
Compressed Air Worker 54.01 -
60.00 PSI
King
Divers Et Tenders
Hyperbaric Worker -
$105.59
15J
4C
View
Compressed Air Worker 60.01 -
64.00 PSI
King
Divers Et Tenders
Hyperbaric Worker -
$110.59
15J
4C
View
Compressed Air Worker 64.01 -
68.00 PSI
King
Divers Et Tenders
Hyperbaric Worker -
$112.59
15J
4C
View
Compressed Air Worker 68.01 -
70.00 PSI
King
Divers Et Tenders
Hyperbaric Worker -
$114.59
15J
4C
View
Compressed Air Worker 70.01 -
72.00 PSI
about:blank 2/18
5/24/23, 2:57 PM
about:blank
King
Divers Et Tenders
Hyperbaric Worker -
$116.59
15J
4C
View
Compressed Air Worker 72.01
74.00 PSI
King
Divers Et Tenders
Manifold Operator
$77.16
15J
4C
View
King
Divers Et Tenders
Manifold Operator Mixed Gas
$82.16
15J
4C
View
King
Divers Et Tenders
Remote Operated Vehicle
$77.16
15J
4C
View
Operator/Technician
King
Divers Et Tenders
Remote Operated Vehicle
$71.98
15J
4C
View
Tender
King
Dredge Workers
Assistant Engineer
$76.56
5D
3F
View
King
Dredge Workers
Assistant Mate (Deckhand)
$75.97
5D
3F
View
King
Dredge Workers
Boatmen
$76.56
5D
3F
View
King
Dredge Workers
Engineer Welder
$78.03
5D
3F
View
King
Dredge Workers
Leverman, Hydraulic
$79.59
5D
3F
View
King
Dredge Workers
Mates
$76.56
5D
3F
View
King
Dredge Workers
Oiler
$75.97
5D
3F
View
King
Drywall Applicator
Journey Level
$71.53
15J
4C
View
King
wall Tapers
Journey Level
$70.61
5P
1 E
View
King
Electrical Fixture Maintenance
Journey Level
$37.19
5L
1 E
View
Workers
King
Electricians - Inside
Cable Splicer
$102.90
7C
4E
View
King
Electricians - Inside
Cable Splicer (tunnel)
$110.61
7C
4E
View
King
Electricians - Inside
Certified Welder
$99.38
7C
4E
View
King
Electricians - Inside
Certified Welder (tunnel)
$106.75
7C
4E
View
King
Electricians - Inside
Construction Stock Person
$49.28
7C
4E
View
King
Electricians - Inside
Journey Level
$95.88
7C
4E
View
King
Electricians - Inside
Journey Level (tunnel)
$102.90
7C
4E
View
King
Electricians - Motor Shop
Journey Level
$48.68
5A
1 B
View
King
Electricians - Powerline
Cable Splicer
$93.00
5A
4D
View
Construction
King
Electricians - Powerline
Certified Line Welder
$85.42
5A
4D
View
Construction
King
Electricians - Powerline
Groundperson
$55.27
5A
4D
View
Construction
King
Electricians - Powerline
Heavy Line Equipment
$85.42
5A
4D
View
Construction
Operator
King
Electricians - Powerline
Journey Level Lineperson
$85.42
5A
4D
View
Construction
King
Electricians - Powerline
Line Equipment Operator
$73.35
5A
4D
View
Construction
King
Electricians - Powerline
Meter Installer
$55.27
5A
4D
8W View
Construction
King
Electricians - Powerline
Pole Sprayer
$85.42
5A
4D
View
Construction
King
Electricians - Powerline
Powderperson
$63.50
5A
4D
View
Construction
King
Electronic Technicians
Journey Level
$62.13
7E
1E
View
King
Elevator Constructors
Mechanic
$107.49
7D
4A
View
King
Elevator Constructors
Mechanic In Charge
$116.13
7D
4A
View
about:blank 3/18
5/24/23, 2:57 PM
about:blank
King
Fabricated Precast Concrete
All Classifications - In -Factory
$21.34
5B
1 R
View
Products
Work Only
King
Fence Erectors
Fence Erector
$48.14
15J
4V
8Y
View
King
Fence Erectors
Fence Laborer
$48.14
15J
4V
8Y
View
King
Flaggers
Journey Level
$48.14
15J
4V
8Y
View
King
Glaziers
Journey Level
$75.91
7L
1Y
View
King
Heat Et Frost Insulators And
Journey Level
$84.84
15H
11 C
View
Asbestos Workers
King
Heating Equipment Mechanics
Journey Level
$94.11
7F
1E
View
King
Hod Carriers Et Mason Tenders
Journey Level
$59.85
15J
4V
8Y
View
King
Industrial Power Vacuum
Journey Level
$15.74
1
View
Cleaner
King
Inland Boatmen
Boat Operator
$61.41
5B
1K
View
King
Inland Boatmen
Cook
$56.48
5B
1K
View
King
Inland Boatmen
Deckhand
$57.48
5B
1K
View
King
Inland Boatmen
Deckhand Engineer
$58.81
5B
1K
View
King
Inland Boatmen
Launch Operator
$58.89
5B
1K
View
King
Inland Boatmen
Mate
$57.31
5B
1K
View
King
Inspection/Cleaning/Sealing Of
Cleaner Operator, Foamer
$31.49
1
View
Sewer Et Water Systems By
Operator
Remote Control
King
Inspection/Cleaning/Sealing Of
Grout Truck Operator
$15.74
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
$71.53
15J
4C
View
King
Ironworkers
Journeyman
$83.79
15K
11 N.
View
King
Laborers
Air, Gas Or Electric Vibrating
$56.80
15J
4V
8Y
View
Screed
King
Laborers
Airtrac Drill Operator
$58.56
15J
4V
8Y
View
King
Laborers
Ballast Regular Machine
$56.80
15J
4V
8Y
View
King
Laborers
Batch Weighman
$48.14
15J
4V
8Y
View
King
Laborers
Brick Pavers
$56.80
15J
4V
8Y
View
King
Laborers
Brush Cutter
$56.80
15J
4V
8Y
View
King
Laborers
Brush Hog Feeder
$56.80
15J
4V
8Y
View
King
Laborers
Burner
$56.80
15J
4V
8Y
View
King
Laborers
Caisson Worker
$58.56
15J
4V
8Y
View
King
Laborers
Carpenter Tender
$56.80
15J
4V
8Y
View
King
Laborers
Cement Dumper -paving
$57.84
15J
4V
8Y
View
King
Laborers
Cement Finisher Tender
$56.80
15J
4V
8Y
View
King
Laborers
Change House Or Dry Shack
$56.80
15J
4V
8Y
View
about:blank
4/18
5/24/23, 2:57 PM
King Laborers
King
King
King
King
King
King
King
King
King
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
King
Laborers
King
Laborers
King
Laborers
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
King
Laborers
King
Laborers
King
Laborers
King
Laborers
King
King
King
King
King
Laborers
Laborers
Laborers
Laborers
Laborers
about:blank
Chipping Gun (30 Lbs. And
$57.84
15J
Over)
Chipping Gun (Under 30 Lbs.)
$56.80
15J
Choker Setter
$56.80
15J
Chuck Tender
$56.80
15J
Clary Power Spreader
$57.84
15J
Clean-up Laborer
$56.80
15J
Concrete Dumper/Chute
$57.84
15J
Operator
Concrete Form Stripper
$56.80
15J
Concrete Placement Crew
$57.84
15J
Concrete Saw Operator/Core
$57.84
15J
Driller
Crusher Feeder
$48.14
15J
Curing Laborer
$56.80
15J
Demolition: Wrecking Et Moving
$56.80
15J
(Incl. Charred Material)
Ditch Digger
$56.80
15J
Diver
$58.56
15J
Drill Operator (Hydraulic,
$57.84
15J
Diamond)
Dry Stack Walls
$56.80
15J
Dump Person
$56.80
15J
Epoxy Technician
$56.80
15J
Erosion Control Worker
$56.80
15J
Faller Et Bucker Chain Saw
$57.84
15J
Fine Graders
$56.80
15J
Firewatch
$48.14
15J
Form Setter
$57.84
15J
Gabian Basket Builders
$56.80
15J
General Laborer
$56.80
15J
Grade Checker Et Transit Person
$59.85
15J
Grinders
$56.80
15J
Grout Machine Tender
$56.80
15J
Groutmen (Pressure) Including
$57.84
15J
Post Tension Beams
Guardrail Erector
$56.80
15J
Hazardous Waste Worker (Level
$58.56
15J
A)
Hazardous Waste Worker (Level
$57.84
15J
B)
Hazardous Waste Worker (Level
$56.80
15J
C)
High Scaler
$58.56
15J
Jackhammer
$57.84
15J
Laserbeam Operator
$57.84
15J
Maintenance Person
$56.80
15J
Manhole Builder-Mudman
$57.84
15J
4V 8Y View
4V
4V
4V
4V
4V
4V
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
4V
8Y
View
4V
8Y
View
4V
8Y
View
4V
8Y
View
4V
8Y
View
4V
8Y
View
4V
8Y
View
4V
8Y
View
4V
8Y
View
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
4V
8Y
View
4V
8Y
View
4V
8Y
View
4V
8Y
View
4V
4V
4V
4V
4V
8Y View
8Y View
8Y View
8Y View
8Y View
about:blank 5/18
5/24/23, 2:57 PM
about:blank
King
Laborers
Material Yard Person
$56.80
15J
4V
8Y
View
King
Laborers
Mold Abatement Worker
$56.80
15J
4V
8Y
View
King
Laborers
Motorman -Dinky Locomotive
$59.95
15J
4V
8Y
View
King
Laborers
nozzleman (concrete pump,
$59.85
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
$57.84
15J
4V
8Y
View
King
Laborers
Pilot Car
$48.14
15J
4V
8Y
View
King
Laborers
Pipe Layer (Lead)
$59.85
15J
4V
8Y
View
King
Laborers
Pipe Layer/Tailor
$57.84
15J
4V
8Y
View
King
Laborers
Pipe Pot Tender
$57.84
15J
4V
8Y
View
King
Laborers
Pipe Reliner
$57.84
15J
4V
8Y
View
King
Laborers
Pipe Wrapper
$57.84
15J
4V
8Y
View
King
Laborers
Pot Tender
$56.80
15J
4V
8Y
View
King
Laborers
Powderman
$58.56
15J
4V
8Y
View
King
Laborers
Powderman's Helper
$56.80
15J
4V
8Y
View
King
Laborers
Power Jacks
$57.84
15J
4V
8Y
View
King
Laborers
Railroad Spike Puller - Power
$57.84
15J
4V
8Y
View
King
Laborers
Raker - Asphalt
$59.85
15J
4V
8Y
View
King
Laborers
Re-timberman
$58.56
15J
4V
8Y
View
King
Laborers
Remote Equipment Operator
$57.84
15J
4V
8Y
View
King
Laborers
Rigger/Signal Person
$57.84
15J
4V
8Y
View
King
Laborers
Rip Rap Person
$56.80
15J
4V
8Y
View
King
Laborers
Rivet Buster
$57.84
15J
4V
8Y
View
King
Laborers
Rodder
$57.84
15J
4V
8Y
View
King
Laborers
Scaffold Erector
$56.80
15J
4V
8Y
View
King
Laborers
Scale Person
$56.80
15J
4V
8Y
View
King
Laborers
Sloper (Over 20")
$57.84
15J
4V
8Y
View
King
Laborers
Sloper Sprayer
$56.80
15J
4V
8Y
View
King
Laborers
Spreader (Concrete)
$57.84
15J
4V
8Y
View
King
Laborers
Stake Hopper
$56.80
15J
4V
8Y
View
King
Laborers
Stock Piler
$56.80
15J
4V
8Y
View
King
Laborers
Swinging Stage/Boatswain
$48.14
15J
4V
8Y
View
Chair
King
Laborers
Tamper $ Similar Electric, Air
$57.84
15J
4V
8Y
View
& Gas Operated Tools
King
Laborers
Tamper (Multiple Ft Self-
$57.84
15J
4V
8Y
View
propelled)
King
Laborers
Timber Person - Sewer (Lagger,
$57.84
15J
4V
8Y
View
Shorer Ft Cribber)
King
Laborers
Toolroom Person (at Jobsite)
$56.80
15J
4V
8Y
View
King
Laborers
Topper
$56.80
15J
4V
8Y
View
King
Laborers
Track Laborer
$56.80
15J
4V
8Y
View
King
Laborers
Track Liner (Power)
$57.84
15J
4V
8Y
View
King
Laborers
Traffic Control Laborer
$51.48
15J
4V
9C
View
about:blank
6/18
5/24/23, 2:57 PM
about:blank
King
Laborers
Traffic Control Supervisor
$54.55
15J
4V
9C
View
King
Laborers
Truck Spotter
$56.80
15J
4V
8Y
View
King
Laborers
Tugger Operator
$57.84
15J
4V
8Y
View
King
Laborers
Tunnel Work -Compressed Air
$158.87
15J
4V
9B
View
Worker 0-30 psi
King
Laborers
Tunnel Work -Compressed Air
$163.90
15J
4V
9B
View
Worker 30.01-44.00 psi
King
Laborers
Tunnel Work -Compressed Air
$167.58
15J
4V
9B
View
Worker 44.01-54.00 psi
King
Laborers
Tunnel Work -Compressed Air
$173.28
15J
4V
9B
View
Worker 54.01-60.00 psi
King
Laborers
Tunnel Work -Compressed Air
$175.40
15J
4V
9B
View
Worker 60.01-64.00 psi
King
Laborers
Tunnel Work -Compressed Air
$180.50
15J
4V
9B
View
Worker 64.01-68.00 psi
King
Laborers
Tunnel Work -Compressed Air
$182.40
15J
4V
9B
View
Worker 68.01-70.00 psi
King
Laborers
Tunnel Work -Compressed Air
$184.40
15J
4V
9B
View
Worker 70.01-72.00 psi
King
Laborers
Tunnel Work -Compressed Air
$186.40
15J
4V
9B
View
Worker 72.01-74.00 psi
King
Laborers
Tunnel Work-Guage and Lock
$59.95
15J
4V
8Y
View
Tender
King
Laborers
Tunnel Work -Miner
$59.95
15J
4V
8Y
View
King
Laborers
Vibrator
$57.84
15J
4V
8Y
View
King
Laborers
Vinyl Seamer
$56.80
15J
4V
8Y
View
King
Laborers
Watchman
$43.76
15J
4V
8Y
View
King
Laborers
Welder
$57.84
15J
4V
8Y
View
King
Laborers
Well Point Laborer
$57.84
15J
4V
8Y
View
King
Laborers
Window Washer/Cleaner
$43.76
15J
4V
8Y
View
King
Laborers - Underground Sewer
General Laborer Et Topman
$56.80
15J
4V
8Y
View
Et Water
King
Laborers - Underground Sewer
Pipe Layer
$57.84
15J
4V
8Y
View
Et Water
King
Landscape Construction
Landscape
$43.76
15J
4V
8Y
View
Construction/Landscaping Or
Planting Laborers
King
Landscape Construction
Landscape Operator
$78.80
15J
11G
8X
View
King
Landscape Maintenance
Groundskeeper
$17.87
1
View
King
Lathers
Journey Level
$71.53
15J
4C
View
King
Marble Setters
Journey Level
$66.32
7E
IN
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
$73.08
15J
4C
View
King
Modular Buildings
Cabinet Assembly
$15.74
1
View
King
Modular Buildings
Electrician
$15.74
1
View
King
Modular Buildings
Equipment Maintenance
$15.74
1
View
King
Modular Buildings
Plumber
$15.74
1
View
about:blank
7/18
5/24/23, 2:57 PM
about:blank
King
Modular Buildings
Production Worker
$15.74
King
Modular Buildings
Tool Maintenance
$15.74
King
Modular Buildings
Utility Person
$15.74
King
Modular Buildings
Welder
$15.74
King
Painters
Journey Level
$49.46
6Z
King
Pile Driver
Crew Tender
$77.16
15J
King
Pile Driver
Journey Level
$71.98
15J
King
Plasterers
Journey Level
$67.49
7Q
King
Plasterers
Nozzleman
$71.49
7Q
King
Playground Et Park Equipment
Journey Level
$15.74
Installers
King
Plumbers Et Pipefitters
Journey Level
$96.69
6Z
King
Power Equipment Operators
Asphalt Plant Operators
$80.12
15J
King
Power Equipment Operators
Assistant Engineer
$75.35
15J
King
Power Equipment Operators
Barrier Machine (zipper)
$79.41
15J
King
Power Equipment Operators
Batch Plant Operator: concrete
$79.41
15J
King
Power Equipment Operators
Boat Operator
$80.33
7A
King
Power Equipment Operators
Bobcat
$75.35
15J
King
Power Equipment Operators
Brokk - Remote Demolition
$75.35
15J
King
Power Equipment Operators
King
Power Equipment Operators
King
Power Equipment Operators
King
Power Equipment Operators
King
Power Equipment Operators
King
Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
Equipment
Brooms
$75.35
15J
Bump Cutter
$79.41
15J
Cableways
$80.12
15J
Chipper
$79.41
15J
Compressor
$75.35
15J
Concrete Finish Machine -
$75.35
15J
Laser Screed
Concrete Pump - Mounted Or
$78.80
15J
Trailer High Pressure Line
Pump, Pump High Pressure
Concrete Pump: Truck Mount
$80.12
15J
With Boom Attachment Over 42
M
Concrete Pump: Truck Mount
$79.41
15J
With Boom Attachment Up To
42m
Conveyors
$78.80
15J
Cranes Friction: 200 tons and
$82.76
7A
over
Cranes, A -frame: 10 tons and
$75.55
7A
under
Cranes: 100 tons through 199
$81.12
7A
tons, or 150' of boom
(including jib with
attachments)
Cranes: 20 tons through 44
$79.62
7A
tons with attachments
Cranes: 200 tons- 299 tons, or
$81.97
7A
250' of boom including jib with
attachments
1
1
1
1
11J
4C
4C
1R
1R
1
1G
11G
11G
11G
11G
11H
11G
11G
11G
11G
11G
11G
11G
11G
View
View
View
View
View
View
View
View
View
View
View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
11G
8X
View
11G
8X
View
11G
8X
View
11G
8X
View
11 H
8X
View
11 H
8X
View
11 H
8X
View
11 H
8X
View
11 H
8X
View
about:blank 8/18
5/24/23, 2:57 PM
about:blank
King
Power Equipment Operators
Cranes: 300 tons and over or
$82.76
7A
11 H
8X
View
300' of boom including jib with
attachments
King
Power Equipment Operators
Cranes: 45 tons through 99
$80.33
7A
11 H
8X
View
tons, under 150' of
boom(including jib with
attachments)
King
Power Equipment Operators
Cranes: Friction cranes through
$81.97
7A
11 H
8X
View
199 tons
King
Power Equipment Operators
Cranes: through 19 tons with
$79.00
7A
11 H
8X
View
attachments, a -frame over 10
tons
King
Power Equipment Operators
Crusher
$79.41
15J
11G
8X
View
King
Power Equipment Operators
Deck Engineer/Deck Winches
$79.41
15J
11G
8X
View
(power)
King
Power Equipment Operators
Derricks, On Building Work
$80.12
15J
11G
8X
View
King
Power Equipment Operators
Dozers D-9 $ Under
$78.80
15J
11G
8X
View
King
Power Equipment Operators
Drill Oilers: Auger Type, Truck
$78.80
15J
11G
8X
View
Or Crane Mount
King
Power Equipment Operators
Drilling Machine
$80.92
15J
11G
8X
View
King
Power Equipment Operators
Elevator and man -lift:
$75.35
15J
11G
8X
View
permanent and shaft type
King
Power Equipment Operators
Finishing Machine, Bidwell And
$79.41
15J
11G
8X
View
Gamaco Et Similar Equipment
King
Power Equipment Operators
Forklift: 3000 lbs and over with
$78.80
15J
11G
8X
View
attachments
King
Power Equipment Operators
Forklifts: under 3000 lbs. with
$75.35
15J
11G
8X
View
attachments
King
Power Equipment Operators
Grade Engineer: Using Blue
$79.41
15J
11G
8X
View
Prints, Cut Sheets, Etc
King
Power Equipment Operators
Gradechecker/Stakeman
$75.35
15J
11G
8X
View
King
Power Equipment Operators
Guardrail Punch
$79.41
15J
11G
8X
View
King
Power Equipment Operators
Hard Tail End Dump
$80.12
15J
11G
8X
View
Articulating Off- Road
Equipment 45 Yards. Ft Over
King
Power Equipment Operators
Hard Tail End Dump
$79.41
15J
11G
8X
View
Articulating Off -road
Equipment Under 45 Yards
King
Power Equipment Operators
Horizontal/Directional Drill
$78.80
15J
11G
8X
View
Locator
King
Power Equipment Operators
Horizontal/Directional Drill
$79.41
15J
11G
8X
View
Operator
King
Power Equipment Operators
Hydralifts/Boom Trucks Over
$79.00
7A
11 H
8X
View
10 Tons
King
Power Equipment Operators
Hydralifts/boom trucks: 10
$75.55
7A
11 H
8X
View
tons and under
King
Power Equipment Operators
Leverman
$81.75
15J
11G
8X
View
King
Power Equipment Operators
Loader, Overhead, 6 Yards. But
$80.12
15J
11G
8X
View
Not Including 8 Yards
King
Power Equipment Operators
Loaders, Overhead Under 6
$79.41
15J
11G
8X
View
Yards
King
Power Equipment Operators
Loaders, Plant Feed
$79.41
15J
11G
8X
View
about:blank
9/18
5/24/23, 2:57 PM
about:blank
King
Power Equipment Operators
Loaders: Elevating Type Belt
$78.80
15J
11G
8X
View
King
Power Equipment Operators
Locomotives, All
$79.41
15J
11G
8X
View
King
Power Equipment Operators
Material Transfer Device
$79.41
15J
11G
8X
View
King
Power Equipment Operators
Mechanics: All (Leadmen -
$80.92
15J
11G
8X
View
$0.50 per hour over mechanic)
King
Power Equipment Operators
Motor Patrol Graders
$80.12
15J
11G
8X
View
King
Power Equipment Operators
Mucking Machine, Mole, Tunnel
$80.12
15J
11G
8X
View
Drill, Boring, Road Header
And/or Shield
King
Power Equipment Operators
Oil Distributors, Blower
$75.35
15J
11G
8X
View
Distribution it Mulch Seeding
Operator
King
Power Equipment Operators
Outside Hoists (Elevators and
$78.80
15J
11G
8X
View
Manlifts), Air Tuggers, Strato
King
Power Equipment Operators
Overhead, bridge type Crane:
$79.62
7A
11 H
8X
View
20 tons through 44 tons
King
Power Equipment Operators
Overhead, bridge type: 100
$81.12
7A
11 H
8X
View
tons and over
King
Power Equipment Operators
Overhead, bridge type: 45 tons
$80.33
7A
11 H
8X
View
through 99 tons
King
Power Equipment Operators
Pavement Breaker
$75.35
15J
11G
8X
View
King
Power Equipment Operators
Pile Driver (other Than Crane
$79.41
15J
11G
8X
View
Mount)
King
Power Equipment Operators
Plant Oiler - Asphalt, Crusher
$78.80
15J
11G
8X
View
King
Power Equipment Operators
Posthole Digger, Mechanical
$75.35
15J
11G
8X
View
King
Power Equipment Operators
Power Plant
$75.35
15J
11G
8X
View
King
Power Equipment Operators
Pumps - Water
$75.35
15J
11G
8X
View
King
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$80.12
15J
11G
8X
View
King
Power Equipment Operators
Quick Tower: no cab, under
$79.41
15J
11G
8X
View
100 feet in height base to
boom
King
Power Equipment Operators
Remote Control Operator On
$80.12
15J
11G
8X
View
Rubber Tired Earth Moving
Equipment
King
Power Equipment Operators
Rigger and Bellman
$75.55
7A
11 H
8X
View
King
Power Equipment Operators
Rigger/Signal Person,
$79.00
7A
11 H.
8X
View
Bellman (Certified)
King
Power Equipment Operators
Rollagon
$80.12
15J
11G
8X
View
King
Power Equipment Operators
Roller, Other Than Plant Mix
$75.35
15J
11G
8X
View
King
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
$78.80
15J
11G
8X
View
Materials
King
Power Equipment Operators
Roto-mill, Roto-grinder
$79.41
15J
11G
8X
View
King
Power Equipment Operators
Saws - Concrete
$78.80
15J
11G
8X
View
King
Power Equipment Operators
Scraper, Self Propelled Under
$79.41
15J
11G
8X
View
45 Yards
King
Power Equipment Operators
Scrapers - Concrete 8t Carry All
$78.80
15J
11G
8X
View
King
Power Equipment Operators
Scrapers, Self-propelled: 45
$80.12
15J
11G
8X
View
Yards And Over
King
Power Equipment Operators
Service Engineers: Equipment
$78.80
15J
11G
8X
View
King
Power Equipment Operators
Shotcrete/Gunite Equipment
$75.35
15J
11G
8X
View
about:blank 10/18
5/24/23, 2:57 PM
about:blank
King
Power Equipment Operators
Shovel, Excavator, Backhoe,
$78.80
15J
11G
8X
View
Tractors Under 15 Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoe:
$80.12
15J
11G
8X
View
Over 30 Metric Tons To 50
Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes,
$79.41
15J
11G
8X
View
Tractors: 15 To 30 Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
$80.92
15J
11G
8X
View
Over 50 Metric Tons To 90
Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
$81.75
15J
11G
8X
View
Over 90 Metric Tons
King
Power Equipment Operators
Slipform Pavers
$80.12
15J
11G
8X
View
King
Power Equipment Operators
Spreader, Topsider Et
$80.12
15J
11G
8X
View
Screedman
King
Power Equipment Operators
Subgrader Trimmer
$79.41
15J
11G
8X
View
King
Power Equipment Operators
Tower Bucket Elevators
$78.80
15J
11G
8X
View
King
Power Equipment Operators
Tower Crane: over 175' through
$81.97
7A
11 H.
8X
View
250' in height, base to boom
King
Power Equipment Operators
Tower crane: up to 175' in
$81.12
7A
11 H
8X
View
height base to boom
King
Power Equipment Operators
Tower Cranes: over 250' in
$82.76
7A
11 H
8X
View
height from base to boom
King
Power Equipment Operators
Transporters, All Track Or Truck
$80.12
15J
11G
8X
View
Type
King
Power Equipment Operators
Trenching Machines
$78.80
15J
11G
8X
View
King
Power Equipment Operators
Truck Crane Oiler/Driver: 100
$79.62
7A
11 H.
8X
View
tons and over
King
Power Equipment Operators
Truck crane oiler/driver: under
$79.00
7A
11 H
8X
View
100 tons
King
Power Equipment Operators
Truck Mount Portable Conveyor
$79.41
15J
11G
8X
View
King
Power Equipment Operators
Vac Truck (Vactor Guzzler,
$79.41
15J
11G
8X
View
Hydro Excavator)
King
Power Equipment Operators
Welder
$80.12
15J
11G
8X
View
King
Power Equipment Operators
Wheel Tractors, Farmall Type
$75.35
15J
11G
8X
View
King
Power Equipment Operators
Yo Yo Pay Dozer
$79.41
15J
11G
8X
View
King
Power Equipment Operators-
Asphalt Plant Operators
$80.12
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Assistant Engineer
$75.35
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Barrier Machine (zipper)
$79.41
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Batch Plant Operator, Concrete
$79.41
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Boat Operator
$80.33
7A
11 H
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Bobcat
$75.35
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Brokk - Remote Demolition
$75.35
15J
11G
8X
View
Underground Sewer Et Water
Equipment
King
Power Equipment Operators-
Brooms
$75.35
15J
11G
8X
View
Underground Sewer Et Water
about:blank
11 /18
5/24/23, 2:57 PM
about:blank
King
Power Equipment Operators-
Bump Cutter
$79.41
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Cableways
$80.12
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Chipper
$79.41
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Compressor
$75.35
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Finish Machine -
$75.35
15J 11G 8X View
Underground Sewer Et Water
Laser Screed
King
Power Equipment Operators-
Concrete Pump - Mounted Or
$78.80
15J 11G 8X View
Underground Sewer Et Water
Trailer High Pressure Line
Pump, Pump High Pressure
King
Power Equipment Operators-
Concrete Pump: Truck Mount
$80.12
15J 11G 8X View
Underground Sewer Et Water
With Boom Attachment Over 42
M
King
Power Equipment Operators-
Concrete Pump: Truck Mount
$79.41
15J 11G 8X View
Underground Sewer Et Water
With Boom Attachment Up To
42m
King
Power Equipment Operators-
Conveyors
$78.80
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes Friction: 200 tons and
$82.76
7A 11 H 8X View
Underground Sewer Et Water
over
King
Power Equipment Operators-
Cranes, A -frame: 10 tons and
$75.55
7A 11 H 8X View
Underground Sewer Et Water
under
King
Power Equipment Operators-
Cranes: 100 tons through 199
$81.12
7A 11 H 8X View
Underground Sewer Et Water
tons, or 150' of boom
(including jib with
attachments)
King
Power Equipment Operators-
Cranes: 20 tons through 44
$79.62
7A 11 H 8X View
Underground Sewer Et Water
tons with attachments
King
Power Equipment Operators-
Cranes: 20 tons through 44
$79.62
7A 11 H 8X View
Underground Sewer Et Water
tons with attachments
King
Power Equipment Operators-
Cranes: 200 tons- 299 tons, or
$81.97
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
$82.76
7A 11 H 8X View
Underground Sewer Et Water
300' of boom including jib with
attachments
King
Power Equipment Operators-
Cranes: 45 tons through 99
$80.33
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
$81.97
7A 11 H 8X View
Underground Sewer Et Water
199 tons
King
Power Equipment Operators-
Cranes: through 19 tons with
$79.00
7A 11 H 8X View
Underground Sewer Et Water
attachments, a -frame over 10
tons
King
Power Equipment Operators-
Crusher
$79.41
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Deck Engineer/Deck Winches
$79.41
15J 11G 8X View
Underground Sewer Et Water
(power)
King
Power Equipment Operators-
Derricks, On Building Work
$80.12
15J 11G 8X View
Underground Sewer Et Water
about:blank
12/18
5/24/23, 2:57 PM
about:blank
King
Power Equipment Operators-
Dozers D-9 Et Under
$78.80
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Drill Oilers: Auger Type, Truck
$78.80
15J 11G 8X View
Underground Sewer Et Water
Or Crane Mount
King
Power Equipment Operators-
Drilling Machine
$80.92
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Elevator and man -lift:
$75.35
15J 11G 8X View
Underground Sewer Et Water
permanent and shaft type
King
Power Equipment Operators-
Finishing Machine, Bidwell And
$79.41
15J 11G 8X View
Underground Sewer Et Water
Gamaco Et Similar Equipment
King
Power Equipment Operators-
Forklift: 3000 lbs and over with
$78.80
15J 11G 8X View
Underground Sewer Et Water
attachments
King
Power Equipment Operators-
Forklifts: under 3000 lbs. with
$75.35
15J 11G 8X View
Underground Sewer Et Water
attachments
King
Power Equipment Operators-
Grade Engineer: Using Blue
$79.41
15J 11G 8X View
Underground Sewer Et Water
Prints, Cut Sheets, Etc
King
Power Equipment Operators-
Gradechecker/Stakeman
$75.35
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Guardrail Punch
$79.41
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Hard Tail End Dump
$80.12
15J 11G 8X View
Underground Sewer Et Water
Articulating Off- Road
Equipment 45 Yards. Et Over
King
Power Equipment Operators-
Hard Tail End Dump
$79.41
15J 11G 8X View
Underground Sewer Et Water
Articulating Off -road
Equipment Under 45 Yards
King
Power Equipment Operators-
Horizontal/Directional Drill
$78.80
15J 11G 8X View
Underground Sewer Et Water
Locator
King
Power Equipment Operators-
Horizontal/Directional Drill
$79.41
15J 11G 8X View
Underground Sewer Et Water
Operator
King
Power Equipment Operators-
Hydralifts/boom trucks: 10
$75.55
7A 11 H 8X View
Underground Sewer Et Water
tons and under
King
Power Equipment Operators-
Hydralifts/boom trucks: over
$79.00
7A 11 H 8X View
Underground Sewer Et Water
10 tons
King
Power Equipment Operators-
Leverman
$81.75
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Loader, Overhead, 6 Yards. But
$80.12
15J 11G 8X View
Underground Sewer Et Water
Not Including 8 Yards
King
Power Equipment Operators-
Loaders, Overhead Under 6
$79.41
15J 11G 8X View
Underground Sewer Et Water
Yards
King
Power Equipment Operators-
Loaders, Plant Feed
$79.41
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders: Elevating Type Belt
$78.80
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Locomotives, All
$79.41
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Material Transfer Device
$79.41
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Mechanics: All (Leadmen -
$80.92
15J 11G 8X View
Underground Sewer Et Water
$0.50 per hour over mechanic)
King
Power Equipment Operators-
Motor Patrol Graders
$80.12
15J 11G 8X View
Underground Sewer Et Water
about:blank 13/18
5/24/23, 2:57 PM
about:blank
King
Power Equipment Operators-
Mucking Machine, Mole, Tunnel
$80.12
15J 11G 8X View
Underground Sewer Et Water
Drill, Boring, Road Header
And/or Shield
King
Power Equipment Operators-
Oil Distributors, Blower
$75.35
15J 11G 8X View
Underground Sewer Et Water
Distribution Et Mulch Seeding
Operator
King
Power Equipment Operators-
Outside Hoists (Elevators and
$78.80
15J 11G 8X View
Underground Sewer Et Water
Manlifts), Air Tuggers, Strato
King
Power Equipment Operators-
Overhead, bridge type Crane:
$79.62
7A 11 H 8X View
Underground Sewer Et Water
20 tons through 44 tons
King
Power Equipment Operators-
Overhead, bridge type: 100
$81.12
7A 11 H 8X View
Underground Sewer Et Water
tons and over
King
Power Equipment Operators-
Overhead, bridge type: 45 tons
$80.33
7A 11 H 8X View
Underground Sewer Et Water
through 99 tons
King
Power Equipment Operators-
Pavement Breaker
$75.35
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Pile Driver (other Than Crane
$79.41
15J 11G 8X View
Underground Sewer Et Water
Mount)
King
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$78.80
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Posthole Digger, Mechanical
$75.35
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Power Plant
$75.35
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Pumps - Water
$75.35
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Quad 9, Hd 41, D10 And Over
$80.12
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Quick Tower: no cab, under
$79.41
15J 11G 8X View
Underground Sewer Et Water
100 feet in height base to
boom
King
Power Equipment Operators-
Remote Control Operator On
$80.12
15J 11G 8X View
Underground Sewer Et Water
Rubber Tired Earth Moving
Equipment
King
Power Equipment Operators-
Rigger and Bellman
$75.55
7A 11 H 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Rigger/Signal Person,
$79.00
7A 11 H 8X View
Underground Sewer Et Water
Bellman (Certified)
King
Power Equipment Operators-
Rollagon
$80.12
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Other Than Plant Mix
$75.35
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Plant Mix Or Multi -lift
$78.80
15J 11G 8X View
Underground Sewer Et Water
Materials
King
Power Equipment Operators-
Roto-mill, Roto-grinder
$79.41
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Saws - Concrete
$78.80
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Scraper, Self Propelled Under
$79.41
15J 11G 8X View
Underground Sewer Et Water
45 Yards
King
Power Equipment Operators-
Scrapers - Concrete Et Carry All
$78.80
15J 11G 8X View
Underground Sewer Et Water
about:blank
14/18
5/24/23, 2:57 PM
about:blank
King
Power Equipment Operators-
Scrapers, Self-propelled: 45
$80.12
15J
11G
8X View
Underground Sewer Et Water
Yards And Over
King
Power Equipment Operators-
Shotcrete/Gunite Equipment
$75.35
15J
11G
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoe,
$78.80
15J
11G
8X View
Underground Sewer Et Water
Tractors Under 15 Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoe:
$80.12
15J
11G
8X View
Underground Sewer Et Water
Over 30 Metric Tons To 50
Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes,
$79.41
15J
11G
8X View
Underground Sewer Et Water
Tractors: 15 To 30 Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
$80.92
15J
11G
8X View
Underground Sewer Et Water
Over 50 Metric Tons To 90
Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
$81.75
15J
11G
8X View
Underground Sewer Et Water
Over 90 Metric Tons
King
Power Equipment Operators-
Slipform Pavers
$80.12
15J
11G
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Spreader, Topsider Et
$80.12
15J
11G
8X View
Underground Sewer Et Water
Screedman
King
Power Equipment Operators-
Subgrader Trimmer
$79.41
15J
11G
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Bucket Elevators
$78.80
15J
11G
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Crane: over 175' through
$81.97
7A
11 H
8X View
Underground Sewer Et Water
250' in height, base to boom
King
Power Equipment Operators-
Tower crane: up to 175' in
$81.12
7A
11 H
8X View
Underground Sewer Et Water
height base to boom
King
Power Equipment Operators-
Tower Cranes: over 250' in
$82.76
7A
11 H
8X View
Underground Sewer Et Water
height from base to boom
King
Power Equipment Operators-
Transporters, All Track Or Truck
$80.12
15J
11G
8X View
Underground Sewer Et Water
Type
King
Power Equipment Operators-
Trenching Machines
$78.80
15J
11G
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Crane Oiler/Driver: 100
$79.62
7A
11 H
8X View
Underground Sewer Et Water
tons and over
King
Power Equipment Operators-
Truck Crane Oiler/Driver: 100
$79.62
7A
11 H
8X View
Underground Sewer Et Water
tons and over
King
Power Equipment Operators-
Truck crane oiler/driver: under
$79.00
7A
11 H
8X View
Underground Sewer Et Water
100 tons
King
Power Equipment Operators-
Truck Mount Portable Conveyor
$79.41
15J
11G
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Vac Truck (Vactor Guzzler,
$79.41
15J
11G
8X View
Underground Sewer Et Water
Hydro Excavator)
King
Power Equipment Operators-
Welder
$80.12
15J
11G
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Wheel Tractors, Farmall Type
$75.35
15J
11G
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Yo Yo Pay Dozer
$79.41
15J
11G
8X View
Underground Sewer Et Water
King
Power Line Clearance Tree
Journey Level In Charge
$57.22
5A
4A
View
Trimmers
about:blank
15/18
5/24/23, 2:57 PM
about:blank
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 Conditioning
Journey Level
$92.51
6Z
1G
View
Mechanics
King
Residential Brick Mason
Journey Level
$66.32
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
$71.53
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
$96.69
6Z
1G
View
Pipefitters
King
Residential Refrigeration Et Air
Journey Level
$92.51
6Z
1G
View
Conditioning Mechanics
King
Residential Sheet Metal
Journey Level
$94.11
7F
1 E
View
Workers
King
Residential Soft Floor Lavers
Journey Level
$55.76
5A
3J
View
King
Residential Sprinkler Fitters
Journey Level
$58.26
5C
211
View
.(Fire Protection)
King
Residential Stone Masons
Journey Level
$66.32
7E
1 N
View
King
Residential Terrazzo Workers
Journey Level
$60.36
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
$60.95
5A
3H
View
King
Roofers
Using Irritable Bituminous
$63.95
5A
3H
View
Materials
King
Sheet Metal Workers
Journey Level (Field or Shop)
$94.11
7F
1 E
View
King
Shipbuilding Et Ship Repair
New Construction Boilermaker
$41.83
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Carpenter
$41.83
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Crane
$41.83
7V
1
View
Operator
King
Shipbuilding Et Ship Repair
New Construction Electrician
$41.83
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Heat Et Frost
$84.84
15H
11C
View
Insulator
King
Shipbuilding Et Ship Repair
New Construction Laborer
$41.83
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Machinist
$41.83
7V
1
View
about:blank
16/18
5/24/23, 2:57 PM
about:blank
King
Shipbuilding Et Ship Repair
New Construction Operating
$41.83
7V
1
View
Engineer
King
Shipbuilding Et Ship Repair
New Construction Painter
$41.83
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Pipefitter
$41.83
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Rigger
$41.83
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Sheet Metal
$41.83
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Shipfitter
$41.83
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction
$41.83
7V
1
View
Warehouse/Teamster
King
Shipbuilding Et Ship Repair
New Construction Welder /
$41.83
7V
1
View
Burner
King
Shipbuilding Et Ship Repair
Ship Repair Boilermaker
$50.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Carpenter
$50.95
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
$50.42
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Heat Et Frost
$84.84
15H
11C
View
Insulator
King
Shipbuilding Et Ship Repair
Ship Repair Laborer
$50.95
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Machinist
$50.95
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
$50.95
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Pipefitter
$50.95
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Rigger
$50.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Sheet Metal
$50.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Shipwright
$50.95
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Warehouse /
$45.06
7Y
4K
View
Teamster
King
Sign Makers Et Installers
Journey Level
$55.78
0
1
View
.(Electrical),
King
Sign Makers Et Installers (Non-
Journey Level
$35.73
0
1
View
Electrical).
King
Soft Floor Lavers
Journey Level
$62.39
15J
4C
View
King
Solar Controls For Windows
Journey Level
$15.74
1
View
King
Sprinkler Fitters (Fire
Journey Level
$92.49
5C
1X
View
Protection),
King
Stage Rigging Mechanics (Non
Journey Level
$15.74
1
View
Structural),
King
Stone Masons
Journey Level
$66.32
7E
IN
View
King
Street And Parking Lot Sweeper
Journey Level
$19.09
1
View
Workers
King
Surveyors
Assistant Construction Site
$79.00
7A
11 H
8X
View
Surveyor
King
Surveyors
Chainman
$75.55
7A
11 H
8X
View
King
Surveyors
Construction Site Surveyor
$80.33
7A
11 H
8X
View
King
Surveyors
Drone Operator (when used in
$75.55
7A
11 H
8X
View
conjunction with survey work
only)
King
Surveyors
Ground Penetrating Radar
$75.55
7A
11 H
8X
View
Operator
King
Telecommunication Technicians
Journey Level
$62.13
7E
1 E
View
about:blank
17/18
5/24/23, 2:57 PM
about:blank
King
Telephone Line Construction -
Cable Splicer
$39.15
5A
2B
View
Outside
King
Telephone Line Construction -
Hole Digger/Ground Person
$26.29
5A
2B
View
Outside
King
Telephone Line Construction -
Telephone Equipment Operator
$32.72
5A
2B
View
Outside
(Light)
King
Telephone Line Construction -
Telephone Lineperson
$37.00
5A
2B
View
Outside
King
Terrazzo Workers
Journey Level
$60.36
7E
1 N
View
King
Tile Setters
Journey Level
$60.36
7E
1 N
View
King
Tile, Marble Et Terrazzo
Finisher
$51.19
7E
1 N
View
Finishers
King
Traffic Control Stripers
Journey Level
$51.90
7A
1 K
View
King
Truck Drivers
Asphalt Mix Over 16 Yards
$72.45
15J
11M
8L
View
King
Truck Drivers
Asphalt Mix To 16 Yards
$71.61
15J
11M
8L
View
King
Truck Drivers
Dump Truck
$71.61
15J
11M
8L
View
King
Truck Drivers
Dump Truck Et Trailer
$72.45
15J
11M
8L
View
King
Truck Drivers
Other Trucks
$72.45
15J
11M
8L
View
King
Truck Drivers - Ready Mix
Transit Mix
$72.45
15J
11M
8L
View
King
Well Drillers Et Irrigation Pump
Irrigation Pump Installer
$17.71
1
View
Installers
King
Well Drillers Et Irrigation Pump
Oiler
$15.74
1
View
Installers
King
Well Drillers Et Irrigation Pump
Well Driller
$18.00
1
View
Installers
about:blank 18/18
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
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.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and
the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly
rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,
shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly
rate of wage.
G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four -
ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten
(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment
breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through
Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage.
I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid 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 3/3/2023 thru 8/30/2023
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 at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10)
hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall
be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times
the hourly rate of wage.
R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.
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.
2of15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
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.
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.
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.
3of15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
Overtime Codes Continued
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
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 (I V2) 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.
4 of 15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
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.
S. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, work
performed in excess of (10) hours shall be paid at one and one half (1-1/2) times the hourly rate of pay. On Monday
through Friday, work performed outside the normal work hours of 6:00 a.m. and 6:00 p.m. shall be paid at one and
one-half (1-1/2) times the straight time rate, (except for special shifts or multiple shift operations).
All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed
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.
Multiple Shift Operations: When the first shift of a multiple shift (a two or three shift) operation is started at the basic
straight time rate or at a specific overtime rate, all shifts of that day's operation shall be completed at that rate. Special
Shifts: The Special Shift Premium is the basic hourly rate of pay plus $2.00 an 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 more than four (4) hours of a special shift can only be performed outside the normal 6am 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 the 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).
5of15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
Overtime Codes Continued
4. 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 'h) 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.
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.
II. 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 3/3/2023 thru 8/30/2023
Overtime Codes Continued
11. 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 of ten (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.
7of15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
Overtime Codes Continued
11. J. All hours worked on holidays shall be paid at double the hourly rate of wage.
K. On Monday through Friday hours worked outside 4:00 am and 5:00 pm, and the first two (2) hours after eight (8)
hours worked shall be paid at one and one-half times the hourly rate. All hours worked over 10 hours per day
Monday through Friday, and all hours worked on Saturdays, Sundays, and Holidays worked shall be paid at double
the hourly rate of wage.
L. An employee working outside 5:00 am and 5:00 pm shall receive an additional two dollar ($2.00) per hour for all
hours worked that shift. All hours worked on holidays shall be paid at one and one-half times the hourly rate of
wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
M. 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.
Work performed outside the normal work hours of 5:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2)
times the straight time rate, (except for special shifts or multiple shift operations). When the first shift of a multiple
shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of
that day's operation shall be completed at that 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 of 5:00 am to
6:00 pm, then a special shift may be worked at the straight time rate, plus the shift pay premium when applicable.
The starting time of work will be arranged to fit such conditions of work. Such shift shall consist of eight (8) hours
work for eight (8) hours pay or ten (10) hours work for ten (10) hours pay for four ten shifts.
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.
Shift Pay Premium: In an addition to any overtime already required, all hours worked between the hours of 6:00 pm
and 5:00 am shall receive an additional two dollars ($2.00) per hour.
N. All work performed over twelve hours in a shift and all work performed on Sundays and Holidays shall be paid at
double the straight time rate.
Any time worked over eight (8) hours on Saturday shall be paid double the straight time rate, except employees
assigned to work six 10-hour shifts per week shall be paid double the straight time rate for any time worked on
Saturday over 10 hours.
8of15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
Holiday Codes
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).
K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9).
L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, Friday after Thanksgiving Day, And Christmas Day (8).
N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9).
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday.
Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas
Day (6).
R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After
Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2).
S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
And Christmas Day (7).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
6. 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).
9of15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
Holiday Codes Continued
6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And
Christmas Day (9).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be
considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the
holiday.
7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed
As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall
be a regular work day.
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as
a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the
preceding Friday.
C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be
observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday
on the preceding Friday.
D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day,
the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday
which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a
Saturday shall be observed as a holiday on the preceding Friday.
E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.
H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any
holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on
a Saturday shall be observed as a holiday on the preceding Friday.
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.
10 of 15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
Holiday Codes Continued
7. 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.
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.
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, Christmas Eve, and Christmas Day (9). Any holiday which falls on a Saturday
shall be observed as a holiday on the preceding Friday. Any holiday which falls on a Sunday shall be observed as a
holiday on the following Monday.
11 of 15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
Holiday Codes Continued
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, 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.
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.
Note Codes
8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And
Level C: $0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D:
$0.50.
N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level
C: $0.50, And Level D: $0.25.
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.
12 of 15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
Note Codes Continued
8. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50,
And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all
work performed underground, including operating, servicing and repairing of equipment. The premium for
underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive
an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who
do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation
receive an additional $0.50 per hour.
V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The
premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day.
The premiums are to be paid one time for the day and are not used in calculating overtime pay.
Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over
101' to 150' - $3.00 per foot for each foot over 101 feet. Over 15l' to 220' - $4.00 per foot for each foot over 220 feet.
Over 221' - $5.00 per foot for each foot over 221 feet.
Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent
and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600'
- $1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'.
W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates
would apply to meters not fitting this description.
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.)
Y. 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.)
13 of 15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
Note Codes Continued
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.
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.
14 of 15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
Note Codes Continued
H. One (1) person crew shall consist of a Party Chief. (Total Station or similar one (1) person survey system). Two (2)
person survey party shall consist of a least a Party Chief and a Chain Person. Three (3) person survey party shall
consist of at least a Party Chief, an Instrument Person, and a Chain Person.
15 of 15
City of Federal Way
Public Works Department
S 348TH ST NHS PRESERVATION PROJECT
DRAWING INDEX
SHT# I SHEET TITLE SHEET DESCRIPTION LOCATION
GENERAL
01
COVER
COVER SHEET AND INDEX
02
ABB
LEG END AND ABBREVIATIONS
SECTIONS AND DETAILS
ROADWAY CROSS SECTION
k03
04
�T_'-SEC
DETAILS
OS
T-2
DETAILS
SITE PREP
06
ESC 1
ESC & SITE PREPARATION PLAN
STA 4+00 - 9+00
07
ESC 2
ESC &SITE PREPARATION PLAN
STA 9+00 - 14+00
08
ESC 3
ESC & SITE PREPARATION PLAN
STA 14+00 - 19+00
ROADWAY PLAN
09
RDWY1
ROADWAY PLAN
STA 4+00 - 9+00
10
RDWY2
ROADWAY PLAN
STA 9+00 - 14+00
11
RDWY3
ROADWAY PLAN
STA 14+00 - 19+00
RAMP
12
R 1,2
RAMP 1,2
13
R 3,4
RAMP 3A
14
R 5
RAMP 5
15
R 6,7
RAMP 6,7
PAVING AND CHANNELIZATION
16
CHAN 1
CHANNELIZATION PLAN
STA 4+00-9+00
17
CHAN 2
CHANNELIZATION PLAN
STA 9+00-14+00
18
CHAN 3
CHANNELIZATION PLAN
STA 14+00-19+00
TRAFFIC CONTROL PLAN
19
TCP 1
SINGLE LANE CLOSURE
—
20
TCP 2
RIGHT LANE CLOSURE
-
21
TCP 3
LEFT LANE AND CENTER LANE
CLOSURE
22
TCP 4
INTERSECTION LANE CLOSURE
23
TCP 5
INTERSECTION PEDESTRIAN
TRAFFIC CONTROL
24
TCP1-WB
TCP PHASE I
25
TCP2-WB
TCP PHASE I
26
TCP3 WB
TCP PHASE I
27
TCP4-WB
TCP PHASE I
28
TCPi-EB
TCP PHASE II
29
TCP2-EB
TCP PHASE II
30
TCP3-EB
TCP PHASE II
31
TCP4-EB
TCP PHASE II
June, 2023
RFB # 23-006
GRANT FUNDING NUMBER NHPP-1012(001)
cc
\ d�
am
S 336 h St
Or
ROJECT
OCATIO
to
r
34 th St
Q
r
6 t
1
�
Yco
T �
N
0 it
APPROVED FOR CONSTRUCTION
,�(//�LC —<W"� ' ro' 6/26/23
EJ WALSH P.E. DATE
PUBLIC WORKS DIRECTOR
DRAFTED: S.ALIZAI DRAWING VERSION /REVISION LOG S 348TH ST NHS PRESERVATION PROJECT c T36241T #.
1I��& l W4?y
NO. DATE REVISIONDESIGNED: J.HUYNH Centered on OpportunitSHEET
REVIEWED: C.MULLEN ° R r COVER SHEET AND INDEX R
33325 8TH AVE S FEDERAL WAY, WA 980030 ' `�8T �OVE
PHONE: (253) 835-2700 Knowwhatk below. °n^L e�
WWW.CITYOFFEDERALWAY.COM Call before you dig. APPROVED: C.MULLEN J 01 OF 31
LEGEND
ABBREVIATIONS
EXISTING
PROPOSED
Mica
MONUMENT IN CASE
OT
TELEPHONE MANHOLE
P
PAINTED POWER
MONUMENT
MON®
SURFACE MONUMENT
T-
TELEPHONE RISER
P
RECORD POWER
O
STORMDRAIN MANHOLE
o
PK NAIL
O
TELEPHONE VAULT LID
T
PAINTED TELEPHONE
■
CATCH BASIN
Rco
REBAR & CAP
TELEPHONE POLE
T
RECORD TELEPHONE
®
AREA DRAIN
®
SPOT SHOT (DESCRIBED)
®
TV MANHOLE
FO
PAINTED FIBER OPTIC
s a
STORMDRAIN CLEAN -OUT
❑
CATCH BASIN
rvo
TV RISER
Tv
PAINTED TV
CULVERT
O
STORM DRAIN MANHOLE
O
TV VAULT LID
W
PAINTED WATER
QS
SEWER MANHOLE
YARD DRAIN
@
FIBER OPTIC MANHOLE
W
RECORD WATER
SIGN
m
DOWNSPOUT
MI
FIBER OPTIC VAULT LID
e
PAINTED GAS
Ms
MAILBOX
SD 0
STORM DRAIN CLEAN -OUT
m
GAS VALVE
D
RECORD GAS
GP
BOLLARD
CULVERT
®
GAS METER
— — — —oH
OVERHEAD UTILITY LINE (GENERIC)
BORE / POTHOLE LOCATION
O
SEWER MANHOLE
©
GAS MANHOLE_SD
STORM
C
SHRUB
sso
SEWER CLEAN -OUT
w
WATER VALVE
s
SEWER
0
DECIDUOUS TREE, DIA (# OF TRUNKS)
o
POWER POLE
ID
WATER METER
x
FENCE
xx
CONIFEROUSTREE,DIA(#OFTRUNKS)
$
POWER POLE W/UNDERGROUND CONNECT
O
WATER MANHOLE
HEDGE (HEIGHT NOTED)
O
BOULDER
1�0
POWER POLE WITH LUMINAIRE
EWI
WATER VAULT LID
BUILDING
S
STREET LIGHT (LUMINAIRE)
-$
PWR POLE W/LUMINAIRE & UNDGRD CONNECT
A
FIRE HYDRANT
PAINTED STRIPE
TRAFFIC SIGNAL, POLE & MAST ARM
©
POWER MANHOLE
f
BLOW -OFF
PAINTED SKIP STRIPE
TRAFFIC SIGNAL POLE & MAST
Po
POWER RISER
.A,
FIRE DEPARTMENT CONNECT
• • • • • • • • • • • • • • • • •
RAISED -BUTTON SOLID STRIPE
ARM W/ LUMINAIRE ARM
©
POWER VAULT LID
A
POST INDICATOR VALVE
• • • • • • • • • • • •
RAISED -BUTTON SKIP STRIPE
(9�
PEDESTRIAN PUSHBUTTON POLE
❑�
POWER TRANSFORMER
a
HOSE BIB
EDGE OF PAVEMENT
8
TRAFFIC / ILLUM J-BOX
0
POWER METER
®
IRRIGATION CONTROL VALVE
— — — —
FLOWLINE
m
TRAFFIC CONTROL CABINET
®
POWER OUTLET
OO
UTILITY MANHOLE (GENERIC/UNK)
- - - - - - - - - - -
CONTOUR
BPs I
BACKUP POWER SUPPLY
HIGH VOLTAGE POWER POLE
0
UTILITY VAULT LID (GENERIC/UNK)
RIGHT OF WAY LINE
®
ELECTRICAL SERVICE CABINET
t
HIGH VOLTAGE PWR POLE W/UNDGRD CONNECT
co
UTILITY CLEAN -OUT (GENERIC/UNK)
CONCRETE
TRAFFIC SIGNAL
o
GUY POLE
LIP
UTILITY RISER (GENERIC/UNK)
GRAVEL
/-�
VEHICLE DETECTION
GUY ANCHOR
sPo
STAND -PIPE (GENERIC/UNK)
GRASS
Po
CITY FIBER OPTIC VAULT/J-BOX
TRAFFIC SIGNAL
°0
UTILITY ACCESS (GENERIC/UNK)
ROCKERY
Q
FESTIVAL OUTLET
00
TRAFFIC SIGNAL WITH LUMINAIRE
®
BORE SITE (WITH FIELD DESC)
BRICK
-0-
POWER POLE
PEDESTRIAN SIGNAL
OOX
MONITORING WELL
®
METAL GRATE
POWER POLE GUY ANCHOR
8
JUNCTION BOX
cPo
GUARD POST
AC
ASPHALT/CONCRETE
¢
POWER POLE W/ LUMINAIRE
m
TRAFFIC CONTROL CABINET
o
BOULDER
CHLK
CHAINLINK
❑P
POWER VAULT LID / J-BOX
88 _Ps1
BACKUP POWER SUPPLY
a
SIGN
DWY
DRIVEWAY
W
POWER TRANSFORMER
®
INTERCONNECT CABINET
MAILBOX (# OF BOXES)
COL
COLUMN
T I
POWER METER
®
ELECTRICAL SERVICE CABINET
ca
SHRUB
YD
YARD DRAIN
0
TELECOMMVAULT /J-BOX
`l
TRAFFIC ATTENUATOR LOOP
®xx'
STUMP, DIAMETER
STCR
STRUCTURE
PE
UTILITY PEDESTAL
STREET LIGHT (LUMINAIRE)
Qxx^
SNAG, DIAMETER (# OF TRUNKS)
FF
FINISHED FLOOR
GAS VALVE
o
LOT LIGHT
0
DECIDUOUS TREE, DIA (# OF TRUNKS)
0
GAS METER
k(
YARD LIGHT
x,
4
CONIFEROUS TREE, DIA (# OF TRUNKS)
m
WATER VALVE
xw
�-
RAILROAD CROSSING ARM
®
WATER METER
Y94
RAILROAD CROSSING SIGNAL
w�
WATER VAULT LID
FIRE HYDRANT
T
BLOW -OFF
XXX
CONTOUR
DITCH FLOWLINE
EDGE OF PAVEMENT
CONCRETE CURB & GUTTER
— — —
— SAWCUT
LIMITS OF GRADING
�D�
STORMDRAIN
UD
UNDERDRAIN
�ss—
SANITARY SEWER
WATER
IRR
IRRIGATION
GAS
UE
UNDERGROUND POWER
TEL
TELECOMMUNICATION
OE
OVERHEAD UTILITY LINE
FO
CITY FIBER
C
CUT LINE
F
FILL LINE
FENCE - CHAINLINK
FENCE - WOOD
° CONCRETE
ASPHALT
GRAVEL
ROCKERY WALL
BLOCK RETAINING WALL
GRASS
BARK/MULCH
PERMEABLE CONCRETE PAVERS
ABND
ABANDONED
MW
MONITORING WELL
AC
ASPHALT
N
NORTHING/NORTH
AC
ASBESTOS CEMENT WATER PIPE
NO
NUMBER
ACP
ASPHALT CONCRETE PAVEMENT
NITS
NOT TO SCALE
ADA
AMERICANS WITH DISABILITIES ACT
OC
ON CENTER
AP
ANGLE POINT
OD
OUTSIDE DIAMETER
AVE
AVENUE
OH
OVERHEAD UTILITIES
BLDG
BUILDING
PC
POINT OF CURVATURE
BMP
BEST MANAGEMENT PRACTICE
FCC
POINT OF CURVE ON CURVE
BOW
BACK OF WALK
PE
POLYETHYLENE
CB
CATCH BASIN
PG
PERFORMANCE GRADE
CDF
CONTROLLED DENSITY FILL
PI
POINT OF INTERSECTION
CI
CAST IRON
PIV
POST INDICATOR VALVE
CL
CENTERLINE
POB
POINT OF BEGINNING
CL
CLASS
POC
POINT OF CONNECTION
CO
CLEANOUT
POE
POINT OF ENDING
CONIC
CONCRETE
PRC
POINT OF REVERSE CURVATURE
CONT
CONTAINER
PT
POINT OF TANGENCY
DCVA
DOUBLE CHECK VALVE ASSEMBLY
PVC
POLYVINYL CHLORIDE
DI
DUCTILE IRON
PVI
POINT OF VERTICAL INTERSECTION
DIA #
DIAMETER
R
RADIUS
CFW
CITY OF FEDERAL WAY
RJ
RESTRAINED JOINT
CSBC
CRUSHED SURFACING BASE COURSE
RT
RIGHT
E
EASTING/EAST
S
SLOPE/SOUTH
EL
ELEVATION
SD
STORM DRAIN
ELEV
ELEVATION
SDP
STORM DRAIN PIPE
EOP
EDGE OF PAVEMENT
SEW
SEWER
EX
EXISTING
SHT
SHEET
EXIST
EXISTING
SSMH
SANITARY SEWER MANHOLE
FDC
FIRE DEPARTMENT CONNECTION
ST
STREET
FG
FINISHED GRADE
STA
STATION
FL
FLANGE
STD
STANDARD
FL
FLOWLINE
T
TANGENT LENGTH
HORIZ
HORIZONTAL
T1
TYPE 1 CATCH BASIN
HMA
HOT MIX ASPHALT
T2
TYPE 2 CATCH BASIN
ICV
IRRIGATION CONTROL VALVE
TOC
TOP OF CURB
ID
INSIDE DIAMETER
TOG
TOP OF GRATE
IE
INVERT ELEVATION
TYP
TYPICAL
L
LENGTH OF CURVE
VC
VERTICAL CURVE
LT
LEFT
VERT
VERTICAL
LF
LINEAR FEET
VLT
VAUILT
LP
LOW POINT
W
WEST/ WITH
MAX
MAXIMUM
WAT
WATER
MIN
MINIMUM
WSDOT
WASHINGTON STATE
MH
MANHOLE
DEPARTMENT OF
MIC
MONUMENT IN CASE
TRANSPORTATION
MJ
MECHANICAL JOINT
DETECTABLE WARNING SURFACE
crryoF DRAFTED: S.ALIZAI DRAWING VERSION /REVISION LOG S 348T H ST NHS PRESERVATION PROJECT c T36241T #.
1I��& 1 NO. DATE REVISION
DESIGNED: J.HUYNH
Centered on Opportunity SHEET
0REVIEWED: C.MULLEN ° R a LEGEND AND ABBREVIATIONS
33325 8TH AVE S FEDERAL WAY, WA 98003 P���9eoawq �{w� ��
PHONE: (253) 835-2700 Knowwhatk below.
WWW.CITYOFFEDERALWAY.COM Call before you dig. APPROVED: C.MULLEN J 02 of 31
0
J
J
W
W } W W
z W Z z
J J J J
W m W W
Z =1 W ❑ Z
g 0Z
U U lY U U
w
z
6'
11, a 11, a cw> 6' S4
/ ATCH MATCH
EXISTING EXISTING
2.5"
TYPICAL CROSS SECTION HMA CI.21" PG 581-1-22
STA 4+00 TO 4+41
W W W W W W
z z z z z z
J J
J J J J
W W W W W W
❑ Z U i7 Z ❑
3 W W g
U U U U U U
g g VARIES a g g g VARIES
0'-12' LL 11' LL 1' LL 2' 4' 7 4' 2'LL 11 LL 11' LL 0'-12'
/MATCH MATCH
EXISTING EXISTING
2.5"
TYPICAL CROSS SECTION
HMA CI.2" PG 581-1-22
STA 4+41 TO 7+91
w W W W W W
z z z z z z
J J
J J J J
W W
O 0 z 0
a
J W W J }i
U U U U U U
12' LL 11' LL 11' LL 2' 5'7 5' 2" 11' LL 11' LL 12'
/MATCH MATCH
EXISTING EXISTING
2.
TYPICAL CROSS SECTION
HMA CI." PG 58H-22
STA 7+91 TO 8+74
STA 13+50 TO 15+07
STA 15+62 TO 17+01
I- F
a a
U U
W W
ao
ao
W W wam wam W
z z 90Ir 90if z
J J J J D J J D J
w W w U U w m U W
a W J W J z
J z
U m U to
U U Uaa Uaa U U
LLF- LLF-
V V D V D
1 U) 1 Q 1 Q
a a ao0 ao2 a a
12' 11' 11 66' 11' 11' 12'
R
/fwv1ATCH 71'" MATCH
EXISTING EXISTING
2.
TYPICAL CROSS SECTION
STA 8+74 TO 13+50 HMA CI. 2"PG 581-1-22
STA 15+07 TO 15+62
T CrTy DRAFTED: S.ALIZAI DRAWING VERSION REVISION LOG S 348T H ST NHS PRESERVATION PROJECT c T36241T #.
1 ,I'�; tiS�o wgsMpL NO. DATE REVISION
DESIGNED: J.HUYNHFedmalMbv
4
SHEET
v Centered on Opportunity'REVIEWED: C.MULLEN Ao RP ROADWAY CROSS SECTION
A 39804 Y�CEC
33325 8TH AVE S FEDERAL WAY, WA 98003 �eAe�w , ` S J
PHONE: (253) 835-2700 Kwwwhafx below.
WWW.CITYOFFEDERALWAY.COM Call before you dig. APPROVED: C.MULLEN J 03 OF 31
PVMT REPLACEMENT FOR
STREET PATCH
SIZE AND LOCATION VARIES
PVMT REPLACEMENT FOR
STREET PATCH NOTE: PAVEMENT PATCHING SHALL
SIZE AND LOCATION VARIES7 BE AS DIRECTED IN THE FIELD BY
THE CITY INSPECTOR
...................
EXISTING GRAVEL BASE
EXISTING PAVEMENT TO BE REMOVED TO TOP OF EXISTING BASE MATERIAL
JACKHAMMER OUT ENDS OF MILLED MIN. 6" DEPTH FOR ARTERIALS
AREA TO FORM VERTICAL FACE
ALTERNATE PAVEMENT PATCHING DETAIL
PVMT REPLACEMENT FOR
STREET PATCH
SIZE AND LOCATION VARIES
EXISTING PAVEMENT TO BE REMOVED TO
TOP OF EXISTING BASE MATERIAL TACK
JOINT PRIOR TO PAVEMENT PATCHING
NOTE: PAVEMENT PATCHING SHALL
BE AS DIRECTED IN THE FIELD BY
THE CITY INSPECTOR
HMA CL. 2" PG 581-1-22 MIN. 6" THICKNESS OR
MATCH EXISTING WHICHEVER IS GREATER
COMPACTED SUBGRADE
ARTERIAL PAVEMENT PATCHING DETAIL
NTS NTS
C"GF DRAFTED: S.ALIZAI DRAWING VERSION /REVISION LOG S 348T H ST NHS PRESERVATION PROJECT c T36241T #.
��tis��oEwas�l� NO. DATE REVISION
DESIGNED: J.HUYNH
Centered on OpportunitFedwal y SHEET
REVIEWED: C.MULLEN P0 e 39804 wa DETAILS
33325 8TH AVE S FEDERAL WAY, WA 98003 ,n�tarsrE DT-1
PHONE: (253) 835-2700 Knowwhatk below. -?VA L
WWW.CITYOFFEDERALWAY.COM Call before you dig. APPROVED: C.MULLEN J 04 OF 31
EXISTING EXTRUDED CURB
EXISTING EXTRUDED CURB
TACK OR SEAL JOINT
PLANTER OR SIDEWALK
.. EXISTING CURB
SEE PLANS FOR
PAVEMENTGRINDING LIMITS
PLANING BITUMINOUS PAVEMENT DETAIL
NTS
STA 7+36 TO STA 17+01
VARIES
5 8 S/W 3'
1 0.027T CATCH POINT
FLUSH TO GUTTER, NOT 5" THICK CEMENT CONCRETE SIDEWALK
TO EXCEED 1/4" LIP OR FLUSH
0.0837FT MAX
CF('TI(1N1 A_A
IN IJ
LIMITS OF GRINDING FOR BUTT -JOINT
PLANTER OR SIDEWALK END AT SMOOTH JOINT - TACK EDGE
1.0' VARIES VARIES PT
22'-33' 0'-11' VARIES
LIMITS TO BE DETERMINED IN THE FIELD
EXISTING CURB
EXISTING PAVEMENT '.:. CURBLINE PROJECTED THROUGH INTERSECTION
2.5 EXISTING CEMENT
EXCEPT AS NOTED ON PLANS CONC. PAVEMENT STREET TO BE OVERLAYED
SEE PLANS FOR TO BE REMAINED
PAVEMENTGRINDING LIMITS
PLANING BITUMINOUS PAVEMENT WITH CEMENT CONC DETAIL
NTS
STA 4+40 TO STA 7+36
REMOVE GRASS AND OTHER VEGETATION
FROM JOINT, USE COMPRESSED AIR OR
OTHER METHOD TO THOROUGHLY CLEAN
DEBRIS FROM JOINT - APPLY RESIDUAL
HERBICIDE PRIOR TO JOINT SEALING
EXISTING CU
JOINT REPAIR/CLEANING
Roadway
NTS
EXISTING PgVEMEN7
BUTT -JOINT AT TYPICAL INTERSECTION
NTS
#4@12"EW
0.5' CEMENT CONC. SIDEWALK AND CURB RAMP
REINFORCED CEMENT CONC. SIDEWALK & CURB RAMP
NTS
CURB RAMPS IN VERTICAL OR ROLLED CURB
NOTES FOR CURB RAMP REMOVAL AND REPLACEMENT:
RAMP NOTES:
1. EXISTING CURB RAMPS LOCATED AT INTERSECTIONS
1.
RAMP AND APPROACHES SHALL BE CLEAR OF ALL OBSTACLES, INCLUDE
WITHIN THE LIMITS OF THE OVERLAY AREA SHALL BE
HYDRANTS, POLES, AND INLETS.
REMOVED AND REPLACED WITH NEW CURB RAMPS
2.
VISUAL WARNING STRIP SHALL BE PROVIDED 4" WIDE BETWEEN EXPANSION AND
CONFORMING TO THE REVISED STATE AND FEDERAL
SCORED (CONTRACTION JOINTS).
CRITERIA, AND THE DETAIL SHOWN.
3.
RAMP CENTERLINE SHALL BE PERPENDICULAR (OR RADIAL) TO CURB RETURNS.
2. THE CITY OF FEDERAL WAY SHALL DESIGNATE THOSE
4.
WHEN RAMPS ARE CONSTRUCTED ON ONE SIDE OF THE STREET, RAMPS SHALL
RAMPS TO BE REMOVED AND RECONSTRUCTED.
BE CONSTRUCTED AT CORRESPONDING SIDEWALK LOCATIONS ON OPPOSITE
REMOVAL SHALL BE TO THE NEAREST JOINT.
SIDE OF THE STREET.
SAWCUT AT EXPANSION JOINT AS REQUIRED.
5.
ON ARTERIAL STREETS, IN GENERAL CASE CURB RAMPS SHALL BE
REMOVE SIDEWALK AND CURB AND GUTTER AS
CONSTRUCTED TWO PER RADIUS, IN OR PREFERABLY ADJACENT TO THE MAIN
REQUIRED TO OBTAIN ADEQUATE SPACING FOR NEW
PEDESTRIAN PATHS, AND SHALL BE ALIGNED WITH THE CROSSWALKS.
RAMP, TRANSITION, AND WARNING STRIP.
6.
ON RESIDENTIAL STREETS AND/OR WHEN UTILITIES ARE IN CONFLICT OR STREET
3. FOR DIMENSIONS OF CURB RAMPS, SEE DETAILS IN
GRADE EXCEEDS 4.0% CURB RAMPS MAY BE CONSTRUCTED ONE PER RADIUS,
APPENDIX A OF SPECIFICATIONS.
AT MIDPOINT OF CURB RETURN OR AT MAIN PEDESTRIAN PATH.
crryoF DRAFTED: S.ALIZAI DRAWING VERSION /REVISION LOG S 348T H ST NHS PRESERVATION PROJECT c T36241T #.
,I'�; 1 S�1`��,oEwJas�GCr NO. DATE REVISION
DESIGNED: J.HUYNH
Centered on Opportunity SHEET
0REVIEWED: C.MULLEN �o� R�980�� w DETAILS
33325 8TH AVE S FEDERAL WAY, WA 98003>ow c DT-2
PHONE: (253) 835-2700 Knowwhatk below.
WWW.CITYOFFEDERALWAY.COM Call before you dig. APPROVED: C.MULLEN J 05 OF 31
STA:
U)
W
STA:4+75.83 >
79.6'LT Q
ua
cm
O�
STA: 4+4
34.4'LT
38 0'
e — ---
-r
4+00.00
■
r.�
STA:4+4g.69
'0
38.2'RT
6 9'4
PROJECT BEGINS
ea
STA: 4+00 00
STA: 4+66.28
T)
n
n
62.4'RT
CD
0
0
S 348TH ST
w
— — - -�dF=� 6+00.00 _ - - — — 7+00.00 — • — .. — — — —
8+00.00 -
1 STA: 5+61.56
STA: 6+86 59
STA:8+93.57
38.2'
F.—a-
Q aa'
^' / STA:5+57.52
w pg 45.4'RT
J Q STA: 5+33.24 SAWCUT TO SAVE 3.5'X3.0'
70.4'RT EXISTING CEMENT CONC. PAD
of cn AROUND POLE.
Wo6(n
OQU
c/) D— Q
7/20 ADDENDUM 1: ADDED EXISTING UTILITIES
STA: 7+16.00
4'x20'
STA: 7+36.00
4'x32'
t
5
GRAPHIC SCALE
20 0 10 20 40
CONSTRUCTION NOTES
f�
0REMOVE CEMENT CONC TRAFFIC CURB
0
(
O REMOVE REINFORCED CEMENT CONC.
Z
SIDEWALK
QO3
REMOVE TUBULAR MARKERS
0
® REMOVE SLOPED MOUNTABLE CURB
9
-
UJ
W
U)
3
W
Z
J
U
Q
SITE PREP & TESC LEGEND
INLET PROTECTION INSERT
I�
CEMENT CONC CURB AND
GUTTER REMOVAL
- — — - SAWCUT LINE
CEMENT CONC. SIDEWALK REMOVAL
PLANING BITUMINOUS PAVEMENT
j//IM//////// PAVEMENT REPAIR
CITY OF - DRAFTED: S ALIZAI DRAWING VERSION /REVISION LOG CITY
S 348TH ST NHS PRESERVATION PROJECT 36241
NO. DATE REVISION
Federal Way , DESIGNED: J.HUYNH ` 7/20 ADDENDUM 1
SHEET
Centered on Opportunity v
ESC &SITE PREPARATION PLAN ESC
33325 8TH AVE S FEDERAL WAY, WA 98003 REVIEWED: CMULLEN * mot' ; ,�
�"` `STA 4+00 - 9+00
PHONE: (253)835-2700 ��� 06 of 31
WWW CITYOFFEDERALWAY.COM C1111111110 -YOU . APPROVED: C MULLEN Za Jv bOZ
GRAPHIC SCALE
20 0 10 20 40
I
1
y
' m
■
STA: 10+33 18
4'x25'
CONSTRUCTION NOTES
O REMOVE CEMENT CONC. TRAFFIC CURB
_ _ - - -
2 REMOVE REINFORCED CEMENT CONC.
O
o
Ir \
- - �i
SIDEWALK
:.
(D
1),
O3 REMOVE TUBULAR MARKERS
Z_
S
°O
0
® REMOVE SLOPED MOUNTABLE CURB
1 STA:11+23.77
C)
o
348TH ST
' sTA:,2+192
zS
LLL1L1 'OU
10+00.00
11+00.00
<
— —
— — 12+00.00
13+00.00
—'
UJ
_
- - -- - -
1a 0
LU
J
t STA: 11+22.65
STA: 12+21.43
-/ - -
" ' - ' LU
=
1
O STA: 13+47.16
(n
Z
SITE PREP $ TESC LEGEND
F-
f o
O
_
U
INLET PROTECTION INSERT
�
Q
PLANING BITUMINOUS PAVEMENT
t
PAVEMENT REPAIR
- - - - SAWCUT LINE
7/20 ADDENDUM 1: ADDED EXISTING UTILITIES
CITY OF DRAFTED: S ALIZAI DRAWING VERSION /REVISION LOG S 348TH ST NHS PRESERVATION PROJECT clTY PROJECT
NO DATE REVISION 36241
Federal Wa
DESIGNED: J.HUYNH i; 7I20 ADDENDUM 1 SHEET
Centered on Opportunity Q ESC & SITE PREPARATION PLAN
33325 8TH AVE S FEDERAL WAY, WA 98003 REVIEWED: C.MULLEN ,, - "- - ESC 2
PHONE: (253) 835-2700 K� bebw N%L STA 9+00 - 14+00
WWW.CITYOFFEDERALWAYCOM ri8UhOb 7Wlft APPROVED: C.MULLEN Z0. 17I-U2,3 07 of 31
11
_Z
0
S 348TH ST PROJECT ENDS
Z O STA: 15+06.81 4 STA: 15+62.02
H
Q
1
7/20 ADDENDUM 1: ADDED EXISTING UTILITIES
i
W-+E
5
GRAPHIC SCALE
20 0 10 20 40
CONSTRUCTION NOTES
O REMOVE CEMENT CONC. TRAFFIC CURB
O REMOVE REINFORCED CEMENT CONC
SIDEWALK
O REMOVE TUBULAR MARKERS
® REMOVE SLOPED MOUNTABLE CURB
SITE PREP & TESC LEGEND
18+00 00 _ 19+
— - � INLET PROTECTION INSERT
SAWCUT LINE
PLANING BITUMINOUS PAVEMENT
M DRAWING VERSION / REVISION LOG CITY PROJECT4:
C,n of DRAFTED: S.ALIZAI S 34 8 T H S T NHS PRESERVATION PROJECT 36241
a �c�`t i NO DATE REVISION
Federal Way •
DESIGNED: J.HUYNH 7/20 ADDENDUM 1
9 � SHEET
Centered on opportunity ESC &SITE PREPARATION PLAN
ESC 3
? REVIEWED: C.MULLEN
33325 8TH AVE S FEDERAL WAY, WA 98003 y
e PHONE: (253) 835-2700� STA 14+00 - 19+00
3 WWW.CITYOFFEDERALWAYCOM cm6slm 7wlflfg APPROVED: C.MULLEN llO.J��, 08 of 31
U)
w
Q
a7
r
STA:5+61.00
IrfE LL
w od (n
0 v w
c) 0- Q
CURB RAMP 7
CURB RAMP 6
S 348TH ST
6+00.00
STA:
_ 7+00.00
P it
3
\PHIC SCALE
10 20 40
Q
�w
J � �
w06cn
0 Q U
cn cL Q
STA:8+91.00
m
LEGEND
CEMENT CONC. CURB AND GUTTER
PER CFW STD. DETAIL 3-4
PRECAST DUAL -FACED SLOPED
MOUNTABLE CURB
HMA CL. 1 /2 IN PG. 58H-22
CEMENT CONC. SIDEWALK PER
CFW STD. DETAIL 3-3
NON -SLIP MMA COAT
CONSTRUCTION NOTES
MATCH EXISTING
O CEMENT CONC. CURB AND GUTTER
O PRECAST DUAL -FACED SLOPED MOUNTABLE
CURB PER WSDOT STD. F-10.62-02
q REINFORCED CEMENT CONC. SIDEWALK PER
DETAILS. SHEET 5.
REINFORCED CEMENT CONC.
O PERPENDICULAR CURB RAMP. SEE CURB
RAMP SHEET 14.
OCEMENT CONC. PERPENDICULAR CURB RAMP
PER WSDOT STD. PLAN F-40.15-04. SEE
SHEETS 12,13 AND 15.
O7 ADJUST MANHOLE PER CFW STD. DETAIL 3-55
Og INSTALL HIGH IMPACT RISER
O REPLACE EXISTING LID/FRAME WITH HEAVY
DUTY ROUND SOLID LOCKING CASTING
10 ADJUST MONUMENT CASE AND COVER
11 TO BE ADJUSTED BY OTHER
ip14w DRAFTED: S.ALIZAI DRAWING VERSION /REVISION LOG S 348TH ST NHS PRESERVATION PROJECT 362411
1I��& Federal Mbv 4��o wnsGL NO DATE REVISION
DESIGNED: J.HUYNH
ROADWAY PLAN SHEET
Centered on Opportunity REVIEWED: C.MULLEN Po RF�9804� w�r RDWY1
33325 8TH AVE S FEDERAL WAY, WA 98003 O
PHONE: (253) 835-2700 Kwwwhafx below. �L °xaL STA 4+00 - 9+00
WWW.CITYOFFEDERALWAY.COM Call before you dig. APPROVED: C.MULLEN vTJ 09 of 31
0
C7
Z
!Y
0
w
w
U7
W
Z_
J
2
U
Q
R
10+00_00
J
R 5
S 34
U)
w
4 I
11 \ 1\\1
11 t
8TH 01 STA:11+26.00
6.0'LT 3 R 4 3 STA T 2+22.00
6.0
.00
LLR 5 10
11+002+00.00
STA:11+23.00 STA:12+22.00
6.0'RT 3 'DT 1
13+00.00
GRAPHIC SCALE
20 0 10 20 40
STA: 13+50.00
6.0'RT _
8 7 11 8 7 9 7 9 9
— 11 -- 11 11
o to I - -_
19
SHUTOFF
LEGEND
PRECAST DUAL -FACED SLOPED
MOUNTABLE CURB
HMA CL. 1/2 IN PG. 58H-22
CONSTRUCTION NOTES
OMATCH EXISTING
OPRECAST DUAL -FACED SLOPED MOUNTABLE
CURB PER CFW STD. DETAIL 3-4
O ADJUST MANHOLE PER CFW STD. DETAIL 3-55
OINSTALL HIGH IMPACT RISER
OREPLACE EXISTING LID/FRAME WITH HEAVY
DUTY ROUND SOLID LOCKING CASTING
1p ADJUSTED MONUMENT CASE AND COVER
11 TO BE ADJUSTED BY OTHER
DRAFTED: S.ALIZAI DRAWING VERSION /REVISION LOG S 348T H ST NHS PRESERVATION PROJECT c T36241T #.
FedwalMbv4�S�1rs wA MpL NO. DATE REVISION
� syi
DESIGNED: J.HUYNH
Centered on Opportunity SHEET
REVIEWED: C.MULLEN Ado Rp�9804g9 w ROADWAY PLAN RDWY2
33325 8TH AVE S FEDERAL WAY, WA 98003
PHONE: (253) 835-2700 Kwwwhatk below. oN"L � STA 9+00 - 14+00
WWW.CITYOFFEDERALWAY.COM Call before you dig. APPROVED: C.MULLEN J 10 of 31
El
7
11 9
8
>Z
�
STA:15+07.00 5.0'LT 3 S 348TH ST
LU
Lu
100.00 15+00.00
J
Z
STA: 15+62.00
6.0'LT 3
J
2
�
Q
�
7
8
11 -
O N /
1 ^ /
- 1 B� 00t7 � 17+00.00
/ 18+00.00
�� vJ
PROJECT ENDS /
STA: 17+01.00
/ Ws
5
GRAPHIC SCALE
20 0 10 20 40
19+
I FrFmn
PRECAST DUAL -FACED SLOPED
MOUNTABLE CURB
HMA CL. 1/2 IN PG. 58H-22
CONSTRUCTION NOTES
1O MATCH EXISTING
OPRECAST DUAL -FACED SLOPED MOUNTABLE
CURB PER CFW STD. DETAIL 3-4
Oj ADJUST MANHOLE PER CFW STD. DETAIL 3-55
O INSTALL HIGH IMPACT RISER
OREPLACE EXISTING LID/FRAME WITH HEAVY
DUTY ROUND SOLID LOCKING CASTING
arireF DRAFTED: S.ALIZAI DRAWING VERSION /REVISION LOG S 348TH ST NHS PRESERVATION PROJECT CITYPROJECT#.
FedwalWay�`SM� NO. DATE REVISION
DESIGNED: J.HUYNH I SHEET
Centered on Opportunity ROADWAY PLAN REVIEWED: C.MULLEN o RE�9R0aev RDWY3
33325 8TH AVE S FEDERAL WAY, WA 98003;.�`
PHONE: (253)835-2700 Kn whaftbe m )� ��oNIA �N`
WWW.CITYOFFEDERALWAY.COM r.8bwmymft APPROVED: C.MULLEN G..TJ ST Q ` 1 4+00 - 1 "Q
+00 11 of 31
FL = GUTTER FLOW LINE
TOC = TOP OF CURB
FG = FINISH GRADE
CURB RAMP NOTES
SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE
ONLY. FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET
ADA REQUIREMENTS
2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER
APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP
OR LANDING
3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. SEE WSDOT STD PLAN
F-10 12-03 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN
CURB DETAILS. SEE CFW STD DET 3-4 FOR CURB AND GUTTER AND CEMENT
CONCRETE BARRIER CURB DETAILS
4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02.
5 CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD
SPECIFICATIONS 8-14.
6. CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS IS INCIDENTAL TO CURB
RAMP BID ITEM(S).
7. CEMENT CONCRETE CURB AND GUTTER TO BE POURED AGAINST EXISTING CEMENT
CONCRETE PAVEMENT
FOUNDATION (STA 4+51.16, 38.7' \
LT) INSTALL APS PUSHBUTTON
ON NEW PEDESTRIAN SIGNAL FG 238 �9
'S) POLE PER WSDOT STD. PLAN
J-20.16.02 AND J-20.20.02.
7 1° °
1
FG 239 53 G
r- CD l
2
FG 239 40
f
<
CONSTRUCT NEW PS POLE AND
FOUNDATION (STA 4+74.48, 67.9' LT).
!f _
INS "I ALL APS PUSHBUTTON ON NEW
FG 239 20
PEDESTRIAN SIGNAL (PS) POLE,
PER WSDOT STD. PLAN J-20.16-02
AND J-20.20 02.I
�•.S�
-
o\o
c?
S O, E
CURB RAMP 2
b
1 FG 239.15 �•s A
L
239.09
FG 238 94 -
L G G
/ <
/ p`O L d < /
G
< 7 L
FG 238.82 - .7 70 <
O
FG 238 57 - tk
14
2oOlp G <
MATCH
EXISTING
G 2
'if 12.0'
\ '0.
4
- FL 23tl-49
FL 238 31
< --TOC-M.91
FG 238.48 - C L--
FG 238,36 -- v�G o </ &LL2]LH_ ST, STA 4+80.03 63.30'LT (CENTER OF CURB RAMP, FACE OF CURB)
F `
-�pOG - - - - --55-- - SS-- 55� 55-' Q-- :S .. s s�- -�% �--�`,• 6
s � .
< - FL 238.14 >�
_ d LFG 38A0 --- O o o° -
? °000000 TOC-238 64-
i % W O ; 0000°000°oo°oo° - - - - - -
y1 n zto < TOC238:31. _ Z°I° oo°°
_ `L 237 99
' 1
` k FL 237.81 1 %O J-=
FG 238 03
TOC 238.09 -- < �Q' /� S 348TH ST, STA 4-156.90, 34.4 'LT CENTER OF CURB RAMP, FACE OF CURB)
FL 237 91
t CITY OF DRAWING VERSION / REVISION LOG CITY PROJECT 13:
DRAFTED: S.ALIZ41 S 34 8T H ST NHS PRESERVATION PROJECT 36241
Federal Wa `st�.r NO. DATE REVISION
y DESIGNED: J HUYNH k..1 7I20 ADDENDUM
Centered on Opportunity RAMP 1,2 REVIEWED: C.MULLEN R 1 SHEET
P;,c
� 33325 8TH AVE S FEDERAL WAY, WA 98003 � 12
PHONE: (253) 835-2700 K�!��t
WWW.CITYOFFEDEMLWAY.COM I�IIMmaI® APPROVED: C.MULLEN 12 of 31
FL 238.78
- tE
TOC 239.27 s
GRAPHIC SCALE
3 0 1.5 3 6
FL 238.70
V� TOC 239.20
G
- FL 238 62
- FG 238 66
3
FL 238 57
FG238E1
O O O O O"O DETECTABLE WARNING SURFACE
CEMENT CONC. SIDEWALK
r� NON -SLIP MMA COATING
FL 238.39
CONSTRUCT NEW TYPE 1 SIGNAL POLE
TOC 238.91
AND FOUNDATION (STA 4+52.06, 41.8' RT).
INSTALL APS PUSHBUTTON ON NEW TYPE
o
1 SIGNAL. POLE PER WSDOT STD. PLAN
J-21.15-01 AND J-21.10-04.
680
� O� ?O
� SQL o
i
0000
°00p°°0°
°0CC0�
°000
\ G t e �O
_y FG 239.02
< / p\o ?
�Sr0 �1 4-5. `QQ
SQ,
!r �o
FAG 239.08 ? a
v
� / ram•-� t
FL 238 53
FG 238.57
3 S 348TH ST, STA 4+58.38, 38.4'RT (CENTER OF CURB RAMP. FACE OF CURB)
FL 238.64
FG 238.68
/1 28 SF
G G.- 4 '-S 348TH 33,STA4t71�7;5I..7.3:' ::(GENT£RpF CURB RAMP FACE OF CURB)
FG 239.06
X T,4
F
FG 239 30
y
o
�\
FG 239.51
0°0
�j°lo °pogo
°o°oo '
FG 239.73 ��
{p
0
60 00000
0 0 .
00000
po
FG 2�9.5�
1k0
iSo o'p
ip
G 239. 7
F 239.61
<
1.8% c
)RB RAMP 4 FG zao 03
4 1 <-1 0
MATCH
EXISTING
FG 239.96
JD FOUNDATION (STA 4+66.50, 57 7'
INSTALL APS PUSHBUTTON ON I
TYPE 1 SIGNAL POLE PER WSDOT
FL 239.12
FG 239.16
ly+E
S
GRAPHIC SCALE
3 0 1.5 3 6
10 BLACK DETECTABLE WARNING SURFACE
FL = GUTTER FLOW LINE
TOC = TOP OF CURB
FL 239.32 FG = FINISH GRADE
TOC 23s.77 CURB RAMP NOTES
1. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE
ONLY. FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET
ADA REQUIREMENTS LEGEND
2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER
APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP
OR LANDING O . O ` , 0 To O .. O DETECTABLE WARNING SURFACE
3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED SEE WSDOT STD PLAN CEMENT CONC SIDEWALK
F-10.12-03 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN
CURB DETAILS SEE CFW STD DET 3-4 FOR CURB AND GUTTER AND CEMENT
CONCRETE BARRIER CURB DETAILS.
4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02.
5 CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD
SPECIFICATIONS 8-14.
6 CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS IS INCIDENTAL TO CURB
RAMP BID ITEM(S)
7. CEMENT CONCRETE CURB AND GUTTER TO BE POURED AGAINST EXISTING CEMENT
CONCRETE PAVEMENT
g CITY PROJECT 11:
DRAWING VERSION /REVISION LOG S 348TH ST NHS PRESERVATION PROJECT 36241
C�� �F � DRAFTED: S.ALIZAI
Federal Wa �`SS, t N0 DATE REVISION
DESIGNED: J HUYNH ..1 7I20 ADDENDUM 1
SHEET
Centered on Opportunity y ! = RAMP 3,4
REVIEWED: C.MULLEN f R 3 4
33325 8TH AVE S FEDERAL WAY, WA 98003
PHONE: (253) 835-2700 K° v&Aft below "" t
WWW.CITYOFFEDERALWAY.COM CMbeI YWdIS APPROVED: C.MULLEN ;lo. u► D� 13 of 31
FG 238.96
1%G\'\ G
FG 239.21
REPLACE TWO EXISTING PPBs WITH TWO NEVI
PUSHBUTTONS ON EXISTING TRAFFIC SIGNAL
(STA 5+53.33, 72.2' Lt) PER WSDOT STD. PLAN
— l 1 J-20.26-01.
—
_ : so FG 239.47
%L238.381C3
72
a
a
FL 238.66
FG 238.70
FL 238 92
FG 240.76
W4-
GRAPHIC SCALE
LEGEND
imis-�-a
�wmunggm -.0000�
L FG 238.96 r '
FG 241.05
v
_
FL = GUTTER FLOW LINE
TOC = TOP OF CURB
FG = FINISH GRADE
dN'
�
CURB RAMP NOTES
t
1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE
`O
ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET
ST, STA 5+45.14. 65.1 'LT (CENTER OF CURB RAMP, FACE OF CURB)
ADA REQUIREMENTS.
&§34�8TH
S
Xz 4FF
2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER
APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP
OR LANDING.
FL 240.15
3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED SEE WSDOT STD PLAN
F-10.12-03 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN
TOC 240.59
CURB DETAILS. SEE CFW STD DIET 3-4 FOR CURB AND GUTTER AND CEMENT
CONCRETE BARRIER CURB DETAILS.
FL 240.46
4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45 10-02
TOC 240.99
5 CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH SEE STANDARD
SPECIFICATIONS 8-14.
6 CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS IS INCIDENTAL TO CURB
RAMP BID ITEM(S)
7 CEMENT CONCRETE CURB AND GUTTER TO BE POURED AGAINST EXISTING CEMENT
CONCRETE PAVEMENT.
Federal Wa
Centered on Opportunity "F
33325 8TH AVE S FEDERAL WAY, WA 98003
PHONE: (253) B35-2700 60orw1 balm
WWW CITYOFFEDERALWAY.COM Wide -FudIS
DRAFTED: S.ALIZAI
DESIGNED: J.HUYNH
REVIEWED: C MULLEN i
APPROVED: C MULLEN 0
DETECTABLE WARNING SURFACE
REINFORCED CEMENT CONC
SIDEWALK
NON -SLIP MMA COATING
DRAWING VERSION LOG
DATE REVISIONISION S 348TH ST NHS PRESERVATION PROJECT
I
7/20 ADDENDUM 1
RAMP 5
CITY PROJECT
36241
SHEET
R5
14 of 31
FG 240 20
FG 240.09
FL 240.05
°c
0010
0TOC 240 48
/l 0000<
FL 239 98 / o� o
o\/
TOC 240 45 �� �O ,�
FL 239,96 0
FG 240.54
�0
�o
F�S� y
FG 240.57
7 S 348TH ST, STA 5-42.22. 43.1 'RT (CENTER OF CURB RAMP. FACE OF CURB)
FG *0.89
6 FL 240.65
nFG240.58
i
4 ) 1 --'
TOC 241 43
FL 240.92 TOC 241.51
�7 40b
a 4
as
�O
o
4 �\
� V0.0 FG 241 14
°
4 4 0o
4 - o
'p°° F 240,65
°° C FG 24103 "t31
00
\° / a FG 241 11L ZQVpI.
�V,10
ao (3. `� FG 241.23
7.0' ; i)
.1 FG 240 69
O
0
o
C M
o0
0.4%4
7.0'
F
MATCH
FG 241.30)
EXISTING
FG 240 63
FG 241 27
OkM
FG 240.74
ID FOUNDATION (STA 5+30.97
T RT). INSTALL APS
SHBUTTON ON NEW PPB
ILE PER WSDOT STD. PLAN
6 S 348TH ST, STA 5+28.49, 52.44 'RT (CENTER OF CURB RAMP, FACE OF CURB)
CITY OF DRAFTED: S ALIZAI
•
Federal Way ' DESIGNED: J.HUYNH
Centered on Opportunity
REVIEWED: C.MULLEN
33325 8TH AVE S FEDERAL WAY, WA 98003
PHONE: (253) 835-2700 K<wrihf!l68�011�
WWW CITYOFFEDERALWAY.COM C3iI0!(•11P11f!¢ APPROVED: C MULLEN
4
Q
001.
FG 241.72
FG 241.56
CONSTRUCT NEW PPB POLE
AND FOUNDATION (STA 5+47.09,
47.7' RT). INSTALL APS
PUSHBUTTON ON NEW PPB POL
PER WSDOT STD PLAN
fE
5
GRAPHIC SCALE
3 0 1.5 3 6
CONDUIT / WIRE SCHEDULE
RUN
NO.
Q
CONDUIT
SIZE
PPB
2CIS
VEH
HEAD
5C
PED
HEAD
5C
1
2'
1
1
2
2"
1
1
3
2"
1
1
1
4
2"
1
1
1
5
2'
1
6
2"
1
NOTE: REMOVE AND REPLACE WIRES TO THE CONTROL
CABINET
FL = GUTTER FLOW LINE
TOC = TOP OF CURB
FG = FINISH GRADE
CURB RAMP NOTES
1. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE
ONLY. FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET
ADA REQUIREMENTS.
2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER
APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP
OR LANDING.
3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. SEE WSDOT STD PLAN
F-10.12-03 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN
CURB DETAILS. SEE CFW STD DIET 3-4 FOR CURB AND GUTTER AND CEMENT
CONCRETE BARRIER CURB DETAILS.
4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45 10-02.
5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD
SPECIFICATIONS 8-14.
6. CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS IS INCIDENTAL TO CURB
RAMP BID ITEM(S).
7 CEMENT CONCRETE CURB AND GUTTER TO BE POURED AGAINST EXISTING CEMENT
CONCRETE PAVEMENT.
CONSTRUCTION NOTES
10 BLACK DETECTABLE WARNING SURFACE
LEGEND
O� O� O � O� O� O j DETECTABLE WARNING SURFACE
CEMENT CONC. SIDEWALK
NON -SLIP MMA COATING
DRAWING VERSION /REVISION LOG NO. DATE REVISION S 348TH ST NHS PRESERVATION PROJECT
7/20 ADDENDUM 1
;ice RAMP 6,7
CITY PROJECT M
36241
SHEET
R 6,7
15 of 31
P it
GRAPHIC SCALE
20 0 10 20 40
U)
LLJ
Q
8
3 8
4 SCF) II
PROJECT BEGINS �U51`1
T
��STA: 4+00.00 23 LF =
5 6 208 SF= +
�42��
9 6+54.00 -
BEGIN Fo 134 SF 4 EA 11 4 JUM5+5 ' +54.00 10 8+50.00
O4 l;
17' BEGIN 12
4 12'
BEGIN 00 E = o0 11 537 LF= BEGIN 11 END 7 + 4:00
0 2 EA 21 6+30.00 (�
3 BEGIN 114+47.00 3 1� 4 ;ate 4 5+54.00 11 4 9 6+30.00 z
BEGIN END B+GINO
4C
4+0 q _ 16+86 .00S 348TH ST11' 8+75.00-'END 5+Q 0 Q
4 0Y37 LF 8+0000
-
9 4+00.00 END = 5' BEGIN 6- -� - - - -
11'4+g7.00 2 � 5 2 BEGIN0 BEGIN W
11' END BEGIN"_________ U)
4BEGIN 00 00 11 EGIN 6+86.00 11' g+30.00 , +38.00 8+91. W
7 5+61.00 11 8+00.00 8 �8 z_
J
------------------------------------------------ --11-- U _---_-10
12' PAVEMENT MARKING CONSTRUCTION NOTES:
+ - 12
ry� �� �� 10 O 4" PLASTIC EDGE LINE (MATERIAL TYPE D)
I } �2 4" PROFILED PLASTIC LANE LINE (MATERIAL TYPE D)
® Q Uj
3 4" PROFILED PLASTIC DOUBLE YELLOW
�� ® = CENTERLINE (MATERIAL TYPE D)
Q ® 8" PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D)
U)LLI Y LIJ �5 PLASTIC STOP LINE PER CFW DETAIL 3-21
w Y W Q if (MATERIAL TYPE A)
0 Q U LLJ Q U © PLASTIC CROSSWALK LINE PER CFW
w Q (� LL Q DETAIL 3-21 (MATERIAL TYPE A)
LL 10- Q U) 1fl PROFILED PLASTIC DOTTED WIDE LINE
(MATERIAL TYPE D)
® PLASTIC DOTTED EXTENSION LINE PER WSDOT
STD. PLAN M-3.30-04
PLASTIC TRAFFIC ARROW TYPE 2SL PER WSDOT STD.
PLAN M-24.40-02
10 HOV LANE SYMBOL PER WSDOT STA. PLAN M-7.50-01
11 TUBULAR MARKER
12 HYDRANT MARKER TYPE 2B
cw DRAFTED: S.ALIZAI DRAWING VERSION /REVISION LOG S 348TH ST NHS PRESERVATION PROJECT cl 36241TY T #.
Federal a 4�S�1Ne JSMpL NO. DATE REVISION
o wn Hi
DESIGNED: J.HUYNH
C HA N N E L I ZAT I O N PLAN SHEET
Centered on Opportunity
REVIEWED: C.MULLEN Po RFc9sen� �wr CHAN 1
33325 8TH AVE S FEDERAL WAY, WA 98003 1�
PHONE: (253) 835-2700 Krmwwhat's below.STA 4+00-9+00
WWW.CITYOFFEDERALWAY.COM call before you dlW APPROVED: C.MULLEN J 16 OF 31
J
11+15.00
V
w
Q
GRAPHIC SCALE
20 0 10 20 40
12'
BEGIN + • q 7 13+00.00
END 12+00.00 4
11+25.00
U 11' END
12'
ao
Z 9+36.00 11'
q BEGIN END BEGIN 11' END Z_
11' 9 9+36.00 — 11+27.0 12+00. 12+20.00 12+95.00 4
11 g 10+72.00 8 4 12+45.00 Q
o .00 6' S 348TH ST j 11' 9 12+95.00 BEGIN
w g; _ 10+00_00 - 6' 11+00.00 - 6`= _-_12+00LU
.00 Nl 5000
6.
�0.00
11BEGINEND _6' _ - 14+
Z 1 4 10+72.00 11+22.00 BEGIN END— UJ
4 8 11+70.00 12+22.00� 11' Z
� 11' 1 +�50'Op 8
J
11 11� 13+00.00 U
U 10
___12____--- _-_-_-_- -—
Q 10+28.00 - -__1�1_'o ____ <
12 12' 13+00.00
I�
PAVEMENT MARKING CONSTRUCTION NOTES:
1❑ 4" PLASTIC EDGE LINE (MATERIAL TYPE D)
�2 4" PROFILED PLASTIC LANE LINE (MATERIAL TYPE D)
�3 4" PROFILED PLASTIC DOUBLE YELLOW
CENTERLINE (MATERIAL TYPE D)
® 8" PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D)
�5 PLASTIC STOP LINE PER CFW DETAIL 3-21
(MATERIAL TYPE A)
© PLASTIC CROSSWALK LINE PER CFW
DETAIL 3-21 (MATERIAL TYPE A)
❑7 PROFILED PLASTIC DOTTED WIDE LINE
(MATERIAL TYPE D)
® PLASTIC DOTTED EXTENSION LINE PER WSDOT
STD. PLAN M-3.30-04
�9 PLASTIC TRAFFIC ARROW TYPE 2SL PER WSDOT STD.
PLAN M-24.40-02
10 HOV LANE SYMBOL PER WSDOT STA. PLAN M-7.50-01
11 TUBULAR MARKER
12 HYDRANT MARKER TYPE 2B
CITY PROJECT #:
DRAWING VERSION /REVISION LOG S 348TH ST NHS PRESERVATION PROJECT 36241
Q� � FedmalMbv � DRAFTED: S.ALIZAI
4�S�1N wq MpL NO. DATE REVISION
o sy�
DESIGNED: J.HUYNH SHEET
Centered on Opportunity
REVIEWED: C5.MULLEN �o� IF39804 a C HA N N E L I ZAT I O N PLAN ERA wQ CHAN 2
33325 8TH AVE S FEDERAL WAY, WA 98003
PHONE: (253) 835-2700 Know whelk below. JL STA 9+00-14+00
WWW.CITYOFFEDERALWAY.COM Call before you dig. APPROVED: C.MULLEN G►TJ 17 of 31
14+00.00
12'
(7
____________________________________________ _____________________1______________________—_____
12'
17+08.00 7
Z_
11'
END
1 15+07.00
BEGIN
Eft' _ _ _
11'
16+09.00 11'
17+06.00 2
0
S 348TH ST ,5+s7.0o
ENB�
9
11
9 16+44.00
17+01.00
w
0.00
6'
_
-
1
17+0
LU
Z
11'
BEGIN
11'
15+67.00 4
=
14+53.00
11
0
BEG"
15+97.00 4
55 L
5
Q_____12—
2
__________________________________ +__,.____—�.
11'
�.
ENDS,
END
16+91.00 2
15+97.00 7
15+00.00
12
--
10
16+34 00
PROJECT ENDS
STA:17+01.00
END
_r�j16+95.00 ` f^
"J
END V
16+88.00 Q�
C"
18+00.00
GRAPHIC SCALE
20 0 10 20 40
19+1
PAVEMENT MARKING CONSTRUCTION NOTES:
❑ 4" PLASTIC EDGE LINE (MATERIAL TYPE D)
�2 4" PROFILED PLASTIC LANE LINE (MATERIAL TYPE D)
�3 4" PROFILED PLASTIC DOUBLE YELLOW
CENTERLINE (MATERIAL TYPE D)
® 8" PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D)
�5 PLASTIC STOP LINE PER CFW DETAIL 3-21
(MATERIAL TYPE A)
© PLASTIC CROSSWALK LINE PER CFW
DETAIL 3-21 (MATERIAL TYPE A)
❑7 PROFILED PLASTIC DOTTED WIDE LINE
(MATERIAL TYPE D)
® PLASTIC DOTTED EXTENSION LINE PER WSDOT
STD. PLAN M-3.30-04
O PLASTIC TRAFFIC ARROW TYPE 2SL PER WSDOT STD.
PLAN M-24.40-02
10 HOV LANE SYMBOL PER WSDOT STA. PLAN M-7.50-01
11 TUBULAR MARKER
12 HYDRANT MARKER TYPE 2B
CITY PROJECT #:
DRAWING VERSION /REVISION LOG S 348TH ST NHS PRESERVATION PROJECT 36241
FedmalMbv � DRAFTED: S.ALIZAI
4�S�1N wq MpL NO. DATE REVISION
o sy�
DESIGNED: J.HUYNH SHEET
Centered on Opportunity
REVIEWED: C5.MULLEN �o� IF39804 a C HA N N E L I ZAT I O N PLAN wQ C HAN 3
33325 8TH AVE S FEDERAL WAY, WA 98003
PHONE: (253) 835-2700 Know who" below. JL STA 14+00-19+00
WWW.CITYOFFEDERALWAY.COM Call before you dig. APPROVED: C.MULLEN G►TJ 18 of 31
MINIMUM LANE CLOSURE TAPER LENGTH = L (feet)
LANE
Posted Speed (mph)
WIDTH
(feet)
25
30
35
40
45
50
55
60
65
70
10
105
150
205
270
450
500
550
-
-
-
11
115
165
225
295
495
550
605
660
-
12
125
180
245
320
540
600
660
720
780
840
MINIMUM SHOULDER TAPER LENGTH = L/3 (feet)
SHOULDER
Posted Speed (mph)
WIDTH
(feet)
25
40
45
50
55
60
65
70
8'
40
90
120
130
150
160
170
190
10,
40
�t30305
90
150
170
190
200
220
240
USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN 8'.
LEGEND
N
TEMPORARY SIGN LOCATION
®
TRAFFIC SAFETY DRUM
CCD
SEQUENTIAL ARROW SIGN
P C M S PORTABLE CHANGEABLE MESSAGE SIGN
WAW... Fbdeml Afty
Centered on Opportunity
33325 8TH AVE S FEDERAL WAY, WA 98003
PHONE: (253) 835-2700 Know what-s below.
WWW.CITYOFFEDERALWAY.COM CM before you dig
W20-5R
SIGN SPACING = X (1)
FREEWAYS & EXPRESSWAYS 55 / 70 MPH
1500' ❑
RURAL HIGHWAYS 60 / 65 MPH
800' ❑
RURAL ROADS 45 / 55 MPH
500' F1
RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH
350' ❑
RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH
RESIDENTIAL & BUSINESS DISTRICTS
200' ❑ (2)
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.
DRAFTED:
S.ALIZAI
DESIGNED:
J.HUYNH
REVIEWED:
C.MULLEN
APPROVED:
C.MULLEN
CHANNELIZATION DEVICE
SPACING feet
MPH
TAPER
TANGENT
50/70
40
80
35/45
30
60
25/30
20
40
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
25
30
35
40
45
50
55
60
65
70
LENGTH (feet)
155
200
250
305
360
425
495
570
645
730
BUFFER VEHICLE ROLL AHEAD DISTANCE = R
TRANSPORTABLE ATTENUATOR
30 FEET MIN.
MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM
TO
WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS
100 FEET MAX.
RECOMMENDATION.
PCMS
1
2
RIGHT
1 MILE
LANE
AHEAD
CLOSURE
2.0 SEC
2.0 SEC
FIELD LOCATE 1 MILE a IN
ADVANCE OF LANE CLOSURE SIGNING.
NOTES:
1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS.
2. EXTEND DEVICE TAPER AT L/3 ACROSS SHOULDER.
3. DEVICES SHALL NOT ENCROACH INTO THE ADJACENT LANE.
4. USE TRANSVERSE DEVICES IN CLOSED LANE EVERY 1000' (FT)
(RECOMMENDED).
5. DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE
SINGLE -LANE CLOSURE FOR MULTI -LANE ROADWAYS 20' (FT).
6. ALL SIGNS ARE BLACK ON ORANGE.
NOT TO SCALE
DRAWING VERSION /REVISION LOG CITY
T #.
�4Gi NO. DATE REVISION
S 348T H ST NHS PRESERVATION PROJECT 36241
'N
PO RF3980nFo �4K
SINGLE LANE CLOSURE
SHEET
TCP 1
19 OF 31
SIGN SPACING = X (1)
RURAL ROADS 45155 MPH
500' ❑
RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH
350' ❑
RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH
200' ❑ (2)
RESIDENTAL & BUSINESS DISTREICTS
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.
TAPER
MINIMUM TAPER LENGTH = L (feet)
LANE
Posted Speed (mph)
WIDTH
(feet)
25
30
35
40
45
50
55
60
65
70
10
105
150
205
270
450
500
—
—
—
—
11
115
165
225
295
495
550
—
—
—
—
12
125
180
245
320
540
600
—
—
—
—
DEVICE SPACING 1/2
DISTANCE FOR OPPOSING
TRAFFIC DEVICES
24"
KEEP
fo"
RIGHT
R4-7B
B/W
CHANNELIZATION DEVICE
SPACING feet
MPH
TAPER
TANGENT
50
40
80
35/45
30
60
25/30
20
40
TAPER
48»
ROAD
WORK
HEAD
48"
48" W20-1
CENTER LANE
CLOSED
AHEAD
48"
W20-5C �
X I X I1I
N
---------------I------------I-------- I-- - -----
I--------------_-
®®
7,1 x
48"
ROAD
WORK
AHEAD
48»
48" u
W20-1 W4-2(L)
GHT LANE
CLOSED
X
AHEAD
X I L I L MIN.
8"
\ 48»
8"
48"
W1-4(L)
W20-5R
LEGEND
I4 TEMPORARY SIGN LOCATION
® CHANNELIZING DEVICES
SEQUENTIAL ARROW SIGN
P C M S PORTABLE CHANGEABLE MESSAGE SIGN
® TEMPORARY SIGN LOCATION IT MOUNTING HEIGHT)
B I I R
RIGHT LANE CLOSURE WITH SHIFT - 5 LANE ROADWAY
NOT TO SCALE
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH)
25
30
35
40
45
50
55
60
65
70
LENGTH (feet)
155
200
250
305
360
425
-
-
-
-
BUFFER VEHICLE ROLL AHEAD DISTANCE = R
TRANSPORTABLE ATTENUATOR
30 FEET MIN.
MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM
TO
WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS
100 FEET MAX.
RECOMMENDATION.
PROTECTIVE VEHICLE
NO SPECIFIED
MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD
DISTANCE
THE WORK AREA.
REQUIRED
PCMS
#1
1
2
RIGHT
1 MILE
LANE
AHEAD
CLOSURE
2.0 SEC
2.0 SEC
FIELD LOCATE IN ADVANCE
OF TEMPORARY SIGNS.
PCMS
#2
1
2
NNO
CENTER
LEFT
LANE
TURNING
CLOSED
2.0 SEC
2.0 SEC
FIELD LOCATE IN ADVANCE
OF TEMPORARY SIGNS.
NOTES:
1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS.
2. RECOMMEND EXTENDING DEVICE TAPER (L/3) ACROSS SHOULDER.
3. FOR POSTED SPEED LIMITS OF 30 MPH OR LESS, USE SIGN W1-3
IN LIEU OF SIGN W1-4.
4. ALL SIGNS ARE BLACK ON ORANGE UNSLESS OTHERWISE DESIGNATED.
crryoF DRAFTED: S.ALIZAI DRAWING VERSION /REVISION LOG S 348T H ST NHS PRESERVATION PROJECT c T36241FedwaT #.
NO. DATE REVISION l W� �ytiS��oEwq�Mtl�
DESIGNED: J.HUYNH ery
Centered on Opportunity SHEET
REVIEWED: C.MULLEN o a r RIGHT LANE CLOSURE
33325 8TH AVE S FEDERAL WAY, WA 98003�� TC P 2
PHONE: (253) 835-2700 Knowwhatk below.
WWW.CITYOFFEDERALWAY.COM Call betoreyou dig. I APPROVED: C.MULLEN zljrJ 20 of 31
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED(MPH)
25
30
35
40
45
50
55
60
65
70
LENGTH (feet)
155
200
250
305
360
425
-
-
-
BUFFER VEHICLE ROLL AHEAD DISTANCE = R
TRANSPORTABLE ATTENUATOR
30 FEET MIN.
MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM
TO
WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS
100 FEET MAX.
RECOMMENDATION.
PROTECTIVE VEHICLE
NO SPECIFIED
MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD
DISTANCE
THE WORK AREA.
REQUIRED
SIGN SPACING = X (1)
RURAL ROADS 45 / 55 MPH
500' ❑
RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH
350' ❑
RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH
200' ❑ (2)
RESIDENTAL & BUSINESS DISTREICTS
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.
L/2
TAPER
MINIMUM TAPER LENGTH = L (feet)
LANE
Posted Speed (mph)
WIDTH
(feet)
25
30
35
40
45
50
55
60
65
70
10
105
150
205
270
450
500
—
—
11
115
165
225
295
495
550
—
—
—
—
12
125
180
245
320
540
600
48" 48"
ROAD
WORK
i HEAD
48" 48„
W4-2R /%�8„ W20-1
RU>
CHANNELIZATION DEVICE
SPACING feet
MPH
TAPER
TANGENT
50
40
80
35/45
30
60
25/30
20
40
D a a
tZ
®®®
- - - - - - - - - - - - - -
- - - - ® -®-
- ®- ® -
- -
- - - - - - - - - - - - - -
WORK AREA % �4
X X I X L B R
48"
ROAD
WORK
AHEAD
48"
W20-1 i
LEGEND
a
TEMPORARY SIGN LOCATION
CHANNELIZING DEVICES
SEQUENTIAL ARROW SIGN
P C M S
PORTABLE CHANGEABLE MESSAGE SIGN
j 48"
fill
48"
W4-2R
_FT LANE\
CLOSED
AHEAD/
W20-5L
LEFT LANE AND CENTER TURN LANE
CLOSURE - 5 LANE ROADWAY
NOT TO SCALE
PCMS
1
2
NNO
CENTER
LEFT
LANE
TURNING
CLOSED
2.0 SEC
2.0 SEC
FIELD LOCATE IN ADVANCE
OF TEMPORARY SIGNS.
NOTES
1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS.
2. ALL SIGNS ARE BLACK ON ORANGE.
c"W DRAFTED: S.ALIZAI DRAWING VERSION /REVISION LOG S 348T H ST NHS PRESERVATION PROJECT c T36241T #.
�I��� � �� �ytiS��oEwq�Mtl� NO. DATE REVISION
DESIGNED: J.HUYNH ery
Centered on Opportunity SHEET
REVIEWED: C.MULLEN ° R r LEFT LANE AND CENTER LANE CLOSURE
33325 8TH AVE S FEDERAL WAY, WA 98003�� ��
PHONE: (253) 835-2700 Knowwhatk below.
WWW.CITYOFFEDERALWAY.COM Call before you dig. APPROVED: C.MULLEN J 21 OF 31
CHANNELIZATION DEVICE
SPACING feet
MPH
TAPER
TANGENT
50/70
40
80
35/45
30
60
25/30
20
40
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
v�
—-------- - - - - ----n®0-F7®q-0-Lcr®®-D-®-a
LEGEND
.' FLAGGING STATION
IJ TEMPORARY SIGN LOCATION
® CHANNELIZING DEVICES
�D SEQUENTIAL ARROW SIGN
® TEMPORARY SIGN LOCATION (5' MOUNTING HEIGHT)
2 ........... `,
/48„
1
- - - - - - - - - - - - - - - - —
�4
L- - - - - - - - - - - - - - - - - - - - - - —
OOPTIONAL IF 40 MPH OR LESS
INTERSECTION LANE CLOSURE - FIVE LANE ROADWAY
NOT TO SCALE
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH)
25
30
35
40
45
50
55
60
65
70
LENGTH (feet)
155
200
250
305
360
425
495
570
645
-
BUFFER VEHICLE ROLL AHEAD DISTANCE = R
TRANSPORTABLE ATTENUATOR
30 FEET MIN.
MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM
TO
WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS
100 FEET MAX.
RECOMMENDATION.
PROTECTIVE VEHICLE
NO SPECIFIED
MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD
DISTANCE
THE WORK AREA.
REQUIRED
MINIMUM TAPER LENGTH = L (feet)
LANE
Posted Speed (mph)
WIDTH
(feet)
25
30
35
40
45
50
55
60
65
70
10
105
150
205
270
450
500
550
-
-
-
11
115
165
225
295
495
550
605
660
12
125
180
245
320
540
600
660
720
SIGN SPACING = X (1)
RURAL HIGHWAYS 60 / 65 MPH
800' ❑
RURAL ROADS 45 / 55 MPH
500' ❑
RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH
350' ❑
RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH
RESIDENTAL & BUSINESS DISTREICTS
200' ❑ (2)
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.
.1•1111r0
1. RECOMMEND EXTENDING DEVICE TAPER (L/3) ACROSS SHOULDER.
2. IF A SIGNAL IS PRESENT, IT SHALL BE SET TO "RED FLASH MODE"
OR TURNED OFF DURING FLAGGING OPERATIONS.
3. MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH BUSINESS
WITHIN WORK AREA LIMITS.
4. ALL SIGNS ARE BLACK ON ORANGE.
C" GF DRAFTED: S.ALIZAI DRAWING VERSION /REVISION LOG S 348T H ST NHS PRESERVATION PROJECT c T36241T #.
Fedwal � �ytiS��oEwq�Mtl� NO. DATE REVISION
DESIGNED: J.HUYNH ery
Centered on Opportunity SHEET
co REVIEWED: C.MULLEN ° R r INTERSECTION LANE CLOSURE
33325 8TH AVE S FEDERAL WAY, WA 98003 �'���� �� �� TC P 4
PHONE: (253) 835-2700 Knowwhatk below.��
WWW.CITYOFFEDERALWAY.COM Call before you dig. APPROVED: C.MULLEN J 22 OF 31
NOTES
Pq
R8-3 INSTALL ON TYPE 2 BARRICADES THROUGHOUT THE WORK AREA
24" x 30" 24 HOURS PRIOR TO IMPLEMENTING TRAFFIC CONTROL.
R/W PRIOR NOTIFICATION OF LOCAL LAW ENFORCEMENT REQUIRED.
1. CONTROLS SHOWN ARE FOR PEDESTRIAN TRAFFIC ON
2. A 60" PATH WIDTH SHOULD BE MAINTAINED (48" IS THE
3. CONTACT AND COORDINATE IMPACTED TRANSIT AGEN
PRIOR TO IMPLEMENTING ANY CLOSURES.
4. SEE SHEET TC-52 FOR TEMPORARY PEDESTRIAN RAMF
5. ADA PEDESTRIAN FACILITIES MUST BE MAINTAINED. SE
STANDARD SPECIFICATION 1-10.2(1)B.
6. TEMPORARY PEDESTRIAN PUSH BUTTONS SHALL BE PI
THE DIVERTED PATH WHEN EXISTING BUTTONS ARE N(
ACCESSIBLE TO PEDESTRIANS.
LEGEND
N TEMPORARY SIGN LOCATION
Q CHANNELIZING DEVICES
PEDESTRIAN CHANNELIZING DEVICES
TEMPORARY PEDESTRIAN RAMP FOR SIDEWALKS
SIDEWALK DIVERSION
SIDEWALK DETOUR
INTERSECTION PEDESTRIAN TRAFFIC CONTROL
NOT TO SCALE
arare� DRAFTED: S.ALIZAI DRAWING VERSION /REVISION LOG S 348T H ST NHS PRESERVATION PROJECT CITY
T36241T #.
cFedwal Wayo
S ��E w NO. DATE REVISION
�¢\ o. nosy Lf�
DESIGNED: J.HUYNH SHEET
Centered On Opportunity'REVIEWED: C.MULLEN Po INTERSECTION PEDESTRIAN TRAFFIC CONTROL
ye�Tll� �r
33325 8TH AVE S FEDERAL WAY, WA 98003 F"ry�NFNc,�? TCP 5
PHONE: (253)835-2700 Kmw wtisft bekm
A
WWW.CITYOFFEDERALWAY.COM C01110IYOU fs APPROVED: C.MULLEN J 23 OF 31
I1
S 348TH ST
a
PCMS�
PCMS Message
a
S 348 ST
PAVING
K
0EXPECT
DELAYS
WORK HOURS
CEMENT CONCRETE WORK
Monday -Friday
8:30 AM-3:30 PM
OTHER WORK
Sunday -Friday
8:00 PM-5:00 AM
LEGEND
FLAGGER
N TEMPORARY SIGN LOCATION
SEQUENTIAL ARROW SIGN
[PCMS] PORTABLE CHANGEABLE MESSAGE SIGN
SIGN SPACING = X (1)
RURAL ROADS 45X55 MPH 500' ❑
RURAL ROADS & URBAN ARTERIALS 35140 MPH 350' ❑
RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH 200' ❑ (2)
RESIDENTAL & BUSINESS DISTRICTS
URBAN STREETS 25 MPH OR LESS 100' ❑ (2)
(1RAMPS AT GRADE INTERSSECTIONS AANDCDRIIVEWAYSE INTERCHANGE
(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
RROADWAY CONDITIONS.
anrOF DRAFTED: S.ALIZAI DRAWING VERSION /REVISION LOG S 348TH ST NHS PRESERVATION PROJECT cIT36241T#.
WavS Ne J. M� NO. DATE REVISION
0 DESIGNED: J.HUYNH I SHEET
Centered on Opportunity TC P PHASE REVIEWED: C.MULLEN ao kE3980aro �� ���) _WB
33325 8TH AVE S FEDERAL WAY, WA 98003 FSsotin FN��
PHONE: (253)835-2700 Knm weats below.
WWW.CITYOFFEDERALWAY.COM Call before youdW APPROVED: C.MULLEN 24 OF 31
W20-1
V
N
0
Z
a
w
w
U)
w
z
J
2
U
H
Q
ROAD
WORK
48" AHEAD
BE
PREPARED
TO STOP U A
x \W
Q
1 rn
® 91
S 348TH ST
•
14
BE
4— PREPARED
TO STOP
100'
ROAD
� WORK
AHEAD
LEGEND
FLAGGER
N
TEMPORARY SIGN LOCATION
SEQUENTIAL ARROW SIGN
PCMS
PORTABLE CHANGEABLE MESSAGE SIGN
in
ROAD
WORK
—�
AHE
BE
PREPARED
TO STOP
100'
ROAD
�— WORK
AHEAD
SIGN SPACING = X (1)
RURAL ROADS 45X55 MPH 500' ❑
RURAL ROADS & URBAN ARTERIALS 35140 MPH 350' ❑
RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH 200' 0 (2)
RESIDENTAL & BUSINESS DISTRICTS
URBAN STREETS 25 MPH OR LESS 100' 0 (2)
(1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE
RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS
(2R THISPACING
S Y CONDITIONS REDUCED IN URBAN AREAS TO FIT
ROAD
v� WORK
AHEAD
G
u
r
r
■ ■ ■ ■
rll
S 348TH ST�L �
# f f # it it f f f f
# ■ # t it t ■ r1 ■ >� #
ROAD
7 WORK
AHEAD
N
j Z
0
# w
PROJECT
CITY G DRAFTED: S.ALIZAI A40L NO. DATE REVISION DRAWING VERSION REVISION LOG S 348TH ST NHS PRESERVATION PROJECT CITY
#
�I���� tis��oEw
DESIGNED: J.HUYNH ¢ H
E I Fedef;W Way
SHEET
Centered on Opportunity 4 TC P PHASE REVIEWED: C.MULLEN �o� RF3980R�o w TCP2-WB
33325 8TH AVE S FEDERAL WAY, WA 98003 6� o sr
3 PHONE: (253) 835-2700 Know what`s below.
WWW.CITYOFFEDERALWAY.COM Call befineyou ft APPROVED: C.MULLEN J 25 OF 31
WORK CO
AHEAD T
to ROAD V
N CLOSED (a
Z13 92® ® S 3487-H ST Q
Q
WORK AREA
W
W
U) ----
Z---®-- —
_ �► ® ♦�
Q
ROAD �►
�lz - WORK
AHEAD
rol
j®®
®®
}
I
® ® ROAD
�^ WORK
� ® vJ AHEAD
P ®®
V
® Q
Mob
SIGN SPACING — X (1)
RURAL ROADS 45X55 MPH
RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH
500' ❑
350' ❑
RURAL ROADS & URBAN ARTERIALS 25130 MPH
RESIDENTAL & BUSINESS DISTRICTS
200- D (2)
URBAN STREETS 25 MPH OR LESS
100' D (2)
(1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE
RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS
(24THIS S Y CI NG N M Y BE REDUCED IN URBAN AREAS TO FIT
OADW
M
ROAD
WORK
AHEAD
•
S 348TH ST
M
MINIMUM TAPER LENGTH = L (feet)
LANE Posted Speed (mph)
WIDTH
(feet) 25 30 35 40 45 50 55 60 65 70
10 105 150 205 270 450 500 - - - -
11 115 165 225 295 495 550 - - - -
12 125 180 245 320 540 600 - - - -
48
® a It
f ® ® ® � W
LU
LU
U
Q
AF LEGEND
1 • FLAGGER
o -
.. TEMPORARY SIGN LOCATION
t .. SEQUENTIAL ARROW SIGN
a ROAD ( PCMS PORTABLE CHANGEABLE MESSAGE SIGN
cry DRAFTED: S.ALIZAI DRAWING VERSION /REVISION LOG S 348T H ST NHS PRESERVATION PROJECT c T36241T
NO. DATE REVISION #.
Fedeml AMv
DESIGNED: J.HUYNH SHEET
Centered on Opportunity y z TC P PHASE REVIEWED: C.MULLEN �o RF 98�Eo wwa TCP3 WB
33325 8TH AVE S FEDERAL WAY, WA 98003
PHONE: (253) 835-2700 Krmnv nat's below. ti
WWW.CITYOFFEDERALWAY.COM Ci8lIbef..,poudI% APPROVED: C.MULLEN 26 of 31
ROAD
WORK —=
AHEAD
ROAD
CLOSED
ROAD
Q S 348Th4 ST
of s . ■ ■
0 �--
LU ~ ♦—
fn
w
z_
J
U
3
i
4
r
SIGN SPACING = X (1)
RURAL ROADS 45X55 MPH 50V ❑
RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' ❑
RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH 200' 0 (2)
RESIDENTAL & BUSINESS DISTRICTS
URBAN STREETS 25 MPH OR LESS 100' 0 (2)
(1RAMPSPACING
AT GRADE INTERSECTIONS AND DRIVEWAYSE INTERCHANGE
(21 THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
ROADWAY CONDITIONS.
`-
13 03®®®
®
HOV LANE
CLOSED
AHEAD
x
ROAD
WORK
AHEAD
MINIMUM TAPER LENGTH = L (feet)
LANE
Posted Speed (mph)
WIDTH
(feet)
25
30
35
40
45
50
55
60
65
70
10
105
150
205
270
450
500
-
-
-
-
11
115
165
225
295
495
550
-
-
-
-
12
125
180
245
320
540
600
-
-
-
-
SR 18
PCMS Message
EOO
M-
M
S 348 ST
PAVING
ORK
t
CTYS
WORK HOURS
CEMENT CONCRETE WORK
Monday -Friday
8:30 AM-3:30 PM
OTHER WORK
Sunday -Friday
8:00 PM-5:00 AM
= r
LEGEND �NN
``L.^1�
FLAGGER vJ
TEMPORARY SIGN LOCATION
SEQUENTIAL ARROW SIGN
ROAD
PCMS PORTABLE CHANGEABLE MESSAGE SIGN SZ wORK
AHEAD
TY PROJECT
cl W 6F DRAFTED: S.ALIZAI NO. DATE REVISION DRAWING VERSION REVISION LOG
43S 34 8T H ST NHS PRESERVATION PROJECT 36241 #
Ra,�l Way
DESIGNED: J.HUYNH ¢ SH t
E I SHEET
Centered on Opportunity
33325 8TH AVE S FEDERAL WAY, WA 98003 a
REVIEWED: C.MULLEN �o� RIs80Rwo wwa TCP PHASE I TCP4-WB
PHONE: (253) 835-2700 Know what's beleW.
WWW.CITYOFFEDERALWAY.COM call before you dig. APPROVED: C.MULLEN 27 of 31
S 348TH ST
a
PCMS.
PCMS Message
a
S 348 ST
PAVING
WORK
4EXPECT
DELAYS
WORK HOURS
CEMENT CONCRETE WORK
Monday -Friday
8:30 AM-3:30 PM
OTHER WORK
Sunday -Friday
8:00 PM-5:00 AM
LEGEND
• FLAGGER
TEMPORARY SIGN LOCATION
�j SEQUENTIAL ARROW SIGN
PCMS PORTABLE CHANGEABLE MESSAGE SIGN
1:;�r
V)
L1\J
2
END
ROAD WORK
ROAD
WORK
AHEAD
x
RIGHT LAN
CLOSED
AHEAD
SIGN SPACING
RURAL ROADS 45X55 MPH
50Y ❑
RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH
359 ❑
RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH
RESIDENTAL & BUSINESS DISTRICTS
200' ❑ (2)
URBAN STREETS 25 MPH OR LESS
10Y ❑ (2)
(il ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE
ROMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS
(2R TTHII SPACING
AYCONDITIONS.I MREDUCED IN URBAN AREAS TO FIT
3°-s'
7'% bl,
ROAD
WORK
AHEAD
7-\
C')
N
Z_
®
w
® RE ®�®
®
[3 ®
m ERLU
®
® ®
w
®
It
J
❑X ©
Q
0<>
P
cW . DRAFTED: S.ALIZAI DRAWING VERSION /REVISION LOG S 348TH ST NHS PRESERVATION PROJECT c T36241T #.
Sglo' t. Mp NO DATE REVISION
FederW Mbv ¢i 0f WASy� L�
DESIGNED: J.HUYNH
Centered on Opportunity SHEET
P 39804 TC P P HAS E 11
33325 8TH AVE S FEDERAL WAY, WA 98003 REVIEWED: C.MULLEN o eF rs enEo 4w TCP 1-EB
PHONE: (253) 835-2700 Know nmays below. �`ONAL tiT�
WWW.CITYOFFEDERALWAY.COM Call before you di APPROVED: C.MULLEN 2.J-J 28 OF 31
00
N
Z
c)
W
W
U)
W
Z_
J
U
H
Q
u
u
z
LEGEND
m
"m
FLAGGER
h
TEMPORARY SIGN LOCATION
h
SEQUENTIAL ARROW SIGN
PCMS
PORTABLE CHANGEABLE MESSAGE SIGN
A".
a,
a ,I'�; Q
c Fedual Afav
Centered on Opportunity
33325 STH AVE S FEDERAL WAY, WA 98003
PHONE: (253) 835-2700
WWW.CITYOFFEDERALWAY.COM
Kwwwhit" below.
Call betomyou ft
DRAFTED: S.ALIZAI
S�t�E J MU
t
4- pf WA9y t
�° "so98E° wwa
�s ti}
J�
2.:W
DRAWING
VERSION REVISION LOG
S 348T H ST NHS PRESERVATION PROJECT
CITY PROJECT #:
36241
NO.
DATE
REVISION
DESIGNED: J.HUYNH
TCP PHASE II
SHEET
TCP2-EB
REVIEWED: C.MULLEN
APPROVED: C.MULLEN
29 of 31
ROAD
WORK �
AHEAD
N
cD
�C
S
Q
W
W
C7
IL
Z
J
2
U
Q
ROAD
HL— WORK
AHEAD
S-r Im
WORK AREA
-, *NAWF�
,;&1 V'-al W
ntere Ced on Opportunity
33325 8TH AVE S FEDERAL WAY, WA 98003
PHONE: (253) 835-2700
W W W.CITYOFFEDERALWAY.COM
ROAD
WORK
AHEAD
DRAFTED: S.ALIZAI
DESIGNED: J.HUYNH
REVIEWED: C.MULLEN
Kn. hesbelow
callbda07ouft APPROVED: C.MULLEN
Co
-Z.
V
WORK
AHEAD
ZS
F -
93 ® ��►
SIGN SPACING = X (1)
RURAL ROADS 45X 55 MPH
500' ❑
RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH
350' ❑
RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH
RESIDENTAL & BUSINESS DISTRICTS
200' 0 (2)
URBAN STREETS 25 MPH OR LESS
100' 0 (2)
(1 ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE
AMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS
SP CONDITIONS REDUCED IN URBAN AREAS TO FIT
(2F�THISPACING
OADW
ROAD
WORK ZS
AHEAD
AHE
—7
MINIMUM TAPER LENGTH = L (feet)
LANE
Posted Speed (mph)
WIDTH
(feet)
25
30
35
40
45
50
55
60
65
70
10
105
150
205
270
450
500
-
-
-
-
11
115
165
225
295
495
550
-
-
-
-
12
125
180
245
320
540
600
-
-
-
-
S 348TH ST
END
ROAD WORK
M
1 z
© Z
Q
Q
~ W
W
co
LU
U
Q
LEGEND
`+ FLAGGER
TEMPORARY SIGN LOCATION
SEQUENTIAL ARROW SIGN
PCMS PORTABLE CHANGEABLE MESSAGE SIGN
3. MDRAWING VERSION/REVISION LOG S 348TH ST NHS PRESERVATION PROJECT
SSIN6 U NO. DATE REVISION
41 oe wnsyi Ll
39804Q
TCP PHASE II
4p ,py�
`y,n oisreR 1'
#�rONAL
CITY PROJECT #:
36241
SHEET
TCP3-EB
30 OF 31
Wj
� LEFT LANE
� CLOSED
� AHEAD
co O x x
Z
ti
0
S 348TH ST
w
w
n
w
s z
o U
J
PCMS Message
EOO
M-
M
S 348 ST
PAVING
RK
0EXPECT
DELAYS
WORK HOURS
CEMENT CONCRETE WORK
Monday -Friday
8:30 AM-3:30 PM
OTHER WORK
Sunday -Friday
8:00 PM-5:00 AM
OAD
PCMS
SIGN SPACING = X (1)
RURAL ROADS 45X55 MPH
500' ❑
RURAL ROADS & URBAN ARTERIALS 35140 MPH
350' ❑
RURAL ROADS & URBAN ARTERIALS 25130 MPH
RESIDENTAL & BUSINESS DISTRICTS
200' n (2)
URBAN STREETS 25 MPH OR LESS
100' ❑ (2)
(1RAAMPSPAT GRADE1INTERS CTIONS AND DRIVEWAYSE INTERCHANGE
(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
RROADWAY CONDITIONS.
MINIMUM TAPER LENGTH = L (feet)
LANE
Posted Speed (mph)
WIDTH
(feet)
25K165225
5
40
45
50
55
60
65
70
10
1055
270
450
500
-
-
-
-
11
115
295
495
55012
1255
320
540
600
-
-
-
-
a (LEGEND
V_
Q0
FLAGGER
' TEMPORARY SIGN LOCATION
ff^^
vJ
>>D SEQUENTIAL ARROW SIGN
9
-
n PC PORTABLE CHANGEABLE MESSAGE SIGN
v
DRAWING
VERSION / REVISION LOG
CITY PROJECT #:
a arvo�
;I& Fbdml Way
DRAFTED: S.ALIZAI
EJ
tiS�� Mp
wog wAsytiLf
S 348TH ST NHS PRESERVATION PROJECT
36241
NO.
DATE
REVISION
DESIGNED: J,HUYNH
a
SHEET
a Centered on Opportunity
REVIEWED: C.MULLEN
Po R 9804w r
e
TCP PHASE
TCP4-EB
33325 8TH AVE S FEDERAL WAY, WA 98003
s Enw �.
OVAL E
PHONE: (253) 835-2700
Know what's below.
31 OF 31
WWW.CITYOFFEDERALWAY.COM
CalllxforeyoudIS
APPROVED: C.MULLEN
J