Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 11-107 - TYE MILLER INC., D/B/A T. MILLER CONSTRUCTION�TUxrr To: c � � . . ExT: � �
�-� l'l�t c� I���, � L( a'1 �I�"�' l • 7 Z�J
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS /� f!` �-���
2. ORIGINATING STAFF PERSON: --� C%�ti'�l �"� � /�'`7 EXT: Z��Z 3. DATE REQ. BY: /!—'�/ �
4. TYPE OF DOCUMENT �CHECK ONE�:
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ�
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS�
❑ ORDINANCE ❑ RESOLUTION
� CONTRACT AMENDMENT (AG#�: I %- � ❑ INTERLOCAL
❑ OTHER L�l"L'��v� L'�rc�zr� /l�l1y �
S. PROJECT NAME: Z��' �� i��ri' S 7� G�'� Z✓•`n �� � M P^r; � •i�K, oti �S �~ S�� `j S' �� J�% S�lG� ��5 T
NAME OF CONTRACTOR:
ADDRESS: `� l S �
E-MaiL: { �L� �= (
SIGNATURF, NAME: %
l N G ��+�1� -���
/`�� � �ri: �? .n ��l �k
'si:'J� TELEPHONE: Z-S�j � 7 J��S u
_ Fax: Z5"3-715
_ TITLE: ��+v<, ,n�Z:tir
7. 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. _/_/
8. TERM: COMMENCEMENT DATE: S� 3 / 7 �'� �� COMPLETION DATE: �/'"' ° �`",1 , �'�'` d "
G. _ ;, .� C, � � `�
9. TOTAL COMPENSATION: $ S �` �' //y /3 �/ 3 ��.'' Z.. �'rx> j� c I (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCiJLATED 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 [3sNO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
[�, PURCHASING: PLEASE CHARGE TO: 3 �' ��" S�G G� �- // �? -- 5�I `�� ��/�GS���
lO. DOCUMENT / CONTRACT REVIEW
�PROJECT MANAGER
�DEPUTY DIRECTOR
�► 4� DIRECTOR
❑ RISK MANAGEMENT �IF APPLICABLE�
1��i � II �.r Law DErT
11. e-�e�rc� -�---
l3 f� �-/2`J /�� ,- Cv�-,s y.� ,. c J�%
INITIAL / DATE REVIEWED
-� �- bvt 7 z �, //
\
t ���
COMMITTEE APPROVAL
12. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT:
❑ ATTACH: S[GNATUREAUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ LAW DEPT
� �GNATORY (MAYOR DIRECTOR�
��I � ❑ C TY CLERK
ASSIGNED AG #
�IGNED COPY RETURNED
❑ RETURN ONE ORIGINAL
l J• ` ORIGINALS � ( "" � I / � C
INITIAL / DATE SIGNED
b.� ��—
AG# ll-lp� A
DATE SENT: � L • I �
1�� �t � �t l.lY. l't�� �'1
INITIAL / DATE APPROVED
COUNCII, APPROVAL DATE:
DATE REC'
���� �����
11/9
�
CITY OF FEDERAL WAY
CONTRACT CHANGE URDER AGREEMENT
AG#• i1-107
PR07ECT NUMBER
1
CHANGE ORDER
NUMBER
21st Avenue Sidewalks Improvements
project - S 314th Street to S 316th
Street
PROJECT TITLE
SUMMARY OF PROPOSED CHANGES;
This Change Order No. 1 covers the work changes summarized below:
�uly 25, 2011
EFFECTIVE DATE
Tye Miller Inc. dba
T. Milier Construction
CONTRACTOR
Changes to the Bid Schedule — 21st Avenue Sidewalks Improvements project - S 314th Street
to S 316th Street
1. Add New Bid Item # 25 — Connect wiring for the electrical outlet on the luminaire pole. The cost should
include the cost to splice into the festival outlet wiring and connect to the existing wires that run to the
outlet in the pole perform all required test to make sure the outlet is working— New unit cost for this bid item
is $1,750.00 per Lump Sum. The quantity is 1 Lump Sum.
The total change amount for this item is an increase of $1,750.00.
2. Add New Bid Item # 26 — place medium bark along the back side of the sidewalk. This is a lump sum cost
to prep area and remove all rocks and vegetation before beauty bark is placed, install a total of 50 CY of
bark installed in place, including all cost for labor, equipment and materials. — New unit cost for this bid
item is $2,750.00 per Lump Sum. The quantity is 1 Lump Sum.
The total change amount for this item is an increase of $2,750.00.
Net Changes to the Bid Schedute A— 21st Avenue Sidewalks Improvements project - S 314th
Street to S 316th Street
Change
Bid Change Item
Item Descri tion Quantit Unit Unit Cost Total
25 Connect wiring for the electrical ou�let on the luminaire
ole 1 LS $1,750.00 $1,750.00
26 Place medium bark alon the back side of the sidewalk 1 LS $2,750.00 $2,750.00
Total this Change Order $4,500.00
The time provided for completion in the Contract is � Unchanged ❑ Increased ❑
Decreased. 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
�
,e Order No. 1 continued
If "Yes" Will the Policies Be Extended?
❑ Yes ❑ No
2 of 2
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..
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
NEW CONTRACT AMOUNT
`S SIGNATURE
11
$ 149,882.00
$ 0
$ 4 500.00
$ 154,382.00
�os CARY ROE P .E., SIGNATURE DATE
DIRECTOR OF PARKS PUBLIC WORKS AND
EMERGENCY MANAGEMENT
RETURN TO:
EXT: 2���
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTIN�'r FORM.
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Jri 4Q.Q�v'
2. ORIGINATING STAFF PERSON:� EXT: � 3. DATE REQ. BY:zI ����
4. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.Cx, RFB, RFP, RFQ)
�PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
O PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
O REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS}
O ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (ACY#): ❑ INTERLOCAL
0 o�R� I I-1 D3
5. PROJECT
6. NAME OF
ADDRESS:
SIGNATURE
J
; tl{� Co�fi��'a�
� s3-
7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE 0 ALL
OTI�R REFERENCED E IB� ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ' ❑ L �P OR CONTRACT/AMENDMENfS
CFW LICENSE # ��'�d��/�b '�L- BL, EXP. 12/31/� UBI # ��� �7� 7 a�, EXP. �/�/�
TERM: COM1vIENCEMENT DATE: COMPLETION DATE: v�AOri C� ,�,. ; ���a mH Gyo
� s
TOTAL COMPEIYSATION: $ `7 T/ ��jZ a Q D (INCLUDE EXPENSES AND SALE3 TAX, IF ANY�
(IF CALCULATED ON HOURLY LABOR CHARG� - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY Re�TES)
REIMBURSABLE EXPENSE: ❑ YES �(NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: o YES I� NO IF YES, $ PAID BY: ❑ CONfRACTOR,:`� CITY
y9 PURCHASING: PLEASE CHARGE TO: 3 D Z".��t�f� —�' �/ Q—�f3�j — -- ��'�
10, DO UMENT / CONTRACT REVIEW
- �PROJEC'C MANAGER
� �f DEPUTY DIRECTOR
� � DIItECTOR�CC �
O E)
��(� �LAw DEPT
11. COUNCIL APPROVAL (IF APPLICABLE)
IIdITIAL / DATE RE [EWED
w` ,..
�
i� � �
COMMITTEE APPROVAL DATE: � � �
��4 � �
COUNCIL APPROVAL DATE: � f I
.
12 . CONTRACT SIGNATURE ROUTING � o-/ / �
��Q ENT TO VENDOR/CONTRACTOR DATE SENT: 7! y�6 � DATE REC'D: "�
�ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, E��iIBITS
yI ��Law DE�r
O SIGNATORY (MAYOR OR DIRECTOR)
❑: CITY CLERK
❑ AssiGrtED AG #
❑ SIGNED COPY RETURNED
❑ RE'r[JxN O1vE OIUGII�LAI.
MMENTS:
,........., a 2 a n,........ . .. � . .
I ' / DATE SI NED
- " �� -
� '
ACr# -
DATE SE1�tT: —1 '1
�
CJR IG i NAL CC�NTRA�T # 1
CITY OF �
Federai Wa .
y
BID AND CO/YTRACT �CUMENTS'
AND
SPECIFICATIONS �
I�OR
20�' AVENUE SOI�Tt�i SID�EWALK IMPROVEMENTS PRO�E�7'
(S 314 STREET TO S 3�6 STREET) �
RI�B �# 11-1 D3
City of Federa/ way
P[/BLIC WORKS DEPARTME/VT
333ZS Eighth Avenue South
l�e�lera/ Way, WA 98�03
Mai/fng Addr�:
City ofl�edera/ Way
PUBLIC WORKS DEPARTI�ENT
Federa/ Way, Wi4 98003-6325
.;
SPECIAL ME�BTIl�tG OF T,I� DIItECTORS ,"
AND SHAREHOLDERS OF � . •
T'YE MILLER., INC.
Ma�h 2, 20Q6 `
The special me�ng of t1� Board of Directors of Tye Mille� I�., � Waa�
Corporation, was held on the Q2� day of March 2006 at the �on office a� 19950
SE Cn�en Valley Road, Washington, imnuediately following the adjou� of the
Stockh�olders' m�ing. Present were 'Ty�e .A. Brown, and Cha�les G. Bmwn, beipa�g �tl of �
We Dire�tors of d� C'oiporation. Tye A. Brawn a�ted as C� and Cl�arles G.
Brown �cted as See�ary af thc Metxing. .
Nomination of Qfficers for the ensuin8 Y� �8 October 3I, 2005, we�e tban
had. The following nominations wer�e made aad s�conded for tb�e �spective offiex�, ta �
wit:
Presideat i� Tye A. Browa -
Socsetaiy is Charles G. Bmwn
There being no other nomi,nations, upon inotion made aad seconded, the �
nominatians were declared closed. TherCUpon, the nominees were u�nanimaausly el�ted �
to the Office of Officss to which each had been nominated.
It was daclared that both Ty�e A. Brown and Charles G. Brown have aut�pvrifiy to
sign any dc�cum�ts on behalf of the corporation. Ther�e being � furtha bu� ta
come before 1� �ded motion, the me�ing was 'oun� �
_
t�TTEST: ��l ,A � _
of tl�e Me�teng
�v,rr
Notary Public:
Subsc�ibed and swom before me this day of , 2006.
,
Notary Public
My cammission expires:
� ;;
.�
BID A`I�D CONTRACT DOCUME�VTS AND SPECIFICi4T�ONS
FOR
20T" AVENUE SC�UTH SID,EWAL'K IMPRO'1�EMENTS PROJECT
(S 314 S'TREET T4 S 316�" STREET) •
RI�B # Z1-103
Bids Accepted Until 10:00 a.m., Aprii 7, 2011
Bitls 4pened 10:10 a.m., April 7, 2011
AT:
City of Federal Way
City Council Cham:bers
33325 Eighth Avenue South
Federal Way, �1IA 98003
Prepared By:
CITY OF FEDERAL WAY, WASHINGTON
PUBLIC WORKS DEPARTMENT
,
Cit�+ of Federrnl Way
20 Ave S Sidewallc Improvements Page 2
RFB ver. 1-08
RFB # 11-103
�011
a
i�
CITY OF FEDERAL WAY
�REQUEST FOR BIDS
20'" AVEI�I�E S SIDEWALK IMPROVEMENTS PRO]ECT
LS ,31�L'� STI�EET TO S�16 EET� RF8 # 11-103
SUBMITTAL OF SEAL�D BIDS:
Mo�ioe is hereby given that the City of Federal Way, Washtngton, vvil� receive .sea{ed bids fihrough
�lpril 7, 20i1, unt�l 10:00 a.m., at the City HaH Purchasing Ofiace or by US Ma� at C�iy of Fec�ral
Way, Purct�asing (3ffic:e, 33�a5 8�' Avenue South, Federal Way, Washingtor� �98003. Proposa�s
received after 10:00 a.m. on said date v�ill not be cansidered. :
. �_4PENING:
AII bids wi4F be opened and read public�y aloud at 10:10 a.m. on Thursday, Aprii 7, 2011, at the City
Cauncil Chambers, Federal Way Gty H�II, 33325 8�' Avenue South Federal Way, Washington, for `
this RFB.
�kil bid proposals shall be acrnmpanied by a bid deposit by a,cashier's or cer�fl+ed chedc, or Bid
Bond in an amount equal to five percent (5°y6) of the amount of such bid proposal. ShoWd t�e
successful �bidder fail to enter into a contract and furnish satisfacbory Performance Bor�i w�tir� the
time stated in the specif�caUons, the bld deposit or bond shall �be fc�eited to ti� City of Federal
Way.
I ,
�
� '
I '
I '
�ESCRIPTION OF 1NORK: �
This praject shall c,onsist of: �
This pro�ect shaH con�ist of improvemen#s to 20"' Avenue South: S 314�' Street to S 31fi'�" Street.
Improvernents will include construction of a new s�dewa�k 'between S 314�' Stre�t ar�d S 316"'
Street. The c�nstruction includes rernoval ofi e�asfing sidewa���, anc� iandscaping, grading, retaintr�g
wails, sidewalks, propert.y restoration, il�umina�ion, fesstival lighting, and street trees.
The Contracbor shall complete all wor.k v�lthin 40 working days.
TMe bidder �is urged to check the plans and contrack provi�ions care�fuuNy.
All bid proposals shaN be in accordance with the Instructioras ta Bidders a�d �il a�er �c�ratract
documents now on �iie in the Purchasing O#�"ice of the City of federa�l Way. Bid documer�ts may be
obtained from the Purchasing �Department at (253) 835-2�26. Any question.s a�nr.eming the
desc�ption of the worlc c�ontainetl in the�contract documents must be ctirected bo 7oFm �ulkey, P.E.,
Str+eet S'�tems Project Engineer, by facsimile at (253) 835-�709, or #�y letter a�lres�d to John
Mu�Cey, P.E., Street Sys6ems Project Engineer prior to bid opening date.
PURCHASE OF BID DOCltN1��N_'!�:
8idders r�ay purchase copies of the Bidding Dacuments (hal� size .plans) in persor�, or �by r�ai{►ng a
TweMy-Five and no/�00 DoNars ($25.00)� (non-ref�n�able) check or cas�iers' check payable #o the
City of Federal Way, 33325 8�' Aven�e South, Federal Way, WA 98003-6325, phone (253) 835-
2526. If pwrchasing by mail, please irrdicate your request for Bidding Docwments fnr RFB #11-103,
20�' Avenue S Sidewalk Improverr�ents �Project (S 314th Street to S 316"' Street).. Informa�onal
copies of rraaps, plans, and sp��cations are available for review at the Public Works Depar#ment,
Federal Way City Mall, 33325 8�' Avenue South, Federal Way, Washington.
ei� ofF�a� way
20 Ave S Sidewalk Improvements
RFB ver. 1-08
Page 4 �
RFB # 11-103
ZO11
'
'
�
'
u
,
I �
�
�
'
'
Bidding Documents are also available for review at the fol,lowing Plan Cer�ters:
Seattle Daily ]ournal of Commerce, Attn: Plancenter.com, 83 Columbia St, Suite 200,
Seattle, WA 98104
McGraw Hill, 200 SW Michigan St, Suite 100A, Seattle, WA 98106
McGraw-Hill Construction Plan Center, 3600 Port of Tacoma Rd. #209, Tacoma, WA 98424
Valiey Pian Center, 10002 Aurora Aven�t�e North, #36, PMB 334, Seattle, WA 98133
Reed Construction Data, 30 Technology Parkway South, Suite 500, Norcross, GA 30092
Bu�ilders Exchange of Washington, 2607 Wetmore Averrue, Everett, WA 98201
Daily Joumal of Commerce Plan Center, 921 SW Washington St, Suite 210, Portland, OR 97205
Contractor Pian Center, 14625 SE 82" 'Drive, Clackamas, OR 97015
Contractor's Resource Center, 2301 So Jackson Street, Suite 101B, Seattle, WA 98144
Isqft Plan Room, 2606 2nd Ave #244, Seattle, WA 98121
The �ty, .in accordance with Title VI o.f the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d
to 2000d-4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary,
Part 21, Nondiscr�mination in Federally-assisted prograrns of the Department of Transportation
issued pursuant to such Act, hereby notifies. all bidders that it will affirmafively ensure that Fn any
contract entered into pursuant to this advertisement, disadvantaged business enterprises as
defined at 49 CFR Part 23 will be afforded full opportunity to submit bids in �response to this
invitation and witl not be discriminated against on the grounds of race, color, national origin, or sex
in consideration for an award. The City encourages minority and women-owned fiRns #o submit
b.ids consistent with the City's policy to insure that such firms are afforded the maximum practicable
opportunity to compete for and obtain public contracts.
The Contractor will be required to com,ply with all :local, State, and Federal laws and reguiations
perta�ining to equal empioyment opportunities.
The �ty anticipates awarding this project to the successful bidder and intends to give Noirce to
' Proc�ed as soon as the Contract and all required associated documents are executed in full.
However, regardless of the date of award, or Notice to Proceeo; the Contractor must complete all
work under this project by August 31, �011.
�J
'
,
��
�
'
'
'
'
RESERVATION OF RIGHTS: ,
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 fortl� in
the bid documents. 'No bidder may withdraw his bid after the hour set for the opening thereof
unless the award is delayed �for a period exceeding thirt.y (30) days.
Dated the
Dates of Publication:
day of , 2011.
Daily ]ournal of Commerce: March 19, 2011
. March 26, 2011
Federal Way Mirror:
Cit� of �ederal Way
20 Ave S Sidewalk Improvements
RFB ver. 1-08
Page 5
March 19, 2011
March 26, 2011
RFB # I 1-103
2011
B3DDER'S CHECKLIST
The bidder's attention is especially calied to the following forms, which must be executed in full as
required and submitted as part of the bid. Failure to comply shall result in rejection of any bid not
so complying.
Bi (Attachment B) .
The Bid Form shall be completed and fully executed, inc4uding filling in the total bid amount.
Bid Schedule (Attachment C)
The vnit p.rices shall be set forth in the space provided.
Bid Signature Page (Attachment D)
The �Bid Signature Page shall be filled in and futiy executed by the bidder.
Bid Bond Form (Attachment E)
u
0
■❑
�
, This form is to be executed by the bidder and the surety company unless a certified check is
submitted with the bid. The amount of this bond or certified check sha�i not be less than
five percent (5%) of the total bid amount and shall be shown in both words and figures.
� ❑
�
❑
�
' �
� �
'
' ❑
,
'
�
'
�s��ntractor List (Attachment F)
The Subcontractor List shall be fitled in by the bidder. (This section may/may not apply)
Combined Affidavit and Certification For�n (Attachment G)
This form must be subscribed to and swom before a Notary Public and notarized.
�etractor's Comuliance S �ement (Attachment H) �
The Contractor's Compliance Statement shali be filled in and fully executed by the bidder.
�etractor's Cerl�ticate of Reaistration
The bidder shaN provide a copy of Car�tractor's current registration with tMe State of
Washington.
Contractor's State Identifira#ion Numbers
The `bidder shali provide a copy of Contractor's current state unified business identifier
number and, as applicable, an employment security departrnent number and state excise
tax registration nurr�ber.
Cit�y of Federal Way
20 Ave S Sidewalk Improvements Page 6
RFB ver. 1-08
RFB # 11-103
2011
SUCCESSFUL BIDDER'S CHECKLIST
The following documents .are to be executed and delivered to the City within ten (10) calendar days
after the Bid �is awarded:
❑ Public Works Coptract (Attachment I)
The successful bidder will fully execute and deliver to �the City the 20 AVENUE S SIDEWALK
IMPROVEMENT'S PRO]ECT(S 314 STREET TO S 316 STREET) Public Works Contract
("Contract") from these Bid Documents.
❑�
�❑
�❑
��
U
Contractor's Retainage Agreement (Exhibit C)
The successful bidder w�ll fully execute and detiver to the City the Contractor's Retainage
Agreement.
Notice to l.abor Un�ions or Other Employment Oroanizations Nonc�iscrimination in
Em I�oyment (Exh�bit E)
If this applies, the successful bidder will sign and post copies of ii�is Notice in conspicuous
places availabte to employees or appiicant for employment.
Certi�jcate of Insurance (Exhibit P)
The successful bidder will provide a Certificate of Insurance evidencing the insurance
requirement set forth in the Contract.
Performance/Payment Bond (E�chibit G)
The successful bidder will provide a fu'lly execu�ted Performance/Paymer�t Bond as
appropriate.
Business License
The successful bidder will provide a copy of a current Business License with the �ty of
Federal Way. � .
Cit� of Federal Way RFB # 11-103
20 Ave S Sidewallc Improvements Page 7 2011
RFB ver. 1-U8
�u
��
'
�
�
�
,
�
'
�� �.�_ � l �► K�_ i • : � e
1-1 Time and Plaae for Submission and Opening of Bids
Sealed bids must be submitted by 10:00 a.m. 'local time on April 7, 2011, to the Purchasing
OfFce of the City of Federal Way (the ��City'�, located on the second floor of �ty Hall, or
received by US Mail at City of Federal Way, Purchasing Office, 33325 Eighth AvenWe S,
Federal Way, Washington, 98003-6325, and will be publicly opened and read aloud in City
Hall, City Council Chambers on Aprii 7, 2011, at 10:10 a.m. local �rne.
The City's :Purchasing Coordinator must receive the sealed :bid before the time and date
specified in order to be considered.� Telex or facsimile bids will not be accepted. The bidder
accepts ail risks of late delivery of mailed bids or af misdelivery regardless of fault. Late
bids will be returned unopened.
If, after reviewing this document the bidder chooses not to submit a bid, the bidder may
complete and return the "No Bid Response Form" provided as Attachment ��A" by the date
and time indicated above.
i-2 Bid Form
Bids shall be made on the "Bid Form ; Attachment "B" issued by the City as part of these
contract documents, w�thout reservation or amendrnent. B'rds must be fiypewritten or
printed in ink. Upon cornpletian, the Bid Form and the bid bond or certifled check and any
requested information shall be placed in a sealed envelo,pe. On the outside of the envelope,
place the bid name, bid number and the time bids are due.
, 1-3 Bid Signature
�
,
�
'
'
'
�
i
�
All bids shall give the total bid price and shall be signed in ink by the bidder or their
authorized representative, with the address. If the bid is made by an individual, the name,
signature, and address must be shown. If tfie bid is made by a frm or partnersMip, the
name and address of the firm or partnership and the signature of at least one of the general
partners rnust be shown. If the bid is made by a corporation, the bid shall show the title of
the person authorized to sign on behalf of the corporation, his or her title and the address.
The City reserves the �ight to request documentation showing fhe authority of the individual
sign:ing the bid to execwte contracts on behalf of anyone, or any entity, other than
himself/herself. �Refusai to provide such information upon request may cause the bid to be
rejected as nonrespansive.
1-4 Bid Withdrawal Due to Error
Bids may not be withdrawn due to a claim of error in a bid unless written no�ce of such
claim and supporting ev�dence for such claim including cost breakdown sheets are de�ivered
to the City within forty-eight (48) hours prior to the opening of bids.
i-5 Modificat�on of Bid
A modifica�ion of a bid already received will be considered only if the modification is
received prior to the time announced for bid opening. All modifications shall be made in
writing, executed and submitted in the same form and manner as the origi�nal bid.
Cit� of Federal Way
20 Ave S Sidewalk Improvements Page S
RFB ver. 1-U8
RFB # 11-103
2011
'
� i-6
■
,
�
1-7
,
,
�
�
�
'
�
'
�
,
'
( ..'
Examination of Bid and Contract Documents — Bidder Re.sponsibilities
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 and has reviewed and inspecked all applicable federal, state and Iocal 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 exarnine such
documents, statutes, regulations, ordinances or resolutions shall in no way relieve the
bidder firom any obligations with respect to the bidder's bid or the contract documents. No
claim for additional compensatian will be atlowed which is based upon a lack of knowledge
of any contract docurr�ents, statutes, regulations, ordinances or resolutions. Bidders shall
visit delivery and service locations(s) as required. Bidders shali become farniliar with and
verify any environmental factors, which may impact current or future prices for this
requirement.
Interpretation of Bid and Contract Documents
�No oral interpretations w�il be made to any bidder as to the meaning of the bid or contract
documents and no oral corYrmunications will be binding upon the �ty. Requests for an
interpretation shail be made by facsirnile, or by mail and delivered to the Purchasrng
Coordinator of �e City at the address indicated in Secdon 1-1, at least ten (10) days before
the date announced for opening the bids. Any interpretation deemed necessary by the City
wiil 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. Atl
such addenda shail become part of the bid.
1-8 Addenda
Each bid sha'll include acknowiedgmerat of receipt and review of al� addenda issued during
the bidding period on the Bid Form.
1-9 Bid Price
The bid price shall include evetything necessary for the completion of the contract including,
but not limited to, furnishing all materiais, equipment, tools, freight charges, facilities a�d a�l
management, superintendence, labor and service, except as may be provided otherwise in
the contract documents. Ali Washington State sales tax and ail other government
taxes, assessments and charges shall be included �in the various Bid item prioes
as .required by law. The offer shall remain in effect ninety (90) days after the bid
o.pening. In the event of a discrepancy betw�n a unit price and an extended amount
a�nd/or the total price, the unit price will govern and the extended amount and/or total price
wi41 be corrected accordingly. However, downward correction of a�bid, which would displace
the apparent low bidder, will orrly be permitted if the error made ar�d the intended bid price
can be determined solely.from the bid documents.
1-10 Postponement of Bid Opening
The City reserves fhe right to posfipone the date and time for the opening of bids by
announcing such postponement at any time ;prior to the date and time announced i� tMese
documents.
Cit�y of Federal Way
20 Ave S Sidewalk Improveme�ts Page 9
RFB ver. 1-08
RFB # 11-1U3
2011
�
LJ
J
il
1
�
'
�
�
1-11 Rejection of Bids
A. The City reserves the right to reject any bid for any reason including, but not lirnited to,
the following: any bid which is incomplete, obscure, irregular or lacking necessary detail
and specificity; any bid which omits a price on any one or more iterns on the Bid Forrn
and Bid Schedule; any bid in which prices are unbalanced in the opinio� of the City; any
bid accompanied by ins�fficient or irregutar �bid bond; any bid from bidders who (in the
sole judgment of the City) lack the qualificatior�s and/or responsibility necessary to
perform the work after considering the elements in Section 1�14.6; any bid for wfiich a
bidder fails ar neglects to complete and submit any qua�lifications information within the
time specified by the �ty and as may be otherwise required herein; and, any bid
subrnitted by a bidder who is not registered or licensed as may be required �by the laws
of the State of Washington.
B. 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.
i-12 Alterations to Documents Prohibited
Any addition, lirnitation or provision attached to the bid may render it informal or
nonresponsive and cause its rejection. Alteration by erasure or interlineations must be
explained or noted in the bid form over the signature of the bidder. No oral, telegraphic or
telephonir bids or modifications will be considered.
1=13 Disquali�cation of Bidder
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 w�ll be considered. All bidders are
requi�red to submit the Affidavit of Non-Collusion (Attachment G) with their bids.
, 1-14 Evaluation of Bids
It is the intent of City to award a contract to the lowest responsive bid by a responsible
' bidder as evaluated by the City. The bidder may be rec}uired by the City to submit
documentation demonstrating compliance with the criteria.
' A. Responsiveness — The bidder must complete all required forms and bid documents and
provide all required and requested Fnformation. Refusal to provide such information
may cause the bid to be rejected. The �ty will consider all the material submitted 'by
' the bidder to deterrnine whether the bid is in comp'liance wi�h the bid terms and
documents and responsive to the requested work.
' B. Responsibil�ity — The City will consider all the material submitted by �the bidder, and other
evidence it may obtain including information from previous project owners, to determine
whether the bidder is responsible. The bidder rnust meet the foltowing bidder
' responsibility criteria and supplemer�tal bidder responsibility criteria to be considered a
responsible bidder:
1
'
1. Mandatory Bidder Responsibility Criteria
Cit� of Federal Way '
2U Ave S Sidewa�k Improvements Page 10
RFB ver. 1-08
RF'B # 11-103
2011
'
'
'
'
C
u
�
,
��
,
L_ J
C I
C �
C�
��!
�
'
Il
'
a. Have a current certificate of registralaon as a contractor in compliance with
chapter 18.27 RCW, which must have been in ef�ect at the time of bid
submittal;
b. Have a current Washington Unified Business Identifier (UBI) number; �
c. If appl�cable:
i. Have I�ndustria�l Insurance (workers' compensation) coverage for the
bidder's employees work�ng in Washington, as required in Title 51
RCVU;
ii. Have a Washington Employment Secu�ty Department nu�mber, as
required in Ttle 50 RCVV;
iii. 'Have a Washington Departrnent of Revenue state excise tax regisbation
number, as required in Title 82 RCW;
d. Not be dfsqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3).
2. Supplemental Bidder Responsibility Criteria
a. The bidder sha'll not have a record of excessive claims filed against the
retainage, payment, or performance bonds for public works projects during
the �previous three years, that demonstrate a lack of efFecfive management
by the bidder of making timely and appropriate payrnents to its
subcontractors, suppliers, and workers, unless there are extenuating
circumstances acceptable to the City.
b. The bidder shall ha e a reasonable history of suecessfully completed projects
of a similar size a d scope as required by the contract documents for this
project. The City will evaluate whether the projects were "successfully
completed" and of "similar size and scope."
c. The �bidder shall h ve evidence that it is able to begi�n and complete the
work, and com it in a timely fashion.
d. Not be disqualifled for bidding on any public works contcact under RCW
36.06.010 or 36.12. 65(13).
3. As evidence that the bidder meets the supplemental bidder responsibility criteria in
paragraph (B)(2) above, the apparent low bidder must submit the following
documentation to the City wi�in 48 hours of the bid opening. The City reserves tMe
right to request such documentation from other bidders al�o. Refusal to provide such
ir�formation upon request may cause the bid to be rejected.
a. The bidder sfiall submit a list of the p�rbiic works projects completed within
the previous three years and include for each project the following
Fnformation; the owner and contact information for the owner; a list of claims
filed against �he retainage, payment, or performance bond for any of the
projects 4isted; a written explanation of �the circumstances surrounding each
clairr� and the ultimate resolution of the claim.
b. The bidder shall subm� a list of projects af similar size and scope to this
project and rnclude informa�on abo�t each project, including the foClowing:
the owner and contact information for the owner; the awarded contract
amount; the final contract amount; a description of the scope of the project
- and how the project ,is similar to this project; �the bidder's assessment of its
, perforrnance of each project. The information should i:nclude any information
rega.rding perFormance in the following areas• quality control; safety record;
time4iness of performance; use of skilled personnel; management of
subcontractors; availability of and use of appcopriate equipment; compliance
Cit�+ of Federal Way
20 Ave S Sidewa�k Impmvements Page 11
RFB ver. 1-08
RFB # 11-103
2011
'
'
C��
u
II
ll
�
u
'
�
C
LJ
['�
,
with contract documents; management of submi�ttais process, change orders,
and close-out.
c. The bidder shall furnish accepfiable evidence of the bidder's current ability to
perForm, such as firrn commitments by subcontractors, equipment, supplies
and facilities, and the bidder's ability to obtain the necessary personnel.
4. If the City determines the bidder does not :meet the bidder responsibility criteria in
paragrap.h (B)(2) above and is therefore not a responsible bidder, the City shall
notify the bidder in writing with the :reasons far its determ�ination. If the �bidder
disagrees with this determination, it may appeal the determination within 24 hours
of receipt of the City's determination by presenting additional information to the City
and meeting the requirements of section 1-20(B). The �ty will consider the
additional information before issu�ng its final determination. If the flnal
determination affirms that the bidder is not responsible, the City will not execute a
contract with any other bidder until two business days af�er the bidder determined to
be not responsible has received �the final deterrnination.
C. Lowest Bid — The lowest bid sha:ll be determined as set �forth on the Bid Form.
The acceptance of a bid will be evidenced by a Notice of Award. No other act of the City
shall constitute acceptance of a bid. Wlthin ten (10) days af�er receipt of Notice of
Award, the bidder whose bid is auepted, sha�i fumish the required performance bond,
certi�lcate of insurance, execute the contract ar�d perForm all other acts required by the
bid and contract documents as conditions precedent to formatiora of the corrtract. �
1-15 Procedures When Only One Bid is Received
In the event only a single responsive bid is received, the City reserves the right to conduct a
price and/or cost analysis of such :bid, The sole bidder shall provide such infocmation, data
and other documentation as deemed necessary by the �ty for such ana(ysis. The City
reserves the right to reject such bid.
i-16 Bid Documents
Bidders are required to submit with the bid package the following:
A. AttachmentA— No Bid Response Form, if applicable.
B. Attachment B Bid Form.
C. Attachment C— Bid Schedule.
C'�
�
D. At[achment0— Bid Signature Page.
E. Attachment E— Bid Bond Form.
F. Attachment F— Subcontractor List. (May Not Apply)
,
'
�
G. � At[�iment G— Combined Affidavit and Certif�cation Form.
H. Attachment H— Contractor's Compliance Statement.
c�� ofF��i way
20 Ave S Sidewalk Improvements Page 12
RFB ver. 1-08
RFB # 11-103
2011
'
'
1-17 Conflicts of Interest and Noncompetitive Practices
By submitfing a bid, the Contractar agrees as follows:
I'I
L�'
'
�
'
'
L _�J
L
I
C
'
CI
C�
'
�
'
�
'
A. Conflict of Interest — That it has no direct or indirect pecuniary or proprietary interest,
that it sharl not acquire any interest which conflicts in any �manner or degree wl�h the
work, services, equipment or materials required to be perForrned 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 hereafiter
acquires such a conflict of interest, it shall immediatety 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.
B. Contingent Fees and Gratuities
1. That no person or sellFng agency except bona fide empioyees or designated ager�ts or
representatives of the Contractor .have been employed or retaFned to solicit or secure
this contract with an agreement or understanding fihat a cornmission, percentage,
brokerage, or contingent fee would be paid; and
2. That no gratuities in the forrn of entertainment, gifts or otherwise, were offered or
given by the Contractor or any of �ts age�ts, employee� or representatives, to any
official, member or employee of the City or other governmerrtal agency vuith a view
toward securing this contract or securing favorable treatment with respect to the
awarding or amending, or the making of any determination with respect to the
perFormance of this contract. .
1-18 Bid Security
No bid wNll be considered unless accompanied by either a cashier's or certified check in an
amount equal to five percent (5%) of the Total Bid Price as indicated on Attachment B, "Bid
Form', or a bid bond in the form of Attachment E or a letter of credit for a like amount. The
check or bond shall be payabie to the City; it sha11 be forfeited as fixed and liquidated
damages i�n case the bidder fails, negiects or refuses to enter into a rnntract for the faithful
performance of said work (including the providing of any evidence of insurance arad/or
performance bond required herein), in the event the contract is awarded to fihem, within ten
(iQ) days after tfie award is made. If a bid bond is submitted in I�eu of a check, it shall 'be
executed by a corporate surety authorized to transact business in the State of Washington
and in the form pres�ribed i�n Attachment E, "Bid Bond". If a letter of credit is offered in Iieu
of a check or bidder's bond, it shall be issued as an irrevocable documentary letter of credit
drawn on a banking institution licensed to do business in the State of Washington. The
letter of credit shall inc�ude instruction and provisions prescribed in Attachment E, "Bid
Bor�d". Any questions as to the qualification of the banking ir�stitution or instruction shall be
submitted to the City at least ten (10) days prior to the bid submittal date. The check,
bidder's bond or letter of credit shall be a�tached to the bid form.
The City further reserves the right to hold all bids (and the accompanying �bid security) from
the date of the bid opening until the contract and any ;performance/payment bond are
executed, provided that such period does not exceed ninety (90) days, and each bid shall
remain ef�ective during that period.
Cit� of Federal Way
20 Ave S Sidewallc Improvements. Fage 13
RFB ver. 1-U8
RFB # 11-103
201I
'
��
'
,
C
,
u
,
I� J
�'
'
l_1
C�
1-19 Performance/Paymen# Bond
The bidder to whom the �'ty has awarded this Contract will remove the
Performance/Payment Bond (Exhibit G) attached to the Public Works Contract and deliver it
to the City fully executed by the bidder and a surety company �n the amount of one hundred
percent (100%) of the contract price as security for the faith:ful performance of the work
incl�ding the payment of all �persons fumishing materials and peiforming labor on the work
and all pay�nerats arisi�g from the performance of 1fie work due fihe State of Washington
pursuant to Titles 50 and 51 RCW. Suah bond must be executed by a duly licensed surety
company, which is registered with the Washington State Insurance Commissioner, and the
surety's name shall appear in the currer�t Authorized Znsurance Company List in the Sate of
Washington, pub'lished by the Office of the Insurance Commissioner. The scope of the
Pertormance/Payment Bond (Exhibit G) shall in no way affect or aiter the tiabilities of the
Contractor �to the City under Section 8"Indem-nification" of the Public Works Contract.
The City may require the surety company to appear and qualify itself upon the bond. If, at
any time, the City determines in its sole judgment that the surety company is insufficient,
the City may require the Contractor to fumish additional surety in fiorm and arrangement
satisfactory to the City and in an amount not exceeding that originaFly required. The
Contractor shall submit a performance bond complying with �e �requiremerrts of this
paragraph within ten (10) days after the award is made. Payments will not be made on the
Contract until sufficient surety as required is fumished.
1-20 Bid Disp��be
A. Any actuai or �prospective bidder, inctuding sub-contractors and suppliers showing a
substantial economic interest in this cor�tract who is aggrieved in connection with the
solicitation or award of this contract, may protest to the �ty in accordance with the
procedures set forth �herein. Protes�s based on the specifications or other terr�ns .in the
contract documents, which are apparent prior to the date established for submittal of
bids, shall be submitted not later than ten (10) calendar days prior to said date, or shall
be deemed waived. Afl other protests shall be accepted oniy frorn actual bidders and
shall be submitted within five (5) calendar days after the aggrieved person knows or
should have known of the facts and circumstances upon which �he protest is based;
provided, however, that in no event shall a p.rotest be considered if all bids are rejected
or after the award of this contract.
' B. In order to :be considered, a protest shall be in writing and shall include: (1) the name
and address of the aggrieved person; (2) the RFB nurnber and contract title under which
the protest is submitted; (3) a detailed description of �he specific grounds for protest
, and any supporting documentation; and (4) the specific ruling or relief requested. The
written protest shall be addressed to:
' City of Federa�l Way
33325 8"' Avenue South
- Federal Way, Washington 98003-6325
' Attention: Bid Protest -- 20 Avenue S Sidewalk Improvemenfis Pro�ect
�S 314"' Street to S 316"' Street) RFB # 11- 103
LJ
u
Cit�y of Federal Way
20 Ave S Sidewallc Improvements Page 14
RFB ver. 1-08
RFB # 11-103
2U11
'
'
��
�I
C
,
'
�'
C l
,
�
�
C. Upon receipt of a written protest, the City will promptly consider the protest. The City
may glve notice of the protest and its basis to other persons, including bidders involved
in or affected by the protest; such other persc�ns may be given an opportunity tio submit
tfieir views and relevant information. If the protest is not resolved by mutual agreement
of the aggrieved person and the City, the City will promptly issue a decision in writing
stating the reasons for the action taken and informing the aggrieved person of his or her
right to appeal the decision to the Mayor or his or �her designee. A copy of the decision
shall be mailed (by certified mail, return receipt requested) or otherwise ; promptly
furnished to the aggrieved person and ar�y other interested parties who requested a
copy of the decision. The decision will be considered frnal and conclusive unless
appealed within �five (5) calendar days after receipt of the decision to the Mayor or �his or
her designee. if the decision is appealed, then the subsequent determination of the
Mayor or his or her designee shail issue within five (5) days of the Mayor's receipt of the
appeal and shall be final and conclusive.
D. Failu�re to comply with these protest procedures will render a protest untimely or
inadequate and shall result in rejection thereof by the City.
�� ' �_ � ���i _ �. ' u :� � •► o_�_! •1
2-�. Administra#ion
This contract will be between the City and the Contractor who will be responsible for
delivering all equipment and perfarming all work and services described herein. The City is
not party to defining the division of work between the Contractor and the Contractor's
subcontractors, if any, and the specifications have not been written with this intent.
The Contractor represents that it has or will obtain all personnel and equ6pmerrt :required to
perform the services hereunder. Such personnel sha�l not be employees of the City.
The Contractor's perfor:rnance under this contract will be mon�tored arrd reviewed by ]ohn
Mulkey, P.E., Street Systems Project Engineer. Questions �by the Contractor regarding
interpretation of the terms, provisions and requirements of this contract shall be addressed
to ]ohn Mulkey, P.E., Street Systems Project Engineer, for response.
' 2-2 Proof of Complianae with Contract
In order that. the City may determine whether the Contractor has cornplied with the
' requ�rements of the contract documents, the Contractor shall, at any time when requested,
submit to the �ty properly authenticated documents or other satisfactoty proofs as 'to the
Contractor's compliance with such requirements.
�J
'
'
'
��
2-3 Contract �Documents and Preoedence
The documents embodying the legally binding obligations between the City and the
Contractor for completion of the work consist of the foAowing: The Gty's Request for $id,
Bid Form, Bid Signature Page, Instructions to Bidders, Bid Bond, 20�' Averrue S Sidewa'Ik
Irnprovements Project (S 314"' Street to S 316 Street) Contract, General Contractua�l Terms
and Conditions, Contractor's Compiiance Statement, Combined Affidavit and Certification
�Form, Technical 5pecificataons, Addenda and Change Orders, and the 20"' Avenue 5
Sidewa�lk Improvements Project (S 314"' Street to S 316"' Street) Special Provisions. The
Oit�+ of Federal Way
2U Ave S Sidewa�k Improvements Page 15
RFB ver. 1=08
RFB # 11-103
2011
,
,
'
2-4
'
,
' 2-5
'
�
'
'
,
'
'
contract documents are intended to be complementary so that what is required by any one
of them shall be as binding as if called for by all of them. In the event of any conflicting
provisions or requirements within the several parts of the contract documents, the City will
issue an interpretation regarding the controlling provision, which interpretation sfiall be
�binding.
Charges � Contrac�ur
Charges which are the obligation of the Contractor under the terms of the contract shall be
paid by the Contractor to the City on dema.nd and rnay be deducted by the City from any
money due or to become due to- the Contractor under the contract and may �be recovered
by the City from the Contractor or its surety. ,
Change Orders
The City may, at any time, without notice to the sureties, by written order designated or
indicated to be a cha�nge order, make any change in the specifications within the scope of
this contract. Oral orders wil'I not be binding on the City unless confirmed in writing by the
�ty. Except as provided herein, no order, statement, or conduct of fhe City wi41 be treated
as a change hereunder or will entitle the Contractor to an equitabie adjustment.
If a,ny change hereunder causes an increase or decrease �n �he Coratractor's cost of, or time
required for, the performance or any part of the work under this contract, an equitable
adjustrnent will be made and the contract modifed in writing accordingly. However, no
claim will be atlowed for any costs incurred more than five (5) days before the Contractor
gives written notice as required.
If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall,
within fi�e (5) days after receipt of a written change order form from the �ty or after giving
the City the written notice required above, as the case may be, submit to the �ty a written
statement setting forth the general nature and monetary extent of such claim; provided the
City, in its sole discretion, may extend such five (5) day submifital peria! upon request by
the Contractor. The Contractor shall supply such supporting documents and analysis for the
claims as the City may �require to determine if the claims and costs have merit.
No claim by the Contractor for a�n equitab{e adjustment hereunder will be allowed if asserted
after fnal payment under this con�ract.
' 2-6 Work and Materials Om�itted
The Contractor shail, when directed in writing by the �ty, omit work, services and materials
, to be fumished under the contract and the value of the omitted work and materials will be
deducted from the contract price a.nd the delivery schedule will be �reviewed if appropriate.
The value of the omitted work, services and materials will be a lump sum or uni� price, as
' mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree
on an appropriate deduction, the City reserves the right to issue a unilateral change order
adjusting.the price and the delivery schedule.
' 2-7 Washington State Sales Tax
�
'
Cit�y of Federal Way
20 Ave S Sidewalk Improvements Page 16
RFB ver. 1-08
RFB # 11-103
2011
'
'
2-8
'
' 2-9
'
'
'
'
II
'
'
,
�
The Contractor shall make payment directly to the State for all applicable Washington State
sales taxes and all other governmental i�ces, assessments and charges.
Shipping Charges
All prices shall include freight. Requests for additional compensation for freight charges will
be rejected by the �ty,
Warranty
A�I materials and equipment soid and labor pertormed under this contract are warranted by
the Contractor to be free from defects in materials or workmanshi for a period of at least
one (1) year from date of delivery and installation; provided, however, that this warranty
may extend beyond this time period pursuant to any attrached warranties. If the
merchandise sold or work per�ormed hereunder is defective on acrnunt of wori�manship or
materials, the Contractor agrees to replace the merchandise or, at the City's sole option,
repair the defective merchandise. All defects in work or materials sMall be promptly
corrected.
2-10 No Waiver of Warranties and Contract Rights
Conducting of tests and inspections, review of specifications or plans, payment for goods or
seruices, or acceptance by the City does .not constitute a waiver, modificataon or exclusion of
any express or implied warranty or any right under this contract or in law.
2-11 Legal Reiations
The Contractor shall comply with all of the City's reso�utions and regulations applica'ble
under this contract and with any local, state or federa! law or regulation applicable to the
mater.ials, equipment or service provided under this contract. �Neither the Cor�tractor nor
the City shall assign any interest, obligation or benefit t�nder or in this contract or transfer
any interest in the same, whether by assignment or novation, wifhout .prior written consent
of the other party. This contract shall be binding upon and inure to the benefit of the
successors of the parties.
2-12 Appl�caWe Law and Forum
Except as hereinafter specificaliy provided, this contract shall be governed by and construed
' according to the laws of the State of Washington including, but not limited to, the Uniform
Com�mercial Code, TiNe 62A RCW. Any suit arising herefrom shal'I be brought in King County
Superior Court, which sMall have sole and exclusive jurisdiction and venue.
,
�
,
'
'
2-13 Hazardous Chemical Communication
In order to comply with WAC 296-62-054, Hazard Communicafiion, the C�ntractor shall
submit with eaoh shipment a Material Safe#y Data Sheet (MSDS) for.all products containing
any toxic-products that may be harmful to the end user. The MSDS Sheet is to accompany
the toxic product(s) to the specified delivery sites.
include the following information in the MSDS:
Cit�y of Federal Way
20 Ave S Sidewalk Improvements Page 17.
RFB ver. 1-08
RFB # 11-103
2011
i�
�
�l
�
C
'
�
'
C'
,
�
A. Chemical Abstract Service (CAS) numbers far every chernical that is listed in the
MSDS.
B. If the product is actual'ly used diluted, the dilution rate should be so stated in the
MSDS and the hazards and corresponding personal protection, etc., also be listed.
C. A statement as to the intended use of the product.
2-14 Delivery and Liquidated Damages
Time is of the essence of the contract and each and all of its provisions in which
performance is a factor. The Contractor will be held to strict compliance with the prescribed
date(s) set forth in these contract documents. For each and every day that delivery is
delayed beyond the specific date(s), damage wi;ll be sustained by the City. Because of the
difficulty in computing the actual damages and disadvantages to the City, and as a
reasonabie forecast of actual damages which the City will suffer by the delay in delivery, �he
parties agree that for each such delay the Contractor will pay the City liquidated damages
(and not as a penal�ty) in accordance with Section 1:3 of Attachment I, Public Works
Contract, to compensate for any damages caused by such delay. Tf�e �ty may deduct from
a�ny �payment owing to the Contractor, any �liquidated damages, which may be incurred by
the Contractor pursuant to this paragraph.
2-15 Foroe Majeure
The Contractor's or City's fai4ure to perForm any of its obligations under this contract shaif
be excused if due to causes beyond the control and without the fault or negligence of the
Contractor or City, respectively, inctuding, but not restricted to, acts of God, acts of ,public
enemy, acts of any govemment, fare, floods, epidemics, and strikes.
2-16 Patents, Cop�/rights and Rights in Data
Any patentable result or material suitable for copyright arising out of this contract shafl be
� owned by and made available to the City for public use, unless the C�.jr 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.
'
�
�
�
LJ
LJ
IJ
The Contractor agrees that the ownership of any plans, drawings, designs, specifcations,
computer programs, technical reports, operating manuals, calculations, notes and other
work submitted or which is specified to be delivered under this contract, whe�her or not
complete (referred to in this subsection as "Subject Data'�, 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.
All such Subject Data . furnished by the Contractor pursuant to this contract, other than
documents exckusively for internal use by the City, shall carry such notations on the front
cover or a titie �page (or in such case of maps, in the same block) as may be requested by
the City. -The Contractor shall also piace their endorsement on all S�ubject Data furnished by
them. All such identification details shall be subject to approval by the City prior to printing.
The Contractor shali ensure that substantially the foregoing paragraphs are inc4uded in each
subcon#ract for the work on the project.
Cit�y of Federal Way
20 Ave S Sidewalk Improvements Page 18
RFB ver. 1-08 .
RFB # 11-1U3
2011
�
'
I '
�
C
L__l
�
�
C
�
�
,
'
�
2-17 Patents and Royalties
The costs �nvolved in license fees, royalties or � in defending ciaims for any patented
invention, article, process or method that �may be used in or connected with the work under
this contract or with the use of complete work by the City, shall be paid by the Contractor.
The Contractor and the Contractor's sureties shall, at their own cost, defend, indemnify and
:hold the �ty, together with i� officers and employees, harmless against any and all
demands made for suc�h fees, royalties or claims brought or made by the holder of any
invention or patent. Before final payment is made on the aceount of this contract, the
Contractor shall, if requested by the City, furnish acceptable proof of a proper release of the.
�ty, its officers, agents and employees from all such fees or claims.
Should the Contractor, its agent, servants or empioyees, or any of them be enjoined from
furnishing or using any invention, article, materia�l, computer programs or equipment
sup.plied or required to be supplied or used under the contract, ti�e Contractor shall
promptly substitute other articles, materials, computer programs or equipment in lieu
thereof of equal efficiency, quality, finish, suitability and market value, and satisfactory in all
respects to the City.
2-18 Dispu�es, Claims and Ap.peals
Questions or claims regarding meaning and inter�t of the contract or arising from this
contract, shall be referred by the Contractor in writing to the Purchasing Coordinator for
decision within five (5) days of the date �in which the Contractor 'knows or should know of
the question or claim. The Purchasing Coordinator will ordinarily respond to the Contractor
in writing with a decision, 'but absent such written response, the question or clairn shall be
deemed denied upon fhe tenth (10�') day following rece'rpt by the Purchasing Coordinator.
In the event the Contractar disagrees with any deterrnination or decision of the Purchasing
Coordinator, the Contractor shall, within fifteen (15) days of the date of such determination
or decision, appeal the determination or decision in writing �to the Mayor. Such written
notice or appeal sha11 include all documents and other infonnation necessary to substantiate
the appeal. The Mayor will review the appeal and transmit a decision in writing to the
Contractor within thirty (30) days from the date of receipt of the appeal. Failure of the
Contractor to appeal the decision or determination of the Purchasing Coordinator within said
15-day period will constitute a waiver of the Contractor's right tfl thereafter assert a�ny claim
resuating from such determination or decision. Appeal to the Mayor sha�i be a condition
precedent to litigation hereunder.
Ail claims, counterclaims, disputes and other matters in question between the City and the
' Contractor that are not resolved between the Purchasing Coordinator and the Contractor will
be decided in the Superior Court of King County, Washington, which shall have exclusive
jwrisdiction and venue. over all matters in question between the City and the Contractor.
' This contract shall be interpreted and construed in accordance with the laws of the State of
Washington.
� Pending final decision of �he dispute hereunder, the Contractor sha11 proceed diligently with
the perFormance of the contract and in accordance with the direction of the Purchasing
Coordinator. Failure to comply precisely with the time deadlines under fhe paragraph as b�
'
C
Cit�y of Federal Way
20 Ave .S Sidewalk Improvements Page 19
RFB ver. 1-08
RFB # 11-103
2011
'
�
'
,
C
u
�
'
C
'
'
Ll
�J
�
�_
�
'
C
�
u
any cla�m, shal'I operate as a release of that claim and a presurnption of prejudice to the
City.
2-19 Recycled Products
The Contractor shall use recycled paper for proposals and for any printed or photocopied
rnaterial created pursuar�t to a contract with the �ty whenever ,practicable and use both
sides of paper sheets for reports submitted to the City whenever practicable.
In the event this RFB covers the sale of product to the City that is capable of containing
recycled materials, Contcactor is hereby advised that the City intends to procure products
with recycled content, pursuant to the recycled content notice delivered with �these bid
documents. Contractor shall certify the percentage of recycled content�and products sold to
the Crty, including a percentage of post-consumer waste that is in the product. This
certification is required to be in the form of a label on the product or a statement by the
Contractor attacl�ed to the bid documents. The certification on multi-component or multi-
material products shall verify the percer�tage and type of post-consumer waste a�nd recycled
content by volume contained in the major constituents of the product. The Contractor
agrees to grant the City, as a procuring agency, permission to verify the certification of
recycled content by review of the bidder's or manufacturer's records as a condition of any
bid award, 4n the event of a bidder's ;protest, or other challenge to the bid accepted.
Ci�+ of Federal Way
20 Ave S Sidewalk Improvements Page 20
RFB ver. 1-U8
RFB # 11-103
2011
AttachmentA
`NO BID RESPONSE FORM
When submitting a'�No Bid', mail this completed form to Federai Way Purchasing. 33325 8�'
Avenue South, Federal Way, Washington 98003-6325. Be sure the form is in a sealed envelope
with the bid number and bid title indicated on the outside of the envelope. The form must �be
received by the date and time specified for the bid opening as indicated fn Secbion 1-1. Failure to
��turn this form if not subrnitting a forr�al bid may result ir��rour firm being removed from fihe
City's master bidder's mailing iist.
Bid Number:
Bid Trtle:
RFB No. 11-103
a Cannot com,ply with specifications.
o Cannot meet delivery requirement.
o Do not regularly manufacture or seli the type of commodity involved.
❑ Other (:please specify).
Explanation of reason(s) checked:
Check one of the following:
. �.
❑ WE DO NOT desire to be retained on the mailing list for future procurements of �is
commodity.
Firm Name:
Addr�s: Phone:
Signature Date
Name (Type or :Print)
Title
Cit� of Federal Way RFB # 11-103
20 Ave S Sidewalk Improvements Page 21 2U11
RFB ver. 1-08 '
i r_ s -
� � � Si�
crrv oF FEOE�►�. waY
20 AVEIVt�E S SIDEWALK IMPROVEMEI�"5 PRO.7F�.T
(S 314 S7R�ET TO S 316'" STREEI")
BID FORM
��
�...---
Bidder: ��� 1 u.��. �..�, �b�A l. lu.� Date: �PI�IL 7, o���
__ Cv�sTI�UU�r�
n�M �
TOTAL BID ANIOUNT $
(indudi�g INashingtor� State sa�es taec, all othe�
�ovemment ta�ces, �ents and c�araes)
To Cit.y Couna! Members
City .of Federal Way
33325 8th Ave Sot�th
Federai Way, Washington 98�3-6325
B=�
1�9, SS �.��
Pursuarrt to and in compliance witfi your adver�3ser�ent for bids .fior oonshvcpon of 20"' Averaue S
Sidewalk Improvements Project (S 314�' Str�t to S 316"' Street),ar� other doair�er�s relatlng
tfiere�o, ti� t�ndersigned -has carefully examined ai! of the bid and cor�tr.act d�uments as tfie
premises and c�ndi�ons a�tit�g �e defivery, Supply and maintenanoe of20�' Avenue S�dewaik
Improvements Project (S 314"' Sfreet to S 316"' Str�et), and heret� proposc�s to fumish� ali labor,
materials and perfarm all work as :required in strict aaordance with ti�e contract�doc�errts, for tlie
abrnre-referenc�d amount, inc�ussnre of Wa�ingfion gta�e sales tax and all other government
taxe.s, assessmennts and charges as required by law.
Ttae required bid security consisGing of a oerdfied chedc, bid �mnd, ar cashier's chedc in an amount
flf not fess than five percent (�96) of the total ar�ount bid is attad��l hereto, which it is agr+eed
s�hall be oollected and r+etair�ed by the (Sty as liquidated damages in the everft this bid is acc�ed
by the Qty within forly-five (45) caler�dar days ai�er the day of tF�e �bid apening ar�d the
undersigned fails #o execx�te the 20"' Avenue S Sidewa�k Improvements Project {S 3�.4�' Street to S
3i6�' Street) PubHc Works Conira�ct and tn �ro�ide the- required oertificate of insurance to the City,
under the cbndi�ions thereof, within t�n (10) calendar days �afl�r the .Notice of Award; othervvise
said ��id Security vi�il! be retumed bo the undersigned.
or Certified C�edc pa� �� �
Bidder �ail �ompiete tl�ris eMire Bid form or tMis bid r�tay t�e considered non-responsive. The
Gty may c arnect obvious mather�atical er.rors.
The City of Federal Way reserves the right t� reject ar�y and adi bids, wahre any Informalities or
minor irregularities in itte bidding, ar�d d�ine whi�ch bid or bidder meets �fie c.riteria set fortth ia
the bid da��me�. .
Cit�+ of Feder�l Way RFB # I 1-1Q3
20 Ave S Sidewallc Imgzovements Fage ZZ � 2011
RFA ver. 1-08
!
�
�
�
�
�
�
�
Re�Pt of the f�ibwing Addendums ts hereby acl�tedged;
Addendum •No.
Addendum No.
�,�,�1�� n ►.•
Date Lssued:
,�.�- -�. -�
D . i- ti �r
'_ �_
-.�,�( �'� ��,'rzl� �r �61�1f�G 1 �1 � IL.L� 1�L. .$ ��
��� Frm Name / , `'}�JLL�L L�,�T�, UC�'a.J
(t�fef.� Two)
�Y1 i LL C �bG��,�
8idders S�be u�oen� No. �
�� �7D ���
�idder's �e Tax No. . '�e
�
c ofFe� w�y
aa�A� s s�a� �o��� �e z3
RFB ver. l-08
RFB # � 1-103
2011
�
�
'
��
, � i
�
U
�I
'
��'i
„
'
'
�,
�,
LJ
'
LJ
I '
Atiaahm�int C
20TH AVENUE 90t�'f1� S�EWALK IMPROVEMEN�'5 PRQ7ECT
(S 3I4TH STREET TO S 316TH STRBE7?
BID SCHEDULE
NOTE: t}rdt Prioes far ali �ems, ail ex6�slo�s, and tl�e fiotal amount ofi tt�e b� m�st be shawn. Staw t�it prk� in
legible f�jures. Where acx�tikt oacurs b� tf�e unit pr+oe arx! tlie tiobl amou�t named .fior arry �em, the ur�
_ arioe shaN p�vaEl. and the tiofials sh�i be oorr+ec�ed to c�n� tl�neb
Ii�r1 � �
i
2
3
4
5
6
7
s
9
10
li
12
13
14
15
�.s
17
i8
19
20
21
22
23
24
Mit�' Chat�ge
Temporary Wa1�
Polludon/Er�osbrt Control
Resott�6ior� of Udtity Cflnflid�
Mobit�tlon
Haggers and Spot�ers
Dtt�er Traffic Contro! .Labor
Gearing and �Grubb�ng
Roadstde c�eanup
R�noval � Coctcre�e Sidewalk
Remava! of {,;oncx�e Curb �d
Gut�er
RoadwaY Excavat�ri ar�d Disposal
�
�
�
�
�
0
�
�
m
�
Unit
FA
FA
FA
LS
tiR
HR
�s
.FA
SY
�
lnit Price To tai Amour�fi
$1.t�Q �1.D0
$1,OOO.QO �1,(f00.00
�1,000.00 �1,t�OQ.00
'd o. �2a aoo.c�
� � d�b.�
.� a o.a�
� ovo. c� G.. ooD. od
asa�
Irtd Haul � � � c�,'�". G�
Crushed S�rf�ng Top Course 125 TON � �(X�
T�SOit Type A 16 �.CY v�
PSLPE P�rus Ca�leryana var. .57). uC
"Ca i" or " •re" '�.�t,OD �4 12 �EA �
PSI�E Prur�s Laur�cerasus 'Otbp 18 �
� 5 I �' yaD.Ob � Do. Gb
CKna�r�ent�al Tree Grabe 12 'EA �'Dd , Gt�
C�ortfracbor�Desig�ed Irrigation 1 LS
� D0�.00
Cem�t Conc Curb a�l Gulter 16 LF
rora�. �o�ECT c�sr / y BS�,
�� �-----
l�L-' �u� �c.. .� 1��� 1 l�� ���.�crn,�
CAt�"�f'S Fi17ri N�1�
�Ql�. Gb
60,G�
a Jr
// I
�/D00. Od
T---
G l�Fi. C�'
Cem�tt Conc Sid�walk 588 SY a?/.Od /a?.� �S.G�
Curb Rarx�p 1 EA r j00. C� Ol� Oa
Illumination S�rs�n �. LS Doo. a1� ' a00. �
Fest�a� El�c System Com��e 1 lS �C�JD.OD ODd.�
Future c�i,y Rber op13c SYster�a i lS a Z o�� oD l�? doC�
Mt►dular Bfodc Retaining Watl �00 SF , oD GOD_ CY�
c� of��t w$y
20 Ave S Sidewalk Improvements gage 24
RFB ver. 1-08
RFB # 11-1�83
20i1
1-04.4{i
1-07.15
1-07.17(�
1-09J
1-10.3(
2-01
2-oi
2-02
2-02
2-03
4-04
&02
8-02
8-02
s-oz
8-03
8-04
8-14
&14
8-20
8-20
8-20
8-24
.
�
'
�1
�,
,
�
,
1
� ,..-.•�;,�. _,�t 1
BI� SIGNATURE PAt�
Dabe: ��C.. / o� /
The undersigned bidder hereby propases and agrees to deliver 1fie eq�ipment and/or
service.s pursuar�t to the 2t�'' Avenue S�idewalk �mprovements Pro�ect (5 �14�' Street to S 316�'
Street� and comply with aN otl�e� terrr�s and cond�ons of �he aontract and bid doc�ments of RF8
11-103. .
No bidder may v+�hdraw fiisJher bid for a period of ninety (90) days af�er the day of bic�
�i�9•
. Tfie r�equired bid security aonsistir�g of a oertlfted checl4 bid bond, or tashier`s check in an
amourtit of not less than �nre percent (59d�) � tMe botal amou� wili be deli�eered t�n tl�e Ctty.
The undersignerl individuai repr�sents and war:ran�s �hat he or she is duilyc au�horized fio
execx�6e tf�e bid ar�d all bid doa�ments on behaif of any .pa ip, jc�int venture or .
:.�� .._-
rrJ� d�ri�'f'� Dr� .�l�ri�r.� �� ltt� .� �bl�� �. ��Y. �Ucn.�J
cor�po ' Co�pany
(a�let� TwoJ -
�w�
Csi9nat�,re)
____��
� � � �� � : �Xa.�.�.�
(Prit�d Name) .
�
Its: ��s��l�.a.}s
� (Tidel
u
'
'
�
A�dlti�ex� F
BitD BOND 6�RM
Her�wfd� find depas� �n the fosm of a cer4fied �fieck, rashfers checl� cash, or �ii8 bond in
the. amour�t of $ � . whidx amount is nati less than flve perr�ent (�°�) 01` the bc�al bid.
BID BOND
�
KNOW AI�. P��ONS BY TNESE F'RES�MS 1jl�k W�� Tye Mi�11e,^, Inc. dba T. MiUer Construction ,�g .
�Princlpal, aClt� Travelers Casualty and Sure� Companv of America _. �S S[1C'�/ are heid and
flrr�ty bo��rd ur�to tite C�ty oE F�derai Wa�y� as nbligee, 9n �he penal sum af Five Percent (5%Zof Bid Amount
and ,,;=../I00 dollars ($ s�io ofB�a Amo„nc }� for the payment dF whtch the Rtinapal and the Surety bond
ifiems�tv�s, ttherr hetrs and execu'tors, administratnr.�, successors and assigns, �oint3y artd severalty,
by th�se pnesen�s.
The �ondi�on of this.abligation ;s st�ch that if #�e abl�gee shail make arty sward bo the
Frincipai for: �
�,0' AVfsNUE S SIDEWAt.K IA�IPROVEMENT5 PROIECT
� (S 314 ST�E'6' TO S 316"' STREETa
According �o t#ie berms oF �he propasal o� bid �ade by� tt�e Prindpa� there�ore� and �he Pr�ndpal
shal! dufy malr,e and en�er� inta a contracti with tlae Obiigee in aanrdance wIth the tenns flf sald
,praposal or bid •and award and shall giue hond fior t�e fatthful perfort�tane� thereof, w+� Surety or
Sureties apprrnr+ed by the Obiigee; at if the��rtr�c�pal sha() �in c� of �aElur� so m do, .PaY and fvrf�eit
ta th� � Oblig� 'fi�e penat amourrt of th� c9eposit specified :in �e calt for b�ds, then tfiis abttgatlon
shali 6e r��i) and wid; ot�enMSe, it shaJl be, and remain in f�ui! fiorce and �effec� and the Surety
shaH �ord�with pa�r and forFeit bo tt�e Obttgee as penatty and liquidabeci damages, the amaunt of �his
borxi. �
5lGNED, S6�4L�� AND QATED THIS �th �}�,1� Q� April , 2011
. Tye Miller, Inc
�-----_. .
___
� -
�::
'
7
Company of America
, Attorney-in-Fact
. ��d .
, �ReaeE�red retum bf depasit in tt�e sum of � � .
�;: . � • . . .
�'�' ' . � • . . ..
�.:: �.
�;
�'� .
:,: , :
'',�' .
c�►��aa�t w�
20 Ave s s;ae�,anc �covesae�us Fage zs
R�$ ver.1-08
�B # � �-3a�
201I
TRAVELERS POWER OF ATTORNEY
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
Attorney-In Fact No. 221935
St. Paul Mercury Insurance Company
1Yavelers Casualty and Surety Company
'Iravelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certit�cate No 0 0 3 7 6 9 0 0 9
KNOW ALL MEN BY THESE PRESENTS: That St. Paul �'ire and Marine Insurance Company, St. Paul Guazdian Insurance Company and St. Paul Mercury Insurance
Company aze corporations duly organized under the laws of the State of Minnesota, that Farnungton Casualty Company, Travelers Casualty and Surety Company, and
Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty
Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guazanty Insurance Company is a corporation duly organized under
the laws of the State of Iowa, and that Fidelity and Guazanty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin
(herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint
Eric Zimmerman, Karen Swanson, Brent E. Heilesen, Anne E. Strieby, James B. Binder, Peter J. Comfort, Jennifer L. Snyder, Lisa Kerstetter, Julie R. Truitt,
Peggy A. Firth, Tamarie Ellingsen, Steve Marinkovich, Melinda Carlson, and Christopher Kinyon
of the City of Tac�ma , State of Wachin�on , their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guazanteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guazanteeing bonds and undertakings required or permitted in any aciions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto aff`ixed, this I Sth
day of July 2010
Farmington Casualty Company
Fidelity and Guaranty Insuranee Company _
Fidelity and Guaranty Insurance Onderwriters, Inc.
St. Paul Ntire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
1Yavelers Casualty and Surety Company
'IY�avelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
phSUA F1PE 6 1�N �MS j INSI/q Jp �.tY A/y� , �Y�
� � . ' �. •4'! P ��I......, G9 4 Jp...........9,�, � P q e __'�4 � �
�'�Z�� f1 "`^^'�M1R�CU Z �I W:'C�PM�pAT�''�in yv a � /'``� � t�
� �ss: � �1977 � �: — ;m a: .� a �, < (�. 9 ��s
: �'•. •� �; 'o ; cONN. o ��Q �
_�:� a �+i 18§f � o . ��.,SEAL �o o�S8AL � � �...
b �y . ti� � � ���;m �E a fS : A� �'is•.......*aa `bi �+° � . � � ANI�
�
State of Connecticut
City of Hartford ss.
By:
Georg Thompson, nior ice President
On this the 15th day of �Uly 2010 before me personally appeared George W. Thompson, who acknowledged
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guazanty Insurance Company, Fidelity and Guaranty Insurance Underwriters,
Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guazdian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surery
Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guazanty Company, and that he, as such, being authorized so to do,
executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
Yn Witness Whereof, I hereunto set my hand and official seal
My Commission expires the 30th day of 3une, 2011.
�G.TET�
'iM
*�, �
�
� QNtJG C . ��VL�U�.X7�
Marie C. Tetreault, Notary Public
5844Q-4-09 Printed in U.S.A.
This Power of Attorney is granted under and by the authority of the following resolutions a?opted by the Boazds of Directors of Fatmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second �ce
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chaiiman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more o�cers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
F[JRTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or aay Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsnnile to any Power of Attomey or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attomey "or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guazdian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualry and Surety Company of America, and United 3tates Fidelity and Guaxanty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and aft"ixed the seals of said Companies this � day of ! r �V �� , 20 � 1 .
Kori M. Johans Assistant Secretary
pASUA �� Fl0.E 4 �N INS � INSUq P �tY ANO yu� . �Y �y�
2' y �pp . pp�� C�). !. �. y e �\ ' � "--. G9s 4Jp"........ . 9J �➢G y16 "-.. "-p
i S �b� c1 ��� '�111�7 � i ��OItV-NAif.'� ovitAa�ORAT�: ct� � 9 a ��� �O�
� 1982 O �9n � '° �m I' • o W �' n � B `d+ �
gy�t a° y9J ,�� Go . �`SEA��o ��SSAL;�D > e ' �
r� •...... a sh .•'a � s
�y. tiN � � VRANC6 1S.AN� 1 $...�.«.•�� 6 � .� �YJ���
To verify the authenticity of this Power of Attomey, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the ,
above-named individuals and the details of the bond to which the power is attached.
�
'
'
'
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
_J
�
i
i
!,
�
Ati�Caltn�eemEP
SUB�Oly1'RAC"i�OR LIST
Prepared 'm Canpliance with RCW 39.30.060
PRO]ECT NAME: 20"' Ave�ue S Sidewalk �mprovemen#s Project (S 314�' Street to S 316�' Street)
Fa�urxe t� list subcontracbors vKho ar� proposed 1n perForm t�e wo�c of heat�r�g, ventilation and air
oc�nditioni�g, ptumbing, as described in t�a�er 18.1� RCIN and e�ectrical as de�cribed in C.hapter
19.28 RCW, or iderr�fy the l�dder for the work wiii nesult tr� your bid beir�g non-responsive and
theref�ore �roid.
Subcontracbors that are proposed b� perform t#�e woricc of heating, ventilation and air cond�tioning�
plumbing, as described tn Chapter i8.i� RCW, and electrical as described in Chapt3eer 19..28 RCW
mt� be named bdow, or name the bidder for the work. .
lfie bidcler verifies that each first tier subcontrac6or, and every s�bcontrac�or of any tier that �hire,s
other s�bcontractors, has a currer�t c�rtiftcabe of reglsfiration in oampiianoe with c�ap�er 18.27
RCW; a current Washingbon Unified Busirtess.Identifer (U8I} numb�; t�as Industrial �nsurance
(woiicers' c�apensation) coverage for #�e sutxontrac6�r's employees waidng in Washingbon, as
r�eq�#red ir� Title 51 RCIN, if aprplicable; has a WashingUon Employment Security Department
number, as required in Title 50 RCW, .� applicable; has a W�ingfio� Deparlment ofi �Revenue state
excise tax registration number, as required in Title 82 RCW, if applicable; has an electrical
c�a�atrac6a� lic�ense, if required by Chapber 19.28 RGW, if appficab�e; has an elevator contractor
license,lf required by C�ap�er 70.87 RCVIi. �
The foqowing list� bid itiems (listed in numericai se.querac:e) for this project h�ave been propc�ed for
suboontracting to subcorrtrac�rs as �ndica�d.
Cit of Federal Way
20 Ave S Sitlewa�k Improvements Page 27
RFB ver. 1-08
RFH # 11-103
201�
Atf�llrn�ertt�G
C'ity of Federal Way
AFFIDAI�IT AND t�R7IFtCA�ION FORM
Non-Coltusion, Anti Tn� Prevailing Wage (Nor�-Federal Aid).
Debarmen'� Ea�gibility, and Cert�icatiion of LawFul Employment
NON-COLLUS30N AFFIDAVIT
�eirx� flrst duly swom, deposes ar�d says, that he/sMe is the identicai .person who submit�eed �he
fore9oi�g proRosa! or bid, and that such bid is genuine and not sham or coltusive or made in the
in#�er� ar on behalf of any p� not i�erein rwmed, and furd�r, tlaat the depa�t Mas rwt
c�rectly induoed or �solic�ted arty crther Bidc� an� the foregoir�g v�rk eqc�pmer�t � put in a sham
bid, or any othe� pers�m or oorpo�ion ta refiatr� {rom b�ing� and that deponent Fws not tn any
manr�er sought by coilusion bo sec�re to himseif/�herself or to any other person ar�y advar�tage over
ather 6idckr or Bidders; and
N073Cf TO ALL BIDDERS ON PR07CCT5 INVOLVING
THF U.S. DEPARTMENT OF TRANSPORTATION (C1SD01�
To report bid rigging ad3viqes ca11: 1-800
TMe U.S. DQpartrnent � Transportation (USDO'� operat,�s the abave toil-fi�ee hot�ine Monday
t�rcwg#� Fr�day, 8:00 a.m. t� 5:00 .p.r��., Easbem Time. � Anyone witi� knowledge � pc�sible bid
r�gging, bidder c�otlusion, or �her fraudu�t activities stroufd use tlze hofiine to report such
acavities. The hotlir�e is part of USDOT's .c�ntinuing �Ort to identify and irnestigate �ighway
con�ion contract �'raud and abuse ar�d �s operatied �nder the direction of tfie USDOT I�specbor
General. Ail infonnation will be tr� confidentially and caHer anonymity will be respec�ed; and
CERTIFtCATION �RE; ASSIt3NMENT O�F ANTI-TRUST CL.AE�lS TO PI�RCHASER
Vendor and purchaser reoognize that in aCtuai eoorr�omic prac�ice, overcharges .resulting from arrti-
trust violations are, in fact, usuatly bome by the purchaser. Therefare, vendor hereby assigns to
pur�has+er any and all daims �or suct� .rnrerc�arges as #o goods and r�aterials pur+chased � in
connection with fihis order or �oratract, except as to overcharges res�iiing from anti '�t vioiatior�s
commenang after tl�e date of tfie bid, quotation, or other event establishing the price under thts
order or corrtract. In addit3on, vendor warrarats and represents �t�at eac� of his supplier�s and
s�onlractors shail assign ar�y ar�d a� sud� daims to purchaser, subject to ti�e aforementior�ed
�cce.ption; and e
PREVAILING WA6E AFFADAVIT
I, the undersigned, havir�g duly sworn, �deposed say and certlfy that in connection wath the
perFormance of the work of ifiis project, wibl pay each classif`icat�on of laborer, workperson, or
merhanic employed 1n the perFor�nance of s�ch work, not less than the prevai�rag rai� of wage or
r�t �ess than the minimum r of wage as spec�ied in the �ir�cipal contract; tthat I have read tfie
above and fvrgoing st�bement arul certificate, �Cnow the corrten� �hereof ar�d �e substar�ce as set
forth tlierein, is true to my imowledge and belief; and
C'ti�y of Federsl Wa
20 Ave S Sidewalk Improveme�ts page 2g �#� 2011
R� ver, 1-08
DEBARMENT AFFIDAYIT
I cer6ify that, exc.ept as nobed belanr, the fum, ass�ation or cor�oration or a� per�on in a
controili�g capac�t,y assodated� tl�with or any position involving the administration of f�ederal
furxls; is not amentiy under s�spension, �ebarmen�, voluntary exdusion, or debermination of
�eHgit�lity by any federai agency; has not been suspended, debam�d, volu�tarily exduded or
determined iraeligif�e by any federai agertcy vvitl�in the pa�t three (3) years; does not hawe a
I�P� debarment i�er�din9; ar�i has rro�t been indicted, c�onvicbed, a� h�d a civil judgment
rendered against said person, ftrm, association or c�orpc�ration by a caurt � c�ompebent jurisdicHon
ir� any mat�er invohr�ng fraud or official mis+c�duct within the pa�t three (3) years.
AFFIDAVIT OF ELIGIBILITY
The Contrac6or certifies �hat it is properly lic�en�ed and regisbered under the laws of tfie State af
Washingi�n ar�d has not i�en determined #p have be�n in viotation of RC1N 50.12.ai0(1)(b), RG1N
51.ifi.07Q(1}(b), or RGW 82.3� .o�o�z� w�,i� tne � two y�� The Contractflr furtl�er oertifies
ti�at it laas not been debe�9ned, vvi�in tl�e last one year, to t�ave oommit�ed any combination of
two of the fc�tlowing violat�ons or infractians w#�fiin a five-year period: (1) Violated RCW
51.48.020(1) or .51.48.103; or (2) C�m�ecl an ir�fiadic3n or vlolation under ct�apber 18.27 RCW.
CfRTIFICA�ON OF LkWFUL EMRLOYMENT
Th� contrachor k�ereby cerbfies that it . has complied with .all provisions of i#�e Immigratior� and
Na#ional�tY A�t, now or � I�erein af�er amer�ded, 8 USC Sec�on 1101 et. seq., and ttaat atl
emploYees, induding subc�tractor ert�pioye�, are lawfuay perrrtitted to perform work in t#�e
United State.s as pro�ided in this agreemerrt with the C�ty of federal Way.
FBR: I�on-Coilusior� Afi�idavit, Assignmerat , of qnti-Tn�st Ciaims �6o Purchaser, Pr�evaili�g Wage �
�1ffidavit, Debarment Affidavit, Affidavit Qf EtigibiNty, and Certiflcation of LawFul Empioy�necrt.
20�' Avenue S Sidewalk Improve�ents Project (S 314�' Street to S 316�' Street)
Name af Bidder's
/� �,�
�'__..:�!� l �
� . � I - •� I_ 1�� �• ' �� �. - r. � - �� : � • -
Suf����nd swom to before rr�e th�s � day of . '�3�-.= F�. t�1___, 2011.
� ` � ` � ````` ��� E � N �'� 1 '� I ���''� C , G� �L. � � � �
.. �G'���`���� �'�� � ��'' ,
. � 2 p7.�, 4 �•�� '' � % �'
,� . �
, ;a _ . _ �: ; {�rirrt�/ty� name af r�otary
,
.o == �Notary �Put�ic in and for ii�e 'of _W� s��
; N �', r,�`���� M� comrnission expires: I��i�� I
.�i, ?�Z:
�,,�'l�y,.b,��� ������-a,� ;
���� ��fi wASN��•�`�
Cit�y+ of Fed�al Way
20 Ave S Sidew�lk Improvements Pase 29
RFB ver. 1-08 .
RFB # 11-1Q3
2011
r r. R
CONITRACT'OR'S �OMPLUNCE STAT�IC-NT
(P�esider�Ys Executive Order #112�6)
Dabe: . � ', � �U
This statement teiaties tio a:proposal c�ntract with the Ci�y of Federal Way named
20"' AVENUE S SIDEWALK IMPROV�MEWTS P�ECT
. (S .314 ST�fT' TO S 316� STREETj
I am the ur�de�gned �bidder or prospechye contrac�o� I rep�nt tha�
I ��ave, � have �at, participafied �n a previous aaraxact or subcontract subject �o the f�SidenYs
Executave Ck+der #11246 (r�egarding equat empfoyrnertt apportunity} or a preceding sirn�ar
Fxecutive Order.
i
.,- � ..
' i' i� •���.'
��� � �� �, �/.
' ��� ���/,�.'�i. �
� ��1� �I �-` � -
�: � i ,� �3 - �
Title
199s� �5� �
a ��. �v/�. 9���
��
cn� ofF� way x�B # i i-io3
20 Ave S Si�ewa�k Improvements page 30 2fl11
RFB ver.1-08
C!�
�
��
I
�.
'
,
�
�
�
'
'
'
'
'
�
'
'
�
�
'��
'
Attachment I
PUBLIC WORKS CONTRACT
FOR
20 AVENUE S SIDEWALK IMPROVEMENTS PR07ECT
(S 314 STREET TO S 316 STREE�
THIS PUBLIC WORKS CONTRACT ("Contract'� is dated effective this day of
, 2011 and is made by and between the City of Federal Way, a Washington municipal
corporation ("City or Owner'�, and Tye Miller Inc. d/b/a T. Miller Construction, a Washington
Coporation ��Contractor'�.
A. The City desires to retain an independent contractor to furnish all labor and materials
necessary to perform work necessary to complete the 20 Avenue S Sidewalk Improvements
Project (S 314"' Street to S 316 Street) located at 20 Avenue S from S 314�' Street to S 316
Street in Federal Way, Washington ("Property'�; 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
1.1 Description of Work. 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 work, more particularly described as the 20 Avenue S Sidewalk Improvements
Project (S 314"' Street to S 316"' Street) project, including without limitation: new sidewalk
between S 314 Street and S 316 Street. The construction includes removal of existing sidewalk,
and landscaping, grading, retaining walls, sidewalks, property restoration, illumination, festival
lighting, and street trees, ('�Work'�, in accordance with and as described in the Contract
Documents, which include without limitation, this Contract, Request for Bids, Bidder's Checklist,
Instructions to Bidders, General Contractual Terms and Conditions, Bid Form, Bid Signature Page,
Bid Bond, Combined Affidavit and Certification Form, Contractor's Compliance Statement, Notice of
Completion of Public Works Contract attached as Exhibit A, Contract Change Order Agreement
attached as Exhibit B, Contractor's Retainage Agreement attached as F�chibit C, Retainage Bond to
City of Federal Way attached as Exhibit D, Notice to Labor Unions or Other Employment
Organizations Nondiscrimination in Employment attached as Exhibit E, Certificate(s) of Insurance
Form attached hereto as Exhibit F, Performance / Payment Bond attached hereto as Exhibit G, Title
VI Assurances attached hereto as Exhibit H, , 2010 WSDOT / APWA Standard Specifications for
Road, Bridge and Municipal Construction ("Standard Specifications'�, contract Special Provisions,
current Prevailing Wage and Benefit Code Key attached as Appendix A, Standard Plans and Details
attached as Appendix B and all other Appendices attached hereto and incorporated by this
reference, (collectively 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.
1.2 Completion Date. The Work shall be commenced within five (5) days of receipt by the
Contractor of the City's Notice to Proceed. The Work shall be completed within 40 working days.
In the event the Work is not substantially completed within the time specified, Contractor agrees to
pay to the City liquidated damages in the amount set forth in the formula included in Section 1.3 of
Cit�y of Federal Way RFB # 11-103
20 Ave S Sidewalk Improvements Page 31 2011
RFB ver. 1-08
'
'
'
'
�
'
,
,
'
,
�`�
�J
'
this Contract. The Work shail not be deemed comp'leted until the �ty 'has accepted the Work and
delivered a written Notice of Completion of Public Works Corttract Fn the form attach�d hereto as
Exhibit "A".
1.3 �Liauidated Damages. Time is of the essence of the Contract. Delays inconvenience the
pubNc and cost taxpayers undue sums of money, adding time needed for administration, inspection,
and supervision. It is impractical for the City to calculate the actual cost of delays. Aecordingly,
fihe Contractor agrees to pay liquidated damages calculated on the following formula for its failure
to complete this Contract on time:
(1) To pay (according to the following �formula) liquidated damages for each working day
beyond the number of working days established for completion, and
(2) To authorize the City to deduct these liquidated damages from any money due or
coming due to the Contractor.
LIQUIDATED DAMAGES FORMULA
Where: LD =
C =
T =
LD = 0.15C
T
Liquidated damages per working day (rounded to
the :nearest dollar).
Original Contract amount.
Original time for completion.
When the Work is cornpleted to the exkent tha't the City has full and unrestricted use antl
benefit of �e facFlities, both from an operational a�nd safety standpoint, the City may determine the
Work is complete. Liquidated damages wili not be assessed for any days for which an extension of
time is gran'ted. No deduction or payment of I�iquidated damages will, �in any degree, release tMe
Contra�tor from further obligations and liabilities to complete th�s entire Contract.
1.4 Perfor.mance Standard. Contractor shall perForm the Work in a manner consistent with
accepted pracfiices for other properly licensed contractors.
1.5 Co.mQfiance with Laws. Contractor shall perform the Work in accordance with all
' applicable federal, state and City laws, including but not limited to all City ordinance.s, resolutions,
standards or policies, as now existing or hereafter adopted or amended, and obtain all necessary
permits and pay all permit, inspection or other fees, at its sole cost and expense.
L �
�I
'
�
'
�
1.6 Change Orders. The City may, at any time, witho�t notice to sureties, order changes
within the scope of the Work. Contractor agrees to fully perform any such alterations or additions
to the Work. All such change orders shall be in the form of the Contract Change Order Agreement
attached �hereto as Exhibit "B', which shal:l be signed by both the Contractor and the �ty, shafl
speci�icaliy state the change of the Work, fihe completion date for such cManged Work, and any
fncrease or decrease in fihe compensation to be paid to Contractor as a resuit of such change in the
Work. Oral change orders shal! not be binding upon the City unless con�irmed in writing by the
City. I� any change hereunder causes an i;ncreases or decrease in the Contractor's cost of, or time
required for, the performance or any part of the Work under this Con�ract, an equitable adjustmer�t
wiJl be made and the Contract modified in writing accordingly.
Cit�+ of Federal Way RFB # I 1-103
20 Ave S Sidewallc Improvements Page 32 2011
RFB ver. 1-08
'
�J
'
'
'
�
�I
�
'
,
I,
,
I _J
,
�
If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall,
within five (5) da�s after receipt of a written change order from the City or after giving the written
notice required above, as the case may be, submit to the City a written statement setting forth the
general nature and monetary extent of such claim; provided the City, in its sole discretion, may
extend such five (5) day subm�ittal period upon request by the Contractor. The Contractor shall
supply such supporting docu�r�ents and analysis :for the claims as the City may require to determine
if the claims and costs have rnerit. No claim will be allowed for any costs i:ncurred more than five
(5) days before the Contractor gives written notice as :required. No claim by the Contractor for an
equ�table adjustment hereunder wil� �be allowed if asserted af�er final payment under this Contract.
1.7 Work and Materials Omitted. The Contractor shali, when directed in writing by the City,
omit work, services and materials to be fumished under the Contract and i�e value of the omitted
wor:k and materials will be deducted from the Total Compensation a�d the delivery schedule will be
reviewed if appropriate. The value of the omitted work, services and matenials wiil be a lump sum
or unit price, as mutual�ly agreed upon in writing by the Contractor and the City. If the par�es
cannot agree on an appropriate deduction, the City reserves the right to issue a unilateral change
order adjusting the price and the delivery schedule.
1.8 Utility Location. Contractor is responsible for locating any underground utilities affected
by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as amended.
Contractar sha'll be responsible for compliance with Chapter 19.122 RCW, including uti�ization of the
��one ca11" locator system before cornmencing any excavation activities.
1.9 Air Environment. Contractor shali fully cover any and all loads of loose construction
materials .including without limitation, sand, dirt, gravel, asphalt, excavated materials, construction
de'bris, etc., to protect said materials from air exposure and to minimize emission of aFrbome
particles to the ambient air environment within the �ty of Federal Way.
2. TERM
This Contract shall commence on the effective date of this Contract and continue until the
completion of the Work, which shall be no more than 40 working days to complete, and the
expiration of atl warranties contained in the Contract Documents ('�Term'�.
3. WARRANTY
3.1 Requisite SkFll. The Contractor warrants that it has the requisite skill to complete the
Work, and is appropriately accredited and licensed by all applicable agencies and govemmental
entities, including but not limited to be�ng registered to do business �in the �ty of Federal Way �by
obtaining a City of Federal Way �business �registration. Contractor represents tha�t it has visited the
site and is familiar with ail of t�he plans and specifications :in connection with the completion of the
Work.
3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct afl
' Work which the �ty deems to have defects in workrnanship and materiai discovered within one (1)
year after the City's final acceptance of the Work as more fully set forth in.the �eneral Conditions
of the Contract. -This warranty shall survive termination of this Contract. Conducting of t�ts and
' inspections, review of specifications or plans, payment for goods or services, or acceptance by the
City does not constitute waiver, modification or exclusion of any express or i�mplied warranty or any
night under this Contract or law.
�
I.J
Cit� of Federal Way RFB # 11-103
20 Ave S Sidewallc Improvements Page 33 2U11
RFB ver. 1-08
�
�
,
, • ' . ►. :_ !_ � �
4.1 Tota�l Compensation. In consideration of the Contractor performEng the Work,
the City agrees to pay the Contractor in accordance with Attachment "B", Bid �Form (which includes
the Bid Schedule), which arnount shall constitute full and complete payment by the �ty ("Total
Compensation'�.
� 4.2 Coratractor Responsible for Taxes.
payment of any taxes irr�posed by any lawfu
payment of this Contract.
LJ
'�
�
CI
,
'
�J
�I
,
u
,
'
'
i
'
�
The Cor�tractor shall be solely responsibte for the
I jurisdiction as a result of the performance and
4.3 Nonpayment. The City shall have the right to w�thhold payment to the Contractor for
any of the Work not completed in a satisfactory rnan:ner, in the City's sole discretion, which shall be
withheld unti�l such time as Contractor modifies or repairs the Work so that the Work is acceptable
to the City.
4.4 Method of Pay.�,ent. The basis of payment will be the actual quanti�ies of work
performed a�cording to the contract and as specified �for ,payment. Payments will be made for work
and labor perFormed and materials furnished under the contract according to the price in the
proposal unless otherwise provided. Partiai payments will be made once each mortth, :based on
partial est�rnates prepared 'by the Engineer and signed by the Contractor. Failure to perform any
obligation under this Contract may be adequate ceason for the Ci�.jr to withhold payments until the
obligation is performed.
Upon completion of all work and after final inspection, the amount due the Contractor under
the contract will be paid based upon the final estimate made by the Engineer and signed by the
Contractor.
Payment to the Contractor for partial estimates, final estimates, and retained percentages
shall be subject to controlling laws.
4.5 Retair��ge. Pursuant to Chapter 60.28 RCW, five percent (59�6) of the Tota�
Compensation shall be retained by tMe City to assure payment of Contractor's state sales tax as weN
as payment of subcontractocs, supplaers and laborers. Upon execution of this Contract, Contractor
shall cornplete, execute and deliver to the City the Contractor Retainage Agreement attached
hereto as Exhibit "C" or execute the Retainage Bond at#ached hereto as Exh4bit "D". �No payrnents
shali be made by the City from the retained percentage fund ("Fund'� nor shall the City release any
retained percentage escrow account to any person, until the City has received from the Departrnent
of Revenue a certiflcate that al�l taxes, . inereases, and penalties due from the Contractor and all
taxes due and to become due with res,pect to the Contract have �been pa:id :in full or that they are,
in the Department's opinion, readily co:llect'rble �nrithout recourse to the State's lien on the retained
percentage. Upon non-payment by the general contractor, any supplier or subcontractor may file a
lien against the retainage fiunds, pursuant to Chapter 60.28 RCW. Subcontractors or suppliers are
reqWired to give nafiice of any lien within forty-five (45) days of the completaon of the Work and ir�
`tt�e manner provided in RCW �9.08.030. Within sixty (60) days after completion af all Work an �is
Contract, the City shall release and pay in ful!I the money held �n the Fund, unless the Cit�r becomes
aware of outstanding claims made against this Fund.
5. EQUAL OPPORTUNITY EMPLOYER .
In aai Contractor services, programs or activities, and all Contractor hiring and employment
made possible by or resulting from this Contract, there shall be no discrimination by Contractar or
Cit� of Federal Way RFB # 11-103
20 Ave S Sidewalk Improvements. Page 34 2011
RFB ver. 1-08
,
�''�
�
1
'
�
�
'
�
L'
�
C'
'
,
,
'
,
�
�
LJ
by Contractor's employees, agen�s, subcontractors or representatives against any person because
of sex, age (except m.inimum age and retirernent provisions), race, color, creed, national origin,
mari�l status or the presence of any dis�bility, including sensory, mental or physical handicaps,
unless based upon a bona fide occupational qualification in relationsh�ip to �hiring and employment,
advertising, layoff or termination, rates of pay or other forms of cornpensation, and selection for
training, including apprenticeship. Contractor comply with and shall not v.iolate any of the terms of
Cha 49.60 RCW, Title VII of the Ci�r[I Rig�ts Act of 1964, the Americans �th Disabilities Act,
Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 26, or any other applicable federal, state,
or local law or regulation regard�ing non-discrimination. Any .rnateria'I violation of this provision shall
�be grounds for termination of this Contract by the City and, in the case of tMe Contractor's breach,
rnay result in ineligibility for fiurther City agreements. If this project involves federal funds i�cluding
'USDOT funds administered by WSDOT, the contractor agrees to the clauses contained �n Exhibit H.
6. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST
6.1 It is the intention and understanding o� the Parties that � the Contractor sha11 be an
independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick
lea.ve, vacation pay or any other benef t of employment, nor to pay any social securi�ly or other tax
wl�ich rnay arise as an incident of employment. The Contra�tor sha11 pay all income and other taxes
due. Industrial or any other insurance that is purchased for �lie benefit of the City, regardless of
whether such may provide a secondary or incidental benefit to the Contractor, sha11 not be deemed to
convert this Agreement to an employment contract. It is recognized that Contracto� may or will be
performing professional services during the Term for other parties; provided, however, that such
perforn�ance of other services sha11 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.
6.2 If the Contractor is a sole proprietorship or if tlus is a contract with an individual, t1�e
contractor agrees to notify #he 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 fail�re to do sa
�l : �l • �__ ' ,i � • ' � �1
7.1 T�rrnination �thowt Cause. Prior to the expirafiion of the Term, this Contract may be
terminated without cause upon oral or written notice delivered to Contractor from the City. Upon
termination, all supplies, ,materiais, labor and/or equipment fumished �prior to such date shall, at
the City's option, become its property. In the event Contractor is not in breach of any of the
provisions of this Contract, Contractor will be paid for any porrtaon of the Work which has been
completed to the City's satisfaction, calculated by the percentage amount that pordon of the Work
completed and accepted by the City bears to the Total Compensation.
7.2 Termi.nation For Cause. The City may immediately terminate this Contract, take
possession of the Properly and aA materials thereon and fnish the Work by whatever methods it
may deem expedient, upon the occu�rrence of any one or more of the follow'rng events:
(1) If the Contractor should be adjudged a bankrupt.
(2) If th e C on tr a c t o r s h o u l d m a k e a gen eral assi gnment for the benefit of its
creditors.
Cit�+ of Federal Way
20 Ave S Sidewallc Improvements Page 35
RFB ver. 1-08
RFB # 11-103
2U11
'J
i
'
�
J
'
LJ
'
L�!
�
�
'
I1
(3) If a receiver should be appointed on the account of insolvency of Contractor.
(4) If Contractor should persistentiy or repeatedly refuse or fail to supply a suf�icient
number of properly skilled workmen or proper materials for completion af the 1Nork.
(5) If the Contractor should fai�l to complete the Work within the time specified in
this Contract.
(6) i� the Contractor should fail to com�plete tlie Work .in compliance with the plans
and specifications, to the City's satisfaction. �
(7) If the Contractor should fail to make ; prompt payrnent to subcontractors or for
material labor.
(8) If Contractor should persistently disregard laws, ordinances or regulations of
federal, state, or municipal agencies or subdivisions thereof.
(9) If Contractor should persistently disregard instructions of the Mayor or his or her
representative.
(10) If Contractor shall be i�n breach or violation of any term or provision of this
Contract, or
(11) If the Work is not being performed ;pursuant to RCW 49.28.OS0 or 49.28:060.
7.3 Re.su�lt of Termination. In the event that this Contract is terminated for cause by the
City, the City may do any or all of the foflowing:
(1) �tQ{Zpayments. The City shall cease any further payments to Contractor and
Contractor shali be obligated to repay any payments it received under this contract.
(2) C�mplete Work. The City may, but in no event is the �ty obligated to, complete
the Work, which Work ,may be compieted by the City's agents, employees or
representatives or tMe C�ty may retain independent persons or entities to cornplete
the Work. Upon demand, Contractor agrees to pay to the City all of �its costs and
expenses in completi.ng swch Work.
(3) Take Possession. The City may take possessian of the Property and any
' equipment and materials on the Property and may sale the same, the proceeds of
which shall be paid to the City for its darnages.
� � (4) Remedies Not Exclusive. No remedy or election under this Contract shall be
deemed an election by the City but sMall be cumulative and in addition to all other
rernedies available to the City at law, in equity or by statute.
� 8. INDENINIFICATION
�J
J
'
8.1 Contractor Indemni�fication. The Contractor agrees to indemnify, defend, and hold the
Ci�y, its elected offcials, officers, employees, agents, and volunteers harmless from any and all
claims, demands, lasses, actions and liabilities (including costs and all attorney fees) to or by a�ny
and all persons or entities, including, withowt limitation, their respective agents, licensees, or
Cit�y of Federal Way
20 Ave S Side�valk Improvements Page 36
RFB ver. 1-08
RF`B # 11-103
2U11
�
�
'
'
t
�
'
'
II
representatives, arising from, resulting from, or connected with this Contract to the extent caused
by the negligent acts, errors or omissions of the Contractor, its partners, shareholders, agen#s,
employees, or by the Contractor's breach of this Contract. Contractor waives any im.munity that
may be granted to it under the Washington State Industrial Insurance Act, litle 51 RCW.
Contractor's indemnification shall not be limited in any way by any limitation on the amount of
damages, cornpensation or benefts payable to or by any third party under workers' compensation
acts, disabikity benefit acts or any other benefits acts or prograrns.
8.2 City Indemnification. The �ty agrees to indem�nify, defend, and hold the Contractor, its
officers, directors, shareholders, partners, employees, and agents harmle5s from any and all.claims,
demands, :losses, actions and liabilities (including costs and attorney fees) to or by any and all
persons or entities, including without limitation, their respective agents, �licenses, or
representatives, arising from, resulting from or connected with this Contract to the extent solely
caused by the negli.gent acks, errors, or ornissions of the City, ii� employees or agenis.
8.3 Survival. The provisions of this Section shall survive the expira#�on or termination of this
Contract with respect to any event occurring ,prior to such� exp�ration or �termination.
9. INSURANCE
9.1 Minimum Li-rnits. The Contractor agrees to carry as a minimum, the following insurance,
in such forms and with such carriers who have a rat�ng which is satisfactory to the City:
(1) Workers' compensation and employer's liability insurance in amounts sufficient
pursuant to the laws of the State of Washington;
, (2) Commercial general liability insurance with combined single limits of liability not
less than $5,000,000 for bodily injury, including personal injury or death, products
liabil�ity and property damage.
LJ
�!�
9.2 Endorsements.
' following provisions:
C !
'
�
�
'
�
(3) Automobile lia�bility insurance with cornbined single limits of liability not less than
$2,000,000 for bodily �ir�jury, including personal injury or death ar�d properly�
damage.
Each insurance policy shall contain, or be endorsed to contaM, the
{i) The City, its officers, officials, emplayees, volunteers and agents shaFl each be
narned as additional insured.
(2) Coverage may not be terminated or reduced in limits except after thirty (30)
days prior written notice by certified mail, retum receipt requested, to the �ty.
-(3) Coverage shall �be prima�ry insurance as respects the �ty, its officials,�employees
and volunteers. Any insurance or self-insurance maintained by the City, its officials,
employees or volunteers shall be in excess of Contractor's insurance.
(4) Coverage shall apply to each insured separately against whom claim is rnade or
suit is brought.
Cit�+ of Federal Way
20 Ave S Sidewalk Improvements Page 37
RFB ver. 1-08
RFB # 11-103
2011
�
�
�
'
'
'
'
'
(5) Coverage sha�l be written on an "occur.rence" form as opposed to a"claims
made" or "claims paid" form.
9.3 Veri�cation. Contraetor shatl fumish the �ty with certificates of insurance evidencir�g
the coverage required by the Section, in cornpliance with the Certificate(s) of Insurance Form
attached hereto as Exhibit "F', which centificate must be executed by a person authorized by the
insurer to bind coverage on i�s behalf. The City reserves the right to require complete certified
copies of a��l required insurance policies, at any time.
9.4 Subcontractors. Contractors shall include all subcontractors as additional insured under
its policies or shall furnish separate certificates for each subcontractor. All coverage for
subcontractors shall be subject to all of the requirements stated herein.
9.'S D�ductibles and Self-Insured Retentions. Any deductibies or self-insured retentions
must be disclosed by Contractor and approved in writing by the City. At the option of the �ty,
Contraotor shall eithe.r reduce or eliminate,such deductib'les or self-insured retentions or procure a
bond guaranteeing payment for any amounts not covered by the insurance by reason of such
deductibles or self-insured retentions.
9:6 Asbe$tos Abatement or Hazardous Materials. If asbestos abatement or hazardous
materials work is perforrned, Contractor shall review aoverage with ti�e City's Risk Manager and
provide scope and Ikmits of coverage that are appropriate for the scope of Work and are
satisfactory to the �ty. Contractor shall not commence any Work �until its coverage has been
approved by the Risk Manager.
9.7 Termination. The Contractor's failure to provide the insurance coverage required by this
, Section shall be deemed to constitute non-acceptance of this Contract by the Contractor ar�d the
�ty may then award this Contract to the next lower bidder.
' 10. P�RFORMANCE/PAYMENT BOND
Pursuant to RCW 39.Q8.010, Contractor shall post a Performa.nce/Payment Bond in favor of
, the City, in the forrn atxached to this Contract as Exhi:bit "G" and incorporated by this reference, in
a dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the
Cty's satisfaction; to insure Contractor's performance of a�l of the provisions of this Contract; and
' to guarantee Contractor's payment of all laborers, mechanics, subcontractors and material persons.
Contractor's obligations under th�is Contract shall not be lirraited to the dotlar amount of the bond.
C
C
�
�
l_ l
'
li. SAFETY
Contractor shati take all necessary precautions for fihe safety of employees on the work site
and shall comply with all applicable provisions of federal, state and municipal safety and health
laws and codes, inctuding without limitation, atl OSHA/WISHA requirements, Safety and Health
Standards for Construction Work (Cha,pter 296-155 WAC), General Safety and Health Standards
(Chapter 296 24 WAC), and General Occupationa:l Health Standards (Chapter 296-62 WAC).
Contractor shall erect and properly ma�ntain, at all t�mes, ali necessary guards, barricades, signais
a�nd other safeguards at all unsafe ; places at or near the Work for the protection of its employees
and the public, safe passageways at all road crossings, crosswa�lks, street intersecctions, post danger
signs warning against any known or unusual haza-rds and do all other things necessary to prevent
accident .or loss of any kind. Contractor shail protect from danger atl water, sewer, gas, steam or
o�aer pipes or conduits, and all hydrants and a41 other property that is likely to become d�splaced or
Cit�y of Federal Way RFB # 11-1U3
20 Ave S Sidewalk Improvements Page 38 2011
RFB ver. 1-08
'
�
�
�I,
'
�
,
,
�
�
'
Il
darnaged by the execu��on af the Work. The Contractor shall, at its own expense, secure and
maintai�n a safe storage place for its materials and equipment and is solely responsible for the
same.
12. PREVAILING WAGES
12.1 Wages of Em,�loyees. This contract is subject to the mirrimum wage requirements of
Chapter 39.12 RCW and Chapter 49.28 RCW (as amended or supplemented). On Federal-aid
projects, Federal wage laws and rules also apply. The Hourly minimum rates for wages and fringe
benefits are listed in Appendix B. When Federal wage and fringe benefit rates are listed, the rates
match those identifed by the U.S. Department of Labor's "Decision Number" shown in Appendix B.
The Contractor, any subcontractor, and all individuals or firms required by Chapter 39.12
RCW, Chapter 296-127 WAC, or the Federal Davis-Bacon and Related Acts (DBRA) to pay minimum
prevailtng wages, shall not pay any worker less than the minimum hour�y wage rat�s and fringe
benefits required by Chapter 39.12 RCW or the DBRA. Higher wages and benefits may be paid.
Wtaen the project is subject to both State and Federal hourly minimur� rates for wages and
fringe benefits and when the two rates differ for similar kinds of labor, the Contractor shall not pay
fess than ifie higher rate unless the state rates are specifically preernpted by Federal law.
The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls
under the provisions of Chapter 39.12 RCVU because of fihe def ni�tion "'Cantractor" in Chapter 296-
127-010 WAC, complies with all the requirements of Chapter 39.12 RCW.
12.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter 39.12
RCVV, and as required in this Contract do not apply to:
(1) Sole owners and their spouses;
(2) Any partraer who owns at least 30% of a partnership;
(3) The President, Vice President and Treasurer of a corporation if each one owns at least
30p/o of the corporation.
' 12.3 Rer�rting Requirements. On forms provided by the industrial Statistician of State L&I,
the Contractor shall submit to the Enganeer the following for•itself and for each firm covered under
Chapter 39.12 RCW that provided work and materials of the contract:
'
C
(1) A copy of an approved "Statement of Intent to Pay Prevailing WageS" State L&I form
number F700-029-000. The City wili rnake no payment under this coniract for the work
performed until this sta�ment has been approved �by State L&I and a certified copy of the
approved form has been submitted to the City.
' (2) A copy of an approved "Affidavit of Prevailing Wages Paid," State L&I f�orm number
F700-007 The City will not release to the contractor any funds retained under Chapter
60.28.011 RCVU unt�l ail of the "Affidavit of Prevailing Wages Paid" forms have been
ap.proved by State L&I and a certified copy of all the approved forms have been submitted
' to the City.
'
'
Cit� of Federal Way
2U Ave S Sidewallc Improvements Page 39
RFB ver. 1-08
RFB # 11-103
2011
[-�
�
�
'
I1
'
�
i�
C
,
The Contractor shall be responsible for requesting these forms from the State L&I and for
paying any approval fees requi�red by Stete L&I.
Certified ,payrolis are required to be subrnitted by the Contractor to the City, for the
Contractor and all subcontractors or Iower tier subcontractors.
12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of wages
for work of a similar nature and such dispute cannot be resolved �by the City and the Contractor,
the matter sMa11 be referred for arbitration to the Di:rector of the Department of tabor and
Industries of tfie State of Washington and the decision therein sha�l be final and conclusive and
binding on a�ll parrties involved in the dispute.
. . .. . .
�. _ • �. • ._�_ K. � :__
In the event the Contractor shall fail to ;pay any subcontractors or laborers, fail to pay for
any materials, or fail to pay any insurance prerniurns, the City may terminate this Contract and/or
the City may withhold from the money which rnay be due the Contractor an amount necessary for
the payment of such subcontrac�tors, laborers, rnaterials or prem,iums.
• , 1 • . � ��_ _ 1� �
All originals and copies of work �prod�ct, includ�ng plans, sketches, layouts, designs, design
specifications, records, flles, carnputer disks, magnetic media, all finisMed or unfinished documents
or material which may be produced or modified by Contractor while performing the Work shall
become the properly the City and shall be delivered to the City at its request.
15. �dNFIDENTIALITY
Any records, reports, information, data or other documents or materials given to or
, prepared or assembled by the Confiractor under this Contract will be kept as confidential and shall
not be rnade available to any individual or organization by the Contractor witho�at prior written
approval of the City.
. , . .
, . L � • ,_ !�.
, The Contractor agrees to maintain books, records, and documents which sufficiently and
properly reflect al� direct and i�ndirect costs related to the perFormance of this Contract and such
accounting procedures and practices as may be deemed necessary by the City to assure pcoper
, accounting of all funds paid pursuant to this Contract. These records shall be subject at all
reasonable times to inspection, review or audit by the City, its authorized representative, the State
Auditor, or other governmental officials authorized by law to monitor this Contract.
' 17. CLEAN UP
' At any time ordered by the �ty and immediately after completion of the Work, the
Contractor shall, at its own expense, clean up and remove all ref�use and unused materials of any
kind resulting from the Work. In the event the Contractor fails to perForm the necessary clean up,
' the City may, but in no event is it obtigated to, perform the necessary clean up and the costs
thereof shall be i:mmediately pa�id by the Contractor to the City and/or the City may ded�rct its costs
from any remaining payments due to the Contractor.
'
�I
Cit�y of Federal Way RFB # i 1-103
20 Ave S Sidewalk Improvements Page 40 • 2011
RFB ver. 1-08
'
,
�
'
i
'
u
u
I _.!
,
'
,
'
���� �..s • • _ ► � : • . , � . . . • _ : �il
18.1 Contractor Verifica�ion. The Contractor verifies that it !has a certificate of registration
with the State of Wast�ington; has a current state unified business identifier number; is not
disqualifed from bidd�ng on a�ny public works contract under RCW 39.06.010 or 39.12.065 (3); has
industrial insurance as required by Ttle 51 RCW, if applicable; has an employment security
department nu�mber as required in Title 50 RCW, .if a:pplicable; has a state excise tax registration
number as required in Titie 82 RCW, if applicable; possesses a valid electrical contractor �license as
required `by chapter 19.28 RCU1l, if applicable; and possesses an elevator contractor license as
required by chapter 70.87 RCVV, if applicable.
18.2 S�bcontractor Contracts. The Contractor shall include the language of this section in
each of its first tier subcontracts, and shall require each of i� subcontractors to include the same
language of this section in each of their subcontracts, adjusting only as necessary the terms used
for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide
doeumentation to the Owner demonsfirating that the subcontractor meets the subcontractor
responsibility criteria below. The requirements of this secction apply to all subcontractors regardless
of tier.
18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall
verify that each of its first fiier subcontractors meets the following bidder responsibili�ty criteria:
Have a current certificate of registration in corr�pliance with chapter 18.27 RCW, which must have
been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business
Iderrtifer (UBI) nutnber; Not be disqualified from biddi�ng on any public works co.ntract under RCW
39:06.010 or 39.12.OG5 (3); Have Industrial Insurance (workers' compensation) coverage for the
subcontractors employees working in Washington, as requi� in Ttle 5� RCW, if applicable; A
Washington Employment Security Departrnent number, as required in Ti�de 50 RCW, if applicable; A
Washington Department of Revenue state excise tax registration number, as requ�red in Ti�e 82
RCVV, if applica�ble; An elecb�ical contractor license, if :required by Chapter 19.28 RCW, if applieable;
An elevator aontractor license, if required by Chapter 70.87 RCVV. '
19. S�Er1ERAL PROVISIONS
19.1 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 pertairting to any such matters shall be efFective for any purpose.
19..2 Modification. No provisions of this Contract, includ�ng this provision, may be arnended
' or added to except by agreement in writing signed by the Parties or their respective successors in
interest.
' 19.3 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or
illegal, shall in no way affect, impai�r, or invalidate any other provision hereof and such other
provisiQns shall remain in full force and effect.
I �
'
I _,'
'
19.4 Assignment. The Contractor shall not transfer or assign, in whole or_ in part, any or all
of its obligations and rights hereunder without #he prior written consent of the �ty. 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 obli�ations or Piab�t�ties under this Contract.
Cit�+ of Fecieral Way RFB # 11-103
20 Ave S Sidewalk Improve�nents � Page 41 2011
RFB ver. 1-08
�
'
��'
'
,
'
'
,
'
C
,
19.5 Successors In Interest. Subject to the preceding Subsection, tfiis Cor�tract shall be
binding . upon and inure to the benefit of the Parties' successors in interest, heirs and assigns.
19.6 Attorney Fees. In the event the �ty or the Confiractor defaults on t�e �performance of
any terms in this Contract, and the �Contractor or City places the enforcement of the Contract or
any part #�ereof, or the collection of any monies due, or to become due hereunder, or recovery of
possession of any belongings, in the hands of an attorney, or flle suit upon �e same, each Parly
shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related bo this
Contract shall be King County, Washington.
19.7 No Waiver. Failure of the City �to declare any breach or defau�lt 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 defauit does not act as a waiver of the City's
righ� to declare another breach or default.
19.8 Goveming Law. This Contract shall �be made :in and shall be governed by and
ir��erpreted in acco.rdance with the �laws of the State of Washington.
19.9 A hori . Each individual executing this Contract on behalf of the Gty and Contractor
represen#s and warrants �hat such individwals are duly authorized to execute and deliver this
Contract on behaif of the Contractor or City.
19.10 Notices. Any notices required to be given by the City to Contractor or by� the
Contractor to the City shall be delivered to the Parties at the addresses set forth below. My
notices may be deli�ered personafly 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 maii�ng.
19.11 i n. The respective captions of the Sections of this ContraCt are inser"ted for
, convenience of reference only and shal,l not be deemed to modify or otherwise affect in any respect
any of the :provisions of this Contract.
, i9.12 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 tn the
Con�actors performance of this Contract.
,
'
19.13 Com�liance with Ethics Code. If a violation of the City's Ethics Resolution �lo. 91-54,
as a,mer�ded, 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.
19.14 Conflicting Provisions. In the event of a conflict ;between ifie terms and provi�ions of
' any of fhe Contract Documents, the Mayor or his or her designee shall issue an interpretation of the
controlling doc�ument, which interpretation shatt be final and bindi:ng.
L
�
u
�_J
Cit�y of Fec�eral Way RFB # 11-103
20 Ave S.Sidewallc Improvements �Page 42 2011
RFB ver. 1-U8
'
I '
�
'�
DATED the day and year set fort� above.
CITY OF FEDERAL WAY
�
By: .
Ski.p Priest, yor
33325 8th Avenue South
Federai Way, WA 98003-6325
' ATTEST:
. �1 �
' �ty Clerk, Carol Mc illy, C
,
'
�
�
,
,
�
'
�
�
'
�
I.J
APPROVED AS TO FORM:
`��
City Attorney, Patricia A. R�chardson
[CONTRACTOR'S 'NA
B' �_
ature
J�. N�u�c�.��� ` 1'Qr-31�o,1 i
(Name)
_� ��� I -�
N� 1�I1u� .�C.. � lb�a 1. , ��--r .
l� �E ��--�� u� ��
(Address) vdu�.u, �. 9 09�2
1a53) 73 S- Dis�
(Phone)
Cit� of Federal Way
20 Ave S Sidewalk Improvements Page 43
RFB ver. 1-08
RFB # 11-103
2011
�
,
C
'
'
'
[Corporate Notary]
STATE OF WASHINGTON )
) ss.
COUNTY OF �l � � )
�l
On this day personaily appeared before me � y� /fi .��,,�,� , to me
known to be the _ I�R�S ��,r of �E �1 i�.(��L T►�• that
executed the foregoing instrument, and acknov�ledged the said instrument to be the free and
voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on
oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any,
is the corporate seal of said corporation.
GNEN my hand and offcial seal this
��.�` ��EEN Ik �'��i4
' ; ���.aa�n,� i,
��s�y810N ��L4��� � !
: ��� ot�� ��N
: �c� .. . _
� �y
'
u
'
'
'
C�
�
'
�
�
�
�
cl� A VSi.� G ??
►� �''b� r '�0 - ��'�'''���
// � � � � �� � � R , W A 8 N �,�� ''``,
Cit�y of Federal Way
20 Ave S Sidewalk Improvements
RFB ver. 1-08
� � day of M , 20 � �.
� �
;�: ' �N M. ANN3
� (typed/printed name of notary)
Notary Public in and for the S te of W shington.
My commission expires I��0! 1 7
Page 44
RFB # 11-103
2011
'
EXHIBIT A
,
'
C
I �
I '
'
u
�
r
Emai� or Mail to both: ����� �e
par6n.ne ot a.veM,e
Public YYOAca Secfbn
PO Bwc 47474
Oympia WA�985047474
FPiX(380)884-4169
PWC�dor.w8.pov
WqhMpton $tete
Deparbnantofi.abora�W N�s
Contract Raksse
�PO Box 44274
OIYmPIa. WA 98504r1272
FAX (380�02-889T
r,��n�ew.�..dmi�i .
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
Contractor's UBI Namber:
Date:
$
$ Liquidated Damages $
$ Amou�t Disbursed $
$ 0.00 tlmount Retained $
$
$ 0.00 TOTAL $ 0.00
NOTE: These two totals mast be equal
contract Amount
, Additions ( + )
Reductions ( - )
Sab-Total
' Amount of Sales Tax Paid at 0.000%
(If various raus epply, Please sand a brcakdown)
TOTAL
Ples�ae i.iat gll Sohenntr9c'tnn Relnw:
'
�
'
'
,
City ofFederal Way RFB # 11-103
20 Ave S Sidewalk Improvements Page 45 2011
RFB ver. 1-08
CITY OF FEDERAL WAY � Assi�ned to:
33325 8TH AVENUE S. � �
FEDERAL WAY, WA 980U3 . Date Assigned: �
R�EV31002Ue(1W11/10) Continue�i on page z
Please Liat all Sabcontractors Below:
Subcontractor's Name: UBI Number: Affidavit ID(if known)
Contact Name: Title:
Email Address: Phone Number:
NO PAYMENT SHALL BE MADE FROM RE'fAINED FUNDS until receipt of all releese cxrtificates.
Submitting Form: Pleese submit the completed form to both DOR 6c L&i. DOR will forward copies of the form to Employmerrt Sxurity.
For assistance with any questions, please contact: D.O.R (360) 725-7588 pwc@dor.wagov
LBcI (360) 902-4754 contractrelea�lni.wa.gov
E.S.D (360) 9U2-9780 publicworks�esd.wa.gov
For tax assistance ar to request this documem in an aitemate forinat, visit http://dor.wa.gov or call 1-500-647-7706.
Teletype (TT� wsors may ca11(360) 705-6718.
F215-@38-OW lEi-2010
REV 310020e (10/11/10)
Cit� of Federal Way RFB # 1 i=103
20 Ave S Sidewallc Improvements Page 46 � 2Q11
RFB ver. 1-08
EXHIBIT B
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
PROJECT CHANGE ORDER
NUMBER NUMBER
20 AVENUE S SIDEWALK IMPROVEMENTS PRO)ECT
�S 314 STREET TO S 316''�' STREET�
PROJECT TITLE
SUMMARY OF PROPOSED CHANGES:
EFFECTIVE DATE
CONTRACTOR
The time provided for completion in the Contract is ❑ Unchanged ❑ Increased ❑ Decreased by
Calendar Days. 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
PRICE CHANGE LUMP SUM: INCREASE $
UNIT PRICE:
DECREASE $
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTrfIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM QUANTITY UNIT PRICE ADD OR DELETE
, TOTAL NET CONTRACT: INCREASE $ DECREASE $
'
'
STATEMENT:
Payment for the above wo�k will be in accordance with applicable portrons of the standard
specifications, and with the understanding that a/l materia/s, workmanship and measurements shal/
be in accordance with the pro�isions of the standard specifications, the contract plans, and the
special provisions governing the types of construction.
' CONTRACTOR'S
SIGNATURE
C
�
C J
CJ
Cit� of Federal Way
20 Ave S Sidewalk Improvements
RFB ver. 1-08
DEPT. DIRECTOR/MANAGER
SIGNATURE
Page 47
DATE
RFB # I1-103
2011
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDE�RS
THiS CHANGE ORDER
*AD�USTMENTS
NEW CONTRACT AMOUNT
AD�USTMENTS
CHANGE ORDER FSTlMATE IS HEREBY
PAY THIS AD]USTED AMOUNT
*Adjustmen�:
$
$
$
$
$
0 INCREASED $
❑ DECREASED $
�
DEPARTMENT DIRECTOR'S SIGNATURE
Cit�y of Federal Way
20 Ave S Sidewalk Tmprovements Page 48
RFB ver. 1-08
RFB # 11-103
2U11
'
'
r--,
'i'
�'
�
��I
i�
'�
1
I
�
'
L�
'
J
EXHIBIT C
CONTRACTOR'S RETAINAGE AGREEMENT
City of Federal Way Bid/Contract Number
33325 8th Avenue South
Federal Way, WA 98003-6325 Q� ��` ���
�53-835-7000
IDENTIFICATION AND DESCRIPTION
Project Title' 20"� AVENUE S SIDEWALK IMPROVEMENTS PROJECT(S 314 STREET TO S 316' STREEf)
Contractor I'lE Y?9itL� Iric. D16L1 .i Mic.t�_ C1�,15T' Representative
Bid No. Date Administering Department
City Representative Funding Source
Project Authority
RETAINAGE FORMULA
In accordance with applicable State Statutes, the following provisions will be made for the disposition of the
retainage held for investment:
1. All investments selected below are subject to City approval.
2. Retainage under this agreement will be held in escrow by the �� �� (referred
to herein as the Bank), the terms of which are specified by separate escrow agreement. The cost of
the investment program and the risk thereof is to be borne entirely by the contractor.
3. The final disposition of the contract retainage will be made in accordance with applicable statutes.
CONTRACTOR'S INSTRUCTIONS
Pursuant to RCW 60.28.010 I hereby notify the City of Federal Way of my instructions (�to invest ❑ not to
invest the retainage withheld under the terms of this contract. If the investment option is selected, please
provide the following information:
Name of Ba
Address: _
Account #:
Contractor:
By:
Address: 4'
Fed ID #
Mutual Fund, or Savings & Loan As �o ciation: �� �
ll1�i — ��a� A .� � /i�J,.l�,ry.� �.�A_ 9 �
Contact Person : J" h 1 L' N�LE .b H�soti.�
Date: /YwY 9 dm
T'tle: Z �� �-�•1T
9��9 Phone: 3 735•D/
Est. Completion Date: UL .�Dll
' CITIf APPROVAL
Approval of Investment Program and Retainage Agreement `�/ �/ � �/� ���
,
C� �c.� -
Finance Director Date
' CERTIFICATION FOR RELEASE OF CONTRACT REfAINAGE
Contract No. Project Title:
�
�_
�
�
�
11
�
I hereby certify, as Contract Administrator for this Contract representing the City of Federal Way, that all work required by
the above cited contract was completed on and final acceptance by the City was granted
on
I also certify that no liens have been received within 30 days from the above date from any person, persons, mechanics,
subcontractors or materialman who has performed any work or provided any material of subject contract.
Contract Administrato�
Director of Administering Department
Also, please find attached certifications by the applicable state agencies of the receipt of: 1) Washington State Business Taxes
(Washington State Dept. of Revenue); 2) Industrial Insurance Premiums (State Dept. of Labor & Industries); and 3) Employment
Security, Unemployment Insurance Premiums (State of Washington Employment Security Dept.)
Cit� of Federal Way
20 Ave S Sidewalk Improvements Page 49
RFB ver. 1-08
RFB # 11-103
2011
'
L�!
�
EXHIBIT D
RETAINAGE BOND TO CIIY OF FEDERAL WAY
20 AVENUE S SIDEWALK IMPROVEMENTS PRO�ECT
(S 3�.4 STREET TO S 316 S7REE7�
� KNOW ALL RERSONS BY THESE PRESENTS that we, the undersigned,
as principal ("Prindpal�, and
. a Corporation organized and exisdng under the laws of the �be of
. as a surety Corporation, and qualifled under the laws of tfie Stabe of Washington bo :becbme surety
' upon bonds of Contractors with Municipal Corpocations, as surety ("Surety'�, are jointy and severaly held and firmly
bonded to the City of Federal Way ("City'� in the penai sum of: ($
) for the payr�ent of which sum we bind ourselves and o� su�essors, heirs, administrators or
perso�al representatives, as the case may be. :
,
I�
�
C
�
A. This obligation is eM:ered ir�to in pWrsuant to the statutes Fre Stat�e of Washington and the ordinanoes,
regulations, standards and policies of the City, as now exisdng or he r amended or adopted.
B. Pursuant to proper authorization, tihe Mayor is auth zed to errter into a oertain contract with the Prinapal,
pr�riding for .the Prb�ect, ch corrtract is incorporabad herein by this reference
C"contract'�, and �\
C. Pursuarit to Statie law, Chapter 60.28 R, the Gity is required t� reserve from t�e monies eamed by the
Principal pursuarrt to �e contract, a sum not � five percent (5%), said sum to be �etained Iry the Gty as a trust
fund for the protec#ion and payment of any rson or persons, mechanic, subcontrac6or or maberialmen who shall
perform arry labor upon such contract or the ing of such work, and all per�ns who sball supply such person or persons
or subcontractors with provisions and sup es for the carrying on of such work, and the State witla the respect to #a�es
imposed pursuant to Title 82 RCW whi may be due from said Principal. Every person pertorming labor or fumishing
swpplies towards completion of said ' provement or work shall have a �ien on said monies so reserved, provided that
s�ch notice of the Aen of such d ant shall be given in the manner and within the time provided in RCW 39.08.0�0 as
now existing and :in aacordan ith any amendrnents that may hereafter be provided thereb�; and
D. State law furl�ier provides that with the consent of the City, the Principal may submit a bond for all or any
' portion of the amount of funds retained by the public body in a form acceptable to tf� public body conditioned upon such
bond any proceeds therefrom being made subject to ali claims and Uens and in the same manner and priority as set forth
retained percer�tages pursuarrt to Chapter 60.28 RCW; and
'
�J
E. The Rrincipal has accepted, or is about to accept, the Contract, and undertake to perform the work therein
provided for in the manner and within the time set forth, for the amount of $ : and
F. The City is prepared to release any reqwired ret�ainage money previously paid by the Prinapai prior fi�
acceptance and successful operation and fulfiUrnent of all other terms of said c�ontract apon being indemnffied by tl�ese
P��,
' NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the
tirne period prescribed by the City, or within such extensions of time as may be granted under the Contract, and shall pay
all laborers, :mechanics, subaontrac�ors and material men or women, and all persons who shall swpply tf�e Prineipal or
subwntradors with provisions and �pplies for.the carrying on of said work, and if the Principal shall pay t� the �tabe all
, taxes irnposed pursuant to Title 82 RCW which may be due from swch Principal as a result of this contract then and in the
event this obligation shall be void; but otherwise It shall be and remain in fwll force and efFect.
' And the Swrety, for value received, hereby further sdpulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract or to the work to be performe� thereunder or the specifications
accompanying the same 5hall in any way affect (ts obligation on this bond, and it does hereby waive notice of any
change, extension of time, alterations or addi�ons to the terms of the Cor►tract or to the Work.
�
�
'
The Surety hereby agrees that modifications and changes may be made in 'the tercr�s and provisions of the
Contract wlthowt notice to Surety, and any such modifications or changes increasing the total amount to be paid the
Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such increase,
however, not to exceed twenty-five percent (25%) of the original amount of this bond without consent of the S�rety.
Cit�y of Federal Way RFB # 11-103
2U Ave S Sidewalk Improvements Page 50 2011
RFB ver. 1-08 �
�
Within forty-fve (45) days of recQiving natice that the Prinapal ;Mas defaulfied on all or part of the terms of tl�e
' Confiract, the Surety shall mal� wcitben commihr�er�t to the City that it will either: (a) cure the defau�t itself within a
reasonable time period, or (b) tender #o the City, the amount r�ecessary for the Gty bo remedy the defawft, i�duding legal
#ees incurred �by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in ifie event tt�e
' Sure�ty dispwtes the City's claim of default, the Surety shall �ii'y the City of its finding and its inte�t if any, to ir�terplead.
The Surety shall then fulfill its oWigations under this bond, according to the option it has elected. Should Sur�e�ty elect
option (a) to cure the default, the penal sum of the Bond shall be r�uced in an amount equal to the o�ts actually
incurred by the Surety in cuHng #he default. If the Surety ele�ts option (b), then upon completion of the neoessary work,
' the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the
Surety and the Surety shall pay to the Qty any actual c�sts which exceed the City estlmate, limii�d to the bond amourrt.
Should th� Surety elect option (c), the Parties shall frst c�nplebe participation in mediation, described in the below
paragraph, prior to any interplead actlon.
'
'
�
'
,
�
,
'
'
In the event a dispute should arise between the Parties to this Bond with �respect bo tlie Gty's declaratlon of
default by the Rrinapal, the Parties agree to participabe in at least four hours of inediat�lor� in a000rdance with the
mediation procedures of United States Arbitration and Mediation ("USA&M'�. The Parties shall proportionaateely share in
�e oo� of the mediation. The mediation shall be administered by the Seatlle USA&M office, 4300 Two Union Square,
601 Union Street, Seattie, Washington 98101-2327. The Surety shall not interplead prior to completion of.the mediation.
The parties have executed this instrument under their separate seals this day of
20_, the name and corporate seal of each corporate parly hereba affbced, and these presents duly signed by its
undersigned representatives pursuant to authority of its governing body.
CORPORATE SEAL:
CORPORATE SEAL:
PRINQPAL
BY:
Title:
Address:
SIJREfY
BY�
Attomey-in-Fact
(Attach Power of Attorney)
'
�
'
'
Cit�y of Federal Way
20 Ave S Sidewalk Improvements Page 51
RFB ver. 1-08
Title:
Address:
RFB # 11-103
2011
,
CERTIFICATES AS TO CORPORATE SEAL
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the
within bond; that . who signed the said bond on behaif of the Principal, was
of said Corporation; that I know his or her signature thereto is genuine, and
that said bond was duly signed, sealed, and atbested for and in behalf of said Corporation by authority of its
goveming body,
Secretary of Assistant Secretary
I hereby ceHafy that I am the (Assistant) Secretary of the Corporation named as Surety ir� the within
bond; that _ . who signed fihe said bond on behalf of the Surety, was
of fhe said Corporation; that I know Mis or her signature tliereto is genuine, and
that said �bond was duly signed, sealed, and attested for and in behalf of said Corporation by aWthority of its
gaveming body.
Secretary of Assistant Secretary
APPROVED AS TO FORM:
Patricia A. RlChardson, �ty Attomey
Cit�+ of Federal Way RFB # 11-103
20 Ave S Sidewallc Innprovements Page 52 2011
RFB ver. 1-:08
'
�
'
�
I �
�
C
LJ
L�
EXHIBIT E
NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS
. NQNDISCRI�MINATlON IN EMPLOYMfNT
T0:
AND TO:
(Name of Union or Organization)
The undersigned currently holds contract(s)
funds or credit of the City of Federal Way,
co.n�tractor holding such contract(s).
�
with �IT'� Dt= 1"�xk�.. l�'f involving
Wash�ington, or (a) subcontract(s) with a prime
You are advised that, under the -provisions of the above contract(s) or subcontract(s) and in
accorda�nce with Section 202 of Executive Order 11246 dated September 24, 1965, the ur�dersigned
is obliged not to discrim�nate against any employee or applicant of emp'loyment because of race,
color, creed or national origin. This obligation not to discriminate in �emp'loyment includes, but is
not �limited to, the following:
EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION
'RECRUITMENT AND ADVERTISING
RATES OF PAY OR OTHER FORMS OF COMPENSATION
SELEGTION fOR TRAINING INGLUDING APPRENTICESHIP, LAYOFF OR TERMINATION
This notice is furnished to you pursuant to the provisions of the above contracE(s) or
subcontractor(s) and 'Executive Order 11246.
Copies of this Notice will be posted by the undersigned in conspicuous .places available to
ernployees or applicants �or employment.
Compla�ints may be submitted to:
1 City of Federal Way
33325 8 Avenue South
Federal Way, WA 98003
� �
�
'
�
�
�
Ci� of Federal Way
20 Ave S Sidewalk Improvements Page 53
RFB ver. 1-U8
- �E A. ��- '�:,�►�-
I 1E I l/lu.baL .I.11C .� A6IA �/Ib� ►�
(Contrac�r or suboontractor)
��� 1/�, dot I
�
RFB # 11-103
2011
Cl�ent#: 35245 EXHIBIT F MILLTCON
' AC�RD CERTIF[CATE C)F LIABILITY tNSURANCE °"�,o,�'"�`"°,"�"'
THIS CERTIFlCATE IS ISSUED AS A AAATTER � IN�QRMATIOI�t ONLY ANd CONFERS NO RIGHTS UPpN THE CERTIFlCATE HOLDER. THiS
CER7'IFICATE DOES NOT AFFIRMA3NELY OR NEGATNELY AMENU, EXTEND OR ALTER THE COVERAG� AFFORDED 8Y THE PQL(qES
BEl.OW. THIS CER7IFICA7E OF IFISURANCE DOES MOT COTtSTCf[RE A CONTRACT BETVYEEPii THE ISSUING INSUREFi(S), At1THORIZED
REPRESEAITATNE OR PRODUCEft, AND Tt�E CEItTIFICATE HOLQER,
IMPORTANT: If the certiticate holder is an ADDfi701+EAL INS RED, �e puilcy(ies� must 6e endorsed. If SUBROGA At !S WAIVED, subject to
the terms and conditions of the poliry. certatn polfcies may reyuire an endwsemen� A sta��ent on d�is ce�lfbcate does not confer rights to the
c�be holder M lieu of such endarsement{s).
ve�o Cindy Otto
Propet Insurance
acoma Commercial Insurance
2Q1 Pacific Ave, Suite 9�0
Tacoma. WA 98402
MILLTCON
'.1326
T. Miller Caistrucaion
19950 S.E Green Valley Road
Aeiburn, WA 98082
Autornobtle Insurance
CQVERAGF_S CERI't61CATE MUAABER: ltEVIStON AIEIMBER:
7HIS IS TO t�R'i1FY THAT THE PQLiCIES OF INSURAt�E LISTED BELOW NA1/E BE.EJJ ISSUED'TO THE It�SURED NAMED ABOVE FOR THE PQl.ICY PERI�
INDICATF�. i�TYViTHSI'ANDIN6 ANY REWIRB�ETfT. TERM OR f�0[�17tON O� ANY CONTRACT OR OTHER DQCUMENT VNTH RESPECT TO YVNICH THIS
CERTIFICATE MAY BE ISSU� OR MAY PERTAIN. THE INSURANCE AFFORDED BY TtiE POLICIES DESCRI�O HEREJN � SUeJECT TO ALL THE TERMS.
IXCLUSIONS AP10 t�NDiTIONS � SUCH POLIqE8. IIMiTS SHOWN MAY HAVE BEEN REQUCED BY PAID CLAIMS.
TYPE OF MISURAMCE POUCY NO�TAER M 1JCY EFF EXP �$
�,►� �,► X C19123516 �os�za� � a�rauza� �� r� o00 000
X caM�acw. sev�vu. ua�unr s� o�� a100 OOd
�� �X � r�o oca tMr � ) s5 000
X PQ Ded:500 �. a aov � s9 000 000
r�w�ac��,�� aZ,0110.000
c,ErrL ncc�t�►� uAar naPUES a� raoo�crs - c�ro� �c 000 OOU
X Wo�.icr �°" � s
���� � C1992351 fi 3/0$J20'! 1 03/08I207 �� 5 � �T
� �"�? S 9 000 000
awv nuro eoo�ir xv.a�r ���) a
au. owNeo nu�ros
eo�r u�.�ntv � �an�a a
X sa+eau� auros �t��nr oaMac� s
t�auras t���)
r�oa-ovrr�,uiros s
X Drive Other Car s
����� occua C19923516 3/0812099 Q31Q8/201 �occ�rce s200000a
X�� � � acr,a�ra� s D00 000
amucn� s
X �riow s � s
WQIUCERS COMPEN8A710N WC STATU- �Tti-
At1�ENPWYERSi LlA9N.tf1f
arrwio��ra�a,��w�rr r � N C19123516 3J0812071 Q31Q8I201 e.e..c��r s1,DOQ000
OFFIt�u196t FXCLIJ6EO? � WA -
1�aaeo•r �n �+1 �.. o�s�-sa�.rn� s1 000,aao
u.� u�► T ��- roucr urr a1 000,000
A Leased/Rented Equ X C19123516 3l0$l2a77 03/081201 �10,000
s500 Deductible
wrr� aF o�ren�s r �.oca�s tv�sns�s tAem�n Ac�n �a�. aaa�a� � sa��a. K m«.,�. n�uu.a!
E: Z�th Ave S. Sidewalks ImpravementS Project (RFB 11-103)
City of Federai Way
ERTIEfCATE i�OLDER CANCELLATfON
City of Federal Way SHOULD ANY OF THE ABOVE �ESCRBEp POUCIES BE CANCELlED BEFORE
P.�. Box 979 8 7HE �T�oN oATE THER�. NOTICE wll.t sE �uvEit�o 1N
AccOR�M►1� w1TFt THE POLICY PROV15�oNS.
FBdBra� w�r, wa saos�7Te
AUTt10RRED REPR�ENTA7WE
�r,o,.�# e� �-r.�1's.r+.�
�1988-2008 ACOR� CURPORATION. N! rights reserved.
' CORD 25 {2009/09y � pf 1 The ACORD name and logo are registered marks of ACORD
#SBS0387/M620347 LE000
'
l.J
I�
1
� �, ,
� p . � �
y> ��w
:;1
prope�.
:,�s.� . ; !�~:.
' 5110/2011
'
�J
'
,
�
'
,
'
'
City of Federal Way
P.O. Box 9718
Federal Way, WA 98pfi3-9718
To whom it may concern:
Pursuant to the new 09109 version of the Acord Ce�cate of Liability form� it is no
longer necessary ta list enfiities as Additionai Insured in the Descripi�an of Operations
box. Generally, the Description of Opera#ions is resenred for project names, vehicles,
spec�c equipment or locations. If the addi�ional insured box is checked, you may refer
ta the additianal insured endorsement attached to your certficate which specifies #he
caverage provided.
As the agent, we prefer not to utilize fihe Description of Operations bax as a means for
interpreting policy language. As an altemative, we will attach the applieable
endorsements from the policy.
Please remember #he certificate of insurance confers no rights upon the certificate
halder. Coverage is always dictated by the policy terms and i�s respective
endorsements as estalstished by the contract tha# is in p�ace between t#�te Named
Insured and the Certificate Holder.
' Sincerely,
�I
��
1
Propei Insurance
�_ 1
7. Miller ConsUuctlnrt
�19123516 .
'�J
'
GENERAL LlABILITY
MASTER PAK PLUS�
FOR CONSTRUCTIt)N
�his endorsement madifles insurance provided unde� the following:
�OMMERCIAL GENERAL LiABILITY COVERAGE PART
INDEX
U ECT
BLANKET A�DITIONAL lNSURED (OWNERS, LESSEES� CONTRACTORS �R LESSORSj
'IRE� LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT
ON-OWNED WATERCRAFT
UPPLEMENTARY PAYMENTS (BAIL BONDS}
�ERSONAL AND ADVERTI3ING INJURY - ELECTRON[C PUBLICATION EXTENSION
AGGREGATE LIMITS (PER LOCATION)
�GGREGATE LIMITS (PER PROJECT)
OLUNTARY PROPERTY DAMAGE COVERAGE
FF PREMiSES CARE, CUSTODY OR CONTROL COVERAGE
'EWLY FORMED OR ACQUIRED ORGANIZATIONS
DUTIES !N THE EVENT O� OCCURRENCE, OFFENSE, CLAIM OR SU1T
�OD1LY INJURY (MENTAL ANGUISH}
WAIVER OF TRANSFER �F RIGHTS OF RECOVERY AGAINST OTHERS
�EDICAL PAYMENTS
ROAD NAMED INSURED
ROADENED MOBILE EQUIPMENT
�CIDENTAL MALPRACTICE L.tABILITY
NON-OWNED AIRCRAFT
'ROPERTY DAMAGE » ELEVATORS
' Includes copyrighted material of IS� Propert€es, inc., with its permission.
CG 8416 '[2 03 ISU Properties, Inc., 2003
'
COMMERCiAL GEN�RAL LIABlLITY
CG 841612 Q3
THtS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PAGE
2
3
4
4
S
5
5
s
6
7
7
8
8
8
8
8
8
9
9
Page 9 of 9
T. MilierConslrucUan
'�s�2ss�s .
D.
CJ
'
'
'
C
'
�
,
�
�
�
'
'
1
1
'
As respects the coverage provided to the additiona! insured under this endorsement, Seation N- Conditions is
amended as foilows:
�
The following is added to Candition 2. Duties in The Event 4f Occurrence, Offense, Ciaim, or Suit:
An additional insured under this endorsement witi as sdon as practicable:
a.
b.
a.
2.
3.
4.
Give written notice of an "occurrence" or an offense, that may �esult in a claim or "sutt"
under this insurance to us;
Tender the defense and indemnity of any claim ar "suit" to at! insurers wham aiso have
insurance available to the addi6onal insured; and
Agree to make available any other insurance which the additionaf insured has for a loss
we cover under this Coverage Par#.
The following is added to Condifion 3. Legal Action Against Us:
We have no duty to defe�d or indemnify an additional insured under this endorsement un#il we receive
written notice af a claim or "suit" from the additional insured.
The foilowing is added ta Paragraph a., Pr+mary lnsurance of Condition a. t3ther Insurance:
tf the additional insured's policy has an Other (nsurance provision making it� policy excess, and a
Named tnsured has agreed in a written contract or writ�en agreement ta provide the additional insured
coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek
contributi+�n from the additional insured's policy for damages we cover.
The #ollowing is added #o Paragraph b., Excess Insurance of Conditian 4. Other Insurance:
F�ccept as provided in Paragraph 4.a. Pr3mary Insurance as amer�ded above, any caverage pravided
hereunder shal! be excess over any other valid and collec6ble insurance available to the additianal
insured whether primary, excess, contingent or on any other basis. In the event an additional insured has
other coverage available for an "occurrence" by vir#ue af also being an additional insured on ather
pollcies, this insurance is excess over those other poiicies.
�IRE, LIGHTN[NG, E3CPLOSIC3N ANC) SPRINKLER LEAKAGE DAMAGE TO PREMISES Y4U RENT
lf Damage To Premtses Rented To You under Coverage A is not otherwise excluded from this poiicy, the following
appiies:
'
CG 841612 03
,
A The last paragraph of Z. Exclusians of Section t- Coverage A is replaced by the fallowing:
If Damage To Premises Rented Ta You is not otherwise excluded, Exclusions c. through n. do not
apply to damage by fire, lightning, "explosion" or sprinkler feakage to premises while rented to yau or
temporarily occupied by you with permission of the awner. A separate limit of insurance applies to this
coverage as described in Section I!! - Limits Of Insurance.
Inciudes copyrighted materiat af ISO Properties, Inc., with its permission.
IS� Properties, Inc., 2003 Page 3 of 9
. Miller Cnnstruetfon
t9i2351fi .
.' PERSONAL AND ADVERT1SlNG INJURY - ELEGTRONIC PUBLICATlON EXTENSION
' Paragraphs 14.b., d. and e. af Section V- Def nitions are replaced by fhe following:
CJ
L�
b.
d.
e.
' The fallowing is added to Paragraph 14. "Personal and Advertising Injt�r�" of Sectian V- Definitions:
'
'
1
h. Discriminat�an or humiliation that results in injury to the feelings or reputation of a natural person, but
only if such discrimination or humiliation is:
(1) Not done intentianally by or at the direction of:
(a} An insured; or
(b) Any "executive officer" director, stockholder, partner or member af the insured; and
, Subparagraphs b. and c. of 2., Exclusions af Seation t- Caverage B- Personal And Advertising Injury Liability are
replaced by the f�llawing:
,
'
1
6.
'
'
�.
'
'
�
c.
Mal'�cious prosecu6on or abuse of process;
Oral, written, televised, videotaped ar electronic publication of material that slanders or libels a pe�san or
orgar�ization or disparages a person's or arganization's gaods, praduc#� ar services;
Oral, written, televised, videotaped or electronic publication o# material that violates a person's right of
privacy,
(2) Nat directly or indirect[y related to the empioyment, prospecfive empioyment or tennination of
empioyment of any person or persons by any insured.
Material Pubiished 1Mth Knowledge Of Falsity
"Personai and advertising injury" arising out of ara{, written, televised, videotaped or elsctronic
publication of materIal, if done by or at the direction of the insured with knowtedge of Ifs falsity,
Material Published Prior To Policy Period
"Persanal and adver#ising injury" arising out of oral, written, televised, videotaped or electronic
publication of material whose first publicatfon took pface befare the beginning of the policy period;
AGGREGATE LIMITS OF INSURANCE (PER LOCATIUN)
The General Aggregate Limit under Section Iii Limits Of Insurance applies separately to each of your "locations"
owned by or rented to yau or temporarily occupisd by you with the permissian of the owner.
"Location" means premises invoEving the same or connecting lofs� or premises whose cannection is interrupted only by a
street, roadway, waterway or right af-way nf a railroad.
AGGREGATE LIMITS OF INSURANCE {P�R pROJECT}
The General Aggregate Limit under Section III Limits Of Insurance appiies separately to each of your projects away
from premises owned by or rented to yau.
�G 841612 03
Includes copyrighted material of ISD Properties, inc., with its permission.
ISO Properttes, Inc., 2003
Page 5 of 9
'
. Mllier Construetia�
tis�zss�s .
0: NEWLY FORMED OR ACQUIRED ORGANIZATIONS
' A Paragraph 4. of Sec�ion II - Wha Is An lnsured is deleted and replaced by the foliowing:
4. Any Iwsiness entity acquired by you o� i�carparated or organized by you under the laws of any individual
' state af the United States of America over which you maintain majority ownership interest exceeding fifty
perc�nt. Such acquired ar newiy formed arganization wili qual#fy as a Named Insured if there is na
similar insutance availsble ta that entity. However.
'
a.
b.
c.
d.
Coverage under this provision applies only untlf the expiratian af the policy period in which the
entity was acquired or Incorparated or organized by you.
Coverage A does not app{y to "bodily injur�' ar "property damage" that occurred before the entify
was acquired or inc�rporated or organfzed by you.
Coverage B does not apply to "personal and advertising injur�' arising out of an offense
comrnitted before the entity was acquired or incorporated or organized by yau.
Records and descriptions of operations must be maintained by #he first Named insured.
ir �
I �J
C
' B.
This Sec�on 70. does not apply ta newly formed nr acqu€red organizations if caverage is excluded either by
provisians of the Caverage Part nr by other endorsement(s) attached to it.
'1. DUTIES IN THE EVENT OF OCCURRENCE, OFF�NSE, CLAlM C!R SUIT
' A. 7he requirements in Section IV - Condltions, Pa�agraph 2.a., that you must sae to !t that we are notifed af an
"accurrence" applies only when the "occurrence" is known to:
1. You, if you are an individuaf;
' 2. A partner� if you are a partnership;
3. A member o� manager, if you are a limited liability company,
4. An executive affic$r or designee, if you are a corporation;
' S. A trustee, if y+ou are a tn�st; a�
6, A designee, if you are any other type of organization.
8. The requirements in Section IV - Conditions Paragraph Z.b. that you must see to it that we receive written
' notice af a ciaim or "suit" will nat be considered breached unless ti�e breach occurs after such claim or "suit" is
known ta:
' 9. Yau, if you are an individual;
2. A partner, if you are a partnership;
3. A member or manager if yau are a limited liability campany,
4. An executive officsr or designee, if you are a corporation;
' 5. A trustee, if yau are a tn�st; or
6. A designee, if you are any other type of organizaGon.
t Knowfedge af an "oc�urrence," ciaim or "suit" by the agent, servant or "employee" of any insured shall not in itseif
constitute knowtedge af the insured unless an officer or designee shall have received natice from its agent, servant or
"employee".
'
�J
'
CG 841612 03
'
Includes copyrIghted materiai af ISO Properties, inc., with its permission.
IS� Properties, Inc., 2003 Page 7 of 9
. Mliler CansUuetlori
19123518 ..
8: � NON-OWNED AIRCRAFT
' The following is added to Subparagraph g. of 2., Exc[usions of Section I- Caverage A Bodity Injury And R�operty
Damage Uabiti#y:
9.
'
(6) An aircraft with a paid crew, that is hired, chertered or loansd but is not owned by any insured.
PROPERTY DAMAGE - ELEVATORS
The fallowing is added to Subparagraph j, of 2., Exctusians of Sectian 1- Coverage A Bvdily Injury And Praperty
Damage Liability:
' Paragraphs (3) and (4) af this exclusian do not apply to damages that result from the use of elevators.
AU other terms and conditions af your policy remain unchanged.
'
�
'
�J
'
'
'
'
�
'
�
'
�G 84 7612 03
includes capyrighted material af ISO Properties, Inc., with ifs permission.
1S0 Pmperties, Inc., 2003 Page 9 of 9
�
r � .
� " ; �i;;
I;'
i .
it
I � ( i:. � .. � .
1�� '. .. - . ' ' . .
I �� .
4s ,; . PI
�. 1 t �: � � I� ?p
;t j t
�1 i �
,,
�D $and i�o ��5�$Y 9(�� �
; , '°. :: � ` �� � �� . �
�
, �
KNOW ALL' PEOPLE BY THESE �PRESENTS; . ,:: i
Tye Miller . Inc dba T Mi�Ier Co�t,s�ctlon ` 'phpd a! . anci �ravelers Casualty �
We,. tfie unde�signed � =� C P`�
and Suretj�. �ompairy of America `., .:�11e �Und�l'SlgnBd Cofpolcttioll, and exIsting under the laws �
of the 5tiate of Connecticut and legaily doing �usiness in tfie St�ate bf WaShingto.n as a'surety_("Surety'�,
are held aiid:firm{y banded unEo _the Ciry of Feiiera! V1/ay, a.WasF�it�gton municipaf corporatfon:("City,'� in the
pet1a) sII[� of Q��e Hundred Forty Nine T�ousand Eight* Do!lars and nq%100 ($1�9,8. 00 �1: #OP the
payment�of which we flrmly bi�d aurseh►es and our legal� representatives; hetrs, successors and: asslgns,
jointly and severally. *Hundred Eight Two
Y
This abligation is enkered into an Ag�eement wi�h the �City dai�ed .'20 � for 20ih Avenue S Sidewalk
'Improvements Project (S 314th Street to�S 316th Street) '
NOW, THEREFORE, if Ehe Principa! sh�ll perform all the prov{sibna of tlie Ag�'eement.in the manner and. within
the time, :period p►�esc�(bed by the :City, br with(n such exbensions oF time. as may be granted.. under the
Agreement, and sha}I pay ail laborers; mechanics, subcontractors and material men or _women, and all
persons who'shall suppfy the Principat or subeontractors.with pro�isions and supplies:for the. carrying.or� of
' said woriy and shall :hotd the �City, itheir� oflicials, agents, em�loyees aad vplunteers harmiess from asry toss or
damage occasioned to any person or property by reason of any carelessness or negtigence on the part of the
�Prtr�dpal, or any subcantrackor in the .performance of said work, en� shall indemnify and hotc3 the City
-harmless:from any i3amage or. erpense:.by reason of failure af:performance as specified in the_Agreement
5 " within a. of one (i.) year after:it� final aQCeptance thereof:hy #he Cty, then and fn t�he •event_ thls
obligatfon shall be void; 6ut otherwise, :Ik:sFial! be and` remain in full �for�e and effect.
Md tha 5urety,; for value recelved, hereby further sti.pulates and agrees that no change; exEension: of time,
,: .
�
: atfierahnn ;or addttion ta tMa texms of : the : Agreement ar to . the work .to be �etForrned thereundet or �the
specificattons: accompanying t#te same sfia3l.in any way �affect �its o1iligation or� �this. �6ond, arid it does hereby
wafve �aUce af any chenge, extenslon of time, altieraClons or "adtlitlons to the �terms of tfie AgreemenC or ta
the 1Nar[c. -
The Surety. hereb.y agrees that modifiratians and cManges may be �made in terms and :prouisions pf the
Agreement wif�outnatice to.Surety, and any such modlflca�foris or ehanges increasing the bokai amount ta be
paid the Pnncipal .sf�all automaticaily :increase, the ubligativri of fihe Sure.ty on thfs PerFormance 8and. in a Iike
amount, �such Increase, bowever,. not to exceed tWenty-five percent (25%} of tfie original:amount of this
bond withouE the consent of tfie Surety.. �
Within forty-ftve. (45) days.�of: receiving nat3c2; that the Pnncipa[ has defauited on aIi or part af the t�rms of
the Agreement, the Surety shal! make.a written commibrient to the City that it wll! either: .{a) aure the
,
clefault itse{f wlfhln a.reasanable t(r�te ;period, ;or {b) tender to.:the city, the amgunt necessary �for the Gty bo
remedy the defauit, induding lega) fees incuc�ed hy the �ty, �or (c)'in the event fhet Surety's :evatuatlon of
the dlsp� �is not complete .or:tn the event the 5urety disputes the Cfty's claim of default, #he Surety shai)
nobfy.�the Ctky of its flnd[ng and its mtet�t, if any, to. interplead 'Phe Surety shal! then fulfiil �ts o6ligations
under �hfs bond, according to, tfi� aption �t has' elecfied Shoutd Surety etect option (a) �to :cure 4fie defauit,
the penai si�rr; of the Bond siiai{:be reduced in an amountequa! to ti�e�costs actually'ineu�red:by Che Sure.ty in
CUFing i�te defaUlt If the Surety: eled� optian (b}, then upon cari�pletlon af �the .necessary work, tbe City shali
natlfy ti�e Surety of it5 actual;cost� The�City;sh�lF;retum, withouE interPSt, any averpayment made'by the
Surety.ar�id the Surety shali pay to the Crty, any actual � whfch eaiceed tfie GILy esttrnate, IirnIted to tfie
band amount 5hould the Sure,ty elecE,:optlon .the'Parfles shall,�rst complete participatton. in rr�ediatlan,
,, _
descrlhed. in tEie below paragraph, p�for�ta any li�tecplead action.
� -
Cit�+ of Federal Way ' RFB # 11 103 .
20 Ave S improvements, �� Page.57 2011
RFB ver, I-08
:�
i i;, :
s i ,... , •
,.:� � :,,. ,
� , , ,.. _
,.. ; , : � � ,
,
,�
. . . F �I .' . . .
,l��
In.the evenh a..dispute should;a�ise betw „n the Par6es to this Bond with respect to ttte City's declaration of
deFault by the..P�incipal, the Parbes a�ree'to;par�icipate:in at.least f4Ur.hours of.medfatfon:in accvrclance wlth
- the med�alion' procedures of UnTted;I;S and MedtatIon..(°USABcM'� ,'; The ,P.arties shafl
proportionately 'share in the :�post of: the �;medfat�on. The . medietton shall be . adminisbered ,by the :Seatde •
USA&M af�ce; 430Q Two Union Square; G01' ,Union 5treet, Seattle,.Washington 98101 2327 The.Surety shall
not ini�rplead pnor ta compEefEon o� medta�fon : � .
� �
� . ; �.
_ �
, <
DATED..tI]tst(�thd.�y May ` , 2071 . -
, ; , .. , . .
CORPOftATE:SEA!_ OF PRINQPAL `' ;! ;: .�� 'PRIItIQPAI. Tj�e M er, Thc dba:T.. Mi11ei. Construction ..
i
B
� � : af Pe Executin .Band)
' Its:
� ; :(Title} . . --
19950 SE Green Valle� Rd
: _ Auburi�,.WA 98092
(Addl'eS5)
253
. (Phone)
C�RTI�TCATE AS TO CORPORATE SF1�1L
T hereby cerlify that I am tiie (Assistant) Secretary of the Corporation •named .as Principal in the
w�thi� bond; that � : who signed the saEd bond on:behalEaf the Principal, was _,,.
-af the said Corporation; that I know h€s. or her signature thereto is genuine, and. that.
sald bond was duly slgned, sealed, and aEbested for and in beha{f oP sa(d �Corpotation. by autharity of its
govemtng body:
CC�RPORATE SEAL OF SUf�ETY:
.�, •
,,,,���„�,
''��:i �1.';I,�{��.,
,`. ,� ,, sy:
» ,
4 }� 4" �
• �., � C y �
_ rt-, ;�. . �_ :
�- . , - .
�-� ,_,
� :� � Y 4 ` -
� `
"�t�� . • • ... . . � � . , "� �� ;
• , � ;� -
' Y 0 � � �'..,;
�
Cit�y of.Federal Way
20 Ave S 5idewnik l�
RFB ver. 1-08
�vements i; Page 58
S.ecreta .ry of.Assiskant Secretary
Travelers
Surety Company of America
tb Powd�dF,Attomey)
`.Jeri fer L: Snyder
e,of.Persan ExecuttngBond). •
PO gox 2940 •
Tacoma, WA 98401 -
(Address)
253-759-2200
RFB:# I1 ]03
. �01'1 :.
, _.__ ..: : _._.._ _ ,
; : , � ;
(Phone}
� , ::. . , ...
,. , :
Al�PROVED AS TO E�RM;
t r. . �
� •:��
::: ; �
'' s --,--,--. _ _
RaMda A. R(chardson, City � ey ;
:::. ; _ ,, .
.;,. . ,: ,
#:' . �
�;; .
�: .
,: . .
�:: ; -
��: .
i �`:::
�
;: �
��: ' ,
�, .;
i;.
I�;." ' -
� . .
I;;': , '
I::`.'
Cit�+ of Federal Way
20 Ave S SIdewallc Improvec�ieuts Page 59
� v�T. i-oa
RFB. # 11 103 _
' Zoi�i :
BORDER
. . �
POWER OF ATTORNEY
TRAVELERS Farmington Casualty Company St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company 'It�avelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc. Tt�avelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
Attorney-In Fact No. 221935 �ert���ate No. 0 0 3 7 6 9 2 7 3
KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guazdian Insurance Company and St. Paul Mercury Insurance
Company are corporations duly organized under the laws of the State of Minnesota, that Fazmington Casualty Company, Travelers Casualty and Surety Company, and
Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guazanty
Company is a corporation duly organized under the laws of the State of Mazyland, that Fidelity and Guazanty Insurance Company is a corporation duly organized under
the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin
(herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint
Eric Zimmerman, Karen Swanson, Brent E. Heilesen, Anne E. Strieby, James B. Binder, Peter J. Comfort, Jennifer L. Snyder, Lisa Kerstetter, Julie R. Truitt,
Peggy A. Firth, Tamarie Ellingsen, Steve Marinkovich, Melinda Carlson, and Christopher Kinyon
of the City of Tacoma , State of Wa�hingt�n , their true and lawful Attorney(s)-in-Fact,
each in their separate capaciry if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of,guazanteeing the fidelity of persons, guazanteeing the performance of
contracts and executing or guazanteeiiig bonds and undertakings required or permitted in any aetions or prviceedings allowed by law.
IN WITNESS WHTREOF, the Companies have caused this instrument to be sxgned and their corporate seals to be hereto affixed, this 15th
day o€ July 2010
-, Farmington Casualty Company St. Paul Mercury Insurance Company
- , Fidelity and Guaranty Insurance Company ,, 1Yavelers Casualty and Surety Company
Fidelity and Guaranty Insurance'Underwriters, Inc. Tt�avelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
GhSU� yFt0.E4 ��N..�NSG pY�. 1��q,� JP1YANp �}IpyYp�y _c�{jY�
r ,, py ri. p r y �' •.� � .........q,�** y, s s� .� Q k� �
� �y �l W � � 9 @%� • 1 4 l'� . P �
� S � � f1 ,�, � '•^^�nW� . ' m ?t'�ORGORA>F C! W rC� RPORAT P ' '� ,c1O E °+ 9 a 3 7j � �
1982 0 1977 �; f: :� W w,�rwr�. • ��� �ass
Z s�,�,s e � 195 �� �� S E 8 L lo�f ;t, � CONN. n �� e NO�
g y 1 �•. S8AL;3 W o
b� p� � '�,r� c�� a�`••.....: ! a A I d�''••.. ..: �'aD 's �a� � �
y ' � mx„„'��
fs . A +s�' �' r� di � �P .� AIN
State of Connecticut
City of Hartford ss.
By:
Georg Thompson, enior ice President
On this the 15th day of July 2010 before me personally appeazed George W. Thompson, who acknowledged
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guazanty Insurance Underwriters,
Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety
Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guazanty Company, and that he, as such, being authorized so [o do,
executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
�a.TET�
In Witness Whereof, I hereunto set my hand and official seal. T
My Commission expires the 30th day of June, 2011. � p��� t
����
`('(� c�n�► C . �,�wr��
Marie C. Tetreault, Notary Public
58440 Printed in U.S.A.
THIS POWER OF ATTORNEY IS INVALID WITHOUT THE
IS INVALID WITHOUTTHE RED BORDER
, �
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guazanty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guazdian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions aze now in full force and effect, reading as follows:
RESOLVED, that the Chauman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, conuacts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Boazd of DirectQrs at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the Fresident, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice Fresident or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Execuuve Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident AssisYant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attomey or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guazanty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United 3taCes Fidelity and Guazanty Company do hereby certify that the above and fbr�bing
is a true and conect copy of the Power of Attorney executed by said Companies, which is in full force' and effect and has not been revoked. ^�„ .,�•- ,
; .,
.
•' �"Y C,.
. +,••� ,e.
, ; �,,.• .. .. .; >
�1. . r-i � �'�
IN TESTIMONY WHEREOF, I have hereunto set my hand and sfFxed the seals of said Companies this � day of • J� N, 2Q� '�. �
- c,
.,�t . . .
.. _ ,
� .� ��, . .
� �� �� �: � ! .�
C=_//T�� L� ' " " .
, �.
,� •�, � � •
:�
. � .. w , , . ,
;.�
Kori M. Johans Assistant Secretary•:, '�� .- _;.; ���\,�
� .,...,,.
�� k .;
, �,
2 (�I�SUq� j` qr••• y FlRE6� o\*N.,INS`9 ;a+""�MgV_"k. � !' �� A � �Y�
y� H
Q �fr CT �' r '�9 r,�pRPOR �.y V:' ": p G, r �4
Z � o � 1977 � �� m �i ... ��F;m �.'�ppPORATEt �� i HAFRFORD� < ��NHTPf1Nb. � <O�'
y a ; 1�J� �' �� ��.S8AL;3 �, cor�ri. o Wtw. � ;m 1896 �
r� a� � � �"s� °� �d `� � v''' ' � �°° s °° � . +�"' � �
y � F mn �N.AN� < d� Y'Na ��
To verify the authenticity of this Power of Attomey, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the
above-named individuals and the details of the bond to which the power is attached.
D WITHOUT THE RED BORDER
'
'�
n
�
'
'
l.J
II
�
,
,
'
IXHIBIT H
TiTLE VI ASSURANCES
During the perForrnance of this contract, �e contractor/consultant, for itself, its assignees and
successors in i�nterest (hereinafter referred to as the ��contractor'� agrees as follows:
1. Compliance with Regulations
The contractor shall comply with the Regulations relative to non-discrimination in federally
assisted programs of United States Department of Transportation (USDOT�, Title 49, Code of
Federal Regulations, part 21, as they may be amended from time to time, (hereina�er referred to
as the Regulations), which are :herein incorporated by reference and made a part of this contract.
2. Non-discrimination
The contractor, with regard to the work performed by it during the contract, shall not
discriminate on the grounds of race, color, sex, or national origin in the selection and retention of
sub-contractors, including procurement of materials and leases of equipment. The contractor shall
not partici;pate either directly or indirecCly in the discrimination prohibited by Section 21.5 of the
Regulations, including ernployment practices when the contract covers a program set forth in
Appendix B of the Regulations.
3. Solicitations for S�b-c�ntracts, Zncluding Procurement of Materials and Equipment
In a:il solicitations either by competitive bidding or negotiations made by the contractor for
work to be performed under a sub-contract, including procurera�ent of mateHals or leases of
equ�pmen�, each potential sub-contractor or supplier shall be notified by the contractor of the
contractors obligations under this contract and the Regulations relative to non-discriminat�on on
the grounds of race, color, sex, or national origin.
4. Information and Reports
u
u
�
The cor�tractor shall provide all information and reports required by the Regulations or
directives issued pursuant thereto, and shall :permit access to its 'books, records, accounts, other
sources of infiormation, and its facilities as may be determined by the contracting agency or the
appropriate federal agency to be pertinent to ascertaEn compliance with such Regulations, orders
and instructions. Where any in�formation required of a contractor is in the exclusive possession of
another who fails or refuses to fucnish this ir�formation, the contractor shall so certify to WSDOT or
the USDOT as apprapriate, and sha�1 set forth what efforts it has made ta obtain t�e informafion.
5. Sanctions for Non-c�mpliance
'
C�
�
�
'
In the event of the contractor's non-compliance with the non-discrimination provisions of
this contract, the contracting agency shall im�pose such contract sa�ctions as it or the USDOT may
determine to be appropriate, indluding, but not limited to: Withholding of payments to the
contractor under the contract urrtil the contractor cornplies, and/or; Cance.11ation, termination, or
suspension of the contract, in whole or in part
Cit� of Federal Way RFB # 11-103
20 Ave S Sidewalk Improvements Page 60 2011
RFB ver. 1-U8
'
�
I � .
u
�
,
�
'
'
LJ
'
'
'
'
�
�
'
'
�
IJ
6. Inconporation of Provisions
� The contractor shall include the provisions of paragraphs (1) through (5) in every sub-
contract, incl�uding procurement of mater�als and leases of equipment, unless exempt by the
Regulations, or directives issued pursuant thereto. The contractor shall take such action with
resp.ect to any sub-contractor or procurement as the contracting agency or USDOT may direct as a
rneans of enforcing such provisions including sanctions for r�on-compliance. Provided, however,
that in �the event a contractor becomes invoived in, or is threatened with, litigation with a sub-
contractar or supplier as a result of such direction, the contractor may request WSDOT enter into
such litigation to protect the interests of the state and, in addition, the contractor may request #he
USDOT enter into such litigation to protect the interests of the United States.
Cit�y of Federal Way
20 Ave S Sidewalk Improvements Page 61
R�B ver. 1-08
RFB # 11-1U3
20�1
�- !
2O AVENUE S SIDEWALK IMPROVEMENTS
(S 314 STREET TO s 316 STREET)
SPECIAL PROVISIONS
�
��
�J
�
�
�
�
�
I�
II
IJ
1
�
�
' CITY OF PEDERAL WAY
20 AVE�NUE SOUTH SIDEWALK IMPROVEMENTS PRO�ECT
(S 3�14 STREEI' TO S 316� STREET)
'
ADOPTION OF STANDARD PLANS AND STANDARD SPECIFICATIOMS
'
�
;��
�
GENERAL
The 2010 Standard Specifications for Road, Bridge and Municipal Construction, �prepared by the
Washington State department of Transportation and the Washington State Chapter of the �
American Public Works Association and all amendments and revisions thereto, shall be
hereinafter referred to as the "Standard 5pecific�tions" and "Standard Plans" respecdvely, and
said Standard Specifcations and Standard Plans together with the laws of the State of
Washington and the ordFnances of the City of Federal Way, so far as appticable, are hereby
included in this document as though quoted in their entirety and shall apply as supplemented
by the Contract Documents. �
A copy of the these Standard Specifications and Standard Pians are on file in the Public Works
, Department, City o Federal Way, Washington, where they may be examined and copied by any
interested party.
, The following Special ProviSions supplement the 2010 Standard Specifications for Road, Bridge
and Municipal Construction, and the amendrnents ta the Standard Speci�fications are made a
part of this Contract.
' Where the following Speciai Provisions conflict with the Sta�ndard Specifications or Standard
Plans, the Specia�l Provisions shall go�ern.
'
il
�
;�
'
I �
�'
�
'
'
SPECL4L RROVISIONS
2U"' Avenue Souti� Sidewalk Improvements
(5 314"' Street to S 316"' Street)
Gry of Federal Way
SP - 1
RFB 11-103
2U11
INTRODUCTION TO THE SPECIAL `PROVISIONS
The following
Speclficabons
Amendments
Specifications".
Special Provisions shall be used in conjunction with the 2010 Standard
fnr R�d, Bridge and Municipa/ Cons6vction (English) and the foregoing
to the Standard Specifications hereafiter referred to as the "Standard
The Standard Specifications, except as they may be modified or superseded by these Special
Provisions, shall govem ail phases of work under this Contract, and they are by reference made
an integral part of these specifications and contract as if herein fully set forth.
In case of confl�ict between the var�ous elements of the Contract Documents, refer to Section 1-
04.2 of the Special� Provisions for order of precedence.
Also incorporated into the Contract Documents by reference are:
Manua/ on Unifnrm Trafl"ic Contro/ De�ices fo� Streets and Highways, current edition.
Standarr� Plans for Road, Bridge ar�d Munici�/ Construclion, as :prepared by the Washington
State Department of Transportation and the American Public Works� Association, current
edition.
Nationa! E/ectrica/ Code, current edi�%on.
�ng County Road Standards — 2007.
City of Federa/ Way Public Wonres Deve%pment Standards
The Contractor shall obtain copies of these publica�ons at their own expense.
These publications are incorporated in this cor�tract by this reference as if set forth herein in
full. The Cantractor's a�tention is called to the fact that said publications contain general
conditions to this contract as well as construction detai�s. The responsibility of supplying himself
with those publications shall rest with the Contractor. _
Several types of Special Provisions are included in this contract; General, Region, Bridges and
Structures, and Project Specific. Special Provisions types are differentiated as follows:
(date)
�******�
(Regions date)
(BSP date)
General Special Provision
Notes a revision to a General Speciaf Provision
and also notes a Project 5pecific Special
Provision.
Region Special Provision
Bridges and Structures Special Provision
General Special Provisions are similar to Standard Specifications in tfiat they typically apply
to mar�y projects, usually in more than one Region. Usually, the only difference from one '
project to another is the inclusion of variable project data, inserted as a"fiill-in".
SPECIAL PROVISIONS
20'" Avenue South Sidewalk improvements SP - 2
(S 314"' Street t:o S 316"' Street)
aty of .Federal Way
RFB 11-103 '
2011
'
r�
�
�
,
�
'
�
�I
C'
�'
��
C
[�
1
C�
'
Region S.peciai �Provisions are commonly applicable within the designated Region. Region
designations are as follows:
R ions
�ER
NC�R
'NWR
O�R
SCR
SWR
WSF
Eastern Region
North Central Region
Northwest Region
Olympic Region
South Central Region
Southwest Region
Washi:ngton State Ferries Division
Bridges and S#ructures Special Provisions are similar to Standard Specifications in tt�at
they typically apply to many projects, usually in more than one Region. Usually, the only
difference :ftom one project to another is the inclusion of variable .project data, inserted as a
`�fill-in".
Project Specific Special 'Provisions norrnally appear only in the con#�act for wMich they were
developed. ,
HEADINGS
Headrngs to parts, sections, forms, articles, and sub-articles are inserted for convenience or
reference only and shail not afFect the interpretation of the contract documents.
SPECIAL PROVISIONS' STRUCTURE
The specifications noted herein modify the Standard Specifications. Sections of the Standard
Specifications that are not modified or replaced as addressed in these Speciaf �Provisions shall
remain as described in the Standard Specifications.
Supplement.• Text supplements, slightly modifies or adds clarification to the idenfified section
of the Standard Specifications , �
New.• Item/specification is unique to this project and will not be found in the Standard
Specifications
Rep/acement.• A replacement of the entire identified section or subsection of the Standard
Specifications
Modification: A replacement of the identified sentenae or paragcaph of the Standard
Specifications
SPECIAL PROVISiONS
20"' Avenue South Sidewalk Improvemer�ts
(S 314'" Street to S 316"' Street)
City of Fe�ral Way
SP-3
RFB i1-103
2011
DIVISIO�N 1
GENERAL REQUIREMEHTS
� : J M _o_ ► _�, � _�_ : .1
This Contract provides for the improvements ta 20�' Avenue South: S 314�' Street to S 316"'
Sfireet. Irnprovements wi41 include construction of a new sidewalk b+et�ween S 314�' Street and S
316�' 9treet. The construction includes remova! of existing sidewalk, and landscaping, grading,
retaining walls, sidewalks, property restoration, illumination, festival lighting, and street trees.
i-01 DEFINITIONS AND TERMS
In fihe Standard Specifications, whenever reference is made to the State, Commission,
Department of Transportation, Secretary of Transportation, Headquarters, or State Treasurer,
such reference sha�1 be deemed to be the Owner and/or its Public Works Director.
Where the term "Engineer" appears in the Standard Specifications, it shall be interpreted to
mean the Public Works Director of Federal Way, or its authorized representatives.
Wherever the words "indemnify, defend, and hold harrnless," or variation thereof appear in the
General Requirements, they shall apply to the Engineer as well as the Owner.
1 • Definitions
(September i2, 2� APWA GSP)
This Section is supplemented with the fo�lowing:
Ali references in the Standard Specifications to the terms ��State", ��Department of
Transportation', "Washington State Transportation Commission', "Commission', "Secretary
of Transportation", "Secretary", "Headquarters', and "State Treasurer" sha(I �be cevised to
read ��Contracting Agency".
All references to °State Materiais Laboratory" shall be revised to read "Contracting Agency
designated location".
T�he venue of all causes of action arising from the advertisement, award, e�cecution, and
performance of the rnntract shall be in the Superior Court of the County where the
Contracting Agency's headquarters are located.
Additive
A supplementai unit of work or group of bid items, identified separately in the proposal,
which may, at the discretion of fihe Contracting Agency, be awarded in addition to the base
bid.
SPECIAL PROVISIONS RFB 11-103
20th Avenue South Sidewalk Improvemenis Project SP - 4 2011
(S 314'" Street to S 316"' Str'eet)
Ctry of Federal Way
�
�
�
Afternate
One of two or more units of work or groups of bid items, identified separately in the
proposal, from which the Contracting Agency may make a choice between different
methods or material of construction for performing the same work.
Contract Documents
See def nition for "Contract".
Contract Time
' �'he period of time established by the terms and canditions of the contract within which the
work must be physically completed.
'
u
'
'
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 officiaily binds the agency to the cantract.
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 Contraeting Agency has full and unrestricted use
and benefit of the facilities, both from the operational arad safety standpoint, and only
' minor incidentai work, replacement of temporary substitute facilities, or correction or
repair remains for the physical completion of the total contract.
Physical Completion Da#e
, 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 fuifilled by the Contractor. All documentation required
by the contract and required by law must be furnished by the Contractor before
establishment of this date. �
Final Acceptance Date
The date on which the Contracting Agency accepts the work as complete.
Notice of Award
, The written notice from the Contracting Agency to the successful bidder signifying the .
Confiracting Agency's acceptance of the bid.
'
SPEQAL PROVISIONS RFB 11-1Q3
' 201fi Avenue South Sidewalk Improvemer�ts Project SP - 5 Z011
(S 314"' Street to S 316'" Street)
Ciiy of Federal Way
�
Noti� �o 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.
Trafi�c
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheel�hairs, and
equestrian trafFic.
SECTION 1-02, BID PROCEDU'RES AND CONDITIONS
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
i-02.1 Qualificataons of Bidder
(Marc�� 25, 2009 APWA GSP)
Bidders must meet the minimum qualifications of RCVII 39.04.350(1), as amended:
"Before award of a public works contract, a bidder must meet the fotlowrng responsibitity
criteria to be considered a responsible bidder and qualified to be awarded a public works
project. The bidder must:
(a) At the time of �bid submittal, have a certificate of registration in compliance with
chapter 18.27 RCVU;
(b) Have a current state urrified bus�ness identifier num:ber;
(c) If applicable, I�ave industrial insurance coverage for the bidder's employees
working i�n Washington as required in Title 51 RCW; an employment security
departmer�t number as required in Ttle 50 RCW; and a state excise tax
registration number as required in Title 82 RCW; and
(d) Not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(�)."
1 Plans and Specifications
Delete this section and replace it with the following:
Information as to where Bid Docurnents can be obtained or reviewed will be fou�nd in the
Cail for Bids (Advertisement for Bids) for the work.
After award of fhe contract, plans and speciflcations 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��)
and Contract Provisions
5
Fumished automatically
upon award,
SPECiAI PROVISIONS RFB 11-iO3
20th Avenue � Sidewalk Improvements Project SP - 6 2011 '
(S 314"' Street to S 316"' Street)
City of Federal Way .
���
u
'
'
Additionai plans and Contcact Provisions may be purchased by the Contractor by payment '
of the cost stated in the Call for Bids.
' 1-02.4 � Examination of Plans, Spec�cations, and Site of Work
Supplement Section 1-02.4 with the following:
�.I
,
'
u
,
C
'
t
'
Minor variations and miscellaneous items may not be shown on the Plans. In accordance
with the Standard Specifications, it shall be the Contractor's re.sponsibility to examine the
site, familiarize himself with'all attendant conditions and determine the difficulties and worlc
involved, and he shall accept the site in its existing condition at the time of the award of
contract.
1 Proposal Forms
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following:
At the request of a bidder, the Contracting Agency will provide a proposal form for any
project on which the 'bidder is eligible to bid.
The proposal form wil�l identify the project and its location and de.scribe the work. It vinll
also list estimated quantities, units of ineasurement, the items of work, and the materials
to be fumished at the unit bid prices. The bidder shali compiete spaces an the proposal
form that call for, but are not limited to, unit prices; extensions; summations; the total bid
amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of
addenda; the bidder's name, address, telephone number, and signature; the bidder's
D/M/WBE� commitment, if applicable; a State of Washington Contraotor's Registration
Number; and a Business License Number, if applicable. Bids shall be completed by typing
or shall be printed in ink by hand, preferably in black ink. The required certifications are
included as part of the proposal form.
The Contract'rng Agency reserves the right to arrange the proposal forms with altemates
and additives, if such are to the advantage of the Contracting Agency. The bidder shafl bid
on all alternates and additiyes set forth in the proposal forms unless o�erwise specified.
Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by
the signer of the bid. The bidder shall make no stipulation on the Bid Farm, nor qualify the
' bid in any manner. �
LJ
A bid by a corporation shali 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 D/M/WBE
requirements are to be sa�sfied through such an agreement.
'
' SPEQAL PROVISIOiVS RFB 11-103
20th Avenue South Sidewalk Improvements Project SP - 7 2011
(S 314"' Street to 5 316�' Street)
City of Fedecal Way
�
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 agreernent shall be submltted with
�e Bid Form if any D/W/MBE requirements are to be satisfied through such an agreer�ent.
1-02.6 Prepara#ion of Proposal
(October 10, 2008 APWA GSP)
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item t�e unit or lumn sum price
[�a�st eat�al or exceed the minimum amount stated.
1-02.6 Preparation of Proposal
Supplernent Section 1-02.6 with the followi�ng:
The City of Federal Way invites bids on the forms enclosed to be submitted at such time
and place as is stated in the Call for Bids.
ALL BLANKS IN THE PROPOSAL FORMS MUST BE APPROPRIATELY FILLED IN, AND ALL
PRICES MUST 8E STATED IN LEGIBLE FIGURES.
Bids or proposals shall be addressed as follows:
Purchasing Office
City of Federa! Wa�y
33325 8�' Avenue S
Federal Way, WA 98003-6325
The envelope shall be plainly marked "20th Avenue S Sidewalk Improvements Project (S
314th Street to S 316th Street)".
Proposal envelopes sent by mail shall be further sealed in another envelope, addressed as
above.
1-02.6(i) interpretation of Bid Documen#s (New Section)
If any ,person contemplating submitting a bid for the proposed Contract is in doubt as to the true
meaning of any part of the plans, specifications or other documents, he may submit to the
Engineer a wMten request for an interpretation thereof. Any interpretation of the proposed
Contract documents will be made by an addendum duty issued and a copy of such addendum
wili be mailed or faxed to each person receiving a set of the plans and specifications and each
bidder shall acknowledge re�ceipt of such addendum received in order to have the bid
considered. The Owner will no# be responsible for any other expianations or interpretations of
the proposed Contract documents during the advertisemer�t period.
Na verbal agreement or conversation with any officer, agent or employee of the Owner, either
before or afiter execution of the Contract, shafl affect or modify any of the terms or obligations
SPECUAL PROVISIONS �RFB i1-103
20th Avenue South Sidewalk ImprovemeMs Project SP - 8 2011
(S 314"' Street to S 316�' Street)
Gty of Federal Way
'
,
I'�
'
'
'
�
��
C
contained in any of the docurr�ents comprising the Contract. Any such verbal Contract shall be
considered as unofFicial infarmation and in no way binding upon the Owner.
i Bid Deposit
(October 1, 2005 APWA GSP)
Supplement this sectian with �e 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.
1 Delivery of Proposal
(October 1, 2005 APWA GSP)
Revise the first paragraph to read:
Each proposal shall be submitted in a sealed envelope, with the Project Name and Project
' Number as stated in the Advertisement for Bids clearly marked on the outside of the
envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and
delivery.
, i-02.11 Combination and Multipie Proposals
�I
C
,
'
Suppiement Section 1-02.11 with the following:
No person, firm or corporation shall be allowed to make, or file, or be interested in more
than one bid for the same work unless alternate bids are speclfically calied for. A person,
firm, or corporation that has submitted a sub proposal to bidder, or that has quoted prices
of materials to a bidder is not ifiereby disqualified from submitting a sub proposal or quoting
prices to other bidders or making a prime proposal.
i-02.12 Pub�tic Opening Of �Proposal
(November 20, 2000)
' SPECIAL PROVISIONS RFB 11-103
20th Avenue South Sidewalk Improvements Project SP - 9 2011
(S 314'" Street to S 316'" Street)
City of Federai Way
'
Section 1-02.12 is supptemented with the following:
Date of Opening Bids �
Sealed bids are to be received at one of the following locations prior to the time Specified:
1. In the City of Federal Way Purchasing Office, 33325 8th Avenue South, Federal
Way, WA 98003, until 10:00 A.M. of the bid opening date. Bids delivered in person
will be received only in the Bid Room on the bid opening date.
The bid opening date for this :project is April 6, 2011. Bids received wil�l be publicly opened
and read after 10:10 a.m. on this date.
1 Irregular Proposals
(Ma�ch ZS, 2009 APWA GSP)
Revise item 1 to read:
1. A proposal will be considered irregular and wi!! be rejected if:
a. The Bidder is not prequalified when so required;
b. The authorized proposal form fumished by the Contracting Agency is not used or
is altered;
c. The completed proposal form contains any unauthorized additions, deletions,
altemate Bids, or conditions,
d. The Bidder adds provisions reserving the right to reject or accept the award, or
enter into the Contract;
e. A price per unit cannot be determined from the Bid 'Proposal;
f. The Proposal form is not properly executed;
g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable,
as required in Secfion i-02.6;
h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or
Women's Business Enterprise Certification, if applicable, as required in Section 1-
02.6;
i. The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation; or
j. More than one �roposal is submitted for the same project from a Bidder under
the same or different names.
i-02.14 Disqualification of Bidders
(March 25, 21J0�9 APWA GSP, Dption B)
Delete this Section and replace it with the following:
A Bidder will be deemed not responsible �if:
1. the Bidder does not meet the mandatory bidder responsibility criteria
39.04.350(1), as amended; or
2. evidence of cotlusion exists with any other Bidder or poterttial
Participants in collusion will be restricted from submitting further bids; or
in RCW
Bidder.
SPEQAL PROYISIONS 'RFB 1.1-103 '
20th Avenue South Sidewalk Improvements Project SP -10 2011
(S 314"' Street to S 316�' Street)
City of Federal Way
'
3. the Bidder, in the opi�ion of the Contracting Agency, is not qualified for the work
or to the full extent of the bid, or to the extent that the bid exceeds the
authorized prequalification amount as may have been determined by a
prequalification of the Bidder; or
4. an unsatisfactory perFormance record exists based on past or current Contracting
Agency work or for work done for others, as judged from the stand.point of
conduct of the work; workmanship; or progress; affirmative action; equal
employrnent opportunity practices; termi:nation for cause; or 'Disadvantaged
Business Enterprise, Minority Business Enterprise, or Women's Business
Enterprise utilization; or
5. there is uncompleted work (Contracting Agency or otherwise), which in the
opinian of #he Contracting Agency might hinder or prevent the prompt
compietion of the work bid upon; or
6. the Bidder failed to settle biils for labor or materials on past or current contracts,
unless there are extenuating circutnstances acceptable to the Contracting
Agency; or
7. the Bidder has failed to complete a written public contract or has been convicted
of a crime arising from a previous public contract, unless there are extenuating
circumstances acceptable to the Contracting Agency; or
8. the Bidder is unable, financially or otherwise, to perForm the work, in the opinion
of the Contracting Agency; or
9. there are any other reasons deemed proper by the Contractir�g Agency.
As evidence that the Bidder meets the bidder responsibility criteria above, the apparent
two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid
submittal deadline, documentation (sufficient in the sole judgment of the Contracting
Agency) dernonstrating compliance with all applicable responsibility criteria, including all
documentation specifically listed in the supplemen�l criteria. The Contracting Agency
�reserves the right to request such documentation firom other �Bidders as we�l, and to
request further documentation as needed to assess bidder responsibility.
' The basis for evatuation of Bidder compliance with these suppiementai criteria shall be any
documents or facts obtained by Contracting Agency (whether from the Bidder or third
parties) which any reasonable owner would � rely on for determining such comp�iance,
including but not limited to: (i) financial, historical, or operational data from the Bidder;
, (ii) information obtained directly by the Contracting Agency from owners for whom the
Bidder has worked, or other public agencies or private enterprises; and (iii) any additional
' information obta.ined by the Contracting Agency which is believed to 'be relevant to the
matter.
�
'
C
If the Contracting Agency determines the Bidder does not meet the bidder responsibiiity criteria
above and is therefore not a responsible Bidder, the Contcacting 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 24 hours of receipt of �e Contracting
Agency's determination by presenting its appeal to the Contracting Agency. The Contracting
Agency will consider the appeal before issui�ng its final determination. If the final determination
affirms that the Bidder is not responsible, the Contracting Agency will not execute a cor�tract
, SPEQAI. PROVISIONS RFB 1i-103
2Qth Avenue South Sidewalk ImproverneMs Project SP - 11 2011
(S 314"' Street to S 316"' Street)
Ciry of Federai Way
�
,
with any other Bidder until at least two business days after the Bidder determined to be not
responsible has received the final determination.
3�-02.15 Pre Award Information
(October 1, 2005 APWA GSP)
Revise this section to read:
Before awarding any contract, the Contracting Agency may require: one or more of these
items or actions of the apparent lowest responsible bidder:
1. A cornplete statement of the origin, composition, and man�facture of any or all
materials to be used,
2. Samples of these materials for quality and fitness tests,
3. A progress schedule (in a form the Contracting Agency requires) showing the order
of and time required for the various ,phases of the work,
4. A breakdown of costs assigned to any bid item,
5. Attendance at a conference with the Engineer or representatives of the Engineer,
6. Obtain and fumish a coQy of a business license to do business in the citv or countv
where �he work is located.
7. A_copy of State of Washington Contractor's Registration , or
8. Any other information or action taken that is deemed necessary to ensure that the
bidder is the lowest responsible bidder.
S'ECTION 1-03, AWARD AND EXECUTION OF CONTRJ4CT
i-03.1 Consideration of Bids
(]anuary 23, 2006 APWA GSP)
Revise the first paragraph to read:
Afiter 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 e�dsts between the
price per unit and the extended amount of any bid item, the price per unit will control. I�
1-03.2 Award Of Con#ract
(A►ugust 2, 2004)
Se�ction 1-03.2 is supplemented with the following:
(April 7, 2008)
The contract will be awarded on the basis of the total of all bid items (Contract Total). "
SPECtAi PROVISIONS RFB i1-103
20th Avenue South Sidewalk Irreprovernents Project SP -12 2011
(S 314"' Street to S 316"' Street)
City of Federal Way
_ '
�
�
��
'
'
�
'
�
'
�
fl
'
'
,
u
'
,
revise t#�e unit or lum� sum price to the rr�inimum s�ecified amount and recalculate t�he
extension. The �tal of extensions, corrected where necessary, including sales taxes where
applicable and such additives and/or alternates as selected b�,tfie Contracted Agency, will be
used by the CorrtractFng Agency for award purposes and to fix the Awarded Contcact Price
amount and the amount of the contract bond.
�
�
�
�
i Execution.of Contract
(October 1, 2005 APWA GSP)
Revise this section to read:
number of copies �o 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. 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.
'
�
�
�J
u
�
u
,
�
'
,
Uratil the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work beg�n within the �project limits or within Contracting Agency-
furnished sites. The Contractor sha41 �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 rnaxim�um of 10 additional calendar days for retum
of the docurnents, provided the Contracting Agency deems the circumstances warrant it.
1-03.4 Contract Bond
(October 1, 2005 APWA GSP)
Revise the first paragraph to read:
The successful bidder shall provide an executed contract bond for the full contract amount.
This contract bond shall: �
1. Be on a Contracting Agency-fumished form;
2. Be sig�ned 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
pubiished by tfie Office of the Insurance Commissioner,
3. Be conditioned upon the faithful perFormance of the contract by the CoRtractor
within the prescribed time;
4. Guarantee that the surety shall indemnify, defend, and protect the Contracting
Agency against any claim of direct or indi�rect loss resulting from the failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform the contract, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors of the
Contractor) to pay ail laborers, mechanics, subcontractors, lower tier
' SPEQAL PROVISIONS RFB 11-103
20t1� Avenue South Sidewalk Improvemenls Project SP - 13 2011
(S 314"' Sb'eet to S 316"' Street)
Qry of Federai Way
'
subco�tractors, .material person, or any other person who provides supplies or
provisions for carrying out the work; �
5. Be accomnanied bv a nower of attorney for the Surety's officer empowered to sig�
the bond; and
6. Be signed by an officer of the Contractor em�owered to sign official statements
(sole �ronrietor or nartner). If the Cor�tractor is a corporation the bond must be
sianed bv the oresident or vice-president unless accompanied bv written �roof of
the_ authoritv of the individual signing the bond to bind tlae corporation �i e�
coraorate resolution, power of attomey or a letter to such effect by the Aresident or
vice-president).
SECTION 1-04, SCOPE OF TH�E WORK
i-04.2 Coordination of Contract Documents, Plans, Special Provisions,
Specifications, and Addenda
(October 1, 2005 APWA GSP)
Revise the second paragraph to read:
Ariy inconsistency in the parts of the contract shall :be resolved by fotlowing th�s order of
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1.
2.
3.
4.
5.
6.
7.
8.
Addenda,
Proposal Form,
Speciai Provisions, i:ncludina APWA General Special Provisions, if tMey are included
Confiract Plans,
Ar�endments to the Standard Specifications,
WSDOT/APWA Standard Specificafiions for Road, Bridge and Municipal Construction,
Contract�ng Agen s Standard Plans �if anyl, and
WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction.
1-04.6 Variation in Estimated Quantities
(May 25, 2�6 APWA GSP; may not be us�d on FHWA funded proje�s)
Suppiement fhis Section with the following:
Section 1-04.6 of the Standard Specifications shall apply except that payment of any one
item shall be at the appropriate unit contract price bid, regardless of whether the total
quantity increases or decreases by more than twenty five percent (25%).
1-04.9
1-04.9(A)
Use of Buildings or Structures
USE OF AD)ACENT PROPERTIES (I�EW SECTION)
Replace Section 1-04.9 with the following:
SPEQAL PROVISIONS RFB 11-103
20th Ar�nue South Sidewalk Improvemer� Project SP - 14 • 2011
{S 314"' Sb�eet to S 316'" Street)
City of Federal Way
Properly lines, limits of easement and limits of construction permits are indicated on the
pians and it shall be the Contractor's responsibility ta confir�e their construction activities
within right of way Iimits, unless they make separate arrangements for use of private
properly. Before using any private property adjoining the work, the Contactor shail file with
the Engineer written permission- of .the property owner and upon vacating the premises the
Contractor shall furnish the Engineer with a release from a[I damages, properly executed by
the property owner and satisfactory to the Engineer.
The Contractor shall confine their equipment, storage of materials and operatiora of work to
the Irmits indicated by law, ordinances, permits or direction of the Engineer and shall not
unreasonable encumber the premises with their materials.
The City has not provided a space for a wark yard or materials storage and there is not
sufficient right of way to provide a location for such a use.
1-04.11 Final Cleanup
Supplement Section 1-04.11 with the following:
' Finish and cleanup shall be accomplished as specified in Section 1-04.11 of t�e Standard
Specifications and shall be considered as incidental to the construction of the project and a�l
costs the�reof shall be included by the Contractor in the unit cost price of other bid items.
' 1-04.11(A) DISPOSAL (NEW SECTION)
' Disposai of all excess excavated material and debris shail be the sole responsibility of the
Contractor unless otherwise directed by the Engineer. It should be noted that a permit is
required to fill within the city limits of Federal Way.
'
'
�
Disposal shall be considered as incidental to the construction of the Project and ail costs thereof
shall be included by the Contractor in the unit prices of other bid items.
SECTION 1-05, CONTROL �OF WORK
1-05.1 Authority of the Engineer
Moali�rcatron
Change item 10 in the second paragraph to read:
10. Determination as to whether or not a contract time extension is warranted.
1-05.1(A) Determination of "Or Equivalent" (New Sec,tion)
' The Engineer will be the sole judge in the question of "or equivalent" of any supplies or
materials proposed by the Contractor. The Contractor shall pay to the Owner the cost of tests
� and evaluation by the Engineer to determine acceptability of alternates proposed by the
' Contractor, in accordance with the established rates of the Engineer for time and expense work,
the total cost of which may be offset by the Owner against the Contract price.
I 1-05.3 PLANS AND WORKING'DRAWINGS
, SPEQAL PROVISIONS RFB 11-103
20th Avenue South Sidewalk Improvements Project SP -15 2011
(S 314'" Street to S 316"' Street)
. City of Federal Way
�'
'
Section 1-05.3 is supplemented with the failowing:
The Contractor shall submit to the Engineer, WITHIN 14 CALENDAR DAYS after award
of the Contract, a list of all material to be furnished. Six copies of shop drawings of
poles, :fuctures, and other major equipment shall be furnished to the Engineer for
approva! before ordering.
1-05.4 Conformity With And Deviations From Plans And Stakes
Section 1-05.4 .is supplemented with the fallowing:
Intent - It is the intent of this section to define the staking and to set forth the responsFbilities
of the Contractor respecting the use and maintenance of same.
Scope - The Engineer shall verify stakes and reference marks for the construcc�on of the
improvements covered by this contract and perFormed the Contractor. No stakes will be
fumished, except as requested in writing by the Contractor and paid for by him. This applies to
all re-staking for whatever reason, as well as for additional staking which fhe Contractor may
request.
Notification - The Contractor sha�l keep the Engineer informed in advance as to when and
where he intends to work, thus enabling t�he Eng�neer to verify the engineering control points
and or reference marks, lines, and grades with a minimum of delay and interference. The
Contractor shall notify the Engineer at least forry-eight (48) hours in advance of the date when
specific staking services and or reference marks are desired and shall stipulate at that time the
particular stakes or marks required, giving the specific location and/or fimifiing stations, kind of
stakes, of�sets, and ot�er pertinent information. Delays by reason of lack of stakes and or
reference marks are deemed a risk to the Contractor and shall not be the basis for claims for
additionai compensation.
Control Stakes - Stakes which constitute reference points for all construction wo�'k wiU be
conspicuously marked with an appropriate color of flagging tape. It will be the respansibility of
the Contractor to inform his employees and his subcontractors of their importance, and the
necessity for their preservation. The cost of replacing such controls, should it become
necessary for any reason whatsoever, shafl be at the Contractor's expense. If the rernoval of a
control stake and or reference marks is required by the construction operations of the
Contractor or his subcontractors, advance notice of at least forty-eight (48) hours shall be given
to the Engineer, who will reference and rernove said stake or stakes at no cost to the
Contractor.
Checking Service - Should occasion arise where the validity of a stake and or reference marks is
questionable, either as to its location or the offset .marked thereon, or as to the elevation of cut
or fitl marked thereon, the Contractor shall notify tMe Engineer, who will check the stake or
stakes in question. It shall be the Contractor's responsibility to examine the stakes before
commencing operations. Any stakes found and or reference marks to be in error wtli be :reset.
There will be no charge to the Contractor for this service; and it is understood and agreed that
the Owner wiil not be charged for any standby or "down" time as a result of such checking
and/or resetting procedure.
SPECIAL PROVISIONS RFB 11-1U3
2Uth Avenue South Sidewalk Improvements Project SP -16 20ii
(S 314"' Street to S 316"' Street)
Qty of Federal Way
�
�
�
'
'
'
'
'
LJ
�
u
'�
�
�
'
�
1
,
�
' Sta'king and or r.eference marks Services - The Eng�neer shali verify Contractor stakes and or
and reference marks as applicable:
1,
2.
3.
4.
5.
Wheel Chair Ramps - Locations and li:mits. of removal shall be established for removal
and replacement of curb ramp.
Sidewalk, Curb and Gutter - Locations and limits of .removal shall be established,
New Sidewalk, Curb and Gutter —� Locations and Iimits of construction
established.
II'lumination, Poles and bases — Location and Iimits of instaliation areas
established.
Street Trees — Locations and limits of installation areas shall be established.
shall be
shaCl be
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified in
a written notice from the Engineer, or fails to perForm any :part of the work required by the
Contract Documents, the Engineer may correct and remedy such work as may be 'rdentified
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 compieted by using Contracting Agency or
other forces. An emergency situation is any situation when, in the opinion of the Eng�neer,
a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or
damage to the publ.ic.
Direct or indirect costs incurred by the Contracting Agency attributab�e to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to
perForm, shall be paid by fhe 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 particuler, 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 w'rll 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 shail not dirninish the Contract�ng
� Agency's right to pursue any other avenue for additional remedy or damag�s with respect
to the Contractor's failure to perform the work as req�ired.
' 1 FinalInspection
Section 1-05.11 is replaced with the follovuing:
' SPEQAL PROVISIONS RFB i1-103
2Uth Avenue Sonth Sidewalk Improvemerris Project SP - 17 2011
(S 314"' Street to S 316"' Sh�eet)
Gty of Federal Way
,
i-05.11 Final Inspections and Opera#ional Testing
(October 1, 2005 APWA GSP)
i-05.11{1) Sulutantial Completion Date
When the Cqntractar considers the work to be substantiaily cornplete, �e Contractor shafl
so notify the :Engineer and request the Engineer establish the Substantial Completion Date.
The Contractor's request sha�l Iist the specific items of work that remain to be completed in
order to reach physical completion. Tt�e Engineer will schedule an inspection of the work
with the Contractor to determine the status of compietion. The Engineer may also establish
the Substantial Completion Date unilateraily.
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 S�ubstantial Completion Date. If, after this inspection the �
�Engineer does not consider the work substantially complete and ready for its intended use,
the Engineer wrll, by written notice, so notify the Contractor giving the reasons therefore.
Upon receipt of written notice concurring in or denying substantial and/or physical
completion, whichever is applicable, the, Contractor shall pursue vigorously, diligently and
without unauthorized interrupfion, the work necessaty 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/or 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
fnal inspection.
1 Final Inspection and Physical Completion �Date
When �the Contractor considers the work physically complete and ready for �nal inspection,
the Contractor by written notice shatl request the Engineer to schedule a flnal 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 . ail
particulars �in which the final inspection reveals the work incomplete or unacceptabie. The
Contractor shall immediately take such corrective measures as are necessary to remedy the
listed deficiencies. Corrective work shall be pursued vigorously, diligently, and withaut
interruption until physical completion of the Iisted deficiencies. This process will continue
until the Engineer is satisfied the listed deficiencies have b�en corrected.
If action to correct the listed defiaencies is not initiated within 7 days after receipt of the
written nofice listing the deficienc(es, 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 wi�li �not be allowed an extens'ion of contract time because of a delay in the
perFormanee of the work attributable to the exercise of the Engineer's right hereunder.
Upon correction of a.11 deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the�date upon which the work was considered physically
SPECIAL PROVISIONS RFB 11-103
20th Avenue South Sidewalk Improvements Pruject SP -18 2011
(S 314'" Street tio S 316"' Street)
Gty of Fed�ral Way
complete. That date shall constitute the Physical Completion Date of the Contract, but shall
not impiy acceptance of the work or that all the obligations of the Contractor under the
Contract have been fulfilled.
1 Operational Testing
It is the intent of the Contracting Agency to have at the Physica! Completion Date a
complete and operable system. Therefore when the work invalves 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 tlme after final
inspection but prior to the physicai com.pletion date. Whenever items of work are listed in
the Contract Provisions for operational testing they shall be fuily 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, rnateria�ls, or equipment which prove faulty, or that are not in first
class operating condition. ;Equipment, electrica�l confrols, 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 tihe 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.
Substantial corrections may necessitate restarting the operational testing, as determined by
the Engineer.
The costs far 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 systern being tested, unless specificaily set forth otherwise in the proposal.
�
�
'
'
I�
C
Operational and test periods, when required by the Engi�neer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the Contract.
Operat�onal testing shall be perFormed on the following systems for the time period
specified below, in accordance with this section:
Section 8-20 Illumination Systems 7 calendar days
1-05.12 FINAL ACCEPTANCE
1-05.12(i) MAINTENANCE PERIODS (NEW SECTIO�N)
When the work involves such items as machinery or other mecharrical equipment, either
furnished ar Installed by the Contractor or, furr�ished by tt�e Owner and instatled by the
Contractor; buildings; or work which may otherwise 'be of such a nature that it is desirable by
the Owner to have the Contractor maintain and/or test the work for a period of time after final
inspection by the Engineer, the following shall apply.
It is the intent of the Owner to have at fnal acceptance, a comptete and operable system.
' Therefore, such items of work as may be listed in the Contract Documents shall be fully tested
under operating conditions to ensure their acceptability prior to final acceptance. The
' SPECIAL PROVISIONS RFB 11-1U3
20th Avenue South Sidewalk Improvements Project SP - 19 2011
(S 314"' Street to S 316'" Street)
(Sty of Federal Way
�
Contractor shall, upon compietion of tlie work and following final inspection, operate the
complete system under the observation of the Engineer for a te.st period of no less than
fourteen (14) consecu�tive calendar days. During and following this test period, the Contractor
shall correct any items of workmanship, materiais, or equipment which prove faulty, or that are
not in first-class operating condition. All equipment, electricai contrais, meters, and other
devices to be tested during this period will be tested under the supervision of the Engineer so
as to determine their suita'b�lity for the purpose for which they were �installed. All costs for
power, gas, labor material, supplies and incidentals, shall be bome by the Cor�tractor ur�less
specifically set forth otherwise 'rn the Contract Documents.
When such pe�iods are desired by the Owner, such periods shall not affect any manufacturer's
guarantees or warranties furnished to the Owner under the 'terms of the Contract.
The Contractor's attention is called to Section 1-05.18 of these Special Provisions.
1 Superintendents, Labor, and Equipment of Contractor
Revise paragraph 7 to read:
Whenever the Contractir�g Agency evaluates the Contractor's qualifications pursuant to
Section 1-02.1, the Contracting Agency will take these performance reports into account.
1-05.14 COOPERATION WITH OTHER CONTRACTORS
Sec�tion 1-05.14 is supplemented with the following:
The Contractor shall pay special attention to the fact that other projects may be under
construction at some time during ti�e operation of �this Project. Said projects may contain work,
which is supplemental to this Project. The Contractor must ascertain to his own satisfaction the
impact that said project(s) could have on his operations and be prepared to coordinate his work
with the same if required.
The Owner shall not be responsible for any damages suffered or extr�a cost� incurred by �he
Contractor resulting direcCly or indi.rectly from the perForrnance or attempted perFormance of
any other contract or contracts existing or known to be pending at the time of Bid.
The Contractor shall coordinate his work with other Contractors and utility companies, which
may have facilities in the projecC area and cooperate with them. He shall aiso coordinate his
activities with the Owner. No water mains, individual water services, street, or private drives
may be closed �off without a minimum of forly-.eight (48) hours notice fio the Owner and tMe
private properly owner. Should the properky owner or the Owner have adequate reason, as
determ:ined by the Engineer, to avoid access or water senrice shutoff at the scheduled time, the
Contractor shall reschedule his work to meet the new condition.
Other utilities, districts, agencies, and/or contractors who may be working within the project
area are as follows: �
SPECIAL PROVISIONS RFB 11-103
20th Avenue South Sidewalk Imprrnremerits Project SP - 20 2011
(S 314"' Street .to S 316"' Street)
City of Federal Way
1. Puget Sound Energy Company
2. Qwest Cornmunications
3. Comcast Cabie Communications
4. Lakehaven Utility District
5. City of Federal Way Surtace Water Management Division
6. City of Federal Way Traffic Division
7. King County Pubiic Warks Department
1-05.14 (A) Notifications Relative to Contractor's Activities (�New Section)
Notification shali be written, with a copy delivered to the Engineer within a minimum of two
working days prior to the commencement of work, including any work impacti:ng utilities, and
must be in such deta�il as to give the time of �the comrnencement and completion of work,
names of streets to be closed, schedule of operations, routes of detours where possible. The
Contractor shall also �notify the below listed agencies of the name(s) of the construction
superintendent in responsible charge, or other individuals having full authority to execute the
orders or direction of the Engineer, in the event of an emergency. Failure to comply with thts
requirement will result in a stop work order.
J
'�
CITY OF FEDERAL WAY
POLICE DEPARTMENT
33325 EIGHTH AVE S
FEDERAL WAY, WA 98063-9718
TELEPHONE: (253) 835-6701
(To schedule officer T.C. support);
(253) 835-6767 (for traffic/road closure
issues)
COMCAST
' ATTN: RICK KERN
4020 AUBURN WAY N
AUBURN, WA 98002
' TELEPHONE: (253) 405-5575
EMAIL: RKERNCc�SEFNCO.COM
LJ
,
'
C
QWEST
ATTN: TONNA BARUSO
2310 S 84TH, STE 18
LAKEWOOD, WA 98499
TELEPHONE: (253) 597-4018
FED'ERAL WAY SCHOOL DISTRICT
TRANSPORTATION DEPARTMENT
ATTN: CINDY WEN'D.LAND
1066 S 320TH ST
FEDERAL WAY, WA 98003
TELEPHONE: (253) 945-5965
EMAIL: CWENDIAN@FWPS.ORG
IAKEHAVEN UTlL.1TY DISTRICT
ATTN: JOHN BOWMAN
31627 FIRST AVE S
PO BOX 4249
FEDERAL WAY, WA 98003
TELEPHONE: (253) 946-5401
PUGEf' SOUND ENERGY �(GAS)
ATTN: ANITA YUROVCHAK
3130 S 38TH ST
TACQMA, WA 98409
TELEPHONE: (253) 476-6304
KING COUNTY TRAFFlC OPERATIONS
ATTN: MARK PARRETT
155 MONROE AVE NE
RENTON, WA 98056
TELEPHONE: (206) 296-8152
SOUTH KING FIRE & RESCUE
ATI'N: LAURI PERRY
31617 FIRST AVE S
FEDERAL WAY, WA 98003
TELEPHONE: (253) 946-7253
EMAIL:
LAU RI. PERRY@SOUTH KINGFIRE.ORG
' .
SPECIAL PROVISIONS RFB 11-103
, 20th Avenue South Sidewalk improvements Project SP - 21 2011
(S 314"' Street to S 316"' Street)
Gty of �Federal Way
'
KING CO'UMY MEf'RO
1270 SIXTH AVE S, BLDG 2
MS: QS
SEATTLE, WA 98134 �
TELEPHONE: (206� 684-2732
'EMAIL:
CONSTRUCTION.COORDCc�M �ROKC.GO
V
1-05.14(3) King County, Department of Tra�nsportation,
Metro Transit New Section
Contractor shall provide at least three weeks advance no�ce of impacts to: bus zon�, bus
sfielters, bus signs & posts, and any other transit facilities equipment. Construction usage of
bus zones resulting in either partial or full zone closures or relocations requires Construction
Irrformation Cer�ter, (QC) approval and a 48-hour advance notification. Closures may be
approved for short-term periods only. Some zones may not be altered or closed due to
wheelchair accessibility requirements. Relocation of most zones requires a
temporary/altemative zone. Transit service supervisors must determine, approve and piace
deline�tors for temporary zones. It is the responsibility of the contractor to place "No Parking"
signs (T 39's), and to order and pay for traffic control officecs when construction requires zone
relocations. The order must be placed with the Traffic Engineering Services 24 to 48 hours in
advance of the relocation. Temporary bus zones typically will need 75 to 150 feet of parking
space. Contractors who remove Metro property may be subject to legal aclion.
1 Coordination of Work with City New Section
At least a three (3) working day written notification shall be required on ali requests for
eng�neering serv�ces other than inspection. All requests shall be coordinated with the Engineer.
The Contractor will not be responsible for overtime pay to the City's Engineer for work
:performed at night.
All costs resulting from delays in which requests were not coordina�ted with the Engineer sha�l
be the sole responsibility of the Contractor.
1-05.16 Wafier and Power New Section
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the c�ts for power and
water necessary for the pertormance of the work, unless the contract includes power and water
as a pay item.
i Oral - Agreements
(October 1, 2005 AWPA GSP)
New Section
SPECIAL PROVISIONS RF811-103 '
20th Avenue South Sidernralk Improvemenis Project SP - 22 2011
(S 314'" Street ip S 316�' Stree�)
Gty of Federal Way
�
�
�
!�
,�
L. J
C
No oral agreement or canversation with any officer, agent, or employee of the Contracting
Agency, either before or after execution of the contract, shall afFect or modify any of the terms
or obligations contained in any of the documents comprising the cantract. Such oral agreement
or conversation shall be considered as unofficial information and � in no way binding upon the
Contracting Agency, unless �ubsequently put in writing and signed by the Contracting Agency.
I-05.I8 Cont�actor's Dai/y Diary New Section
�******�
The Contractor and subcontractors, as additional consideratlon for payment for this contract
work, hereby agree to maintain and proVide to the Owner and the Engineer a Daily Diary
Record of th�is Work. This �diary will be created by pen and ink entries in a hardbound diary book
of the type that is commonly .available by the commercial outlets. The diary must be kept and
maintained �by the Canfiractor's designated project superintendent. Entries must be made on a
daily basis and must accurately represent all of the project activities on each day.
' At a minimum, the diary shall show on a daily basis:
• The day and date.
, • The weather conditions, including changes throughout the day.
• A complete description of work accomplished during the day with adequate
� references to the Plans and Specifications so that the reader .can easi.ly and
, accurately identify said work on the Plans.
• An entry for each and every changed condition, dispute or potentiai dispute, incident,
accident, or occurrence of any nature whatsoever which might affect the Contract,
' Owner, or any third p�rly in any martner.
• Listing of any materials received and stored on or off site by the Coniracfi�r for future
installa#ion, to include the manner of storage and protection of the same.
' • Usting of materiais installed during each day.
• List of all subcontractors working on-site during each day.
• Listing of the number of Contractor's employees working during each day by category
, of employment. �
• Listing of Contractor's equipment working on the site during each day. Idle
equi:pment on the site shall be listed and designated as idle.
' • Notations to explain inspections, testing, stake-out, and all other services furnished
to the Contractor by the Owner or other during each day.
• Entries to verify the daily (including non-work days) inspection and maintenance of
' traffic contro! devices and condition of the traveled roadway surfaces. The Cantractor
shall not allow any conditions to develop that would be hazardous to the public.
• Any other information that serves to give an accurate and complete record of the
, nature, quantity, and quality of the Contractor's progress on each day.
• Summary of tatal number of working days to� date, and total number of delay days to
date.
, All pages of �he diary must be numbered consecutively with no omissions in page numbers.
' The Contractor shall utilize additional sheets separate from the diary book, if necessary, to
;provide a cornplete diary record. However, the Owner's senior representative must sign
separate sheets on each day and a copy furrnshed at the time of signing to the Owner. The
' SPEQAL PROViSIONS RFB 11-103
20tli Avenue SouCh Sidewalk I�provements Project SP - 23 2011
(S 314"' Street tu S 316"' Street)
Ciry of F�erai Way �
J
Contractor must provide a copy of the diary to the Owner and the .Engineer each moming for
t�e preceding workday. All copies must be legibie.
IT IS EXPRESSLY AGREED BE�WEEN THE CONTRACTOR AND THE OWNER THAT THE
DAILY DIARY MAINTAINED BY THE CONTRACTOR SHALL BE THE "CQNTRACTOR'S
BOOK OF ORIGINAL ENTRY" FOR THE DOCUMENTATION OF ANY POTENTIAL
CLAIMS OR DISPUTES THAT MIGHT ARISE DURING �THIS CONTRACT. FAILURE OF
THE CONTRACTOR TO MAINTAIN THIS DIARY IN TME MANNER DESCRIBED ABOVE
WILL CONSTITIJTE A WANER OF ANY SUCH CLAIMS OR DISPUTES BY TME
CONTRACTOR. THE DAILY DIARY MAINTAINED BY THE CONTRACTOR DOES NOT
CONSTITIJTE THE OFFiCIAL RECORD OF THE PRO�ECT. THE OFFICIA� RECORD OF
TFIE PRO]ECT IS PREPARED AND MAIN�'A�NED �DCCLUSNELY BY THE ENGINEER.
Z-05.Z9 Defec�c A�ising in One Year and Remedies New Section
t******�
The Cor�tractor shall be responsible for wrrecting all defects in workmanship and material within
one year after acxeptance of this work by the �ity of Federal Way. WWhe� correcdons of defects are
made, the Contractor shall be responsible for correcting all defects in workmansMip and/or rnaterials
in the corrected work for one year after aaeptance of the mrrections by the Owner. `I'he Contrac�or
shall start work to remedy such defects within seven (7) calendar days of mailing notice of
discovery thereof by the Owner and shall oornplete such work within a reasonable time. In
emergencies, where damage may resu�t from delay or where Ioss of services may result, such
correecctions may be made I�r the C)wner, in which case the cost shall be bome by the Contractor. In
the everrt the Contractor does not accorxrplish correcdons at the time specified, the work will be
otherwise accomplished and �the cost of same shall be paid by the ContracGar. These acfions wiA be
pursuant to the provisions of Secction 1-05.8 of the Standard Speaficabions.
The Contractor shall be liable for any costs, losses, expenses, or damages, including
consequential damages suffered by the Owner resulting from defects fn fhe Contractor's work
induding, �but not lim"�bed to, cost of materials and labor extended by Owner in making emergency
repairs and cost of engineering, inspection and supervision by the Ovmer or fhe Engineer. The
Contractor shall hold the Owner harmless from any and all claims which may be made against the
Owner as a result of any defechve work, and the Contractor shall defend any such claims at his
own expense.
The Contractor agrees �e above one-year �Ifrnitation shall not exclude or diminish
the Owner's rights under any law to obtain damages and recover wsts resulting
from defective and wnauthorized work discovered after one year but prior � the
expiration of the legal time period set forth in RCW 9.16.040 'limiting actions upon a
contract in writing or liability, expressed or implied, arising out of a written
agreemen�
i-06
1-06.2
CONTROL OF MATERIAL
Acceptance of Materials
1-06.2(2) Statistical Evaluation of Materials for Acceptance
Delete this section in its entirety.
SPECIAL PROVISIONS RFB 11-103
20th Avenue South Sidevralk Improvements Projed SP - 24 2011
(S 314�' St�reet to S 316'" Street)
C�ty of fed�ral way
SECTION 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1 i Laws #o 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 af Labor and Industries shall be the sole and paramount
administrative agency responsibie for the administration ofi 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 artides necessary for providing first aid to the injured. The Contract�or shall establish,
publish, and make known to all employees, procedures for ensuring immediatie removal to a
hospital, or doctor's care, persons, includir� employees, who may have been injuretl on the
project sibe. Employees should not be permitted to work on the project s`rbe befia�e tt�e
Contractor has established and made known procedures for remova{ of injured persons to a
h�pitai or a doctor's care.
' The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor's plant, appiiances, and methods, and for any damage or injury resulting from
their :failure, or improper maintenance, use, or opera�ion. The Contractor shall be solely
and completely responsible for the conditions of the project site, ir�cluding 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.
' (]anuary 5, 2004)
Lead He+a/th Prot�tiion Program
Structural and non-structural mateciais located at the �project site may contain lead-based
, products. The Contractor shall be fully responsible for the safety and health of all on-site
workers and compliant with Washington Administrative Code (WAC 296-155-176). The
Contractors Lead Health Protection Program shall be sent � the Contracting Agency at least
2 weeks prior to the Contractor beginning work involving exposure to lead contamination.
' The Contractor shall communicate with the Pro,ject Engineer to ensure a coord'rnated effort
for providing and maintaining a safe work site for both the Contracting Agenc�s and
Contractor's workers.
L. J
C�
Consbr�ction Requirrement�r
The Contractor shali be responsible for the containment measures required to provide and
maintain a safe and healthful jo'bsite for the duration of the project in accordance with all
appiicable laws and this Special Provision.
,
SPEQAL PROVISIONS • RFB 11-103
' 20th Avenue Soutli Sidewalk Improvements Project SP - 25 2U11
(S 314"' Street to S 316"' Street)
• CSty of Federal Way
'
Payment
All costs to comply with this Special Provision for the Lead Health Protection laws and
regulations are the responsibility of the Contractor and shall be included in related items of
work.
1-07.2 State Sales Tax
Delete this section, including its sub-sections, in its entirety and replace it with the following:
1-07.2 State Sales Tax
(October 1, 2005APWA GSP)
1-07.2(1) General
The Washington State Deparlment of Revenue has issued special rules on the State sales
tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor
should contact the Washington State Department of Revenue for answers to questions in
fhis area. The Contracting Agency will not adjust its payment if the Cantractor bases a bid
on a misunderstood tax liability.
The Contractor shall include all Contractor-paid fiaxes in the unit bid prices or other contract
amounts. In some cases, however, state retail sales tax will not be inciuded. Section 1-
07.2(3) describes this exception.
The Corttractir�g Agency will .pay i�e retained percentage only if the Contractor has obtained
from the Washington State Department of Revenue a certificate showing that ail contract-
related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from
its payments to the Contractor any amount the Con�rac�or may owe the Washington State
Department of Revenue, whether the arnount owed relates to #�is contract or not. Any
amount so deducted w'ill be paid into the �proper State fund.
1-07.2(2) State Sales Tax — Rule 171
WAC 458-20-171, and :�ts related rules, apply to building, repairir�g, or improvi,ng streets,
roads, etc., which are owned by a municipal corporation, or pokitical subdivision of �the state,
or 'by the United States, and whicM are used primarily for foot or vehicular traffic. This
includes storm ar combined sewer systems within and included as a� part of the street or
road drainage system and power �ines 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 rnaterials, equlpment, or supplies used or
consur�ed in doing the work.
1 State Sales Tax — Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or
existing buiidings, or other structures, upon real property. This includes, but is not lim�ited
to, the construcfion of streets, roads,. highways, etc., owned by the state of Washington;
SPECIAL PROVISIONS RFB 11-103
20th Avenue South Sidewalk Improvements Project SP - 26 2Uii
{S 314'" Street to S 316"' Sb eet)
City of Federal Way
water mains and their appurtenances; sanitary sewers and sewage disposal systems unless
such sewers � and disposal systems are withi�n, and a part of, a street or road drainage
system; tel�phone, �elegraph, electrical power distribution lines, or other conduits or line.s in
or above streets or roads, unless such power lines become a part of a street or road lighting
system; and installing ar attaching of any article of tangible personai property in or to real
properly, whether or not such persona'1 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 Contrac�r shall r�ot
include the retail sales tax in the unit bid item prices, or in any other contract amount
subject to Rule 170, with the followi:ng 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(4) Senrices
The Contractor shail not collect retail sales tax from the Contracting Agency on any contract
, wholly for professional or other services (as defined rn Washington State Department of
Revenue Rules 138 and 244).
' 1-07.5 WILDLIFE, FISHERIES, AND ECOLOGY REGULATIONS
'
t
,
�!�
Section 1-07.5 is supplemented with the following:
In addition to the requirements of Section 1-U7.5 of the Standard Specifications, the Contractor
shall comply with all applicable Fedecal, State, County and City environmental provisions of law
including, but not limited to, the following:
City of Federai Way
King County
City Code
Ordinance No. 1488
Resolution No. 18801
Resolution No. 25789
Puget Sound Air Pollution Control Agency
Regulation No. 1
Resolution No. 194
, The above environmental provisions are incorporated into this Contract by this reference as if
set forth herein in full. Copies of the City of Federai Way Provisions are available for perWSal at
the Public Works Department.�
�
u
The Contractor shali be liable for the payment of all fines and penaities resulting from failure bo.
comply with the-federal, state, and local pollution control regulations.
�
, SPEQAL PROYISIONS RFB 11-103
20th Avenue South Sidewalk Improvements Project SP - 27 2011
(S 314"' Street to S 316"' Street)
City of Fed�al Way
'
i-07.5(5) Archaeological and Historic Preservation (New Section)
The Contractor shall notify the Engineer if any artifacts, skeletal remains, or other
archaeological resources (as defined under RC1N 27.53.040) are unearthed during excavation or
otherwise discovered on the construcfion site. If ordered by the Engineer, the Contractor sha�{
immediately suspend any construction activity which, in the opinion of the Engineer, �vould be
in violation of RCW 27.53. Suspension of the work shali remain in effect until the Engineer has
obtained permission to proceed from the State Historic Preservation Officer.
1-07.6 PERMIT'S A�ID I.ZCENSES
Section 1-07.6 is supplemented wifh the following:
The Contractor shall procure at his own . expense all permits and licenses, which arE
necessary and incidentai to his operation in the perFormance of the work and give ail notices
required by such permits and licenses. A copy of each permit and license shall be fumished
to the Engineer upan request.
The Contractor shall be required to have a valid Owner business lice�se and shall prov�ide
proof of same prior to execution of the contract.
1-07.7 Load Limi#s
(March 13, 1995)
Section 1-07.7 is supplemerrted with the following:
If the source of materials provided by the Contractor necessitates 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 Contractors Responsibility for Work
1-07.13(4) Repair of Damage
Section 1-07.13(4) is revised to read:
The Contractor shall promptly repair a�l damage to either temporary or permanent work as
directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-
07.13(2) or 1-07.13(3), pay�rnent will be made in accordance with Section 1-04.4. Payment
will be limi�ted to repair of damaged work only. No payment wil:l be made for delay or
disruption of work.
1 Temporary Water Pollution/Erosion Control
Suppiement Section 1-07.15 with the following:
SRECIAL PROVISIONS RFB 11-103
20th Avent� South Sidewalk Improvements Project SP - 28 2011
(S 314"' Street bo S 316"' Street)
Gty of Federal Way
'
Temporary water poilution/erosion control �rork shall be perFormed as directed by the
' Engineer, as necessary to protect the ,project site and surrounding area, per this section of
the Standard Specifications.
' All costs for temporary water pollution/erosion control work, except installation of Inlet
Protection shall be incidental to other items of the contract, and no separate payment wili
be made.
' i-07.16 PROTECTION AND RESTORATION OF PROPERTY
' 1-07.16(1) PRIVATEJPUBLIC PROPERTY
Section 1-07.i6(1) is supplemented with the following:
'
The Contractor shall protect private or public property on or in the vicinity of�the work site.
, He shall ensure that it is not removed, damaged, destroyed, or prevented from being used
unless the Contract so specifies.
'
l _l
,
The Contractor shall not trespass upon private property and shall be responsible for all
injury or damage to persons or property, directly or indirectly, resuiting from his operations
in, completing this Work. He shall compiy with the laws and regulations of the Ov�ner,
County, and State and Federal governments, relating to the safety of .persons and property,
and will be held responsible for and required to make good any injury or damage to persons
or property caused by carelessness or neglect on the part of the Contractor or
subcontractor(s), or any agent or employee of either during the progress of the Work and
until its final acceptance.
, Property incfudes �land, �rtilities, trees, landscaping, improvements lega'lly on the right-of-
way, markers, monuments, bui'Idings, structures, pipe, conduit, sewer or water lines, signs,
and other properly of all descri.ption whefher shown on the Plans or not.
��
�'�
��
,
�J
'
'
If the Engineer requests in writing, or if otherwise necessary, the Contractor shall at his
expense install protection, acceptable to the Engineer, for properly such as that listed in the
previous paragraph. The Contractor is responsible for locating all property that is subject to
damage by his operation.
If the Contractor (or his agents/employees) damages, destroys, or interferes with �e use of
such properly, he shall restore it to original condition at his expense. He shall also halt any
interFerence with the properly's use. The Engineer may have such properly restored by
other means and subtract the cost from money that will be or is due the Contractor if he
refuses or does not .respond immediately.
The Contractor shall restore to a condition equal to the original condition improvements
including, but not limited to, pavements, driveways, gravel shouiders, ditches, culverts,
curb, curb and gutter, sidewalks, fences, pavement markings, mailboxes, traffic signs, traffic
signal loops,- landscaping, public and private utiFities etc., which are damaged or removed
(and not indicated to be removed) during construction, whether shown on the Plans or not.
, SPECIAI. PROVISIONS RFB 11-103
20th Avenue Soutt� Sidewalk Im�ovements Project SP - 29 2011
(S 314�' Street M S 316"' Street)
City of Federal Way �
t11�
'
All exis�ng survey monuments and properry corner �markers sha11 be protected from
movement by the Contractor. All existing markers and/or monumen� that must be
removed for construction purposes are to be referenced by survey ties and then replaced by
a professional I�and surveyor registered in the State of Washington. Ail existing properly
corner markers disturbed or removed by the Contractor's operations wh�ch, in the opinion of
the Engi�neer, w�re nat required to be removed for construcaon purposes shall be repiaced
at the Contractor's own expense by a Professional Land Surveyor registered in the State of
Washington. Any of these monuments damaged must be reset �o second order, first class
specifications.
Sprfnkler irrigation systems found to encroach within the limits of �mprovemer�ts shail be
modifed as necessary to ensure satisfactory operation upon completion of the
improvements. This work will include, but not be limited to, cutting and capping existing
pipe, relocating existing risers and sprinkler heads, new pipe heads and connecdons, and
testing of the systern. All work shall be done in conformance to acceptable standards. This
shall be incidental to the Corrtract.
The Contractor shall contact the owners of any ditches, irrigation lines and appurtenances,
which interfere with the Work. The Contractor shall be liable for any damage due to
irrigation f�cili�ies damaged by his operations and shall repair such damaged facilities to an
"equal or better than" original condition.
i-07.16(2) Tree and Vegetatio� Protection a�nd Restoration
Delete the fourth : paragraph and replace it w'ith the following:
If due to, or for any other reason related to, the Contractor's operation, a tree any tree,
shrub, ground cover or herbaceous vegetation is destroyed, seriously damaged, or
disfigured, that was not ordered removed, the Contractor shall replace it with approved
nursery stock of the same species. In addition to replacement, the Contractor will be
assessed any appropriate liquidated damages �'or trees as described below. The assessment
wili be deducted from monies due the Contractor.
For non-merchantable timber, the Contractor will be assessed liquidated damages of $10 for
each inch of difference in circumference when a replacement tree is smaller than the
originaL
For merchantable timber, the Contractor will be assessed liquidated damages of either $10
for each circumferen�ial inch or �e estimated market value delivered to a mill, whichever is
the larger amount.
The Engineer wif! measure circumference twelve inches (12") above ground level. T�he
replanting shall be according to Section 8-02 and during the �rst fall or spring planting
period after damage, or as the Engineer directs.
It may be necessary to trim trees or bushe� in order to have the necessary clearance for
equipment. Any costs for trimming of trees or bushes in required for the construction of the
overlay will be considered incidental to tl�e contract.
SPEQAL PROVISIONS RFB li-iQ3
20tt� Avenue Soutfi Sidewalk Improvements Project SP - 30 2011
(S 314"' Street to S 316"' Street)
Qty of Federal Way
,
,'�
'
'
'
'
'
. '
LJ
'
LJ
�
'
�l
��
'
�
'
�
�
' 1-07.17 UTILITIES AND SIMILAR FACIl.ITZES
�I
�
Section 1-07.17 is supplemented with the following:
The Contractor shali protect from damage private and public utilities, :including telephone
and telegraph 'li.nes, power lines, sewer and water lines, railroad tracks and appurtenances,
highway lighting and signal systems, and similar fecilities.
Attention is d�irected to t�he possible existence of underground facilities, which are not shown
' in the Plans. This requirement does not excuse the Contractor from its duty to examine in
detail ali plans of water, gas, telephone, electric power and combined sewerage utilities
ayailable with utility owners as required above.
�
'
The esfimated locations of existing underground utilities are shown on the Plans, and the
Contractor shall �be responsible for determining all utilities exact location. The Contractor
shafl check with the utility companies concerning any possible conflict prior :to commencing
excavation in any area, as utilities may not be shown on �he 'Plans.
, The Contractor shall call the Utility Location Request Center (One Cail Center) for field
location, not less than two (2), nar more than ten (10) business days before the scMeduled
date for commencement of excavation which may affect underground utility facilities, unless
otherwise agreed upon by the parties involved. A business day ;is defined as any day other
' than Saturday, Sunday, or a lega! local, State, or Federal holiday. The telephone number
for the One Ca11 Center for this Project is 1-8�-4245555.
�I
'
�!
'
The Contractor is also warned that there may be utilities on the Project that are not part of
the One Cali Systern. They must be contacted directly by the Contractor for locations.
Tt�e Contractor shall be responsible for any breakage of utilities or services resutting from
his operations, and shall hold the Owner and its consultants and agencies harmless from
any cfaims resuiting from disruption of or damages to same.
The Contractor shall be entirely responsible for coordina�on with the utility companies and
arranging for the movement or adjustment, either temporary or permanent, of their facilities
within the project limits. See Section, i-05.14 of these Special Provisions.
When the facility owner is responsible for removing or relocating the facilities, it is
' anticipated that this will be accomplished in advance of construction. If the Contractor
notes the presence of any such facil.ity, he shall immediately notify the Engineer an writing.
��
LI
LJ
The right is reserved to the Owner and the owners of facilities, or their authorized agents,
to enter upon the right-of-way for the purpose of making changes as are necessary for the
rearrangement of their facilities or for �making necessary connections or repairs. The
Contractor shall cooperate with forces engaged in this work and shall conduct his operations
in such a man�ner to avoid any unnecessary delay or hindcance to the work being perFormed
by other forces. Wherever necessary, the Contractor's work shali be coardinated with the
rearrangement of uta�ity or other facilities, and the Contractor shall make arrangements with
the owner of the facilities for the coordination of the work.
' SPECIAL �PROVISIONS RFB 11-103
20th Avenue South Sidewaik Improvements Project SP - 31 2011
(S 314"' Street to S 316"' Street)
Gty of Federal Way
'
When the relocation of these faci'lities are necessary to accommodate the Work, the
Engineer will provide for the relocations of these facilities .by other forces, or �the relocations
shal� be .perforrned by the Contractor pursuant to written authorization and wili be paid for
by applicable unit prices, a�reed price, or as force account.
AI� other costs incurred as a result of performance of the Contractor's obligations in this
sect�on shall be incidental to the Contract and included in the unit prices.
No additional com.pensation v�ill be made to the Contractor for reason of delay caused by
the actions of any utility company and the Contractor shall consider such costs to be
incidental to the other items of the Contract.
Contractor warrants and represents that it has personally, or through its employees andjor
subcontractors, examined the right-of-way areas sub3ect to this agreement and �hat it is
knowledgeable of �pecific locations for water, gas, telephone, electric power and combined
sewerage utilities wi�in such riglats-of-way. Contractor further warrants and represents
that it has also examined in detail plans of such utifities provided to it by the O�mer and
affected utility companies or entities.
Con#xactor also warrants and represents that it is fully aware of the statutory provisions
contained in RCW 19.122.010 through .900, that it has read and fully understands the
same, and that it will comply with the requirements of these provisions, which are
incorporated by reference here�n, Contractor agrees that it shall be an "excavation" as
defined under RC1N Chapter 19.122 and that such utilities constitute underground facilities.
The parties agree that remedies affected under RCW Chapter 19.122 are aiso incorporated
by reference herein. Any cost to the Contractor as a result of this �law shall be at the
Contractor's expense.
Contractor also agrees that it shall fully comply with 5ections 1-07.16 and 1-07.17 relating
to Protection �and Restora�ion of Properly, Utilities and s�milar facili�ies, and public liability
and property damage 'rnsurance provisions of the 5tandard Specifications as supplemented
by these Special Provisions.
i-07.17(4) Resolution of Existing Utility Conflicts New
When directed by the Engineer, the Contractor shail be compensated for work required to
resolve conflicts with existing u�tilities not identified in the Contract Plans.
Work items included under this bid item shall be lit�ited to �he following:
1. Standby time resulting from existi�ng uti�ity conflicts
a) Standby time sha'll be defined as time the Contractor is unabie to p.roceed with
progression of a specific work item (i.e. storm drainage, underground utility installation
etc.) due to conflicts with existing facilities. However, payment for down time sha�l be
limited to: -
(1) Any delay of work resuiting from unforeseen uti�(ty conflicts that creates a delay
and can not be resoaved within 1 hour.
{2) A maximum of four (4) hours of standby time will be paid. Standby time will be
paid only for labor and equipment actually idled � as a result of the delay. The
Contractor shall be responsible to make adjustments to his work schedule an
SPEQAL PROVISIONS RFB 11-103
20th Avenue South Sidewalk Improvements Project SP - 32 2011
(S 314�' Street to S 316�' Street)
City of Federal Way
reloca�ng his work forces and equi�pment to other areas of work until such time the
conflict can be resolved.
2. Additional work required to resolve unforeseen utility conflicts
a) No work shall be construed as force account work, which can be measured and paid for
at the unit contract :prices named in the contract incfuding but not limited to:
{1) Real.ignment of line and/or grade for Storm �Drainage and Undergrounding
Overhead Utilities to avoid utility conflicts
(2} Additional storm drainage manholes, pi:pe, 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
b) No work shall be paid for if the existing utility was shown on the plans and/or profiles. _
Payment will be made for the foliowing bid items in accordance with Section 1-09:6 "Force
Account" of the Standard Specifca�ons and these Special Provisions:
"Resolution of Utility Confl-ic�" per force account
1-07.18 Public Liability and Property Damage Insurance
,
Delete this section in its entirety, and replace it with the foilowing:
' 1-07.18 Insurance
,
,
��'
C'
'
(May 10, 2006 APWA GSP)
i-07.18(1) General Requirements
A. The Contractor sha'If obtain the insurance described in this section from insurers
approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance
must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key
Rating Guide, which is licensed to do business in the state of Washington (or issued as a
surplus line �by a Washi�ngton Surplus lines broker). The Contracting Agency reserves the
right to approve or reject the insurance provided, based on the insurer (including
financial condition), terms and coverage, the Certificate of Insurance, and/or
endorsements.
' B. The Contractor shali keep this insurance in force during the term of the contract and for
thirly (30) days after the Physical Completion date, unless otherwise indicated (see C.
� below). _
1
,
�
� C. If any insurance policy is written on a claims made form, its retroacctivve date, and that of
all subsequent renewals, shal:l be no tater than the effective date of this Contract. The
policy shali state that coverage is clairrns made, and state the retroactive date. Claims-
� made form coverage shall be maintained by the Contractor for a mi:nimum of 36 mo�ths
fo{lowing the Final Completion or �ar{ier termination of this contract, and the Contra
SPECIAt. PROVISIONS RFB 11-103
20th Avenue Soutli Sidewalk improvements Project SP - 33 2011
(S 314"' Street to S 316"' Street)
City of Federal Way '
�
shal�l annually provide the Contracting Agency with proof of renewal. If renewal of the
claims made form of coverage becomes unavailable, or economicaily prohibitive, the
Contractor shaii purchase an extended reporting period ("taiP� or execute another form
of guarantee acceptable�to the Contracting Agency to assure financiai responsibility for
liability for services performed.
D: The insurance polices shatl contain a"cross liability" provision.
E. The Contractor's and all subcontractors' insurance coverage shall be primary and non-
contributory insurance as respects the Contracting Agency's insurance, self-insurance, or
insurance pool coverage.
F. All i�nsurance policies and Certificates of Insurance shall incfude a requirement providing
for a man�mum of 30 days prior written notice to the Contracting Agency of any
cancellation in any insurance policy.
G. Upon request, the Contractor shall forward t� �he Contracdng Agency a full and certified
copy of the insurance policy(s). ,
H. The Contractor shall not begin work under the contract until the required insurance has
been obtained and approved by the Contracting Agency.
I. Failure on the part of the Contractor � mainta�n 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 aorrect the breach, immediately
terrninate 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 C�ntracting Agency on demand, or at the sole discretion of t�e C�ntracting Agency,
offset against funds due the Contractor from the Contracting Agency.
J. All costs for insurance shall be incidental to and included in the �unit or lump sum prices
of the contract and no additional .payment will be made. .
1-07.18(2) AdditionalInsur�l
All insurance policies, with the exception of Professionai Liability and Workers
Compensation, shall name the following listed entities as additional insured(s):
The Contracting Agency and its officers, elected officials, empioyees, agents, and
volunteers.
The above-listed entities shall be additional insured(s) for the full available limits of .liability
maintained by the Contractor, whether primary, excess, contingent or otherwise,
irrespecctive of whether such Eimits maintained by the Contractor are greater than those
required by this Contract, and irrespective of whether the Certificate of Insurance provided
by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by
the Contractor.
SRECIAL PROVISIONS RFB 11-103
20th A�ue South Sidewalk Improvements Project SP - 34 2011
(S 314"' Street to S 316"' Street)
City of Federal Way
1
1-07.18(3) Subcontractors
'
Contractor shall ensure that each subcontractor of every tier obtains and maintains at a
' minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of
the Contracting Agency, the Contractor shall provide evidence of such insurance.
'
IJ
'
LJ
,
�
'
1-07.18(4) Evidence of Insurance
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and
endorsements for each policy of insurance meeting the requirements set forth herein when
the Contractor delivers the signed Contract.for the work. The certificate and endorsements
rnust conform to the fol�lowing requirements:
1. An ACO.RD certi�ficate 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), showir�g the pobicy number. The Contractor may
submit a copy of any blanket additional insured clause firom its policies instead of a
separate endorsement. A statement of additional insured status on an ACORD
Certificate of Insurance shali no satisfy tfiis requiremen�.
3. Any other amendatory endorsernents to show the coverage required herein.
1-07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limi�s set forth below. Providing
' coverage in these stated minimum limits shall not be construed to relieve the Contractor
frorn liability in excess of such limits. Ail deductibles and self-insured retentions must be
disclosed and are subject to approval by the Contracting Agency. The cost of any claim
' payments �Iling within the deductible sha�i be the responsibility of the Contractor.
�'
C!�
1
1-07.18(5)A Commercial General i.iability
The insurance shall provide the minimum coverages and limits set forth beiow. Providing
coverage in these stated minimum limits shall not be construed to relieve the Contractor
from liability in excess of such limits. All deductibles must be disclosed and are subject to
approval by the Contracting Agency. The cost of any claim payments falling within the
deduct�bie shall be the responsibility of the Contractor.
1. A policy of Commercial General Liability Insurance, written on an insurance industry
' standard occurrence form: (CG 00 01) or equivalent, includi:ng all the usual coverage
known as:
' Per project aggregate endorsement (CG2503)
Premises/Opecations Liability
' SPEQAL PROVISIONS RFB 11-103
2Uth Avenue South Sidewalk Improvernents Project SP - 35 3011
(S 314"' Street to S 316"' Street)
Gry of Federai Way
�
�Products/Comp'leted Operations — for a period of one year following final acceptance
of the work.
Personal/Advertising Injury
Contractual Liability
Independent Contractors Liability
Stop Gap or Empioyers Cor�tingent Liability
Explosion, Collapse, or Underground (XCU), (as applicable)*
Liquor Liability/Host Liquor Liability (as applicabie)*
Fire Damage Legal
Blasting (as applicable)*
* These coverage are anly required when the Contractors work under this
agceement includes exposures to which these specified coverage respond.
If the contract requires working over water, the following additional coverages are
required, if so stated in the Contract Provisions:
a. Watercraf�, owned and non-owned
b. U.S. Harborworkers'/Longshoremen and ]ones Act
If any structures are involved in the contract, the Contractor shall provide property
insurance under an "All Risk Builder's Risk" form in an amount equal to the value of
the structure. The structure shall have Ali �Risk Builders Risk Insurance inclusive of
earthquake and flood subject to customary industry deductibles.
Other additional coverages that may be required will be listed in the Contract Provisions.
Such policy(ies) must provide the following minimum limits:
Bodily Injury and Properly Damage
Aggregate
$5,000,000 General Aggregate
$5,000,000 � Products & Completed
$1,OQ0,000 Persona� & Advertising Injury
$5,000,000 Each Occurrence
$50,000 Fire Damage
Operations '
,
Stop Ga.p Employers Liability
$5,000,000 Each Accident
$1,000,000 �Disease - Policy Limit
$1,�0,000 Disease - Each Employee
2. Commerciai Automobile Liability: as specified by Insurance S.ervices Office, farm
number CA 0001, Symbol 1(any auto), with an MCS 90 endorsement and a CA 9948
endorsement attached if "pollutants" as defined i-n exclusion 11 of the commercial
SPEQAL PROVISIONS RFB 11-103
20th Avenue South Sidewialk Improve�ents Project SP - 36 2U11
(5 314"' Street to S 316"' Street)
(Sty of Federal Way
,
'
LJ
'
�
�
auto policy are to be transported. Such policy(ies) rnust provide the following
minimum limit:
Bodily Injury and Properly Damage
$2,000,000 Combined Single Limit
3. Excess or Umbrella Liability
$1,000,000 Per Occurrence and Aggregate
4. A Pollution Liability policy, required if so stated in the Contract Provisions, providing
coverage for claFms invoiving remediation, disposal, or other handling of pollutants
arising out of: (1) Contrackor's operations related to this project; (2) transportation
of hazardous materials to or from any site related to this ;project, including, but not
limited to, the project site and any other site, including those owned by the
Contractor or for which fhe Contractor is responsible; and (3) remediation,
abatement, repair, maintenance or other work with lead-based paint or materials
containing asbestps.
Such Pollution Liability policy shall provide the foliowing minimum coverage for Bodily
Injury and Properly Damage:
$1,000,000 Per Occurrence
5. Professional Liability: Required if design services are a part of the work, to cover
damages resulting from professional errors and omissions. Such policy must provide
the foilowing minimum coverage:
$1,000,000 Per Claim and Annual Aggregate
i-07.18(5)B Workers' Compensation
The Contractor shall comply with Workers' Compensation coverage as required by the
Industrial Insurance laws of the state of Washington.
1-07.23 Public Convenience and Safety
Section 1-07.23 is supplernented with the following:
The Contractor shaii maintain the roads during construction in a suitable condition to not
adversely affect vehicular traffic. All costs to maintain the roads shall be bome by the
Contractor.
If operafions of the Contractor are shown to significantly impede traffic flow during peak
hours of traffic, the Engineer shall have the authority to restrict the Contractor to time of
operation on the street. -
SPECIAL PROVISIONS RFB 11-103
20iti Avenue South Stdewalk Improvements Project SP - 37 2011
(S 314"' Street to S 316"' Street)
C�ry of Federai Way .
If the Contractor requires delays, detours or limited term street closure beyond that
pro�rided for herein, he shall request in writing the approval of the Engineer a minimum of
five (5) working days in advance of the anticipated delays, detours or closures. Such
request shall state the reason, #�e location, the �me and date, and the duration of the
required delay or closure.
The Cor�tractor shafl maintain convenient access for local and emergency traffic and
pedestrians through the .life of the Project. Such access shat! be maintained as near as
possible to �hat which existed prior to the commencement of construcfion. The Contractor
shall notify all property owners and tenants of street and alley closures, or other restrictions,
which may interfere with their access. Notification shall be at least forty-eight {48) hours in
advance, and shall include placing notification signs within the affected areas.
The Contractor shall notify the local refuse/recycling collection services, transit services,
schoal district, postal service, fire and police departments in writing before the beginning of
operations, and proyide a schedule of activities along with associated time, line, so that
these agencies may reroute their vehicles around the construction zone. If rerouting is not
possible, as determined by these agencies/services, the Contractor sha�ll provide reasonable
acce.ss through the construcbon zone at all t�mes.
Inconvenience caused by equipment or rriaterials across driveways and sidewalks shall be
kept to a minimum by restoring the serviceability of the drive or sidewalk as soon as
possible. Before blocking driveways, the Contractor shall notify the property owner. The
Contractor shall replace or repair any damage done to driveways to not less than the
condition existing prior to the Contractor's work.
Unless otherwise indicated in tt�e Plans, on-street parking areas will be allowed to be utilized
by the Contractor for work and storage areas, pending notification of the users and approval
by the Engineer, two (2) working days in advance.
When patching pavement
ultirnate full depth asphalt
removai.
or placing new pavement, the Conixactor shall repl�ce the
concrete pavement section, the same day as the pavement
At the end of each working day, provisions shall be made for the safe passage of traffic
during non-working hours. It shall be the Contractor's responsibility to provide all necessary
waming signs, lights, barricades, etc., as specified.
All unattended excavation shafl �be properly barricaded and covered at all times. All open
trenching or street cuts must be filled with material as detailed �below before leaving the ; job
at the completion of each work shift.
Immediately upon request by the Engineer, the Contractor shall place, in the amounts
designated, any asphalt concrete pavement, cold ,plant mix, crushed surfacing and/or gravei
base deemed necessary by the Engineer to maintain the above required accessibility of a!I
streets, road approaches, street connections, driveways, etc. If the Contractor fails to
comply as above speci�ied, the Engineer wil� order the work done by others and deduct the
cost thereof frorn any monies due or to become due to the ContracCor. The Contractor sha�l
be reimbursed for these materials at the applicable unit contract prices.
9PC-CIAL PROVISIONS RFB 11-103
20th Ave.nue Souit� Sidewalk Improvements Project SP - 38 2011
(S 314'" Sh�eet to S 3i6"' Street)
Gry of Federal Way
�
The Owner shall not be held liable for any claims resuiting from accidents or damages
' caused by the Contractor's failure to comply with traffic and public safety regulations during
the construchon period.
'
'
II
'
�
u
L_ J
�
'�
�
;]
L_J
11
�
�
The Contractor shali be solely responsible for the safety, efficiency, and adequacy of the
Contractor's plant, appliances, and methods, and for any damage or injury resulting from
the failure or improper maintenance use or operation. The Contractor shall be solely and
cornpletely responsible 'for conditions of the job site, including safety of all persons and
praperly during perForrnance of the work. This requirement shali 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 construction site. The Contractor shall comply with the safety standards and provisions
of applicable laws, building and construction codes, and the safety regulations set forth Fn
5afety SY`andards for Con.struction and Genera/ Safety Standards published in effect at the
time of cat( for Bids. These publications may be obtained from the Department of Labor and
Industries, Olympia, Washington. The Contractor shall also comply with the saf.ety standard
provisions set forth in the Manua/ of Accident Prevention in Construction pubiished by the
Associated General Contractors of America.
The Contractor agrees to defend, indemnify, and save harml.ess the CITY OF FEDERAL WAY,
its officers, employees, and agents, and the Consuiting Engineer from any and all claims,
actions, judgments, losses, costs (including reasonable attomey fees) and damages
whaisoever, including workman's compensation clai.ms or any other claims arising by �reason
of accident, injury, or death caused to persons, inciuding Contractor's employees and
agents, and subcontractor's employees and agenis involving property of any kind or arising
out of, in connection with, or incident to the work of this Contract to the extent of any City
negligence, except upon a findi�ng by a trier of fact that it was caused by the sole negligence
of the CITY OF FEDERAL WAY. The Contractor agrees to waive its immunity, which may
otherwise exist under the Title 51 RCV11 relating to industrial insurance. The parties agree
that the indemnification requirements provided herein extend to attorney's fees and costs of
establishing the right to indemnificafion in favor of the CITY OF FEDERAL WAY.
The Contractor shall maintain at the job-site office or other weN-known :place at the job site,
all articles necessary for giving first aid to the injured, and shail establish, �publish, and make
known to al�l employees, �procedures for ensuring immediate removal �to a hospital or a
doctor's care, of persons, including empioyees, who may have been injured on the job site.
Employees shall not be permitted to work on the job site before the employer has
established and made known procedures for removal of injured persons to a hospital or a
doctor's care. .
In order to protect the lives and health of employees performing work under the Contract,
the Contractor shall comply with the Federal Occupational Safety and Health Act of 1970
{OSHA), �including a�ll revisions and amendments thereto; the provisions of the Washington
Industrial Safety Act of 1973 (WISHA); and the regulations of the State of Washington
�Department of Labor and Industries Division of Industrial Safety and Health. The WISHA
regula�ons shall apply to ail excavation, trenching and ditching operations. In case of
conflict, the more 5tringent regulations shall apply.
, SPEQAL PROVISIONS RFB 11-103
20th Avenue South Sidewalk Improvemerrts Project SP - 39 2011
(S 314'" Street to S 316"' Street)
dty of Federal Way
L_ 1
Existing traffic control and street name signs, which interfere with construction, shall be
relocated or removed by the Contractor and temporarily stored in a safe place. "Stop,"
��reld," and "One-Way" signs shall be removed or relocated only upon approval of the
fngineer. F�cisting signs shall not be removed until the Contractor has provided temporary
measu.res s�rfficient to safeguard and direct traffc afiter the existing signs have been
removed. Except as othervvise provided in fhe Con�act Documents, preservation and
maintenance of traffrc control and street name signs shall be the sole responsibility of the
Contractor.
As work progresses and permits, temporarily relocated or removed traffic and street name
signs shall be reset in their permanent location by the Contractor. Signs and other traffic
controi devices damaged or Ivst by the Contractor, shall be replaced or repaired by the
Contractor at no cost to the City. The option of whether a sign can be repaired or shafi be
replaced sha11 be the Engineer's and such decision shall be fnal and binding on the
Contractor.
When striping is obliterated due to constructaon activities or pavement restoration,
temporary pressure-sen�itive pavement marking tape, traffic buttons, or delineators shall be
installed where designated by the Engineer. These temporary features .shall be :removed
only upon installation of permanent traffic channelization.
Payment for all labor, materiais, tools, and equipment required to comply with requirements
of Section 1-07.23(1) shali be considered as incident�al to the construction and all costs
thereof sha�l be included by the Contractor in the unit contract price of other pay items of
tMe Cor�tract except for those applicable items speci�ically referenced in the Proposal.
1-07.23(i) Construction under Traffic
(October 1, 2005 APWA GSP)
Revise the second paragraph to read:
To disrupt public traffic as little as ;possible, the Contractor shall permit trafffic to pass
through the work with the least possible i�nconvenience or delay. The Contractor shall
maintain existing roads, streets, sidewa�ks, and .paths within the project limits, keeping
them open, and in good, clean, safe condition at all times. Deficiencies caused by the
Cotttractor's operations shall be repaired at the Contractor's expense. Deficienci�.s not
caused by the Contractor's operations shall be repaired by the Contractor v�hen
directed by the Engineer, at the Contracting Agency's expense. The Contractor shall
also m�intain roads, streets, sidewalks, and paths adjacent to the project limits when
affected by the Contractor's operat'rons. Snow and ice control will be �erfarmed by �the
Contracting Agency on all projects. Cleanup of snow and ice control debris will be at
the Contracting Agency's expense. The Contractor shall �.perform the fo4lowing:
1. Remove or repa'rr any condition resulting from the work that might impede
traffic or create a hazard.
2. Keep existing traffic signal and 'highway Iighting systems in operation as the
work proceeds. (The Contracting Agency will continue the route maintenance
on such system.)
SPECIAL PROVISIONS RFB 11-103
20tt� Avenue South Sidewalk Improvements Projed SP - 40 2011
(S 314"' Street to S 316"' Street)
Ciry of Federal way
3. Mai:ntain the striping on the roadway at the Contracting Agency's expense.
The Contractor shall be responsible for scheduling when to renew striping,
subject to the approval of the Engineer. When the scope of the project d�s
not requ.ire work on the roadway, the Contracting Agency will 6e responsible
for maintaining the striping.
4. Maintain existing permanent signing. Repai:r of signs wi41 be at the
Contracting Agency's expense, except those damaged due to the Contractor's
o.perations.
5. Keep drainage structures ciean to allow for free flow of water. Cleaning of
existing drainage structures will be at the Contracting Agenc�r's expense
when approved by the Engineer, except when flow is impaired due to the
Contractor's operations.
Section 1-07.23(1) is supplemented with the following:
(April 5, 2004) "
The construction safety zone will be determined as follows:
When the posted speed is 35 MPH or under, the safety zone will be 10 feet from
the outside edge of traveled way or 2 feet beyond the outside edge of the
sidewalk.
During nonworking hours equipment or materials shall not be within the safety
zone unless it is protected by permanent guardrail or temporary concrete barrier.
The use of temporary concrete barnier shall be permitted only if the Engineer
approves the instaltation and locartion.
During the actual hours of work, unless protected as described above, only
materials absolutely necessary to construction shall be within the safety zone and
only construction vehicles absolutely necessary to constructian shall be allowed
within the safety zone or allowed to stop or park on the shoulder of the roadway.
The Contractor's nonessential vehicles and em.ployees private vehicles shall not
be permitted to park within the safety zone at any time unless protected as
described above.
Deviation from the above requirements shall not occur unless the Con#ractor has
rEquested the deviation in writing and fhe Engineer has provided written approval.
(March 6, 2000)
Pedestrian Access
The Contractor shall keep all pedestrian routes and access points (including
sidewalks, and crosswalks when located within the project limits) open and clear
at all times unless permitted otherwise by the Engineer in an approved traffic
control plan.
(NWR February 14, 2005) �
Signs and TrafFic Control Devices
All signs and traffic control devices for the permitted closures shall only be
installed during the specified hours. Construction signs, if placed earlier than the
SPECIAI. PROVISIONS Rf611-103
, 20th Avenue South Sidewalk improvements Project 5P - 41 2011
(S 314`" Street t0 S 316"' Street)
City of Federal Way
'�
u
spec�ed hours of closure, shall b� turned or covered so as not #o be visible to
motorists. �
Hours of Darkness , ,
The Contra�tor shall, at no additional cost to the Contracting Agency, make all
arrangements for operations during hours of darkness. Flagger stations shall be
illuminated using a minirrwm 150-watt floodlight.
Lighting used for nighttime work shall, whenever possible, be directed away from,
or shielded from, residences and oncoming traffic.
(NWR March 6, 2000)
Night Work
Working at night (10:00 p.m. �0 7:00 a. weekdays, 10:� p;m. to 9:� a.m.
weekends and holidays) is not mandated by the Contracting Agency. Should the
Contractor schedule project work during the nighttime closure hours allowed
below, it shall be the Contractor's responsibility to obtain any required noise
variance or exernption for such work. .
(NWR March 6, 2000)
Closure `Restrictions
The�traffic closures listed above will not be a�lowed during the following #ime
periods:
Holidays — from noon the day prior to a holiday or holiday weekend through
noon the day following a hotiday or holiday weekend. Holidays that occur on
Friday, Saturday, Sunday, or Monday are considered a ho.liday weekend.
i-07.23(2) Construction and Main#enance of Detours
At least one fane of traffic in each direction shall be maintained on roadways that have more
than two lanes within the �project limi#s at all times. If the usable roadway is not sufficient to
safely accommodate two-way traffic, the Contractor shall adequately maintain one-way traffic.
Wherever one-way traffic is in effect, the distance shall not be in excess of 600 feet or as
ot�erwise set fortfi in writing by the Engineer. Two-way traffic must be maintained during all
non-construction working hours, except as approved by the Engineer in advance.
1 Road Maintenance (New Section)
The Contractor shall be responsible for controlling dust and mud within the project limits, and
all streets used by the Contractor during the execution of this contract 5hall be maintained in a
clean condltion. The Contra�tor shatl be prepared to use watering trucks equipped with high
velocity water je� and low-head sprinkling devices, power sweepers, and any other pieces of
equipment necessary to render the streets fi ee of all mud, debris, and foreign materials. Any
damage caused by dust and/or mud accumulation on the streets or in the storm sewer system
shall be the sole responsibihity of the Contractor.
Wateri�g trucks may be used on paved streets with an adequate storm drainage system.
Watering trucks shall not be used on streets where, in the opinion of the Engineer, mud is
SPEG7Ai PROVISIONS RFB 1i-103
2Uth Avenue South Sidewalk Improvement� P%ject SP - 42 2011
(S 314'" Street to S 316'" Street)
C5ty of Federdl Way
created, causing a nuisance. Where water flushing is not allowed, street sweepers {not power
brooms) shall be used.
The Contractor shall provide for sweeping, or filushing ali surfaced roadways at a rninimum upon
completion of each day's activities. Equipment required for this operation shall be on the job
site or available at all times. Failure to have this equipment on the job site or available will
necessitate a shutdown of the project.
The Contractor shail cover all loads if in the determination of the Engineer haul of project
materials is posing a road maintenance and/or potential safety problem.
Should daily removal be insufficient to keep the sfireets clean, the Contractor shall perForm
removal operations on a more frequent basis. If the Engineer determines that a more frequent
cleaning is irnpractical or if the Contractor faiis to keep the streets free from deposits and debris
resulting from the work, the Contractor shall, upon order of the Engineer, provide facilities for
and remove aal clay or other deposits from the tires or between wheels before trucks or otMer
equipment will be allowed to travel over paved streets.
Should the Contractor fail or refuse to clean the streets in question or the trucks or equiprnent
in question, the Engineer may order the work suspended at the Contractor's risk until
compliance with the Contractor's obligation is assured, or the Engineer may order the streets in
question cleaned by others and such costs incurred by the Owner in achievi�ng compliance with
these Contract requirements, including cleaning of the streets, �hall be deducted from monies
due or to become due the Contractor on rnonthly estimate. The Contractor shall have no claim
for delay or additional costs should the Engineer cMoose to suspend the CQntractor's work until
compl.iance is achieved.
All costs in connection with the above work, including labor, materials, tools and equipment,
' shall 'be considered as incidental to the construction, and payment thereof shall be included in
the unit contract �prices of other bid items.
'
'
CI
SECTION 1-08, PROSECUTION AN��D PROGRESS
Add the following new sectaon and subsections:
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
1-08.t1(1) Preconstruction Con#erence
(Octo,�r i0, 2008 APWA GSP)
New Section
' Prior to the Contractor beginning the work, a.preconstruction conference will be held between
the Contractor, the Engineer and such other intecested parties as may be invited. The purpose
of the preconstruction conference will be:
�
'
1. To review the initial progress schedule;
2. To estabfish a working understanding among the various parties associated or afFected
by the work;
, SPECIAL �PROVISIONS RFB 11-103
2ath Avenue South Sidewalk Improvements Project SP - 43 2011
(S 314"' Street � S 316"' Street) •
qty of Federal Way
�
3. To estabtish and review procedures for progress payment, notifications, approvals,
submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standa�ds and traffic controi; and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction conference the following:
1. A breakdown of all �urr�p sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
i-08.0�2) Hours of Work
(October 3, 2006) �
Except in the case of emergency or u�nless otheruwise approved by the Contracting Agency, the
normal siraight time working hours for the contract shall be a�ny consecutive 8-hour period
between 7:00 a.m. and 6:00 p.m., Monday through Friday, of a working day with a maximum 1-
hour lunch break �nd a S-day work week. T�e normal straight time 8-hour working period for
the contract shall be established at the preconstruction conference or prior to the Contractor
commencing the work.
If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m, or
after 6:00 p.m., Monday through Friday, the Con'tractor shall apply in writing to the Eng�neer for
permission to work such times. Permission to work longer than an 8-hour period between 7:00
a.m. and 6:00 p.m., Monday through Friday, is not required. Such requests shall be submitted
to the EngFneer no later t�han one week prior to the day for which the Contractor is requesting
permission to work.
Permissian to work from the hours of 8:00 p.m. to 7:00 a.m. Monday through �Friday or from
8:00 p..m. Friday to 9:00 a.m. Saturday or from 9:00 a.m. to 8:00 p:m. on Sundays or holidays,
may also be subject to noise control requirements and may required all equipment to have
`�ambie�t level noise alarms': Approval to continue work during these hours may be revoked at
any t�me the Contractor exceeds the C�ntracting Agency's noise control regulations or
complaints are received from the ;public or adjoining property owners regarding the noise from
the Contractor's operations. The Contractor shall have no claim for damages or delays sMould
such permission be revoked for these reasons.
Perrnission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight
time working hours Monday through Friday may be given subject to certain other conditions set
forth by the Contracting Agency or Engineer. These conditions may include but are not limited to:
requi�ng the Engineer or such assistants as the Engineer may deem necessary to be preser�t
during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in
excess of straight-time costs for Contracting Agency employees who worked during such i�mes;
consider�ng the work performed on Saturdays, Sundays or holidays as working days with regards
to the contract ti�ne; and considering mul�ple work slirfts as muMtlple working days w�ith respect to
contract time even though the mu�tiple shifts occur in a single 24hour period. Assistants rr�ay
include, but are not limited to, survey crews; personnel frorn the Contracting Agency's material
SPECIAL PROYISIONS RFB 11-103
20th Avenue South Sidewalk Improvemer� Proiect SP - 44 201i
(S 314"' Street to S 3i6"' Street)
Ciry of Fed�ai way
[
testing lab; inspectors; and other Contracdng Agency employees when in. the opinion of the
' Engineer,. such work necessitates their presence.
i-08.0(3) Reimbursement for Overtime Work of Contracting Agency
' Employees
(May 25, 2006 APWA GSP)
Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8-hour
work shifit on a regular working day, as defined in the Standard Specifications, such work shaii
be considered as overtime work. On aii such oveitime work an inspector will be present, and a
survey crew may be required at the discretion of the Engineer. In such case, the Contracting
Agency may deduct from amounts due or to become due to the Contractor for the costs in
excess of the straight-time costs for employees of the Contracting Agency required to work
overt+me hours.
The Contractor by these specifications does hereby authorize the Engineer to deduct such costs
from the amount due or to become due to the Contractor.
1-08.1 Subcontracting - D/M/WBE Reporting
(October 10, 2008 APWA GSP; may not be used on FHWA funded projects)
Revise the eighth paragraph to read:
On all projects funded with Contracting Agency funds only, the Contractor sha�ll certlfjr bo
the actual amounts paid �Disadvantaged, Minority, or Women's .Business Enterprise firms that
were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or
service providers on the contract. This certification shall be submitted to the Engineer, on
the form provided by tihe Engineer, 20 calendar days after physical completion of the
contract.
1-08.3 Progress Schedule
Supplement Section 1-08.3 with the following:
Promptly after award of the contract, the Contractor shal�l submit to the Engineer for
approval a construction schedule consisting of a chart, which sets out operations, methods,
equipment, and labor forces that the Contractor intends to use to accomplish the work. The
Contractor shall show early and late start dates and early and late finish dates for the items
of work required under the contract. Payment to the Contractor on any estimate may be
withheld until such schedule has been submitted and approved. The construction schedule
sha�ll be based upon forty-five (40) working days.
i Prosecution of Work
(October 1, 2005 APWA GSP)
Revise this section to read:
' �
SPEQAL PROVISIONS RF811-103
, 20tfi Avenue South Sidewalk Improvements Project SP - 45 2011
(S 314"' Street bo S 316"' Street)
City of Federal Way
I I
u
Notice to Proceed will 'be aiven after the contract has been executed and the contract bond
and evidence of insurance .have �been a�qroved and filEd by the Contracting Aaency The
Contractor shall not commence with the worfc until the �Notice to Proceed has been given
by the Engineer The Contracbor shal) commence construction activities on the �cr ject site
within ten davs of the Notice to Proceed Date, unless otherwise approved in writing. The
Contractor shall diligently pursue �the work to the physical corr�pletion dabe within the time
specified in the contract. Voluntary shutdown or slowing of operations by the Contractor
shall not relieve the Contractor of the responsibifity �o compiete the work within the time(s)
specified in the contract.
1 T�me for Completion
(June 28, 2007 APWA GSP, Option A)
Revise the third and fourth paragraphs to read:
Con#ract time shall beg�n on the first working day following the Notice to Proceed Date.
Each working day shall be charged #o the contract as it occurs, until the contract work is
physically com.plete. If substan�ial completion has been gran#ed and all the authorized
working days have been used, charging of working days will cease. Each week the
Engineer witl provide the Contractor a statement that s�hows the number of working days: {1)
charged to the contract tMe week before; (2) specified for the �physical completion of the
contract; and (3) remaining for the physical completion of the contract. The statement will
also show the nonworking days and any partial or whole day the Engineer declares as
unworkable. Wi�hin 10 calendar days after the date of each statement, the Contractor s�hatf
file a written ;protest of any alleged discrepancies in it. To be considered by the Engineer,
the protest shall be in sufticient detail to enable the Engineer to ascertain the basis �nd
amount of time disputed. By not filing such detailed protest in #hat period, the Contractor
shal� 'be deemed as having accepted the statement as coRect. If the Contractor elects #o
work 10 hours a dav and 4 davs a week (a 410 schedule) and the fifth dav of the week in
which a 410 shift is worked would ordinarilv be charaed as a workina dav then the f�fth day
of that week witl be char4ed as a workin4 dav whe#her or not the Carttractor works on that
da1L•
Revise the sixth paragraph to read:
The Engineer will give the CoRtractor written
after all the Contractor's obHgations under
Contrador. The following events must c
established:
notice of the completion date of the contract
the contcact have been performed by the
�cur before the Completion Date can be
1. The .physical work on the project must be complete; and
2. The Contractor must fumish all documentation required by the contract and required by
law, to allow the Contracting Agency to process final acceptance of the contra�t. The
following documents must be received by t�ie Project Engineer prior to establishing a
completion date:
a. Certified Payrolls (Federal-aid Projects)
b. Mater"ial Acceptance Certification Documents
c. Annual Report of Ar�ounts Paid as MBE/WBE Participanfis or Quarterly Report of
Amounts Credited as DBE Participation, as requi�red by the Contract Provisions.
SPECtAL PROVISIONS RF611-103
20[h Avene�e South Sidewalk Improvements Project SP - 46 2011
(S 314"' Street to S 316"' Street)
Gty of Federal Way
�
�
��'�
,
,
d. Finai Contract Voucher Certification
e. Propertv owner releases c�er Section 1-07.24
Section 1-08.5 is supplemented with the following:
This Project shall be physically completed in its entirety withfn forty (40) working days
following notice to proceed.
Supplement with the following:
' Subject to the time lost due to inclement weather and defay in delivery of materials, should
such delay not be the result of the undersigned's actions, the Contractor agrees to
commence work within 5 days after Notice to Proceed and to complete all work in this
' Contract within the specified time period. If requested, the Contractor agrees to fumish the
City and the Engineer with full data as to the efForts made to obtain materials.
'
'
�
I
'
,
��
�
'
u
The Contractor agrees to cornplete the work within the contract time contained in his bid
plus any extensions as provided for herein. It is the responsibitity of the Contractor to
complete the work within completion time. The Owner makes no promise or representation
that this can or will be done.
Extensions in aornpletion time will be granted for delays beyond tfie wntrol of
the Contractor only, such as str�kes or natural disas�ers, and may be granted for
increases in the contract value of. #he work to be done. Requests for extensions
in aompletion time shatl be made in writing to the Engineer and approved
through a change order before commencement of such extensions.
SECTION i-09, MEASUREMENT AND PAYMENT
1-09.3 Scope of Payment (APWA only)
Supplement with the following:
The Special Provisions may describe work the Standard Specifications do not cover. Such
work sha�ll comply first with the special .provisions and then with any specifications that
apply. The Contractor shal!I include all costs of doing this work within the unit bid prices. If
the special provisions require work that has no unit bid price, costs shall be incidental and
inc�luded within the unit bid prices in the contract.
1-09.6 Force Account
(October i0, 2008 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for al1
' 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
SPEQAL PROVISTONS iif611-103
' 20th Avenue South Sidewalk Improvements Project SP - 47 2011
(S 314"' Street to S 316�' Street)
City of ,Federal Way
'
Agency does not warrant expressly or by implication that the actual amount of work will
correspond wEth those estimates. Payment will be made on the basis of the amourrt of work
actually authorized by the Engineer.
1-09.7 Mo6ilization
Section 1-09.7 is supplemented with fihe following:
The Contractor shall arrange and provide the construction equ�pment staging area. This
area must be approved by the City of Federal Way, Community Development Department.
Sites chosen near residential properties can expect severe restrictions on noise ar�d
allowable work hours.
Obtai�ning a site for the Contractor's mobilization, field office(s), storage of materials, and
other general operations shall be the responsibility of the Contractor. All costs associated
with securing sites shall be included in the bid item "Mobilization" and no other
compensation will be rnade for this item. The Contractor will provide City with copy(s) of
agreement(s).
Payment is made under the following bid item:
"Mobilization" per lump sum.
The Fump sum bid price for "Mobilization" shall incFude, but is not limited to, the following
items: the movement of the Contractor's personnel, equipment, supplies and incidentals to
the project site; the establishment of the Contractor's office, buildings, and other facilities
necessary for work on the project; providing sanitary facilities for the Contractor's
personnel; obtaining permits or licenses required to compJete the project not fumished by
the Owner; and other work and operations which m�ust be performed or costs that must be
incurred.
1 Payment for Matenial on Hand
(August 3, 2009)
Payment For Material On Hand
The last paragraph of Section 1-09.8 is revised to read:
The Contracfiing Agency will not pay for material on hand when the invoice cost is les.s than
$2,OQ0. As materials are used in the work, cred�ts equaling the partial payrnents for them
will be taken on future estimates. Each month, no later than the estimate due date, the
Contractor shall swbmit a letter to the Project Engineer that clearly states: 1) the amount
originally paid on the invoice (or other record of production cost) for the items on hand, 2)
the dollar amount of the rnaterial incorporated into each of the various work iterns for the
month, and 3) the amount that should be retained in m�aterial on hand iterns. If work is
performed on the items and the Contractor does not submit a letter, all of the previous
material on hand payment will be deducted on the estimate. Partial payment for materials
on hand shatl not constitute acceptance. Any rnaterial will be rejected if found to'be faulty
even if partial payment for it has been made.
SPEQAL PROVISIONS RFB �11-103
20th Avenue South Sidewalk Improvements Project SP - 48 ' 2011
(S 314'" Street tio S 316"' Street)
dry of Federal Way
1-09.9 Payments
(October 10, 2008 APWA GSP)
Revise the fi:rst paragraph to read:
The basis of payment will be the actual quantities of Work perFormed according to the
Contract and as specified for payment. For items Bid as lump sum, with a bid price of more
than or equal to $20,000, the Contractor shali submit a breakdown of their lump surn price
in sufficient detail for the Project Engineer to determine the value of the Work performed on
a monthly basis. Lump sum breakdowns shaHl be provided to the Project Engineer no later
than the date of the preconstruction conference.
Delete the third paragraph and replace it with fihe following:
Progress paymen�s 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 initaal progress estimate w411 be made not later than 30 days afiter 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 payment. The
' progress estimates are subject to change at any time prior to the calculation of the Fnal
Payment.
,
�
'
u
'
l. . J
The value of fihe progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of
work completed multiplied by the unit price.
2. Lum:p Sum Items in the Bid Form — partial payment for lump sum Bid items will be a
percentage of the price in the Proposal based on the Engineer's determination of the
amount of Work perFormed, with consideration given to, but not exclusively based
on, the Contractor's lump sum breakdown for that item.
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 wili be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9{1);
2. The amount of Progress Payments previously made; and
SPECIAL PROVISIONS RfB 1i-103
' 20th Avenue South Sidewalk ImprovemeMs Project SP - 49 2011
(S 314"' Sireet to S 316"' Street)
Gty of Federal Way
'
3. Funds withheld by the Contracting Agency for disbursement in accardance w�th the
Cantract Documents.
Progress payments for work ,performed shall not be evidence of acceptable pertormance or
an admission by the Contracting Agency that any work has been satisfactorily completed.
The determination of ; paymen�s under the contract will be final in accordance with Section
1-05.1.
1-09.9(1)A Gity's Right to Withhold Certain Amounts (New Section)
In addition to the amount which the Owner rnay otherwise retain under fhe Contract, the Owner
may withhold a sufFcient amount or amounts of any �payment or payments otherwise due to the
Contractor including nullifying fhe whole or part of any previous payment which because of
subsequently discovered evidence or subseq�ent inspections, and in its judgment may `be
necessary to cover the following:
a. The cost of defective work not remedied.
b. Fees incurred for material inspection, and overtime engineering and ins.pection for which
the Contractor is obligated under this Contract.
c. Fees and charges of public authorities or municipalities.
d. Liquidated damages and engineering and inspection fees beyond completion date.
1-09.11 Disputes and Claims
Supplement Section 1-09.11 with #he following:
In the event the Contractor files a notice of claim or has matle the Owner aware of his
intention to file a clairn, the Con#ractor upon demand by the Owner sha[I provide immed�iate
access to the Owner or its duly authorized representative for review and examination of all
books, documents, pa�ers and other records which are directly pertinerrt ta this :Contract
and claim. Access shall be ongoing and shall remain in effect for the duration of the
contract or until the claim is settled or withdrawn. The Owner's examination and .review shall
be at reasonable time and place as designated by the Owner. This provision extends to al:l
subcontractors hired ;by the Contractor and to any entity that has performed work or supplied
materials or services in connection with or related to this Contract. The Contractor shall
provide for this clause to be included 'rn its contracts with all subcontractors and suppliers.
Provided, however, that the Owner shall not disclose information which may reasonably be
construed to be confidential and if divulged may seriously jeopardize the Contractor's or
subcontractor's cornpetitive position.
The above shall not be limited to records in existence at �the time of the claim but shall also
include records generated foiiowing the claim or notice of claim. (n the event tha� the
Contractor, or Subcontractor, submits notice of a changed cond�tion or claim of delay at the
job site, the Contractor and Subcontractor are directed to cease all work on the project until
directed otherwise in writing by the Owner. Consistent with the interrt and provisions of this
section, any claim of changed condition or delay shall be immediately veri#ied by the Owner
following �its inspection of the job site and books and reco�ds. The Owner's authority to
verify charaged conditions and claimed delay shall extend to the right of the Owner to contact
and obtain responsive infonmation from suppliers, vendors, and subcor�tractors, the right to
speak with workers at the site and examine records described above. The refusal,
SPECIAL PROVISIONS RFB 11=1U3
20th Avenue South Sidewalk Improvements Project SP - 50 2011
(S 314"' Strcet to S 316"' Street)
(Sty of Federal Way
�
�
unwillingness or failure of any subcontractor to supply requested :information shall be
deemed to constitute actual and noncooperation of the Contractor.
The Contractor shall at all time, following a claim or notice of claim, cooperate with the
' Owner in regards to this provision. Failure to comply with the provisions of this section
constitutes a breach of a material term and condifiion in the perforrnance of this Agreement.
�
u
,
'
'
'�
,
J
I�
�
'
�
u
C J
1 Claims $250,000 or Less
(October 1, 2005 APWA GSP)
Delete this Section and replace it with the following:
The Contractor and the Contracting �qency mutually agree that those claims that total
$250,000 or iess, submitted in accordanc� with Section 1-09.11 .and not resolved by
nonbinding ADR processes, shall be resolved through litigation unless the parties mut�atly
agree in writing to resalve the claim through binding arbitration.
1 Administration of Arbitration
(October 1, 2005 APWA GSP)
Revise the third paragraph to read:
The Contrac:ting Agency and #he Contractor mutually agree to be bound by the decision of
the arbitrator, and judgment upon the award rendered by the arbitrator may be errtered in
the Superior Court of the countv in which the Contracting �gencv's headauarters are
located. The decision of the arbitrator and the specific basis for the decision shall be in
writing. The arbitrator shall use the contract as a basis for decisions. �
1-10 TEMPORARY TRAFFIC CONTROL
Section 1-10 is supplemented with the following:
Traffic control and maintenance for the safety of the traveling public on this project shall be
the sole responsibility of the Cantractor and all methods and equipment used will be subject
to the approval of the Owner.
1-10.1 General
The Contractor, at his own expense, shall erect and maintain all barricades, sequential array
boards, guards, standard construction signs, warning signs, detour signs and flaggers as
may �be necessary to protect and safeguard fhe public at all �rnes from injury or damage as
a result of the Contractor's operations. If the Owner is forced to take care of any traffic
control or signing, the Contractor shall be billed for time and rental of any equipment used.
Traffic control for the Project shall conform to the Manual on Uniform Traffic Control Devices
(MUTCD) Part VI. These publications will be incorporated in all projects by this reference as
if set forth herein in full.
SPECIAL PROVISIONS RfB 11-103
' � 20th Avenue Soutf� Sidewalk ImprovemeMs Project SP - 51 2011
(S 314'" Street to S 316"' Street)
Gty of Federal Way
�
1-10.2 'Traffic Control 'Management
1-10:2(i) General
Section 1-10.2(1) is supplemented with the fotlowing:
The Traffic Control Manager and Traffic Control Supervisor sha41 be certified by one of the
following:
American Traffic Safety Services Association
�5 Riverside Parkway, Suite 100
'Fredericksberg, VA 22406-1022
(540) 368-1711
Certi.ficatian Ext. 127
Recertification Ext. 134
Sverdrup Civil, Inc.
c/o TrafFic Control Supervisors Seminar
600 108th Ave. N.E.
Bellevue, WA 98004
(425) 452-8000
The Nortfiwest Laborecs-Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
Evergreen Safety Council
401 Pontius Ave. N.
Seattle, WA 98109
1-800-521-0778 or
(206) 382-4090
1-10.2(2) TRAFFIC CONTROL PLANS
Section 1-10.2(2) is supplemented with the following:
The Contractor shall submit a Signing and Traffic Control Plan (TCP) to� the Engineer for
approval before begtnning any work on the Project.
The Contractor sha11 include in the TCP special plans for trafFic control, including trafFic
signal requ�rements, and a construction sequencing plan.
NO WORK SHALL BE PERMITTED WITHOUT A TCP APPROVED BY THE ENGINEER. The
approved TCP shall be on-site at all times and failure to obtain and adequately implement
an approved TCP shall be the cause for immediate actron by the Engineer. Said action may
inc�ude but shal�l :not be limited to the following:
1. Suspension of worCc until the TCP is ap,proved or properly implemented.
2. Implemen�tation by the Owner of approved TCP at the Contractor's expen5e.
3. The Owner may provide, or �have others provide, interim labor, materiais, and
equipment at the Contractor's expense to alleviat� traffic hazards of concern.
SPECIAL PROVISIONS RFB 11-103
20tli Avenue South Sidewalk Improvements `Proiect SP - 52 2U11
(S 314'" Street tio 5 31G" Sh'eet)
Gty of �ederal Way
4. Any combination of the above described remedies or whatever is deemed necessary
by the :Engineer ta protect the traveling public.
Ail Traffic Control Pians shaii conform. to the MUTCD and the Standard Plans.
Whenever the Contractor intends to do work not explicitly covered by the TCP, the
Contractor shall submit a Supplemental Traffic Controi Plan to the Engineer for approval at
least ten (10) days in advance of the time signs and barricades will be required.
All costs associated with developing and revising the TCP shall be considered incider�tal to
the other bid items i�n the Proposal.
i-10.3 Traffic Control Labor, Proaedures and Deviaes
SECTION 1-10.3 IS SUPPLEMENTED WITH THE FOLLOWING:
11�e Contractor shall furnish all flaggers, warning signs, and barricades when construction
interferes with the traveled portion of the street rights-of-way within the Project, as required
by the MUTCD or by the Engineer. The Contractor shall fumish all equipment ar�d apparel
required by said flaggers.
All barricades and signs must be in accordance with the MUTCD.
Type II barricades with working flashing lights shall be used throughout the Project.
Barricades shall be set witfiin one hour of the time ordered by the Engineer.
All Traffc Control Plans shall conform to the MUTCD and the Standard P1ans.
' All traffc cones shail be 28 inches in height and, if used, ail traffic drums shalt be 36 inches
in height. Four-inch (4") reflective sheeting material shall be installed on all cones and
drums:
'
�
�
'
All traffic control devices, cones, barricades, paddles, etc. shall be approved by the .Project
Engineer or'his representative.
i-10.3(3) TrafFic Control Deviaes
Section 1-10.3(3) is supplemented with the following:
The foNowing devices are deemed compliant with the crashworthiness requirements of
NCHRP 350 and are approved for use on the project:
Approved Ca�egory II Devioes
' Type I 8� II Barricades
Manufacturer
WLI Industries
t Bent Manufacturing
Bent Manufacturing
Model Number
Safety Cade Type II
Unicade
Waffle Barricade
' SPECIAL PROViSIONS RFB i1-103
20th Avenue Soutfi Sidewalk Improvemenls Project SP - 53 2011
(S 314"' Street to S 316'" Street)
City of Federal Way
�
Bent Manufacturir�g
Eastern Metal
Plasficade Products
Plasticade Products
Dicke Taol Company
TrafFix Devices, Inc.
The Roadmaker Company
Three D Traffic Works, Inc.
Protection Services, Inc.
Flex-O-Lite •
United Rentals Highways
Bureau of liighway Safety
T�he Cortina Companies
Type III Barricades
Manufacturer .
Bent Manufacturing
Recycled Plastic Products
Yodock Wall Com�any
Cantel of Medford, Inc.
Davidson Plastics Corp.
Type II Plywood or Plastic Panel
Type I & II Barricades
Fibercade Ty pe II
:Plasticade Type II .
Ty pe I Plasfic Barricade
Plastic Folding Type I Barricade
Type �I Plastic Barricade
TD2000 Works Barricade
Type I & II Barricades
Type I Barricade
Type I & II Barricades
Penn. Type IIT Barricade
Type I Plastic Barricades
Model Number
Ty pe III �Barricade
Hollow Core Plastic Barricade
Yodock 2001m Type III �rricade
EZ-UP Type III Barricade
T36 Type iII Barricade
Approved Portable Signs and Stands
Manufacturer Modei Number
Montana DOT DWG# 618-02 (Plywood)
WLI SafetyCor Sigra System (Plastic)
Texas DOT Skid Mounted Sign Support (Plywood)
Reflexi�te/Eastern Metals 'DF 400 & DF 4700 TX (Endurance plastic)
(Aluminum signs are not a.pproved for use wi�h the above listed stands at this time)
Wood Sign Posts
Use the below charts to determine post size for Gass A construcdon signs.
One Post Installation
Post Size Min. Sign�cS . Ft.
4x4 -
4x6 17.0
6x6 21.0 �
6x8 26.0
Two Post Instailation
(For signs 5 feet or greater in width)
Post ize NNMn. Sign Sq. Ft.
4x4 -
4x6 17.0
6x6 37.0
6x8 � 47.0
Max. ig�q. Ft.
16:0
20,0
25.0
31.0
Max. Sign�. Ft.
16.0
36.0
46.0
75.0 *
* The Engineer sMall determine post size for signs greater than 75 square feet.
1-10.3(3)A CONSTRUCTION SIGNS
(August 6, 2001)
SPECIAI. PRO�IISiONS RFB 11-103
20th Avenue Soutli Sidewalk Improvemerrts Project SP - 54 2011
(S 314"' Street tio S 316"' Street)
City of Federal Way '
�
,
�
'
,
Section 1-10.3(3) is supplemented as follows:
All signs required by the approved traffic control .plan(s) as well as any other appropriate
signs prescribed by the Engineer shall be furnished by the Contractor. The Contractor shali
provide the posts or supports a:nd ecect and maintain the signs in a clean, neat, and
presentable condition until the �necessity for them has ceased. All non-applicable signs shall
be removed or completely covered with metal, plywood, or an Engineer approved product
specifically manufactured for sign covering during periods when they are not needed. When
the need for these signs has ceased, the Contractor upon approval of the Engineer, shall
remove all signs, posts, and supports from the project and they shall remain the property of
the Contractor. �
All orange background signs shall utilize materials, and be fabricated in accordance with,
' Section 9-28. All new orange background signs and all W20-7a °Flagger Ahead" signs shall
be fabricated with Type N or Type VII fluorescent orange sign sheeting.
�
,
All post mounted signs with Type IV or VII sheeting shall use a nylon washer between �Che
twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting.
There shall �be no intermixing of signs with non-fluorescent orange reflective sign sheeting
and signs with fluoresceRt orange reflective sign sheeting on the same sign post.
' Constructian signs will be divided into two classes. Class A construction signs are those
signs that remain in service fhroughout the construction or during a major phase of the
work. They are rnounted on posts, existing fixed structures, or substantial supports of a
, semi-permanent nature. Sign and support installation for Class A signs shall be in
accordance with the Contract Plans or the Standard Plans. Class B construction signs are
those signs that are .placed and removed daily, or are used for short durations which may
' extend for one or more days. They are mounted on portable or temporary mountings. In
the event of disputes, the Engineer will determine if a construction sign is considered as a
Class A or B construction sign.
'
'
C I'I
If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on
impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a
maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the
ground.
Payment for setup and take down of Class B signs will be limited to the labor cost to do the
work deseri�bed in Section 1-10.3(1), and for transportation described in Section 1-10.3(2).
' Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer
deems to be unacceptable while their use is required on the project, shall be replaced by
the Contractor without additional compensation.
' 1-10.4 Measurement
, Supplement Section 1-10.4 with the following:
, SPEQAL PROVISIONS RFB 1i-103
20th Avenue South SideNralk Improvements Project SP - 55 2011
(S 314"' Street to S 315"' Street)
Caty of Federal Way ,
�
"Flagging and Spotting,° per hour
"Otlier Traffic Control Labor," .per hour
All traffic control items, with tlie exception of "Flagging and Spotting" and "Other Traffic
Control Labor", shatl be incidental to the contract, ar�d no measurement wiil be made.
1-10.5 PAYMENT
Section 1-10.5 is supplemented with the followirag:
Payment will be made per Section 1-10.5 of the Standard Specifications for the following bid
items: �
"Flagging and Spotting," per hour
"Other Traffic Control Labor," per hour
This unit payment inciudes a'II materials and labor to perform the Work. All traffic control
devices, signage, and temporary pavement markings are incidental to the Work. No separate
paymerrt shail be made. All other items of wark included in this section and/or which are
necessary for traffic control are ir�cidental to the Contract, and no separate payment will be
made. This includes but is not limited to: Costs for cones, barricades and other construction
signing used on the Project.
Flaggers needed for fhe Project shall be .paid u�nder the estimated price for "Flagging and
Spotting" when these iterns are included in the Proposai. Costs for cones, barricades,
tempora .ry pavement markings and other normal construction signing used on the Project will
be incidental to the Project.
Payment shail be limited to the labor required for flagging and handling signs and traffic control
devices which are placed and removed or adjusted daily.
It will be the Contractors responsibility to provicte, for the Engineer's concurrence, a detailed
summary of time expended on this item at the end of each working day. Pay quantities witl be
prepared on the basis of these daily summaries. Tme, which does not appear on tf�ese daily
summaries, will not be honored for payment.
END OF DMSION 1
SPECIAL PROVISIONS RFB 11-103
20th Avenue South Sidewalk Improvements Project SP - 56 2U11
(S 314"' Sireet to S 316'" Street)
Ciry of Federal Way
�
'
�
'
�I
�J
DIVISION 2
EARTHWORK
SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.1 DESCRIPTION
(MARCH 13, 1995)
Section 2-01.1 is supplemented with the following:
Ciearing and grubbing on this project shall be performed within the following limits:
From the edge of existing :pavement or the back of existing sidewalk ta:
, a: 1 foot beyond the edge of new fill or cut slopes, or
b. 1 foot beyond the back of new temporary slopes required for installation of
cut walls.
, Areas which are covered by asphalt, concrete, or gravel will not be considered within t�e
clearing and grubbing pay limits.
'
�
�
C I
C�
�'
'
u
�__l
2-01.4 MEASUREMENT
Section 2-01.4 is supplemented with the following:
No specific measurement will be made for work idenfified in Section 2-01.
2-01.5 PAYMENT
Section 2-01.5 is supplemented with the foi�owing:
"Clearing and Grubbing," per lump sum
"Roadside Cleanup" sha�l be paid by farce account as provided in Section 1-09.6.
SECTiON 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.1 DESCRIPTION
Section 2-02.1 is supplemented with the following:
All items shown outside the existing sidewalk and curb on the Removal Plan shall be paid for
under ��Clearing and Grubbing". In addition, minor items such as extruded curtis, bollards,
private signs, landsca;pe rocks, and existing irrigation systems have not been shown on the
plans but are included under ��Clearing and Grubbing".
2 Removal of Pavement, Sidewalks, C�urbs, and Gut�rs
(September 8, 1997)
Section 2-02.3(3) is supplemented with the following:
' SPEQAL PROVISIONS RFB 11-1U3
20th Avenue South Sidewalk ImprovemeMs:Pnoject SP - 57 2Uii
(S 314"' Street tio S 316"' Street)
Ctty of Federal Way ,
ll
The approximate thickness of sidewalk pavement i5 4 inches.
The approximate thickness of the asphalt concrete pavement varies throughout the project
site and may be as thick as 6 inches.
1. A�I broken-up pieces shall become the properly of the Contractor and shall be removed
from the project.
2. Prior to removal, the Contractor shall make a full-depth vertical sawcut between any
sidewalk, cWrb ram.p or curb and gutter that is to remain and the portion to be removed.
The sawcut shall be at the nearest joint to form a neat li�ne for removal from the project
site.
3. Rep�lace at no expense to the Owner and to the satisfaction of the Engineer any existing
pavement, sidewatk, curb ramp, or curb and gutter designated to rernain that is
damaged during the removal operation.
4. The contractor shall make a neat full depth vertical sawcut in the existing pavement at a
minimum distance of one (1) foot from the curb and gutter to be removed to provide a
large enough area to build to curb and place and compact a pavement section. The
approximate thickness of the existing asphalt concrete pavement in the roadway vaNes.
Contractor's attention is also drawn to Section 8-04 of the Special Provisions. See
standard plans for details.
5. The equiprnent and procedures used to make the fu11-depth sawcut shall be approved by
the engineer. No waste water from the sawcutting operation shall be released directly
to any stream or storm sewer system.
6. F�ctra care shall be taken to protect any existing traffic loops found that are to �remain,
when removing and replacing curb and gutter. Any traffic loops damaged by the
Contractor shali .be replaced at the Contractor's expense.
7. Pedestrian and wheel chair access to sidewalks must be maintained to one side of a
street at all times. If it is not possible to restrict access to one side of a street, the
� contractor must provide proper wheelchair accessibie pedestrian detours, per the
MUTCD, around closed sidewalk areas.
2-02.5 Payment
Section 2-02.5 is supplemented with the following:
"Removing Cement Conc. Sidewalk", per square yard.
"Removing Cement Conc. Curb and Gutter", per linear foot.
Removal of Asphalt Pavement shall :be incidental to the unit cost of "Removing Cement
Conc. Curb and Gutter", and no other payment will be made.
AII costs _for materials and equipment necessary to perform the work for "Rernoving
Cement Conc. Sidewalk" and "Removing Cernent Conc. Curb and Gutter', including
sawcutting wit� be considered incidental to these costs and no other payment v�itl be
rnade. �
SPEQAL PaOVISI0N5 RFB i1-103
201fi Avenue South Sidewalk Improvemer�ts Project SP - 58 2011
(S 314'" Street t� S 316"' Stireet)
i7ty of Federal Way
�
�'
�
�
�
'
'
'
LJ
Ll
�
�'�
u
�
'
�
0
SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
2-03.1 Description
Section 2-03.1 is supptemented with the following:
A!i excavation on the project, except that fior the construction of cut or fill walls, headwalls,
and for the installation of .pipe or other structures, shall be considered as "Roadway
'Excavation and Disposal Incl. Haul".
2-03.3 Construction Requi�rements
2-03.3(7) Disposal of Surp#us Material
Section 2-03.3(7) is supplemented with the following:
All material removed by excavation, including all unsuitable material, shall be disposed of
off-site at a legal disposai site obtained and paid for by the Contractor. Excavated materia!
shall not be reused for embankment unless directed by the Engineer. The Contractor shall
determine the requ�irements of the particular disposal site related to accepting the material
to be deposited at the site.� Testing of the materiai by the disposal site or refusal to accept
the material shall not `be a basis for additional payment or for an extension of contract
time. The cost of all such requirements shail be included in the various bid prices in the
ProposaL
(March 13, 1995) �
2 Compacting Earth Embankments
Section 2-03.3(14)C is supplemented with the followfng:
Aii embankments, except waste embankments, shaii be compacted using Me�hod C.
2 Unsuitable Foundation Excavation
Secfion 2-03.3(14)E is supplemented with the following:
Where directed by the Engineer, the Contractor shall excavate unsuitable material below that
depth required for the subgrade construchion. Material to replace unsuitable foundation
material shall be shoulder .ballast meeting the requirements of Section 9-03.9(2) of the
Standard Specifications.
All excavated material shal! be hauled frarn the projecf site by the Contrac�r and shall be
deposited at a legal disposai site.
2 Measurement
Section 2-03.4 is supplemented with the foliowing:
(March 13, i995) .
Only one determina�on �of the original ground elevation will be made
Measurement for roadway excavation and embankment will be based
ground elevations recorded previous to the award of this contract.
rneasured relative to a fixed point within the project area.
on this project.
on the original
Elevations were
, •
SPECIAL•PRONISIONS R� 11-103
' 20th Avenue South Sidewalk Improvements Project SP - 59 2011
(S 314"' Street to S 316'" Street)
City of Federal Way
�
If discrepancies are discovered in the ground elevations which will materially affect the
quantities of earthwork, the original computations of earthwork quantities wiFl be adjusted
accord.ingly.
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 elemerrt
analysis method ulilizing digital terrain modeling techniques.
Co,pies of the ground cross-section notes will be available for the bidder's inspection, before
the opening of bids, at the �Project Engineer's offiice.
Upon award of the contract, co,pies of the original ground cross-sections wili be furnished
to the successful �bidder on request to the Project Engineer.
The earthwork quantities included in "Roadway Excavation Incl. Haul" do not inciude
excavation required for construcfion of retaining walls including required toe emb�drr�ent.
This excavation will vary based on the Contractor's method of construction. All excavation
required for retaining wall constr�cction will not be measured for separate payment but
instead wili be inc4uded in the urrit cont�act price of the retaining wall being constructed.
The quantities also do not include any excavation that would normally be considered as
structure excavation per Section 2-09 of the Standard Specifcations.
2 Payment
Section 2-03.5 is supplemented with the following:
Payment will also be made under the following:
"Roadway Excavation and Disposal Incl. Haui ; per cubic yard.
END OF DMSION 2
SPECIAL PROVISiONS RFB 11-103
20th Avenue South Sidewalk Improvements Project SP - 60 2011
(S 314�' Street b� S 316"' Sfi'eet)
CSty of Federal Way .
'
�J
'
�
DIVI�SIO�N 4
BASES
4-04.3 CONSTRUCTION :REQUIREM-ENTS
4-04.3(3) MIXING
Item 2 of Section 4-04.3(3) is replaced with the following:
2. Road Mix Method. The road mix method will not be allowed.
'
'
4-04.3(4) PLACING AND SPREADING
Item 2 of Section 4-04.3(4)\is replaced wifh the following:
2. Road Mix Method. The road mix method will not be aliowed.
4-04.4 BALLAST AND CRUSHED.SURFACING
4-04.5 PAYMENT
Section 404.5 is supplemented with the following:
Payment will be made under the following:
"Crushed SurFacing Top Course", per ton
Payment wili be made per Section 404.5 of the Standard Specifications. The contract bid
price shall be fuli compensation for ali labor, materials, tools, and equipment necessary to
complete the work as defined in the Standard Specifications and these Special Pravisions.
END OF DMSION 4
SPEQAL PROVISIONS RFB 11-103
20th Avenue Soutli Sidewalk Improvements Project SP - 61 2011
(S 314"' 5treet to S 316"' Street)
(Sty of'Federal Way
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
Division 5 of the Standard Specifications is supplemented by the following:
5-04 H07' MIX ASPHALT
5-04.1 DESCRIPTION •
Section 5-04.1 is supplemented with the following:
Work shall consist of furnishing, installing, and compacting hot mix asphalt for the
restaration of roadway repair related to installataon of Cement Concrete Curb and Gutter.
5-04.4 MEASUREMENT
Section 5-04.4 is supplemented with the fo'llowing:
No separate measurement will be made for HMA, cold mix, and joint sealant rneeting
the requirements of Section 9-04.2.
5-04.5 PAYMENT
Section 5-04.5 is suppiemented with the following:
No separate payment wiil be made for furnishing and insta�ling HMA, cold m:ix, and
joint sealant meeting the requirements of Section 9-04.2. All cos�s shall be included
in the other bid prices i�n the Proposal. �
END OF DMSION 5
SPEQAL PROVISIONS RFB 11-103
20th Avenue South Sidewalk Improvements Project SP - 62 2011
(S 314"' Street to S 316"' Street)
4ty of Federal Way
', '
'
LJ
L'
' �
u
'
i�
�
��
�
CJ
l�
�
�
'
DIVISION 8
MISCELLANEOUS CONSTRUCTION
Division 8 of the Standard Specifications is supplemented by the following:
8 EROSION CONTROL A�ND WATER POLLUTION CONTROL
8-01.1 DESCRIPTION
Section 8-01.1 is supplemented with the following:
Temporary water pollution/erosion control work during construction shall also consist of
installing. and maintaining "construction geotextile for temporary silt fence" and insta4ling
"storm drain inlet protection" over storm drainage structures during construction and
cleaning the fabric periodically, as directed by the Engineer far any earthwork activity.
8-01.2 MATERIALS
Section 8-01.2 is supplemented with the following:
Filter fabric shall be woven microfilament geotextile such as �Mirafi 700X, Amoco 1199,
Supac 6MW(UV), or approved equal. �
8 General
Section 8-Oi.3(1) is supplemented with the following:
(April 1, 2002}
Off-Site Sta�ocmwater
Wherever stormwater frorn off-site enters the project site, Contractor shall, prior to disruption
of the normal water course, ir�tercept fhe off-site stormwater and pipe it either through or
around the project site in such a manner that it is not combined with on-site stormwater and it
is discharged at its preconstrucc�on outFall point in such a manner that there is no increase��in
erosion below the site.
8-01.4 Measurement
Section 8-01.4 is replaced with the following:
Payment for °Inlet Protection°, per each will be made per Section 8-01.4 of the Standacd
Specifications.
8-01.5 PAYMENT
Section 8-01.5 is replaced with the following:
Payment for "Inlet Protection", per each will be made per Section 8-01.4 of the Standard
Speci#ications. �
SPECiAL PROVISIONS RFB 1i-103
20th Avenue South Sidewalk Improvements Project SP - 63 2011
(S 314"' Street to S 316"' Street)
(Sty of Federal Way
�
All other costs for this work shatl be incidental payment fiherefore shall be included in the
lump sum for other bid prices in the Proposal,
SECTION 8-02, ROADSIDE RESTORATIO'N
8-02.1 DESCRIPTION
Section 8-02.1 is supplemented with the following:
Work shall include landscape restoration, plant installation, and establishment.
8-02.2 MATERIALS
Section 8-02.2 is supplemented with the following:
Topsoil
Topsoil, Type A shall be an imported topsoil mix consisting of 1/3 sandy loam, 1/3 composted
mulch, and 1/3 sand to produce an overall loamy sand texlural class as determined by the U.S.
Departrnent of Agriculture Classification System. Topsoil shafl meet the following requirements:
100 percent shall pass the 5/8-inch sieve, with 97 percerrt to 100 percent passing the 3/8-inch
sieve. Topsoil shall be free of clay'lumps and all noxious weeds. Topsoil shall be furnished by a
commercial topsoil supplier who has been in the business for at least five (5) consecutive
years.
Fertilizer
Total Available Nitrogen: 10 percent, of which 50 percent is der�ved
(analyzed as N) from 38 percer�t slow-release
urea fonm.
Available Phosphorous: 20 percent (analyzed as P
Available Potassium: 20 percent (analyzed as K
Note: Above �percentages are proportioned by weight.
Mulch
Bark mulch shail be bark or wood chips per Sectian 9-14.4(3).
Plant Ma�erials —
Plant �materiais shall be as specifed on the Plant Materia{ List included on the Landscape '
Plan sheets.
$-02.3 CONSTRUGTION :REQUIREMENTS
Section 8-02.3 is suppiernented with the following:
Areas behind the back of sidewa�lk a�nd walls or where the restoration type is not shown on
the Plans shall be bark ;muich as "Bark or Wood Chip Mulch". All other restoration shall be
as shown on the landscape plans.
SFECIAL WROVISIONS . RFB 11-103
20tfi Avenue South �i�walk Irnprovements Project SP - 64 2011
(S 314"' Street to S 316"' 5treet)
Cty of Federal Way
C
�
��
'
,
��,
8-02.4 MEASUREMENT
,' Section 8-02.4 is supplemented with the following:
"Topsoi�l Type A', per cubic yard.
' "Bark or Wood Chip Mulch" wiil be by the square yard.
��4rnamental Tree grate" per each
8-02.5 PAYMENT
Secfiion 8-02.5 is supplemented with the following:
i �
Payment will also be made under the following:
"Ornamental Tree Grate", per each
, The unit bid price for Omamental Tree Grate shall be full payment for all Work for materials,
installation and labor for Orriamental Tree grates pet City of Federal Way Development
Standard Drawing 3-31, as attached in Appendix B.
, Payment for the following bid items will be made per Section 8-02.5 of the Standard
Specifications.
' "Topsoil Type A', per cubic yard.
"PSIPE ", per each.
��Bark or Wood Chip Mulch', per cubic yard.
'
u
,
�
�
�
�
'
8-03 IRRIGATION SYSTEM
8-03.1 Description Supp/ement
The work included in this section includes the design and installation of an irrigation system to
meet the specifications described in Section 8-03.3. The Exissting Irrigation system rneter
located within the project kimits wili be used for the source of irrigation. The exis�ing irrigation
system will be abandoned in place. Electrical connection for the iITigation system wili be
provided fhrough the existing service cabinet as shown on the electrical plans.
8-03.3 Construction Requirement Supplement
The Contractor shall design an irrigation systern that meets the following minimum criteria and
submit schematic plans to the Engineer for approval:
Coverage — Irrigation shali include drip emitters for each tree installed on this project
and for the three shrubs instalted at each street light (lum'rnaire) .location. �
Materials — Ail materiais shall conform with these standard specifications.
Minimum Pressure — 25 psi. �
Water Service Connection — the Contractor shall include the appropriate backflow
preventors and service connections per Lakehaven Utility District requirements.
Controller — the irrigation system shall include a controller that meets the minimum
requirements of the 8-03.3(13). � �
SPEGIAL PROVISIONS 3tFB 11-103
' 20th Avenue South Sidewalk Improvements Project SP - 65 2011
(S 314"' Street to S 316"' Street)
City of Federal Way •
�
Atf work shall be in strict conformance with the "City of Federal Way" Standards, together with
the ,plans, details and manufacturer's written information regarding recommended installation
procedures.
8-03:3(ii) System Operation Supple�nent
The Engineer will provide periodic inspections to insure that the Contractor is complying with
the terms of the contract. The Contractor shall advise the Engineer at least 48 hours before
pressure tests are to be conducted and shall have the approval of the Engineer before
backfillin,g. `Irrigation main t�nes must withstand a pressure test of 150 psi for flve minu�es, PVC
later.al �ines a test of 80 psi for five minutes, and the system rnust pass an electrical resistance
test.
Before the sprinkler s�rstem will be accepted, the Contractor, in the presence of the Engineer,
sMall perForm a drip emitter water coverage test to determine if the water coverage and
operation of the system is complete and satisfactory. This test will take place prior to the
placement of bark mulch in drip irrigataon areas. If any .part of the system is inadequate it shall
be repaired or replaced at the Cor�tractor's expense and the test repeated until accepted.
The entire sprinkler system shall be guaranteed by the Contractor to give complete and
satisfactory service for a period of one year from the date of the final acceptance of the work
by the City of Federal Way.
Should any trouble develop within the one year period, which in the opinion of the Engineer, is
due to faulty material or workmanship, the trouble shall be corrected, without delay, to the
satisfaction of the Engineer at the Contractor's expense.
All backfilied trenches shall be repaired by the Contcactor a� his expense, including restoration
of plant materials.
8-03.3(14) Irrigation Electrical Service Supp/ement
Fumish and install irrigation controller, in an Engineer approved single sided 12" x 24" x 36"
height, vandal resistant locking, 12 ga. Per-galvanized steel, NEMA3R padmount enclosure,
complete with 120V power source and 28'Sc28'Sci2" thick concrete pad complete wii� all
fasteners, hardware, bolts, buts and washers sized per manufacturer's instivctions. Install . pad,
pedestal, controller, 12flV con�trol wire, conduits at location staked by Contractor and approved
by Engineer.
8-03.4 Measurement Rep/aaement
Measurement �for Contractor Designed Irrigation System, Complete wiil be for the
installation of the new irrigation system within the City's rigtrt-of-way ou�ined in the contract
documents, complete and in full operating condition.
8-03.5 Payn�ent
Payment shall be made for the follov�ing bid items:
"Contractor Designed Irrigation System", per Lump Sum.
Supp/ement '
The lump sum contract price for Contractor Designed irrigation System, Complete shall
be full com �for designing and furnishing all labor, materials, tools, electrical service
connection costs, and equipment necessary or inciden#al to the construction of the cornplete
and operable sprinkler irrigation systern a5 shown ir� the Plans or as directed by the Engineer.
SPECIAL PROViSIONS RFB 11-103
2Uth A�nue South Sidewalk Improvements Project SP - 66 2011
(S 314"' Street to S 316'" Street)
Cily of Federal Way �
'
C '
�
CI'�
All costs for furnishing and installing controller, pad, enclosure, conduit, wiring, irrigation
controller, all control wiring, :backflow preventer vault enclosure, strainers, pressure regulating
valve, other vaives, ,piping, tapping the water main and setting the met�r, and all other required
components for a fully functional system where indicated and as detailed in the Plans and a11
costs of inspections and tests performed on Cross Connection Control shall be considered
incidental to and included in the unit contract price for Contractor Designed Irrigation
System, Complete.
SECTION 8-20, ILLU'MINATION, TRAFFIC SIGNAL SYSTEMS, AND
ELEGTRICAL
8-20.1 Description
Section 8-20.1 is supplemented with the following:
The Contractor shall furnish all materials except those noted in the plans and specifications
to be provided by the City. Work shall include installing all materials necessary to provide:
• A fully functiona{ decorative street light illumination system on the east side of 20�'
Avenue South from South 314"' Street to South 316"' Street.
• A fully functional festival lighting outlet system on the east side of 20"' Avenue South
from South 314�' Street to South 316"' Street.
• Installation of a 4 inch �nduit system consisting of two parallei conduits Hritli junction
boxes on the east side of 20 Avenue South from South 314�' Street to South 316�'
Street to provide for future installation of fiber optic cable.
The work involves, but shail not be limited to, the following:
• Illumination poles and bases
• Luminaires
• ]unction boxes
• Loop detection
• Conduit and wire
• Electrical service, enclosures, connections, and bases
• Signal controllers and equipment
• Signal interconnect system for 6 pair copper interconnect
Work shall entail modification of existing trafflc signal system and include the supply, testing
and insta�llation of ail traffic signal harciware including the communication cable with interFace
system and loop detection with lead-in cable required of such modification of the existing
system.
' The existing systems, including the existing traffic signals and street lighting, shal{ remain in
operation for the project duration except during transfer to the upgraded electrica{ service.
Transfer to upgraded electrical service shall be conducted in the shortest time possible, not to
' ` exceed one 8-hour workday. The exact work plan and schedule must be pre-approved by the
Engineer. Work shali include all other items as shown in fihe Plans or in thes� Special Provisions.
' .
SPEQAL PROVISIONS RFB i1-103
' 20th Avenue South Sidewalk Improvements Project SP - 67 2011
(S 314"' Street to S 316"' Street)
Gty of Federal Way
C'�
All work shall be performed as shown in the Plans in accordance with applicable Standard
Specifications ar�d Standard Plans, Amendments, City Standards, Puget Sound Energy
Standards, -King County Standards included herein and the following Speciat Provisions.
8-20.1(i) Regulations and Code
The �first sentence of the first paragraph is deleted and replaced with the fo�(owing:
All electrical equipment shall canform to the standards of the National Electrical
Manufacturers Associa�on {NEMA), FHWA IP=78-16, the Radio Manufacturers Association,
the American Society for Testing and Materials (ASTM), the American Association of State
Highway and Transportatior� Officials (AASHTO), the American National Standards Institute
(ANSI), the Natianal Electrical Safety Code (NESC), the Intemational Municipai Signal
Association (IMSA), whichever is appiicabie, and to other codes listed herein.
Section 8-20.1(1) is suppremented with the following:
Where applicable, materials shafl conform to the latest requirements of the WashFngton
State Department of Labor and Industries and Puget Sound Energy.
8 Industry Codes and Standards
The folfowing is added at the end of the first paragraph of this section:
Natlonal Electrical Safety Code (NE5C), Secretary NESC, NESC Committee, IEEE Post Offlce
Box 1331445 Moes Lane, Piscataway, NJ 08855-1331.
8 Materials
Section 8-20.2 is supplemented with the following:
Control density fill shafl meet the requirements of Washington Aggregates and Concrete
Association.
Crushed sufidcing top course and crushed surfacing base course shall meet the
requirements of Section 9-03.9(3) of the Standard Specifications.
Beddi�ng material shall consist of 5/8-inch rninus crushed rock free of any deleterious
substances (Section 9-@3.1(5)A of the Standard Speciftcations).
Requirements for signal equipment and materials are contained in Section 9-29 of the
Standard Specifications and Section 9-29 of these Specifications.
8 Equiprnent List And Drawings
Section 8-20.2(1) is supplemented with the following:
Manufacturer`s technical inforrnation shall be submitted for all wire, conduit, junction
boxes, and all other items to be used on the project within one (1) week following t�ae pre-
cor�struction-conference. All approvals by the Engineer must be received before material
will be allowed on the job site. Materials not approved wil�l not be �permitted on the job site.
SPEQAL RROVISIONS RF811-103
20th Avenue South Sidewaik Improvements Project SP - 68 2011
(S 314'" Street G� S 316'" Street)
pty of Federal way
(March 13, 1995)
Pole base to Iight source distances (H1) for lighting standards with pre-approved plans
shall be as noted in the Plans.
Pole base to light source distances (H1) for lighting standards without pre-approved plans
will be furnished by the Engineer as part of the final approved shop drawings, prior to
fabrication. �
(NWR November 13, 1996)
Manufacturer's data for materials proposed for use in the contract which �require approval
shall be submitted in one complete package.
(March 13, 1995)
If �affic signal standards, strain pole standards, or combination traffic signal, and lighting
standards are required, final verified dimensions including pole base to signal rnast arm
connection point, pole base to light source distances (H1), mast arm length, offset
distances to mast arm mounted appurtenances, and orientations of pole mounted
appurtenances will be furnished by the Engineer as part of the fnai approved shop
drawings prior to fabrication.
, 5-20.3 Cons#ruction Requirements
�'�
'
8-20.3(i) General
Section 8-20.3(1) is supplemented with the following:
All salvaged signal ,rnaterials shall become the properry of the Contractor, except as noted
on the plans.
The Contractor shail provide a detailed wor.k plan for service cabinet electrical work which
� will require a power disruption to any traffic signal. 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 electrica! senrice power disruption. During power disruption, traffic control shali
1 � be provided. The exact work plan and schedule for changeover shall be pre-approved by
the Engineer. See Section 1-10 of these Specia) Provisions.
C
�
�
(NWR May 15, 200U)
Removals
Removals associated with the electrical system shall not be stockpiled within the job site
without the Engineer's approval. �
8-20.3(2) Excavating and Backtilling
Section 8-20.3(2) is supplemented with the following:
The Contractor shali suppiy all trenching necessary for the complete and proper installation
' of the illum.ination system, interconnect system, festival electrical system and signal
system. Trenching shall conform to the following:
�
1. In paved areas, edges of the irench shall be sawcut the full depth of the pavement and
SPEQAL PRO\/ISIONS RFB 11-103
' 20th Avenue Soutl� Sidewalk Improvements Project SP - 69 2U11
(S 314"' Street to S 316"' Street)
Gty of �al Way
'
sawcuts shall be parallel. All trenches for plac�ment of conduit shall be straight and as
narrow in width as pracctical to provide a minimum of pavement disturbance. The e�ds#ing
pavemerrt shall be removed in an apprrnred manner. The trench bottom shall be graded
tio provide a un'iform grade. �
2. Trenches located under exist3ng traveled ways shall provide a minimur� of 24 inches
cover over conduits and shal�l be backfilled with 21 inches of controlled density fill,
vibrated 4n place, followed by either 3 inches minimum of HMA CI 1/2" PG 58 -22 ,
or a surface matching the existing pavement section, whichever is greatest. The
asphalt concrete surFace cuts shall be given a tack coat of asphalt emulsion (CSS-1)
or approved equal immediately before resurfacing, applied to the entire edge and
full depth of the pavement cut. Immediately af�er co.mpacting the new asphalt
surface to conform to the adjacent paved surFace, ati joints between new and
original pavement shall be filled with joint sealant meeting the requirements of
Section 9-04.2.
3. Trenches for Schedule 40 PVC conduits to be located under existing sidewalks and
driveways shall be installed to conform with the City of Federal Way Luminaire
Electrical Trench Detail. Such trenches shall be backfilled with bedding material two
inches (2") above and below the conduit, with the remaining depth of trench
backfilled with native material. If the Engineer determines that the native rr�ateriai
is unsuitable, Gravel Borrow shall be used. Sidewalks and driveways.
4. Trenches for Schedule 40 PVC conduits to be located within the r�ght-of-way and
outside the traveled way shall have a minimum of iwenty-four inches (24") cover
over conduits. Such trenches shall be bacidilled with bedding material two inches (2�')
above and below the conduit, with the remaining depth of trench backfilled with bank
run gravel unles.s the Engineer determines that spoils from the trench excavation are
suitable for backfill.
5. When trenches are not to be placed under sidewalks or driveways, the backfill shali
match the elevation of the surrounding ground, incl�ding a matching depfh of top
soil, mu�ch and/or sod if necessary to restore the trench area to its prior condition.
BackfFi shall be carefully placed so that the backfilling operation will not disturb the conduit
in any way. The back�ill shall be thoroughly mechanically tamped in eight-inch {8") layers
with each layer compacted to ninety-five percent (95%) of rnaximum dens+ty in traveled
ways, and ninety percent (90%) of maximum density elsewhere at optimum soil moisture
conter�t.
Bank run gravel for'backfill shall cor�form to Section 2.01 of the Standard Specifications.
,Bedding materiai shail conform to Section 2.01 of the 5tandard Specifications.
AII trenches shall be properly signed and/or barricaded to prevent injury to the public. All
traffic control devices to be installed or maintained in accordance with'Part VI of the
Manual on Uniform Traffic Control Devices for Streets and Highways, latest edition, and as
specified elsewhere in these Specifications.
SPECIAL RROVISIONS
RFB 11-103
20tlt Avenue South Sidewalk ImprovemeMs Project SP - 70 2Uii
(S 314"' Street �to S 316'" Street)
(Sty of Federel Way
All conduits installed by boring shall use a surface launched steerable drilling tool. Drilling shall
be accomplished using a high-pressure fluid jet toolhead. The drilling fluid shall be us� to
maintain the stability of the tunnel, reduce drag on the �onduit, and provide backfill between
the conduit and tunnel. A guidance system which measures the depth, lateral position, and roll
shai! be used to guide th� toolhead when creating the pilot hole. Once the pilot hold is
estabiished, a reamer and swivel shall be used to install the conduit. Reaming diameter shail
�not exceed 1.5 times the diameter of the conduit being installed. Conduit that is being pulled
into the tunnel shall be protected and supported so that it moves freely and is not damaged
during installation. Excess drilling fluid and spoils shall be disposed of off-site at a legal disposal
site obtained and paid for by the Contractor. Drilling fluid retums (caused by fracturing of
formation) at locations other than the entry and e�dt points shall be minimized. Any drilling fluid
that surFaces through� fracturing shall be cleaned up immediately. Mobile spoils removal
equipment capable of quickly removing spoils from entry or e�dt pits and areas with retums
caused by fracturing shall be used as necessary during drilling operations.
8-20,3(4) Foundations
Section 8-20.3(4) is supplemented with the following:
Foundations for the decorative luminaire poles shali conform to City of Federal Way DrawFng
Number 3-43 for cast in place bases. Precast bases shal! not be accepted.
Pole foundations within the sidewalk area shali be constructed in a si�gle 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 sidewaik,
the pad shafl extend to the sidewalk and the top of the pad shatl be flush with the sidewalk. A
canstruction joint shall be provided between the two units.
8-20.3(5) Conduit
Section 8-20.3(5) is supptemented with the following:
All conduits shall have a rninimum buried depth of twenty-four inches (24"). PVC conduct e�ds
shall have bell end PVC bushings,
' All conduit for signal cable raceways shakl be �igid galvanized steel or Schedule 80 polyvinyl
chloride (PVC). Rigid steel or Schedule 80 PVC conduit shall be used for al�l road crossings
r�vhetMer they are signal, detector ar illumination cable. Schedule 40 .PVC conduit may `be used
for detector lead-ins or illumination. WMenever PVC conduit is used a.ground wire shall be
' provided.
�
'
�
All conduit trenches shall be straight and as narrow in width as is practical to provide a
minimum of disturbance.
• Conduit for the service wires between the Puget Sound Energy transformer and the
service panel and all above ground conduit shall be hot-dip galvanized rigid steel. When
conduit risers are installed, they shall be attached to the pole every 4 feet and shall be
equipped with weather heads.
SPEQALPROViSIONS ;RFB 11-103
, 20th Avenue South Sidewalk improvernents Project SP - 71 . 2U11
(S 3i4"' Sireet to S 316"' Street)
City � Federa! Way
l. J
�
Arl conduits shall be clearly labefed at each junction box, handhole, vault or �other utility
appurtenance. Labeling shali 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 recornmended owner/type abbreviations are:
• PSE — Puget Sound Energy
• Qwest — Qwest
• COMCAST/C —Cable
• COMCAST/F -Fiber
• SIC — City Signal I�nterconnect
• �ty Spare — City spares
• Cobra - tuminaire system
8-20.3(6) �unciaon �Boxes, Cable Vaults, and Pulf Boxes
Section 8-20.3(6) is suppiemented with the following:
Unless otherwise noted in the Plans, junction boxes, cable vaults and pull boxes shall not be
placed within the traveled way or shoulders. ]unction boxes, cable vaults and pull boxes which
are placed within the sidewalk shall have slip resistant lids which meet the requi�rements of
Americans with Disabilities Act (ADA) and Public Right-of-Way Accessibility Guideline
(PROWAG). Approved products are:
1.) Mebaci (their most aggressive surface) manufactured by IKG Industries
2.) Slip'NOT Grade 3-coarse manufactured by W.S. Molnar Company.
Approved sl�ip resistant surFaces shall have c�efficient of friction of no less than 0.6 and have a
proven track record of outdoor application which lasts for at least 10 years.
Wiring shall not be pulled into any conduit until afl associated junction boxes have been
adjusted to, or installed in, their final grade and location, unless installation is necessary to
maintaNn system operation. If wire is installed for this reason, sufficient slack shall be left to
allow for future adjustment.
When junction boxes are i�nstalled or adjusted prior to construction of finished grade, pre-
molded joint fiiler for expansion joints may be placed around the junction boxes. The joint filler
shall be remaved ,prior to adj�ustrnent to finished grade.
Adjustments involving raising or lowering the junction boxes shall require conduit modification if
tfie resultant clearance between top of conduit and the junction box lid becomes less than
6 inches or more than 10 inches. Wiring shall be replaced if sufficient slack as specified in
Section 8-20.3(8) is not maintained.
The six-inch gravel ;pad required in Standard Plan )-40.10-01 and 7-40.30-01 shall be
maintained. When existing junction boxes.do not have this gravel pad, it shall be installed as
part of the adjustment to flnished grade.
Where conduit and junction boxes are placed in bamer, the prime Contractor shall coordinate
the work of the Contractor constructing the barrier and the electrical Contractor so that each
junction box placed i�n the barrier is placed in correct alignment with respect to the barrier, with
the face of the box flush. The junction box shall be parallel to the top of ihe barrier wifihin a 1-
SPEQAL. PROVISIONS RFB 11-103
20Ch Avenue South Sidewalk ImprovemeMs Project SP - 72 2011
(S 314"' Street tio S 316'�' Street)
City of Federal Way
�
'
�
�
'
�
�i
�
�
IJ
�
�
L_J
'
�
�
'
'
�
degree tol.erance. If any point on the face of a junction box placed in barrier is recessed more
, than iJ8 inch from the surface of the barrier, the Contractor shall install a box extension per the
Engineer's approval and grout around the extension or remove and replace the entire section of
barrier.
Junction boxes Type 1 and 2 shaii meet the requirements of WSDOT Standard Plan J-40.10-01.
Type 8 junction boxes shall meet the requirements of WSDOT Standard Plan J-40.30-01.
]unction boxes vsed exclusively for signals shall be inscribed with �"fS" and tMose used jointly
for signals and Iighting shall be inscribed with "TS" and "LT", as described on WSDOT Standard
Plan J-40.30-01. 3unction box lids and frames shall be grounded �per Section 8-20.3(9) and
in accordance with Washington State Department of Labor and Indust�es standards.
Junction boxes shali be located at the station and ofFset indicated on the Plans except that field
adjustments may be made at the time of construction by the Engineer to better fit existing field
conditions. �
Junction boxes shall not be located within the traveled way, wheelchair ramps, driveways or
i:rrterfere with any other previous or relocated installation. The lid of the junction box shall be
filush with the surrounding area whether it is in shoulder or sidewalk. Boxes shall provide free
draining material and adequate support. .
Junction boxes for signal interconnect shafl be placed at a maximum interval of 300 feet and
shal) be inscribed with "T'S" as described on WSDOT Standard Plan ]-40.30-01.
8-20.3(8) Wiring
Section 8-20.3(8) is supplemented with the fol.lowing:
All signal cable sha�ll be consistent with Section 9-29.3 of the Standard Speafcations. The end
of every conductor at each wire termination, spiice, connector or device, shall have a PVC wire
marking sleeve bearing as its legend the circuit number .indicated in the wiring schematic
drawing. Where terminal strips are used as a connecting device between conductors, the
terminal strips shall also bear the circuit number. 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.
' Existing six-pair copper interconnect, loop detector lead-in and signal cable shall remain in place
in existing underground interconnect conduit. Damaged cable shall be replaced at the expense
of the contractor. No splicing shaii be permitted.
�,
C'
'
'
The following is inserted between the 3 and 4�' paragraph of this section:
L�p wires shall be spliced to lead in wires at the junction box with an approved mastik tape,
3-M 06147 or equal, or heat shrink splice a minimum length of 5 inches, leaving 3 feet of loose
wire. Connectors wili be copper and sized for the wire. Mastik splice material will be centered
on the wire and up around both sides and joined at the top. Splice will then be worked
from the center outward to the ends. The ends wi�l be visible and fully sealed around the wire.
SPECIAL PROVISIONS RFB 11-103
, 2Qtfi Avenue South Sidewalk Improvements Project SP - 73 2U11
(S 314"' Street to S 316"' Street)
C'aty of Federal Way
LJ
�
The end of the lead-in cabtes shaMi have the sheathing remov�l 8 inches and shall be dressed
external to the splice. '
The 6th. paragraph of this section is deleted and replaced with the following:
�
Fused quick disconnect kits shall be of tMe SEC type or equivalent. Underground
illumination splices shall �be epoxy or underground service buss/lighting cannector kits. '
Installataon shall conform to details in the City Development Standards.
�
�
,
�
�
�
�
�'�
'
�
�
�
SPEQAL PROVISIONS RFB 11-103
20tli Avenue SouEh Sidewalk Impr�rerr�ents Project SP - 74 2U11 '
(S 314"' Street to S 316'" Street)
City of Federal Way
�
�
i�
'
�
,
;�
l__.!
�
Il
�
�
�
�
�
�I
'
C'�
The 12th paragraph, items 1-4, of this section are deleted and replaced with the following:
(IM�A STANDARDS)
501
502
503
504
505
506
507
+Input
AC-
AC+Lights
AC+Lights
AC+Lights
AC+Control
AC+Crosswalk
508
509
510
511
512-520
551-562
593=598
AC+Detectors
AC+12 Voli�
Remote-Flash
Remote-AII Red
Special
Intercorrnect
Rail Road Preemption
Phases 1 2 3 4 5 6 7 8 A B
Emergency Oran�e..:�g+.) .........................._............................581 584 587 590 ......._._..__...........__...
.............._..... .._................_................ ..............................................................._..�_.�...�. ......_.
Vehicle Yellow (Call) 582 585 588 591
.............._._..................._.._....................................................................._........................_...... 58fi__....._._..................589............................._ 592 ....._..�.._.w........__................
Preemption Blue (BB) 583
................__...................._....................................................................................................._.._......................._...................._....................................._....................._._.................__.............
Vehicle Red 611 621 631 641 651 661 671 681 691 601
Heads Orange ____ 612 622 632 642 652 662 672 682 692 602
............ ... ..............................................................._......_.....�...�.........a...................__._......_....................__._.....___-_
Green 613 623 633 643 653 663 673 683 693 603
................__...................�._._..............................................................._.................................__.._...............�..........._..............................................._..._..__._.................._.........._.._._...
Black 614 624 634 644 654 664 674 684 694 604
Whi�e
616 626 636 646 656 666 676 686 696 606
(Common)
........_ .................................._....._........._.....� ................. W�....._.__.__....._........._.._._..........�.
Pedestrian Red Hand 711 721 731 741 751 761 771 781 791 701
...................................................................._�....................._.�......_........................................................................................................................_.�._.�.�.................._..._._.._...._......___......_.._.__._.........._..._.............
Heads and Green (Man) 712 722 732 742 752 762 772 782 � 792 702
....................._..............................._........................................................................................................................................................__..._.._....._..............................._..._.._.........._�.............
PPB White (Com�rnon 716 726 736� 746 756 766 776 786 796 706
for �.ights)
.........._....._....._.�.._..._.........__..�..._�._...._........�.._...._ ................_..�..__........_........_....__..__.__........___-_.__._........_......
Orange .........................�. 714 724 734 744 754 764 774 784 794 704
(Push button)
.... ........................___.....................___...._....__._..�....�............ . . .._..........................._......__....._............................._..................................._�...._...._._._.........._.__.._..........._....
Black (Common 715 725 735 745 755 764 775 785 795 705
........................ for Push button)............. .... .... .... ..... .... .... ..... _... ._ .
._...._ ................. ......... __..... .................. .................. .........._...... .............._.. .................. .................. .................. .._..._..._ _.._._......... �..._......_._..
Vehicle Loop 1 811 821 831 841 851 861 871 881 891 801
......._......._ ....................._.__........................................._.................................................................................................._....._......................_.................,.._,.._.�.._............�..�..m........_........
Detectors Loop i_ ........... _ .... _ 812 822 832 842 852 862 872 882 892 802
................ ...................................................................................................._..................................._................................................�._.�............._.....�..�..................
Loo 2 813 823 833 843 853 863 873 883 893 803
..............._...___.................._....._....................................................................._.............................._._.._............................................................................__�...___...__..__._....._....................
Loop 2� $14 824 834 844 854 864 874 884 894 804
....................................__....__............._..._..._.................................._.............................................._......_..............__................._._...._........._....._..__...�.....�.._.._..._.........._............,.....
..., LooQ .......... ............ ..........................815 825 835 845 855 865 875 885 8g5 805
.... ....................................................................._.__�..__.........._........_____........................�.............__....._..___.........�..............�.
Loop 3 816 826 836 846 856 866 876 886 896 806
................._..._............................�_............................................................._..............................._.__...__..._.�.........................._..._.�.......___...._.._.................._.._....._.........._...__.
... Loop .. 4 ......... _ .. _ .... _ .... ___ ................. 827 837 847 857 867 877 ... 807
......................_.................................._____........._....._.......... _..._..._._..�......
._ .. ..................................._Loo�..4........._............_. . 818 828 838 848 858 868 878 888 898 808
.. ........... ...................._........................................._._............._..........__..._.............�.._..............................._........._._..........._...................._........�...._......_._._....
Vehicle Loop 1 911 921 931 941 951 961 971 981 991 901
...............:�...__........._..._............._..........:......_...._...............................__...._._..__._.._..._._.._,._..............__.._...._.................................._........._................................._.__...........__.....
Detectors/ Loop 1 912 922 932 942 952 962 972 982 992 902
...............:___..........._...............__.�................._._................................_._.____......_.........................................�...__....................:.................................�.___........�...�...._...._.............
CountLoops Loop 2 913 923 933 943 953 963 973 983 993 903
................ ......_........................._._.�............_�......._..._......w..._......_......................................................................................................._.........._.._.__.._._.._...._.__._..._.._................
.Loo 2 . 914 924 934 944 954 964 974 984 994 904
................_.......................................___.__. ............_._......................:.............................................................._................._............_�...................._......................._._.........
Loop 3 . 91:5 925 935 945 955 965 975 985 995 905
.... .........................._..............................._. . . ......._....................................................._._..._...................._._.._..._....._.____................_............_...........M............._._�.....
�Loop 3 916 926 936 946 956 966 976 986 996 906
.........._.... ......__..._ ......................_.........__..__. .........._................_.._.......�.............................................._.........................................__........__.___.._..____._......_.__.............
Loo 4 917 927 937 947 957 967 977 987 997 907
................ ....._.._............._..............................._._.....__....._............_........................................................_....._.................................................__.._.__................_..................__.._.........
Loo 4 918 928 938 948 958 968 978 988 998 908
, • SPECIAL PROVISIONS RFB 11-1U3
20th Avenue South Sidewalk Improvements Project SP - 75 2011
(S 314"' Street to S 316�' Stt'eet)
CSty of Federal Way �
'
The following is added at the end of this section:
Circuit conductors shall be standard copper wire in ail conduit runs with size specified
on the Plans. Conductors from lumi�naire bases to the lum.inaire fixture shall �be
minimum No. 8 AWG pole and bracket cable.
The existing copper tw�sting pair interconnect cable installed from the signal controller
cabfnets at �he intersections of 20"' Avenue Soutli & South 316�' Street to 20"' A�enue
South & South 314"' Street shall remain in place through the existing conduit system.
If the existing cable is demaged or adequate slack is not retained, the cable shall be
replaced for the entire length. Interconnect cable shall be 6:pair No. 19 AWG
communications cable meeting IMSA Specification No.40-20-1984. Interconnect
cables sha�ll not be spliced or terminatsd except inside the traffic signal controller
cabinet at terminal panel locations. �
Cable entering cabinets. shall be neatly bundled and wrapped. Each wire sha41 bear the
circuit number and be thoroughly tested before being connected to the appropriate
terminal.
8-20..3(9) Bonding and Grounding
Section 8-2Q.3(9) is supplemented with the following:
At points where shields of shielded conductors are grounded, the shields shall be neat�y w�red
and terminated on suitable grounding �ugs.
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 bonding wires between junction boxes.
Ground rods shall be copper clad steel, �/a-inch in diara�eter by 10-feet long; connections shall
be made with terrnite weids.
At points where wiring shields of shielded conductors are grounded, the shields sha�ll be neatly
wired and terminated on suitable grounding lugs.
8-20.3(10) Service
Secction 8-20.3(10) is supplemented with the following
Ail circuit breakecs shail be clearly marked or labeled.
8-20.3(11) Testing
Section &20.3(li) is supplemented with the following:
�Before final acceptance, a field test of the installation shall be performed for continuity and
ground of each circuit; insulation resistance (megger test between each circuit and
ground); and function, fio ensure operation as specified or intended. Any faults in the
system shall be corrected and re-tested. Costs for performing these tests and correcting
the faults shall be paid by the Contrac'tor.
SPEQAL PROVISIONS ' RFB 11-103
20th Avenue South Sidewalk Irnprovemenis Project SP - 76 2011
(S 314"' Street to S 316"' Street)
Gry of Federal Way
,
' (NWR .April 14, 2003)
At each junction box, all ii�umination wires, power supply wires, and communication cable
sh�ll be labeled with a PVC marking sleeve. For iNumination and power supply circuits the
' sleeve shall bear the circuit number. For communicatiora cable the sieeve shall be marked
"Comm.".
8-20.3(14) Signal Systems
8-20.3(14)C Induction Loop Vehicle Detecbors
In Section 8-20.3(14)C, Iterns 2 and the last two sentenees of Item 4 are deleted.
Item no. 5 of this section is deleted and replaced with the following:
5. Each loop shall have 3 tums of loop wire.
Item no. 11 of this section is deleted and replaced wifih the following:
11. The detector loop sealant shall be a flexible traffic loop wire encapsulement.
Encapsulement shall be designated to enable vehicular traf�c to pass over the
properly filled sawcut within five minutes after installation without cracking of
materiai. The encapsulement shall form a surface skin allowing exposure to
vehicular traffic within 30 minutes at 75 degrees F. and completely cure to a
tough rubber-like consistency within two to seven days after installation.
Properly installed and cured encapsulement shall exhibit resistance to defecls of
weather, vehicle abrasion, motor oil, gasoline, a�tifreeze solutions, brake fluid,
deicing chemicals and salt normally encountered in such a manner that the
perFormance of the vehicle detector loop wire is not adversely affected.
The following is added at the end of this section:
One-quarter-inch (1/4") saw cuts shall be cleared of debris with compressed air before installing
three tums of loop wire. All detector loops sha(I be 6-foot-diameter circle with diagonal mini-cut
comers (no 90 degree corners) of not more than 1-inch on the diagonal. From the 'Ioops to the
jur�ction box, the loop wires shall be twisted two turns per foot and labeled at the junction box
in accordance with the loop schematics included in these Plans. A 3/8-inch saw eut will be
required for the twisted pair. No saw cut will be within 3 feet of any manhole or utriity risers
located in the street. Loops and lead-ins will not be installed in broken or fractured pavement.
Where such pavernent exists it will be replaced in kind with minimum 12-foot sections. Loops
wi�l also not be sawed across transverse joints in the road. Loops to be placed in concrete will
I� located in full panels, a minimum 18 inches from any expansion joint.
Existing Traffic Loops
The Contractor shall notify the City of Federal Way Traffc Engineer a minimum of five working
days in advance of pavement, loop lead-in conduit or junctian box removal and/or relocation in
the loop areas.
SPECtAL PROVISIONS RFB 11-103
' 20tt� Avenue South Sidewalk Improvemenis Project SP - 77 2011
(S 314"' Street to S 316`" Street)
Cty of Federai Way
�
ExistFng traffic loops and loop lead-in cable shall remain as existing. Damaged traffic loops or
loop lead-in cable shall be replaced by the contractor at thei�r expense. No splices shall be
permitted.
8-20.3(14)D Test for Induction Loops and Lead-in Cabie
Secdon 8-20.3(14)D is supplemented with the following:
M inductance level below 75 microhenries is considered a failure for a round loop.
Test A- The resistance shall not exceed values calculated using the given formula.
Resistance per 1000 ft of 14 AWG, R= 3.26 ohms / 1000 ft
R= 3.26 x distance of lead-in cable ffit)
1000 ft
Test B and Test C in this section are deleted and replaced with the following:
Meggar readings of fihe detection wire to ground shall read 200 megohms at ifie amplifier
connecc�on. The 200 megohms or more shall be maintained after the spiices are tested by
submerging them in detergent water for at leas�t 24 hours. The tests will be conduct�d with
County personnel at the request of the Contractor. All rnsts incurred to meet this minimurn
standard will be the responsibility of the Contractor.
8-20.3(17) "As Built" Plans
Section 8-20.3(17) is 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 �iocations, detectors, junction boxes, Itlumination
system showing luminaires locafions, misce'llaneous equipment, conductars, cable wires up to
the sig:nal controller cabinet, and with a special symbol �identifying those items that have been
changed from the originai contract drawings. All items shall be located to within one foot (1')
horizontally and �ix inches (6") vertically above or below the �finished surface grade. Place within
the controller cabinet in a�water-proof jacket.
8 20.4 Measurement '
Section 8-20.4 is supplemented with the following:
"Il�lurnination System, Complete" will be measured .per lump sum.
"Festival Electric System, Complete" will be measured per lump sum.
��Fiber Optic Conduit System, Complete" will be measured per 4um-p sum.
The following is added at the end of this section:
Electrical Service Cabinet work will be considered a part of ��Illumination Systerr�,
Complete".
SPEQAL PROVISIONS RFB 11-103
20th Avenue South 5idewalk improvemer�ts Project SP - 78 2Ui1
(S 314'" Street to S 316"' Street) �
City of Federal Way
'
'
��'
Illumination cable installed in existing conduit will be included in the lump sum
measurement for "Illumination System, Complete".
Festival Electric ca�ble installed in existing �conduit will be included in the lump sum
measurement for "Festival Electric System, Compiete".
Signal, loop lead-in cable and/or irrterconnect cable reinstallation in existing or new
conduit is incidental to "Illumination System, Compiete" and will not be measured.
��
Measurement for labor, materials, tools and eq�ipment necessary to the construction of shared
trenches and juncfion boxes shall be measured once as follows:
Excavation, bedding, and bac�ll for trenches and junction boxes containing illumination
' conduits with signai, festival and/or fiber optic conduits, wi11 be included in the lump
sum measurement €or "Illum�nation System, Complete".
, Excavation, bedding, and backfiF� for trenches and junction boxes containing festival
conduits with signai and/or fiber optic conduits, will be included in the lump sum
measurement for "Festival Electric System, Comp{ete".
,
,�
u
�
�
C�
'
Excavation, bedding, and backfill for trenches and junction boxes containing �iber optic
conduits with signal conduits, will be �included in the lump sum measurement for "Fiber
Optic Conduit System, Complete".
Illumination System, Compiete, will be measured per lump sum for the total of all items for a
compiete il`luminatian system, including the service cabinet modifications and connections. No
specific unit of ineasurement shall apply, but measurement will be made for the s�m total of all
items of the illumination system to be furnished and installed. This is to ir�clude shared
trenching for Festival Electrical System and Fber Optic Conduit System.
Festival Electrical System, Complete, will be measured per lump sum for the total of afl items for
a complete festival electrical system, inc�uding the service cabinet cannections. No specific unit
of ineasurement shall apply, but measurement will be made for the sum total af a41 items of the
festival electrical system to be fiar.nished and installed. Service cabinet modifications will not be
included in the Iump surrr item Festival Electrical System, Complete.
Fiber Optic Conduit System, Compiete, will be measured per lum;p sum for the total of all items
for a complete fiber optic condu�it system. Fiber optic conduit system complete shall include all
�items and labor necessary to supply, insta�i, and test the conduit, junction boxes, connections
with existing conduit and vaults, pull rope, piugs, and all other components necessary to make
a complete fiber optic conduit system.
'
8 20.5 Payment �
, Payment wiil be made for the fiollowing bid items on a lump sum basis. Each item shall provide
for a complete and operationa'I system.
�I
C
"Illumination System, Complete", per lump sum
��Festivai Electricai System, Complete', per lump sum
SPECIAL PROVISIONS RFB 1i-103
20th Avenue South Sidewalk Improvements Project SP - 79 2011
(S 314"' Street •to S 316"' Street)
Ciry of Fede►al Way
'
�
'�Fber Optic Conduit System, Com.plete", per lump sum
The lump sum bid price for eada of the pay items noted above wili be ful�l compensation for the
costs of all labor, tools, equipment, and materials necessary or inadental to provide fully
functional systems, inciuding all tesfing. The lump sum bids shall also include full payment for
removing, salvaging, and disposing of existing equipment, and for restoration induding trenching
and trench bacldll.
The lump sum price for "I�I�mination System, Compiete" shall also ir�clude all costs associated
with conneccting to the exissting illumination system at the intersecaon of 20"' Avenue South &
South 314"' Street and for ma�king modifications to the existing systems as noted.
All costs for painting shall be rncidental and inciuded ,in tlie �bid items included in this section
and no additional compensation will �be made.
Coordination with communication connections with Comcast, Quest, or other Communicatipn
provider affected by this project, and any necessary permits and fees associated with the
communications connections shatl be considered incidental to the bid items included in this
section and no additional compensation will be made.
8-24 ROCK AND GRAVITY BLOCK WALL, AND GABION CRIB'BING
8-24.2 MateNals
Supplement
The face of the wail shall offer a rock-face type appearance. Modular block units shall be
similar to "KeyStone" or equivalent.
Masonry Unit Materials:
Masonry unit materials sha�ll meet the following requirements:
ASTM C90-85, Hollow Load Bearing Masonry Units.
ASTM C140-75, Sampling and.Treating Concrete Masonry Units.
ASTM C145-85, Salid Load Bearing Concrete Masonry Units.
Concrete wall units shall have a minimum net 28 day compressive s�ength of 3000 psi. The
concrete shall have a maximum absorption of 6 to 8 pounds per cubic foot.
Exterior dimensions may vary in accordance with ASTM C90-85. Units shall have a minimum of
1 square foot face each. The depth of the standard bloclr shaN be a minimum of 24 inches.
Standard 'block units shaJl provide a minim-um of 150 psf of wall face area. Fill, which is
contained within the dimensions of the units, may be considered as 80 percent effective weight.
8-24.3(4) Modular �Block Wall New
Installation shall conform to the manufacturers recommendations for the type of unit furnished.
Wall caps shall be glued to the row of blocks �below with an adhesive that meets the block
manufacturer's requirements.
5olid wall cap units shaU be �used for all blocks at the exposed ends of walls, even if the
exposed block is not the to.p row of the wall. Cap units used for such end treatment of walls
SPECTAL PROVISIONS RFB 11-103
20th Avenue South Sidewalk Improvemerrts Project SP - 80 2Ui1
(S 314"' Street to S 31b'" Street)
City of Federal Way
. ,
�
'
�
'
�
'
I__ J
�J
'�
'
u
'
�
LJ
'
�
�
C
�
�
'
'
shall also be glued to the blocks above and below where interlocking pins cannot be used with
such solid blocks.
Submittals
Submit shop drawings of the wall layout for approval prior to beginning work on the wa�l. If a
wall ty.pe other than the Keystone brand "Standard Unit" is submitted as a subs�titution, the
shop drawings of walls over three feet in height shail bear the stamp of an engineer registered
to practice in the State of Washington showing appropriate wall stability caiculations.
The Contractor shall submit catalog cuts of the
layout for approval prior to beginning the work.
different unit for approval.
modular blocks and shop drawings of the wall
The Contractor shall submit a sam;ple of each
Provide copies of the manufacturers installation instructions at least two weeks prior to
beginning the work. Should a conflict arise between these specific�tions and the manufacturers
instructions, the more rigorous speciflcations shall apply.
8-24.3(4)A Foundations
' New
Foundation soil shall be excavated as required for footing dimensions shown on the
Constructian drawrngs, or as directed by the Engineer.
'
,�
,
�,'�
I�
i� L
Foundation soil shall be examined by the Engineer to assure that the actuai foundation soii
strength meets or exceeds assumed design strength. Soiis �not meeting required strength
should be removed and replaced with acceptable material.
Over-excavated areas shall be filled with approved compacted backfill material.
8-24.3(4)B Backfill
New
Wall erection, geogrid installation, and backfill placement of the precast unit wall sha41 be in
accordance with the requirements of fihe manufacturer.
Backfill material shall be placed in &inch lifts and compacted to 95% of Modified Proctor.
On�y hand-operated compaction equipment shall be allowed within 3 feet of the back surFace of
the block units. .
, 8-24.4 Measurement
Modification
Gravity block wali shall be measured by visible face of wall above adjoining sidewaik. This will
, indude a!I material, labor, equipment, structural excavation Class B including haul, any
necessary shoring, 4 inch under drain as shown in plan detail at back of wall, and gravel back
fitl for drains, and cleanouts if directed by the Engineer.
8-24.5 Payment
�
"Modular �lock Retaining Wall", per square foot
END OF DIVISION 8
, � .
' SPECIAL PROVISIONS RFB i1-103
2Uth Avenue South Sidewalk Improvements Projeck SP - 81 2Ui1
(S 314"' Sh�t to S 316"' Street)
City of Federal Way
�
�
DIVISION 9
MATERIALS
SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL
9-29.1 Conduit, Innerduct, arad Outerduct
Section 9-29.1 is supp'lemented with the following:
(II�WR June 5, 2000)
Conduit Coatings
Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the same
manner as conduit couplings. Electroplated fittings are not allowed.
Steel conduit entering concrete shall be wrapped in 2-inch-wide pipe wrap tape with a minimum
1-inch overlap for 12 inches on each side of #he concrete face. Pipe wrap tape shall be installed
per the manufacturer's recommendations.
9-29.6 Light and Signal Standards
Section 9-29.6 is supplemented with the following:
Decorative tuminaire standards and bases per Federal Way Development Standard 3-43 shall
be procured by the City for installation by the contractor. Components to be procured by the
Ci#y shatl included: �
• Cyclone Lighting Bracket product r�umber CP1450-3'6"-C1-T40-RAL6012TX-CA2-GFI
• Cyclone Lighting Pole product num'ber PM49-19-SA-BM11-RAL6012TX-BH03416AP/S1
including pole, access door, .plan# support, decorative cover, ballast module, ballast tray,
weld cover, base cover and GFI receptacle.
• Anchor Plate wi#h 11-1/2" bolt circle diameter. '
• 1S0 watt luminaire lamp.
Product documentation of City procured equipment is included in the Appendix of these Special
Provisions.
City procured equipment shall be stored at the King County: Renton Signal Shop at 155 Monroe
Avenue Northeast, Bldg. �B, Renton, WA 98056-4199. The contractor shall be responsible for
pickup of components and shall arrange such pickup a minimum of 2 working days prior to the
desired pickup date by contacting Rick Thibodeau at (206) 205-5587. Arranged pidcup sha�ll be
limited to working days between the hours of 8 AM and 2 PM.
9-29.6(1) Steel Light and Signal Standards
Section 9-29.6(1) is supplement with the following:
I�Ilumination standards shatl �be ins#alled in accordance with the methods and materials noted in
the applicable Standard Plans pre-approved .plans, or special design plans. All welds shall
comply with the latest AASHTO Standard Specifications for Support of Highway Signs,
Luminaires, and Traffic Signals. Welding inspection. shall comply wi#h Section 6-03.3(25)A,
Welding Inspection.
SPEQAL PROVISIONS RFB 11-103
2Utt� Avenue South Sidewalk Improvements Project SP - 82 2011
(S 314"' Street � S 316�' Street) ,
Gty of Federal Way .
1
'
,
�
�
�
�
'
�
�_ J
�
'J
�,
C
�
,
�
'
Complete caicula#ions for structurai design, including anchor bolt details, shall be prepared by a
� Professional �Engineec, licensed under Title 18 RCW, State of Washington, in the branch of Civil
or Structural Enginee.ring.
, After delivering the poles to the job site and before they are :installed, they shall be stored in a
place that will not inconvenience the publia. All poles shall bQ installed in compliance with
Washington State Utility and Electrical Codes.
' 9-29.6(5) Foundation Hardware
Section 9-29.6(5) is supplemen# with the following:
, Anchor bolts and associated nuts and washers per Federal Way Development Standard 3-43
shall be procured by the City for installation by the contractor.
' Product docume�ntation of City procured equipment is included in the Appendix of these Special
Provisions.
' City procuced equipment st�all be stored at the King County: Renton Signal Shop at 155 Monroe
Avenue Northeast, Bldg. B, Renton, WA 98056-4199. The con#ractoc shall be responsible for
pickup of components and shall arrange such pickup a minimurn of 2 working days prior to the
, desired pickup date by cantacting �Rick Thibodeau at (206) 205-5587. Arranged pickup shall be
limited to working days befinreen the hours of 8 AM and 2 PM.
�
�
I
9-29.7 Luminaire Fusing and Electrical Connections a# Light Standard Bases, Canti�ever
Bases and Sign Bridge Bases �
Section 9-29.7 is supplemented with the following:
Fused quick-disconnect kits shall be of fihe SEC type or equivalent. Underground
illumination splices shall be epoxy or underground service buss/light connector kits.
Installation shall conform to details in the Standard Plans.
9-29.10(2) Decorative Lumina�ires
' Section 9-29.10(2) is supplemented with the following:
Decorative luminaires per Federal Way Development Standard�3-42 and 3-43 shall be procured
' by the City for installation by the contractor. Components to be procured by the City shall
included:
• Cyclone Lighting Luminaire product number C�l5001-GR3-LPC-150HPS-240-S2-
RAL6012TX including head module, cone module, base module, opening system, optic
' module and housing module.
• 150 watt luminaire lamp.
� Product documentation of Cit� procured equipment is included in the Append�x of these Special
Provisions.
' City procured �quipment shall be stored at the King County: Renton Signal Shop at 155 Monroe
Avenue Northeast, Bldg. B, Renton, WA 98056-4199. The contractor shalf be responsible for
pickup of components and shall arrange such pickup a minimum of 2 working days prior to the
' desired pickup date by contacting Rick Thibodeau at {206) 205-5587. Arranged pickup shafl be
limited to working days between the hours� of 8 AM and 2 PM.
' SPECIAL PROVISIOIdS RFB 11-103
20ti� Avenue South Sidewalk Improvements Project SP - 83 2011
(8 314"' Street to S 316"' Street)
City of Federal Way �
�I!
Canductors serving the luminaires shall be copper of the size shown on the Plans and shall run
to the service pole in se.parate condu�t from the signal conductors as shown in the plan view.
Fused quick disconnect wye cable connector kits shall be installed at the handhole inside the
base of each pole supporting a Iuminaire. Top conductors from the pole base to.the luminaire
shall be a minitYaurn Nq. 12 stranded copper. The gfounding conductor shall be connected to
the neutral terminal in the luminaice fixture. The grounding conductor sizing shall be the same
No. stranded copper as the to,p conductors.
Measurement shall be based on a lump sum, completed in place. Payment wiil be considered
incidental and shall be included in "Illumination System, Complete".
Pole type and mounting heights shall be as specified in the Contract Plans and Standard Plans.
9-29.11 Cont�ol Equiprnent
9 29.11(2) Photoetectric Control
Sectiora 9-29.11(2) is supplemented with the fotlowing:
The existing photocetl wired into the service cabinet shall be utilized by the contractor for all
existing and new luminaires in the illumination and #estival electrical systems.
Measurement shall be based on a lurnp sum, comple#ed in place. Payment will be considered
incidental and shall be included in "Illumination System, Cornplete" and °Festival Electrical
System, Complete".
9-29.24 Service Cab.inets
Section 9-29.24 is supplemented with the fo'llowi�ng:
New circuits as detailed in the Plans and Speci�ications shall utilize the existing service cabinet
located on the southwest carner of the intersection of 20 Avenue South and South 314"' Street.
The service cabinet shall conform #o Federal Way Drawing Number 3-45 ir�cluded in the
Appendix of these Special Pra�isions. The unit shall be modified as necessary to meet all
current requirements of the Department of Labor and Industries and Puget Sound Energy.
The service cabinet wiring shall be arranged so that any piece of apparatus may be removed
withou�t disconnectirag any wiring, except the lead to that piece of apparatus. AFI wiring shall be
appropriately marked with a permanent, indelibiy marked, clip-sleeve wire marker. All wiring
shall conform to NEI�A Class II C. �
A copy of the wiring diagram shall be provided in a plastic holder mounted conveniently inside
the service cabinet. Na�meplates shall be provided for each corrtrol component and shall be
embossed phenolic with white letters on black background. Nameplates shall be screw-
fastened,
END OF DMSION 9
SPEQAL PROVISIONS RFB 11-103
20tf� Avenue Soutt� Sidewalk Zmprovements Project SP - 84 2011
(5 314"' Street to S 316"' Street)
City of Federal Way
'
,
�
�
'
C�
�
'
'
�
'
'
'
�
'
�
,
Page 1 of 17
S#ate of Washington
Depa�rtrnent of Labor & Industries
Prevaili.ng Wage Section - Tetep�hone 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 hou�rly rate
of frin�e benefits. On pubtic works projects, worker's wage and benefit rates must add to
not less than this total. A brief description of overtime calcutation requirements are
provided on the Benefit Code Key.
Journey 'Level Prevailing Wage Rates for the Effective Date:
3I15/2011
_� .����._.__._...._._�......_..��_._....._..____.._._.�__..�_ .___.__-Job Classif -_..._...�._.____.._._-_Wa e Holid�.�µ �_�...__.____.__.__.___.
Count Trade ication _� ay Overtime Note
King Asbestos Abatement Workers Journey Level $40.03 5D 1 H.
King Boilermakers Joumey Level ;$59.69 5N 1C
King Brick Mason Brick And Block Finisher $40.21 5A 1M
King Brick Mason Journey Level $47.47 5A 1M ,
King Brick Mason Pointer-Caulker-Cleaner $47.47 5A 1M
King Buildin Service Emptoyees Janitor $18.91 5S 2F
King Buildin� Service Em�loyees Traveling Waxer/shampooer $19.32 55 2F
King Buildin� Service Employees Window Cleaner(non-scaffold) $22.65 55 2F
King Gab Makers (In Shop� Journey Level ,$22.74 1
King Caraenters Acoustical Worker $48.63. 5D 1M
King Carpenters Bridge, Dock And Wharf $48.47 5A 1M �
Carpenters �
King Carpenters Carpenter $48.47 5D 1M
King Carpenters Creosoted Material $48.57 5D 1M
King Carpente�s Floor Finisher $48.60 5D 1M =
�
King Carpenters Floor Layer $48.60 5D 1M
King Carpenters Floor Sander $48.60 5D 1M �
King Car.�enters Sawfiler $48.60 5D 1M �
King Car�enters Shingler "$48.60 5D 1M
King Carpenters Stationary Powe.r Saw Operator $48.60 5D 1M
King Car�e Stationary Woodworking Tools $48.60 '5D 1M
King Cement Masons Journey Levet $49.15 7A 1M �
King Divers �t Tenders Diver $100.28 5D 1M � 8A ?
King Divers £t Tenders Diver On Standby $56.68 5D 1M i
King Divers £t Tenders Diver Tender $52.23 5D 1M !
King Divers. tt Tenders Surface Rcv ft Rov Operator $52.23 5D 1M '
, King Diyers £t Tenders Surface Rcv £t Rov Operafior $48.67 5A 1 B �
i Tender �
� i
,
' https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3>I S/2011
Page 2 of 17 '
King Dredge Workers Assistant Engineer $49.57 5D 1T 8L
King Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L
King Dredge Workers Engineer Welder $49.62 5D 1T 8L
King Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L
King Dredge Workers Maintenance $49.06 5D 1T 8L
King Dredge Workers Mates Ar�d Boatmen $49.57 5D 1T 8L
King Dredge Workers Oiler $49.19 5D 1T 8L
King Drywall ApPticator Journey Level $48.47 5D 1M
King Drywalt Tapers Journey Level $48.79 5P 1 E
King Electrical Fixture Maintenance Joumey Level $25.34 5L 1 E
Wo rkers
King Electricians - Inside Cable Splicer $61.93 7C 2W ;
i
King Electricians - Inside Cable Splicer (tunnel) $66.55 7C 2W �
King Electricians - Inside Certified Welder $59.83 7C 2W
King Electricians - Inside Certified Welder (tunnel) $64.23 7C 2W ;
King ' Etectricians - Inside Construction Stock Person $31.83 7C 2W
King ; Electricians - Inside Journey Level $57J2 7C 2W
King Electricians - Inside Journey Level (tunnel) $61.93 7C 2W
King Electricians - Motor Sho� Craftsman $15.37 1 �
King Electricians - Motor $hOp Journey Level $14.69 1
King Electricians -_Pow_erline Cabte Splicer $63.04 5A 4A
Construction -
King Electricians = Powerline Certified Line Welder $57.61' 5A 4A
Construction
King Electricians_-..Powertine ; Groundperson $41.06 5A 4A
C onstruction i
_ ,
King Electricians_-_Powerline Head Ground,person $43.33 5A 4A
Construction
� Kirng Electricians - Power line Heavy Line Equipment $57.61 5A 4A �
Construction Operator
� King Electric_ians -, Powerline Jackham�mer Operator $43.33 5A 4A �
� Construction
±Kang Electr_i_cians - Powerline Journey Level Lineperson $57.61 5A 4A
' C onstruction �
King Electricians_-..Powerline Line Equipment Operator $48.64 5A 4A
Cons �
1 King Electricians _ Powerline Pole Sprayer $57.61 5A 4A �
Construction
Kin Electricians - Powerline Powder erson �
S p $43.33 5A 4A
Construction �
King Electronic Technicians Journey Level $31.00 1 '
King Elevator Constructors Mechanic $67.91 7D 4A �
King Elevator Constructors Mechanic In Gharge $73.87 7D 4A �
King : Fabricate_d _Precast Concre All Classifications - In-Factory $13.60 5B 2K �
Products Wock Only i
King Fence Erectors Fence Erector $15.18 1
King Fla ers Journey Level $33.93 7A 1 H '
- - �
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/15/2011 '
'
'
'
,
'
�
C
'
�1
Lj
C
�
�
;�
'
�
'
�
Page 3 of 17
King Glaziers Jowrney Level $50.66 7L 1Y
King Heat t� Frost Insulators And Joucneyman $53.44 5J 15
Asbestos Workers
King Heating Equipment Mechanics Journey Level $63.27 7F 1_E
King Hod Carriers ft Mason Tenders Journey Level $41.28 7A 1H
King Industrial En�ine Arnd_Machine Journey Level $15.65 1
Mechanics
King Industrial Power Vacuum Journey Level $9.24' 1
Cleaner
King Inland Boatmen Boat Operator $50.72 56 1 K
King Inland Boatmen Cook $47.54 56 1 K
King ; Inland Boatmen Deckhand $47.54 5B 1 K
King Inland Boatmen Deckhand Engineer $48.48 5B 1 K
Kin g Intand Boatmen Launch O perator '$49.63 5B 1K
King Inland Boatrnen Mate $49.63 5B 1 K
King In�ection/Cleanin�_/.Sealin�Of Cleaner Operator, Foamer $31.49 1
Sewer &� Water_�tems � Operator
Remate Control
King Inspection/Cleaninu/Sealin�Of Grout Truck Operator $11.48 1
Sewer �t Water_Systems_ By
Remote Control
King Ins�ection/Cleanin�/Sealin� Of Head Operator $24.91 1
Sewer £t Water Svstems Bv
Remote Gontrol
King In�ection/_Cleaning/Sealin�Of Technacian $19.33 1
Sewer_£t Water Systems By
Remote Control
King In sae ction/Cleani�lSealing.Of Tv Truck Operator $20.45 1
Sewer_Et_Water Svstems�
Remote Confirol
King Insulation A�placators Journey Level $48.47 5D 1M
Kin� Ironworkers Journeyman $57.52 7N 10
King Laborers Air, Gas Or Electric Vibrating $40.03 7A 1 H
Screed
King Laborers Airtrac Drill Operator $41.28 7A 1H
Kin� Labor Ballast Regular Machine $40.03 7A 1 H
King Laborers Batch Weighman $33.93 7A 1 H
King Laborers Brick Pavers $ 40. 0 3 7 A 1 H
King Laborers Brush Cutter $40.03 7A 1_H
King Laborers Brush Hog Feeder ;$40.03 7A 1_H
King Laborers � Burner $40.03 7A 1 H
King Laborers Caisson Worker $41.28 7A 1H
King Laborers Carpenter Tender $40.03 7A 1 H
King Labor ' Caulker $40.03 7A 1 H
King Laborers Cement Durnper-paving $40.77 7A 1 H
King Laborers Cement Finisher Tender $40.03 7A 1 H
King Laborers Change House Or Dry 5hack $40.03 7A 1 H
�
' https://fortress.wa.gov/]ni/wagelookup/prvWagelookup.aspx 3/15/2011
Page 4 of 17 '
King Laborers Chipping Gun (under 30 Lbs. ) $40.03 7A 1 Fi
King Laborers Ghipping Gun(30 Lbs. And $40.77 7A 1H
Over) -
King Laborers Choker Setter $40.03 7A 1 H
King �aborers Chuck Tender $40.03 7A 1 H
King Laborers Clary Power Spreader $40.77, 7A 1 H
King Laborers Ctean-up Laborer $40.03 7A 1H
King Laborers ' Cornpressed Air Worker 0-30 $52.08 7A 1H 8�C
' Psi
King Laborers Compressed Air Worker 3U.01- $57.08 7A 1H 8�,
44.00 psi
King Laborers � Compressed Air Worker 44.01- $60J6 7A 1 H 8�
54.00 psi
King Laborers Compressed Air Worker 54.01- $66.46 7A 1_H 84
60.00 psi
King Laborers Compressed Air Worker 60.01- $68.58 7A 1 H 8�,
64.00 psi
King Laborers Compressed Air Wor.ker 64.01- $73.68 7A 1 H 8�(
68:00 psi
King Laborers Compressed Air Worker 68.01- $75.58 7A 1H �
_ 70.00 psi
King Laborers Concrete Dumper/chute $40.77 7A 1 H
Operator
King Laborers Concrete Form Stripper $40.03 7A 11i
King Laborers Concrete Placement Crew $40.77 7A 1 H
King Laborers Concrete Saw Operator/core $40.77 7A 1 H
Driller
King Laborers Crusher Feeder $33.93 7A 1H
King Laborers Curing Laborer $40.03 7A 1 Fi
King Laborers Demolition: Wrecking St Moving $40.03' 7A 1H
(incL Charred Mater�ial)
King Laborers Ditch Digger $40.03 7A 1 H
King Laborers Diver $41.28 7A 1 H
King Laborers Drill Operator $40.77 7A 1 H
(hydraulic,diamond)
King Laborers ; Dry Stack Watts $40.03 7A 1 H
King Laborers Dump Person $40.03 7A 1 H
King Laborers Epoxy Technician $40.03 7A 1 H
King Laborers Erosion Control Worker $40.03 7A 1 H
King Laborers Faller £t Bucker Chain Saw $40.77 7A 1H
King Laborers Fine Graders $40.03 7A 1M
King Laborers Firewatch $33.93, 7A 1_H
King Laborers ` Form Setter .$40.03 7A 1 H
King Laborers Gabian Basket Buitders $40.03 7A 1 H
King Laborers General Laborer $4U.03 7A 1 H
King Labor.e_rs G�rade Checker £t Transit $41.28 7A 1 H
Person
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/1512011 ,
'
'
���
�
'
�
'
�
�
�
�
'
'
I'
,
'
'
u
Page 5 of 17
King Laborers Grinders $40.03 7A 1 H
King Laborers Grout Machine Tender $40..03 7A 1 H
King Laborers Groutmen {pressure)inclwding $40.77 7A 1 H
Post Tension Beams
King Laborers Guardrail Erector $40.03 7A 1 H
King Laborers Hazardous Waste Worker (tevel $41.28 7A 1 H
A)
King Laborers Hazardous 1Naste Worker (level $40.77 7A 1 H
B)
King Laborers Hazacdous Waste Worker (level $40.03 7A 1 H
C)
King Laborers High Scaler $41.28 7A 1 H
King Laborers Jackharnmer $40.77 7A 1 H
King Laborers Laserbeam Operator $40.77 7A 1H
King Laborers Maintenance Person $40.03 7A 1 H
King Laborers Manhole Builder-mudman $40.77 7A 1 H
King Laborers Mate�al Yard Person $40.03 7A 1 Fi �
King La borers Miner $41.28 7A 1 H
King Laborers Motorman-dinky Locomotive $40.77 7A 1�1-
Kin.g Laborers Nozzleman (concrete Pump, $40.77 7A 1 H
Green Cutter When Using
Combination Of High Pressure
Air £t Water On Concrete tt
Rock, Sandblast, Gunite,
Shotcrete, Water Bla
King Laborers Pavement Breaker $40.77 7A 1 H
King Laborers Pilot Car $33.93 7A 1 H
King Laborers Pipe Layer Lead $41.28 7A 1 H
King Laborers . Pipe Layer/tailor $40.77 7A 1 H
King Laborers Pipe Pot Tender $40.77 7A 1 H
King Laborers Pipe Reliner $40.77 7A 1 H f
King Labor Pipe Wrapper $40.77 7A 1 H �
King Laborers - Pot Tender $40.03 7A 1_H
Kin� Laborers Powderman $ 41.28 7 A 1 ti
King Labor Powderman's Helper $40.03 7A 1 H
King Laborers Power Jacks $40.77 7A 1 Fi
King Laborers Railroad Spike Puller - Power ;$40.77 7A 1 H
King Laborers Raker - Asphalt $41.28 7A 1 H
King Laborers Re-timberman $41.28 7A 1 H
King Laborers Remote Equipment Operator $40.77 7A 1_H
King Laborer Rigger/signal Person $40.77 7A 1 H �
King L a borers Rip Rap Person $ 4 0. 0 3 7 A 1 H �
King Laborers Rivet Buster $40.77 7A 1 H �
King La�bore Rodder $40.77 7A 1 H �
King Laborers Scaffotd Erector $40.03 7A 1H �
King Laborers Scale Person $40.03 7A 1 H
' https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/l5/2011
Page 6 of 17 '
King Laborers Sloper (over 20") $40.77 7A 1 M
King Laborers SloperSprayer $40.03 7A 1H
King Laborers Spreader(concrete) $40.77 7A 1H
King Laborers Stake Hopper $40.03 7A 1 H
King Laborers Stock Pi.ler $40.03 7A 1_H
King La'borers Tamper &t Similar Electric, Air $40.77 7A 1 H
&t Gas Qperated Tools
King Laborers Tamper (multiple 8 Se4f- $40.77 7A 1 H
propelled)
King Laborers Timber Person - Sewer (lagger, $40.77 7A 1 H
� Shorer £t Cribber)
King taborers Toolroom Person (at Jobsite) $40.03 7A 1 H
King Laborers Topper $40.03 7A 1 H
King Laborers Track Laborer $40.03 7A 4_H
King Laborers Track Liner (power) $40.77 7A 1 H
King Laborers Truck Spotter $40.03 7A 1 N
King Laborers Tugger Operator $4U.77 7A 1 H
King Laborers Tunnel Work-Guage and Lock $41.38 7A 1 H 8�
Tender
King Laborers Tunnel Work-Miner $41.38 7A 1 H 84
King Laborers �Vibrator $40.77 7A 1M
King Laborers Vinyl Seamer $40.03 7A 1_H
King Laborers Watchman $30.84 7A 1_H
King Laborers Welder $40.77 7A 1 H
King Laborers We4t Point Laborer $40.77 7A 1 H
King Laborers Window Washer/cleaner $30.84 7A 1ti
King Labor =.Unde��round Sewer General Laborer &t Topman $40.U3 7A 1_H
&t Water i
King � Laborers - Underground Sewer Pipe Layer $40.77 7A 1 Fi
£t Water
King Landscape. Gonst_ruction Irrigation Or Lawn Sprinkler $13.56 1
Installers
King Landscaae_ Construction Landscape Equipment $28.17 1
Operators Or Truck Drivers
King Landsca�e_Construction Landscaping or Planting $17.87 1
Laborers
King Lathers Journey Level $48J4 5D 1 H
King Marble Setters Journey Level $47.47 5A 1M
King Metal Fabrication (In Shap.� Fitter $15.86 1
King Metat Fabrication (In Shop) Laborer $9,7g �
King Metal Fabrication (In Shop� Machine Operator $13.04 1
King Metal Fabrication In Sho Painter $11.10 1
King Metal Fabrication (In Shop) Welder $15.48 1
King Mittwn�ht Journey Level $49.47 5D 1M
King Modular Builclin�s Cabinet Assembly $11.56 1
King Modular Buitdin�s Electrician $11.56 1
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/15/2011 '
'
Page 7 of 17
Kin� Modular Buildin�s Eguipment Maintenance $11.56 1
King Modular Buildin�s Plumber $11.56 1
King Modular Buildin�s Production Worker $9.4U 1
King Modular BuitdinQs ' Tool Maintenance $11.56 1
King Modular Buildin�s Utility Person $11.56 1
King Modular Buildin�s Welder $11.56 1
King Painters Journey Level $34.87 6Z 2B
King Pile Driver Journey Level $48.67 5A 1M
King Plasterers Journey Level $46.63 � 7� 1 R
King RlavQround £t Park Eguiqment Journey Level $8.67 1
Installers
King Plumbers Ft Pipefitters Journey Level $70.84 6Z 1G
King Power Equipment Operators Asphalt Ptant Operators $50.39 7A 1T 8P
King Power Equipment OQerators Assistant Engineer $47.12 7A 1T 8P
King Power Eguipment Operators Barrier Machine (zipper) $49.90 7A 1T 8P
King Power._Ec�ui'�ment �erators Batch Plant Operator, $49.90 7A 1T 8P
Concrete
King Power_ Eq_uipment Operators Bobcat $47.12 7A 1T 8P
King Pow_er. Ec�uipment.0�erators �Brokk - Remote Demolition $47.12 7A 1T 8P
Equipment
King Power Equipment Operators Brooms $47.12 7A 1T 8P
King PowerfQUipment..Operators Bump Cutter $49.90 7A 1T 8P
King Power Equip.ment O erp ators Cableways $50.39 7A 1T 8P
King Power_E�uipment Operators Chipper $49.90 7A 1T 8P
King Power Equipment Operators Compressor $47.12 7A 1T 8P
King Power_Egui�men�t D�erators Concrete Pump: Truck Mount $50.39 7A 1T 8P
With 'Boom Attachment Over
42 M
King Power EqUjp O�erators Concrete Finish Machine -laser $47.12 7A 1T 8P
Screed
King Power_�ui�ment 0�erators Concrete Pump - Mounted Or $49.48 7A 1T 8P
Trailer High Pressure Line
� Pump, Pump High Pressure.
King Power E�u�ment Op_erators Concrete Pump: Truck Mount $49.90 7A 1T 8P
With Boom Attachment Up To
�42m
King Power Equipment Operators Conveyors $49.48 7A 1T 8P
King Power Epuipment Operators Cranes: 2U Tons Through 44 $49.90 7A 1T 8P
Tons Wifh Attachments
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
King Power E�ui�ment �er_a_tors Cranes: 100 Tons Through 199 $50.94 7A 1T 8P
Tons, or 15U' of boom
(inclwdang jib with �
attachments); Overhead, a
� bridge type, 100 tons and over; �
Tower crane up to 175' in
; height, base to boom. �
�
' https:l/fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/15/2011
Page 8 of 17
King
King
King
King
King
Kin�
King
King
King
King
King
King
King
King
King
King
King
� King
�
King
King
Rower_E ui ment_Operators Cranes: 200 Tons To 300 Tons, $51.51 7A
Or 250' Of Boom (inctuding Jib
With Attachments)
Power E�ui .�ment O�erators Cranes: 45 Tons Through 99 $50.39 7A
Tons, Under 150' Of Boom
(including Jib With
� Attachments)
Power Equipment Operators Cranes: A-frame - 1U Tons And $47.12 7A
Under
Power_E ui ment Operators Cranes: Friction 100 Tons $51.51 7A
Through 199 Tons
Power Equipment Operators Cranes: Friction Over 200 Tons $52.07 7A
Power Ec�u�ment Operators Cranes: Over 300 Tons Or 300' $52.07 7A
Of Boom (inctuding Jib With
Attachments)
Power Ec�uipment_0 erators Cranes: Through 19 Tons With $49.48 7A
Attachments A-frame Over 10
Tons
Power Equipment �erators Crusher $49.90 7A
Power Ec.�uipment,0�erators Deck Engineer/deck Winches $49.90 7A
(Power) —
Power E�c ui�ment Operators Derricks, On Bw�ilding Work $50.39 7A
'�Power Equipment Operators Dozer Quad 9, HD 41, D10 and $50.39 7A
Over
Power �uipment Operators Dozers D-9 £t Under $49.48 7A
Power E�ui�ment_O�ators Drill Oiters: Auger Type, Truck $49.48 7A
Or Crane Mount
Power_Equipment Operators Drilting Machine $49.90 7A
Power_Equi�ment�erators Elevator And Man-lift: $47.12 7A
Permanent And Shaft Type
Power _Ec�u�ment_ Finishing Machine, Bidwell And $49.90 7A
Gamaco �t Similar Equipment
Power_Ec�ui�ment_O�erators Forklift: 3000 Lbs And Over $49.48 7A
With Attachments
Power Ec�yipment O�erators Forklifts: Under 3000 Lbs. With $47.12 7A
Attachments
Power Ec�uipment.Op_erators Grade Engineer: Using Blue $49.90 7A
Prints, Cut Sheets, Etc
Power Equiprnent Oper�tors Gradechecker/stakeman $47.72 7A
Power �ipment Operators Guardrail` Punch/Auger $49.90 7A
Power E�ui�ment_0_�erators Hard Tail End Dump $50.39 7A
Articulating Off- Road
Equipment 45 Yards. tt Over
Power Equipment O�erators Hard'Tail fnd Dump $49.90 7A
Articulating Off-road
Equipment Under 45 Yards
Powe_r fgui�ment O�erators HorizontaVdirectional Drill $49.48 7A
`Locator
Power Equipment Operators Horizontal/darectional Driil $49.90 7A
1T � 8P
1T � 8P
1T
1T
1T
1T
1T � 8P
1T 8P
1T 8P
1T 8P
3/15/2011
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
'
L
��
'
'
'
,
'
L _l
'�
�
,�
'
,
'.
'
'
,
Page 9 of 17
King Power_�ui�ment O�erators Hydralifts/boom Trucks Over $49.48 7A 1T 8P
1 U Tons
Kin� Power_ Ec�ui'�ment Operators Hydralifts/boom Trucks, 10 $47.12 7A 1T 8P
Tons And Under
King Power_E ui ment O�erators Loader, Overhead 8 Yards. £t $50.94 7A 1T 8P
Over
King P_ower E_qu�ment Operators Loader, Overhead, 6 Yards. But $50.39 7A 1T 8P
Not Including 8 Yards
� King Powe_r f ui ment.0�erators Loaders, Overhead Under 6 $49.90 7A 1T 8P
Yards
King Power Equiarnent Operators Loaders, Plant Feed $49.90' 7A 1T 8P
King Power Equiament Operators Loaders: Elevating Type Belt $49.48 7A 1T 8P
King Power Equiument Operators Locomotives, Atl $49.90 7A 1T 8P
King Power Equipment Operators Material Transfer Device $49.90 7A 1T 8P
King Power_E�ui�ment Oaerators Mechanics, Atl (leadmen - $50.94 7A 1T 8P
$0.50 Per Hour Over Mechanic)
King Power E�C ui ment Oaerators Mixers: Asphalt Plant $49.90 7A 1T 8P
King Power Eguip _ment O�erators Motor Patrol Grader - No�- $49.48 7A 1T 8P
finishing
King Power E ui ment Operators Motor Pat�rol Graiiers, Finishing $50.39 7A 1T 8P
King Power. Eq.ui�ment O�erato_rs Mucking Machine, Mole, Tunnel $50.39 7A 1T 8P
Drill, Boring, Road Header
And/or Shield
King Power Equipment Operators Oil Distribwtors, Blower $47.12 7A 1T � 8P
Distribution £t Mulch Seeding
Operator
King Power E_qui�ment Operators Outside Hoists (elevators And $49.48' 7A ; 1T 8P
Manlifts), Air Tuggers,strato
King Power Ec�ui�ment �erators Overhead, Bridge Type: 45 $50.39 7A 1T 8P
Tons Through 99 Tons
King Power Equipment Operators Pavement Breaker $47.12 7A 1T 8P
King Power Equi�ment 0_perators Pile Driver (other Than Crane $49.90 7A 1T 8P
Mount) �
King Power Equipment Operators Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P
King Power Equipment Operators Posthole Digger, Mechanical $47.12 7A 1T 8P
King Power Equipment Operators ' Power Plant $47.12 7A 1T 8P
King Power Equipment Operators Pumps - Water $47.12 7A 1T 8P
King Power_ Equipment_�erators Quick Tower - No Cab, Under $47.12 7A 1T ' 8P +
� ' 100 Feet In Height Based To
Boom
King Power Equiprnent �erators Remote Control Operator On $50.39 7A 1T 8P
Rubber Tired Earth Moving
Equipment
King Power Operatar Rigger And Bellman $47.12 7A 1T 8P
King Power Equiument_O�erators Rollagon $50.39 7A 1T 8P �
King Power Equipment 0 erp ators Rotter, Other Than Plant Mix $47.12 7A 1T 8P �
King Power Equipment 0�erators Rolter, Ptant Mix Or Multi-lift '$49.48� 7A 1T 8P "
Materials
�
' https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/15/2011
Page 10 of 17 ,
King Power Equipment�Operators Roto-milt, Roto-grinder $49.90 7A 1T 8P
King Power Equipment Operators Saws - Concrete $49.48 7A 1T 8P
King Power EqUjp Operators Scraper, Self Propelled Under $49.90 7A 1T 8P
45 Yards
King Power Eqwipment_�erators 5crapers - Concrete £t Carry All $49.48 7A 1T 8P
King Rower E�c ui�ment O�erators Scrapers, Self-propetled: 45 $50.39 7A 1T 8P
Yards And Over
King Power Eauiament O�erators Service Engineers - Equipment $49.48 7A 1T 8P
King Rower Eauipment Operators Shotcrete/gunite Equipment $47.12 7A 1T 8P
King Power EQUi rnent Operators Shovel , Excavator, 'Backhoe, $49.48 7A 1T 8P
Tractors Under 15 Metric Tons.
King Power_E ui ment_ Operators Shovel, Excavator, Backhoe: $50.39 7A 1T 8P
Over 30 Metric Tons To 50
Metric Tons
King Power Equipment Onerators Shovel, Excavator, Backhoes, $49.90 7A 1T 8P
Tractors: 15 To 30 Metric Tons
King Power E�ui�ment O�erators � Shovet, Excavator, Backhoes: $50.94 7A 1T 8P
Over 50 Metric Tons To 90
Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes: $51.51 7A 1T 8P
Over 90 Metric Tons
King Power Equipment Operators Slipform Pavers $50.39 7A 1T 8P
King Power Ec�u�ment.Operators Spreader, Topsider Ft $50.39 7A 1T 8P
Screedman
King Power Equiprnent Operators Subgrader Trimmer $49.90 7A 1T 8P
King Power Ec�uipment O�erators Tower Bucket Elevators $49.48 7A 1T 8P
King Power: Equipment Operators Tower Crane Over 175'in $51.'51 � 7A ` 1T ' 8P
Meight, Base To Boom
King Power__E ui m__ent O�erators Tower Crane Up To 175' In $50.94 7A 1T 8P
Height Base To Boom
King P_o_wer_Ec�ui�ment Operators Transporters, All Track Or $50.39 7A 1T 8P
Truck Type
King Power Equipment Ouerators Trenching Machines $49.48 7A 1T 8P
King Power_Ec�uipment Q�erators Truck Crane Oiler/driver - 100 $49,90 7A 1T 8P
` Tons And Over
King Power_E ui ment_O�erators Truck Crane Oiler/driver Under $49.48 7A 1T 8P
100 Tons
' King ' Power Equipment Operators Truck Mownt Portabte Conveyor $49.90 7A 1T 8P
King Power Equipment �erators Welder '$50.39 7A 1T 8P
King Power Equipment Operators Wheel Tractors, Farmall Type $47.12 7A 1T 8P
King Power Equipment Operators Yo Yo Pay Dozer $49.90 7A 1T 8P
King Power Ec�uipment �e Asphalt Plant Operators $50.39: 7A 1T 8P
� Underground Sewer �t Water
King Power Equi�ment O,�erators- , Assistant Engi�neer $47.12 7A 1T 8P
Underground Sewer �t Water
King Po E�,,uiQ Operators Barrier Machine (zipper) $49.90 7A 1T 8P
UnderQround Sewer & Water
King Power Ec�uipment Ope_rators- Batch Plant Operator, $49.90 7A 1T 8P
I ; _
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/15/2011 '
'
Page 11 of 17
Underground Sewer £t Water Concrete
King Power Equipment Operators- Bobcat $47.12 7A 1T 8P
Under�round Sewer £t Water
King Power Equipment Operators- Brokk - Remote Demolition $47.12 7A 1T 8P
Under�round Sewer & Water Equipment
King Power Equipment Operators- Brooms $47.12 7A 1T 8P
Underground Sewer £t Water �
King Power Equipment O�erators- Bump Cutter $49:90 7A 1T 8P
Under�round Sewer &t Water
Ki�ng Power Equipment Operators- Cableways $50.39 7A 1T 8P
Underground Sewer fx Water
King Power Equipment Or�erators- Chipper $49.90 7A 1T 8P
Underground.Sewer £t Water
King Power Equipment Operators- Compressor $47,12. 7A 1T 8P
Underground Sewer 8 Water
King Po Eauipment Operat Concrete Pump: Truck Mount $50.39 7A 1T 8P
Under�round_Sewer Ft Water With Boom Attachment Over
42 M
King Power_�uipment Operators- Concrete Finish Machine -laser $47.12 7A 1T 8P
Underground Sewer &t Water Screed
King Power Equipment_O�erators- Concrete Pump - Mounted Or $49.48 7A 1T 8P
--
Underground Sewer_&t.Water Trailer Migh Pressure Line
Pump, Pump High Pressure.
King Power_E�ui�ment Op_erators- Concrete Pump: Truck Mount $49.9U 7A 1T 8P
Under�round_Sewer £t Wat_e..r With Boom Attachment Up To
42m
King Power Equipment O�er_ators- Conveyors $49.48 7A 1T 8P
Undergrownd Sewer &t Water
King , Power- E ui ment Operators- Cranes: 20 Tons Through 44 $49.90 7A 1T 8P
;�Undergro_und Sewer £t Water Tons With Attachments
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
King Power_ Ec�uipment Operators- Cranes: 200 Tons To 30U Tons, $51.51 7A 1T 8P
Underground Sewer £t Water Or 25U' Of Boom (including Jib
With Attachments)
King Power_E�ui O�erators- Cranes: 45 Tons Through 99 $50.39 7A 1T 8P
UnderQround Sewer ft Water Tons, Under 150' Of Boom
(including Jib With
Attachments)
King Power E�ui�ment_O�erato_rs- Cranes: A-frame - 10 Tons And $47.12 7A 1T 8P
Under round Sewer_£t Water Under
King � Power Equipment O�erators- Cranes: Friction 100 Tons $51.51 7A 1T 8P
Underground Sewer &t Water Thcough 199 Tons
King Power E ui ment_O�erators- Cranes: Friction Over 200 Tons $52.07 7A 1T 8P
Under�round Sewer &t Water °
King U d_e_r rou d Sew_e_r�£t Water Of Boom includ nTo�n�b W $52.07 7A 9T 8_P s
� _ g- ( S �
Attachments)
King Power Ec�u9pment. Operators- Cranes: Through 19 Tons With $49.48 7A 1T 8P
Underground Sewer &t Water Attachments A-fra•me 0ver 10 ,
Tons �
' https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/15/2011
Page 12 of 17 '
King Power Equiument Operators- Crushe.r $49.90 7A 1T 8P
Underground Sewer &t Water
King Power Epui�ment O�erators- Deck En�ineer/deck Winches $49.90 7A 1T 8P
Underground Sewer £t Water (power)
King Power Equipment Ogerators- , Derricks, On Building Work $50.39 7A 1T 8P
Underground Sewer &t Water
King Power Eaui�ment Operators- Uozer Quad 9, HD 41, D10 and $50.39 7A 1T 8P
Underground Sewer £t Water Over
King Power E ui ment O�erators- Dozers D-9 £t Under $49.48 7A 1T 8P
Underground Sewer £t Water
King Power Equipment Qperators- Drill Oilers: Auger Type, Truck $49.48 7A 1T 8P
Underground Sewer &t Water Or Crane Mount
King Power�u�ment O�erators- Drilling Machine $49.90 7A 1T 8P
Underground Sewer tt Water
King Power E ui ment O�erators- Elevator And Man-lift: $47.12 7A 1T 8P
Underground Sewer £t Water Permanent And Shaft Type
King Power_ E u� iament 0�erators- Finishing Machine, Bidwell And $49.90 7A 1T 8P
Underground Sewer tt Water Gamaco tt Similar Equipment
King Power E�c uipment O�erators- Forklift: 3000 Lbs And Over $49.48 7A 1T 8P
Underground Sewer & Water With Attachments
King Powe� E°uipment Operators- Forklifts: U�nder 3000 Lbs. With $47.12 7A 1T 8P �
Underground Sewer &t Wat Attachments
King Power Equipmen O�erators- Grade Engineer: Using Blue $49.90. 7A 1T 8P �
Underground.5ewer £t Water Prints, Cut Sheets, Etc
King Power E�uipment_O�erators- Gradechecker/stakeman $47.12 7A 1T 8P
Underground Sewer & Water
King Power ui men 0perator Guardrail Punch/Auger $49.90 7A 1T 8P
Underground Sewer fr,Water
King Power E�ui�ment_�erators- Hard Tail, End Dump $50.39 7A 1T 8P
Under�round Sewer Et_ Water Articutating Off- Road
Equipment 45 Yards. £t Over
King Power Equipment Qperators- Hard Tail End Dump $49.90 7A 1T 8P
Underground Sewer �t Water Articulating Off-road
Equipment Under 45 Yards
King R E ui ment � HarizontaUdirectional Dritl $49.48 7A 1T 8_P
Underground Sewer £t Water Locator
King Power Ec�u�ment_ 0_perators- Horizontal/directional Dritl $49.90 7A 1T 8P
Underground Sewer &� Water Operator
•King Power_E ui ment Operato Hydralifts/boom Trucks Over $49.48 7A 1T 8P
Underground Sewer £t Water 10 Tons
King Power_Eguipment Operators- Hydralifts/boom Trucks, 10 $47.12 7A 1T 8P
Underground Sewer £t Water Tons And Under
King Power E ui rnent O ep rato rs- ` Loader, O�rerhead 8 Yards. ft $50.94 7A 1T SP
Under round Sewer & Water Over
'King Power_ Egui�ment_Q�erators- Loader, Overhead, 6 Yards. But $50.39 7A 1T 8P
Underground Sewer_ & Water Not Including 8 Yards �
i King Power Equi�ment O�erators- Loaders, Overhead 'Under 6 $49.90 7A 1T 8P E
� Under�round Sewer £t Water Yards
King Power Equi.pment O�erators- Loaders, Plant Feed $49.90 7A 1 T 8P �
Under�round Sewer £t Water �
,
� ,
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/15/2011 . '
n
Page 13 of 17
King Power Eguipment Ouerators- Loaders: Elevating Type Belt $49.48 ZA 1T 8P
Underground Sewer &t Water
King � Power_E�ui� Locomotives, All $49.90 7A 1T 8P
Underground Sewer £t Water
King � Power EqUjp Operators- Material Transfer Device $49.90 7A 1T 8P
Underground Sewer Et Water
King Power. Eguipment Oaerator Mechanics, All (leadmen - $50.94 7A 1T 8P
Under�round Sewer &t Water $0.50 Per Hour Over Mechanic)
King Power Ec�ui'pment Operators- Mixers: Asphalt Plant $49.90 7A 1T 8P
Underground Sewer £t Water
King Power Er�ui� Operators- Motor Patcol Grader - Non- $49.48 7A 1T 8P
Under round Sewer &t Water finishing
King Power Eguip.rnent.0�erators- Motor Patrol Graders, Finishing $50.39 7A 1T 8P
Underground Sewer Ft Water
King P_o_wer_Equipment 0 efJ� rators- Mucking Machine, Mole, Tunnel $50.39 7A 1T 8P
Under�round Sewer £t Water Dritl, Boring, Road Header
And/or Shield
King Power fc�ui�m �er Oil Distributors, Blower � $47.12 7A 1T 8P
Under�round Sewer & Water Distribution 8 Mulch Seeding
Operator
King Power E�ui�ment_O�erators- Outside Hoists (elevators And $49.48' 7A 1T 8P
Unde�round Sewer &t Water Manlifts), Air Tuggers,strato
King Power. Equi�ment O�erators- Overhead, Bridge Type: 45 $50.39' 7A 1T 8P
Under�round Sewer £t Water Tons Through 99 Tons
King Power E�uiQment O�erators- Pavement Breaker $47.12 7A 1T 8P
Underground Sewer ft Water
King Power.Ec�u�ment 0�erators- Pite Driver (other Than Crane $49.90 7A 1T � 8P
Underground Sewer £t Water Mount)
King Po Operators Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P
Under�round Sewer £t Water
King Pow.e_r._Egui�ment Operators- Posthote Digger, Mechanicai $47.12 7A 1T 8P
Underground Sewer £t Water
King Power Ec�uipment O�erators- Pawer Plant $47.12 7A 1T 8P
Under�round Sewer £t Water
King Power Ec�ai�ment �erators- Pumps - Water $47.12 7A 1T 8P
Underground Sewer �t Water �
King Power. Ec�ui�ment 0�erators- Quick Tower - No Cab, Under $47.12 7A 1T 8P �
Wnderground Sewer �t Water 100 Feet in Height Based To
Boom
� King Power .E�uipment O�erators- Rernote Control Operator On $50.39 7A 1T 8P �
Undergrou_n_d Sewer_Bt.Water Rubber Tired Earth Moving
Equipment �
King Power_Ec�ui�ment_O�erators- Rigger And Bellman $47.12 7A 1T 8P
Underground._Sewer_ Bt.Water
King Power E�ui�ment O�erators- Rollagon ;$50.39 7A 1T 8P
Underground Sewer St Water �
King Power_E�ui Operators- Rolter, Other Than Plan�t Mix $47.12 7A 1T 8P i
Underground Sewer £t Water �
King Power Ec�ui�ment 0�erators- Rotter, Plant Mix Or Mutti-lift $49.48 7A 1T 8P �
Underground Sewer £t_Water Materials
�
' https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/15/2U11
Page 14 of 17
Kin� Power_.E uq ipment Operators- Roto-mill, Roto-grinder $49.90
Underground Sewer ft Water
King Power _E�uipment Operators- Saws - Concrete $49.48
Underground Sewer tt Water
King Power E�ui�ment._O�erators Scraper, Self Propelled Under $49.90
Underground Sewer �t Water 45 Yards
King Power E ui _ment Oqerators- Scrapers - Concrete &t Carry All $49.48
Underground Sewer.ft Water
King Power Ec�uipment O�erators- Scrapers, Self-propelled: 45 $50.39
Underg�round Sewer 6t Water Yards And Over
King Power Equipment Operators- Service Engineers - Equipment $49.48
Underground Sewer & Water
I, King _Power E�uipment.OQerators- Shotcrete/gunite Equipment $47.12
,
Underground Sewer £t Water
' King Po_wer_E�ui�ment OQerators- Shovel , Excavator, Backhoe, $49.48
Underground Sewer £t Water Tractors Under 15 Metric Tons.
King Power Equipment Operators- Shovel, Excavator, Backhoe: $50.39
Underground_Sewer £t_Water Over 30 Metric Tons To 50
Metric Tons
King Power Eouiament O�ators- Shovel, .Excavator, Backhoes, $49.90
Underground Sewer &t Water Tractors: 15 To 30 Metric Tons
King Power Eq_ui�ment O.perators- Shovet, Excavator, Backhoes: $50.94
Underground Sewe_r �t Wat_er Over 50 Metric Tons To 9U
Metric Tons
King Power Ec�ui�ment 0�erators- 5'hovel, Excavator, Backhoes: $51.51
� Underground Sewec. Et Water Over 90 Metric Tons
King Power Equi�ment Operators- Slipform Pavers $'50.39.
Underground Sewer f� Water
King Power Ec�ui'�ment Operators- Spreader, Topsider �t $50.39
Underground Sewer &� Water Screedman
King � Power Equipment 0�erators- Subgrader Trimmer $49.90
Underground Sewer £t Water
Kin� Power ,E�uip_ ment_ O�erators- Tower Bucket Elevators $49.48
Underground Sewer & Water �
King Power. EQUlp ment 0�erators- Tower Crane Over 175'in $'51.51.
Underground Sewer ft Water Height, Base To Boom
King Fower E�ui�ment O�erators- Tower Cra�ne Up To 175' In $50.94
Underground Sewer &t Water Hei�ht Base To Boom
King Power. E ui ment Operators- Transporters, All Track Or $5U.39
; Underground Sewer £t Water 1'ruck Type
King Power_Egui�ment O�rators- Trenching Machines '$49.48
Underground Sewer £t Water
King Power_ Equ�ment_O�erators- Truck Crane Oiler/driver - 100 $49.90
Undergrou.nd Sewer Ft Water Tons And Over
King _Power Equ�ment 0�erators- Truck Crane Oiler/driver Under $49.48
Underground Sewer Ft Water 100 Tons
Kimg Power Ec�u�ment_O�erators- Truck Mount Portable Conveyor $49.90
' Underground Sewer £t Water
King ; Power Ec�uipment_O�erators- Welder $50.39
Underground Sewer �t Water
7A
7A
7A
7A
7A
7A
7A
7A
7A
7A
7A
7A
7A
7A
7A
7A
7A
7A
7A
7A
7A
�A
7A
7A
8P
8P
8P
8P
8P
8P
1T
1T
8P
8P
8P
1T
1T
8P
8P
� '
8P
8P
8p i,
8P
8P '
8P
8P
SP
i
_�
8P �
�
8P
8 P $
�
8P �
https://fortress.wa.gov/lni/wagelookup/prvWageiookup.aspx 3/15/2U 11
,
Page 15 of 17
King Power Equipment Operators- Wheel Tractors, Farmall Type ;$47.12 7A 1T 8P
Under�round Sewer �t Water �
King Power_Equipment Operators- Yo Yo �Pay Dozer $49.90 7A 1T 8P
Under�round Sewer &t Water
King PowerLine Clearance_Tree Journey Level In Charge $41.04 5A 4A
Trimmers
King Power Line Clearance Tree Spray Person $38.98 5A 4A
Trimmers
King :Power__Line Ctearance Tree Tree Equipment Operator $41.04 5A 4A
Trimmers
King Power_Line_,Clearance Tree Tree Trimmer $36.75 5A 4A
Trimmers
King P ower Li n_e_ Clearance Tree Tcee Trimmer Groundperson $27.80 5A 4A
Trimmers
King Refrigeration &t Air Journey'Levet $67.56 6Z 1G
Conditioning Mechanics
King Residential Brick Mason Journey Level $47.47 5A 1M
King Residential Carpenters Journey Level $28.20 1
King Residential Cement Masons Journey Level $22.64 1
King Residential Drywall A�plicators Journey Level $38.08 5D 1M
King Residential Dr ywall Tapers Jowrney Level $48.79' SP 1_E
King Residential Electricians Journey Level $30.33 1
King Residential Glaziers Journey Level $34.54 7L 1H
King Residential Insulation Joumey Levet $26.28 1
Applicators
King Residentiat Laborers Journey Level $23.03 1
King Residential Marble Setters Journey Level $24.09 1
King Residential Painters � Journey Level $24.46 1
King � Residential .Plumbers Et Joumey Level $34.69 1
� Pipefifiters
King Residential Refngeration Bt.Air Journey Level �$67.56 6Z 1G
Conditioning Mechanics
King _Residential Sheet Metal Journey Level $37.35 7F 1 R �
Workers � ;
King Residential Soft Floor Layers Journey Level $41.56 5A 2Z �
King Residential, S�rinkler. Fitfiers Journey Level $40.81 5C 2R i
�Fire Protection) i
King Residential Stone Masons Joumey Level $47.47 5A 1M i
King Residentiat Terrazzo Workers Journey Levei $46.93 5A 1M '
King Residential_ Terrazzo/Tile Journey Level $21.46 1
Finish
King Resici 'I'ile Setters Journey Level $25.17 1 �
King Roofers Journey Level $41.90 5_A 1 R �
K i n g R o o f e r s U s i n g I r r i t a b l e B i t u m i n o u s $ 4 4. 9 0 5 A 1 R �
Materials �
King Sheet Metal Workers Journey Level $63.27 7F 1_E a
(King 5hi buitdin £t Ship Re�air Boilermaker $33.26 7M 1H �
i
� ,
1 '
' https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3J15/2011
Page 16 of 17 '
King Shipbuilding tt Ship Repair Carpenter $34.99 70 1B
King Shipbuitding Ft Ship Repair Electrician $34.90 70 16
King Shipbuilding �t Ship Repair Heat 8 Frost Insulator $53.44 5J 15
King Shipbuilding 8 Ship Repair Laborer $33:62 70 1 B
King Shipbuiidin� £t Ship Repair Machinist $34.62 70 7 B
King Shipbuilding £t Ship Repair Operator $37.04 70 1B
King Shipbuilding £t Ship Repair Painter $34.64 70 1B
King Shipbuilding tt Ship Repair , Pipefitter $34.64 70 1B
King Shipbailding tt Ship Repair Rigger $34.67 70 1_B
King Shipbuilding £t Ship Repair Sandblaster $33.62 70 1_B
King Shipbuilding £t Ship Repair Sheet Metal $34.59 70 1 B
King Shipbuilding ft Ship Repair Shipfitter $34.67 70 1B
Kin� Shipbuilding �t Shi.p Repair Trucker $34.49 70 1B
King Shipbuilding & Ship Repair Warehouse $34.55 70 16
King Sh9pbuilding £� Ship Repair Welder/bumer $34.67 70 16
King Sign Makers £t Installers Sign Installer $22,92 1
(Electricalj
King Si n Makers £t Installers Sign Maker $21.36 1
(Electrical�
King Si n Makers_£t InstallersiNon- Sign Installer $27,2g 1
Etectrical
King S�n Makers Ft 'Installers_�Non- Sign Maker $33.25 1
Electrical
Kin� Soft Floor Layers Journey Level $41.56 5A 2Z
King Solar Controls For Windows Journey Level $12.44 1
King S�rinkler Fitters �Fire Joumey Level $68J9. 5C 1X
Protectionl
King Sta�e:Ri�gin� Mechanics_.�.Non Journey Levet $13.23 1
StructuraU — �
King Stone Masons Journey Level $47.47 5A 1M
King Street And_ParkingLot Journey Level $19.09� 1
Sweeuer Workers
King Suryeyors Assistant Construction Site $49.48 7A 1T 8p
Surveyor
King Surveyors Chainman $48.96 7A 1T 8P i
King Surveyors Construction Site Surveyor $50.39 7A 1T 8P
King Telecomm_unication Journey Level $22.76 1
Technicians
King Tel�hone Line__Construction_.- Cable Spticer $32.27 5A 26
Outside —
!
King Telephone Lin _Co nstruction -� Hole Digger/Ground Person $18.10 5A 2B �
Outside
. s
King Tele�hone Line Construction - Installer (Repairer) $30.94 5A 26
� Outside
King Teleahone Line Constrwction - Special Aparatus Installer I $32.27 5A 2B �
Outside i
King Tel_ephone_Line Constr_uction.- Special Apparatus Installer il $31.62 5A 2B �
i
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/15/2011 '
Page 17 of 1'7
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
Kin�
King
King
King
King
King
Outside
Tele hone. Line Construction - Telephone Equipment Operator $32.27
Outside (Heavy)
Telephone Line Construction = Telephone Equipment Operator $30.02
Owtside (Light)
Telephone_Line.Construction _ Telephone Lineperson $30.02
Outside
Telephone Line Construction_.- Television Groundperson $17.18
Outside
Tetephone Lane Const_ruction .- ' Television Lineperson/Installer $22.73
Outside
Telephone Line Construction - Television System Technician $27.09
Outside
Tele�hone, Li.ne Construction - Television Technician $24.35
Owtside
Tele�hone Li.ne_Construction_ - Tree Trimmer $30.U2
Outside
Terraao Workers Journey level $46.93
Tile Setters Journey Level $21.65
Tile, Marble_£t Te,rrazzo Finisher $40.76
Finishers
Traffic Control Stripers Journey �evel $39.4U
Truck Driyers Asphalt Mix Over 16 Yards (W. $46.47
WA-Joint Council 28)
Truck Driyers Asphatt Mix To 16 Yards $45.63
(W.WA-Joint Council 28)
Truck Drivers Dump Truck & Trailer $46.47
Truck Driyers Uump Truck (W.WA-Joint $45.63
Council 28)
Truck Drivers Other Trucks (W. WA-Joint $46.47
Council 28)
Truck D�ivers Transit Mixer $23.45
Welt_Drillers �t.lrri�ation P_u_m� Irrigation Purnp Installer $17.71
Installers
Well Drillers_ft_ Irrigation Pum� Oiler $12.97
Instatlers
Well Drillers £t_ Irri�a_tion Pum� Well Driller $18.00
Installers
5A
7A
5D
5D
5D
5D
5D
1T 8L
1T 8L
1T 8L
1T 8L
1T 8-L
1
1
1
1
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/15/2U 11
' BENEFIT CODE KEY - EFFECTIVE 03-03-2011 THRU 08-31-2011
#t##�����ki##�t####�i##ti##t#########iti#####tii#tt#i4#tA��###*###i4i##�tt+kt####ii#####4#i**#t#���##tttt####tt###�F��k###it�k�#i•
, OVERTII�IE 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
HOURLX RATE OF THE COST OF FRINGE BENE'FITS ACTUALLY PROVIDED FOR THE WORKER
' 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT
ONE AND ONE-HALF TIl�S THE HOURLY ItATE OF WAGE.
' B. AI,L HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES TI� HOURLY RATE OF
WAGE. ALL HOURS WORKEb ON SUNDAYS AND HOLIDAYS SHALL BE PAFD AT DOUBLE TI� HOURLY RATE
OF WAGE.
C. Tf� FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY TI-�ROUGH �FRIDAY AND TI�E FIRST
TE�T (10) EIOURS ON SATURDAY SHALL BE PAID AT ONE ,AND ONE-HALF TIMES TI� HOURLY RATE OF WAGE.
ALL O'T�IER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLI�DAYS SHALL BE PAID AT
DOUBLE Tf� 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 E3GHT (8) HOURS WORKED TI-IE NEXT DAY AFTE'R ETI'f�R
WORKWEEK SHALL 8E PAID AT ONE AND ONE-HALF TIMES 1'HE HOURLY RATE OF WAGE. ALL ADDITIONAL
HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE TEIE HOURLY
RATE OF WAGE.
E. Tf� FIILST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND TI� FIRST
EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AN'D ONE-HALF TIMES TF� HOURLY RATE OF
WAGE. AI.L OTI-IER HOURS WOiiKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE P,AID AT DOUBLE THE HOURLY RATE OF WAGE.
F. 'THE FIRST TWO (2) HOURS AFTER EIGH'T (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND TI-IE FIRST
TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES Tf� HOURLY RATE OF WAGE.
ALL OTHER OVERTIME HOURS WORICED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE TEIE HOU'RLY
'RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES TI-IE HOURLY RATE
OF WAGE.
G. 'TF� FIRST TEN (10) HOURS WORKED ON SATURDAYS AND Tf� FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR - TEN IiOUR SCHEDULE, SHAI,L BE PAID AT .ONE AND ONE-HALF TIMES
TEIE 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
TEIE HOURI,Y RATE OF WAGE.
H. ALL HOURS WO'RKED ON SATURDAYS (EXCEPT MA�KEUP DAYS .IF WORK IS LOST DUE TO INCLEMENT
WEATI�R CONDTITONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES Tf�
HOURL.Y:RATE OF WAGE. ALL PIOURS WORKED MONDAY THROUGH SAT(TRDAY OVER TWELVE (12) HOURS
AND A'I,L HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL 8E PAID AT DOUBLE TI� HOURLY RATE OF
WAGE.
I. ALL HOURS WQRKED ON SUNDAYS AND HOLIDAYS S.HALL ALSO BE PAID AT ONE AND DOUBLE TI-�
-HOURLY RATE OF WAGE.
J. TI-�E FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND T'f� FIRST
TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE=HALF TIMES TF� HOURL,Y RATE OF WAGE.
ALL HOURS WORTCED OVER TEN (10) HOURS MONDAY THROUGH SAT'URDAY, SUNDAYS AND HOLIDAYS
SHALZ BE PAID AT DOUBLE 1'HE HOURLY RATE OF WAGE.
K.
L.
M.
N.
ALL HOURS WORKED ON SATURDAYS AND SUN'DAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOUR�I.Y RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE.PAID AT DOiTBLE TI� HOURLY
RATE OF WAGE.
ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH .SATURDAY AND ALL
HOURS WO'RKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE 'THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SATURDAYS (EXCE'PT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT
WEATI�R CONDITIONS) SHALL BE PAiD AT ONE AND ONE-HALF TII�IES TI� HOURLY RATE OF WAGE. ALL
HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOtJ'BLE TI� HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF
TIl�fE5 THE HOLTRLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLII)AYS SH,ALL BE PAID AT
DOUBLE Tf� HOURLY RATE OF WAGE.
BENEFIT CODE KEY - EFFECTIVE 03-03-2011 TARU 08-31-2011
-2-
O. TI� F'IRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-'HALF TIlVIES THE
HOURLY RATE �F WAGE. ALL HOURS WORKED ON SUNDAYS, HOL.IDAYS AND AFTER TWELVE (12) HOURS,
MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUSLE TI�
HOURLY RATE OF WAGE.
P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIItCLTMSTANCES WARRANT) AND
SiJNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES Tf� HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL 8E PAID AT DOUBLE THE HOURLY RATE OF WAGE.
Q. TI� FIRST TWO (2) HOURS AFTER EIG'HT (S) REGUI,AR HOURS MONDAY TPIROLJGH FRIDAY AND UP TO TEN
(10) HOURS WORKED ON SATURDAYS SHALL BE PATD AT ONE AND ONE-HALF TIIVfES TI� HOURLY RATE OF
WAGE. ALL HOURS WOiiKED'IN EXCESS OF TEN (10) HOURS PER DAY MONDAY TH�20UGH SATURDAY AND
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE
"I'f� HOURLY RATE OF WAGE. ALL HOURS WORI�ED ON CHRISTMAS DAY SHAI,L BE PAID AT TWO AND ONE-
HALF 7TMES THE HOURL.Y RATE OF WAGE.
�
�
'
�
�
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIlVIES TI�•HOURLY RATE OF '
WAGE.
TFIE FIRST TWO (2) HOURS AFT'EIi EIGHT (8) REGUL,AR HOURS MONDAY THROUGH FRIDAY AND THE FIRST
EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES 1'f� HOURLY RATE OF
WAGE. ALI, HOURS WORKED ON HOLIDAYS .AND ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR
DAY, SHALL Bfi PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOiJRS WORKED ON LABOR DAY
SHALL BE PAID AT THR�EE TIMES TI� HOURLY RATE OF WAGE.
T. WORK PERFORMED IN fiXCESS OF EiGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF
STRAIGHT TIME PER DAY WI-IEN FOUR TEN (10) HOIJR SHIF`1'S ARE ESTA.BLISHED, OR FORTY (40) HOURS OF
STRAIGHT TINIE PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE TI-� NORMAL SHIFT, AND ALL WORK
ON SATURDAYS SHALL BE PAID AT TIME AND OIVE-HAI,F TFIE STRAIGHT TIM�E RATE. HOURS WORKED OVER
TWELVE HOURS (i2) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:OU AM
MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBL;E Tf� STRAIGHT TI14fE RATE OF PAY. TI� EMPLOYE'R
SHALL HAVE TI� SOLE DISCRE'TiON TO ASSIGN OVERTII�IE WORK TO EMPLOYEES. PRIlI�IARY
CONSIDERAT[ON FOR OVERTIME WORK SHALL BE GNEN TO EMPLOYEES REGULARLY ASSIGNED TO THE
WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS
AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE ?►T THE APPLICABLE OVERTIME
RATE UNTII., SUCH TIME AS T'I� EMPLOYEE HAS HAD A BREAK OF EIGH'i' (8) HOURS OR MORE.
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES'IZ-� 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
TI-1E 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 TE� HOURI;Y RATE OF WAGE. ALL fIOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT �DOUBLE T[� HOURI.Y RATE OF WAGE.
W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDIITONS
BEYOND THE CONTROL OF Tf� EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES TI� HOU'RLY
RATE OF WAGE. .ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
X. TEIE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY TFiROUGH FRIDAY .AND TI� FIRST
TWELVE (l2) HOU�RS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TiMES Tf� HOURLY RATE OF
WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND
• HOLIDAYS SHALL BE PAID AT DOUBLE TEIE HOURLY RATE OF WAGE. WI-IEN HOLIDAY FAI,LS ON
SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRmAY, AND THE DAY AFTER SUNDAY, MONDAY,
SHALL BE CONSmERED THE HOLIDAY AND ALL WORK PERFORI�D SHALL BE PAID AT DOUBLE T'HE
HOURLY RATE OF WAGE.
Y. ALL HOURS WORKED OUTSmE Tf� HQURS OF 5:00 AM AND 5:00 PM (OR SUCH OTF�R HOURS AS MAY BE
AGREED UPON BY A�iY EMPLOYER AND TF� EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8)
HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWE�EK) AND ON SATURDAYS AND HOLIDAYS
(EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIIVIES TI� HOURLY 'RATE OF WAGE. (EXCEPT
FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY
DURING TI� WORKWEEK SHALL BE PAID AT TI-IE STRAIGHT-TIME RATE iJNTIL THEY HAVE WORKED 8
HOURS IN A DAY (10 W A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS
WORKED MONDAY THROUGH SATURDAY OVER TWELYE (12) HOURS AND ALL HOURS WORKED ON
SUNDAYS AND LABOR DAY SHALL BE PAID AT DOt7BLE Tf� HOURLY RATE OF WAGE.
BENEFIT CODE KEY - EFFECTTVE 03-03-2011 THRU 0&31-2011
—3—
1.
2.
Z
ALL HOURS WORKED O1V SATURDAYS AN'D SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES Tf�
HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHAL.L BE PAID Tf� STRAIGHT TIl�fE RATE OF
PAY IN ADDITION TO HOLIDAY PAY.
2.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT
ONfi AND ONE-HALF TIMES TI� HOURLY RATE OF WAGE.
B.
C.
F.
G.
Fi.
K.
0.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES TF� HOLJRLY RATE OF
WAGE.
ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIlVIES TH� HOURLY RATE OF
WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIIbIES TI� HOURLY RATE OF WAGE.
Tf� FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TI-iE STRAIGHT HOiJRLY RATE OF
WAGE IN ADDTI'ION 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.
ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES Tf� HOURI:Y RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIIVIES THE HOURI,Y RATE OF WAGE
INCLUDING HOLIDAY PAY.
ALL HOURS WORKED ON SUNDAY SHALL 8E PAID AT TWO TIIvIES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES TI� HOURLY RATE OF WAGE.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES TF� HOURLY RATE OF WAGE IN
ADDITTON TO TI� HOLIDAY PAY.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-FiALF TIMES TFIE
HOURLY RATE OF WAGE.
P. Tf� FIRST EIGHT ($) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
ItATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE
WEEK SHALL BE PAID AT DOLTBLE TI-IE HOURLY RATE OF WAGE.
S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF T�IES Tf� HOURLY RATE OF
' WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL,Y RATE
OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING, TI� DAY AFTER CHRISTMAS AND A FLOATING
HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY.
'
,
LJ
'
C
C
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES TI-IE HOURLY RATE OF
WAGE. ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS A1VD HOLIDAYS SHALL BE PAID
AT DOUBLE THE HOURLY RATE OF WAGE.
W. TI� FIRST TWO (2) HOURS AFTER EIGHT (8) REGUI.AR HOURS MONDAY THROUGH FRIDAY AND `THE FIRST
EIGHT (8) PIOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES TI� HOURLY RATE OF
WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE •PAID AT DOUBLE TFIE HOURLY RATE OF WAGE. ON A FOUR-DAY, TEN-
HOUR WEEKLY SCHEDULE, ETI'F�R MONDAY THRU THURSDAY OR TUESDAY THRU FRIUAY SCHED[1LE, ALL
HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOtJRLY RATE OF WAGE. TE� FIRST EIGHT (8)
HOURS WORKED ON TI� FIFTH DAY SHALL BE PALD AT ONE AND ONE-HALF TIl�IES TE� HOURLY RATE OF
WAGE. ALL OTHER HOURS WORKED ON TEIE FIFTH, SIXTH, AND SEVENTH DAYS AND ON HOLIDAYS SHALL
BE PAID AT DOUSL'E Ti� HOURLY RATE OF WAGE.
Z. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN TI-� HOURS OF 6:00 P.M. AND 6:00 A.1VI. AND
ALL HOURS WORKED ON SAT[JRDAYS SHALL BE PAID AT ONE AND ONE-HALF TA�IES Tf� HOURLY RATE OF
WAGE, EXCEPT FOR COMMERCIAL, OCCUPIED BUILDINGS WHERE FLOOR COVERING WORK CANNOT BE
PERFORMED W TI� REGULAR DAYTIME HOURS DUE TO OCCUPANCY. FOR SUCH OCCUPIED, COMMERCIAL
BUILDINGS; THE EMPLOYEE MAY AGREE TO WORK BETWEEN THE HOURS OF 6:00 PM TO 6:00 AM MONDAY
THROUGH SATURDAY MORNING AT 6:U0 AM AT AN OVfiRTTME PAY RATE OF 10%OVER TH$ STRAIGHT TIME
RATE. ALL HOURS WORKED ON SUNDAYS AND HOLI'DAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
'
BENEFIT CODE KEY - EFFECI'IVE 03-03-2011 THRU 08-31-2011
-4-
4.
ALL 'HOURS WORKED W EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT
ONE AND ONE-HALF TD►ZES TI� 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 Tf� HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE Tf� HOURLY RATE OF WAGE.
B. ALL HOLJRS WORKED ON SATURDAYS (EXCEPfi MAKEUP DAYS IF WORIC IS LOST DUE TO INCLEMEN'I' WEATf�R
CONDITIONS) SHALL BE PAID AT O1vE AND ONE-IHALF `fIMES TfIE HOURLY RATE OF WAGE. ALL HOURS
WORKED MONDAY TFiROUGH SATURDAY OVER TWELVE (12) HOURS AND AI.L HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT DOUBLE TEIE HOURLY RATE OF WAGE.
HOLIDAY CODES
5. A.
B.
C.
D.
H.
I.
J.
K.
S.
HOLIDAYS: NEW YEAR'S DAY, NIEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
FRIDAY AFTER THAIVKSGMNG DAY, AND CHRISTMAS DAY (7).
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGMNG DAY,
FRIDAY AFTER THANKSGIVING DAY, TFiE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (S).
HOLIDAYS; NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, TI-IE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, L,ABOR DAY, THANKSGIVING DAY,
TI� FRIDAY AND SATURDAY AFTER THANKSGNiNG DAY, AND CHRISTMAS DAY (8).
HOLIDAYS: NEW YEAR'S DAY, MEMORLAL DAY, INDEPENDENCE DAY, THANKSGNING DAY, THE DAY AFTER
`I'FiANICSGIVING DAY, AND CHRISTMAS (6).
HOLIDAYS: NEW YEAR'S DAY, �1ZEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY (6).
HOLIDAYS: NEW YEAR'S DAY, MEMORLAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER
THANKSGIVING •DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7).
HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
TNANKSGNING DAY, FRIDAY AFTER THANKSGIYING DAY, TI-IE DAY BEFORE CHRISTMAS, AND CHRISTMAS
DAY (9).
L. HOLIDAYS: NEW YEAR'S DAY, MARTIlV LUTHER KING JR DAY, MEMORIAL DAY, INDEPEI�TDENCE DAY,
LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGN•ING DAY, AND CHRISTMAS DAY (8)
N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
VETERANS' DAY, THANKSGIVING DAY, TI� FRIDAY AFTER THANKSGIVITTG DAY, AND CHRISTMAS DAY (9).
P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAI. DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
FRIDAY AND SATURDAY AFTER THANKSGNING DAY, THE DAY BEFORE CHRiSTMAS, AND CHRISTMAS DAY
(9). IF A HOLIDAY FALLS ON SUN�DAY, TI-IE FOLLOVVING 1VIONDAY SHALL 8E CONSIDERED AS A HOLIDAY.
R. PAID HOLIDAYS: NEW YEAR'S DAY, 11�MORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, DAY AFTER THANKSGNING DAY, ONE-HALF DAY SEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7
1/2).
S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, Iv1EMORIAL DAY, iNDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (7).
T. PAID HOLIDAY�: NEW YEAR'S DAY, WASF-IINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY,
L,ABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANICSGIVING DAY, CHRISTMAS DAY, AND THE
DAI' BEFORE OR AFTER CHRISTMAS (9).
V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS.
BENEFIT COD•E KEY - EFF'ECTIVE 03-03-2011 THRU OS-31-2011
-5-
Z.
6. A.
E.
G.
H.
I.
6. Q.
T.
7.
HOLIDAYS: I�TEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANK'SGIVING DAY, THE FRIDAY AFTER THANKSGNING DAY, AND CHRISTMAS DAY (8).
PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTNIAS DAY (8).
PAiD HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGNiNG DAY, DAY AFTER THANKSGNING DAY,
CHRIS`TMAS DAY, AND A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2).
PAiD fIOLIDAYS: NEW YEAR'S DAY, MARTIN LUTI�R KING JR. DAY, PRESIDENTS' DAY, MEMORIAL �DAY,
INDEPENDENCE DAY, LA80R DAY, VETERANS' DAY, THANKSGIVING DAY, 'I'f� DAY AFTER THANKSGIVING
DAY, AND CHRiSTMAS DAY (11).
PAID HOLIDAYS: NEW YEAR'S �DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' 'DAY, MEMORIAL DAY,
INDBP�ENDENCE DAY, Lt1�BOR DAY, VETERANS' DAY, THANKSGIVTNG DAY, 'ff� FRIDAY AFTER
THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11).
PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, I.ABOR
DAY, THANKSGIVIl�TG DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER
CHRISTMAS, AND A FLOATING HOLI'DAY (10).
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGNING DAY, FRIDAY AFTER THANKSGNING DAY, AND CHRISTMAS DAY (7).
PALD HOLmAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPEIJDE�NCE DAY, LABOR DAY, VETERANS
DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID
HOLIDAY: PRESIDENTS' DAY.
PAID HOLIDAYS: NEW YEAR'S DAY, PRESLDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGiVING DAY, Tf� LAST WORKING
DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS 'DAY (9}.
Z HOLIDAYS: 1VEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THA1vKSGIVING
DAY, FRIDAY AFTER THANKSGNING DAY, AND CI3RISTMAS DAY (7): IF A HOLIDAY FALLS ON
SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS Tf� HOLi'DAY. IF A HOLIDAY
FALLS ON SUNDAY, TI� FOLLOWTNG MONDAY SHALL BE CONSIDERED AS THE HOLIDAY.
A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGNING DAY,
TI� FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOI:IDAY VV�IICH
FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON TF� FOLLOWING MONUAY. TF ANY OF TI�
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,
Tf� FRIDAY AN•D SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH
FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON TI� FOLLOWINCJ MONDAY. ANY HOLIDAY
VVf IICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON TF� PRECEDING FRIDAY.
C. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KIN�'i JR. 'DAY, MEMORIAL DAY, INDEPENDENCE DAY,
' • LABOR DAY, THANKSGIVING DAY, TI� FR�IDAY AFTER THAIYKSGIVING DAY, AND CHRISTMAS DAY (8). ANY
HOLIDAY WHICH FAL.LS ON A SUNDAY SHALL BE QBSERVBD AS A HOLIDAY ON THE FOLLOWING MONDAY.
ANY HOLIDAY WHiC�H FAL;LS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON TI-�E PRECEDING
FRIDAY.
C
'
�
:D. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABQR DAY, VETERAN'S DAY,
THANKSGIVING DAY, TI� FRIDAY AFTER THANKSGIVIl�iG 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 Tf� FOLLOWING MONDAY. ANY PAID HOLIDAY WHICH FALLS ON A SA"fURDAY SHALL BE
OBSERVED AS A'HOLIDAY ON TF� PREGEDWG FRmAY.
E. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
Tf� FRIDAY AFTER THANKSGNTNG DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A
SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON TI-IE FOLLOWING MONDAY. ANY HOLIDAY VVHIGH FALLS
ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY.
�
BENEF'IT CODE KEY - EFFECTIVE 03-03-2011 THRU 08�1-2011
-6-
F. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGNING DAY,
Tf� FRIDAY AFI'ER THANKSGIVING DAY, TI� LAST WORKIi�1G DAY BEFORE CHRISTMAS DAY AND
CHRISTMAS DAY (8). ANY HOLIDAY WHICA FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON
'I'f� FOL;LOWiNG MONDAY. ANY HOLmAY WHICH FA�L,LS ON A SATURDAY SHALL 8E OBSERVED AS A
HOLIDAY ON TI-� PRECEDING FRIDAY.
G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, WDEPENDENCE DAY, LABOR DAY, THANKSGNING DAY,
AND CHRISTMAS DAY (6). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY
ON'fHE FOLLOWING MONDAY.
H. HOLIDAYS: NEW YEAR'S DAY, MARITN L.UTI�R KING JR, DAY, INDEPENDENCE DAY, MEMORIAL DAY,
LABOR DAY; THANKSGMNG DAY, TF� FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY
BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9). ANY HOLIDAY WI3ICH FALLS ON A SUNDAY SHALL BE
OBSERVED AS A HOLIDAY ON TI� FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY
SHALL .BE OBSERVED AS A HOLIDAY ON TI-IE 'PRECEDING FRIDAY.
HOLIDAYS: NEW YEAR'S DAY, PRESIDENT'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY,
THANKSGIVING DAY, TI-IE FRiDAY AFTER TIiANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY AND
CHRISTMAS DAY (9). ANY HOLIDAY V1�IICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON
1'HE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A
HOLIDAY ON TE� PRECEDING FRIDAY.
7. HOLIDAYS: NEW YEAR'S DAY, INDEPENDBNCE 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 Tf� FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A
HOLIDAY ON Tf� PRECEDING FRIDAY.
K. HOLIDAYS: NEW YEAR'S DAY, MEIVIORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, Tf� FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTi�IAS DAY (8). ANY. HOLIDAY WHICH FALLS ON A
SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON TI-�E FOLLOWiNG MONDAY. ANY HOLmAY WHICH FALLS
ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY.
L. HOL'IDAYS: NEW YEA�R'S DAY, MEMORIAL DAY, LABOR DAY, INDEPENDENCE DAY, THANKSGIVING DAY,
TI-IE LAST WORK DAY BEFORE CHRISTM:AS DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON
A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANX HOLIDAY WHICH
FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON TEIE PRECEDING FRIDAY.
M. PAID HOLIDAYS: NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVTNG DAY, T'HE FRIDAY AFTER
THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY AFTER OR BEFORE CHRISTMAS DAY. 10). ANY
HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSE�RVED AS A HOLIDAY ON THE FOLLOW'ING MONDAY.
ANY •HOLIDAY WFIICH FALLS ON A SATURDAY SHAI.L BE OBSERVED AS A HaLIDAY ON TI� 'PRECEDING
F�RIDAY.
N. HOLIDAYS: NEW YEAR'S DAY, MEMORIA•L DAY, INDEPENDENCE DAY, L,4BOR DAY, THANKSGNING DAY,
Tf� FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A
SUNDAY SNALL BE OBSERVED AS A HOLID,AY ON TI� FOLLOWING MONDAY. WHEN CHRISTMAS FALLS ON
A SATURDAY, Tf� PRECEDING FRmAY SHALL BE OBSERVED AS A HOLIDAY.
O. PAID HOLIDAYS: NEW YEAR'S DAY, 'Pf� DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THA1vKSGIVING DAY, THE FRIDAY AFTER
TtIANKSGIVING DAY, CHRISTMAS DAY, TI� DAY .AFTER OR BEFORE CHRISTMAS DAY, A�iD THE
EMPLOI!EES BIRTHDAY. 11). ANY HOLIDAY W�IICH FALLS ON A SUNDAY SHALL BE OBSERVED •AS A
HOLIDAY ON THE FOLLOWING MONDAY. ANY �IOLIDAY WHICH FALLS ON A SATURDAY SHALL BE
OBSERVED AS A HOLIDAY ON TEIE PRECEDING FR�IDAY.
HOLIDAYS: NEW YEAR'S DAY, MEMORIAI. DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIYING DAY,
FRIDAY AFTER'THANK$GIVING DAY, AND CHRIS7`MAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY
SHALL BE OBSERVED AS A HOLIDAY ON Tf� FOLLOWING MONDAY.
Q. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSG'IVING DAY, '
TF� FRIDAY AF'TER THANKSGNING DAY, 'Tf� LAST WORICING DAY BEFORE CHRIS'I'MAS DAY AND
CHRISTIVIAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON
TE� FOLLOWING MONDAY. IF ANY OF TE� LISTED HOLIDAYS FALI,S ON A SATURDAY, TI� PRECEDING
FRIDAY SHALL BE A ItEGUI,AR WORK DAY.
'
�
'
�
�
'
u
�
BENEFIT CODE KEY - EFFECTIVE 03-03-2011 THRU 08�31-2011
-7-
NOTE CODES
8. A. IN ADDTTION TO TI� HOURLY WAGE AND FRINGE �BENEFTTS, TT� FOLLOWING DEPTH PREMIUMS APPLY TO
DEPTHS OF FIFTY FEET OR MORE:
OVER 50' TO 100' - 52.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150' -$3.00 PER FOOT FOR EACH FOOT OVER 10(1 FEET
OVER'150' TO 220' -$4.00 PER FOOT FOR EACH FOOT OVER 150 F�EET
OVER 220' -$5.00 PER FOOT FOR EACH FOOT OVER 220 FEET
,
8.
�
'
�
'
'
C
�
'
�
'
C. IN ADDTiTON TO THE HOURLY WAGE AND FRINGE BENEFTTS, THE FOLLOWING DEPTH PREIVIILTMS APPLY TO
DEPTHS OF FiFTY FEET OR MORE:
OVER 50' TO lU0' - a1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER l0U' TO 150' -$1.50 PER FOOT FOR EACH FOOT OVER l0U FEET
OVER 150' TO 200' -$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 2U0' - DNERS MAY NAA� THEIR OWN PitICE
D.
L.
M.
N.
P.
Q•
WORKERS WORKING WITH SUPPLIED t1IR ON HAZMAT PRO:iECTS RECEIVE AN ADDIT[ONAL $1.00 PER HOUR.
WORKERS ON HAZMAT PROJECTS RECENE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: 50.75,
LEVEL B: $O.SU, AND LEVEL C: $025.
WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A& B:
$1.00, LEVELS C & D: $0.50.
WORKERS ON HAZMAT PROJECTS RECENE ADDTTIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1:00,
LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: a0.25
WORKERS ON HAZMAT PROJECTS RECEIVE ADDTITONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT:
$2.00, CLASS B SUIT: a1.50, CLASS C SUTf: $1.00, AND CLASS D SUIT SO.SU.
TI-IE HIGHEST PRESSURE REGISTERED ON THE GAUGE FOR AN ACCUMULATED TIME OF MORE THAN
FIFTEEN (15) MIlViJTES DURING THE SHIFT SHALL BE USED IN DETERMINING TF� SCALE PAID.
�
......
a , ' ' 'PLANTING STRIP'.'.'.'.
� � � • � •DUMMY JOINT .
mo�
� n
U I '
� (
1/4 "VV' GROOVE
EXPANSION JOINT
DUMMY JOINT
DUMMY JOINT
O MAX, 15' C—C
— ' — � — D(PANSION JOINT
ALONG CURB
— — — — 1/4" 'V" GROOVE
g MAX. 5' C—C
VERTICAL CURB & SIDEWALK
�
A
SECTION A-A
NOTES:
1. SEE SEC. 3.3.2 & 3.3.3
2. MONOLITHIC POURS OF CURB AND SIDEWALK ARE NOT ALLOtNED.
�
�
�
�
(
-----j
�
A
NEV:FEBRUARY
, �
.,
�T��
---
( \
� •
�
����`�'�� wo CURB & SIDEWALK JOINTS � 3 3��
� � � � � � � � � � � � � � � � � � �
r-�—� -- - �
* 7
EXPANSION JOtNi
5'
\ 0.02 F'T. FT.
2' MIN.
URB AND GURER .
�_ .. :.`•: t�:�.�
: -�a��. .�.••. ��--•,
�� � j. :f: f t;.,, r �+. .:! 4�: �
.' • '' + 'y�'' : 1 • • ; •
PATCH — AIiN. 3' CLASS B ACP
(OR MATCH O(�SRING): MIN. 2' CSTC
S71N0 PVNT.
CEMENT CONCRETE CURB & GUTTER REPLACEMENT
ea�s:
1. SEE DWG. 3-3 FOR JOINT �.
2. ROLL CtlIiFR TO WTCH POSIINE SUPERE6EYATION.
3. SEE SEC. 3.3.3 FOR E%TRUDED d� AI�FIORAGE.
4. TO � t13ED ONLY AS APPRONED 6Y THE PUBLIC N�OftKS DEPT.
S. E%137piC CURB FEPIACOIENf N�.L REGURtE R�IOVAL OF
C/ `\\� ana � PUBLIC
WORKS
-_..� A s � . f ' : . �
0.03 FT 2 :e'+ �'
� •� � w_ . Y..: :S•_� �•• t
m .}�• ' • I CEMENT CONCRETE
'•+` '!•••.s; .«'.r�l�+;. SIDEWALK
2' CRUSHm SURFACING
f •_ 8 •
TOP COURSE (CSTC)
'� NOTE: TOP OF UP AT DRNEWAYS.
NEW CEMENT CONCRETE rURB & GUTTER
� �/2"
m
TOP Oi CURB
AT APPRWICH
�� ► �► s� ��i ► i:
CURB DETAILS
Y: FEBRUARY 2008
��
DW�
3-4 �
EXTRUDED ASPNALT OR CEMENT
COPJCRETE CURB
FOR USE IN PRIVATE PARKING AREAS ONLY
• TO CONFORM TO CROWN
SLOPE OR 0.02 FT./FT.
MOUNTABLE CEMENT CONCRETE CURB4
�
�
. ••• . . .•.•.•.�/
.�• �.�• .�.
1Q�1.WqL 3Ga'[
_ �►
��
N
� .
121 ►WL �1AP� � � �
��
4'-W
<
a��, :
netpc cotort eq�a� soeiwuc
NOTES:
1. RANP AND MPROACFiES SFIALL 6E CIEAR OF OBSTpCLES
INCI. HYDRAb(19� P�S, AND Hp.EiS.
2. RAMP CENiER LME SIWL � PERpfl�ICWAR TO OR
RAOIAL TO CIRtB RENRNS UNLE5.4 OTf1ERWla^E APPROVED
BY E?IClIEER.
3. YYHEN RAAIPS I,RE CONSTRt1QfED ON ONE SIDE Of 7HE
3TREET, RMIPS SHAIL � CON5yfRRUC1ED A7 C�SPONDING
S�lYALK LOCATIOl6 ON OPPOSRE SIDE OF SIREEt.
SEE W�Ki. N0. 3-9.
4. ON AR'FERiAI. 57REET5, IN OENERAL GSE. CURB RAAIPS
SWW. BE CONSTRUCTED 7W0 PER RADWS. MI OR
PRffQtABLY ADJACENT TO THE WNi PEOfSTRUN PATHS.
5. ON RESIDEMiNL SRiEET3 � WHERE UTILRIES ARE IN CONFLICT
OR STREEf ORADE DtCEEOS 4.�C CURB RANPS MAY BE
CONSTRUCTED ONE PER RADNJ3, AT WDPOINf OF q1RB
RENRN OR AT MNN PEDESIRIMI PA7H.
Puauc woRKs
DEPARTMENT
oRCCr� rwaNa v�row
� oErNU .
DEfECTABtE WARNING
PATTERN AREA SHRiL BE
YELLOW, IN COMPLIANCE
VNTH STD. SPEC. &74.3(3)
�.rn'
A� i r �9
t t
MIN. MAX. �. " O
A 1 5/8' 2 3/8' „ �f T :� �•' R -
B 5(8" 1 12" PLAN ,.
C 7/16" 3/4" ��� �
D 7/8" 1 7/16' �
. � �
EIEVA'RON
OETECTABLE WARNING
PATTERN DETAIL
CURB RAMPS IN VERTICAL CURB
DWG. 3-1 1
N0.
� � � � � � � � � � � � � � � � � � �
� � � � � � � � � � � � � � � � �
11 .
� VARIES i
SIDEWALK ,
— 2X __..
Sa • . .
<4'" CONC • �a � • ' e • . .. ' v,•
"T
2" CRUSHED SURFACING TOP COURSE
3/8" EXPANSION
� JOINT - 1 /2" RADIUS
�; 2X
. .,.-----
. i e , �
� • � • �
.
' �I�I�I�I�l�I�I�I�Iif
. -- -�
2" CRUSHED SURFACING TOP COURSE
� FOR CURB dc GUTTER
USE DETAIL 3-4
4.
_ 2x
FOR CURB dc GUTTER
USE DETAII 3-4
0
NOTES:
1. FOR JOINTS AND SCORING, SEE FEDERAL WAY STANDARD FOR SIDEWALK SPACING, EXPANSION JOINTS,
AND SCORE MARKS.
2. CONCRETE DRfVEWAYS REQUIRE A MINIMUM DEPTH OF 6", WITH 2" CSTC.
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.
� �
°^/°� PUBLIC DWG. N0.
° ° � woRKS SIDEWALK 3_�2
I �c��� °"' r �°�� wo R s I City Center Street Tree & Street Light Layout I N o�• 3-30
� � � � � � � � � � � � � � � � � � �
'
'
�
�
�
�
i
CI
'
'
j ����``����{ �(///j ��I �
�; '���,i
+���;. ;,G�i
•��-: ���
:
•
• � �
•
PVC IRRIGATlON
LA7ERAL� ClfR6
BUBBLER
IAR STAKE (TYP) FESTNAL
w
�! OUTLEf -
OOT BARRIER, � SEE DWG.
NP, 4 StDES o 3-32
FESTNAL OUTLETJ � � �
SEE STD. DYVG. 3-32 � 4� PERF_ PIPE _
ROOTBALt AND RISEf2S M
PIAN `"
(GRATE NOT SHOWN FOR CLARITY) �
NOT TO SCALE
ROOT $ARRIER —
(TYP., ALL SIDES)
BACKFILL WITH /
CLEAN TOPSOIL
REMOVE BURLAP FROM
TOP 1/3 OF ROOT BAL
ADD 3" WATERING RING
STREEf GRATE
SEE DEfAiL
AT LEFT
CAST 1RON
FRAME ON
ALL 4 SIDES
OF PIT_
'.:
r.� ` #3 REBAR
5 WE6 OR
R TREE TIE
�1-1/2 x 8'-0" REBAR TREE
STAKE (2 TYP)- SEE DETAIL
AT LEFT FOR ACTUAL LOCATIONS
2' tN 3" PEA GRAVEL, FLUSH
WiTH 80TfOM OF GRATE
� 6UBBLER �2 �SIDEWALK
\
�.
l 1'-6" MIN.
F. .
� �.
NOTES: a " PERF_ PIPE, FILIED � iRM NATIVE SOIL ,
PLANTING: WITH DRAIN ROCK
1. Remove afl compacted soil to p�anting depth. Do not make hole deeper than root
ball.
2. Remove containers, biodegradabie pots, synthetic or #reated burlap, wire, twine, or
ropes. Leave naturai 'burlap in ploce and fold back. Loosen the roots and spread or cut
circling roots:
3. Place top of root ball even with or slightly higher than soil grade on firm soil. install
irrigation. _
4. Instalt perforated drain pipe; f;tl with drain rock_ Pipe shall not extend more than
7 /2" above finish grade_
5. Back fill with clean topsoil. Firm soil around the root ball; water slowly and
thoroughly.
6. Mulch around tree with 3" pea gravel to bottom of grate.
ROOT BARRiER: �
1. Root barrier shall be rigid High Impact Polypropylene treated with UV inhibitors,
rninimum 18" height, with 1�2" roised vertical ribs 6" on center, or ap equal.
Install on al( sides.
STAK ING: .
1_ Use 2, 1-1/2" by 8'-0" rebar tree stakes_ Do not drive stake through roo� ball_
2. Attach tree to stake with canvas web betting or rubber, using a figure-8 formatian.
TAGS:
1. Remove tags after inspection.
���� °^�° PuBUC STREET TREE PLANTING FOR DWG_ NO.
�°� .� WORKS CITY CENTER TREE WELLS 3-31
20 AMP GFI PROTECTED
CIRCUIT WITH DUPLEX OUTLET
NEC APPROVED
EXTERIOR BOX
U
MAX 6"
3 - RIGID '
CONDUITS
(9/2" DIA. MIN.)
36" � MIN
18"�MIN
fINISHED GRADE/TOP
OF TREE GRATE IF USED
IVOTE:
FESTIVAL OUTLEfS TO BE
ON SEPARATE CIRCUIT
FROM STREETLIGHTS, WfTH
SEPARATE CIRCUIT
BREAKER AND CONDUIT.
36" � MIN
TO POWER
MAY BE FLEXIBLE
CONDUIT BELOW 18"
U BOL7S ATTACH ALL
ONDUITS TO 1 1/2" X 1 1/2"
ALUMINUM ANGLE IRON
ELECTRICAL INSPECTOR
°"'°' PUBUC CITY CENTER DWG. N0.
� � wORKS FESTIVAL OUTLET 3-32
� � � � � � � �
HAND HOLE
Pf20PERTY
LINE .
JUNCTION BOX SHALL BE SET ADJACENT
TO POLE BASE AND SURROUNDED BY �
CONCRETE BOTTOM OF BOX MUST BE —
ABLE TO DRAIN. �
CURB & GUTTER
T STD.
PLAN J-11a
(TYPE 1) WITH
GALVANIZED LID.
(SEE NOTE, BELOW)
"ILSCO" TYPE ULT� COPPER—
CRIMP OR APPROVED EQUAL
HAND HOLE ON
SIDE OPPOSITE
APPROACHING
TRAFFIC --�
GROUND LUG
TO WSDO BELT OR APPROVED EQUAL.
� � � � � � r � � �
LESS THAN 6' PLANTER STRIP:
POLE MUST BE BEHIND SIDEWALK
6' OR GREATER PLANTER STRIP:
POLE CAN BE IN PLANTER STRIP IMMEDIATELY
ADJACENT TO SIDEWALK.
�
ROME POLE AND BRACKET --�
CABLE. TWO CONDUCTOR
AWG #10 STRANDED COPPER
JUNCTION BOX W�RE, 45 MIL PVC INSULATION,
SHALL CONFORM 95 MIL HMW POLYETHYLENE
3M EPDXY SPLICE KIT
�, �P�
w
�
a
z
�
o�
f- J
SEC MODEL
1791—SF
FUSE—FNM-5
OR APPROVED
EQUAL
( 2 � EAC H ) --�
/ �
— �
1Y2" TYP.
2" SCHEDULE 40
PVC CONDUIT
DA BELL END PVC BUSHING
TO STREE�f LIGHT� I � � BARE AWG #8 STRANDED GROUND
I
�_ 2p scH 40 PVC CONDUIT ��TO STREET LIGHT
(SCH. 80 UNDER STREET AND DRIVEWAY)
R�v.2/14/0� NOTE: LID TO BE WELDED SHUT AFTER FINAL INSPECTION W/2 1" LONG WELDS AT OPPOSITE CORNERS
REV. 4/18/08
` FE'C'��i �� �/�/�y � �'
STREET LIGHT OR SIGNAL POLE �
BARE AWG #8 �
STRANDED GROUND � _ _ _
UNIFORM LUMI�NAIRE
WIRING DETAIL
D WG. N 0.
3— 40
TRANSF�r�MER
VAU LT
SERVICE PROPERTY
S CABINET LINE
(SEE FOUND-
ATION DETAIL)
-��
"ILSCO" TYPE ULT COPPER
A PVC CONDUIT PVC CONDUIT�
CRIMP OR APPROVED EQUAL N ,p.'I�• TO POWER VAULT,
3M EPDXY SPLICE KIT ro'' TO B� CONNECTED BY
OR APPROVED EQUAL OTHERS. 3#6—AWG
U.S.E.
• 2" SCHEDULE 40
TO STREET LIGHT PVC CONDUIT
� ------ � BARE AWG #8 STRANDED GROUND
z " SCH. 40 PVC CONDUIT �� STREET LIGHT
(SCH. 80, IF UNDER STREET/DRNEWAY)
�EV. s�,a/o� NOTE: LID TO BE WELDED SHUT AFT�R FINAL INSPECTION W/2 1" LONG WELDS AT OPPOSITE CORNERS
;EV. 4 18 08
�,�� °11Q1' PUBLIC I LLU M I NATI O N SYSTEM �wc. No.
��� woRKS SERVICE DETAIL 3-41
� � � � � � � � � w � � � � � � � � �
NEMA 5-15 GROUND FAULT CIRCUR
INiERRWP?ING RECEPTACLE WRH
WATERPROOF COVER SUITABIf FOR
UNATfENDED USE (FESTOON OUTLEi)
SIDEWALK SIDE. AS CLOSE 70
TOP OF POLE AS POSSIBLE.
BASE DETAILS
BOLT
PROJECTION
X = 3"(76mmj.
c�e� .�ti a o� �w,
8 nuta ond 8 wa�hers.
- Nor m aua -
XI
5 1
• `B.C.: 1 D 1/2"0 ...
267mm0
• THICKNESS: 3/4'
19mm • � �
�• Th� i�a f anehor plats accepta ��
a bolt circle from
a a/4'r o » >/s-s ��a•o
222mm0 0 283mm0
- iwr m ac� - 330mm0
LUMINAIRE: .
CAND1—PCC—RACE 3D-240—CN1-1A
STANDARD:
SM6N-19—FS(2)—PH7-DR—GNB—TX—LMS12511A
CONCRETE QASE
(OR U71UiY VAULT �4-L8)
BOLT CIRCLE: SEE
DETAlL. ABOVE.
���
� ,� �� 1
��._� 9
5 - �5 VER'f. REBAR `D �
AND 3 - �4 HOOP'S
Q 9' O.C.
2' COP
PER
` Feci�r�=��l W�:�y o'•
BANNER ARM
z4-�
7'-0'
PLANT SUPPORT
PSS i6 (120#)
HOLD DOWN dc
LEVEUNG NUTS
2" CONDUR
PER PLAN
CONCREfE BASE
— LUMEC "CAND 1'
LUMINAIRE.
LUMfC POLE FOR
18' FlXTURE MOUNTING
HEIGHT
C�, OF POLE 2' -0'
FROM FACE OF CUR9
ANCHORING BOLTS
STEEL, 3/4"x 27"
(supplied by LUMEC inc).
�LUMEC �SM6 POLE BASE
HANDHOLE FOR ACCESS TO
— TRAY-MOUIYTED BALU15T5
� PROVIDE �LT COVERS. GROUT AFfER
ADJUSTING AND SECURING POLE �IN
GRAUE� VERTICAL POSRION.
�
�/8 BARE COPPER
GROUNO C�IWCTOR
TO BONUING LUG IN
UGHT STAMDARD 4•
IXOTHERMIC WELD
�l3RaWND ROD
NOTES:
REFER TO DET/UL 3-30 FOR lOCA110N
CITY CENTER DECORATIVE
LUMINAIRE STANDARD & BASE
NOT.TO SCALE
DWG. N0.
3-43
�
�
cowaor�xr sc►�wxE
0 AIEIERBIISE 100 MIP. 4 JAW. AW �11478. SNfE7Y SOCKET IYPE, 5711 JAW AT 9.�OD POSfiION
(CONIRIVCfOR TO VER&Y WI1H SERVING llfL11Y)
O PNJELlBOARk 120/240 VAC. 100 AAIP. 1 P!U►S� 3 1NIRE. COPPQt BUS
NIEStM16Ft0USE BAB BOLT-ON �tEAKERS_
t-100/2 AINN .
3-15/2 11UMRN710N'6RANCH
1-50/t SIGNAL BRANCH
1-20/1 6ROUND FAULT qECEPfACLE 9RAN(*1
1-i5/1 CONtROL CKT BRANCFI
O CONfACfOR: tJdflll� RAIID. 2 P�Lf. 12D VAC COq.. 3-tiEQURED
O TEI�lAL BLOq( i0 RE1JO�tE CELL
O PFIUfO-CElI. 6YPASS 5WRCH. SPSf, 15 AMP 277 VAC
6o GROUND F/iULT RECEPUCLE, 12D VAC, DUPLEX, 20A
CA�NEL• NQIA 3R. PADMOUNl, 1/SIH WCH AI.IN�pAI C�fRUClbll, IYPE 5052-FI32
2 � AND Gl1SI�iFD VENtS
D00(tS: HFAW DIlIY CONCEALm HY�S (L!R-OFF 'IYPEa
SfAML6S SfEEL VIUIL7 WNDLES, PADLOpfABLE AIEtER DOOR
B6ST pf LOCK ON DISIRIBUiION D0�(t
POI.ISFED N71iE (�ASS WMDOW N IltlfR DOOR
CLO�D CELL NEOPRETJE 6/ISKET� CARD 110LDER
FlNI3t &AfiE ALIMNNU4 (1�6LL F'MdSH) OtlISIDE. WNRE I�IDE
DL 1]ST� PSR 9lAliD6SD �50.4
�a�as ►ci os �s �vxt �wa sqa��
1�'P9 &0�/P� sP%C.
, � �,
• �
�` . �
� ��i
tESf
SYAfCH
72'
1 ��
zo' To 2a' ;� i i
� t � i �
� li
L ---' � � �
_ �
BASE DFfAIL
L --� 6 ' r — �'
6" �
I � �
26 �
� -- ' O
o�
6'
T
ALL COI�UR TO CLFAR
TOVIER COdffER BRACE OF
�CABII�f 6Y 1�Y NIN.
i-SEE 1�1E 5
�IA�1 10 PLUMB
ANCIIOR BOLiS � Q0.TA FOR
SPACRrG TO BE SUPPLIED
B�r �i�ew�r w��ncnx�
Hooas
}a eaR � �ca��
�L l' to 2'
3/8' D�wEIFR PlAS71C
DRPIM FIOLE
INSTALL ONE SPARE
----- 2' CONDUIT At�D CAP;
OIFIERS AS REGIARm.
HOOPS
/4 BAR F/ICH
--- COf�IER
I �, LOCA7E CONDUI'fS
CENfRALLY IN FOUNDATION
2' UNDERGROUND SERVICE fMRANCE
CONDUR TO BE LOCATED fN CORNER
(WRHIN 4' X 4' SPACE)
R .
WIRIN6 UTAGRAM
CABINET FOUNDATION NOTES
1. PAD MOUNf SIW,L BE CtA55 3000 CONCREIE UI�kE55 OI}1ERYYq$E
OTHFRWISE NOTED ON 7HE PLANS.
Z. WHFItE PAD MOUNr IS LACATED IN SIDEIMALK. CONSTRUCT MOIArT
TOP F4USH WRH S�EWNJC GRADE. OpRTMIG CWWFER WHERE
TbP MA SDEWALK ABU�
3. PAD MUIMr DE5�1 IS 7YPICAL: CONfRAC10R SFW.L USE CA�NET
MAt7UF/1CTURQYS TO ASSURE PROPER FlT OF CABINET ON &1$E
NRFH RESPECf TO CONDUR PL44EAlENi. CONtRACiOR SFW.L SUBMIT
FOR APPROVAL A PROPOSED DESIGN YNTH PLAIl. ELEVATION AND
ANY RELEYAPff SECTION VIEW.
4. CABBJEf SHAt1, BE ATTACHm MRI'N Aq5HT0 M764 CHEMICALLY BONDEp
ANCHORS TO EXISTING PAD AIOUNiS. ANCFIOR WSTAL(ATIpN �L BE
AASHfO GRADE N07 HOT-DIPPm GAl.ViWRED t/Z" x 8' x Y.
5. RLACE SILN:ONE SEAL BEiMIEEN TNE CABNiEf FOUNDATION AND 7HE
CABNEi.
OTHER
ORIENT FACE OF CABMET TOWARDS PUBLIC ROADWAY.
CONTRACTOR SHAU. COORDINATE WITH 7HE POWEX
COMPANY REGARDING THE SERVICE CONNECTtON.
CONTRACTOR SNALL U6FAIN A CFtY OF FERFRAI_ WAY
EtECTRICAL PERMfT fROM THE BUILDING DEPARTMENT.
°"" Pueuc SERVICE / SIGNAL CABINET
�(P� � woRKs
DWG. NO.
3-45
18'
�
0
�
�
�
�
��s
1. Stze the Belwn Inl� f3reEe DevMe (BIGD) tor tlie etorm water atruclure �
v�iN aervke.
2. The BIGD ofwA t�ve a b��n hiyh-flow reiaf sYs�em (overlbw bYR�)•
s. 'n,e retriev� system muat a��ow removal w n�e B�GO witnout spiainp uie
ceNeCled ma@eriel.
4. Perfortn mafn0enence In aa�demce wMh Stendeid SpedficeUon &-01.3(1�.
URARi4GE ORA7E �
ORAiE FRAME �.. �
o D
sEaMErrr nrio oee�us
a
� D ��
' FILTERED
VW7ER
I �N
/ d
OVERROW BYPASS
v
r � BELOW 11LET ORATE DEVICE
0 �
� �
� G � p � ��
8ECT10N VIEYV
rior ro sca�
BELOW ppET ORATE DEVICE
RETRIEYAL SYSiHA (TYP•)
OVERFLOri BYPP�88 (TYP.)
BTATE OF
YYI181NIOlON -
RE018'fERED
t/1NDBL'RPE ARI��fECT
MARK W. �AALIRER
CERTiF�11TE N0. 000598
STORM DRAIN
INLET PROTECTION
STAMDARD PLAN 440.Z0-00
sr�r � oF + sr�r .
nrrreovEO r� Pun�Ano�
P�sco Bakotich �! 09 -20-07
mMeoe�e�o� . ..�
. � YIAr6qplen 7MY� MpS1nM�NT�1�pMle�a�
_ _ _ _ _ _ _ _ _ _ _ _ _ _ � _ _ _ _
ORNNAOE ORA7E
� RECTANODUR GRATE 8F10WN