Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 16-1351
I RETURN TO: `l/\ --i -- - EXT: j 0 1
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
ORIGINATING DEPT./DIV:�� �r'��' �1
ORIGINATING STAFF PERSON: L �\ V,-) EXT:
3. DATE REQ. BY:
TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT
O PROFESSIONAL SERVICE AGREEMENT 0 MAINTENANCE AGREEMENT
O GOODS AND SERVICE AGREEMENT 0 HUMAN SERVICES / CDBG
O REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
O ORDINANCE 0 RESOLUTION
CONTRACTENDMENT (AG#): I L �) 3S ❑ INTERLOCAL
OTHER C .k&, QrJ
PROJECT NAME: /(,�I(-S 1A5 I J I rC- I 12- EX -1 (--
NAME OF CONTRACTOR:lr.� L1 vim . Th % rc LI-- L
ADDRESS: I TELEPHONE
E-MAIL: FAX:
SIGNATURE NAME: TITLE
EXHIBITS AND ATTACHMENTS: 0 SCOPE, WORK OR SERVICES 0 COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE 0 ALL
OTHER REFERENCED EXHIBITS 0 PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS
TERM: COMMENCEMENT DATE: 0) I L 1) 6 COMPLETION DATE: 12J3 j l I —1
TOTAL COMPENSATION $ 131 I 1-151-1. 3 Le (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: 0 YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED 0 YES 0 NO IF YES, $ PAID BY: 0 CONTRACTOR 0 CITY
RETAINAGE: RETAINAGE AMOUNT: 0 RETAINAGE AGREEMENT (SEE CONTRACT) OR 0 RETAINAGE BOND PROVIDE
)] PURCHASING: PLEASE CHARGE TO: 3:33 " 1 I o b --1 / 4 - 4 81)
0. DOCUMENT/CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
O PROJECT MANAGER
❑ DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
❑ LAW
1. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
2. CONTRACT SIGNATURE ROUTING
O SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(Include dept. support staff if necessary and feel free to set notification more than a month in advance if council approval is needed.)
INITIAL / DATE SIGNED
O LAW DEPARTMENT
SIGNATORY (MAYOR OR DIRECTOR)
❑ CITY CLERK
❑ ASSIGNED AG#
O SIGNED COPY RETURNED
;OMMENTS:
AG#
DATE SENT:
8
11 nn i'
P'1GmI4A35
PROJECT NUMBER
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
Parks Asphalt Trail Repairs
PROJECT TITLE
2 1Q/24/17
CHANGE ORDER NUMBER EFFECTIVE DATE
Tony I..ind Paving
CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
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 ofthe Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage?
If "Yes" Will the Policies Be Extended?
a
PRICE CHANGE LUMP SUM: INCREASE $7,192.58
UNIT PRICE:
❑ Yes 0 No
Yes ❑ No
DECREASE $
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE
1 Mirror Lake Parr — 3S
2 �? y ic View eark 1.228.3.2
2_ heritage Woods Park 1.333.b
4 Steel Lake Park ._„ 2.860.04
5 Sales Tax Increase 603.94
TOTAL NET CONTRACT: INCREASE $1122,2 DECREASE $
STATEMENT:
Payment for the above work will be in accordance with applicable portions ofthe standard specifications, and with
the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of
the standard spec fications, the contract plans, and the special provisions governing the types of construction.
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $D2,261.98_
PREVIOUS CHANGE ORDERS __ a
THIS CHANGE ORDER. $.....7.192.58
*ADJUSTMENTS $
NEW C RAC"T AMOUNT $139,454,56
CSN TOR SIGNATURE
CTOR'. SI IATURE
1-11-I 8
DATE
ATE
CHANGE ORDER AGREEMENT 1 4/17
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY X INCREASED
DECREASED
PAY THIS ADJUSTED AMOUNT:
TOR'S SIGNA
//117/F
DATE
$6,588.65
$
$6,58845
CHANGE ORDER AGREEMENT 2 4/17
I
I RETURN TO: EXT:
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING
2. ORIGINATING
4. TYPE
❑ CONTRACTOR
❑ PUBLIC
❑ PROFESSIONAL
❑ GOODS
❑ REAL
❑ ORDINANCE
❑ CONTRACT
X OTHER
5. PROJECT
6. NAME
7. EXHIBITS
8. TERM:
9. TOTAL
REIMBURSABLE
IS SALES
RETAINAGE:
❑ PURCHASING:
10. DOCUMENT
- I R
❑ DIRECTOR
❑ RISK
❑ LAW
11. COUNCIL
12. ❑D SENT
❑ ATTACH:
❑ LAW
.SIGNATORY
❑ CITY
❑ ASSIGNED
❑ SIGNED
COMMENTS
DEPT./DIV: PARKS DEPARTMENT
STAFF PERSON: STEVE IKERD EXT: 6911 3. DATE REQ. BY:
OF DOCUMENT (CHECK ONE):
SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ RESOLUTION
AMENDMENT (AG #):_16 -135_ ❑ INTERLOCAL
ORDER
_CHANGE
NAME: PARKS ASPHALT TRAIL REPAIRS
OF CONTRACTOR: LIND PAVING, LLC
_TONY
ADDRESS: TELEPHONE
E -MAIL: FAX:
SIGNATURE NAME: TITLE
AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL
OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS
COMMENCEMENT DATE: COMPLETION DATE: DECEMBER 31, 2017
_10/14/16
COMPENSATION $ NO CHANGE (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
TAX OWED ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE AMOUNT: N/A ❑ RETAINAGE BY (SEE CONTRACT) OR X RETAINAGE BOND PROVIDED
PLEASE CHARGE TO:
/CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
OJECT MANAGER 5T--- t • 1 � , . 1 -1
MANAGEMENT (IF APPLICABLE)
,c�
APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: NI 1/3‘ COUNCIL APPROVAL DATE:
TO VENDOR/CONTRACTOR DATE SENT: \ /L°1 � t -I DATE REC'D: 951/) )
SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
INITIAL / DATE SIGNED
DEPARTMENT
(MAYOR OR DIRECTOR) / 3 /7
CLERK � a'f (
AG# AG# jig -1 A
COPY RETURNED DATE SENT: t -1 -I1
:
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG #16 -135 1 1/31/17_
PROJECT CHANGE ORDER EFFECTIVE DATE
NUMBER NUMBER
Parks Asphalt Trail Repairs Tony Lind Paving, LLC
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
The time provided for completion in the Contract is ❑ Unchanged ® Increased ❑ Decreased
by 334 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?
If "Yes" Will the Policies Be Extended?
Yes ❑No
Yes ❑ No
PRICE CHANGE LUMP SUM: INCREASE $ DECREASE $
UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES
INVOLVED IN THIS CHANGE
ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT: INCREASE $ DECREASE $
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 tie types of construction.
/'At�
A OR'S
SIGNATURE
CHANGE ORDER AGREEMENT
1
1/15
DEPARTMENT RECAP TO DATE: *Adjustments:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
*ADJUSTMENTS
NEW CONTRACT AMOUNT
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY
❑ INCREASED
❑ DECREASED
PAY THIS ADJUSTED AMOUNT:
M. `OR'S SIGNATURE
CHANGE ORDER AGREEMENT 2 1/15
Federal Way
Date: January 17, 2017
To: Tony Lind Paving, LLC
23048 172nd Avenue S.E.
Kent, WA 98042
City of Federal Way • Parks Department
33325 8th Avenue South • Federal Way, WA 98003
Phone 253 - 835 -6901 • Fax 253 - 835 -2569 • www.cityoffederalway.com
Jim Ferrell, Mayor
LETTER OF TRANSMITTAL
From: Mary Jaenicke, Administrative Assistant to
Steve Ikerd, Parks Deputy Director
RE: Contract Change Order No. 1 Parks Asphalt Trail Repairs (AG# 16 -135)
TRANSMITTED As CHECKED BELOW:
® For Your Review ❑ As Requested ® Please Return
❑ For Your Approval ❑ For Your Information ❑ Other
® For Your Action ❑ Under Separate Cover ❑ Via
ITEMS /COPIES DESCRIPTION
1
Contract Change Order
Comments: Please sign and return the enclosed change order. The city is amending the completion date
of the contract to December 31, 2017. If you have any questions please contact Steve Ikerd at 253 -835-
6911.
Thank you
RETURN TO:
EXT:
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PRCS /
c T 1
2. ORIGINATING STAFF PERSON: J-.. 1 V� EXT: G9 I,1 3. DATE REQ. BY: MAP
4. TYPE OF DOCUMENT (CHECK ONE):
CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RF )
❑ PUBLIC WORKS CONTRACT SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT D MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG #): ❑ INTERLOCAL
❑ OTHER
D,, ,�
5. PROJECT NAME: Psr r k 1 .-% 1, 1r►IYai, re, ,
. NAME OF CONTRACTOR: --r-
6 Y. Lt rit PL..J ` L-\_ &_.
/�
ADDRESS: I^� KS� `J '0 ` TELEPHONE: 253- ( 7)1. �, L I o
E -MAIL: FAX:
� --r^
SIGNATURE NAME: 1 rl L1 TITLE: 0%....rte• /YYYnC� -:esA✓
7. EXHIBITS AND ATTACHMENTS:` SCOPE, WORK OR SERVICES . COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL
OTHER REFERENCED EXHIBIT PROOF OF AUTHORITY TO SIGN ) REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS
CFW LICENSE # 09 i L.71 S3 BL, EXP. 12/31/ I ( UBI # (,0 ag 13 55 v , EXP. 33 i/ 1
8. TERM: COMMENCEMENT DATE: 1 0•1111/ 1j/J 4 COMPLETION DATE: k/ 311/1
T L (INCLUDE EXPENSES L
9. TOTAL COMPENSATION: $ go )' 1 I Lo Li ,, S AND SAES TAX, IF ANY)
/ �
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
S SALES TAX OW: AYES ❑ NO IF YES, $ I 1 —1 i `-1, 7 47 PAID BY: ❑ CONTRACTOR ❑ CITY
ED
2--44-% - 44 L , 3-1 - 3G,
iL �e
❑ PURCHASING: PLEASE CHARGE To: -.30_7') - 1 1 ov -) 7,1 - DI I -iV - L KLi
10. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
I6JECT MANAGER E 5 t. e' rZ' t tO
❑ SUPERVISOR
❑ DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
❑ LAW DEPT
'z,
11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: � / I ,) / 1 k/ COUNCIL APPROVAL DATE: 9 / 24-11/ i,
12. CONTRACT SIGNATURE ROUTING
( DATE REC'D: 1)
6/)❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 9 / / 1 O te
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
INITIAL / DATE SIGN 10
❑ LAW DEPT L1 !.. 1711 ._
I -S GNATORY (MAYOR OR DIRECTOR) iltrir— O 411144
❑ CITY CLERK / 7 ZIT
❑ ASSIGNED AG # AG# - MI
❑ SIGNED COPY RETURNED DATE SENT: • " AM
❑ RETURN ONE ORIGINAL
COMMENTS:
11/9
SMALL
PUBLIC WORKS CONTRACT
FOR
PARKS ASPHALT TRAIL REPAIRS
This small public works contract ( "Contract ") is dated effective this / 27` day of
02:r 2- 24 and is made by and between the City of Federal Way, a Washington municipal
corporation ( "City" or "Owner "), and Tony Lind Paving, LLC, a Washington Limited Liability
Company ( "Contractor ").
A. The City desires to retain an independent contractor to furnish all labor and
materials necessary to perform work at various park locations in Federal Way, Washington
( "Property "); and
B. The Contractor has the requisite skill and necessary 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 Parks Asphalt Trail
Repairs project, in Exhibit "A" attached hereto and incorporated by this reference, ( "Work "), and
in accordance with and as described in the Contract Documents, which include without
limitation, this Contract, Contract Change Order Agreement attached as Exhibit "B,"
Contractor's Retainage Agreement attached as Exhibit "C," Contractor's Retainage Bond
attached as Exhibit "D," Notice to Labor Unions attached as Exhibit "E," Certificate(s) of
Insurance Form attached hereto as Exhibit "F," Performance /Payment Bond attached hereto as
Exhibit "G," Prevailing Wage Rates attached as Exhibit "H," Title VI Assurances attached
hereto as Exhibit "I," 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 on or before the
31st day of January, 2017. In the event the Work is not 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 this Contract. The Work shall not be deemed completed until the City
has accepted the Work.
1.3 Liquidated Damages. Time is of the essence of the Contract. Delays
inconvenience the public 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
Rev 4/16
- 1 -
cost of delays. Accordingly, the 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
LD = 0.15C
T
where: LD = Liquidated damages per working day (rounded to the nearest dollar).
C = Original Contract amount.
T = Original time for completion.
When the Work is completed to the extent that the City has full and unrestricted use and
benefit of the facilities, both from an operational and safety standpoint, the City may determine
the Work is complete. Liquidated damages will not be assessed for any days for which an
extension of time is granted. No deduction or payment of liquidated damages will, in any degree,
release the Contractor from further obligations and liabilities to complete this entire Contract.
1.4 Performance Standard. Contractor shall perform the Work in a manner consistent
with accepted practices for other properly licensed contractors, performed to the City's
satisfaction, within the time period prescribed by the City.
1.5 Compliance with Laws. Contractor shall perform the Work in accordance with all
applicable federal, state and City laws, including but not limited to all City ordinances,
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.
1.6 Change Orders. The City may, at any time, without 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 shall be signed by both the Contractor and the
City, shall specifically state the change of the Work, the completion date for such changed Work,
and any increase or decrease in the compensation to be paid to Contractor as a result of such
change in the Work. Oral change orders shall not be binding upon the City unless confirmed in
writing by the City. If any change hereunder causes an increase or decrease in the Contractor's
cost of, or time required for, the performance or any part of the Work under this Contract, an
equitable adjustment will be made and the Contract modified in writing accordingly.
If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall,
within five (5) days after receipt of a written change order from the City or after giving the City
the written notice required above, as the case may be, submit to the City a written statement
Rev 4/16 — 2 -
setting forth the general nature and monetary extent of such claim; provided the City, in its sole
discretion, may extend such five (5) day submittal period 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 will be allowed for any costs
incurred more than five (5) days before the Contractor gives written notice as required. No claim
by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final
payment under this Contract.
1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by
the City, omit work, services and materials to be furnished under the Contract and the value of
the omitted work and materials will be deducted from the Total Compensation and the delivery
schedule will be reviewed if appropriate. The value of the omitted work, services and materials
will be a lump sum or unit 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.
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. Contractor shall be responsible for compliance with Chapter 19.122 RCW, including
utilization of the "one call" locator system before commencing any excavation activities.
1.9 Air Environment. Contractor shall fully cover any and all loads of loose
construction materials including without limitation, sand, dirt, gravel, asphalt, excavated
materials, construction debris, etc., to protect said materials from air exposure and to minimize
emission of airborne particles to the ambient air environment within the City 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 later than the 31st day of January 2017, and the
expiration of all warranties contained in the Contract Documents ( "Term ").
3. WARRANTY
3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete
the Work, and is appropriately accredited and licensed by all applicable agencies and
governmental entities, including but not limited to being registered to do business in the City of
Federal Way by obtaining a City of Federal Way business registration. Contractor represents that
it has visited the site and is familiar with all of the 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 all
Work which the City deems to have defects in workmanship and material discovered within one
(1) year after the City's final acceptance of the Work.
Rev 4/16 — 3
4. COMPENSATION
4.1 Total Compensation. In consideration of the Contractor performing the Work, the
City agrees to pay the Contractor a fixed fee equal to One Hundred Twenty Thousand Seven
Hundred Eighty -Seven and 19/100 Dollars ($120,787.19), Washington State sales tax equal to
Eleven Thousand Four Hundred Seventy -Four and 79/100 Dollars ($11,474.79), for a total
amount not to exceed One Hundred Thirty -Two Thousand Two Hundred Sixty -One and 98/100
Dollars ($132,261.98), which amount shall constitute full and complete payment by the City.
(i) Additional Services. The City agrees to pay the Contractor a fixed fee
equal to Fifty -Six Dollars and 51/100 Dollars ($56.51) per square foot for additional
services.
4.2 Contractor Responsible for Taxes. Except as otherwise provided in Section 4.1
hereof,) the Contractor shall be solely responsible for the payment of any taxes imposed by any
lawful jurisdiction as a result of the performance and payment of this Contract.
4.3 Nonpayment. The City shall have the right to withhold payment to the Contractor
for any of the Work not completed in a satisfactory manner, in the City's sole discretion, which
shall be withheld until such time as Contractor modifies or repairs the Work so that the Work is
acceptable to the City.
4.4 Method of Payment. Payment by the City for the Work will only be made after
the Work has been completed, a voucher or invoice is submitted in the form specified by the
City, and such invoice is approved by the appropriate City representative. Payment shall be made
within thirty (30) days of receipt of such invoice or voucher unless otherwise set forth in the Bid
Form. The Contractor's acceptance of such payment for the Work shall constitute full
compensation for the performance of the Work. Invoices shall be submitted, in duplicate to:
City of Federal Way
ATTN: Accounts Payable
33325 8th Avenue South
Federal Way, WA 98003 -6325
Duplicate invoices shall be furnished to:
City of Federal Way
ATTN: Steve Ikerd
Public Works Department
33325 8th Avenue South
Federal Way, WA 98003 -6325
4.5 Retainage. Pursuant to Chapter 60.28 RCW, five percent (5 %) of the Total
Compensation shall be retained by the City to assure payment of Contractor's state taxes as well
as payment of subcontractors, suppliers and laborers. Upon execution of this Contract,
Contractor shall complete, execute and deliver to the City the Contractor's Retainage Agreement
Rev 4/16 — 4 -
attached hereto as Exhibit "C" or execute the Retainage Bond attached hereto as Exhibit "D." No
payments shall 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 Department of Revenue a certificate that all taxes, increases, and penalties due from the
Contractor and all taxes due and to become due with respect to the Contract have been paid in
full or that they are, in the Department's opinion, readily collectible without 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 funds, pursuant to Chapter 60.28
RCW. Subcontractors or suppliers are required to give notice of any lien within forty -five (45)
days of the completion of the Work and in the manner provided in RCW 39.08.030. Within sixty
(60) days after completion of all Work on this Contract, the City shall release and pay in full the
money held in the Fund, unless the City becomes aware of outstanding claims made against this
Fund.
5. EQUAL OPPORTUNITY EMPLOYER
In all 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
Contractor or by Contractor's employees, agents, subcontractors or representatives against any
person because of sex, age (except minimum age and retirement provisions), race, color, creed,
national origin, marital status or the presence of any disability, including sensory, mental or
physical handicaps, unless based upon a bona fide occupational qualification in relationship to
hiring and employment. This requirement shall apply, but not be limited to the following:
employment, advertising, layoff or termination, rates of pay or other forms of compensation, and
selection for training, including apprenticeship. Contractor shall comply with and shall not
violate any of the terms of Chapter 49.60 RCW, Title VI of the Civil Rights Act of 1964, the
Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 21,
21.5 and 26, or any other applicable federal, state, or local law or regulation regarding non-
discrimination. Contractor shall post a notice to Labor Unions or other employment
organizations, attached hereto as Exhibit "E," as required by Section 202 of Executive Order
11246. Any material violation of this provision shall be grounds for termination of this Contract
by the City and, in the case of the Contractor's breach, may result in ineligibility for further City
agreements. If this project involves federal funds including USDOT funds administered by
WSDOT, the contractor agrees to the clauses contained in Exhibit I.
6. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST
6.1 It is the intention and understanding of the Parties that the Contractor shall be an
independent contractor and that the City shall be neither liable nor obligated to pay Contractor
sick leave, vacation pay or any other benefit of employment, nor to pay any social security or
other tax which may arise as an incident of employment. The Contractor shall pay all income and
other taxes due. Industrial or any other insurance that is purchased for the benefit of the City,
regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall
not be deemed to convert this Agreement to an employment contract. It is recognized that
Contractor may or will be performing professional services during the Term for other parties;
provided, however, that such performance of other services shall not conflict with or interfere
Rev 4/16 — 5 -
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 this is a contract with an individual,
the contractor agrees to notify the City and complete any required form if the Contractor retired
under a State of Washington retirement system and agrees to indemnify any losses the City may
sustain through the Contractor's failure to do so.
7. TERMINATION
Prior to the expiration of the Term, this Contract may be terminated immediately, with or
without cause by the City.
8. INDEMNIFICATION
8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend and hold
the City, its elected officials, officers, employees, agents, and volunteers harmless from any and
all claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by
any and all persons or entities, including, without limitation, their respective agents, licensees, or
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, agents,
employees, or by the Contractor's breach of this Contract. Contractor waives any immunity that
may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW.
Contractor's indemnification shall not be limited in any way by any limitation on the amount of
damages, compensation or benefits payable to or by any third party under workers'
compensation acts, disability benefit acts or any other benefits acts or programs.
8.2 City Indemnification. The City agrees to indemnify, defend and hold the
Contractor, its officers, directors, shareholders, partners, employees, and agents harmless 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,
licensees, or representatives, arising from, resulting from or connected with this Contract to the
extent solely caused by the negligent acts, errors, or omissions of the City, its employees or
agents.
8.3 Survival. The provisions of this Section shall survive the expiration or termination
of this Contract with respect to any event occurring prior to such expiration or termination.
9. INSURANCE
9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following
insurance, in such forms and with such carriers who have a rating, 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;
Rev 4/16 — 6 -
(2) Commercial general liability insurance with combined single limits of liability not
less than $2,000,000 for bodily injury, including personal injury or death, products
liability and property damage.
(3) Automobile liability insurance with combined single limits of liability not less
than $2,000,000 for bodily injury, including personal injury or death and property
damage.
(4) If any structures are involved in the Contract, the Contractor shall maintain an
"All Risk Builder's Risk 2 form at all times in an amount no less than the value of the
structure until final acceptance of the project by the City.
9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the
following provisions:
(1) The City, its officers, officials, employees, volunteers and agents shall each be
named as additional insured.
(2) Coverage may not be terminated or reduced in limits except after thirty (30) days
prior written notice by certified mail, return receipt requested, to the City.
(3) Coverage shall be primary insurance as respects the City, 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 made or
suit is brought.
(5) Coverage shall be written on an "occurrence" form as opposed to a "claims made"
or "claims paid" form.
9.3 Verification. Contractor shall furnish the City with certificates of insurance
evidencing the coverage required by this Section, in compliance with the Certificate(s) of
Insurance Form attached hereto as Exhibit "F," which certificate must be executed by a person
authorized by the insurer to bind coverage on its behalf. The City reserves the right to require
complete certified copies of all 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.
9.5 Deductibles and Self Insured Retentions. Any deductibles or self - insured
retentions must be disclosed by Contractor and approved in writing by the City. At the option of
the City, Contractor shall either reduce or eliminate such deductibles or self - insured retentions or
Rev 4/16 — 7
procure a bond guaranteeing payment for any amounts not covered by the insurance by reason of
such deductibles or self - insured retentions.
9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous
materials work is performed, Contractor shall review coverage with the City's Risk Manager and
provide scope and limits of coverage that are appropriate for the scope of Work and are
satisfactory to the City. 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
and the City may then award this Contract to the next lower bidder.
The provisions of this Section shall survive the expiration or termination of this Contract
with respect to any event occurring prior to such expiration or termination.
10. PERFORMANCE /PAYMENT BOND
Pursuant to RCW 39.08.010, Contractor shall post a Performance /Payment Bond in favor
of the City, in the form attached to this Contract as Exhibit "G" and incorporated by this
reference, in a dollar amount satisfactory to the City; to guarantee Contractor's performance of
the Work to the City's satisfaction; to insure Contractor's performance of all of the provisions of
this Contract; and to guarantee Contractor's payment of all laborers, mechanics, subcontractors
and material persons. Contractor's obligations under this Contract shall not be limited to the
dollar amount of the bond.
Alternatively, pursuant to RCW 39.08.010, at the option of Contractor, if the value of this
Contract as less than Thirty -Five Thousand Dollars ($35,000.00), the City may, in lieu of a bond,
retain fifty percent (50 %) of the Contract amount for a period of thirty (30) days after the date of
final acceptance, or until receipt of all necessary releases from the Department of Revenue and
the Department of Labor and Industries and settlement of any liens filed under Chapter 60.28
RCW, whichever is later.
11. SAFETY
Contractor shall take all necessary precautions for the 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, including without limitation, all OSHA/WISHA requirements, Safety and
Health Standards for Construction Work (Chapter 296 -155 WAC), General Safety and Health
Standards (Chapter 296 -24 WAC), and General Occupational Health Standards (Chapter 296 -62
WAC). Contractor shall erect and properly maintain, at all times, all necessary guards,
barricades, signals and 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, crosswalks, street
intersections, post danger signs warning against known or unusual hazards and do all other
things necessary to prevent accident or loss of any kind. Contractor shall protect from damage all
water, sewer, gas, steam or other pipes or conduits, and all hydrants and all other property that is
Rev 4/16 — 8 -
likely to become displaced or damaged by the execution of the Work. The Contractor shall, at its
own expense, secure and maintain a safe storage place for its materials and equipment and is
solely responsible for the same.
12. PREVAILING WAGES
12.1 Wages of Employees. This Contract is subject to the minimum wage requirements
of Chapter 39.12 of the Revised Code of Washington, as now existing or hereafter amended or
supplemented. In the payment of hourly wages and fringe benefits to be paid to any of
Contractor's laborers, workpersons and/or mechanics, Contractor shall not pay less than the
"prevailing rate of wage" for an hour's work in the same trade or occupation in the locality
within the State of Washington where such labor is performed, as determined by the Industrial
Statistician of the Department of Labor and Industries of the State of Washington, which
"prevailing rates of wage" are attached hereto as Exhibit "H" and incorporated herein by this
reference. Prevailing wages paid pursuant to this Agreement shall be the prevailing wage rates,
which are in effect on the date when the bids, proposals, or quotes were required to be submitted
to the City.
12.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter
39.12 RCW, and as required in this Contract do not apply to:
(1) Sole owners and their spouses;
(2) Any partner who owns at least 30% of a partnership; and
(3) The President, Vice President and Treasurer of a corporation if each one
owns at least 30% of the corporation.
12.3 Reporting Requirements. Contractor shall comply with all reporting requirements
of the Department of Labor and Industries of the State of Washington. Upon the execution of this
Contract, Contractor shall complete and file a Statement of Intent to Pay Prevailing Wages with
the Department of Labor and Industries. Upon completion of the Work, Contractor shall
complete and file an Affidavit of Wages Paid with the Department of Labor and Industries.
Contractor shall deliver copies of both the Statement of Intent to Pay Prevailing Wages and the
Affidavit of Wages Paid, certified by the Department of Labor and Industries, to the City.
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 shall be referred for arbitration to the Director of the Department of Labor
and Industries of the State of Washington and the decision therein shall be final and conclusive
and binding on all parties involved in the dispute.
13. FAILURE TO PAY SUBCONTRACTORS
In the event the Contractor shall fail to pay any subcontractors or laborers, or fail to pay
for any materials or any insurance premiums, the City may terminate this Contract and/or the
Rev 4/16 — 9 -
City may withhold from the money which may be due the Contractor an amount necessary for
the payment of such subcontractors, laborers, materials or insurance premiums.
14. OWNERSHIP OF DOCUMENTS
All originals and copies of work product, including plans, sketches, layouts, designs,
design specifications, records, files computer disks, magnetic media, all finished or unfinished
documents or material which may be produced or modified by Contractor while performing the
Work shall become the property of the City and shall be delivered to the City at its request.
15. CONFIDENTIALITY
Any records, reports, information, data or other documents or materials given to or
prepared or assembled by the Contractor under this Contract will be kept as confidential and
shall not be made available to any individual or organization by the Contractor without prior
written approval of the City.
16. BOOKS AND RECORDS
The Contractor agrees to maintain books, records, and documents which sufficiently and
properly reflect all direct and indirect costs related to the performance of this Contract and such
accounting procedures and practices as may be deemed necessary by the City to assure proper
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 City and immediately after completion of the Work, the Contractor,
shall, at its own expense, clean up and remove all refuse 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 obligated to, perform the necessary clean up and the costs thereof
shall be immediately paid by the Contractor to the City and /or the City may deduct its costs from
any remaining payments due to the Contractor.
18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY:
18.1 Contractor Verification. The Contractor verifies that it has a certificate of
registration with the State of Washington; has a current state unified business identifier number;
is not disqualified from bidding on any public works contract under RCW 39.06.010 or
39.12.065 (3); has industrial insurance as required by Title 51 RCW, if applicable; has an
employment security department number as required in Title 50 RCW, if applicable; has a state
excise tax registration number as required in Title 82 RCW, if applicable; possesses a valid
electrical contractor license as required by chapter 19.28 RCW, if applicable; and possesses an
elevator contractor license as required by chapter 70.87 RCW, if applicable.
Rev 4/16 — 10 —
18.2 Subcontractor Contracts. The Contractor shall include the language of this section
in each of its first tier subcontracts, and shall require each of its subcontractors to include the
same language of this section in each of their subcontracts, adjusting only as necessary the terms
used for the contracting parties. Upon request of the Owner, the Contractor shall promptly
provide documentation to the Owner demonstrating that the subcontractor meets the
subcontractor responsibility criteria below. The requirements of this section apply to all
subcontractors regardless of tier.
18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor
shall verify that each of its first tier subcontractors meets the following bidder responsibility
criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which
must have been in effect at the time of subcontract bid submittal; Have a current Washington
Unified Business Identifier (UBI) number; Not be disqualified from bidding on any public works
contract under RCW 39.06.010 or 39.12.065 (3); Have Industrial Insurance (workers'
compensation) coverage for the subcontractor's employees working in Washington, as required
in Title 51 RCW, if applicable; A Washington Employment Security Department number, as
required in Title 50 RCW, if applicable; A Washington Department of Revenue state excise tax
registration number, as required in Title 82 RCW, if applicable; An electrical contractor license,
if required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by
Chapter 70.87 RCW.
19. GENERAL 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 pertaining to any such matters shall be effective for any purpose.
19.2 Modification. No provisions of this Contract, including this provision, may be
amended or added to except by agreement in writing signed by the Parties or their respective
successors in interest.
19.3 Full Force and Effect. Any provision of this Contract, which is declared invalid,
void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such
other provisions shall remain in full force and effect.
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 the prior written consent of the City. In the
event the City consents to any such assignment or transfer, such consent shall in no way release
the Contractor from any of its obligations or liabilities under this Contract.
19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be
binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns.
19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of
any terms in this Contract, and the Contractor or City places the enforcement of the Contract or
any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of
Rev 4/16 — 11 -
possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party
shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this
Contract shall be King County, Washington.
19.7 No Waiver. Failure of the City to declare any breach or default immediately upon
occurrence thereof, or delay in taking any action in connection with, shall not waive such breach
or default. Failure of the City to declare one breach or default does not act as a waiver of the
City's right to declare another breach or default.
19.8 Governing Law. This Contract shall be made in and shall be governed by and
interpreted in accordance with the laws of the State of Washington.
19.9 Authority. Each individual executing this Contract on behalf of the City and
Contractor represents and warrants that such individuals are duly authorized to execute and
deliver this Contract on behalf of the Contractor or City.
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. Any
notices may be delivered personally to the addressee of the notice or may be deposited in the
United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the
United States mail shall be deemed received three (3) days after the date of mailing.
19.11 Captions. The respective captions of the Sections of this Contract are inserted for
convenience of reference only and shall not be deemed to modify or otherwise affect in any
respect any of the provisions of this Contract.
19.12 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 to the
Contractor's performance of this Contract.
19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No.
91 -54, as amended, occurs as a result of the formation and/or performance of this Contract, this
Contract may be rendered null and void, at the City's option.
19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions
of any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation
of the controlling document, which interpretation shall be final and binding.
DATED the day and year set forth above.
Rev 4/16 — 12 -
APPROVED AS TO FORM:
City Attorney,
4a,
STATE OF WASHINGTON )
) ss.
COUNTY OF r∎l ( )
CITY OF FEDERAL WAY
0 / /
F rrell, Mayor
/r
3325 8th Avenue South
Federal Way, WA 98003 -6325
ATTEST:
erk, Stephanie Court yam+ - MC
TONY LIND PAVING, LLC
By:
7 -6-S
Tony/Lind
Its: Owner
23048 172nd Avenue SE
Kent, WA 98042
(253) 630 -7612
On this day personally appeared before me Tony Lind, to me known to be the Owner of Tony
Lind Paving, LLC that executed the foregoing instrument, and acknowledged the said instrument
to be the free and voluntary act and deed of said limited liability company, for the uses and
purposes therein mentioned, and on oath stated that he /she was authorized to execute said
instrument.
GIVEN my hand and
o 94. sea
l this
\\\‘‘R‘ EY L iN /' %
;co : NO rolok -d/ .I''tef n, e of notary)
'O
tic • Notary Public 1 and for the Sta e of ashington.
O �My commission expires 504 c)01-7
per. 201
a\\
WAS
- 13 -
Rev 4/16
day of , 20 a C ,
EXHIBIT "A"
SCOPE OF WORK
TECHNICAL SPECIFICATIONS
The following list of Divisions 1 -31 comprise the Technical Specifications
DIVISION 1
Summary 011000
Project Management and Coordination 4937 REGISTERED 013100
Submittal Procedures ARCHITECT 013300
Quality Requirements , A , 014000
References DAVID A. CLARK 014200
Product Requirements STATE OF WASHINGTON 016000
Execution 017300
Construction Waste Management and Disposal 017419
Closeout Procedures 017700
DIVISION 31
Earth Moving 312000
Asphalt Paving 321216
Rev 4/16 — 14 -
SECTION 011000
SUMMARY
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section includes:
1. Project information.
2. Work by Owner.
3. Owner - furnished products.
4. Access to site.
5. Work restrictions.
6. Specification and drawing conventions.
7. Permits
8. Miscellaneous provisions.
B. Related Section:
1. Division 1 Section "Temporary Facilities and Controls" for limitations and procedures
governing temporary use of Owner's facilities.
1.3 WORK BY OTHERS:
A. General: Cooperate fully with other contractor or Owner's own forces so work may be carried
out smoothly, without interfering with or delaying work under this Contract or work by Owner.
Coordinate the Work of this Contract with work performed by Owner.
B. Phased schedule: The work under this contract shall be accomplished in phases, as completion
of the work is tied to available funding. Contractor shall bid the work accordingly.
1.4 OWNER - FURNISHED PRODUCTS
A. Owner will furnish products indicated. The Work includes receiving, unloading, handling,
storing, protecting, and installing Owner - furnished products.
B. Owner - Furnished Products:
1. None
Rev 4/16 — 15 —
1.5 ACCESS TO SITE
A. General: Contractor shall have full use of Project site for construction operations.
B. Use of Site: Limit use of Project site to work in areas agreed upon with the Owner. Do not
disturb portions of Project site beyond those areas.
1. Driveways, Walkways and Entrances: Keep driveways, parking lots, and entrances
serving nearby public and private entities clear and available at all times. Do not use
these areas for parking or storage of materials unless specifically indicated on the
drawings.
a. Schedule deliveries to minimize use of streets and public right of ways.
b. Schedule deliveries to minimize space and time requirements for storage of
materials and equipment on -site.
2. Park open: The park will be open for use. Contractor shall take all necessary
precautions, including but not limited to: security fencing, signage and ribbon to protect
the workers and the public during construction and after hours.
3. Interaction with the public: Contractor shall treat users of the park with respect and
dignity at all times.
1.6 WORK RESTRICTIONS
A. Work Restrictions, General: Comply with restrictions on construction operations.
1. Comply with limitations on use of public streets and other requirements of authorities
having jurisdiction.
B. On -Site Work Hours: As allowed by the City of Federal Way city code.
C. Hours for Utility Shutdowns: Do not interrupt utilities serving facilities occupied by Owner or
others except as agreed by the Architect and with 72 hours' notice.
D. Controlled Substances: Use of tobacco products and controlled substances on the Project site or
the entire park is not permitted.
1.7 SPECIFICATION AND DRAWING CONVENTIONS
A. Specification Content: The Specifications use certain conventions for the style of language and
the intended meaning of certain terms, words, and phrases when used in particular situations.
These conventions are as follows:
1. Imperative mood and streamlined language are generally used in the Specifications. The
words "shall," "shall be," or "shall comply with," depending on the context, are implied
where a colon (:) is used within a sentence or phrase.
2. Specification requirements are to be performed by Contractor unless specifically stated
otherwise.
B. Division 1 General Requirements: Requirements of Sections in Division 1 apply to the Work of
all Sections in the Specifications.
Rev 4/16 — 16 —
C. Drawing Coordination: Requirements for materials and products identified on the Drawings are
described in detail in the Specifications. One or more of the following are used on the
Drawings to identify materials and products:
1. Terminology: Materials and products are identified by the typical generic terms used in
the individual Specifications Sections.
2. Abbreviations: Materials and products are identified by abbreviations published as part
of the U.S. National CAD Standard and scheduled on Drawings.
3. Keynoting: Materials and products are identified by reference keynotes referencing
Specification Section numbers found in this Project Manual.
1.8 PERMIT REQUIREMENTS
A. The City has applied for and has paid for the following permits, the contractor shall sign for and
pick up the building permit.
Contractor shall apply, obtain and pay for all other permits, including ROW and deferred
submittals, as required for completion of the project.
1.9 MISCELLANEOUS PROVISIONS
A. Daily clean up: Contractor shall clean building interior at the end of each day to level required
by the Owner for the next day's operations.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION
Rev 4/16 — 17 —
SECTION 013100
PROJECT MANAGEMENT AND COORDINATION
PART 4 - GENERAL
4.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
4.2 SUMMARY
A. Section includes administrative provisions for coordinating construction operations on Project
including, but not limited to, the following:
1. General project coordination procedures.
2. Key personnel.
3. Coordination drawings.
4. Requests for Information (RFIs).
5. Project meetings.
B. Each contractor shall participate in coordination requirements. Certain areas of responsibility
are assigned to a specific contractor.
C. Related Sections:
1. Division 1 Section "Construction Progress Documentation" for preparing and submitting
Contractor's construction schedule.
2. Division 1 Section "Execution Requirements" for procedures for coordinating general
installation and field- engineering services, including establishment of benchmarks and
control points.
3. Division 1 Section "Closeout Procedures" for coordinating closeout of the Contract.
4.3 DEFINITIONS
A. RFI: Request from Owner, Architect, or Contractor seeking information from each other during
construction.
4.4 GENERAL PROJECT COORDINATION PROCEDURES
A. Coordination: Each contractor shall coordinate its construction operations with those of other
contractors and entities to ensure efficient and orderly installation of each part of the Work.
Each contractor shall coordinate its operations with operations, included in different Sections,
that depend on each other for proper installation, connection, and operation.
Rev 4/16 — 18 —
1. Schedule construction operations in sequence required to obtain the best results where
installation of one part of the Work depends on installation of other components, before
or after its own installation.
2. Coordinate installation of different components with other contractors to ensure
maximum performance and accessibility for required maintenance, service, and repair.
3. Make adequate provisions to accommodate items scheduled for later installation.
B. Prepare memoranda for distribution to each party involved, outlining special procedures
required for coordination. Include such items as required notices, reports, and list of attendees
at meetings.
1. Prepare similar memoranda for Owner and separate contractors if coordination of their
Work is required.
C. Administrative Procedures: Coordinate scheduling and timing of required administrative
procedures with other construction activities and activities of other contractors to avoid conflicts
and to ensure orderly progress of the Work. Such administrative activities include, but are not
limited to, the following:
1. Preparation of Contractor's construction schedule.
2. Preparation of the schedule of values.
3. Installation and removal of temporary facilities and controls.
4. Delivery and processing of submittals.
5. Progress meetings.
6. Preinstallation conferences.
7. Project closeout activities.
8. Startup and adjustment of systems.
9. Project closeout activities.
10. Salvage materials and equipment involved in performance of, but not actually
incorporated into, the Work. Deliver items specifically identified to the Owner, legally
dispose of the other items.
4.5 KEY PERSONNEL
A. Key Personnel Names: Within 5 days of notice to proceed, submit a list of key personnel
assignments, including superintendent and other personnel in attendance at Project site. Identify
individuals and their duties and responsibilities; list addresses and telephone numbers, including
home, office, and cellular telephone numbers and email addresses. Provide names, addresses,
and telephone numbers of individuals assigned as standbys in the absence of individuals
assigned to Project.
1. Post copies of list in project meeting room, in temporary field office, and by each
temporary telephone. Keep list current at all times.
4.6 REQUESTS FOR INFORMATION (RFIs)
A. General: Immediately on discovery of the need for additional information or interpretation of
the Contract Documents, Contractor shall prepare and submit an RFI in the form specified.
Rev 4/16 — 19 -
1. Architect will return RFIs submitted to Architect by other entities controlled by
Contractor with no response.
2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's
work or work of subcontractors.
B. Content of the RFI: Include a detailed, legible description of item needing information or
interpretation and the following:
1. Project name.
2. Project number.
3. Date.
4. Name of Contractor.
5. Name of Architect.
6. RFI number, numbered sequentially.
7. RFI subject.
8. Specification Section number and title and related paragraphs, as appropriate.
9. Drawing number and detail references, as appropriate.
10. Field dimensions and conditions, as appropriate.
11. Contractor's suggested resolution. If Contractor's solution(s) impacts the Contract Time
or the Contract Sum, Contractor shall state impact in the RFI.
12. Contractor's signature.
13. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop
Drawings, coordination drawings, and other information necessary to fully describe items
needing interpretation.
a. Include dimensions, thicknesses, structural grid references, and details of affected
materials, assemblies, and attachments on attached sketches.
C. Architect's Action: Architect will review each RFI, determine action required, and respond.
Allow seven working days for Architect's response for each RFI. RFIs received by Architect
after 1:00 p.m. will be considered as received the following working day.
1. The following RFIs will be returned without action:
a. Requests for approval of submittals.
b. Requests for approval of substitutions.
c. Requests for coordination information already indicated in the Contract
Documents.
d. Requests for adjustments in the Contract Time or the Contract Sum.
e. Incomplete RFIs or inaccurately prepared RFIs.
2. Architect's action may include a request for additional information, in which case
Architect's time for response will date from time of receipt of additional information.
3. Architect's action on RFIs that may result in a change to the Contract Time or the
Contract Sum may be eligible for Contractor to submit Change Proposal according to
Division 1 Section "Contract Modification Procedures."
a. If Contractor believes the RFI response warrants change in the Contract Time or
the Contract Sum, notify Architect in writing within 5 calendar days of receipt of
the RFI response.
Rev 4/16 — 20 —
D. On receipt of Architect's action, update the RFI log and immediately distribute the RFI response
to affected parties. Review response and notify Architect within five calendar days if
Contractor disagrees with response.
E. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number.
Submit log weekly. Include the following:
1. Project name.
2. Name of contractor originating RFI.
3. RFI number including RFIs that were dropped and not submitted.
4. RFI description.
5. Date the RFI was submitted.
6. Date Architect's response was received.
7. Identification of related Minor Change in the Work, Construction Change Directive, and
Proposal Request, as appropriate.
4.7 PROJECT MEETINGS
A. Preconstruction Conference: Architect will schedule and conduct a preconstruction conference
before starting construction, at a time convenient to Owner and Architect.
1. Attendees: Authorized representatives of Owner, Architect, and their consultants;
Contractor and its superintendent; major subcontractors; suppliers; and other concerned
parties shall attend the conference. Participants at the conference shall be familiar with
Project and authorized to conclude matters relating to the Work.
2. Contractor shall schedule required pre - construction meetings with the City of Federal
Way as required for permit requirements.
3. Agenda: Discuss items of significance that could affect progress, including the
following:
a. Tentative construction schedule.
b. Phasing.
c. Critical work sequencing and long -lead items.
d. Designation of key personnel and their duties.
e. Lines of communications.
f. Procedures for processing field decisions and Change Orders.
g. Procedures for RFIs.
h. Procedures for testing and inspecting.
i. Procedures for processing Applications for Payment.
j. Distribution of the Contract Documents.
k. Submittal procedures.
1. Preparation of record documents.
m. Work restrictions.
n. Working hours.
o. Responsibility for temporary facilities and controls.
p. Construction waste management and recycling.
q. Parking availability.
r. Office, work, and storage areas.
s. Equipment deliveries and priorities.
t. First aid.
u. Security.
Rev 4/16 — 21 —
v. Progress cleaning.
4. Minutes: The Architect will record and distribute meeting minutes.
B. Progress Meetings: Conduct progress meetings at regularly weekly intervals as agreed upon by
the Contractor, the Architect and the Owner between the hours of 7 a.m. to 3 p.m.
1. Attendees: In addition to representatives of Owner and Architect, each contractor,
subcontractor, supplier, and other entity concerned with current progress or involved in
planning, coordination, or performance of future activities shall be represented at these
meetings. All participants at the meeting shall be familiar with Project and authorized to
conclude matters relating to the Work.
2. Agenda: Review and correct or approve minutes of previous progress meeting. Review
other items of significance that could affect progress. Include topics for discussion as
appropriate to status of Project.
a. Contractor's Construction Schedule: Review progress since the last meeting.
Determine whether each activity is on time, ahead of schedule, or behind schedule,
in relation to Contractor's construction schedule. Determine how construction
behind schedule will be expedited; secure commitments from parties involved to
do so. Discuss whether schedule revisions are required to ensure that current and
subsequent activities will be completed within the Contract Time.
1) Review schedule for next period.
b. Review present and future needs of each entity present, including the following:
1) Interface requirements.
2) Sequence of operations.
3) Status of submittals.
4) Deliveries.
5) Off -site fabrication.
6) Access.
7) Site utilization.
8) Temporary facilities and controls.
9) Progress cleaning.
10) Quality and work standards.
11) Status of correction of deficient items.
12) Field observations.
13) Status of RFIs.
14) Status of proposal requests.
15) Pending changes.
16) Status of Change Orders.
17) Pending claims and disputes.
18) Documentation of information for payment requests.
3. Minutes: Architect shall record significant discussions and agreements achieved.
Distribute the meeting minutes to all attendees.
4. Schedule:
Rev 4/16 — 22 —
a. Schedule Updating: Revise Contractor's construction schedule after each progress
meeting where revisions to the schedule have been made or recognized. Issue
revised schedule concurrently with the report of each meeting.
PART 5 - PRODUCTS (Not Used)
PART 6 - EXECUTION (Not Used)
END OF SECTION
Rev 4/16 — 23 —
SECTION 013300
SUBMITTAL PROCEDURES
PART 7 - GENERAL
7.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
7.2 SUMMARY
A. Section includes requirements for the submittal schedule and administrative and procedural
requirements for submitting Shop Drawings, Product Data, Samples, and other submittals.
B. Related Sections:
1. Division 1 Section "Project Management and Coordination" for submitting schedules and
reports, including Contractor's construction schedule.
2. Division 1 Section "Project Record Documents" for submitting record Drawings, record
Specifications, and record Product Data.
3. Division 1 Section "Operation and Maintenance Data" for submitting operation and
maintenance manuals.
7.3 DEFINITIONS
A. Action Submittals: Written and graphic information and physical samples that require
Architect's responsive action. Action submittals are those submittals indicated in individual
Specification Sections as action submittals.
B. Informational Submittals: Written and graphic information and physical samples that do not
require Architect's responsive action. Submittals may be rejected for not complying with
requirements. Informational submittals are those submittals indicated in individual
Specification Sections as informational submittals.
C. Portable Document Format (PDF): An open standard file format licensed by Adobe Systems
used for representing documents in a device - independent and display resolution- independent
fixed- layout document format.
7.4 ACTION SUBMITTALS
A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by dates
required by construction schedule. Include time required for review, ordering, manufacturing,
fabrication, and delivery when establishing dates. Include additional time required for making
Rev 4/16 — 24 —
corrections or modifications to submittals noted by the Architect and additional time for
handling and reviewing submittals required by those corrections.
1. Coordinate submittal schedule with list of subcontracts, the schedule of values, and
Contractor's construction schedule.
2. Final Submittal: Submit concurrently with the first complete submittal of Contractor's
construction schedule.
3. Format: Arrange the following information in a tabular format:
a. Scheduled date for first submittal.
b. Specification Section number and title.
c. Submittal category: Action, informational.
d. Name of subcontractor.
e. Description of the Work covered.
f. Scheduled date for Architect's final release or approval.
7.5 SUBMITTAL ADMINISTRATIVE REQUIREMENTS
A. Architect's Digital Data Files: Electronic copies of CAD Drawings of the Contract Drawings
will be provided by Architect for Contractor's use in preparing submittals.
1. Architect will furnish Contractor one set of digital data drawing files of the Contract
Drawings for use in preparing Shop Drawings.
a. Architect makes no representations as to the accuracy or completeness of digital
data drawing files as they relate to the Contract Drawings.
b. Digital Drawing Software Program: The Contract Drawings are available in
AutoCAD 2010 -2015 formats.
B. Coordination: Coordinate preparation and processing of submittals with performance of
construction activities.
1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other
submittals, and related activities that require sequential activity.
2. Submit all submittal items required for each Specification Section concurrently unless
partial submittals for portions of the Work are indicated on approved submittal schedule.
3. Submit action submittals and informational submittals required by the same Specification
Section as separate packages under separate transmittals.
4. Coordinate transmittal of different types of submittals for related parts of the Work so
processing will not be delayed because of need to review submittals concurrently for
coordination.
a. Architect reserves the right to withhold action on a submittal requiring
coordination with other submittals until related submittals are received.
C. Processing Time: Allow time for submittal review, including time for resubmittals, as follows.
Time for review shall commence on Architect's receipt of submittal. No extension of the
Contract Time will be authorized because of failure to transmit submittals enough in advance of
the Work to permit processing, including resubmittals.
Rev 4/16 — 25 —
1. Initial Review: Allow 10 calendar days for initial review of each submittal. Allow
additional time if coordination with subsequent submittals is required. Architect will
advise Contractor when a submittal being processed must be delayed for coordination.
2. Intermediate Review: If intermediate submittal is necessary, process it in same manner
as initial submittal.
3. Resubmittal Review: Allow 5 days for review of each resubmittal.
4. Concurrent Consultant Review: Where the Contract Documents indicate that submittals
may be transmitted simultaneously to Architect and to Architect's consultants, allow 10
days for review of each submittal. Submittal will be returned to Architect before being
returned to Contractor.
D. Identification and Information: Place a permanent label or title block on each paper copy
submittal item for identification.
1. Indicate name of firm or entity that prepared each submittal on label or title block.
2. Include the following information for processing and recording action taken:
a. Project name.
b. Date.
c. Name of Architect.
d. Name of Contractor.
e. Name of subcontractor.
f. Name of supplier.
g. Name of manufacturer.
h. Submittal number or other unique identifier, including revision identifier.
i. Number and title of appropriate Specification Section.
j. Drawing number and detail references, as appropriate.
k. Location(s) where product is to be installed, as appropriate.
1. Other necessary identification.
E. Identification and Information: Identify and incorporate information in each electronic
submittal file as follows:
1. Assemble complete submittal package into a single indexed file with links enabling
navigation to each item.
2. Name file with submittal number or other unique identifier, including revision identifier.
3. Provide means for insertion to permanently record Contractor's review and approval
markings and action taken by Architect.
4. Include the following information on an inserted cover sheet:
a. Project name.
b. Date.
c. Name and address of Architect.
d. Name of Contractor.
e. Name of firm or entity that prepared submittal.
f. Name of subcontractor.
g. Name of supplier.
h. Name of manufacturer.
i. Number and title of appropriate Specification Section.
Rev 4/16 — 26 —
j. Drawing number and detail references, as appropriate.
k. Location(s) where product is to be installed, as appropriate.
1. Related physical samples submitted directly.
m. Other necessary identification.
5. Include the following information as keywords in the electronic file metadata:
a. Project name.
b. Number and title of appropriate Specification Section.
c. Manufacturer name.
d. Product name.
F. Options: Identify options requiring selection by the Architect.
G. Deviations: Identify deviations from the Contract Documents on submittals.
H. Transmittal: Assemble each submittal individually and appropriately for transmittal and
handling. Transmit each submittal using a transmittal form. Architect will discard submittals
received from sources other than Contractor.
1. Transmittal Form: Provide locations on form for the following information:
a. Project name.
b. Date.
c. Destination (To:).
d. Source (From:).
e. Names of subcontractor, manufacturer, and supplier.
f. Category and type of submittal.
g. Submittal purpose and description.
h. Specification Section number and title.
i. Indication of full or partial submittal.
j. Drawing number and detail references, as appropriate.
k. Transmittal number.
1. Submittal and transmittal distribution record.
m. Remarks.
n. Signature of transmitter.
2. On an attached separate sheet, prepared on Contractor's letterhead, record relevant
information, requests for data, revisions other than those requested by Architect on
previous submittals, and deviations from requirements in the Contract Documents,
including minor variations and limitations. Include same identification information as
related submittal.
I. Resubmittals: Make resubmittals in same form and number of copies as initial submittal.
1. Note date and content of previous submittal.
2. Note date and content of revision in label or title block and clearly indicate extent of
revision.
3. Resubmit submittals until they are marked with approval notation from Architect.
Rev 4/16 — 27 —
J. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers,
fabricators, installers, authorities having jurisdiction, and others as necessary for performance of
construction activities. Show distribution on transmittal forms.
K. Use for Construction: Use only final submittals that are marked with approval notation from
Architect.
PART 8 - PRODUCTS
8.1 SUBMITTAL PROCEDURES
A. General Submittal Procedure Requirements: Prepare and submit submittals required by
individual Specification Sections. Types of submittals are indicated in individual Specification
Sections.
1. Submit electronic submittals via email as PDF electronic files (preferred). Paper copies
will be accepted if no other option is available.
a. Architect will return one annotated file. Annotate and retain one copy of file as an
electronic Project record document file.
2. Action Submittals: Submit four paper copies of each submittal plus the number
requested back, unless otherwise indicated.
3. Informational Submittals: Submit four paper copies of each submittal plus the number
requested back, unless otherwise indicated
4. Closeout Submittals and Maintenance Material Submittals: Comply with requirements
specified in Division 1 Section "Closeout Procedures."
5. Certificates and Certifications Submittals: Provide a statement that includes signature of
entity responsible for preparing certification. Certificates and certifications shall be
signed by an officer or other individual authorized to sign documents on behalf of that
entity.
a. Provide a digital signature with digital certificate on electronically- submitted
certificates and certifications where indicated.
b. Provide a notarized statement on original paper copy certificates and certifications
where indicated.
6. Test and Inspection Reports Submittals: Comply with requirements specified in
Division 1 Section "Quality Requirements."
B. Product Data: Collect information into a single submittal for each element of construction and
type of product or equipment.
1. If information must be specially prepared for submittal because standard published data
are not suitable for use, submit as Shop Drawings, not as Product Data.
2. Mark each copy of each submittal to show which products and options are applicable.
3. Include the following information, as applicable:
a. Manufacturer's catalog cuts.
Rev 4/16 — 28 —
b. Manufacturer's product specifications.
c. Standard color charts.
d. Statement of compliance with specified referenced standards.
e. Testing by recognized testing agency.
f. Application of testing agency labels and seals.
g. Notation of coordination requirements.
h. Availability and delivery time information.
4. For equipment, include the following in addition to the above, as applicable:
a. Wiring diagrams showing factory- installed wiring.
b. Printed performance curves.
c. Operational range diagrams.
d. Clearances required to other construction, if not indicated on accompanying Shop
Drawings.
5. Submit Product Data before or concurrent with Samples.
6. Submit Product Data in the following format:
a. PDF electronic file, or:
b. Four paper copies of Product Data plus number of copies requested to be returned.
C. Shop Drawings: Prepare Project - specific information, drawn accurately to scale.
1. Preparation: Fully illustrate requirements in the Contract Documents. Include the
following information, as applicable:
a. Identification of products.
b. Schedules.
c. Compliance with specified standards.
d. Notation of coordination requirements.
e. Notation of dimensions established by field measurement.
f. Relationship and attachment to adjoining construction clearly indicated.
g. Seal and signature of professional engineer if specified.
2. Submit Shop Drawings in the following format:
a. PDF electronic file.
D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these
characteristics with other elements and for a comparison of these characteristics between
submittal and actual component as delivered and installed.
1. Transmit Samples that contain multiple, related components such as accessories together
in one submittal package.
2. Identification: Attach label on unexposed side of Samples that includes the following:
a. Generic description of Sample.
b. Product name and name of manufacturer.
c. Sample source.
d. Number and title of applicable Specification Section.
Rev 4/16 — 29 —
3. Disposition: Maintain sets of approved Samples at Project site, available for quality -
control comparisons throughout the course of construction activity. Sample sets may be
used to determine final acceptance of construction associated with each set.
a. Samples that may be incorporated into the Work are indicated in individual
Specification Sections. Such Samples must be in an undamaged condition at time
of use.
b. Samples not incorporated into the Work, or otherwise designated as Owner's
property, are the property of Contractor.
4. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or
sections of units showing the full range of colors, textures, and patterns available.
a. Number of Samples: Submit two full set(s) of available choices where color,
pattern, texture, or similar characteristics are required to be selected from
manufacturer's product line. Architect will return one submittal with options
selected.
5. Samples for Verification: Submit full -size units or Samples of size indicated, prepared
from same material to be used for the Work, cured and finished in manner specified, and
physically identical with material or product proposed for use, and that show full range of
color and texture variations expected. Samples include, but are not limited to, the
following: partial sections of manufactured or fabricated components; small cuts or
containers of materials; complete units of repetitively used materials; swatches showing
color, texture, and pattern; color range sets; and components used for independent testing
and inspection.
a. Number of Samples: Submit two sets of Samples. Architect will retain two
Sample sets; remainder will be returned.
1) Submit a single Sample where assembly details, workmanship, fabrication
techniques, connections, operation, and other similar characteristics are to
be demonstrated.
2) If variation in color, pattern, texture, or other characteristic is inherent in
material or product represented by a Sample, submit at least three sets of
paired units that show approximate limits of variations.
E. Contractor's Construction Schedule: Comply with requirements specified in Division 1 Section
"Construction Progress Documentation."
F. Application for Payment: Comply with requirements specified in Division 1 Section "Payment
Procedures."
G. Schedule of Values: Comply with requirements specified in the project manual.
H. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each
portion of the Work, including those who are to furnish products or equipment fabricated to a
special design. Include the following information in tabular form:
1. Name, address, and telephone number of entity performing subcontract or supplying
products.
Rev 4/16 — 30 —
2. Number and title of related Specification Section(s) covered by subcontract.
3. Drawing number and detail references, as appropriate, covered by subcontract.
4. Submit subcontract list in the following format:
a. PDF electronic file.
I. Coordination Drawings: Comply with requirements specified in Division 1 Section "Project
Management and Coordination."
J. Qualification Data: Prepare written information that demonstrates capabilities and experience
of firm or person. Include lists of completed projects with project names and addresses, contact
information of architects and owners, and other information specified.
K. Welding Certificates: Prepare written certification that welding procedures and personnel
comply with requirements in the Contract Documents. Submit record of Welding Procedure
Specification and Procedure Qualification Record on American Welding Society (AWS) forms.
Include names of firms and personnel certified.
L. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that
Installer complies with requirements in the Contract Documents and, where required, is
authorized by manufacturer for this specific Project.
M. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying
that manufacturer complies with requirements in the Contract Documents. Include evidence of
manufacturing experience where required.
N. Product Certificates: Submit written statements on manufacturer's letterhead certifying that
product complies with requirements in the Contract Documents.
0. Material Certificates: Submit written statements on manufacturer's letterhead certifying that
material complies with requirements in the Contract Documents.
P. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's
standard form, indicating and interpreting test results of material for compliance with
requirements in the Contract Documents.
Q.
Product Test Reports: Submit written reports indicating current product produced by
manufacturer complies with requirements in the Contract Documents. Base reports on
evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or
on comprehensive tests performed by a qualified testing agency.
R. Research Reports: Submit written evidence, from a model code organization acceptable to
authorities having jurisdiction, that product complies with building code in effect for Project.
Include the following information:
1. Name of evaluation organization.
2. Date of evaluation.
3. Time period when report is in effect.
4. Product and manufacturers' names.
5. Description of product.
6. Test procedures and results.
Rev 4/16 — 31 -
7. Limitations of use.
S. Schedule of Tests and Inspections: Comply with requirements specified in Division 1 Section
"Quality Requirements."
T. Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing
agency's standard form, indicating and interpreting results of tests performed before installation
of product, for compliance with performance requirements in the Contract Documents.
U. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing
agency's standard form, indicating and interpreting results of compatibility tests performed
before installation of product. Include written recommendations for primers and substrate
preparation needed for adhesion.
V. Field Test Reports: Submit reports indicating and interpreting results of field tests performed
either during installation of product or after product is installed in its final location, for
compliance with requirements in the Contract Documents.
W. Maintenance Data: Comply with requirements specified in Division 1 Section "Operation and
Maintenance Data."
X. Design Data: Prepare and submit written and graphic information, including, but not limited to,
performance and design criteria, list of applicable codes and regulations, and calculations.
Include list of assumptions and other performance and design criteria and a summary of loads.
Include load diagrams if applicable. Provide name and version of software, if any, used for
calculations. Include page numbers.
8.2 DELEGATED - DESIGN SERVICES
A. Performance and Design Criteria: Where professional design services or certifications by a
design professional are specifically required of Contractor by the Contract Documents, provide
products and systems complying with specific performance and design criteria indicated.
1. If criteria indicated are not sufficient to perform services or certification required, submit
a written request for additional information to Architect.
B. Delegated- Design Services Certification: In addition to Shop Drawings, Product Data, and
other required submittals, submit paper copies of certificate, signed and sealed by the
responsible design professional, for each product and system specifically assigned to Contractor
to be designed or certified by a design professional.
1. Indicate that products and systems comply with performance and design criteria in the
Contract Documents. Include list of codes, loads, and other factors used in performing
these services.
Rev 4/16 — 32 —
PART 9 - EXECUTION
9.1 CONTRACTOR'S REVIEW
A. Action and Informational Submittals: Review each submittal and check for coordination with
other Work of the Contract and for compliance with the Contract Documents. Note corrections
and field dimensions. Mark with approval stamp before submitting to Architect.
B. Project Closeout and Maintenance /Material Submittals: Refer to requirements in Division 1
Section "Closeout Procedures."
C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name
and location, submittal number, Specification Section title and number, name of reviewer, date
of Contractor's approval, and statement certifying that submittal has been reviewed, checked,
and approved for compliance with the Contract Documents.
9.2 ARCHITECT'S ACTION
A. General: Architect will not review submittals that do not bear Contractor's approval stamp and
will return them without action.
B. Action Submittals: Architect will review each submittal, make marks to indicate corrections or
modifications required, and return it. Architect will stamp each submittal with an action stamp
and will mark stamp appropriately to indicate action or will provide an equivalent transmittal
form.
C. Informational Submittals: Architect will review each submittal and will not return it, or will
return it if it does not comply with requirements. Architect will forward each submittal to
appropriate party.
D. Partial submittals prepared for a portion of the Work will be reviewed when use of partial
submittals has received prior approval from Architect.
E. Incomplete submittals are not acceptable, will be considered nonresponsive, and will be
returned without review.
F. Submittals not required by the Contract Documents may not be reviewed and may be discarded.
END OF SECTION
Rev 4/16 — 33 —
SECTION 014200
REFERENCES
PART 10 - GENERAL
10.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
10.2 DEFINITIONS
A. General: Basic Contract definitions are included in the Conditions of the Contract.
B. "Approved ": When used to convey Architect's action on Contractor's submittals, applications,
and requests, "approved" is limited to Architect's duties and responsibilities as stated in the
Conditions of the Contract.
C. "Directed ": A command or instruction by Architect. Other terms including "requested,"
"authorized," "selected," "required," and "permitted" have the same meaning as "directed."
D. "Indicated ": Requirements expressed by graphic representations or in written form on
Drawings, in Specifications, and in other Contract Documents. Other terms including "shown,"
"noted," "scheduled," and "specified" have the same meaning as "indicated."
E. "Regulations ": Laws, ordinances, statutes, and lawful orders issued by authorities having
jurisdiction, and rules, conventions, and agreements within the construction industry that control
performance of the Work.
F. "Furnish ": Supply and deliver to Project site, ready for unloading, unpacking, assembly,
installation, and similar operations.
G. "Install ": Operations at Project site including unloading, temporarily storing, unpacking,
assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing,
protecting, cleaning, and similar operations.
H. "Provide ": Furnish and install, complete and ready for the intended use.
I. "Project Site ": Space available for performing construction activities. The extent of Project site
is shown on Drawings and may or may not be identical with the description of the land on
which Project is to be built.
Rev 4/16 — 34 —
10.3 INDUSTRY STANDARDS
A. Applicability of Standards: Unless the Contract Documents include more stringent
requirements, applicable construction industry standards have the same force and effect as if
bound or copied directly into the Contract Documents to the extent referenced. Such standards
are made a part of the Contract Documents by reference.
B. Publication Dates: Comply with standards in effect as of date of the Contract Documents unless
otherwise indicated.
C. Copies of Standards: Each entity engaged in construction on Project should be familiar with
industry standards applicable to its construction activity. Copies of applicable standards are not
bound with the Contract Documents.
1. Where copies of standards are needed to perform a required construction activity, obtain
copies directly from publication source.
10.4 ABBREVIATIONS AND ACRONYMS
A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other
Contract Documents, they shall mean the recognized name of the entities indicated in Gale's
"Encyclopedia of Associations" or in Columbia Books' "National Trade & Professional
Associations of the United States."
B. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other
Contract Documents, they shall mean the recognized name of the entities in the following list.
Names, telephone numbers, and Web sites are subject to change and are believed to be accurate
and up -to -date as of the date of the Contract Documents.
AA Aluminum Association, Inc. (The) (703) 358 -2960
www.aluminum.org
AAADM American Association of Automatic Door Manufacturers (216) 241 -7333
www.aaadm.com
AABC Associated Air Balance Council (202) 737 -0202
www.aabchq.com
AAMA American Architectural Manufacturers Association (847) 303 -5664
www.aamanet.org
AASHTO American Association of State Highway and Transportation (202) 624 -5800
Officials
www.transportation.org
AATCC American Association of Textile Chemists and Colorists (919) 549 -8141
www.aatcc.org
ABAA Air Barrier Association of America (866) 956 -5888
www.airbarrier.org
Rev 4/16 — 35 —
ABMA American Bearing Manufacturers Association (202) 367 -1155
www.abma - dc.org
ACI American Concrete Institute (248) 848 -3700
www.concrete.org
ACPA American Concrete Pipe Association (972) 506 -7216
www.concrete - pipe.org
AEIC Association of Edison Illuminating Companies, Inc. (The) (205) 257 -2530
www.aeic.org
AF &PA American Forest & Paper Association (800) 878 -8878
www.afandpa.org (202) 463 -2700
AGA American Gas Association (202) 824 -7000
www.aga.org
AGC Associated General Contractors of America (The) (703) 548 -3118
www.agc.org
ARAM Association of Home Appliance Manufacturers (202) 872 -5955
www.aham.org
AHRI Air- Conditioning, Heating, and Refrigeration Institute (703) 524 -8800
www.ahrinet.org
AI Asphalt Institute (859) 288 -4960
www.asphaltinstitute.org
AIA American Institute of Architects (800) 242 -3837
www.aia.org (202) 626 -7300
AISC American Institute of Steel Construction (800) 644 -2400
www.aisc.org (312) 670 -2400
AISI American Iron and Steel Institute (202) 452 -7100
www.steel.org
AITC American Institute of Timber Construction (303) 792 -9559
www.aitc - glulam.org
ALSC American Lumber Standard Committee, Incorporated (301) 972 -1700
www.alsc.org
AMCA Air Movement and Control Association International, Inc. (847) 394 -0150
www.amca.org
ANSI American National Standards Institute (202) 293 -8020
www.ansi.org
Rev 4/16 — 36 —
AOSA Association of Official Seed Analysts, Inc. (405) 780 -7372
www.aosaseed.com
APA Architectural Precast Association • (239) 454 -6989
www.archprecast.org
APA APA - The Engineered Wood Association (253) 565 -6600
www.apawood.org
API American Petroleum Institute (202) 682 -8000
www.api.org
ARI Air - Conditioning & Refrigeration Institute
(Now AHRI)
ARMA Asphalt Roofing Manufacturers Association (202) 207 -0917
www.asphaltroofing.org
ASCE American Society of Civil Engineers (800) 548 -2723
www.asce.org (703) 295 -6300
ASCE /SEI American Society of Civil Engineers /Structural Engineering
Institute
(See ASCE)
ASHRAE
ASME
ASSE
ASSE
ASTM
ATIS
AWCI
American Society of Heating, Refrigerating and Air- (800) 527 -4723
Conditioning Engineers
www.ashrae.org (404) 636 -8400
ASME International (800) 843 -2763
(American Society of Mechanical Engineers International) (973) 882 -1170
www.asme.org
American Society of Safety Engineers (847) 699 -2929
www.asse.org
American Society of Sanitary Engineering (440) 835 -3040
www.asse - plumbing.org
ASTM International (610) 832 -9500
(American Society for Testing and Materials International)
www.astm.org
Alliance for Telecommunications Industry Solutions (202) 628 -6380
www.atis.org
Association of the Wall and Ceiling Industry (703) 534 -8300
www.awci.org
AWCMA American Window Covering Manufacturers Association
Rev 4/16 — 37 —
(Now WCMA)
AWI Architectural Woodwork Institute (571) 323 -3636
www.awinet.org
AWPA American Wood Protection Association (205) 733 -4077
(Formerly: American Wood Preservers' Association)
www.awpa.com
AWS American Welding Society (800) 443 -9353
www.aws.org (305) 443 -9353
AWWA American Water Works Association (800) 926 -7337
www.awwa.org (303) 794 -7711
BHMA Builders Hardware Manufacturers Association (212) 297 -2122
www.buildershardware.com
BIA Brick Industry Association (The) (703) 620 -0010
www.bia.org
BICSI BICSI, Inc. (800) 242 -7405
www.bicsi.org (813) 979 -1991
BIFMA BIFMA International (616) 285 -3963
(Business and Institutional Furniture Manufacturer's Association
International)
www.bifma.com
BISSC Baking Industry Sanitation Standards Committee (866) 342 -4772
www.bissc.org
BWF Badminton World Federation 6 -03 -9283 7155
(Formerly: IBF - International Badminton Federation)
www.internationalbadminton.org
CCC Carpet Cushion Council (610) 527 -3880
www.carpetcushion.org
CDA Copper Development Association (212) 251 -7200
www.copper.org
CEA Canadian Electricity Association (613) 230 -9263
www.canelect.ca
CEA Consumer Electronics Association (866) 858 -1555
www.ce.org (703) 907 -7600
CFFA Chemical Fabrics & Film Association, Inc. (216) 241 -7333
www.chemicalfabricsandfilm.com
Rev 4/16 — 38 —
CGA
CIMA
CISCA
CISPI
CLFMI
CRRC
CPA
CPPA
CRI
CRSI
CSA
CSA
CSI
CSI
CSSB
CTI
DHI
Rev 4/16
Compressed Gas Association
www.cganet.com
Cellulose Insulation Manufacturers Association
www.cellulose.org
Ceilings & Interior Systems Construction Association
www.cisca.org
Cast Iron Soil Pipe Institute
www.cispi.org
Chain Link Fence Manufacturers Institute
www.chainlinkinfo.org
Cool Roof Rating Council
www.coolroofs.org
Composite Panel Association
www.pbmdf.com
Corrugated Polyethylene Pipe Association
www.plasticpipe.org
Carpet and Rug Institute (The)
www.carpet - rug.com
Concrete Reinforcing Steel Institute
www.crsi.org
Canadian Standards Association
CSA International
(Formerly: IAS - International Approval Services)
www.csa- international.org
Cast Stone Institute
www.caststone.org
Construction Specifications Institute (The)
www.csinet.org
Cedar Shake & Shingle Bureau
www.cedarbureau.org
Cooling Technology Institute
(Formerly: Cooling Tower Institute)
www.cti.org
Door and Hardware Institute
— 39 —
(703) 788 -2700
(888) 881 -2462
(937) 222 -2462
(630) 584 -1919
(423) 892 -0137
(301) 596 -2583
(866) 465 -2523
(510) 485-7175
(703) 724 -1128
(800) 510 -2772
(202) 462 -9607
(706) 278 -3176
(847) 517 -1200
(800) 463 -6727
(416) 747 -4000
(866) 797 -4272
(416) 747 -4000
(717) 272 -3744
(800) 689 -2900
(703) 684 -0300
(604) 820-7700
(281) 583 -4087
(703) 222 -2010
www.dhi.org
ECA Electronic Components Association (703) 907 -8024
www.ec - central.org
EIA Electronic Industries Alliance (703) 907 -7500
www.eia.org
EIMA EIFS Industry Members Association (800) 294 -3462
www.eima.com (770) 968 -7945
EJCDC Engineers Joint Contract Documents Committee (703) 295 -5000
www.ejdc.org
EJMA Expansion Joint Manufacturers Association, Inc. (914) 332 -0040
www.ejma.org
ESD ESD Association (315) 339 -6937
(Electrostatic Discharge Association)
www.esda.org
ETL SEMCO Intertek ETL SEMCO (800) 967 -5352
(Formerly: ITS - Intertek Testing Service NA)
www.intertek- etlsemko.com
FIBA Federation Internationale de Basketball 41 22 545 00 00
(The International Basketball Federation)
www.fiba.com
FIVB Federation Internationale de Volleyball 41 21 345 35 35
(The International Volleyball Federation)
www.fivb.org
FM Approvals FM Approvals LLC (781) 762 -4300
www.fmglobal.com
FM Global FM Global (401) 275 -3000
(Formerly: FMG - FM Global)
www.fmglobal.com
FRSA
Florida Roofing, Sheet Metal & Air Conditioning Contractors
Association, Inc.
www.floridaroof.com
(407) 671 -3772
FSA Fluid Sealing Association (610) 971 -4850
www.fluidsealing.com
FSC Forest Stewardship Council 49 228 367 66 0
www.fsc.org
GA Gypsum Association (202) 289 -5440
Rev 4/16 — 40 —
www.gypsum.org
GANA Glass Association of North America (785) 271 -0208
www.glasswebsite.com
GRI (Part of GSI)
GS Green Seal (202) 872 -6400
www.greenseal.org
GSI Geosynthetic Institute (610) 522 -8440
www.geosynthetic - institute.org
HI Hydraulic Institute (973) 267 -9700
www.pumps.org
HI Hydronics Institute (908) 464 -8200
www.gamanet.org
HMMA Hollow Metal Manufacturers Association
(Part of NAAMM)
HPVA Hardwood Plywood & Veneer Association (703) 435 -2900
www.hpva.org
HPW H. P. White Laboratory, Inc. (410) 838 -6550
www.hpwhite.com
IAS International Approval Services
(Now CSA International)
IBF International Badminton Federation
(Now BWF)
ICEA Insulated Cable Engineers Association, Inc. (770) 830 -0369
www.icea.net
ICRI International Concrete Repair Institute, Inc. (847) 827 -0830
www.icri.org
IEC International Electrotechnical Commission 41 22 919 02 11
www.iec.ch
IEEE Institute of Electrical and Electronics Engineers, Inc. (The) (212) 419 -7900
www.ieee.org
IES Illuminating Engineering Society (212) 248 -5000
www.ies.org
IESNA Illuminating Engineering Society of North America
(Now IES)
Rev 4/16 — 41 —
IEST
IGCC
IGMA
ILI
ISO
ISSFA
ITS
ITU
KCMA
LPI
MBMA
MFMA
MFMA
MH
MHIA
MIA
Rev 4/16
Institute of Environmental Sciences and Technology
www.iest.org
Insulating Glass Certification Council
www.igcc.org
Insulating Glass Manufacturers Alliance
www.igmaonline.org
Indiana Limestone Institute of America, Inc.
www.iliai.com
International Organization for Standardization
www.iso.ch
Available from ANSI
www.ansi.org
International Solid Surface Fabricators Association
www.issfa.net
Intertek Testing Service NA
(Now ETL SEMCO)
International Telecommunication Union
www.itu.int/home
Kitchen Cabinet Manufacturers Association
www.kcma.org
Lightning Protection Institute
www.lightning.org
Metal Building Manufacturers Association
www.mbma.com
Maple Flooring Manufacturers Association, Inc.
www.maplefloor.org
Metal Framing Manufacturers Association, Inc.
www.metalframingmfg.org
Material Handling
(Now MHIA)
Material Handling Industry of America
www.mhia.org
Marble Institute of America
www.marble-institute.com
- 42 -
(847) 981 -0100
(315) 646 -2234
(613) 233 -1510
(812) 275 -4426
41 22 749 01 11
(202) 293-8020
(877) 464 -7732
(702) 567 -8150
41 22 730 51 11
(703) 264-1690
(800) 488 -6864
(216) 241 -7333
(888) 480 -9138
(312) 644 -6610
(800) 345 -1815
(704) 676 -1190
(440) 250 -9222
MPI Master Painters Institute (888) 674 -8937
www.paintinfo.com (604) 298 -7578
MSS Manufacturers Standardization Society of The Valve and Fittings (703) 281 -6613
Industry Inc.
www.mss - hq.com
NAAMM National Association of Architectural Metal Manufacturers (630) 942 -6591
www.naamm.org
NACE NACE International (800) 797 -6623
(National Association of Corrosion Engineers International) (281) 228 -6200
www.nace.org
NADCA National Air Duct Cleaners Association (202) 737 -2926
www.nadca.com
NAGWS National Association for Girls and Women in Sport (800) 213 -7193,
ext. 453
www.aahperd.org /nagws/ (703) 476 -3400
NAIMA
NBGQA
NCAA
NCMA
NCPI
NCTA
NEBB
NECA
NeLMA
NEMA
Rev 4/16
North American Insulation Manufacturers Association
www.naima.org
National Building Granite Quarries Association, Inc.
www.nbgqa.com
National Collegiate Athletic Association (The)
www.ncaa.org
National Concrete Masonry Association
www.ncma.org
National Clay Pipe Institute
www.ncpi.org
National Cable & Telecommunications Association
www.ncta.com
National Environmental Balancing Bureau
www.nebb.org
National Electrical Contractors Association
www.necanet.org
Northeastern Lumber Manufacturers' Association
www.nelma.org
National Electrical Manufacturers Association
www.nema.org
— 43 —
(703) 684 -0084
(800) 557 -2848
(317) 917-6222
(703) 713 -1900
(262) 248 -9094
(202) 775 -2300
(301) 977 -3698
(301) 657 -3110
(207) 829 -6901
(703) 841 -3200
NETA InterNational Electrical Testing Association (888) 300 -6382
www.netaworld.org (269) 488 -6382
NFHS National Federation of State High School Associations (317) 972 -6900
www.nfhs.org
NFPA NFPA (800) 344 -3555
(National Fire Protection Association) (617) 770 -3000
www.nfpa.org
NFRC National Fenestration Rating Council (301) 589 -1776
www.nfrc.org
NGA National Glass Association (866) 342 -5642
www.glass.org (703) 442 -4890
NHLA National Hardwood Lumber Association (800) 933 -0318
www.natlhardwood.org (901) 377 -1818
NLGA National Lumber Grades Authority (604) 524 -2393
www.nlga.org
NOFMA NOFMA: The Wood Flooring Manufacturers Association (901) 526 -5016
(Formerly: National Oak Flooring Manufacturers Association)
www.nofma.com
NOMMA National Ornamental & Miscellaneous Metals Association (888) 516 -8585
www.nomma.org
NRCA National Roofing Contractors Association (800) 323 -9545
www.nrca.net (847) 299 -9070
NRMCA National Ready Mixed Concrete Association (888) 846 -7622
www.nrmca.org (301) 587 -1400
NSF NSF International (800) 673 -6275
(National Sanitation Foundation International) (734) 769 -8010
www.nsf.org
NSSGA National Stone, Sand & Gravel Association (800) 342 -1415
www.nssga.org (703) 525 -8788
NTMA National Terrazzo & Mosaic Association, Inc. (The) (800) 323 -9736
www.ntma.com (540) 751 -0930
NTRMA National Tile Roofing Manufacturers Association
(Now TRI)
NWFA National Wood Flooring Association (800) 422 -4556
www.woodfloors.org (636) 519 -9663
Rev 4/16 — 44 -
NWWDA National Wood Window and Door Association
(Now WDMA)
PCI Precast/Prestressed Concrete Institute (312) 786 -0300
www.pci.org
PDCA Painting & Decorating Contractors of America (800) 332 -7322
www.pdca.com (314) 514 -7322
PDI Plumbing & Drainage Institute (800) 589 -8956
www.pdionline.org (978) 557 -0720
PGI PVC Geomembrane Institute (217) 333 -3929
http: / /pgi- tp.cee.uiuc.edu
PLANET Professional Landcare Network (800) 395 -2522
www.landcarenetwork.org (703) 736 -9666
PTI Post - Tensioning Institute (602) 870 -7540
www.post - tensioning.org
RCSC Research Council on Structural Connections
www.boltcouncil.org
RFCI Resilient Floor Covering Institute (301) 340 -8580
www.rfci.com
RIS Redwood.Inspection Service (925) 935 -1499
www.redwoodinspection.com
SAE SAE International (877) 606 -7323
www.sae.org (724) 776 -4841
SCTE Society of Cable Telecommunications Engineers (800) 542 -5040
www.scte.org (610) 363 -6888
SDI Steel Deck Institute (847) 458 -4647
www.sdi.org
SDI Steel Door Institute (440) 899 -0010
www.steeldoor.org
SEFA Scientific Equipment and Furniture Association (877) 294 -5424
www.sefalabs.com (516) 294 -5424
SEI/ASCE Structural Engineering Institute /American Society of Civil
Engineers
(See ASCE)
SGCC Safety Glazing Certification Council (315) 646 -2234
Rev 4/16 — 45 —
www.sgcc.org
SIA Security Industry Association (866) 817 -8888
www.siaonline.org (703) 683 -2075
SJI Steel Joist Institute (843) 626 -1995
www.steeljoist.org
SMA Screen Manufacturers Association (561) 533 -0991
www.smainfo.org
SMACNA Sheet Metal and Air Conditioning Contractors' (703) 803 -2980
National Association
www.smacna.org
SMPTE Society of Motion Picture and Television Engineers (914) 761 -1100
www.smpte.org
SPFA Spray Polyurethane Foam Alliance (800) 523 -6154
www.sprayfoam.org
SPIB Southern Pine Inspection Bureau (850) 434 -2611
www.spib.org
SPRI Single Ply Roofing Industry (781) 647 -7026
www.spri.org
SSINA Specialty Steel Industry of North America (800) 982 -0355
www.ssina.com (202) 342 -8630
SSPC SSPC: The Society for Protective Coatings (877) 281 -7772
www.sspc.org (412) 281 -2331
STI Steel Tank Institute (847) 438 -8265
www.steeltank.com
SWI Steel Window Institute (216) 241 -7333
www.steelwindows.com
SWRI Sealant, Waterproofing, & Restoration Institute (816) 472 -7974
www.swrionline.org
TCNA Tile Council of North America, Inc. (864) 646 -8453
www.tileusa.com
TIA/EIA Telecommunications Industry Association/Electronic Industries (703) 907 -7700
Alliance
www.tiaonline.org
TMS
The Masonry Society (303) 939 -9700
www.masonrysociety.org
Rev 4/16 — 46 —
TPI Truss Plate Institute, Inc. (703) 683 -1010
www.tpinst.org
TPI Turfgrass Producers International (800) 405 -8873
www.turfgrasssod.org (847) 649 -5555
TRI Tile Roofing Institute (312) 670 -4177
www.tileroofing.org
UL Underwriters Laboratories Inc. (877) 854 -3577
www.ul.com (847) 272 -8800
UNI Uni -Bell PVC Pipe Association (972) 243 -3902
www.uni - bell.org
USAV USA Volleyball (888) 786 -5539
www.usavolleyball.org (719) 228 -6800
USGBC U.S. Green Building Council (800) 795 -1747
www.usgbc.org
USITT United States Institute for Theatre Technology, Inc. (800) 938 -7488
www.usitt.org (315) 463 -6463
WASTEC Waste Equipment Technology Association (800) 424 -2869
www.wastec.org (202) 244 -4700
WCLIB West Coast Lumber Inspection Bureau (800) 283 -1486
www.wclib.org (503) 639 -0651
WCMA Window Covering Manufacturers Association (212) 297 -2122
www.wcmanet.org
WCSC Window Covering Safety Council (800) 506 -4636
www.windowcoverings.org (212) 297 -2109
WDMA Window & Door Manufacturers Association (800) 223 -2301
www.wdma.com (847) 299 -5200
WI Woodwork Institute (Formerly: WIC - Woodwork Institute of (916) 372 -9943
California)
www.wicnet.org
WIC Woodwork Institute of California
(Now WI)
WMMPA Wood Moulding & Millwork Producers Association (800) 550 -7889
www.wmmpa.com (530) 661 -9591
WSRCA Western States Roofing Contractors Association (800) 725 -0333
Rev 4/16 — 47 -
WWPA
www.wsrca.com (650) 570 -5441
Western Wood Products Association (503) 224 -3930
www.wwpa.org
C. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract
Documents, they shall mean the recognized name of the entities in the following list. Names,
telephone numbers, and Web sites are subject to change and are believed to be accurate and up-
to -date as of the date of the Contract Documents.
DIN Deutsches Institut f?r Normung e.V. 49 30 2601 -0
www.din.de
IAPMO International Association of Plumbing and Mechanical Officials (909) 472 -4100
www.iapmo.org
ICC International Code Council (888) 422 -7233
www.iccsafe.org
ICC -ES ICC Evaluation Service, Inc.
www.icc - es.org
UBC Uniform Building Code
(See ICC)
(800) 423-6587
(562) 699 -0543
D. Federal Government Agencies: Where abbreviations and acronyms are used in Specifications
or other Contract Documents, they shall mean the recognized name of the entities in the
following list. Names, telephone numbers, and Web sites are subject to change and are believed
to be accurate and up -to -date as of the date of the Contract Documents.
CE Army Corps of Engineers (202) 761 -0011
www.usace.army.mil
CPSC Consumer Product Safety Commission
www.cpsc.gov
(800) 638 -2772
(301) 504 -7923
DOC Department of Commerce (202) 482 -2000
www.commerce.gov
DOD Department of Defense (215) 697 -6257
http: / /.dodssp.daps.dla.mil
DOE Department of Energy (202) 586 -9220
www.energy.gov
EPA Environmental Protection Agency (202) 272 -0167
www.epa.gov
FAA Federal Aviation Administration (866) 835 -5322
www.faa.gov
Rev 4/16 — 48 —
FCC Federal Communications Commission (888) 225 -5322
www.fcc.gov
FDA Food and Drug Administration (888) 463 -6332
www.fda.gov
GSA General Services Administration (800) 488 -3111
www.gsa.gov
HUD Department of Housing and Urban Development (202) 708 -1112
www.hud.gov
LBL Lawrence Berkeley National Laboratory (510) 486 -4000
www.lbl.gov
NCHRP National Cooperative Highway Research Program
(See TRB)
NIST National Institute of Standards and Technology
www.nist.gov
OSHA Occupational Safety & Health Administration
www.osha.gov
PBS Public Buildings Service
(See GSA)
(301) 975 -6478
(800) 321-6742
(202) 693 -1999
PHS Office of Public Health and Science (202) 690 -7694
www.hhs.gov /ophs
RUS Rural Utilities Service (202) 720 -9540
(See USDA)
SD State Department (202) 647 -4000
www.state.gov
TRB Transportation Research Board (202) 334 -2934
http: / /gulliver.trb.org
USDA Department of Agriculture (202) 720 -2791
www.usda.gov
USPS Postal Service (202) 268 -2000
www.usps.com
E. Standards and Regulations: Where abbreviations and acronyms are used in Specifications or
other Contract Documents, they shall mean the recognized name of the standards and
regulations in the following list. Names, telephone numbers, and Web sites are subject to
change and are believed to be accurate and up -to -date as of the date of the Contract Documents.
ADAAG Americans with Disabilities Act (ADA) (800) 872-
Rev 4/16 — 49 -
Architectural Barriers Act (ABA)
Accessibility Guidelines for Buildings and Facilities
Available from U.S. Access Board
www.access - board.gov
2253
(202) 272-
0080
CFR Code of Federal Regulations (866) 512-
1800
Available from Government Printing Office (202) 512-
1800
www .gpoaccess.gov /cfr /index.html
DOD Department of Defense Military Specifications and Standards (215) 697-
2664
Available from Department of Defense Single Stock Point
http: / /dodssp.daps.dla.mil
DSCC Defense Supply Center Columbus
(See FS)
FED -STD Federal Standard
(See FS)
FS Federal Specification (215) 697-
2664
Available from Department of Defense Single Stock Point
http: / /dodssp.daps.dla.mil
Available from Defense Standardization Program
www.dps.dla.mil
Available from General Services Administration
www.gsa.gov
Available from National Institute of Building Sciences
www.wbdg.org/ccb
FTMS Federal Test Method Standard
(See FS)
MIL (See MILSPEC)
MIL -STD (See MILSPEC)
MILSPEC Military Specification and Standards
Available from Department of Defense Single Stock Point
http: / /dodssp.daps.dla.mil
Rev 4/16 — 50 —
(202)619-
8925
(202) 289-
7800
(215) 697-
2664
UFAS Uniform Federal Accessibility Standards (800) 872-
2253
Available from Access Board (202) 272-
0080
www.access - board.gov
F. State Government Agencies: Where abbreviations and acronyms are used in Specifications or
other Contract Documents, they shall mean the recognized name of the entities in the following
list. Names, telephone numbers, and Web sites are subject to change and are believed to be
accurate and up -to -date as of the date of the Contract Documents.
1. Latest edition of the "Standard Specifications for Road, Bridge and Municipal Construc-
tion" prepared by the Washington State Department of Transportation and the American
Public Works Association as adopted by the City. All items in the Standard
Specifications relating to payment, change orders claims, time and the like are not
applicable to this contract
PART 11 - PRODUCTS (Not Used)
PART 12 - EXECUTION (Not Used)
END OF SECTION
Rev 4/16 — 51 -
SECTION 016000
PRODUCT REQUIREMENTS
PART 13 - GENERAL
13.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
13.2 SUMMARY
A. Section includes administrative and procedural requirements for selection of products for use in
Project; product delivery, storage, and handling; manufacturers' standard warranties on
products; special warranties; and comparable products.
B. Related Sections:
1. Division 1 Section "References" for applicable industry standards for products specified.
13.3 ACTION SUBMITTALS
A. Comparable Product Requests: Submit request for consideration of each comparable product.
Identify product or fabrication or installation method to be replaced. Include Specification
Section number and title and Drawing numbers and titles.
1. Include data to indicate compliance with the requirements specified in "Comparable
Products" Article.
2. Architect's Action: If necessary, Architect will request additional information or
documentation for evaluation within one week of receipt of a comparable product
request. Architect will notify Contractor of approval or rejection of proposed comparable
product request within 15 days of receipt of request, or seven days of receipt of additional
information or documentation, whichever is later.
a. Form of Approval: As specified in Division 1 Section "Submittal Procedures."
b. Use product specified if Architect does not issue a decision on use of a comparable
product request within time allocated.
13.4 PRODUCT DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, and handle products using means and methods that will prevent damage,
deterioration, and loss, including theft and vandalism. Comply with manufacturer's written
instructions.
Rev 4/16 — 52 —
13.5 WARRANTIES
A. Special Warranties: Prepare a written document that contains the one year required warranty
for this project, ready for execution.
B. Submittal Time: Comply with requirements in Division 1 Section "Closeout Procedures."
PART 14 - PRODUCTS (Not Used)
PART 15 - EXECUTION (Not Used)
END OF SECTION
Rev 4/16 — 53 —
SECTION 017300
EXECUTION
PART 16 - GENERAL
16.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 01 Specification Sections, apply to this Section.
16.2 SUMMARY
A. Section includes general administrative and procedural requirements governing execution of the
Work including, but not limited to, the following:
1. Construction layout.
2. Installation of the Work.
3. Cutting and patching.
B. Related Requirements:
1. Section 011000 "Summary" for limits on use of Project site.
2. Section 013300 "Submittal Procedures"
3. Section 017700 "Closeout Procedures"
4. Division 31 and 32 for demolition and removal of selected portions of the asphalt.
16.3 DEFINITIONS
A. Cutting: Removal of in- place construction necessary to permit installation or performance of
other work.
B. Patching: Fitting and repair work required to restore construction to original conditions after
installation of other work.
16.4 INFORMATIONAL SUBMITTALS
A. Qualification Data: For land surveyor and professional engineer.
B. Certificates: Submit certificate signed by land surveyor & professional engineer certifying that
location and elevation of improvements comply with requirements.
C. Landfill Receipts: Submit copy of receipts issued by a landfill facility, licensed to accept
hazardous materials, for hazardous waste disposal.
Rev 4/16 — 54 —
16.5 QUALITY ASSURANCE
A. Cutting and Patching: Comply with requirements for and limitations on cutting and patching of
construction elements.
1. Visual Elements: Do not cut and patch construction in a manner that results in visual
evidence of cutting and patching. Do not cut and patch exposed construction in a manner
that would, in Architect's opinion, reduce the site or building's aesthetic qualities.
Remove and replace construction that has been cut and patched in a visually
unsatisfactory manner.
B. Manufacturer's Installation Instructions: Obtain and maintain on -site manufacturer's written
recommendations and instructions for installation of products and equipment.
PART 17 - PRODUCTS
17.1 MATERIALS
A. General: Comply with requirements specified in other Sections.
PART 18 - EXECUTION
18.1 EXAMINATION
A. Existing Conditions: The existence and location of underground and other utilities and
construction indicated as existing are not guaranteed. Before beginning sitework, investigate
and verify the existence and location of underground utilities, and other construction affecting
the Work.
B. Examination and Acceptance of Conditions: Before proceeding with each component of the
Work, examine substrates, areas, and conditions, with Installer or Applicator present where
indicated, for compliance with requirements for installation tolerances and other conditions
affecting performance. Record observations.
1. Verify compatibility with and suitability of substrates
C. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding
with the Work indicates acceptance of surfaces and conditions.
18.2 PREPARATION
A. Existing Utility Information: Furnish information to local utility and Owner that is necessary to
adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility
appurtenances located in or affected by construction. Coordinate with authorities having
jurisdiction.
B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck
measurements before installing each product. Where portions of the Work are indicated to fit to
Rev 4/16 — 55 -
other construction, verify dimensions of other construction by field measurements before
fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the
Work.
C. Space Requirements: Verify space requirements and dimensions of items shown
diagrammatically on Drawings.
D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for
clarification of the Contract Documents caused by differing field conditions outside the control
of Contractor, submit a request for information to Architect according to requirements in
Division 1 "Project Management and Coordination."
18.3 CONSTRUCTION LAYOUT
A. Verification: Before proceeding to lay out the Work, verify layout information shown on
Drawings, in relation to the property survey and existing benchmarks. If discrepancies are
discovered, notify Architect promptly.
B. Site Improvements: Locate and lay out site improvements, including pavements, grading, fill
and topsoil placement.
18.4 INSTALLATION OF WORK
A. General: Locate the Work and components of the Work accurately, in correct alignment and
elevation, as indicated.
1. Make horizontal work level.
B. Comply with manufacturer's written instructions and recommendations for installing products in
applications indicated.
C. Install products at the time and under conditions that will ensure the best possible results.
Maintain conditions required for product performance until Substantial Completion.
D. Conduct construction operations so no part of the Work is subjected to damaging operations or
loading in excess of that expected during normal conditions of occupancy.
E. Sequence the Work and allow adequate clearances to accommodate movement of construction
items on site and placement in permanent locations.
F. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels.
G. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated,
arrange joints for the best visual effect. Fit exposed connections together to form hairline joints.
H. Hazardous Materials: Use products, cleaners, and installation materials that are not considered
hazardous.
Rev 4/16 — 56 —
18.5 CUTTING AND PATCHING
A. Cutting and Patching, General: Employ skilled workers to perform cutting and patching.
Proceed with cutting and patching at the earliest feasible time, and complete without delay.
1. Cut in -place construction to provide for installation of other components or performance
of other construction, and subsequently patch as required to restore surfaces to their
original condition.
B. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations
following performance of other work. Patch with durable seams that are as invisible as
practicable. Provide materials and comply with installation requirements specified in other
Sections, where applicable.
C. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove paint,
mortar, oils, putty, and similar materials from adjacent finished surfaces.
18.6 PROGRESS CLEANING
A. General: Clean Project site and work areas daily, including common areas. Enforce
requirements strictly. Dispose of materials lawfully.
1. Comply with requirements in NFPA 241 for removal of combustible waste materials and
debris.
2. Do not hold waste materials more than seven days during normal weather or three days if
the temperature is expected to rise above 80 deg F.
3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark
containers appropriately and dispose of legally, according to regulations.
a. Use containers intended for holding waste materials of type to be stored.
4. Coordinate progress cleaning for joint -use areas where Contractor and other contractors
are working concurrently.
B. Site: Maintain Project site free of waste materials and debris.
C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for
proper execution of the Work.
1. Remove liquid spills promptly.
2. Where dust would impair proper execution of the Work, broom -clean or vacuum the
entire work area, as appropriate.
D. Installed Work: Keep installed work clean. Clean installed surfaces according to written
instructions of manufacturer or fabricator of product installed, using only cleaning materials
specifically recommended. If specific cleaning materials are not recommended, use cleaning
materials that are not hazardous to health or property and that will not damage exposed surfaces.
Rev 4/16 — 57 —
E. Waste Disposal: Do not bury or burn waste materials on -site. Do not wash waste materials
down sewers or into waterways. Comply with waste disposal requirements in Section 015000
and 17419.
F. During handling and installation, clean and protect construction in progress and adjoining
materials already in place. Apply protective covering where required to ensure protection from
damage or deterioration at Substantial Completion.
G. Clean and provide maintenance on completed construction as frequently as necessary through
the remainder of the construction period. Adjust and lubricate operable components to ensure
operability without damaging effects.
H. Limiting Exposures: Supervise construction operations to assure that no part of the construction,
completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious
exposure during the construction period.
I.
END OF SECTION
Rev 4/16 — 58 -
SECTION 017419
CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL
PART 19 - GENERAL
19.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 01 Specification Sections, apply to this Section.
19.2 SUMMARY
A. Section includes administrative and procedural requirements for the following:
1. Recycling nonhazardous demolition and construction waste.
2. Disposing of nonhazardous demolition and construction waste.
19.3 DEFINITIONS
A. Construction Waste: Building and site improvement materials and other solid waste resulting
from construction, remodeling, renovation, or repair operations. Construction waste includes
packaging.
B. Demolition Waste: Building and site improvement materials resulting from demolition or
selective demolition operations.
C. Disposal: Removal off -site of demolition and construction waste and subsequent sale, recycling,
reuse, or deposit in landfill or incinerator acceptable to authorities having jurisdiction.
D. Recycle: Recovery of demolition or construction waste for subsequent processing in preparation
for reuse.
19.4 PERFORMANCE REQUIREMENTS
A. General: Maximize end -of- Project rates for salvage /recycling in contractor directed plan.
Practice efficient waste management in the use of materials in the course of the Work. Use all
reasonable means to divert construction and demolition waste from landfills and incinerators.
Facilitate recycling and salvage of materials.
19.5 INFORMATIONAL SUBMITTALS
A. Recycling and Processing Facility Records: Indicate receipt and acceptance of recyclable waste
by recycling and processing facilities licensed to accept them. Include manifests, weight tickets,
receipts, and invoices.
Rev 4/16 — 59 —
B. Landfill and Incinerator Disposal Records: Indicate receipt and acceptance of waste by landfills
and incinerator facilities licensed to accept them. Include manifests, weight tickets, receipts, and
invoices.
19.6 QUALITY ASSURANCE
A. Waste Management Coordinator Qualifications: Experienced firm, with a record of successful
waste management coordination of projects with similar requirements.
B. Regulatory Requirements: Comply with hauling and disposal regulations of authorities having
jurisdiction.
19.7 WASTE MANAGEMENT PLAN
A. General: Develop a waste management plan according to ASTM E 1609 and requirements in
this Section. Plan shall consist of waste identification, waste reduction work plan, and
cost/revenue analysis.
PART 20 - PRODUCTS (Not Used)
PART 21 - EXECUTION
21.1 PLAN IMPLEMENTATION
A. General: Implement approved waste management plan. Provide handling, containers, storage,
signage, transportation, and other items as required to implement waste management plan
during the entire duration of the Contract.
1. Comply with operation, termination, and removal requirements in Section 015000
"Temporary Facilities and Controls."
B. Training: Train workers, subcontractors, and suppliers on proper waste management
procedures, as appropriate for the Work.
C. Site Access and Temporary Controls: Conduct waste management operations to ensure
minimum interference with roads, streets, walks, walkways, and other adjacent occupied and
used facilities.
1. Designate and label specific areas on Project site necessary for separating materials that
are to be salvaged, recycled, reused, donated, and sold.
2. Comply with Section 015000 "Temporary Facilities and Controls" for controlling dust
and dirt, environmental protection, and noise control.
21.2 RECYCLING WASTE, GENERAL
A. General: Recycle paper and beverage containers used by on -site workers.
Rev 4/16 — 60 —
B. Preparation of Waste: Prepare and maintain recyclable waste materials according to recycling or
reuse facility requirements. Maintain materials free of dirt, adhesives, solvents, petroleum
contamination, and other substances deleterious to the recycling process.
C. Procedures: Separate recyclable waste from other waste materials, trash, and debris. Separate
recyclable waste by type at Project site to the maximum extent practical according to approved
construction waste management plan.
1. Provide appropriately marked containers or bins for controlling recyclable waste until
removed from Project site. Include list of acceptable and unacceptable materials at each
container and bin.
2. Stockpile processed materials on -site without intermixing with other materials. Place,
grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust.
3. Stockpile materials away from construction area. Do not store within drip line of
remaining trees.
21.3 DISPOSAL OF WASTE
A. General: Except for items or materials to be recycled, or otherwise reused, remove waste
materials from Project site and legally dispose of them in a landfill or incinerator acceptable to
authorities having jurisdiction.
1. Except as otherwise specified, do not allow waste materials that are to be disposed of
accumulate on -site.
2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces
and areas.
B. Disposal: Remove temporary soil waste materials and dispose of in adjacent areas by thinly
spreading as directed by the Architect.
C. Disposal: Remove waste materials from Owner's property and legally dispose of them.
END OF SECTION
Rev 4/16 — 61 —
SECTION 017700
CLOSEOUT PROCEDURES
PART 22 - GENERAL
22.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
22.2 SUMMARY
A. Section includes administrative and procedural requirements for contract closeout, including,
but not limited to, the following:
1. Substantial Completion procedures.
2. Final completion procedures.
3. Warranties.
4. Final cleaning.
B. Related Sections:
1. Division 1 Section "Execution" for progress cleaning of Project site.
2. Division 1 Section "Project Record Documents" for submitting Record Drawings, Record
Specifications, and Record Product Data.
3. Division 1 Section "Operation and Maintenance Data" for operation and maintenance
manual requirements.
4. Divisions 2 through 34 Sections for specific closeout and special cleaning requirements
for the Work in those Sections.
22.3 SUBSTANTIAL COMPLETION
A. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of
request, Architect will either proceed with inspection or notify Contractor of unfulfilled
requirements. Architect will prepare the Certificate of Substantial Completion after inspection
or will notify Contractor of items, either on Contractor's list or additional items identified by
Architect, that must be completed or corrected before certificate will be issued.
1. Reinspection: Request reinspection when the Work identified in previous inspections as
incomplete is completed or corrected.
2. Results of completed inspection will form the basis of requirements for final completion.
22.4 FINAL COMPLETION
A. Preliminary Procedures: Before requesting final inspection for determining fmal completion,
complete the following:
Rev 4/16
- 62 -
1. Submit a final Application for Payment according to Attachment G, Item 4
"Compensation" of Public Works Contract for Federal Way Town Square Park
2. Submit copy of Architect's Substantial Completion inspection list of items to be
completed or corrected (punch list), endorsed and dated by Architect. The copy of the
list shall state that each item has been completed or otherwise resolved for acceptance.
3. Instruct Owner's personnel in operation, adjustment, and maintenance of products,
equipment, and systems.
B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request,
Architect will either proceed with inspection or notify Contractor of unfulfilled requirements.
Architect will prepare a final Certificate for Payment after inspection or will notify Contractor
of construction that must be completed or corrected before certificate will be issued.
1. Reinspection: Request reinspection when the Work identified in previous inspections as
incomplete is completed or corrected.
22.5 WARRANTIES
A. Submittal Time: Submit written warranties on request of Architect for designated portions of
the Work where commencement of warranties other than date of Substantial Completion is
indicated.
PART 23 - PRODUCTS Not used
PART 24 - EXECUTION
24.1 FINAL CLEANUP
A. General: Perform final cleanup. Conduct cleaning and waste - removal operations to comply
with local laws and ordinances and Federal and local environmental and antipollution
regulations.
B. Cleaning: Complete the following cleaning operations before requesting inspection for
certification of Substantial Completion for entire Project or for a portion of Project:
a. Clean Project site, yard, and grounds, in areas disturbed by construction activities,
including landscape development areas, of rubbish, waste material, litter, and other
foreign substances.
b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other
foreign deposits.
c. Rake grounds that are neither planted nor paved to a smooth, even - textured
surface.
d. Remove tools, construction equipment, machinery, and surplus material from
Project site.
e. Leave Project clean and ready for occupancy.
Rev 4/16 — 63 —
C. Construction Waste Disposal: Comply with waste disposal requirements in Division 1 Section
"Temporary Facilities and Controls."
END OF SECTION
Rev 4/16 — 64 —
SECTION 312000
EARTHWORK
PART 25 - GENERAL
25.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
25.2 SUMMARY
A. Section Includes:
1. Removal of existing asphalt.
2. Root cutting and removal.
3. Excavating nonbearing soil.
4. Subbase course and base course for asphalt paving.
B. Related Requirements:
1. Section 321713 "Asphalt Paving" for replacement of asphalt pathway.
25.3 DEFINITIONS
A. Backfill: Soil material or controlled low- strength material used to fill an excavation.
1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to
support sides of pipe.
2. Final Backfill: Backfill placed over initial backfill to fill a trench.
B. Base Course: Aggregate layer placed between the subbase course and hot -mix asphalt paving.
C. Borrow Soil: Satisfactory soil imported from off -site for use as fill or backfill.
D. Excavation: Removal of material encountered above subgrade elevations and to lines and
dimensions indicated.
1. Authorized Additional Excavation: Excavation below subgrade elevations or beyond
indicated lines and dimensions as directed by Architect. Authorized additional excavation
and replacement material will be paid for according to Contract provisions for changes in
the Work.
2. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated
lines and dimensions without direction by Architect. Unauthorized excavation, as well as
remedial work directed by Architect, shall be without additional compensation.
E. Fill: Soil materials used to raise existing grades.
Rev 4/16 — 65 -
F. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and
electrical appurtenances, or other man -made stationary features constructed above or below the
ground surface.
G. Subbase Course: Aggregate layer placed between the subgrade and base course for hot -mix
asphalt pavement, or aggregate layer placed between the subgrade and a cement concrete
pavement or a cement concrete or hot -mix asphalt walk.
H. Subgrade: Uppermost surface of an excavation or the top surface of a fill or backfill
immediately below subbase, drainage fill, drainage course, or topsoil materials.
I. Utilities: On -site underground pipes, conduits, ducts, and cables as well as underground services
within buildings.
J. Standard Specifications: Reference in this section to the Standard Specifications shall mean the
latest edition of the "Standard Specifications for Road, Bridge and Municipal Construction"
prepared by the Washington State Department of Transportation and the American Public
Works Association as adopted by the City. All work shall be performed in accordance with the
latest edition of the Standard Specifications.
25.4 PREINSTALLATION MEETINGS
A. Preinstallation Conference: Conduct preexcavation conference at Project site.
1. Review methods and procedures related to earthmoving, including, but not limited to, the
following:
a. Personnel and equipment needed to make progress and avoid delays.
b. Coordination of Work with park users.
c. Coordination of tree root cutting.
d. Coordination of Work and equipment movement with the locations of tree- and
plant - protection zones.
e. Field quality control.
f. Utility interruptions.
25.5 ACTION SUBMITTALS
A. Product Data: For each type of the following manufactured products required:
1. Asphalt composition.
25.6 FIELD CONDITIONS
A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied
or used facilities during earthwork operations.
Rev 4/16 — 66 —
1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities
without permission from Owner and authorities having jurisdiction.
2. Provide alternate routes around closed or obstructed traffic ways if required by Owner or
authorities having jurisdiction.
B. Do not commence earth - moving operations until roots greater than 3" are examined by the City
arborist for location and method of cutting.
C. Do not direct vehicle or equipment exhaust towards protection zones.
D. Smoking is prohibited in the parks..
E. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others
unless permitted in writing by Architect and then only after arranging to provide temporary
utility services according to requirements indicated:
1. Notify Architect not less than two days in advance of proposed utility interruptions.
F. Cut and remove tree roots 10' from any tree and less than 3" in diameter. Larger roots to be
examined by the City arborist and the contractor will be directed on where the root is to be cut.
Tree roots to be cut cleanly and evenly.
G. Existing site conditions & drawings: Prior to submitting a bid, the Contractor shall examine
the existing conditions of the site and shall submit in writing, prior to submitting his or her bid,
to the Architect any concerns or discrepancies of existing site to conditions indicated on plans.
Submittal of a bid shall indicate acceptance that the representation of the existing conditions on
the bid drawings are acceptable to the contractor and no claim shall be made regarding any
discrepancy.
H. Prior to commencing work: Prior to commencing work, the Contractor shall examine the
existing conditions of the site. Commencement of any work of this section shall indicate
acceptance of the existing conditions.
Contractor, by submitting a bid, acknowledges that this geographical region experiences an
extensive rainy season. Contractor acknowledges that it is experienced with working on and
accomplishing similar projects during this rainy season and has prepared its bid taking the
impacts of the rainy season on the progress of the work into full consideration. Accordingly,
neither the Architect nor the Owner will authorize additional costs or extensions of time to the
contract unless the job site experiences a twenty -five (25) year (or greater) storm event, in
which case adjustments to the contract amount or time may be allowed, depending on the
particular facts and circumstances at that time, as determined by the Architect.
PART 26 - PRODUCTS
26.1 SOIL MATERIALS
A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not
available from excavations.
Rev 4/16 — 67 —
B. Satisfactory Soils: Soil Classification Groups GW, GP, GM, SW, SP, and SM according to
ASTM D 2487 or a combination of these groups; free of rock or gravel larger than 3 inches (75
mm) in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter.
C. Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT
according to ASTM D 2487, or a combination of these groups.
1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of
optimum moisture content at time of compaction.
D. Subbase: In compliance with 9 -03.10 of the Standard Specifications or as indicated on the
drawings.
E. Base: In compliance with 9- 03.9(3) of the Standard Specifications or as indicated on the
drawings.
26.2 GEOTEXTILES
A. Subsurface Drainage Geotextile: Nonwoven needle - punched geotextile, manufactured for
subsurface drainage applications, made from polyolefins or polyesters; with elongation greater
than 50 percent; complying with AASHTO M 288 and the following, measured per test
methods referenced:
1. Survivability: Class 2; AASHTO M 288.
2. Apparent Opening Size: No. 60 (0.250 -mm) sieve, maximum; ASTM D 4751.
3. Permittivity: 0.2 per second, minimum; ASTM D 4491.
4. UV Stability: 50 percent after 500 hours' exposure; ASTM D 4355.
B. Separation Geotextile: Woven geotextile fabric, manufactured for separation applications, made
from polyolefins or polyesters; with elongation less than 50 percent; complying with
AASHTO M 288 and the following, measured per test methods referenced:
1. Survivability: Class 2; AASHTO M 288.
2. Apparent Opening Size: No. 60 (0.250 -mm) sieve, maximum; ASTM D 4751.
3. Permittivity: 0.02 per second, minimum; ASTM D 4491.
4. UV Stability: 50 percent after 500 hours' exposure; ASTM D 4355.
PART 27 - EXECUTION
27.1 PREPARATION
A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by
settlement, lateral movement, undermining, washout, and other hazards created by earth- moving
operations.
Rev 4/16 — 68 —
27.2 DEWATERING
A. Prevent surface water and ground water from ponding on prepared subgrades.
B. Protect subgrades from softening, undermining, washout, and damage by rain or water
accumulation.
1. Reroute surface water runoff away from excavated areas. Do not allow water to
accumulate in exposed areas.
27.3 EXPLOSIVES
A. Explosives: Do not use explosives.
27.4 EXCAVATION FOR WALKS AND PAVEMENTS
A. Excavate surfaces under pavement as required to replace the subbase.
B. Notify Owner when excavations have reached required subgrade.
C. If Owner determines that unsatisfactory soil is present, continue excavation and replace with
compacted backfill or fill material as directed.
27.5 STORAGE OF SOIL MATERIALS
A. Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing.
Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust.
27.6 SOIL FILL
A. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill
material will bond with existing material.
B. Place and compact fill material in layers to required elevations as follows:
1. Under grass and planted areas, use satisfactory soil material.
2. Under walks and pavements, use satisfactory soil material.
3. Under steps and ramps, use engineered fill.
4. Under building slabs, use engineered fill.
C. Place soil fill on subgrades free of mud, frost, snow, or ice.
27.7 SOIL MOISTURE CONTROL
A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before
compaction to within 2 percent of optimum moisture content.
Rev 4/16 — 69 -
1. Do not place fill soil material on surfaces that are muddy, frozen, or contain frost or ice.
2. Remove and replace, or scarify and air dry, otherwise satisfactory soil material that
exceeds optimum moisture content by 2 percent and is too wet to compact to specified
dry density.
27.8 COMPACTION OF SOIL BACKFILLS AND FILLS
A. Compact soil materials to not less than the following percentages of maximum dry density
according to ASTM D 698:
1. Under walkways, scarify and recompact top 6 inches (150 mm) below subgrade and
compact each layer of backfill or fill soil material at 95 percent.
27.9 GRADING
A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply
with compaction requirements and grade to cross sections, lines, and elevations indicated.
1. Provide a smooth transition between adjacent existing grades and new grades.
2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface
tolerances.
B. Site Rough Grading: Slope grades to prevent ponding. Finish subgrades to elevations required
to achieve indicated finish elevations, within the following subgrade tolerances:
1. Walks: Plus or minus 1 inch (25 mm).
2. Pavements: Plus or minus 1/2 inch (13 mm).
27.10 SUBBASE AND BASE COURSES UNDER PAVEMENTS AND WALKS
A. Place base course on subgrades free of mud, frost, snow, or ice.
B. On prepared subgrade, place base course under pavements and walks as follows:
1. Place base course material over subbase course under hot -mix asphalt pavement.
2. Compact base course at optimum moisture content to required grades, lines, cross
sections, and thickness to not less than 95 percent of maximum dry density according to
ASTM D 698.
27.11 PROTECTION
A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep
free of trash and debris.
B. Repair and reestablish grades to specified tolerances where completed or partially completed
surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent
construction operations or weather conditions.
1. Scarify or remove and replace soil material to depth as directed by Architect; reshape and
recompact.
Rev 4/16 — 70 —
C. Where settling occurs before Project correction period elapses, remove finished surfacing,
backfill with additional soil material, compact, and reconstruct surfacing.
1. Restore appearance, quality, and condition of finished surfacing to match adjacent work,
and eliminate evidence of restoration to greatest extent possible.
27.12 DISPOSAL OF SURPLUS AND WASTE MATERIALS
A. Timing and Disposal: All of the existing material not reusable on the site, shall be transported
off site at no additional cost to the Owner. Remove waste material, including trash and debris,
and legally dispose of it off Owner's property at no additional cost.
END OF SECTION
Rev 4/16 — 71 —
SECTION 321216
ASPHALT PAVING
PART 1 - GENERAL
RELATED DOCUMENTS
B. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
B. Work Included: The work of this Section shall include, but is not limited to the following:
1. Final preparation of subgrade, including removal or grinding of existing asphalt, removal
of tree roots precut by Parks Dept.;
2. Soil sterilization under pavement;
3. Aggregate base course;
4. Patching, repaving, overlaying existing asphalt path;
5. Traffic Control plan.
C. Standard Specifications:
1. Reference in this section to the standard specifications shall mean the latest edition of the
"Standard Specifications for Road, Bridge and Municipal Construction" prepared by the
Washington State Department of Transportation and the American Public Works
Association as adopted by the City.
2. All work shall be performed in accordance with the latest edition of the Standard
Specifications, except that the standard specifications shall apply only to performance
conditions and materials incorporated into the work. In the event that deficient
subgrades, materials, or controls during application occur, Owner reserves the right to
further remedy of deficient conditions through application of the legal, contractual,
measurement, formulas and payment sections contained in the standard specification.
D. Quality Assurance:
1. Asphalt - Paving Publication: Comply at minimum with AI MS -22, "Construction of Hot
Mix Asphalt Pavements," unless more stringent requirements are indicated in the
Standard Specifications.
E. Project Conditions:
1. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or
excessively damp or if the following conditions are not met:
a. Prime and Tack Coats: Minimum surface temperature of 60 deg F (15.5 deg C).
b. Slurry Coat: Comply with weather limitations of ASTM D 3910.
c. Asphalt Surface Course: Minimum surface temperature of 60 deg F (15.5 deg C)
at time of placement.
d. Base course may be placed when air temperature is above 30° F. and rising.
PART 2 - PRODUCTS
2.1 Materials:
Rev 4/16
— 72 —
A. References in these specifications to specific percentage values for required compaction of soils
are a percentage of the maximum dry density as defined and determined by the American Society
of Testing and Materials (ASTM), Designation D -698 (Standard Proctor).
B. Materials:
1. Base Course: Crushed surfacing, in accordance with Section 9- 03.9(3) of the Standard
Specifications.
2. Asphalt Concrete Pavement: Asphalt concrete pavement, Class B, in accordance with
Section 5 -04 of the Standard Specifications.
PART 3 - EXECUTION
3.1 Preparation:
A. Inspection: Examine the areas and conditions under which work of this Section will be installed.
Correct conditions detrimental to proper and timely completion of the work. Do not proceed until
unsatisfactory conditions have been corrected.
B. Final Preparation of Subgrade:
1. Cut asphalt to be removed or grind asphalt for areas of overlay.
2. Remove asphalt to be replaced.
3. Remove tree roots previously cut by City staff.
4. Regrade as necessary for even fill.
C. Soil Sterilization: After finish grading, apply one application of an approved soil residual
herbicide in accordance with Section 5- 04.3(5) D of the Standard Specifications.
D. Obtain City street use permit and approval of traffic control plan prior to beginning any work in
the city right of way.
3.2 Installation:
A. Existing Saw Cuts: Tack vertical surfaces and seal joint after surfacing.
B. Base Course: Base course shall be installed in accordance with Section 4 -04 of the Standard
Specifications to the minimum 2" depth.
3.3 Hot Mix Installation: Asphalt Concrete Pavement: Asphalt concrete pavement shall be Class B to
the minimum 2" depths, installed in accordance with Section 5 -04 of the Standard Specifications.
A. Compaction shall be by means of static or vibratory steel wheeled rollers provided satisfactory
results can be obtained. Compaction shall a minimum of 92% of maximum density as determined
by WSDOT Test Method 705Machine place hot -mix asphalt on prepared surface, spread
uniformly, and strike off. Place asphalt mix by hand to areas inaccessible to equipment
in a manner that prevents segregation of mix. Place each course to required grade, cross
section, and thickness when compacted.
1. Place hot -mix asphalt surface course in single lift.
2. Spread mix at minimum temperature of 250 deg F (121 deg C).
3. Regulate paver machine speed to obtain smooth, continuous surface free of pulls and
tears in asphalt - paving mat.
Rev 4/16 — 73 —
B. Drainage: Slopes shall be evenly graded to existing or at 1/4" per foot unless otherwise shown.
Any surface which fails to drain completely will be considered defective work. Take care in
finishing surfaces to assure that surface area will drain and water will flow without being
impounded by surface depressions.
END OF SECTION
Rev 4/16 — 74 —
Rev 4/16
PARK MAPS AND REPAIR QUANTITIES
- 75 -
111
i= 11
i4 iG
a
1
76
I
1; aci IA
1 ar B Federal Vaev Federal Way Parks Asphalt Path Repair
Mirror
Lake Park Mumr Lake Pads
77
E
w
as
44
A'! till ill
Federal Way Parks Asphalt Path Repair
Total Area
!VIM
Ithr
g a ,,2fl ,
78
uj
ti5
12
p u T 8. 6 T u u T Y 1 T u u u 1
T
1416"11411111“111" u 11111! f T i VF COlgeiGa6°'C°'g0 aYC gpOo- c-06e
.y
a
P, 4 �p `k,' y �p p p p pp pppp y o
▪ yT I Q, O *: 1 3 N A C 1± G `D A* .O $ d f a 0 d �� N OG M 2 S ry OD e M M O p
a 5 N
Y J. Sa Si 5a 5e 4. 5 Sa b wJ � ' '`J.. v 5a _ = S Sa 5a `a 'a
Cg i
Cla Z
I — se `O `D az ,,O aD n t-- , .O .s ‘o M Q ‘a ,D N Cq ,G , .O n 00 so n O N O, T 4O
co A �i ._ an
i
.AC a 5a ast Si 55 5a 51 5: 5a 5= ' 5a as as 5i 5e 5a li 5i 5a Se Sa 5i 5e LW Y'i Se U 5a aii 5i 5Y.. St.
Ch {.! p o V y p
i 78 ? r`�n �p N N rl p .. y, an N n yp .Q.. N N N V T N N N d C� M r N
0 I 5a 50 = .. . `- . , � . 5a 5a 5d 5o Na as 5e 5m as 5a 5a 5a Sa 5a 5e 5e 5e 5a 'm 50 5m 5a Ye 5t
116 in y
3 p , P, ., A P T p r (� h p. h M p N R 4 p. N vi a �p M� •
V t� rl Vi M M N M .•. �O H1 M Vi N en M M�� 7 V ^"� �O M� V
i A
�yyj ��!! pp�] [[]] p �y rf y� �p pmp ;
w :] �I .� N r� R h. r` m CO ad ab a6 o.' O— N Nf " ^ V P- r a N N N N N N Ci N -N O
❑[q F
N N N » N N N N N N N N N N N »
79
SITE MAP
11
;C.;
's
1
a
arks Asphalt Path Repair
L .Y
r
111W v A
r oYC CoCoC `OOa n.aa
X77
T T Y Y Y Y Y T Y $ 6 Y
i i.0 „� Z y0 ,� V.0 U L L U J ya t.0 t V Y t L
m A �+ ro a n n A a m
0.0.0. a p a a a W W 0 0.0.0. C4&$2-4&
a N LI e M h , R r1 0' r4 ^ %1 ^ N 00 S N 4 °B 4 O 52 .0 a K g
V rl 'O 'O 'C • P O. t•! .0 T fn M d 'T CO � CO en 00 rn 00 00 K, 0C 00 W ■■ rn .: 00 M tM • GO
N h a v =i ron , N e h e r1 e n ?: vi a 0' r_ r. e e '0 00 ri r� ry e rn n rn o0 00
S 5a '-- 'sfSSSSS'�' S'�' --'a bS'.�''a S'a 'a SSaSSSSSSSSS SSSSS
— ri m e 00 �D r• 00 P
T O C! fV M C N CI rl f0`1 N M to M� m M M M M 1
80
SITE MAP
1
0
Federal Way Parks Asphalt Path Repair
Steel Lake Park
u u& tn. E w v -$ u u
.F ace aaa ceaaa.t,aa4
.a 14 Lu La a
$ a
C!
e
y m m m m m m m m m m m m m m m m m
t ▪ 7 § g `a * n* M m 2 i N 8 . a& A
0
y u Sa Sa Sa Sa Sa S. $1:E b Sr,
4
4y .D • .O , A M , Yl .D r , ,
9
G
L.
.0
O n V ,n V Yran M N O 'd' G m
F
.9 0
L
L C :::!::!!
72 y it
ft 9 E q
C - M
O
81
SITE MAP
9 ^
2
O
8
F
e a a n .w ow 4 v
p h'bx w ry a o a m , d m oG v . a / K$ $ avv n C a = K v a a v g+ 040 a a O
o$C
t i
w w
N N a N « a e a N u H m
i GG pp ryry pp OO OO pp CC o yy
.pp
V' P P OO Q P P °O P O= N N vb ap P N N C rPn N Q 00 rv$ �- G M n N eNn tl .�•. N Q' Q h ro C �' N
O
c b b b b b b b b b b b b b b b b b b b b b b b b b b b b b b b b b a b b b b b b b b b b b b b
N A
v1 M m P N n P r P ,O m m r1 t1 m en m W m m m en m m m to m n en m m m m ,O m to m en m m m
` _ ^ b b a _ _ a b b b b b b ' _ - - b b b b b b b b = b b b b b b b b b b b b b b S• b b
en en en e,� rnenUmN ',zw/fE'Qm/,v,. .n43,$n engSre no-.2 QQ enen,ennn$_
ha Ss ha b bb b a- -h•- - bbbbb b' -b°. a.'•. w `^`•.. F abb b b b. Sabbbb b he bb
aa 0m0 �p pp cn T �mp fNV p C 0p pmp V� ey p� p ee1r�
`
.611
U ga
B ° o -N.n Q�n o � -
mc oNe1Q��o�mP���`e -i' ne°vbe'S'D �i�°19�r�L^i Y, n S,rh s,$'o �d 33112%
p v
A
82
SITE MAP
EXHIBIT "B"
CONTRACT CHANGE ORDER AGREEMENT
PROJECT CHANGE ORDER EFFECTIVE DATE
NUMBER NUMBER
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
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?
If "Yes" Will the Policies Be Extended?
Yes No
❑ Yes ❑ No
PRICE CHANGE LUMP SUM: INCREASE $ DECREASE $
UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES
INVOLVED IN THIS CHANGE
ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT: INCREASE $ DECREASE $
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.
CONTRACTOR'S MAYOR
SIGNATURE SIGNATURE
Rev 4/16 - 83 —
DATE
DEPARTMENT RECAP TO DATE: *Adjustments:
ORIGINAL CONTRACT AMOUNT $
PREVIOUS CHANGE ORDERS $
THIS CHANGE ORDER $
*ADJUSTMENTS $
NEW CONTRACT AMOUNT $
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY ❑ INCREASED $
❑ DECREASED $
PAY THIS ADJUSTED AMOUNT: $
MAYOR'S SIGNATURE
Rev 4/16 — 84 -
EXHIBIT "C"
CONTRACTOR'S RETAINAGE AGREEMENT
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003 -6325
253- 835 -7000
Bid/Contract Number
IDENTIFICATION AND DESCRIPTION
Project Title
Contractor
Representative
Bid No. Date Administering Department
City Representative
Project Authority
Funding Source
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 Bank, Mutual Fund, or Savings & Loan Association:
Address:
Account #: Contact Person:
Contractor: Date:
By: Title:
Address: Phone:
Fed ID #: Est. Completion Date:
CITY APPROVAL
Approval of Investment Program and Retainage Agreement
CERTIFICATION FOR RELEASE OF CONTRACT RETAINAGE
Contract No. Project Title:
Finance Director Date
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
Rev 4/16 — 85 -
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 Administrator
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.)
Rev 4/16 — 86 -
EXHIBIT "D"
RETAINAGE BOND TO CITY OF FEDERAL WAY
PARKS ASPHALT TRAIL REPAIRS
Bond No. 382458C
KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Tony Lind Paving LLC, as
principal ( "Principal "), and Developers Surety and Indemnity Company a Corporation organized and existing under the laws of
the State of Iowa, as a surety Corporation, and qualified under the laws of the State of Washington to become surety upon bonds
of Contractors with Municipal Corporations, as surety ( "Surety"), are jointly and severally held and firmly bonded to the City of
Federal Way ( "City ") in the penal sum of: Six Thousand Six Hundred Thirteen and 10 /100ths Dollars ($6,613.10) for the
payment of which sum we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may
be.
A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances,
regulations, standards and policies of the City, as now existing or hereafter amended or adopted.
B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal,
providing for the Parks Asphalt Trail Repairs Project, which contract is incorporated herein by this reference ( "Contract "), and
C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the
Principal pursuant to the contract, a sum not to exceed five percent (5 %), said sum to be retained by the City as a trust fund for
the protection and payment of any person or persons, mechanic, subcontractor or materialmen who shall perform any labor upon
such contract or the doing of such work, and all persons who shall supply such person or persons or subcontractors with
provisions and supplies for the carrying on of such work, and the State with the respect to taxes imposed pursuant to Title 82
RCW which may be due from said Principal. Every person performing labor or furnishing supplies towards completion of said
improvement or work shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be
given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any amendments
that may hereafter be provided thereto; and
D. State law further 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 the public body conditioned upon such bond
any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth retained
percentages pursuant to Chapter 60.28 RCW; and
E. The Principal 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 $132,261.98; and
F. The City is prepared to release any required retainage money previously paid by the Principal prior to
acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by these presents,
NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and
within the time period prescribed by the City, or within such extensions of time as may be granted under the Contract, and shall
pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or
subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all taxes
imposed pursuant to Title 82 RCW which may be due from such 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 full force and effect.
And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying
the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time,
alterations or additions to the terms of the Contract or to the Work.
The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the
Contract without 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 Surety.
Rev 4/16 — 1
Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of
the Contract, the Surety shall make written commitment to the City that it will either: (a) cure the default itself within a
reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the default, including legal fees
incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes
the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then
fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the
penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the
Surety elects option (b), then upon completion of the necessary 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 City any actual costs which
exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete
participation in mediation, described in the below paragraph, prior to any interplead action.
In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of
default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with the mediation
procedures of United States Arbitration and Mediation ( "USA &M "). The Parties shall proportionately share in the cost of the
mediation. The mediation shall be administered by the Seattle USA &M office, 4300 Two Union Square, 601 Union Street,
Seattle, 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 17th day of October, 2016, the name
and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned representatives
pursuant to authority of its governing body.
CORPORATE SEAL:
PRINCIPAL
By:
Tony Ling
Title: Owner
Address: 23048 172nd Avenue SE
Kent, WA 98042 253.630.7612
CORPORATE SEAL:
SURETY
By:
LAAa
Jennifer D. Lutz, Attorney -in -Fact
(Attach Power of Attorney)
Title: Attorney -in -Fact
Address: 17771 Cowan, Suite 100
Irvine, CA 92614 800.782.1546
Rev 4/16 — 2
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 to I who signed the said bond on behalf of the Principal, was
�.. _ C of said Corporation; that I know his or her signature thereto is genuine, and that said
bond was ' ly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body.
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in the
within bond; that , who signed the said bond on behalf of the Surety, was
of the said Corporation; that I know his or her signature thereto is genuine, and that
said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing
body.
See Attached Power of Attorney
Secretary of Assistant Secretary
APPROVED AS TO FORM:
noik
City Attorney,,
Rev 4/16 — 3
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO Box 19725, IRVINE, CA 92623 (949) 263 -3300
KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each
hereby make, constitute and appoint:
""Kristin Jackson, Kelly Stiling, Jennifer D. Lutz, Kori White, Josh Wright, Ramona Scott, Andrew R. Hoven, James G. Hunt, Carmen
Meyers, Karen L. Padilla, jointly or severally * **
as their true and lawful Attorney(s) -in -Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of
suretyship giving and granting unto said Attorney(s) -in -Fact full power and authority to do and to•perform every act necessary, requisite or proper to be done in connection therewith as
each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attorney(s) -in -Fact, pursuant to these
presents, are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY
AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008.
RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice- President, Senior Vice - President or any Vice President of the
corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attorney(s) named in the Power of Attorney to execute, on behalf of the
corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized
to attest the execution of any such Power of Attorney;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such
Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking
or contract of suretyship to which it is attached.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by
their respective officers and attested by their respective Secretary or Assistant Secretary this 18th day of April, 2016.
By:
By:
Daniel Young, Senior Vice- President
Mark Lansdon, Vice- President
State of California
County of Orange
On
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
April 18, 2016
Date
personally appeared
before me,
Lucille Raymond, Notary Public
Here Insert Name and Title of the Officer
Daniel Young and Mark Lansdon
Place Notary Seal Above
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed
to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized
capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal.
Signature
CERTIFICATE
640WA4
Lucill y ond, Notary Public
The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby
certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Boards of Directors of
said corporations set forth in the Power of Attorney are in force as of the date of this Certificate.
This Certificate is executed in the City of Irvine, California, this 17th day of October , 2016 •
By e•41/44i/ 41444111.11-414--
Cassie J. rrisford, Assistant ry
ID -1380 (Rev. 04/16)
EXHIBIT "E"
NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS
NONDISCRIMINATION IN EMPLOYMENT
TO: /a,O je-4C- • � /-4)CAZ- 4/1 D
(Nance of Union or Orgaization)
The undersigned currently holds contract(s) with C[Ty of Foiraa 04.441 nvolving
funds or credit of the City of Federal Way, Washington, or (a) subcontract(s) wi a prime
contractor holding such contract(s).
You are advised that, under the provisions of the above contract(s) or subcontract(s) and in
accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the
undersigned is obliged not to discriminate against any employee or applicant of employment
because of race, color, creed or national origin. This obligation not to discriminate in
employment includes, but is not limited to, the following:
EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION
RECRUITMENT AND ADVERTISING
RATES OF PAY OR OTHER FORMS OF COMPENSATION
SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR
TERMINATION
This notice is furnished to you pursuant to the provisions of the above contract(s) or
subcontractor(s) and Executive Order 11246.
Copies of this Notice will be posted by the undersigned in conspicuous places available to
employees or applicants for employment.
Complaints may be submitted to:
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
Rev 4/16 - 90 -
j 'M y 4{t,ICRiivi tG , L L!
(Contractor or subcontractor)
Cdr i C/N4
Date
AC L CERTIFICATE OF LIABILITY INSURANCE
DATE (MM /DD/YYYY)
10/17/2016
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Bell Anderson Agency, Inc.
600 SW 39th St, Suite 200
Renton WA 98057
CONTACT Karen Padilla, CRIS
NAME:
PHONE (425)291 -5200 FAX (425)291 -5100
(A/C. No. Eat): (A/C, No):
E-MAIL s:karenp @bell- anderson.com
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURERA:American Fire & Casualty Company
24066
INSURED
Tony Lind Paving, LLC
23048 172nd Avenue SE
Kent WA 98042
INSURER B :The Ohio Casualty Insurance Co.
24074
INSURER C :
9/3/2017
INSURERD:
$ 1,000,000
INSURER E :
$ 1,000,000
INSURERF:
COVERAGES
CERTIFICATE NUMBER:CL168917869
REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADDL
INSD
SUBR
W VD
POLICY NUMBER
POLICY EFF
D/
(MM /DYYYY)
POLICY EXP
(MMIDD/YYYY)
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
BKA54233095
9/3/2016
9/3/2017
EACH OCCURRENCE
$ 1,000,000
DAMAGE TO RENTED
PREMISES (Ea occurrence)
$ 1,000,000
r
CLAIMS -MADE I X
OCCUR
MED EXP (Any one person)
$ 15,000
PERSONAL&ADVINJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GE
AGGREGATE
POLICY
OTHER:
XN
LIMIT APPLIES
PER:
LOC
PRODUCTS - COMP /OPAGG
$ 2,000,000
$
A
AUTOMOBILE
X
X
LIABILITY
ANY AUTO
AUTOALL OS VuN ED
HIRED AUTOS
SCHEDOS ULED
AUT
NON -OWNED
AUTOS
BAA54233095
9/3/2016
9/3/2017
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,000
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
$
B
X
UMBRELLA LIAB
EXCESS LIAB
X
OCCUR
CLAIMS -MADE
US054233095
9/3/2016
9/3/2017
EACH OCCURRENCE
$ 5,000,000
AGGREGATE
$ 5,000,000
$
DED
X
RETENTION$ 10,000
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR /PARTNER/EXECUTIVE
OFFICER /MEMBER EXCLUDED?
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
Y/ N
-
N / A
WA Stop Gap
BKA54233095
9/3/2016
9/3/2017
I STATUTE ERH
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE: Parks Asphalt Trail Repairs
The City of Federal Way, its officers, officials, employees, volunteers and agents are additional insured
for general liability, but only if required by written contract or written agreement per CG8810 0413.
Waiver of Subrogation and Primary Non Contributory provisions are included.
CERTIFICATE HOLDER
CANCELLATION
City of Federal Way
33325 8th Ave S
Federal Way, WA 98003
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
James Hunt /CRM
ACORD 25 (2014/01)
INS025 (201401)
© 1988 -2014 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
COMMERCIAL GENERAL LIABILITY
CG 88 10 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
COMMERCIAL GENERAL LIABILITY EXTENSION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
INDEX
SUBJECT PAGE
NON -OWNED AIRCRAFT 2
NON -OWNED WATERCRAFT 2
PROPERTY DAMAGE LIABILITY — ELEVATORS 2
EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) 2
MEDICAL PAYMENTS EXTENSION 3
EXTENSION OF SUPPLEMENTARY PAYMENTS — COVERAGES A AND B 3
ADDITIONAL INSUREDS — BY CONTRACT, AGREEMENT OR PERMIT 3
PRIMARY AND NON - CONTRIBUTORY — ADDITIONAL INSURED EXTENSION 5
ADDITIONAL INSUREDS — EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" 6
WHO IS AN INSURED — INCIDENTAL MEDICAL ERRORS /MALPRACTICE AND WHO IS AN INSURED — 6
FELLOW EMPLOYEE EXTENSION — MANAGEMENT EMPLOYEES
NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES 7
FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 7
KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7
LIBERALIZATION CLAUSE 7
BODILY INJURY REDEFINED 7
EXTENDED PROPERTY DAMAGE 8
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US — 8
WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU
CG 88 10 04 13
© 2013 Liberty Mutual Insurance
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 8
With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the
endorsement.
A. NON -OWNED AIRCRAFT
Under Paragraph 2. Exclusions of Section I — Coverage A - Bodily Injury And Property Damage Liability,
exclusion g. Aircraft, Auto Or Watercraft does not apply to an aircraft provided:
1. It is not owned by any insured;
2. It is hired, chartered or loaned with a trained paid crew;
3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the
United States of America or Canada, designating her or him a commercial or airline pilot; and
4. It is not being used to carry persons or property for a charge.
However, the insurance afforded by this provision does not apply if there is available to the insured other valid and
collectible insurance, whether primary, excess (other than insurance written to apply specifically in excess of this
policy), contingent or on any other basis, that would also apply to the loss covered under this provision.
B. NON -OWNED WATERCRAFT
Under Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability,
Subparagraph (2) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following:
This exclusion does not apply to:
(2) A watercraft you do not own that is:
(a) Less than 52 feet long; and
(b) Not being used to carry persons or property for a charge.
C. PROPERTY DAMAGE LIABILITY — ELEVATORS
1. Under Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage
Liability, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such
"property damage" results from the use of elevators. For the purpose of this provision, elevators do not
include vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations.
2. The following is added to Section IV — Commercial General Liability Conditions, Condition 4. Other
Insurance, Paragraph b. Excess Insurance:
The insurance afforded by this provision of this endorsement is excess over any property insurance,
whether primary, excess, contingent or on any other basis.
D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage)
If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part:
1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury and Property Damage
Liability:
a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the
following:
Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than
damage by fire, lightning, explosion, smoke, or leakage from an automatic fire protection system)
to:
CG 88 10 04 13
(i) Premises rented to you for a period of 7 or fewer consecutive days; or
(ii) Contents that you rent or lease as part of a premises rental or lease agreement for a
period of more than 7 days.
Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of
premises rented to you for a period of 7 or fewer consecutive days.
A separate limit of insurance applies to this coverage as described in Section III — Limits of
Insurance.
© 2013 Liberty Mutual Insurance
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 8
b. The last paragraph of subsection 2. Exclusions is replaced by the following:
Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage
from automatic fire protection systems to premises while rented to you or temporarily occupied by
you with permission of the owner. A separate limit of insurance applies to Damage To Premises
Rented To You as described in Section 111 — Limits Of Insurance.
2. Paragraph 6. under Section III — Limits Of Insurance is replaced by the following:
6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will
pay under Coverage A for damages because of "property damage" to:
a. Any one premise:
(1) While rented to you; or
(2) While rented to you or temporarily occupied by you with permission of the owner
for damage by fire, lightning, explosion, smoke or leakage from automatic
protection systems; or
b. Contents that you rent or lease as part of a premises rental or lease agreement.
3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO
YOU (Tenants Property Damage) - Paragraph 9.a. of Definitions is replaced with the following:
9.a. A contract for a lease of premises. However, that portion of the contract for a lease of premises
that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or
leakage from automatic fire protection systems to premises while rented to you or temporarily
occupied by you with the permission of the owner, or for damage to contents of such premises
that are included in your premises rental or lease agreement, is not an "insured contract ".
E. MEDICAL PAYMENTS EXTENSION
If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy are
amended as follows:
Under Paragraph 1. Insuring Agreement of Section I — Coverage C — Medical Payments,
Subparagraph (b) of Paragraph a. is replaced by the following:
(b) The expenses are incurred and reported within three years of the date of the accident; and
F. EXTENSION OF SUPPLEMENTARY PAYMENTS — COVERAGES A AND B
1. Under Supplementary Payments — Coverages A and B, Paragraph 1.b. is replaced by the following:
b. Up to $3,000 for cost of bail bonds required because of accidents or traffic law violations arising
out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have
to furnish these bonds.
2. Paragraph 1.d. is replaced by the following:
d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or
defense of the claim or "suit ", including actual loss of earnings up to $500 a day because of time
off from work.
G. ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT
1. Paragraph 2. under Section 11 — Who Is An Insured is amended to include as an insured any person or
organization whom you have agreed to add as an additional insured in a written contract, written
agreement or permit. Such person or organization is an additional insured but only with respect to liability
for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by:
a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the
performance of your on going operations for the additional insured that are the subject of the
written contract or written agreement provided that the "bodily injury" or "property damage" occurs,
or the "personal and advertising injury" is committed, subsequent to the signing of such written
contract or written agreement; or
CG 88 10 04 13
© 2013 Liberty Mutual Insurance
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 8
b. Premises or facilities rented by you or used by you; or
c. The maintenance, operation or use by you of equipment rented or leased to you by such person
or organization; or
d. Operations performed by you or on your behalf for which the state or political subdivision has
issued a permit subject to the following additional provisions:
(1) This insurance does not apply to "bodily injury", "property damage ", or "personal and
advertising injury' arising out of the operations performed for the state or political
subdivision;
(2) This insurance does not apply to "bodily injury" or "property damage" included within the
"completed operations hazard ".
(3)
However:
Insurance applies to premises you own, rent, or control but only with respect to the
following hazards:
a) The existence, maintenance, repair, construction, erection, or removal of
advertising signs, awnings, canopies, cellar entrances, coal holes, driveways,
manholes, marquees, hoist away openings, sidewalk vaults, street banners, or
decorations and similar exposures; or
(b) The construction, erection, or removal of elevators; or
(c) The ownership, maintenance, or use of any elevators covered by this insurance.
1. The insurance afforded to such additional insured only applies to the extent permitted by law; and
2. If coverage provided to the additional insured is required by a contract or agreement, the insurance
afforded to such additional insured will not be broader than that which you are required by the contract or
agreement to provide for such additional insured.
With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this
endorsement ends when:
(1) All work, including materials, parts or equipment furnished in connection with such work,
on the project (other than service, maintenance or repairs) to be performed by or on
behalf of the additional insured(s) at the location of the covered operations has been
completed; or
(2) That portion of "your work" out of which the injury or damage arises has been put to its
intended use by any person or organization other than another contractor or subcontractor
engaged in performing operations for a principal as a part of the same project.
With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured under this
endorsement ends when their written contract or written agreement with you for such premises or facilities ends.
With respects to Paragraph 1.c. above, this insurance does not apply to any "occurrence" which takes place after
the equipment rental or lease agreement has expired or you have returned such equipment to the lessor.
The insurance provided by this endorsement applies only if the written contract or written agreement is signed
prior to the "bodily injury" or "property damage ".
We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit"
by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence,
Offense, Claim Or Suit under Section IV — Commercial General Liability Conditions.
CG 88 10 04 13
© 2013 Liberty Mutual Insurance
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 8
' 2. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2.
Exclusions under Section I - Coverage A - Bodily Injury And Property Damage Liability:
This insurance does not apply to:
a. "Bodily injury" or "property damage" arising from the sole negligence of the additional insured.
b. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the
location where such "bodily injury" or "property damage" occurs.
c. "Bodily injury ", "property damage" or "personal and advertising injury" arising out of the rendering
of, or the failure to render, any professional architectural, engineering or surveying services,
including:
(1) The preparing, approving, or failing to prepare or approve, maps, shop drawings,
opinions, reports, surveys, field orders, change orders or drawings and specifications; or
(2) Supervisory, inspection, architectural or engineering activities.
This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the
supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which
caused the "bodily injury" or "property damage ", or the offense which caused the "personal and advertising
injury ", involved the rendering of, or the failure to render, any professional architectural, engineering or
surveying services.
d. "Bodily injury" or "property damage" occurring after:
(1) All work, including materials, parts or equipment furnished in connection with such work,
on the project (other than service, maintenance or repairs) to be performed by or on
behalf of the additional insured(s) at the location of the covered operations has been
completed; or
(2) That portion of "your work" out of which the injury or damage arises has been put to its
intended use by any person or organization other than another contractor or subcontractor
engaged in performing operations for a principal as a part of the same project.
e. Any person or organization specifically designated as an additional insured for ongoing operations
by a separate ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS
endorsement issued by us and made a part of this policy.
3. With respect to the insurance afforded to these additional insureds, the following is added to Section III —
Limits Of Insurance:
If coverage provided to the additional insured is required by a contract or agreement, the most we will pay
on behalf of the additional insured is the amount of insurance:
a. Required by the contract or agreement; or
b. Available under the applicable Limits of Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations.
H. PRIMARY AND NON - CONTRIBUTORY ADDITIONAL INSURED EXTENSION
This provision applies to any person or organization who qualifies as an additional insured under any form or
endorsement under this policy.
Condition 4. Other Insurance of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is
amended as follows:
a. The following is added to Paragraph a. Primary Insurance:
If an additional insured's policy has an Other Insurance provision making its policy excess, and
you have agreed in a written contract or written agreement to provide the additional insured
coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek
contribution from the additional insured's policy for damages we cover.
CG 88 10 04 13
© 2013 Liberty Mutual Insurance
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 8
b. The following is added to Paragraph b. Excess Insurance:
When a written contract or written agreement, other than a premises lease, facilities rental
contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a
state or political subdivision between you and an additional insured does not require this insurance
to be primary or primary and non - contributory, this insurance is excess over any other insurance
for which the additional insured is designated as a Named Insured.
Regardless of the written agreement between you and an additional insured, this insurance is
excess over any other insurance whether primary, excess, contingent or on any other basis for
which the additional insured has been added as an additional insured on other policies.
I. ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE"
This provision applies to any person or organization who qualifies as an additional insured under any form or
endorsement under this policy.
1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim or Suit:
An additional insured under this endorsement will as soon as practicable:
a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under this
insurance to us;
b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance
available to the additional insured; and
c. Agree to make available any other insurance which the additional insured has for a loss we cover
under this Coverage Part.
d. We have no duty to defend or indemnify an additional insured under this endorsement until we
receive written notice of a "suit" by the additional insured.
2. The limits of insurance applicable to the additional insured are those specified in a written contract or
written agreement or the limits of insurance as stated in the Declarations of this policy and defined in
Section III — Limits of Insurance of this policy, whichever are Tess. These limits are inclusive of and not
in addition to the limits of insurance available under this policy.
J. WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS / MALPRACTICE
WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES
Paragraph 2.a.(1) of Section II - Who Is An Insured is replaced with the following:
(1) "Bodily injury" or "personal and advertising injury":
(a) To you, to your partners or members (if you are a partnership or joint venture), to your members
(if you are a limited liability company), to a co- "employee" while in the course of his or her
employment or performing duties related to the conduct of your business, or to your other
"volunteer workers" while performing duties related to the conduct of your business;
(b) To the spouse, child, parent, brother or sister of that co- "employee" or "volunteer worker" as a
consequence of Paragraph (1) (a) above;
(c) For which there is any obligation to share damages with or repay someone else who must pay
damages because of the injury described in Paragraphs (1) (a) or (b) above; or
(d) Arising out of his or her providing or failing to provide professional health care services. However,
if you are not in the business of providing professional health care services or providing
professional health care personnel to others, or if coverage for providing professional health care
services is not otherwise excluded by separate endorsement, this provision (Paragraph (d)) does
not apply.
CG 88 10 04 13
© 2013 Liberty Mutual Insurance
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 8
Paragraphs (a) and (b) above do not apply to "bodily injury" or "personal and advertising injury" caused by an
"employee" who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the
"employee's" job responsibilities assigned by you, includes the direct supervision of other "employees" of yours.
However, none of these "employees" are insureds for "bodily injury" or "personal and advertising injury" arising out
of their willful conduct, which is defined as the purposeful or willful intent to cause "bodily injury" or "personal and
advertising injury ", or caused in whole or in part by their intoxication by liquor or controlled substances.
The coverage provided by provision J. is excess over any other valid and collectable insurance available to your
"employee ".
K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES
Paragraph 3. of Section II - Who Is An Insured is replaced by the following:
3. Any organization you newly acquire or form and over which you maintain ownership or majority interest,
will qualify as a Named Insured if there is no other similar insurance available to that organization.
However:
a. Coverage under this provision is afforded only until the expiration of the policy period in which the
entity was acquired or formed by you;
b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you
acquired or formed the organization; and
c. Coverage B does not apply to "personal and advertising injury" arising out of an offense
committed before you acquired or formed the organization.
d. Records and descriptions of operations must be maintained by the first Named Insured.
No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture
or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured
under this provision.
L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES
Under Section IV — Commercial General Liability Conditions, the following is added to Condition 6.
Representations:
Your failure to disclose all hazards or prior "occurrences" existing as of the inception date of the policy
shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or
prior "occurrences" is not intentional.
M. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT
Under Section IV — Commercial General Liability Conditions, the following is added to Condition 2. Duties In
The Event of Occurrence, Offense, Claim Or Suit:
Knowledge of an "occurrence ", offense, claim or "suit" by an agent, servant or "employee" of any insured
shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of
Section II — Who Is An Insured or a person who has been designated by them to receive reports of
"occurrences ", offenses, claims or "suits" shall have received such notice from the agent, servant or
"employee ".
N. LIBERALIZATION CLAUSE
If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional
premium charge, your policy will automatically provide the coverage as of the day the revision is effective in your
state.
O. BODILY INJURY REDEFINED
Under Section V — Definitions, Definition 3. is replaced by the following:
3. "Bodily Injury" means physical injury, sickness or disease sustained by a person. This includes mental
anguish, mental injury, shock, fright or death that results from such physical injury, sickness or disease.
CG 88 10 04 13
© 2013 Liberty Mutual Insurance
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 8
P. EXTENDED PROPERTY DAMAGE
Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the
following:
a. Expected Or Intended Injury
"Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This
exclusion does not apply to "bodily injury" or "property damage" resulting from the use of
reasonable force to protect persons or property.
Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US — WHEN REQUIRED IN A
CONTRACT OR AGREEMENT WITH YOU
Under Section IV — Commercial General Liability Conditions, the following is added to Condition 8. Transfer
Of Rights Of Recovery Against Others To Us:
We waive any right of recovery we may have against a person or organization because of payments we make for
injury or damage arising out of your ongoing operations or your work" done under a contract with that person or
organization and included in the "products- completed operations hazard" provided:
1. You and that person or organization have agreed in writing in a contract or agreement that you waive such
rights against that person or organization; and
2. The injury or damage occurs subsequent to the execution of the written contract or written agreement.
CG 88 10 04 13
© 2013 Liberty Mutual Insurance
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 8
EXHIBIT "G"
CITY OF FEDERAL WAY
PERFORMANCE/PAYMENT BOND
KNOW ALL PEOPLE BY THESE PRESENTS: Bond No. 382456P
We, the undersigned Tony Lind Paving LLC, ( "Principal ") and Indemnity Company of California, the undersigned
corporation organized and existing under the laws of the State of California and legally doing business in the State
of Washington as a surety ( "Surety"), are held and firmly bonded unto the City of Federal Way, a Washington
municipal corporation ( "City") in the penal sum of One Hundred Thirty Two Thousand Two Hundred Sixty One and
98/100ths Dollars ($132,261.98) for the payment of which we firmly bind ourselves and our legal representatives,
heirs, successors and assigns, jointly and severally.
This obligation is entered into pursuant to the statutes of the State of Washington ar' the ordinances, regulations,
standards and policies of the City, as now existing or hereafter amended or adopted.
The Principal has entered into an Agreement with the City dated al 1 , 2016 for Parks Asphalt Trail
Repairs.
NOW, THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and within
the time period prescribed by the City, or within such extensions of time as may be granted under the Agreement,
and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply
the Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold the City,
their officials, agents, employees and volunteers harmless from any loss or damage occasioned to any person or
property by reason of any carelessness or negligence on the part of the Principal, or any subcontractor in the
performance of said work, and shall indemnify and hold the City harmless from any damage or expense by reason of
failure of performance as specified in the Agreement within a period of one (1) year after its final acceptance thereof
by the City, then and in the event this obligation shall be void; but otherwise, it shall be and remain in full force and
effect.
And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the Agreement or to the work to be performed thereunder or the specifications
accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any
change, extension of time, alterations or additions to the terms of the Agreement or to the Work.
The Surety hereby agrees that modifications and changes may be made in terms and provisions of the Agreement
without 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 Performance Bond in a like amount, such increase,
however, not to exceed twenty-five percent (25 %) of the original amount of this bond without the consent of the
Surety.
Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the
Agreement, the Surety shall make a written commitment to the City that it will either: (a) cure the default itself
within a reasonable time period, or (b) tender to the city, the amount necessary for the City to remedy the default,
including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or
in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its
intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has
elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount
equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon
completion of the necessary 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 City any actual costs which exceed the
City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete
participation in mediation, described in the below paragraph, prior to any interplead action.
Rev 4/16 — 1 —
In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default
by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with the mediation
procedures of United States Arbitration and Mediation ( "USA &M "). The Parties shall proportionately share in the
cost of the mediation. The mediation shall be administered by the Seattle USA &M office, 4300 Two Union Square,
601 Union Street, Seattle, Washington 98101 -2327. The Surety shall not interplead prior to completion of the
mediation.
DATED this 17th day of October, 2016.
CORPORATE SEAL OF PRINCIPAL:
STATE OF WASHINGTON )
COUNTY OF Kto■l G► )
) ss.
PRINCIPAL
By:
Tony L. d
Its: Owner
23048 172nd Ave SE
Kent, WA 98042
(253) 630-7612
On this day personally appeared before me Tony Lind, to me known to be the Owner of Tony Lind Paving, LLC that
executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed
of said limited liability company, for the uses and purposes therein mentioned, and on oath stated that he /she was
authorized to execute said instrument.
GIVEN my hand and official seal this / 7 day of
Notary's signature
Notary's printed name
Notary Public in and for th
My commission expires
CORPORATE SEAL OF SURETY:
APPROVED AS TO FORM:
City Attorney, Wc.-
• fma IN CAA
Rev 4/16 — 2
By:
SURETY
Attorney -in -Fact
(Attach Power of Attorney)
Jennifer D. Lutz
(Name of Person Executing Bond)
17771 Cowan, Suite 100
(Address)
Irvine, CA 92614
800.782.1546
(Phone)
fan
r ,
•
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO Box 19725, IRVINE, CA 92623 (949) 263 -3300
KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each
hereby make, constitute and appoint:
** *Kristin Jackson, Kelly Stiling, Jennifer D. Lutz, Kori White, Josh Wright, Ramona Scott, Andrew R. Hoven, James G. Hunt, Carmen
Meyers, Karen L. Padilla, jointly or severally * **
as their true and lawful Attorney(s) -in -Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of
suretyship giving and granting unto said Attomey(s) -in -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as
each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attorney(s) -in -Fact, pursuant to these
presents, are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY
AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008.
RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice- President, Senior Vice - President or any Vice President of the
corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attorney(s) named in the Power of Attorney to execute, on behalf of the
corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized
to attest the execution of any such Power of Attorney;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such
Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking
or contract of suretyship to which it is attached.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by
their respective officers and attested by their respective Secretary or Assistant Secretary this 18th day of April, 2016.
By: J
By:
Daniel Young, Senior Vice- President
Mark Lansdon, Vice- President
State of California
County of Orange
On
Og,PANYO�
G 000N Z? OCT. 5rto,„
W 1967
0 O P
.' 44 /FOFks-
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
April 18, 2016
Date
personally appeared
before me,
Lucille Raymond, Notary Public
Here Insert Name and Title of the Officer
Daniel Young and Mark Lansdon
LUCILLE RAYMOND
Commission • 2081945
Notary Public • Morals
Orange Cowley
Comm. E res Oct 13 2018
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed
to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized
capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal.
Place Notary Seal Above Signature
CERTIFICATE
Lucill': y ond, Notary Public
The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby
certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Boards of Directors of
said corporations set forth in the Power of Attorney are in force as of the date of this Certificate.
This Certificate is executed in the City of Irvine, California, this 17th day of October , 2016
By: e.44-xi, /61-444;
tart'
Cassie J. rrisford, Assistant Se
ID -1380 (Rev. 04/16)
CO AND Mes
`� OCT. °b
• 10 o
O 1936 O
��� /own. as
EXHIBIT "H"
PREVAILING RATE OF WAGE
I 8/3/2016 Get Wages Dow nload Wages 1
Effective Date:
Benefit Code Key for 8/3/2016
Apprentice Wages
County
Trade
Job Classification
Wage
Holiday
Overtime
Note
King
Carpenters.
Acoustical Worker
$54.02
5D
4C
King
Carpenters
Bridge, Dock And Wharf
Carpenters
$54.02
5D
4C
King
Carpenters
Carpenter
$54.02
5D
4C
King
Carpenters
Carpenters on Stationary
Tools
$54.15
5D
4C
King
Carpenters
Creosoted Material
$54.12
5D
4C
King
Carpenters
Floor Finisher
$54.02
5D
4C
King
Carpenters
Floor Layer
$54.02
5D
4C
King
Carpenters
Scaffold Erector
$54.02
5D
4C
King
Cement Masons
Journey Level
$53.95
7A
1M
King
Fence Erectors
Fence Erector
$15.18
1
King
Flaggers
Journey Level
$37.26
7A
31
King
Laborers
Air, Gas Or Electric Vibrating
Screed
$43.95
7A
31
King
Laborers
Airtrac Drill Operator
$45.32
7A
31
King
Laborers
Ballast Regular Machine
$43.95
7A
31
King
Laborers
Batch Weighman
$37.26
7A
31
King
Laborers
Brick Pavers
$43.95
7A
31
King
Laborers
Brush Cutter
$43.95
7A
31
King
Laborers
Brush Hog Feeder
$43.95
7A
31
King
Laborers
Burner
$43.95
7A
31
King
Laborers
Caisson Worker
$45.32
7A
31
King
Laborers
Carpenter Tender
$43.95
7A
31
King
Laborers
Caulker
$43.95
7A
31
King
Laborers
Cement Dumper - paving
$44.76
7A
31
King
Laborers
Cement Finisher Tender
$43.95
7A
31
King
Laborers
Change House Or Dry Shack
$43.95
7A
31
King
Laborers
Chipping Gun (under 30 Lbs.)
$43.95
7A
31
King
Laborers
Chipping Gun(30 Lbs. And
Over)
$44.76
7A
31
King
Laborers
Choker Setter
$43.95
7A
31
King
Laborers
Chuck Tender
$43.95
7A
31
King
Laborers
Clary Power Spreader
$44.76
7A
31
King
Laborers
Clean -up Laborer
$43.95
7A
31
King
Laborers
Concrete Dumper /chute
$44.76
7A
31
Rev 4/16
- 94 -
Rev 4/16
- 95 -
Operator
King
Laborers
Concrete Form Stripper
$43.95
7A
31
King
Laborers
Concrete Placement Crew
$44.76
7A
31
King
Laborers
Concrete Saw Operator /core
Driller
$44.76
7A
31
King
Laborers
Crusher Feeder
$37.26
7A
31
King
Laborers
Curing Laborer
$43.95
7A
31
King
Laborers
Demolition: Wrecking &
Moving (incl. Charred
Material)
$43.95
7A
31
King
Laborers
Ditch Digger
$43.95
7A
31
King
Laborers
Diver
$45.32
7A
31
King
Laborers
Drill Operator
(hydraulic,diamond)
$44.76
7A
31
King
Laborers
Dry Stack Walls
$43.95
7A
31
King
Laborers
Dump Person
$43.95
7A
31
King
Laborers
Epoxy Technician
$43.95
7A
31
King
Laborers
Erosion Control Worker
$43.95
7A
31
King
Laborers
Faller & Bucker Chain Saw
$44.76
7A
31
King
Laborers
Fine Graders
$43.95
7A
31
King
Laborers
Firewatch
$37.26
7A
31
King
Laborers
Form Setter
$43.95
7A
31
King
Laborers
Gabian Basket Builders
$43.95
7A
31
King
Laborers
General Laborer
$43.95
7A
31
King
Laborers
Grade Checker & Transit
Person
$45.32
7A
31
King
Laborers
Grinders
$43.95
7A
31
King
Laborers
Grout Machine Tender
$43.95
7A
31
King
Laborers
Groutmen
(pressure)including Post
Tension Beams
$44.76
7A
31
King
Laborers
Guardrail Erector
$43.95
7A
31
King
Laborers
Hazardous Waste Worker
(level A)
$45.32
7A
31
King
Laborers
Hazardous Waste Worker
(level B)
$44.76
7A
31
King
Laborers
Hazardous Waste Worker
(level C)
$43.95
7A
31
King
Laborers
High Scaler
$45.32
7A
31
King
Laborers
Jackhammer
$44.76
7A
31
King
Laborers
Laserbeam Operator
$44.76
7A
31
King
Laborers
Maintenance Person
$43.95
7A
31
King
Laborers
Manhole Builder - mudman
$44.76
7A
31
King
Laborers
Material Yard Person
$43.95
7A
31
King
Laborers
Motorman -dinky Locomotive
$44.76
7A
31
King
Laborers
Nozzleman (concrete Pump,
Green Cutter When Using
Combination Of High
$44.76
7A
31
Rev 4/16
- 95 -
Rev 4/16
- 96 -
Pressure Air a Water On
Concrete 8 Rock, Sandblast,
Gunite, Shotcrete, Water Bla
King
Laborers
Pavement Breaker
$44.76
7A
31
King
Laborers
Pilot Car
$37.26
7A
31
King
Laborers
Pipe Layer Lead
$45.32
7A
31
King
Laborers
Pipe Layer /tailor
$44.76
7A
31
King
Laborers
Pipe Pot Tender
$44.76
7A
31
King
Laborers
Pipe Reliner
$44.76
7A
31
King
Laborers
Pipe Wrapper
$44.76
7A
31
King
Laborers
Pot Tender
$43.95
7A
31
King
Laborers
Powderman
$45.32
7A
31
King
Laborers
Powderman's Helper
$43.95
7A
31
King
Laborers
Power Jacks
$44.76
7A
31
King
Laborers
Railroad Spike Puller - Power
$44.76
7A
31
King
Laborers
Raker - Asphalt
$45.32
7A
31
King
Laborers
Re- timberman
$45.32
7A
31
King
Laborers
Remote Equipment Operator
$44.76
7A
31
King
Laborers
Rigger /signal Person
$44.76
7A
31
King
Laborers
Rip Rap Person
$43.95
7A
31
King
Laborers
Rivet Buster
$44.76
7A
31
King
Laborers
Rodder
$44.76
7A
31
King
Laborers
Scaffold Erector
$43.95
7A
31
King
Laborers
Scale Person
$43.95
7A
31
King
Laborers
Sloper (over 20 ")
$44.76
7A
31
King
Laborers
Sloper Sprayer
$43.95
7A
31
King
Laborers
Spreader (concrete)
$44.76
7A
31
King
Laborers
Stake Hopper
$43.95
7A
31
King
Laborers
Stock Piter
$43.95
7A
31
King
Laborers
Tamper 0. Similar Electric,
Air Et Gas Operated Tools
$44.76
7A
31
King
Laborers
Tamper (multiple 8 Self-
propelled)
$44.76
7A
31
King
Laborers
Timber Person - Sewer
(lagger, Shorer & Cribber)
$44.76
7A
31
King
Laborers
Toolroom Person (at Jobsite)
$43.95
7A
31
King
Laborers
Topper
$43.95
7A
31
King
Laborers
Track Laborer
$43.95
7A
31
King
Laborers
Track Liner (power)
$44.76
7A
31
King
Laborers
Traffic Control Laborer
$39.84
7A
31
8R
King
Laborers
Traffic Control Supervisor
$39.84
7A
31
8R
King
Laborers
Truck Spotter
$43.95
7A
31
King
Laborers
Tugger Operator
$44.76
7A
31
King
Laborers
Tunnel Work- Compressed Air
Worker 0 -30 psi
$74.29
7A
31
King
Laborers
Tunnel Work- Compressed Air
Worker 30.01 -44.00 psi
$79.32
7A
31
Rev 4/16
- 96 -
King
Laborers
Tunnel Work- Compressed Air
Worker 44.01 -54.00 psi
$83.00
7A
31
N.
King
Laborers
Tunnel Work- Compressed Air
Worker 54.01 -60.00 psi
$88.70
7A
31
King
Laborers
Tunnel Work- Compressed Air
Worker 60.01 -64.00 psi
$90.82
7A
31
N,
King
Laborers
Tunnel Work- Compressed Air
Worker 64.01 -68.00 psi
$95.92
7A
31
fiQ
King
Laborers
Tunnel Work- Compressed Air
Worker 68.01 -70.00 psi
$97.82
7A
31
N,
King
Laborers
Tunnel Work- Compressed Air
Worker 70.01 -72.00 psi
$99.82
7A
31
8�
King
Laborers
Tunnel Work- Compressed Air
Worker 72.01 -74.00 psi
$101.82
7A
31
King
Laborers
Tunnel Work -Guage and Lock
Tender
$45.42
7A
31
King
Laborers
Tunnel Work -Miner
$45.42
7A
31
King
Laborers
Vibrator
$44.76
7A
31
King
Laborers
Vinyl Seamer
$43.95
7A
31
King
Laborers
Watchman
$33.86
7A
31
King
Laborers
Welder
$44.76
7A
31
King
Laborers
Well Point Laborer
$44.76
7A
31
King
Laborers
Window Washer /cleaner
$33.86
7A
31
King
Laborers - Underground
General Laborer a Topman
$43.95
7A
31
Sewer Et Water
King
Laborers - Underground
Pipe Layer
$44.76
7A
31
Sewer &t Water
King
Landscape Construction
Irrigation Or Lawn Sprinkler
Installers
$13.56
1
King
Landscape Construction
Landscape Equipment
Operators Or Truck Drivers
$28.17
1
King
Landscape Construction
Landscaping or Planting
Laborers
$17.87
1
King
Power Equipment Operators
Asphalt Plant Operators
$56.94
7A
3C
8P
King
Power Equipment Operators
Assistant Engineer
$53.57
7A
3C
8P
King
Power Equipment Operators
Barrier Machine (zipper)
$56.44
7A
3C
8P
King
Power Equipment Operators
Batch Plant Operator,
Concrete
$56.44
7A
3C
8P
King
Power Equipment Operators
Bobcat
$53.57
7A
3C
8P
King
Power Equipment Operators
Brokk - Remote Demolition
Equipment
$53.57
7A
3C
8P
King
Power Equipment Operators
Brooms
$53.57
7A
3C
8P
King
Power Equipment Operators
Bump Cutter
$56.44
7A
3C
8P
King
Power Equipment Operators
Cableways
$56.94
7A
3C
8P
King
Power Equipment Operators
Chipper
$56.44
7A
3C
8P
King
Power Equipment Operators
Compressor
$53.57
7A
3C
8P
King
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Over
$56.94
7A
3C
8P
Rev 4/16
- 97 -
Rev 4/16
— 98 —
42 M
King
Power Equipment Operators
Concrete Finish Machine -
laser Screed
$53.57
7A
3C
8P
King
Power Equipment Operators
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$56.00
7A
3C
8P
King
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Up
To 42m
$56.44
7A
3C
8P
King
Power Equipment Operators
Conveyors
$56.00
7A
3C
8P
King
Power Equipment Operators
Cranes Friction: 200 tons and
over
$58.67
7A
3C
8P
King
Power Equipment Operators
Cranes: 20 Tons Through 44
Tons With Attachments
$56.44
7A
3C
8P
King
Power Equipment Operators
Cranes: 100 Tons Through
199 Tons, Or 150' Of Boom
(Including Jib With
Attachments)
$57.51
7A
3C
8P
King
Power Equipment Operators
Cranes: 200 tons- 299 tons,
or 250' of boom including jib
with attachments
$58.10
7A
3C
8P
King
Power Equipment Operators
Cranes: 300 tons and over or
300' of boom including jib
with attachments
$58.67
7A
3C
8P
King
Power Equipment Operators
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$56.94
7A
3C
8P
King
Power Equipment Operators
Cranes: A -frame - 10 Tons
And Under
$53.57
7A
3C
8P
King
Power Equipment Operators
Cranes: Friction cranes
through 199 tons
$58.10
7A
3C
8P
King
Power Equipment Operators
Cranes: Through 19 Tons
With Attachments A -frame
Over 10 Tons
$56.00
7A
3C
8P
King
Power Equipment Operators
Crusher
$56.44
7A
3C
8P
King
Power Equipment Operators
Deck Engineer /deck Winches
(power)
$56.44
7A
3C
8P
King
Power Equipment Operators
Derricks, On Building Work
$56.94
7A
3C
8P
King
Power Equipment Operators
Dozers D -9 Et Under
$56.00
7A
3C
8P
King
Power Equipment Operators
Drill Oilers: Auger Type,
Truck Or Crane Mount
$56.00
7A
3C
8P
King
Power Equipment Operators
Drilling Machine
$57.51
7A
3C
8P
King
Power Equipment Operators
Elevator And Man -lift:
Permanent And Shaft Type
$53.57
7A
3C
8P
King
Power Equipment Operators
Finishing Machine, Bidwell
And Gamaco Et Similar
Equipment
$56.44
7A
3C
8P
King
Power Equipment Operators
Forklift: 3000 Lbs And Over
With Attachments
$56.00
7A
3C
8P
Rev 4/16
— 98 —
King
Power Equipment Operators
Forklifts: Under 3000 Lbs.
With Attachments
$53.57
7A
3C
8P
King
Power Equipment Operators
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$56.44
7A
3C
8P
King
Power Equipment Operators
Gradechecker /stakeman
$53.57
7A
3C
8P
King
Power Equipment Operators
Guardrail Punch
$56.44
7A
3C
8P
King
Power Equipment Operators
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et Over
$56.94
7A
3C
8P
King
Power Equipment Operators
Hard Tail End Dump
Articulating Off -road
Equipment Under 45 Yards
$56.44
7A
3C
8P
King
Power Equipment Operators
Horizontal /directional Drill
Locator
$56.00
7■
3C
8P
King
Power Equipment Operators
Horizontal /directional Drill
Operator
$56.44
7A
3C
8P
King
Power Equipment Operators
Hydralifts /boom Trucks Over
10 Tons
$56.00
7A
3C
8P
King
Power Equipment Operators
Hydralifts /boom Trucks, 10
Tons And Under
$53.57
7A
3C
8P
King
Power Equipment Operators
Loader, Overhead 8 Yards. Et
Over
$57.51
7A
3C
8P
King
Power Equipment Operators
Loader, Overhead, 6 Yards.
But Not Including 8 Yards
$56.94
7A
3C
8P
King
Power Equipment Operators
Loaders, Overhead Under 6
Yards
$56.44
7A
3C
8P
King
Power Equipment Operators
Loaders, Plant Feed
$56.44
7■
3C
8P
King
Power Equipment Operators
Loaders: Elevating Type Belt
$56.00
7A
3C
8P
King
Power Equipment Operators
Locomotives, All
$56.44
7A
3C
8P
King
Power Equipment Operators
Material Transfer Device
$56.44
7A
3C
8P
King
Power Equipment Operators
Mechanics, All (leadmen -
$0.50 Per Hour Over
Mechanic)
$57.51
7A
3C
8P
King
Power Equipment Operators
Motor Patrol Graders
$56.94
7A
3C
8P
King
Power Equipment Operators
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And /or Shield
$56.94
7A
3C
8P
King
Power Equipment Operators
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$53.57
7A
3C
8P
King
Power Equipment Operators
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$56.00
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type
Crane: 20 Tons Through 44
Tons
$56.44
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type: 100
Tons And Over
$57.51
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type: 45
Tons Through 99 Tons
$56.94
7A
3C
8P
King
Power Equipment Operators
Pavement Breaker
$53.57
7A
3C
8P
Rev 4/16
— 99 —
King
Power Equipment Operators
Pile Driver (other Than Crane
Mount)
$56.44
7A
3C
8P
King
Power Equipment Operators
Plant Oiler - Asphalt, Crusher
$56.00
7A
3C
8P
King
Power Equipment Operators
Posthole Digger, Mechanical
$53.57
7A
3C
8P
King
Power Equipment Operators
Power Plant
$53.57
7A
3C
8P
King
Power Equipment Operators
Pumps - Water
$53.57
7A
3C
8P
King
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$56.94
7A
3C
8P
King
Power Equipment Operators
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$53.57
7A
3C
8P
King
Power Equipment Operators
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$56.94
7A
3C
8P
King
Power Equipment Operators
Rigger And Bellman
$53.57
7A
3C
8P
King
Power Equipment Operators
Rigger /Signal Person,
Bellman (Certified)
$56.00
7A
3C
8P
King
Power Equipment Operators
Rollagon
$56.94
7A
3C
8P
King
Power Equipment Operators
Roller, Other Than Plant Mix
$53.57
7A
3C
8P
King
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
Materials
$56.00
7A
3C
8P
King
Power Equipment Operators
Roto -mill, Roto - grinder
$56.44
7A
3C
8P
King
Power Equipment Operators
Saws - Concrete
$56.00
7A
3C
8P
King
Power Equipment Operators
Scraper, Self Propelled
Under 45 Yards
$56.44
7A
3C
8P
King
Power Equipment Operators
Scrapers - Concrete a Carry
All
$56.00
7A
—
3C
8P
King
Power Equipment Operators
Scrapers, Self - propelled: 45
Yards And Over
$56.94
7A
3C
8P
King
Power Equipment Operators
Service Engineers -
Equipment
$56.00
7A
3C
8P
King
Power Equipment Operators
Shotcrete /gunite Equipment
$53.57
7A
3C
8P
King
Power Equipment Operators
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric
Tons.
$56.00
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$56.94
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric
Tons
$56.44
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$57.51
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$58.10
7A
3C
8P
King
Power Equipment Operators
Slipform Pavers
$56.94
7A
3C
8P
King
Power Equipment Operators
Spreader, Topsider Et
Screedman
$56.94
7A
3C
8P
King
Power Equipment Operators
Subgrader Trimmer
$56.44
7A
3C
8P
Rev 4/16
– 100 –
King
Power Equipment Operators
Tower Bucket Elevators
$56.00
7A
3C
8P
King
Power Equipment Operators
Tower Crane Up To 175' In
Height Base To Boom
$57.51
7A
3C
8P
King
Power Equipment Operators
Tower Crane: over 175'
through 250' in height, base
to boom
$58.10
7A
3C
8P
King
Power Equipment Operators
Tower Cranes: over 250' in
height from base to boom
$58.67
7A
3C
8P
King
Power Equipment Operators
Transporters, All Track Or
Truck Type
$56.94
7A
3C
8P
King
Power Equipment Operators
Trenching Machines
$56.00
7A
3C
8P
King
Power Equipment Operators
Truck Crane Oiler /driver -
100 Tons And Over
$56.44
7A
3C
8P
King
Power Equipment Operators
Truck Crane Oiler /driver
Under 100 Tons
$56.00
7A
3C
8P
King
Power Equipment Operators
Truck Mount Portable
Conveyor
$56.44
7A
3C
8P
King
Power Equipment Operators
Welder
$56.94
7A
3C
8P
King
Power Equipment Operators
Wheel Tractors, Farmall
Type
$53.57
7A
3C
8P
King
Power Equipment Operators
Yo Yo Pay Dozer
$56.44
7A
3C
8P
King
Power Equipment Operators-
Asphalt Plant Operators
$56.94
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Assistant Engineer
$53.57
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Barrier Machine (zipper)
$56.44
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Batch Plant Operator,
Concrete
$56.44
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Bobcat
$53.57
7A
3C
8P
Underground Sewer &t Water
King
Power Equipment Operators-
Brokk - Remote Demolition
Equipment
$53.57
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Brooms
$53.57
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Bump Cutter
$56.44
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Cableways
$56.94
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Chipper
$56.44
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Compressor
$53.57
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Over
42 M
$56.94
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Concrete Finish Machine -
laser Screed
$53.57
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Concrete Pump - Mounted Or
Trailer High Pressure Line
$56.00
7A
3C
8P
Underground Sewer & Water
Rev 4/16
— 101 —
Rev 4/16
— 102 —
Pump, Pump High Pressure.
King
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Up
To 42m
$56.44
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Conveyors
$56.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes Friction: 200 tons and
over
$58.67
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Cranes: 20 Tons Through 44
Tons With Attachments
$56.44
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Cranes: 100 Tons Through
199 Tons, Or 150' Of Boom
(Including Jib With
Attachments)
$57.51
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Cranes: 200 tons- 299 tons,
or 250' of boom including jib
with attachments
$58.10
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Cranes: 300 tons and over or
300' of boom including jib
with attachments
$58.67
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$56.94
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Cranes: A -frame - 10 Tons
And Under
$53.57
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Cranes: Friction cranes
through 199 tons
$58.10
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Cranes: Through 19 Tons
With Attachments A -frame
Over 10 Tons
$56.00
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Crusher
$56.44
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Deck Engineer /deck Winches
(power)
$56.44
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Derricks, On Building Work
$56.94
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Dozers D -9 & Under
$56.00
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Drill Oilers: Auger Type,
Truck Or Crane Mount
$56.00
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Drilling Machine
$57.51
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Elevator And Man -lift:
Permanent And Shaft Type
$53.57
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Finishing Machine, Bidwell
And Gamaco & Similar
Equipment
$56.44
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Forklift: 3000 Lbs And Over
With Attachments
$56.00
7A
3C
8P
Underground Sewer & Water
Rev 4/16
— 102 —
King
Power Equipment Operators-
Forklifts: Under 3000 Lbs.
With Attachments
$53.57
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$56.44
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Gradechecker /stakeman
$53.57
7A
3C
8P
Underground Sewer 8 Water
King
Power Equipment Operators-
Guardrail Punch
$56.44
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et Over
$56.94
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Hard Tail End Dump
Articulating Off -road
Equipment Under 45 Yards
$56.44
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Horizontal /directional Drill
Locator
$56.00
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Horizontal /directional Drill
Operator
$56.44
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Hydralifts /boom Trucks Over
10 Tons
$56.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hydralifts /boom Trucks, 10
Tons And Under
$53.57
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loader, Overhead 8 Yards. Et
Over
$57.51
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loader, Overhead, 6 Yards.
But Not Including 8 Yards
$56.94
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders, Overhead Under 6
Yards
$56.44
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders, Plant Feed
$56.44
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders: Elevating Type Belt
$56.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Locomotives, All
$56.44
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Material Transfer Device
$56.44
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Mechanics, All (leadmen -
$0.50 Per Hour Over
Mechanic)
$57.51
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Motor Patrol Graders
$56.94
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And /or Shield
$56.94
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$53.57
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Outside Hoists (elevators And
Mantifts), Air Tuggers,strato
$56.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type
$56.44
7A
3C
8P
Rev 4/16
— 103 —
Rev 4/16
- 104 -
Underground Sewer Et Water
Crane: 20 Tons Through 44
Tons
King
Power Equipment Operators-
Overhead, Bridge Type: 100
Tons And Over
$57.51
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type: 45
Tons Through 99 Tons
$56.94
7A
3C
8P
Underground Sewer 8 Water
King
Power Equipment Operators-
Pavement Breaker
$53.57
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Pile Driver (other Than Crane
Mount)
$56.44
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$56.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Posthole Digger, Mechanical
$53.57
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Power Plant
$53.57
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Pumps - Water
$53.57
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Quad 9, Hd 41, D10 And Over
$56.94
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$53.57
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$56.94
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Rigger And Bellman
$53.57
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Rigger /Signal Person,
Bellman (Certified)
$56.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Rollagon
$56.94
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Other Than Plant Mix
$53.57
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Plant Mix Or Multi -lift
Materials
$56.00
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Roto -mill, Roto - grinder
$56.44
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Saws - Concrete
$56.00
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Scraper, Self Propelled
Under 45 Yards
$56.44
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Scrapers - Concrete Et Carry
All
$56.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Scrapers, Self - propelled: 45
Yards And Over
$56.94
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Service Engineers -
Equipment
$56.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shotcrete /gunite Equipment
$53.57
7A
3C
8P
Underground Sewer Et Water
Rev 4/16
- 104 -
King
Power Equipment Operators-
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric
Tons.
$56.00
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$56.94
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric
Tons
$56.44
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$57.51
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$58.10
7A
3C
8P
Underground Sewer &t Water
King
Power Equipment Operators-
Slipform Pavers
$56.94
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Spreader, Topsider &
Screedman
$56.94
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Subgrader Trimmer
$56.44
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Tower Bucket Elevators
$56.00
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Tower Crane Up To 175' In
Height Base To Boom
$57.51
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Tower Crane: over 175'
through 250' in height, base
to boom
$58.10
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Tower Cranes: over 250' in
height from base to boom
$58.67
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Transporters, All Track Or
Truck Type
$56.94
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Trenching Machines
$56.00
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Truck Crane Oiler /driver -
100 Tons And Over
$56.44
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Truck Crane Oiler /driver
Under 100 Tons
$56.00
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Truck Mount Portable
Conveyor
$56.44
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Welder
$56.94
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Wheel Tractors, Farmall
Type
$53.57
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Yo Yo Pay Dozer
$56.44
7A
3C
8P
Underground Sewer & Water
King
Surveyors
Assistant Construction Site
Surveyor
$56.00
7A
3C
8P
King
Surveyors
Chainman
$55.47
7A
3C
8P
King
Surveyors
Construction Site Surveyor
$56.94
7A
3C
8P
King
Traffic Control Stripers
Journey Level
$43.73
7A
1K
Rev 4/16
— 105 —
King
Truck Drivers
Asphalt Mix Over 16 Yards
(W. WA -Joint Council 28)
$51.25
5D
3A
8L
King
Truck Drivers
Asphalt Mix To 16 Yards (W.
WA -Joint Council 28)
$50.41
5D
3A
8L
King
Truck Drivers
Dump Truck Et Trailer
$51.25
5D
3A
8L
King
Truck Drivers
Dump Truck (W. WA -Joint
Council 28)
$50.41
5D
3A
8L
King
Truck Drivers
Other Trucks (W. WA -Joint
Council 28)
$51.25
5D
3A
8L
King
Truck Drivers
Transit Mixer
$43.23
1
Rev 4/16 — 106 —
EXHIBIT "I"
TITLE VI ASSURANCES
During the performance of this contract, the contractor /consultant, for itself, its assignees and
successors in interest (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, (hereinafter
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 participate either directly or indirectly in the discrimination prohibited by Section 21.5
of the Regulations, including employment practices when the contract covers a program set
forth in Appendix B of the Regulations.
3. Solicitations for Sub - contracts, Including Procurement of Materials and
Equipment
In all solicitations either by competitive bidding or negotiations made by the contractor
for work to be performed under a sub - contract, including procurement of materials or leases of
equipment, each potential sub - contractor or supplier shall be notified by the contractor of the
contractor's obligations under this contract and the Regulations relative to non - discrimination on
the grounds of race, color, sex, or national origin.
4. Information and Reports
The contractor 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 information, and its facilities as may be determined by the contracting agency or the
appropriate federal agency to be pertinent to ascertain compliance with such Regulations,
orders and instructions. Where any information required of a contractor is in the exclusive
possession of another who fails or refuses to furnish this information, the contractor shall so
certify to WSDOT or the USDOT as appropriate, and shall set forth what efforts it has made to
obtain the information.
5. Sanctions for Non - compliance
In the event of the contractor's non - compliance with the non - discrimination provisions of
this contract, the contracting agency shall impose such contract sanctions as it or the USDOT
Rev 4/16 — 107 -
may determine to be appropriate, including, but not limited to: Withholding of payments to the
contractor under the contract until the contractor complies, and /or; Cancellation, termination, or
suspension of the contract, in whole or in part
6. Incorporation of Provisions
The contractor shall include the provisions of paragraphs (1) through (5) in every sub-
contract, including procurement of materials and leases of equipment, unless exempt by the
Regulations, or directives issued pursuant thereto. The contractor shall take such action with
respect to any sub - contractor or procurement as the contracting agency or USDOT may direct
as a means of enforcing such provisions including sanctions for non - compliance. Provided,
however, that in the event a contractor becomes involved in, or is threatened with, litigation
with a sub - contractor 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 the USDOT enter into such litigation to protect the interests of the
United States.
Rev 4/16
— 108 —
Corporations: Registration Detail - WA Secretary of State Page 1 of 1
TONY UND PAVING LLC
UBI Number 602813830
Category LLC
Active /Inactive Active
State Of Incorporation WA
WA Filing Date 03/16/2008
Expiration Date 03/31/2017
Inactive Date
Duration Perpetual
Registered Agent lnformation
Agent Name JEFF BOYER
Address 23048 172ND AVE SE
City KENT
State WA
ZIP 980424713
Special Address Information
Address
City
State
Zip
Governing Persons
Title Name Address
Member,Manager LIND , ANTHONY 19661 SE 344TH ST
AUBURN , WA 98092
http: / /www.sos.wa.gov /corps /search_detail.aspx ?ubi = 602813830 9/21/2016