Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 17-083RETURN TO: PW ADMIN EXT: 2700 ID #: g'g1
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT /DIV: PUBLIC WORKS / STREETS
2. ORIGINATING STAFF PERSON: CHRISTINE MULLEN EXT: x2723 3. DATEREQ.BY: 0-NOV-20 I 7
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG #): ❑ INTERLOCAL
1 OTHER CONTRACT CHANGE ORDER #2 AG# 17 -083
4. PROJECT NAME: 2 I ST AVE 5 PEDESTRIAN IMPROVEMENTS (5 3 1 6TH ST TO 5 320TH ST)
5. NAME OF CONTRACTOR: ACTIVE CONSTRUCTION, INC.
ADDRESS: 5 I I 0 RIVER ROAD E. TACOMA, WA 98443 TELEPHONE: (253)248 - 109 I
E -MAIL: N/A FAX: N/A
SIGNATURE NAME: ROSEMARIE GARMS TITLE: GOVERNOR
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRRIIOORRsCONTRACT /AMENDMENTS
CFW LICENSE # 1110(188 BL, EXP. 12/31/ I / UBI # 27 COI X33 , EXP. (2- i3( Al
7. TERM: COMMENCEMENT DATE: UPON EXECUTION COMPLETION DATE: PROJECT ACCEPTANCE
8. TOTAL COMPENSATION: $ 691 ,070.60 (THIS IS A NO -COST C.O.) (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES X] NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES )6 NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
6 PURCHASING: PLEASE CHARGE TO: 30G- 4400 - 193- 595 -30 -635
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
PROJECT MANAGER ■ Oto•1404•tb 0
❑ DIVISION MANAGER . 1
��
k DEPUTY DIRECTOR A7111/1/7
/y;I�yI�
���
t DIRECTOR !i'./�S�L'
❑ RISK MANAGEMENT (IF APPLICABLE)
LAW DEPT �� /4
10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: N/A COUNCIL APPROVAL DATE: N/A
11. CONTRACT SENT TO VENDOR/CONTRACTOR DATE SENT: I • �I�lW' DATE RECD: la-1ate in
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
At SIGNATORY 0.4A5fBR OR DIRECTOR) ,!! ea 07
❑ CITY CLERK ai 1 - 0
XASSIGNEDAG# AG° 7-083`q/,g
X SIGNED COPY RETURNED DATE SENT:
❑ RETURN ONE ORIGINAL
COMMENTS:
EXECUTE "2 " ORIGINALS
4/2017
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG #: 17 -083 2 1(1
PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
21st Ave S Pedestrian Improvements
(S 316th St to S 320th St)
PROJECT TITLE
Active Construction, Inc.
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
CONTRACTOR
1. DBE CONDITION OF AWARD (COA) MODIFICATION
This change order documents a change to the DBE COA amounts for the project.
Valley Growers Nursery & Landscaping, Inc. (a DBE subcontractor with a COA amount),
contracted with a lower -tier subcontractor to complete a portion of their work (landscaping,
bark mulch). This lower -tier subcontractor was not certified as a DBE, thus Valley Growers
was in violation of the DBE requirements for the project and they are unable to credit this
portion of the work towards the DBE COA goal.
Tunista Construction, LLC (a DBE subcontractor with a COA amount), completed work in
excess of their original DBE COA amount.
This change order reduces Valley Growers Nursery & Landscaping, Inc.'s DBE COA amount
by $2,400.00 and increases Tunista Construction, LLC's DBE COA amount by $2,400.00. The
amount of $2,400.00 is the value (as shown on the DBE breakdown prior to start of
construction) of the DBE work that was not completed by a DBE certified firm.
Name of DBE
DBE
Certificate
Number
Description of
Work
Original
Amount
Applied
Towards
Goal
New
Amount to
Apply
Towards
Goal
Tunista Construction, LLC
D1M0024253
Trucking
$4,000.00
$6,400.00
AAA Contractors, Inc.
D4M0021009
Retaining Wall
$0.00
$0.00
Valley Growers Nursery &
Landscaping, Inc.
D4F0018933
Landscaping
$57,205.00
$54,805.00
Al Vinson, Inc. (dba Sea -Tac
Sweeping)
D3M0015063
Street
Sweeping
$0.00
$0.00
Express Iron Works, Inc.
D5M0021986
Fencing
$21,500.00
$21,500.00
The time provided for completion in the Contract is
❑ Unchanged
❑ Increased by Working Day(s)
Decreased by Working Day(s)
This Document shall become an Amendment to the Contract and all provisions of the
Contract not amended herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes M No
If "Yes" Will the Policies Be Extended? 1 1 Yes
No
Change Order No. 2 continued 2 of 2
THESE ARE MODIFICATIONS TO UNIT PRICES INVOLVED IN THIS CHANGE:
PRICE CHANGE LUMP SUM INCREASE $ DECREASE $ UNIT PRICE
N/A
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. ITEM QUANTITY UNIT PRICE ADD OR DELETE
N/A
TOTAL NET CONTRACT:
INCREASE $0.00
DECREASE $
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
*ADJUSTMENTS
NEW CONTRACT AMOUNT
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY
PAY THIS ADJUSTED AMOUNT
$ 685,685.00
$ 5,385.60
$ 0.00
$ 0.00
$ 691,070.60
INCREASED $ 0.00
DECREASED $ 0.00
$ 0.00
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 SIGNATURE
2�)cV/7
DATE
it-477 -2,..._.2 1 z.l 281 i 7
4dMARWAN 'ALLOUM, P.E. DATE
PUBLIC WORKS DIRECTOR
ACI
ACTIVE
CONSTRUCTION
INC.
April 20, 2017
City of Federal Way
Public Works Dept.
33325 8th Ave. S.
Federal Way, WA 98003
RE: 21st Avenue S. Pedestrian Improvements — S. 320th St. to S. 316"' St.
Project No. CM- 1001(004)
DBE BREAKDOWN
Please find this letter in response to the requested information in regard to the DBE firms we will be
using on the above referenced project. The DBE breakdown is below:
• Express Ironworks DBE #D5M9621986
P.O. Box 137
Napavine, WA 98565
Bid Item Assignment and Details:
Bid Item No: Est Qtv: Description: Unit Price: Extension:
34 650 LF Black Vinyl Coated Chain 33.07692 21,500.00
Link Fence
Total: $21,500.00
• Valley Growers Nursery & Landscape, Inc. DBE #D4F7218933
P.O. Box 610
Hubbard, OR 97032
Bid Item Assignment and Details:
Bid Item No: Est Qtv: Description: Unit Price: Extension:
6 1 LS Mobilization 5,765.00 5,765.00
24 11 EA Tree Grates 2,000.00 22,000.00
25 11 EA PSIPE, Pyrus Calleryana var. 'Capital' 490.00 5,390.00
or'Redspire', 2 -1/2" cal.
26 42 EA PSIPE Prunus Laurocerasus (Otto 45.00 1,890.00
Luyken Laurel) 5 Gal Containers
27 220 LF Root Barrier 18.00 3,960.00
28 30 CY Bark Mulch 80.00 2,400.00
29 40 SY Seeded Lawn 25.00 1,000.00
31 1 LS Automatic Irrigation System Complete 14,800.00 14,800.00
Total: $57,205.00
PO BOX 430 PUYALLUP, WA 98371 PHONE (253) 248 -1091 FAX (253) 248 -1092
www.activeconstruction.com
.. aif / ( /Iral l n7 77C ' V6:71r/113i/(2,
• Page 2 of 2 April 20, 2017
• Tunista Construction, LLC DBE #D1M0024253
33440 8'" Ave South #105
Federal Way, WA 98003
Bid Item Assignment and Details:
Bid Item No: Est Qtv: Description: Unit Price: Extension:
12 7 HR Trucking: Clearing and Grubbing 140,00 980.00
14 8 HR Trucking: Removal of Structures and 140.00 1,120.00
Obstructions
16 6 HR Trucking: Roadway Excavation Incl, 140.00 840.00
Haul
19 7.57 HR Trucking: Modular Block Wall 140.00 1060.00
Total: $4,000.00
Please contact me immediately should you require any additional information in order to forward the
contract. My email address is rvanhAactiveconstruction.com and my contact info is below.
Thank you and we look forward to working with you.
Sincerely,
Active Construction, Inc.
Rya h Heathers
Estimator /Project Manager
253 -606 -8638
(253) 248 -1091 FAX (253) 248 -1092
PO BOX 430 PUYALLUP WASHINGTON 98371
www.activeconstuction.com
ACI
ACTIVE
CONSTRUCTION
INC.
October 23, 2017
Christine Mullen
City of Federal Way
Public Works Dept.
33325 81 Ave. S.
Federal Way, WA 98003
RE: 21't Avenue S. Pedestrian Improvements — S. 320"' St. to S. 316th St.
Project No. CM- 1001(004)
Change Order Request to DBE Condition of Award Valley Growers Nursery &
Landscaping Inc.
Active Construction Inc has exceeded the DBE goals for the 21g Ave S Pedestrian Improvements
project. While the total DBE dollars exceeded the requirements for this project , the DBE participation
for Valley Growers fell short. ACl/and Valley Growers put forth a good faith effort to reach the COA
goal, unfortunately we were unable to meet this goal due to the need for a blower truck subcontractor to
place some of the materials for the project.
ACI is requesting a deduction to the COA for Valley Growers in the amount of $2,400.00. In addition,
ACI would like to request and increase to Tunista's COA goal of $2,400 as their work has exceed their
original goal. Please see the attached letter from Valley Grower's supporting this request.
Feel free to give me a call anytime if you have any questions or need additional information in order to
approve this no cost change order request.
Sincerely,
avid Peterson
Estimator /Project Manager
Active Construction, Inc
253 -606 -9590
PO BOX 430 PUYALLUP, WA 98371 (253) 248 -1091 FAX (253) 248-1092
www.activeconstruction.com
0
ACI is an "Equal Employment Opportunity Employer"
E -mail: vlygrwrs@web- ster.com
P.O. BOX 610
HUBBARD, OR 97032
October 31, 2017
City of Federal Way
Public Works Dept
33325 8th Ave
Federal WA 98033
VALLEY GROWERS
NI'RS'ERY & (ANDSC'APE
RE: 21St Avenue S. Pedestrian Improvements — S. 320th St. S 316th St.
Project No. CM- 1001(004)
Website : valleygrawers.com
PHONE ( 503 ) 651.3535
FAX ( 503 ) 651.3044
This letter is to notify the City of Federal Way Public Works Dept that Valley Growers has done
there due diligence in trying to locate a bark /soil supplier that meets the project DBE
requirement, but was unable to find one in time to meet the project schedule. Therefore Valley
Growers used Aardvark bark to supply /place the material. We request the DBE COA goal be
reduced by $2,400 which is the value of the work that was completed by our subcontractor.
Please call me at (503) 651 -3535 if you have any questions.
Thank you.
Sincerely,
Vicqui V. Guevara, President / Owner
Oregon Landscape Contractor's License #6257 • DBE/WBE(MBE Certification #1462 • SBA 8(a) Certified Contractor
Contract Growing • Landscape & Maintenance
"Creating an environment that uplifts your spirit "
RETURN TO: PW ADMIN EXT: 2700 ID #: 3163
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / 5TREET5
2. ORIGINATING STAFF PERSON: ChRIST1NE MULLEN EXT: x2723 3. DATEREQ.BY: 22 -SEP -2017
3. TYPE OF DOCUMENT (CHECK ONE):
o CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT _ ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT o 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
121 OTHER - CHANGE ORDER AG# 17 -083
4. PROJECT NAME: AVE 5 PEDESTRIAN IMPROVEMENTS (5 3 1 6Th ST TO 5 32011-1 ST)
5. NAME OF CONTRACTOR: ACTIVE CONSTRUCTION INC.
ADDRESS: 5 I I 0 RIVER RD E. TACOIV 3443 TELEPHONE: (253)248- 1 0S'
E -MAIL: N/A FAX: N/A
SIGNATURE NAME: ROSEMARIE GARMS TrrLE: GOVERNOR
6. EXHIBITS AND ATTACHMENTS: 0 SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE 0 ALL OTHER
REFERENCED EXHIBITS o PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES o PRIOR CONTRACT /AMENDMENTS
CFW LICENSE # 11 tO ttli7 BL, EXP. 12/31/ (7 UBI # •73abi **a' , EXP. I2 1-81/11
7. TERM: COMMENCEMENT DATE: UPON EXECUTION 523117 COMPLETION DATE: PROJECT ACCEPTANCE
$685.685.0'
8. TOTAL COMPENSATION: $ + $5.385.(,'6 , ;t . 2) = $031 07060(INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: o YES tsi NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: 0 YES Q9 NO IF YES, $ PAID BY: o CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR )4 RETAINAGE BOND PROVIDED
PURCHASING: PLEASE CHARGE TO: 306 - 4400 - 193 -595 30 -G35
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
eX PROJECT MANAGER Cm %a . 5EP' 201 }
o DIVISION MANAGER (�
DEPUTY DIRECTOR #4 i - I
ea DIRECTOR �� : u 1 ( �'1
.....-
o RISK MANAGEMENT (IF APPLICABLE) J
11 LAW DEPT Q I
10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: N/A COUNCIL APPROVAL DATE: ', r
11. CONTRACT SIGNATURE ROUTING]
o SENT TO VENDOR/CONTRACTOR DATE SENT: ��� Y V DATE REC'D: I
o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICE SES, 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
SIGNATORY ' ' ' : ' R DIREC • : �1� I1
o CITY CLERK ii f ILOTAI12 • o ,`�KK
ASSIGNED AG # AG# ���
SIGNED COPY RETURNED DATE SENT: /,.1 - '
❑RETURN ONE ORIGINAL
COMMENTS:
EXECUTE " " ORIGINALS
4/2017
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG #: 17 -083 1
PROJECT NUMBER CHANGE ORDER NUMBER
21st Ave S Pedestrian Improvements
(S 316th St to S 320th St)
PROJECT TITLE
41Tgll-.
EFFECTIVE DATE
Active Construction, Inc.
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
CONTRACTOR
1. ADDITIONAL TOPSOIL
This change order documents a solution to restore the pre- existing topsoil depth along the
eastern frontage of Town Square Park. The existing depth of the topsoil along 21st Ave S was
approximately 2' in depth (See Attachment #1). The City Parks Department provided this
deeper- than - normal depth in order to complete additional plantings once the sidewalk project
was completed. During the excavation for the wall, this topsoil was removed and was not
replaced. In order to provide sufficient depth of topsoil for the Parks Department's proposed
plantings, a "berm" of topsoil will be placed (see Attachment #2).
The limits of this additional topsoil are behind Wall #2 (apx. Sta 9 +75 to apx. Sta 10 +75). The
topsoil will match in to the elevation of the sprinkler heads to the east of the trees and then
build up to a depth of 1' and then grade down to the existing path within the park to the west.
Large rocks shall be removed before placing the topsoil.
Original topsoil shown per plan is incidental to other bid items within the contract. This
"additional topsoil" will be a new bid item to be paid at a unit price of $81.60 per cubic yard and
will be placed by CAD truck. No additional mobilization will be paid for this work.
Bid Item #44 (new), Topsoil: This is a new bid item. The estimated quantity is 66 cubic yard.
66 CY x $81.60/CY = $5,385.60
The time provided for completion in the Contract is
® Unchanged
Increased by Working Day(s)
Decreased by Working Day(s)
This Document shall become an Amendment to the Contract and all provisions of the
Contract not amended herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No
If "Yes" Will the Policies Be Extended? (— Yes ❑ No
THESE ARE MODIFICATIONS TO UNIT PRICES INVOLVED IN THIS CHANGE:
PRICE CHANGE LUMP SUM INCREASE $ DECREASE $ UNIT PRICE
N/A
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. ITEM QUANTITY UNIT PRICE ADD OR DELETE
#44 (new) Topsoil 66 SY $ 81.60 $ 5,385.60
TOTAL NET CONTRACT:
INCREASE $5,385.60
DECREASE $
Change Order No. 1 continued 2 of 2
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $ 685,685.00
PREVIOUS CHANGE ORDERS $ 0.00
THIS CHANGE ORDER $ 5,385.60
*ADJUSTMENTS $ 0.00
NEW CONTRACT AMOUNT $ 691,070.60
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY
PAY THIS ADJUSTED AMOUNT
0 INCREASED $ 0.00
0 DECREASED $ 0.00
$ 0.00
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.
TRACTOR'S SIGNATURE
giZ5// 7
DATE
8128117
MARWAN SALLOUM, P.E. DATE
PUBLIC WORKS DIRECTOR
A c,h *.1
- Topso; l
'Uep4 -h »rior
-b ?YO:lec -r ,m?rbVe
BUILD UP A BERM OF
TOPSOIL. 12" HT
GRADE FROM TOP OF WALL
TO SPRINKLER HEADS (SO
DON'T NEED TO ADJUST
HEADS FROM WHERE THEY
CURRENTLY ARE)
_ •
RETURN TO: I j e)t 1 WI I1 EXT: 2:70 jl i N °�j! 1.5 3 d /6
l (J
.
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING ORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS /
y tie, 2:723 ry I,,
2. ORIGINATING STAFF PERSON: l �r13I It {e 1- ►�' len EXT: X 3. DATE REQ. BY: MOXCi ` 3,201-
4. TYPE OF DOCUMENT (CHECK ONE): 11- -b04
s CONTRACTOR SELECTION DOCUMENT (E.G., RFP, RFQ)
• PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AGO . ❑ INTERLOCAL
PUBLIC WORKS CONTRACT
AGREEMENT
/ CDBG
(E.G. BOND RELATED DOCUMENTS)
❑ OTHER
L /
5. PROJECT NAME: 2. 61- Ave S Sicie aik. "Tvnproveme , -Es (5 s .c nt -b S 31104' 5t)
6. NAME OF CONTRACTOR: 4./ ` "��41 (L_IC / �/%, AL
ADDRESS: • ., • .0 . AM `,' , :AI/ / I
a AIA •
. L TELEPHONE: `.�
E -MAIL: NI /A FAX: N/A
R(flt(riei
TITLE: , q ,',(y1Tm-
SIGNATURE NAME: sag % j S
7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS
CFW LICENSE # I/ 101 CM BL, EXP. 12/31/ (7 UBI #273001 , EXP. / 3( /(7
8. TERM: COMMENCEMENT DATE: U(Xn(...0g5, lne)ecu -hcn COMPLETION DATE: Pro jerk- o_cz.eci -c4f.c e
9. TOTAL COMPENSATION: $ ,0/41 �45 , Dio (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $
EMPLOYEES TITLES AND HOLIDAY RATES)
AMOUNT: $
PAID BY: ❑ CONTRACTOR ❑ CITY
pQ PURCHASING: PLEASE CHARGE TO: 2 (.D • 4400 • 1 J3 • 595 - 30 • Co3SS
10. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
• PROJECT MANAGER 2- - 22 - •
)11 DIVISION MANAGER � - IA-)..7 ^,
a)
■■ / )
x DEPUTY DIRECTOR '�S r-�ii W
91 DIRECTOR :-11-1 i
❑ RISK MANAGEMENT (IF APPLICABLE)
ffi LAW DEPT EXO
11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE:
12. CONTRACT NT TO V ENDOR/CONTRACTOR DATE SENT:
COUNCIL APPROVAL DATE: I`► /A
I / ?/ 17 DATE REC'D: P5 1111t7
❑ 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 S GNF
slag 14,e-S �
IGNATORY MAYOR OR DIRECTOR �.. ?
(MAYOR DIRECTOR) - r -LS1 .
ITY CLERK /_// 2-3
A1�
SSIGNED AG # AG# /
�75
7 -t9.3
S'13 47 _
❑ SIGNED COPY RETURNED DATE SENT:
ETURN-v� ORIGINALS]
COMMENTS: a. (1
EXECUTE "yO " ORIGINALS RFt3 dots -i o r (review E approval. • Th1 S is a. - FCderal ly ^ 4unde d
prc ec -. Ili h1i h-ttd See -icwt will he_ - Pilled \n wi-1 -h TE e. -bid
Tat
d.a- 1e /kimeU �ecore •Didcl1 . Final docs will tae prix -e4. O ri CnlOr paper
as Haled in Table oc Co -E•er ,.
2/2017
JOINT CONSENT IN LIEU OF A SPECIAL MEETING
OF THE BOARD OF DIRECTORS AND SHAREHOLDERS
OF
ACTIVE CONSTRUCTION, INC.
The undersigned, being all of the Directors and Shareholders of Active
Construction, Inc., a Washington corporation, (the "Corporation ") by this instrument in
lieu of meeting of the Corporation's Directors and Shareholders, consent to the adoption
of the following resolutions, which resolutions will be deemed adopted when all of the
Directors and Shareholders have signed this Consent and waive any notices required by
law with respect thereto:
RATIFICATION OF STOCK PURCHASE AGREEMENT
RESOLVED, that the Stock Purchase and Sale Agreement Between David R.
Berglund, David Ceccanti, Rosemarie A. Garms, Dennis D. Kooker and Scott D.
Morse, "Purchasers"; Walter H. Smith, "Seller" and the Corporation dated as of
January 1, 2005, attached hereto as Exhibit A, is hereby ratified, confirmed and
adopted in all respects.
RATIFICATION OF SHAREHOLDER AGREEMENT
RESOLVED, that the Shareholder Agreement dated January 1, 2005, by and
between the Corporation and David R. Berglnd, David Ceccanti, Rosemarie A.
Garms, Dennis D. Kooker and Scott D. Morse, (the "Shareholder Agreement ")
attached hereto as Exhibit B, is hereby ratified, confirmed and adopted in all
respects.
RATIFICATION OF EMPLOYMENT AGREEMENTS
RESOLVED, that the Employment Agreements dated January 1, 2005, by and
between the Corporation and David R. Berglund, David L. Ceccanti, Rosemarie
A. Garms, Dennis Kooker and Scott D. Morse a respectively, attached hereto as
Exhibits C through G, are hereby ratified, confirmed and adopted in all respects.
RESOLVED, that the Employment Agreements dated February 11, 2005, by and
between the Corporation and Walter H. Smith, attached hereto as Exhibit H, is
hereby ratified, confirmed and adopted in all respects
the persons for whom facsimile signatures may be used in place of their
actual signatures and the form of such facsimile signatures.
2. Any and all banks respectively in which accounts are or shall be
maintained by the Corporation are hereby authorized and directed to honor
checks, drafts or other orders for the payment of money signed and
countersigned respectively by the persons and in the manner designated
from time to time by such letters, including checks, drafts or other orders
for the payment of money bearing facsimile signatures authorized by such
person even if such signatures have been affixed by unauthorized use of
the Corporation's facsimile signature devices.
3. David Ceccanti is hereby authorized to act by similar letters to (a) revoke
the authority of any and all persons theretofore authorized to sign or
countersign, (b) designate additional persons to sign or countersign as
aforesaid, and (c) designate additional persons for whom facsimile
signatures may be used in place of their actual signatures and the form of
such facsimile signatures.
GENERAL CONTRACTING AUTHORITY
RESOLVED, that David Ceccanti is hereby authorized to commit the Corporation
to the purchase, sale or lease, as lessor or lessee, or as a participant in any such
transaction, of real or personal property, tangible or intangible, or products or
services, to make or participate in any such purchase, sale or lease on credit, and
to execute contracts, leases, deeds, bills of sale, easements, trust agreements,
guarantees, indemnities, licenses and permits and other instruments with respect
to any of the foregoing and that the person named above, shall have the authority
to delegate in writing all or any part of such authority to such person or persons as
he may from time to time deem advisable, the authority so delegated to remain in
full force and effect in accordance with the terms of the delegation; and that the
person named above, is authorized to revoke in writing the authority of said
designated person or persons.
GENERAL AUTHORITY
RESOLVED, that any and all actions taken by the officers of the Corporation, or
any of them, as deemed by such officers to be necessary or advisable to effectuate
the transactions contemplated by the foregoing resolutions, whether prior to or
subsequent to this action by this Board of Directors, are hereby authorized,
approved and ratified, and the taking of any and all such actions and the
performance of any and all such things in connection with the foregoing shall
conclusively establish such officers' authority therefor from the Corporation and
the approval and ratification thereof by this Board of Directors.
RATIFICATION OF INDEMNIFICATION AGREEMENT
RESOLVED, that the Indemnification Agreement by and between the Walter H.
Smith, "Seller ", and the Corporation, David R. Berglund, David Ceccanti,
Rosemarie A. Garms, Dennis D. Kooker and Scott D. Morse "Purchasers" dated
January 1, 2005 and amended June 2, 2005, attached hereto as Exhibit I, is
hereby ratified, confirmed and adopted in all respects.
NUMBER OF MEMBERS OF THE BOARD OF DIRECTORS
RESOLVED, that the number of directors serving on the Board of Directors shall
be seven (7).
APPOINTMENT OF DIRECTORS TO FILL VACANCY
RESOLVED, that pursuant to Section 9.4 of the Shareholder Agreement the
following persons are hereby appointed to fill vacancies on the Board of Directors
the Corporation, each for a term expiring on his or her death, resignation or
removal from the Board, or the election of a successor to the Board:
Ann Meeks
Walter Smith
CONFIRMATION OF MEMBERS OF THE BOARD OF DIRECTORS
RESOLVED, that the following persons hereby comprise the current Board of
Directors of the Corporation, each serving for a term expiring on his or her death,
resignation or removal from the Board, or the election of a successor to the Board:
David R. Berglund
David Ceccanti
Rosemarie A. Garms
Dennis D. Kooker
Scott D. Morse
Ann Meeks
Walter Smith
GENERAL BANKING AND SIGNATORY RESOLUTION
RESOLVED, that
1. David Ceccanti is hereby authorized to make the following designations
by letter signed by him: (a) to designate banks in which accounts shall be
maintained by such Corporation; (b) to designate the persons who shall
have authority to sign and the persons who shall have authority to
countersign checks, drafts or other orders for the payment of money drawn
in the name of the Corporation on any and all regular, payroll or other
special bank accounts maintained by the Corporation and (c) to designate
This consent may be signed in counterparts.
Date Signed: March 8, 2006
Date Signed: March 8, 2006
Date Signed: March 8, 2006
Date Signed: March 8, 2006
Date Signed: March 8, 2006
David R. Be .d, Director & Shareholder
David Ceccanti, Director & Shareholder
Ro_ mary A. Garms, Director & Shareholder
ennis D. Kooker, Director & Shareholder
. Morse, Director & Shareholder
ACTIVE CONSTRUCTION, WC
UBI Number 273001533
Category REG
Profit/Nonprofit Profit
Active /Inactive Active
State Of Incorporation WA
WA Filing Date 12/31/19613
Expiration Date 12/31/2017
Inactive Date
Duration Perpetual
Registered Agent Information
Agent Name • DAVID CECCANTI
Address 5110 RIVER RD E
City TACOMA
State WA
218 984430000
Special Address Information
Address PO 8OX 430
City PUYALLUP
State WA
Zip 983710000
Governing rentms (as defined in RON2+.96.105(12)(ha WaPP1Pa w W/ defat ('CEe.Zt4i1O5))
Tide Name Address
Governor GARMS, R05EMARIE A 1412151ST AVE NW
GIG HARBOR, WA 98332
Registered:
CITY OF
�... Federal Way
BUSINESS REGISTRATION
License Number 20- 17- 101998 -00 -BL
Non - Resident Business
ACTIVE CONSTRUCTION INC
5110 RIVER RD E
TACOMA WA
Expires: 12/31 /2017
Category: 1500 - Contractors- General Building
Conditions: 1. This license is non - transferable.
2. Please notify the City Clerk's office of any change in your business such as a new
location or business name.
OF q�
Z.i cORPORAIt
- SEA.
4sHING
This certifies that the above entity has been issued the registration or license listed.
City of Federal Way - Licensing FEDERAL WAY WA 98003
ACTIVE CONSTRUCTION IN
PO BOX 430
PUYALLUP WA 98371
Nohow otzvErmie
City Clerk, City of Federal Way
RECEIVED
MAY 08 2017
ACI
IA Federal Way
CITY OF
WASHINGTON
e- Permits HOME
Terms & Conditions
PUBLIC
INFORMATION
Locate a Business
Permits Information
Issued Permits
Contractor Search
REGISTERED
USERS
Apply for Permit
View My Permits
Request Inspection
New Registration
Update Registration
Login
ID
17 101998 000 00
BL
Number Pre.
5110
Reference File
Name
RIVER
Description
Business
Registration
Street
Desc. Org. Name
Applicant ACTIVE CONSTRUCTION INC
Info. Desc.
Business Ownership Type
S.I.C. Code
Number of Full -Time Employees in City
Business Phone Number
Number of Part -Time Employees in City
Date Business To Start in FW
LIC- BUSINESS LIC. (1530)
Process Description
Application Received - BL
Application Routing
Planning Review
Pre - Issuance Processing - BL
Fee Desc.
Status
Closed
Closed
Closed
Closed
OUR COMMUNITY
PERMIT /BUSINESS DETAILS
Work
Type
Sub Type
Non - Resident
Business
Services
Name
ACTIVE CONSTRUCTION
INC
PROPERTY DETAILS
Street Dir Suite Suite City
Type Type Number
RD E TACOMA
PEOPLE DETAILS
Address
5110 RIVER RD E
BUSINESS INFO
Corporation
1500 - Contractors- General Building
0
2532481091
0
Apr 25, 2017
PERMIT /LICENSE FEE(S)
PROCESSES AND NOTES
Schedule Date
May 02, 2017
May 02, 2017
May 02, 2017
May 02, 2017
Start Date
May 02, 2017
May 02, 2017
May 02, 2017
May 02, 2017
Back
Status
Application
Date
Open May 02, 2017
State Zip
WA
City
TACOMA
Value
Fee Amount
End Date
May 02, 2017
May 02, 2017
May 02, 2017
May 02, 2017
II •
Issue Date
May 02,
2017
Legal Desc
Expiration
Date
Dec 31, 2017
State Zip Phone#
WA (253)248 -1091
580.00
Assigned Staff
Robyn Buck (253-835-2527)
Robyn Buck (253- 835 -2527)
Robyn Buck (253-835-2527)
Robyn Buck (253-835-2527)
Balance
SO.00
# of
Attempts
0
0
0
0
© ©0 Etal Nome 1 Print I Email I Contact Us I Employee Resources I Copyright Notices 1 Accessibility 1 Sitemap I Translate
33325 81h Ave. South, Federal Way, WA 98003, 253- 835 -7000 I Powered by CivicPlus
1
1
CITY OF
� Federal Way
ORIGINAL CONTRACT # 1 of 3
CITY CLERK
1 BID AND CONTRACT DOCUMENTS
' AND
' SPECIFICATIONS
FOR
1 21st Avenue S (S 320th St to S 316th St)
Pedestrian Improvements
Federal Aid No. CM- 1001(004)
RFB # 17 -004
City of Federal Way
' Public Works Department
33325 Eighth A venue South
Federal Way, WA 98003
1
1
1
1
CITY OF MP...''".'..%114••+`
Federal Way
BID AND CONTRACT DOCUMENTS
AND
SPECIFICATIONS
FOR
21st Avenue S (S 320th St to S 316th St)
Pedestrian Improvements
Federal Aid No. CM- 1001(004)
RFB # 17 -004
City of Federal Way
Public Works Department
33325 Eighth A venue South
Federal Way, WA 98003
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
21st Avenue S (S 320th St to S 316th St)
Pedestrian Improvements
RFB # 17 -004
Bids Accepted Until 9:00 a.m., April 19, 2017
Bids Opened 9:10 a.m., April 19, 2017
AT:
City of Federal Way
Hylebos Conference Room (2nd Floor)
33325 Eighth Avenue South
Federal Way, WA 98003
Prepared By:
MacKay + Sposito, Inc.
33400 8th Avenue S, Suite #130
Federal Way, WA 98003
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 2
RFB # 17 -004
March 2017
TABLE OF CONTENTS
PAGE
PUBLIC NOTICE - REQUEST FOR BIDS 4
BIDDER'S CHECKLIST 6
SECTION 1: INSTRUCTIONS TO BIDDERS 8
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 15
ATTACHMENT A: NO BID RESPONSE FORM 21
ATTACHMENT B: BID FORM 22
ATTACHMENT C: BID SCHEDULE 24
ATTACHMENT D: BID SIGNATURE PAGE 27
ATTACHMENT E: BID BOND FORM 28
ATTACHMENT F: SUBCONTRACTOR LIST 29
ATTACHMENT G: NON - COLLUSION DECLARATION & NOTICE TO ALL BIDDERS 30
ATTACHMENT H: DBE UTILIZATION CERTIFICATION 31
ATTACHMENT I: DBE WRIITTEN CONFIRMATION DOCUMENT 33
ATTACHMENT J: PROPOSAL FOR INCORPORATING RECYCLED MATERIALS 34
ATTACHMENT K: PUBLIC WORKS CONTRACT 35
EXHIBIT A: NOTICE OF COMPLETION 48
EXHIBIT B: CONTRACT CHANGE ORDER AGREEMENT 50
EXHIBIT C: NOTICE OF NONDISCRIMINATION IN EMPLOYMENT 52
EXHIBIT D: CERTIFICATE(S) OF INSURANCE 53
EXHIBIT E: PERFORMANCE /PAYMENT BOND 54
EXHIBIT F: TITLE VI ASSURANCES 57
AMENDMENTS TO THE STANDARD SPECIFICATIONS GREEN PAGES
SPECIAL PROVISIONS BLUE PAGES
APPENDIX A: FHWA 1273 YELLOW PAGES
APPENDIX B: PREVAILING WAGES AND BENEFIT CODE KEY PINK PAGES
APPENDIX C: WSDOT STANDARD PLANS WHITE PAGES
APPENDIX D: FEDERAL WAY STANDARD DETAILS WHITE PAGES
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 3
RFB # 17 -004
March 2017
PUBLIC NOTICE - REQUEST FOR BIDS
21ST AVENUE S (S 320TH ST TO S 316TH ST) PEDESTRIAN IMPROVEMENTS
RFB # 17 -004
SUBMITTAL OF SEALED BIDS:
Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through
April 19, 2017, at 9:00 a.m., at the City Hall Purchasing Office or by US Mail at City of Federal Way,
Purchasing Office, 33325 8th Avenue South, Federal Way, Washington 98003. Proposals received
after 9:10 a.m. on said date will not be considered.
BID OPENING:
All bids will be opened and read publicly aloud at 9:10 a.m. on April 19, 2017, at Hylebos
Conference Room (2nd Floor, City Hall), 33325 8th Avenue South, Federal Way, Washington, for
this RFB.
All bid proposals shall be accompanied by a bid deposit by a cashier's or certified check, or Bid
Bond in an amount equal to five percent (5 %) of the amount of such bid proposal. Should the
successful bidder fail to enter into a contract and furnish satisfactory Performance Bond within the
time stated in the specifications, the bid deposit or bond shall be forfeited to the City of Federal
Way.
DESCRIPTION OF WORK:
This project shall consist of: Construction of sidewalk, retaining wall, decorative street illumination,
landscaping, and irrigation improvements on the west side of 21st Avenue S (from north of S 320th
Street to S 316th Street).
The Contractor shall complete all work within 40 working days.
The bidder is urged to check the plans and contract provisions carefully.
All bid proposals shall be in accordance with the Instructions to Bidders and all other contract
documents. Any questions concerning the description of the work contained in the contract
documents must be directed to Christine Mullen, P.E., Street Systems Project Engineer, by facsimile
at (253) 835 -2709, or by letter addressed to Christine Mullen, P.E., Street Systems Project Engineer
prior to bid opening date.
BID DOCUMENTS:
Free -of- charge access to project bid documents (plans, specifications, addenda, and Bidders List) is
provided to Prime Bidders, Subcontractors, and Vendors by going to www.bxwa.com and clicking
on "Posted Projects," "Public Works," and "City of Federal Way." This online plan room provides
Bidders with fully usable online documents with the ability to: download, view, print, order
full /partial plan sets from numerous reprographic sources, and a free online digitizer /take -off tool.
It is recommended that Bidders "Register" in order to receive automatic e -mail notification of future
addenda and to place themselves on the "Self- Registered Bidders List." Bidders that do not register
will not be automatically notified of addenda and will need to periodically check the on -line plan for
addenda issued on this project. Contact Builders Exchange of Washington at (425) 258 -1303
should you require assistance with access or registration.
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 4
RFB # 17 -004
March 2017
An informational copy of plans, specifications, and addenda are also available for viewing only at
the Public Works Department, Federal Way City Hall, 33325 8th Avenue South, Federal Way,
Washington.
The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d
to 2000d -4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary,
Part 21, Nondiscrimination in Federally- assisted programs of the Department of Transportation
issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any
contract entered into pursuant to this advertisement, disadvantaged business enterprises as
defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this
invitation and will not be discriminated against on the grounds of race, color, national origin, or sex
in consideration for an award. The City encourages minority and women -owned firms to submit
bids consistent with the City's policy to insure that such firms are afforded the maximum practicable
opportunity to compete for and obtain public contracts.
The Contractor will be required to comply with all local, State, and Federal laws and regulations
pertaining to equal employment opportunities.
The City anticipates awarding this project to the successful bidder and intends to give Notice to
Proceed as soon as the Contract and all required associated documents are executed in full.
Regardless of the date of award or Notice to Proceed, the Contractor must complete all work under
this project within the specified working days.
RESERVATION OF RIGHTS:
The City of Federal Way reserves the right to reject any and all bids, waive any informalities or
minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in
the bid documents. No bidder may withdraw his or her bid after the hour set for the opening
thereof unless the award is delayed for a period exceeding thirty (30) days.
Dated the
Dates of Publication:
day of , 2017.
Daily Journal of Commerce: March 29, 2017
April 5, 2017
Federal Way Mirror: March 31, 2017
April 7, 2017
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 5
RFB # 17 -004
March 2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
BIDDER'S CHECKLIST
The bidder's attention is especially called to the following forms, which must be executed in full as
required and submitted as part of the bid. Failure to comply shall result in rejection of any bid not
so complying.
[g/ Bid Form (Attachment B)
The Bid Form shall be completed and fully executed, including filling in the total bid amount.
[r' Bid Schedule (Attachment C)
The unit prices shall be set forth in the space provided.
:ay Bid Signature Page (Attachment D)
The Bid Signature Page shall be filled in and fully executed by the bidder.
Q" Bid Bond Form (Attachment E)
This form is to be executed by the bidder and the surety company unless a certified check is
submitted with the bid. The amount of this bond or certified check shall not be less than five
percent (5 %) of the total bid amount and shall be shown in both words and figures.
Qr Subcontractor List (Attachment F)
The Subcontractor List shall be filled in by the bidder. (This section may /may not apply).
Non - Collusion Declaration and Notice to All Bidders (Attachment G)
Failure to return this Declaration as part of the bid proposal package will make this bid non-
responsive and ineligible for award.
Er DBE Utilization Certification (Attachment H)
This form demonstrates how the bidder will meet the DBE Condition of Award.
[V DBE Written Confirmation Document (Attachment I)
Complete this form for every DBE listed on the DBE Utilization Certification. The
"Description of Work" and "Amount to be Applied Toward Goal" must match between DBE
Utilization Certification and the DBE Written Confirmation Document or your bid may be
rejected.
EW Proposal for Incorporating Recycled Materials (Attachment J)
This form shall be filled in and executed by the bidder.
Contractor's Certificate of Registration
The bidder shall provide a copy of Contractor's current registration with the State of
Washington.
mv Contractor's State Identification Numbers
The bidder shall provide a copy of Contractor's current state unified business identifier
number and, as applicable, an employment security department number and state excise
tax registration number.
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 6
RFB # 17 -004
March 2017
Irovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
SUCCESSFUL BIDDER'S CHECKLIST
The following documents are to be executed and delivered to the City within ten (10) calendar days
after the Bid is awarded:
E. Public Works Contract (Attachment K)
The successful bidder will fully execute and deliver to the City the Public Works Contract
('Contract ") from these Bid Documents.
❑ Notice to Labor Unions or Other Employment Organizations Nondiscrimination in
Employment (Exhibit C)
If this applies, the successful bidder will sign and post copies of this Notice in conspicuous
places available to employees or applicant for employment.
❑ Certificate of Insurance (Exhibit D)
The successful bidder will provide a Certificate of Insurance evidencing the insurance
requirement set forth in the Contract.
❑ Performance /Payment Bond (Exhibit E)
The successful bidder will provide a fully executed Performance /Payment Bond as
appropriate.
❑ Business License
The successful bidder will provide a copy of a current Business License with the City of
Federal Way.
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 7
RFB # 17 -004
March 2017
SECTION 1: INSTRUCTIONS TO BIDDERS
1 -1 Time and Place for Submission and Opening of Bids
Sealed bids must be submitted by 9:00 a.m. local time on April 19, 2017, to the Purchasing
Office of the City of Federal Way (the "City "), located on the second floor of City Hall, or
received by US Mail at City of Federal Way, Purchasing Office, 33325 8th Avenue S, Federal
Way, Washington, 98003 -6325, and will be publicly opened and read aloud in the Hylebos
Conference Room (2nd Floor, City Hall) on April 19, 2017, at 9:10 a.m. local time.
The City's Purchasing Coordinator must receive the sealed bid before the time and date
specified in order to be considered. Telex or facsimile bids will not be accepted. The bidder
accepts all risks of late delivery of mailed bids or of misdelivery regardless of fault. Late bids
will be returned unopened.
If, after reviewing this document the bidder chooses not to submit a bid, the bidder may
complete and return the "No Bid Response Form" provided as Attachment "A" by the date
and time indicated above.
1 -2 Bid Form
Bids shall be made on the "Bid Form" (Attachment "B ") issued by the City as part of these
contract documents, without reservation or amendment. Bids must be typewritten or printed
in ink. Upon completion, the Bid Form and the bid bond or certified check and any
requested information shall be placed in a sealed envelope. On the outside of the envelope,
place the bid name, bid number and the time bids are due.
1 -3 Bid Signature
All bids shall give the total bid price and shall be signed in ink by the bidder or their
authorized representative, with the address. If the bid is made by an individual, the name,
signature, and address must be shown. If the bid is made by a firm or partnership, the
name and address of the firm or partnership and the signature of at least one of the general
partners must be shown. If the bid is made by a corporation, the bid shall show the title of
the person authorized to sign on behalf of the corporation, his or her title and the address.
The City reserves the right to request documentation showing the authority of the individual
signing the bid to execute contracts on behalf of anyone, or any entity, other than
himself /herself. Refusal to provide such information upon request may cause the bid to be
rejected as nonresponsive.
1 -4 Bid Withdrawal Due to Error
Bids may not be withdrawn due to a claim of error in a bid unless written notice of such
claim and supporting evidence for such claim including cost breakdown sheets are delivered
to the City within forty-eight (48) hours prior to the opening of bids.
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 8
RFB # 17 -004
March 2017
1 -5 Modification of Bid
A modification of a bid already received will be considered only if the modification is
received prior to the time announced for bid opening. All modifications shall be made in
writing, executed, and submitted in the same form and manner as the original bid.
1 -6 Examination of Bid and Contract Documents — Bidder Responsibilities
The submission of a bid shall constitute an acknowledgment upon which the City may rely
that the bidder has thoroughly examined and is familiar with the bid and contract
documents and has reviewed and inspected all applicable federal, state and local statutes,
regulations, ordinances and resolutions dealing with or related to the equipment and /or
services to be provided herein. The failure or neglect of a bidder to examine such
documents, statutes, regulations, ordinances or resolutions shall in no way relieve the
bidder from any obligations with respect to the bidder's bid or the contract documents. No
claim for additional compensation will be allowed which is based upon a lack of knowledge
of any contract documents, statutes, regulations, ordinances or resolutions. Bidders shall
visit delivery and service locations(s) as required. Bidders shall become familiar with and
verify any environmental factors, which may impact current or future prices for this
requirement.
1 -7 Interpretation of Bid and Contract Documents
No oral interpretations will be made to any bidder as to the meaning of the bid or contract
documents and no oral communications will be binding upon the City. Requests for an
interpretation shall be made by facsimile, or by mail, and delivered to the Purchasing
Coordinator of the City at the address indicated in Section 1 -1, at least ten (10) days before
the date announced for opening the bids. Any interpretation deemed necessary by the City
will be in the form of an addendum to the bid documents and when issued will be sent as
promptly as is practical to all parties to whom the bid documents have been issued. All such
addenda shall become part of the bid.
1 -8 Addenda
Each bid shall include acknowledgment of receipt and review of all addenda issued during
the bidding period on the Bid Form.
1 -9 Bid Price
The bid price shall include everything necessary for the completion of the contract including,
but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all
management, superintendence, labor and service, except as may be provided otherwise in
the contract documents. All Washington State sales tax and all other government
taxes, assessments and charges shall be included in the various Bid item prices
as required by law. The offer shall remain in effect ninety (90) days after the bid opening.
In the event of a discrepancy between a unit price and an extended amount and /or the total
price, the unit price will govern and the extended amount and /or total price will be
corrected accordingly; however, downward correction of a bid, which would displace the
apparent low bidder, will only be permitted if the error made and the intended bid price can
be determined solely from the bid documents.
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 9
RFB # 17 -004
March 2017
1 -10 Postponement of Bid Opening
The City reserves the right to postpone the date and time for the opening of bids by
announcing such postponement at any time prior to the date and time announced in these
documents.
1 -11 Rejection of Bids
A. The City reserves the right to reject any bid for any reason including, but not limited to,
the following: any bid which is incomplete, obscure, irregular or lacking necessary detail
and specificity; any bid which omits a price on any one or more items on the Bid Form
and Bid Schedule; any bid in which prices are unbalanced in the opinion of the City; any
bid accompanied by insufficient or irregular bid bond; any bid from bidders who (in the
sole judgment of the City) lack the qualifications and /or responsibility necessary to
perform the work after considering the elements in Section 1 -14.B; any bid for which a
bidder fails or neglects to complete and submit any qualifications information within the
time specified by the City and as may be otherwise required herein; and, any bid
submitted by a bidder who is not registered or licensed as may be required by the laws
of the State of Washington.
B. The city further reserves the right to reject any portion of any bid and /or to reject all
bids. In consideration for the City's review and evaluation of its bid, the bidder waives
and releases any claims against the City arising from any rejection of any or all bids.
1 -12 Alterations to Documents Prohibited
Any addition, limitation or provision attached to the bid may render it informal or
nonresponsive and cause its rejection. Alteration by erasure or interlineations must be
explained or noted in the bid form over the signature of the bidder. No oral, telegraphic or
telephonic bids or modifications will be considered.
1 -13 Disqualification of Bidder
If, in the opinion of the City, there is reason to believe that collusion exists among bidders,
none of the bids of the participants in such collusion will be considered. All bidders are
required to submit the Affidavit of Non - Collusion (Attachment G) with their bids.
1 -14 Evaluation of Bids
It is the intent of City to award a contract to the lowest responsive bid by a responsible
bidder as evaluated by the City. The bidder may be required by the City to submit
documentation demonstrating compliance with the criteria.
A. Responsiveness — The bidder must complete all required forms and bid documents and
provide all required and requested information. Refusal to provide such information may
cause the bid to be rejected. The City will consider all the material submitted by the
bidder to determine whether the bid is in compliance with the bid terms and documents
and responsive to the requested work.
B. Responsibility — The City will consider all the material submitted by the bidder, and other
evidence it may obtain including information from previous project owners, to determine
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 10
RFB # 17 -004
March 2017
whether the bidder is responsible. The bidder must meet the following bidder
responsibility criteria and supplemental bidder responsibility criteria to be considered a
responsible bidder:
1. Mandatory Bidder Responsibility Criteria
a. Have a current certificate of registration as a contractor in compliance with
Chapter 18.27 RCW, which must have been in effect at the time of bid
submittal;
b. Have a current Washington Unified Business Identifier (UBI) number;
c. If applicable:
i. Have Industrial Insurance (workers' compensation) coverage for the
bidder's employees working in Washington, as required in Title 51
RCW;
ii. Have a Washington Employment Security Department number, as
required in Title 50 RCW;
iii. Have a Washington Department of Revenue state excise tax registration
number, as required in Title 82 RCW;
d. Not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3).
2. Supplemental Bidder Responsibility Criteria
a. The bidder shall not have a record of excessive claims filed against the
retainage, payment, or performance bonds for public works projects during
the previous three years, that demonstrate a lack of effective management
by the bidder of making timely and appropriate payments to its
subcontractors, suppliers, and workers, unless there are extenuating
circumstances acceptable to the City.
b. The bidder shall have a reasonable history of successfully completed projects
of a similar size and scope as required by the contract documents for this
project. The City will evaluate whether the projects were "successfully
completed" and of a "similar size and scope."
c. The bidder shall have evidence that it is able to begin and complete the work,
and complete it in a timely fashion.
3. As evidence that the bidder meets the supplemental bidder responsibility criteria in
paragraph (B)(2) above, the apparent low bidder must submit the following
documentation to the City within 48 hours of the bid opening. The City reserves the
right to request such documentation from other bidders also. Refusal to provide such
information upon request may cause the bid to be rejected.
a. The bidder shall submit a list of the public works projects completed within
the previous three years and include for each project the following
information; the owner and contact information for the owner; a list of claims
filed against the retainage, payment, or performance bond for any of the
projects listed; a written explanation of the circumstances surrounding each
claim and the ultimate resolution of the claim.
b. The bidder shall submit a list of projects of similar size and scope to this
project and include information about each project, including the following:
the owner and contact information for the owner; the awarded contract
amount; the final contract amount; a description of the scope of the project
and how the project is similar to this project; the bidder's assessment of its
performance of each project. The information should include any information
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 11
RFB # 17 -004
March 2017
regarding performance in the following areas; quality control; safety record;
timeliness of performance; use of skilled personnel; management of
subcontractors; availability of and use of appropriate equipment; compliance
with contract documents; management of submittals process, change orders,
and close -out.
c. The bidder shall furnish acceptable evidence of the bidder's current ability to
perform, such as firm commitments by subcontractors, equipment, supplies
and facilities, and the bidder's ability to obtain the necessary personnel.
4. If the City determines the bidder does not meet the bidder responsibility criteria in
paragraph (B)(2) above and is therefore not a responsible bidder, the City shall
notify the bidder in writing with the reasons for its determination. If the bidder
disagrees with this determination, it may appeal the determination within 24 hours
of receipt of the City's determination by presenting additional information to the City
and meeting the requirements of section 1- 20(B). The City will consider the
additional information before issuing its final determination. If the final
determination affirms that the bidder is not responsible, the City will not execute a
contract with any other bidder until two business days after the bidder determined to
be not responsible has received the final determination.
C. Lowest Bid — The lowest bid shall be determined as set forth on the Bid Form.
The acceptance of a bid will be evidenced by a Notice of Award. No other act of the City
shall constitute acceptance of a bid. Within ten (10) days after receipt of Notice of
Award, the bidder whose bid is accepted, shall furnish the required performance bond,
certificate of insurance, execute the contract and perform all other acts required by the
bid and contract documents as conditions precedent to formation of the contract.
1 -15 Procedures When Only One Bid is Received
In the event only a single responsive bid is received, the City reserves the right to conduct a
price and /or cost analysis of such bid. The sole bidder shall provide such information, data
and other documentation as deemed necessary by the City for such analysis. The City
reserves the right to reject such bid.
1 -16 Bid Documents
Bidders are required to submit with the bid package the following:
a. AttachmentA — No Bid Response Form, if applicable.
b. Attachment B— Bid Form.
c. Attachment C— Bid Schedule.
d. Attachment D— Bid Signature Page.
e. Attachment E— Bid Bond Form.
f. Attachment F— Subcontractor List.
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 12
RFB # 17 -004
March 2017
g. Attachment G— Non - Collusion Declaration & Notice to All Bidders.
h. Attachment H — DBE Utilization Certification
i. Attachment — DBE Written Confirmation Document
j. Attachment.] — Proposal for Incorporating Recycled Materials
k. Contractor's Certificate of Registration
I. Contractor's State Identification Numbers
1 -17 Conflicts of Interest and Noncompetitive Practices
By submitting a bid, the Contractor agrees as follows:
A. Conflict of Interest — That it has no direct or indirect pecuniary or proprietary interest,
that it shall not acquire any interest which conflicts in any manner or degree with the
work, services, equipment or materials required to be performed and /or provided under
this contract and that it shall not employ any person or agent having any such interests.
In the event that the Contractor or its agents, employees or representatives hereafter
acquires such a conflict of interest, it shall immediately disclose such interest to the City
and take action immediately to eliminate the conflict or to withdraw from this contract, as
the City may require.
B. Contingent Fees and Gratuities
1. That no person or selling agency except bona fide employees or designated agents
or representatives of the Contractor have been employed or retained to solicit or
secure this contract with an agreement or understanding that a commission,
percentage, brokerage, or contingent fee would be paid; and
2. That no gratuities in the form of entertainment, gifts or otherwise, were offered or
given by the Contractor or any of its agents, employees or representatives, to any
official, member or employee of the City or other governmental agency with a view
toward securing this contract or securing favorable treatment with respect to the
awarding or amending, or the making of any determination with respect to the
performance of this contract.
1 -18 Bid Security
No bid will be considered unless accompanied by either a cashier's or certified check in an
amount equal to five percent (5 %) of the Total Bid Price as indicated on Attachment B, "Bid
Form," or a bid bond in the form of Attachment E or a letter of credit for a like amount. The
check or bond shall be payable to the City; it shall be forfeited as fixed and liquidated
damages in case the bidder fails, neglects or refuses to enter into a contract for the faithful
performance of said work (including the providing of any evidence of insurance and /or
performance bond required herein), in the event the contract is awarded to them, within ten
(10) days after the award is made. If a bid bond is submitted in lieu of a check, it shall be
executed by a corporate surety authorized to transact business in the State of Washington
and in the form prescribed in Attachment E, "Bid Bond." If a letter of credit is offered in lieu
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 13
RFB # 17 -004
March 2017
of a check or bidder's bond, it shall be issued as an irrevocable documentary letter of credit
drawn on a banking institution licensed to do business in the State of Washington. The
letter of credit shall include instruction and provisions prescribed in Attachment E, "Bid
Bond." Any questions as to the qualification of the banking institution or instruction shall be
submitted to the City at least ten (10) days prior to the bid submittal date. The check,
bidder's bond or letter of credit shall be attached to the bid form.
The City further reserves the right to hold all bids (and the accompanying bid security) from
the date of the bid opening until the contract and any performance /payment bond are
executed, provided that such period does not exceed ninety (90) days, and each bid shall
remain effective during that period.
1 -19 Performance /Payment Bond
The bidder to whom the City has awarded this Contract will remove the
Performance /Payment Bond (Exhibit E) attached to the Public Works Contract and deliver it
to the City fully executed by the bidder and a surety company in the amount of one hundred
percent (100 %) of the contract price as security for the faithful performance of the work
including the payment of all persons furnishing materials and performing labor on the work
and all payments arising from the performance of the work due the State of Washington
pursuant to Titles 50 and 51 RCW. Such bond must be executed by a duly licensed surety
company, which is registered with the Washington State Insurance Commissioner, and the
surety's name shall appear in the current Authorized Insurance Company List in the State of
Washington, published by the Office of the Insurance Commissioner. The scope of the
Performance /Payment Bond (Exhibit E) shall in no way affect or alter the liabilities of the
Contractor to the City under Section 8 "Indemnification" of the Public Works Contract.
The City may require the surety company to appear and qualify itself upon the bond. If, at
any time, the City determines in its sole judgment that the surety company is insufficient,
the City may require the Contractor to furnish additional surety in form and arrangement
satisfactory to the City and in an amount not exceeding that originally required. The
Contractor shall submit a performance bond complying with the requirements of this
paragraph within ten (10) days after the award is made. Payments will not be made on the
Contract until sufficient surety as required is furnished.
1 -20 Bid Dispute
A. Any actual or prospective bidder, including sub - contractors and suppliers showing a
substantial economic interest in this contract who is aggrieved in connection with the
solicitation or award of this contract, may protest to the City in accordance with the
procedures set forth herein. Protests based on the specifications or other terms in the
contract documents, which are apparent prior to the date established for submittal of
bids, shall be submitted not later than ten (10) calendar days prior to said date, or shall
be deemed waived. All other protests shall be accepted only from actual bidders and shall
be submitted within five (5) calendar days after the aggrieved person knows or should
have known of the facts and circumstances upon which the protest is based; provided,
however, that in no event shall a protest be considered if all bids are rejected or after the
award of this contract.
B. In order to be considered, a protest shall be in writing and shall include: (1) the name
and address of the aggrieved person; (2) the RFB number and contract title under which
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 14
RFB # 17 -004
March 2017
the protest is submitted; (3) a detailed description of the specific grounds for protest
and any supporting documentation; and (4) the specific ruling or relief requested. The
written protest shall be addressed to:
City of Federal Way
33325 8th Avenue S
Federal Way, Washington 98003
Attention: Bid Protest — 21st Ave S (S 320th St to S 316th St) Pedestrian
Improvements RFB # 17 -004
C. Upon receipt of a written protest, the City will promptly consider the protest. The City
may give notice of the protest and its basis to other persons, including bidders involved
in or affected by the protest; such other persons may be given an opportunity to submit
their views and relevant information. If the protest is not resolved by mutual agreement
of the aggrieved person and the City, the City will promptly issue a decision in writing
stating the reasons for the action taken and informing the aggrieved person of his or her
right to appeal the decision to the Mayor or his or her designee. A copy of the decision
shall be mailed (by certified mail, return receipt requested) or otherwise promptly
furnished to the aggrieved person and any other interested parties who requested a
copy of the decision. The decision will be considered final and conclusive unless
appealed within five (5) calendar days after receipt of the decision to the Mayor or his or
her designee. If the decision is appealed, then the subsequent determination of the
Mayor or his or her designee shall issue within five (5) days of the Mayor's receipt of the
appeal and shall be final and conclusive.
D. Failure to comply with these protest procedures will render a protest untimely or
inadequate and shall result in rejection thereof by the City.
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS
2 -1 Administration
This contract will be between the City and the Contractor who will be responsible for
delivering all equipment and performing all work and services described herein. The City is
not party to defining the division of work between the Contractor and the Contractor's
subcontractors, if any, and the specifications have not been written with this intent.
The Contractor represents that it has or will obtain all personnel and equipment required to
perform the services hereunder. Such personnel shall not be employees of the City.
The Contractor's performance under this contract will be monitored and reviewed by
Christine J. Mullen, P.E., Street Systems Project Engineer. Questions by the Contractor
regarding interpretation of the terms, provisions and requirements of this contract shall be
addressed to Christine J. Mullen, P.E., Street Systems Project Engineer, for response.
2 -2 Proof of Compliance with Contract
In order that the City may determine whether the Contractor has complied with the
requirements of the contract documents, the Contractor shall, at any time when requested,
submit to the City properly authenticated documents or other satisfactory proofs as to the
Contractor's compliance with such requirements.
City of Federal Way RFB # 17 -004
21st Ave S Pedestrian Improvements Page 15 March 2017
RFB ver. 4 -16
2 -3 Contract Documents and Precedence
The documents embodying the legally binding obligations between the City and the
Contractor for completion of the work consist of the following:
The City's Request for Bid; Instructions to Bidders; General Contractual Terms and
Conditions; Bid Form; Bid Schedule; Bid Signature Page; Bid Bond; Subcontractor
List; Non - Collusion Declaration & Notice to All Bidders; DBE Utilization Certification;
DBE Written Confirmation Document; Proposal for Incorporating Recycled Materials;
Public Works Contract; Notice of Completion attached as Exhibit A; Contract Change
Order Agreement attached as Exhibit B; Notice of Nondiscrimination in Employment
attached as Exhibit C; Certificate(s) of Insurance attached as Exhibit D;
Performance /Payment Bond attached as Exhibit E; Title VI Assurances attached as
Exhibit F; Project Plans; 2016 WSDOT Standard Specifications for Road, Bridge, and
Municipal Construction; Amendments to the Standard Specifications; Contract
Special Provisions; Addenda and Change Orders; FHWA 1273 attached as Appendix
A; Prevailing Wage Rates attached as Appendix B; WSDOT Standard Plans attached
as Appendix C; Federal Way Standard Details attached as Appendix D; all other
Appendices attached hereto and incorporated by this reference, (collectively the
"Contract Documents. ")
The contract documents are intended to be complementary so that what is required by any
one of them shall be as binding as if called for by all of them. In the event of any conflicting
provisions or requirements within the several parts of the contract documents, the City will
issue an interpretation regarding the controlling provision, which interpretation shall be
binding.
2 -4 Charges to Contractor
Charges which are the obligation of the Contractor under the terms of the contract shall be
paid by the Contractor to the City on demand and may be deducted by the City from any
money due or to become due to the Contractor under the contract and may be recovered
by the City from the Contractor or its surety.
2 -5 Change Orders
The City may, at any time, without notice to the sureties, by written order designated or
indicated to be a change order, make any change in the specifications within the scope of
this contract. Oral orders will not be binding on the City unless confirmed in writing by the
City. Except as provided herein, no order, statement, or conduct of the City will be treated
as a change hereunder or will entitle the Contractor to an equitable adjustment.
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. However, no
claim will be allowed for any costs incurred more than five (5) days before the Contractor
gives written notice as required.
If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall,
within five (5) days after receipt of a written change order form from the City or after giving
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 16
RFB # 17 -004
March 2017
the City the written notice required above, as the case may be, submit to the City a written
statement setting forth the general nature and monetary extent of such claim; provided the
City, in its sole discretion, may extend such five (5) day 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 by the Contractor for an equitable adjustment hereunder will be allowed if asserted
after final payment under this contract.
2 -6 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 contract price 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.
2 -7 Washington State Sales Tax
The Contractor shall make payment directly to the State for all applicable Washington State
sales taxes and all other governmental taxes, assessments and charges.
2 -8 Shipping Charges
All prices shall include freight. Requests for additional compensation for freight charges will
be rejected by the City.
2 -9 No Waiver of Warranties and Contract Rights
Conducting of tests and inspections, review of specifications or plans, payment for goods or
services, or acceptance by the City does not constitute a waiver, modification or exclusion of
any express or implied warranty or any right under this contract or in law.
2 -10 Legal Relations
The Contractor shall comply with all of the City's resolutions and regulations applicable
under this contract and with any local, state or federal law or regulation applicable to the
materials, equipment or service provided under this contract. Neither the Contractor nor the
City shall assign any interest, obligation or benefit under or in this contract or transfer any
interest in the same, whether by assignment or novation, without prior written consent of
the other party. This contract shall be binding upon and inure to the benefit of the
successors of the parties.
2 -11 Applicable Law and Forum
Except as hereinafter specifically provided, this contract shall be governed by and construed
according to the laws of the State of Washington including, but not limited to, the Uniform
Commercial Code, Title 62A RCW. Any suit arising herefrom shall be brought in King County
Superior Court, which shall have sole and exclusive jurisdiction and venue.
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 17
RFB # 17 -004
March 2017
2 -12 Hazardous Chemical Communication
In order to comply with WAC 296 -62 -054, Hazard Communication, the Contractor shall
submit with each shipment a Material Safety Data Sheet (MSDS) for all products containing
any toxic products that may be harmful to the end user. The MSDS Sheet is to accompany
the toxic product(s) to the specified delivery sites.
Include the following information in the MSDS:
A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the
MSDS.
B. If the product is actually used diluted, the dilution rate should be so stated in the
MSDS and the hazards and corresponding personal protection, etc., also be listed.
C. A statement as to the intended use of the product.
2 -13 Delivery and Liquidated Damages
Time is of the essence of the contract and each and all of its provisions in which
performance is a factor. The Contractor will be held to strict compliance with the prescribed
date(s) set forth in these contract documents. For each and every day that delivery is
delayed beyond the specific date(s), damage will be sustained by the City. Because of the
difficulty in computing the actual damages and disadvantages to the City, and as a
reasonable forecast of actual damages which the City will suffer by the delay in delivery, the
parties agree that for each such delay the Contractor will pay the City liquidated damages
(and not as a penalty) in accordance with the Public Works Contract, to compensate for any
damages caused by such delay. The City may deduct from any payment owing to the
Contractor, any liquidated damages, which may be incurred by the Contractor pursuant to
this paragraph.
2 -14 Force Majeure
The Contractor's or City's failure to perform any of its obligations under this contract shall
be excused if due to causes beyond the control and without the fault or negligence of the
Contractor or City, respectively, including, but not restricted to, acts of God, acts of public
enemy, acts of any government, fire, floods, epidemics, and strikes.
2 -15 Patents, Copyrights and Rights in Data
Any patentable result or material suitable for copyright arising out of this contract shall be
owned by and made available to the City for public use, unless the City shall, in a specific
case where it is legally permissible, determine that it is in the public interest that it not be
so owned or available.
The Contractor agrees that the ownership of any plans, drawings, designs, specifications,
computer programs, technical reports, operating manuals, calculations, notes and other
work submitted or which is specified to be delivered under this contract, whether or not
complete (referred to in this subsection as "Subject Data "), shall be vested in the City or
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 18
RFB # 17 -004
March 2017
such other local, state or federal agency, if any, as may be provided by separate contract
with the City.
All such Subject Data furnished by the Contractor pursuant to this contract, other than
documents exclusively for internal use by the City, shall carry such notations on the front
cover or a title page (or in such case of maps, in the same block) as may be requested by
the City. The Contractor shall also place their endorsement on all Subject Data furnished by
them. All such identification details shall be subject to approval by the City prior to printing.
The Contractor shall ensure that substantially the foregoing paragraphs are included in each
subcontract for the work on the project.
2 -16 Patents and Royalties
The costs involved in license fees, royalties or in defending claims for any patented
invention, article, process or method that may be used in or connected with the work under
this contract or with the use of complete work by the City, shall be paid by the Contractor.
The Contractor and the Contractor's sureties shall, at their own cost, defend, indemnify and
hold the City, together with its officers and employees, harmless against any and all
demands made for such fees, royalties or claims brought or made by the holder of any
invention or patent. Before final payment is made on the account of this contract, the
Contractor shall, if requested by the City, furnish acceptable proof of a proper release of the
City, its officers, agents and employees from all such fees or claims.
Should the Contractor, its agent, servants or employees, or any of them be enjoined from
furnishing or using any invention, article, material, computer programs or equipment
supplied or required to be supplied or used under the contract, the Contractor shall
promptly substitute other articles, materials, computer programs or equipment in lieu
thereof of equal efficiency, quality, finish, suitability and market value, and satisfactory in all
respects to the City.
2 -17 Disagreements, Disputes, Claims, and Appeals
If any disagreements occur with anything required in a change order, another written order,
or an oral order from the Project Engineer, including any direction, instruction,
interpretation, or determination by the Project Engineer, the Contractor shall follow the
procedures outlined in Standard Specification Sections 1 -04.5 and 1- 09.11, which are
incorporated by this reference.
By failing to follow the procedures of Sections 1 -04.5 and 1- 09.11, the Contractor
completely waives any claims for protested Work.
Any claims or causes of action shall be brought only in the Superior Court for King County,
Washington.
2 -18 Recycled Products
The Contractor shall use recycled paper for proposals and for any printed or photocopied
material created pursuant to a contract with the City whenever practicable and use both
sides of paper sheets for reports submitted to the City whenever practicable.
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 19
RFB # 17 -004
March 2017
In the event this RFB covers the sale of product to the City that is capable of containing
recycled materials, Contractor is hereby advised that the City intends to procure products
with recycled content, pursuant to the recycled content notice delivered with these bid
documents. Contractor shall certify the percentage of recycled content and products sold to
the City, including a percentage of post- consumer waste that is in the product. This
certification is required to be in the form of a label on the product or a statement by the
Contractor attached to the bid documents. The certification on multi - component or multi -
material products shall verify the percentage and type of post- consumer waste and recycled
content by volume contained in the major constituents of the product. The Contractor
agrees to grant the City, as a procuring agency, permission to verify the certification of
recycled content by review of the bidder's or manufacturer's records as a condition of any
bid award, in the event of a bidder's protest, or other challenge to the bid accepted.
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 20
RFB # 17 -004
March 2017
ATTACHMENT A: NO BID RESPONSE FORM
When submitting a "No Bid," mail this completed form to Federal Way Purchasing, 33325 8th
Avenue South, Federal Way, Washington 98003 -6325. Be sure the form is in a sealed envelope with
the bid number and bid title indicated on the outside of the envelope. The form must be received
by the date and time specified for the bid opening as indicated in Section 1 -1. Failure to return this
form if not submitting a formal bid, may result in your firm being removed from the City's master
bidder's mailing list.
Bid Number: RFB No. 17 -004
Bid Title: 21st Avenue S (S 320th St to S 316th St) Pedestrian Improvements
❑ Cannot comply with specifications.
❑ Cannot meet delivery requirement.
❑ Do not regularly manufacture or sell the type of commodity involved.
❑ Other (please specify).
Explanation of reason(s) checked:
Check one of the following:
❑ WE DO
❑ WE DO NOT desire to be retained on the mailing list for future procurements of this
commodity.
Firm Name:
Address: Phone:
Signature Date
Name (Type or Print) Title
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 21
RFB # 17 -004
March 2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ATTACHMENT B: BID FORM
CITY OF FEDERAL WAY
21ST AVEN//U}}ES (S 320TH ST TO S 316Th ST) PEDESTRIAN IMPROVEMENTS
Bidder: /461-11/6 (,�ONS'Tj2G(C77OA) JA . Date: ITf /9//7
ITEM
BID AMOUNT
A) Schedule A Roadway Improvements
$ 695
605- `°
TOTAL BID AMOUNT
(including Washington State sales tax, all other
government taxes assessments and charges)
$ 695
605- o0
To City Council Members
City of Federal Way
33325 8th Ave South
Federal Way, Washington 98003
Pursuant to and in compliance with your advertisement for bids for construction of 21st Ave S (S
320th St to S 316th St) Pedestrian Improvements, and other documents relating thereto, the
undersigned has carefully examined all of the bid and contract documents as the premises and
conditions affecting the delivery, supply and maintenance of 21st Ave S (S 320th St to 5 316th St)
Pedestrian Improvements, and hereby proposes to furnish all labor, materials and perform all work
as required in strict accordance with the contract documents, for the above - referenced amount,
inclusive of Washington State sales tax and all other government taxes, assessments and
charges as required by law.
The required bid security consisting of a certified check, bid bond, or cashier's check in an amount
of not Tess than five percent (5 %) of the total amount bid is attached hereto, which it is agreed
shall be collected and retained by the City as liquidated damages in the event this bid is accepted
by the City within forty -five (45) calendar days after the day of the bid opening and the
undersigned fails to execute the 21st Ave 5 (S 320th St to S 316th St) Pedestrian Improvements
Public Works Contract and to provide the required certificate of insurance to the City, under the
conditions thereof, within ten (10) calendar days after the Notice of Award; otherwise said Bid
Security will be returned to the undersigned.
Bond or Certified Check 130A30 Dollars ($ 5 % 8 ID )
The Bidder shall complete this entire Bid Form or this bid may be considered non - responsive. The
City may correct obvious mathematical errors.
The City of Federal Way reserves the right to reject any and all bids, waive any informalities or
minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in
the bid documents.
Receipt of the following Addendums is hereby acknowledged:
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 22
RFB # 17 -004
March 2017
Irovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Addendum No. Date Issued: Li — 11
Addendum No. Date Issued:
Addendum No. Date Issued:
Oa.
116-rive Coius-Trat 77olo
Corporation Firm Name
(Delete Two)
AC- i(-Ve -1(4 -IL--
Bidder's State License No. ignature
C-215 -DD /-C.33 f?q s
Bidder's State Tax No. Title
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver 4-16
Page 23
RFB # 17 -004
March 2017
lirovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ATTACHMENT C: BID SCHEDULE
CITY OF FEDERAL WAY
21ST AVE S (S 320Th ST TO S 316Th ST) PEDESTRIAN IMPROVEMENTS
Unit prices for all items, all extensions, and the total amount of the bid must be shown. Enter unit prices in
numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar
amounts). All figures must be clearly legible.
cable sales tax.
SCHEDULE A: ROADWAY IMPROVEMENTS
NOM
SfREfC
ITEM DESCRIPTION
QTY
UNIT
pRicE
AMOUNT
1
1 -04
Unexpected Site Changes
FA
1
$15,000.00
$15,000.00
2
1 -05
Structure Surveying
LS
1
cw . °o
Soo 00
3
1 -05
Roadway Surveying
LS
1
6 00
6, oco ov
4
1 -05
Record Drawings (Min. bid $500)
LS
1
/ 250 00
/1 2�0 av
5
1 -07
SPCC Plan
LS
1
/00. o°
/CO 00
6
1 -09
Mobilization
LS
1
$053.`°
G53. o0
7
1 -10
Traffic Control Supervisor
LS
1
f °O
/, '
8
1 -10
Flaggers
HR
760
61 od
943A"
2 w io. °°
_____1
4000,00
S 5-5-0. ov
9
1 -10
Other Traffic Control Labor
HR
40
6/, 00
10
1 -10
Other Temporary Traffic Control
LS
1
4000,00
37 00
11
1 -10
Construction Signs Class A
SF
150
12
2 -01
Clearing and Grubbing
LS
1
Li/ ls"p w
L 1250.00
13
2 -01
Roadside Cleanup
FA
1
$5,000.00
$5,000.00
14
2 -02
Removal of Structures and
Obstructions
LS
1
s w
2 i
2,5; o0
j az
15
2 -02
Sawcutting
LF
1000
3 °V
3 l v°
16
2 -03
Roadway Excavation Incl. Haul
CY
245
5-0 .64,
12 ?co. ov
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver 4 -16
Page 24
RFB # 17 -004
March 2017
Irovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
17
4-04
Crushed Surfacing Top Course
TN
150
CO (2°
9 OCO- °D
18
5-04
Commercial HMA
TN
5
ZOO, °`'
/2 SO, °°
19
6 -13
Modular Block Wall
SF
2200
L/0 00
ye/000, oo
G t� vca
20
7 -01
Drain Pipe 6 In. Diam.
LF
200
3 RD
21
7 -05
Catch Basin Type 1
EA
1
mv UO
"1 g v nb
22
8 -01
Inlet Protection
EA
12
75- oo
GY2 cc)
23
8 -01
Erosion/Water Pollution Control
LS
1
/ o°
/ ov
24
8 -02
Tree Grates
EA
11
/coo. 00
/ 4 b ` 5-0„2 o0
25
8-02
PSIPE, Pyrus Calleryana var. 'Capital'
or 'Redspire', 2-1/2" cal.
EA
11
550 0o
6 Oco•
26
8 -02
PSIPE Prunus Laurocerasus (Otto
Luyken Laurel) 5 Gal Containers
EA
42
a�
2 �� 00
27
8 -02
Root Barrier
LF
220
20. cv
q 1/60 vo
28
8 -02
Bark Mulch
CY
30
%D 00
2 1 700 ov
29
8 -02
Seeded Lawn
SY
40
2g go
/ I yi ou
30
8 -02
Property Restoration
FA
1
$5,000.00
$5,000.00
31
8 -03
Automatic Irrigation System Complete
LS
1
/2 t w
/7f an
32
8 -04
Extruded Curb
LF
510
q oo
£/ 59o, °
33
8 -06
Cement Conc. Driveway
SY
160
1 vu
r
/6 OW ao
34
8 -12
Black Vinyl Coated Chain Link Fence
LF
650
Lf p oo
Z c noo o0
35
8 -14
Cement Conc. Sidewalk
SY
1400
3R,00
53 2c
36
8 -14
Cement Conc. Curb Ramp
EA
3
0, 500 av
7 5-00 v°
37
8 -14
Thickened Edge Sidewalk
LF
130
ov
(0 qcv ve
i
38
8 -20
Decorative Illumination System,
Complete
LS
1
l � ao
�
[( pOD, °'
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4-16
Page 25
RFB # 17 -004
March 2017
II rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
39
8 -20
Festival Outlet System, Complete
LS
1
1/0 009,07
tip 000 . °D
40
8 -21
Permanent Signing
LS
1
I! co
/ 00 00
41
8 -22
Plastic Crosswalk Line
SF
200
9 ct,
/ 000 coo
,
1
42
8 -31
Potholing
FA
1
$10,000.00
$10,000.00
43
8 -31
Resolution of Utility Conflicts
FA
1
$15,000.00
$15,000.00
i . A V/.,. Ls
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4-16
Page 26
TOTAL = 6g5;6r95,
RFB # 17 -004
March 2017
Ilkrovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
ATTACHMENT D: BID SIGNATURE PAGE
Date: q" rq
The undersigned bidder hereby proposes and agrees to deliver the equipment and /or
services pursuant to the 21st Ave S (S 320th St to S 316th St) Pedestrian Improvements and
comply with all other terms and conditions of the contract and bid documents of RFB 17 -004.
No bidder may withdraw his /her bid for a period of ninety (90) days after the day of bid
opening.
The required bid security consisting of a certified check, bid bond, or cashier's check in an
amount of not less than five percent (5 %) of the total amount will be delivered to the City.
The undersigned individual represents and warrants that he or she is dully authorized to
execute the bid and all bid documents on behalf of any partnership, joint venture or corporation.
eORF
Corporation /Partn ershrp/dtta}
(Delete Two)
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
46nv - t 7 1c,7crn .j',e-
By
(Signature)
04v/D e - -4 U7-/
Company
(Printed Name)
Its: >tS /f%E -107
(Title)
51/0 I /V 2-
7 6orn#q GOA 90z/1/3
(Address)
Page 27
2i3'3.'!S . /o, /
(Telephone Number)
RFB # 17 -004
March 2017
Irovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Attachment E
BID BOND FORM
Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond
in the amount of $ , which amount is not less than five percent (5 %) of the
total bid.
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we, Active Construction, Inc.
as Principal, and Liberty Mutual Insurance Company , as Surety, are held
and firmly bound unto the City of Federal Way, as Obligee, in the penal sum of
Five Percent (5 %) of Bid Amount and - - /100 dollars ($ 5% of Bid Amount), for the payment of which the
Principal and the Surety bond themselves, their heirs and executors, administrators, successors
and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the
Principal for:
21ST AVE S (S 320TH ST TO S 316TH ST) PEDESTRIAN IMPROVEMENTS
According to the terms of the proposal or bid made by the Principal therefore, and the Principal
shall duly make and enter into a contract with the Obligee in accordance with the terms of said
proposal or bid and award and shall give bond for the faithful performance thereof, with Surety
or Sureties approved by the Obligee; or if the Principal shall in case of failure so to do, pay and
forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this
obligation shall be null and void; otherwise, it shall be, and remain in full force and effect, and
the Surety shall forthwith pay and forfeit to the Obligee as penalty and liquidated damages, the
amount of this bond.
SIGNED, SEALED AND DATED THIS 19th DAY OF
Ut irk .
•
•'0
..,.I I(0,.%
April , 2017
Active Construction, Inc.
Surety Carley ?pi_
Atteitteolf tn -Fact
Date: - 0? ...,,
4
Received return of deposit in the sum of $ ' , 1
. '"
4
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 28
RFB # 17 -004
March 2017
'
1
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West American
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,
organized under the laws of the State of Indiana (herein collectively called the "Companies "), pursuant to and by authority
Aliceon A. Keltner; Annelies M. Richie; Brandon K. Bush; Brent E. Heilesen; Carley Espiritu; Christopher
except in the manner and to the extent herein stated.
Certificate No. 7659283
Insurance Company
organized under the laws of the State of New Hampshire, that
and West American Insurance Company is a corporation duly
herein set forth, does hereby name, constitute and appoint,
Kinyon; Cynthia L. Jay; Diane M. Harding; Eric
A. Zimmerman; Heather L. Allen; James B. Binder; Jamie Diemer; Jon J. Oja; Julie R. Truitt; Karen C. Swanson; Kyle J. Howat; Mary S. Norrell; Peter
J. Comfort
all of the city of Tacoma , state of WA each individually if there be more than one named, its true
and lawful attomey -in -fact to make, execute, seal, acknowledge
other surety obligations, in pursuance of these presents and shall
Companies in their own proper persons.
and the corporate seals of the Companies have been affixed
The Ohio Casualty Insurance Company
Liberty Mutual Insurance Company
West merican Insurance Company
A� o
and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies
thereto this 9th day of March 2017
To confirm the validity of this Power of Attorney call
1- 610 - 832 -8240 between 9:00 am and 4:30 pm EST on any business day.
am elm NINO fortgampotelm, le f cry am in
currency rate, interest rate or residual value guarantees.
Y INS() v %NSli,gQ ,aiNSU;
. PRilp'Pl �reimeN =, 4 :: ��rw:s .
>
0 1919 o r 1912 Y 1991
na -
• * 1 + *.,
ti:.mr''` �aa l' tArHUSf� r� rgv,rnn ty
STATE OF PENNSYLVANIA ss
COUNTY OF MONTGOMERY
On this 9th day of March , 2017 before me personally appeared David M. Carey, who acknowledged
David M. Care ; Assistant Secretary
himself to be the Assistant Secretary of Liberty Mutual Insurance
so to do. execute the foregoing instrument for the purposes
on the day and year first above written.
�� ��/�)
�//�'' /.1,4
By L
Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania,
Sp PAST COMMONWEALTH OF PENNSYLVANIA
We x_.00,4 4`<< 1 Notarial Seal
° s 7• i Teresa Pastella. Notary Public
OF Upper MenonTwp.. Montgomery County
��4 My Commission Expires March 28, 2021
Teresa Pastella, Notary Public
of The Ohio Casualty Insurance Company, Liberty Mutual
as follows:
purpose in writing by the Chairman or the President, and subject
to act in behalf of the Corporation to make, execute, seal,
-in -fact, subject to the limitations set forth in their respective
and to attach thereto the seal of the Corporation. When so
or authority granted to any representative or attorney -in -fact under
granting such power or authority.
for that purpose in writing by the chairman or the president,
may be necessary to act in behalf of the Company to make, execute,
Such attorneys -in -fact subject to the limitations set forth in their
and to attach thereto the seal of the Company. When so
David M. Carey, Assistant Secretary to appoint such attomeys -in-
any and all undertakings, bonds, recognizances and other surety
mechanically reproduced signature of any assistant secretary of the
surety bonds, shall be valid and binding upon the Co(npany with
R*"E
Insurance Company, and West Amen )nsurance• ComrCiS, do
executii. •y said Companies, futI4ce and effect'
` ;
of 1 (' 20 •
�jq� w,o[�G Member. Pennsylvania Association of Notaries
W
This Power of Attorney is made and executed pursuant to and by authority of the following By -laws and Authorizations
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading
ARTICLE IV - OFFICERS - Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that
such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary
acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys
powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments
executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power
the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers
ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized
and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as
seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations.
respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments
such instruments shall be as binding as if signed by the president and attested by the secretary.
Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety
obligations.
Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with
the same force and effect as though manually affixed.
Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual
hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attorney
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day
In
arr y� \
■ 1
/ ter `- "(F /Q1_11`��
1/�— _,,,�
By:
\,Sr INS o,,9 INSUq ‘ ;Nitr
� JRYfg; 7 y� P'' 9: �.
1Jni'.iU77� µ vU'Q4 T
J .. w
rw n x
q i 91 o r 1912 ` 1991
D . '.1114.,t,;..- y ,5 ;y
Renee C. Llew 'ssistant east ey
345 of 800
LMS 12873 022017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ATTACHMENT F: SUBCONTRACTOR LIST
Local Agency Name
1 OP FE!TL !
Local Agency Address
33325- elk Ale Sou.-riy
E1?1?L 1 y) 6On 98aa3
Local Agency Subcontractor List
Prepared in compliance with RCW 39 30.060 as amended
To Be Submitted with the Bid Proposal
Project Name 21 " Am- S. t 5712 4A) 7-02/1120115 nt-AR (5.32D" 9T -tb 5. 310- Sr)
Failure to Ilst subcontractors with whom the bidder, If awarded the contract, will directly subcontract for
performance of the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.108
RCW, and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform
the same work will result in your bid being non - responsive and therefore void.
Subcontractor(s) with whom the bidder will directly subcontract that are proposed to perform the work of heating,
ventilation and air conditioning, plumbing, as described in Chapter 18 106 RCW, and electrical as described in Chapter
19.28 RCW mut be listed below. The work to be performed is to be listed below the subcontractor(s) name
• 1
1 1- • • 1 • •1- • 11 • - -a• • Y • • • 1•
subcontractor is listed below to ocrform such work. the bidder certifies that the work will either (il be
performed by the bidder itself. oc, jqj be performed by a lower tier subcontractor who will not contract directly
with the bidder,
Subcontractor Name
Work to be Performed
bt157 6.57`- s4,1a/
a ,chit
Subcontractor Name l�Q �1 oro. W9
Work to be Performed
rJ
Subcontractor Name N �✓
K f /20A
Work to be Performed ,%%tg/Jgf
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
' udder's are notified that is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc, are
considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use
and no wiring or electrical current is connected during the project.
SR
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4-16
Page 29
DOT Form 271 -016A EF
Revised Oa/2012
RFB # 17 -004
March 2017
Irovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ATTACHMENT G: NON - COLLUSION DECLARATION & NOTICE TO ALL BIDDERS
Failure to return this Declaration as part of the bid proposal package
will make the bid nonresponsive and ineligible for award.
NON - COLLUSION DECLARATION
1, by signing the proposal, hereby declare, under penalty of
perjury under the laws of the United States that the following
statements are true and correct:
1 That the undersigned person(s), firm, association or corporation has
(have) not, either directly or indirectly, entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of
free competitive bidding in connection with the project for which this
proposal is submitted.
2. That by signing the signature page of this proposal, I am
deemed to have signed and to have agreed to the provisions
of this declaration.
NOTICE TO ALL BIDDERS
To report rigging activities call
1-800 -424 -9071
The U.S. Department of Transportation (USDOT) operates the above toll -free
"hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone
with knowledge of possible bid rigging, bidder collusion, or other fraudulent
activities should use the "hotline" to report such activities
The "hotline" is part of USDOT's continuing effort to identify and investigate
highway construction contract fraud and abuse and is operated under the
direction of the USDOT Inspector General. All information will be treated
confidentially and caller anonymity will be respected.
SR
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 30
DOT Form 272 -0581 EF
0712011
RFB# 17 -004
March 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agra.menl. see www.bxwa.com - Always Verify Scal
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ATTACHMENT H: DBE UTILIZATION CERTIFICATION
� Washington State
W/ Department of Transportation
Disadvantaged Business
Enterprise Utilization Certification
To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal,
a Disadvantaged Business Enterprise (DBE) Utilization Certification, The Contracting Agency shall consider as non-
responsive and shall reject any Bid Proposal that does not contain a DBE Utilization Certification which properly
demonstrates that the Bidder will meet the DBE participation requirements in one of the manners provided for in the
proposed Contract. Refer to the Instructions on Page 2 when filling out this form or the Bid may be rejected. An
example form has been provided on Page 3. The successful Bidder's DBE Utilization Certification shall be deemed a
part of the resulting Contract.
Box 1: AC- -(11VE ('. it.'T12.)40nD%1 .1- certifies that the DBE firms listed below have been contacted
regarding participation on this project. If this Bidder is successful on this project and is awarded the Contract, it shall
assure that subcontracts or supply agreements are executed with nnaanmedd DBEs. (If necessary, use additional sheets.)
Box 2: 21 Av6NU e. S pr - ein �iAPer cg76,ud
Column 1
Name of DBE
(See instructions)
Column 2
Project Role
(See instructions)
Column 3
Description of Work
(See instructions)
Column 4
Amount
Subcontracted
to DBE
(See instructions)
Column 5
Amount to be
Applied Towards
Goal
(Sea instructions)
l4firzs ees
5G.i
/mac„ �,s c1/7,-f
S7 � °°
5 205
,-., . -
566
,k
/ s ?. °4'
/ 5 co
TiN+r`sAt
5 4,4
72?-... c,k
ii voo. "
9 o, °
Disadvantaged Business Enterprise ZEfZ, '° Total DBE Commitment t�G /vim.
Condition of Award Contract Goal Box 3 Box 4
5(� B checking Box 5 the Bidder is stating that their attempts to solicit sufficient DBE participation to meet
the COA Contract goal has been unsuccessful and good faith effort will be submitted in accordance with
Section 1 -02.9 of the Contract
DOT Form 272.066
Revised 07/2016
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 31
RFB # 17 -004
March 2017
Irovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
ATTACHMENT I: DBE WRIITTEN CONFIRMATION DOCUMENT
AIM
An Washington State
r Department of 'Transportation
Disadvantaged Business Enterprise (DBE)
Written Confirmation Document
See Contract Prlsisiun,: T)(3(: Duclrrnent Submittal Reguiremenls
Drsadvantagcd Business Entcsr }mrL a Condition of Award Partrcrpuhon
THIS FORM SHAH . ONI V HE SURMI'I'I'h:1) TO A 1)IRE THAT IS LISTED ON THE CO'NTRACTOR'S
DISADVANTAGED BUSINESS ENTERPRISE UT1LIZXI'ION CER['IFICATION.
THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE DBE.
PART 4: To be completed by the Miler-
The entries below shall be consistent with what is shown on the Bidder's Disadvantaged Business Enterprise
Utilization Certification. Failure to do so will result in laid rejection.
Contract Title: 21st Avenue S. Pedestrian Improvements (S. 320th St. to S. 316th St.) _
)iidder's Business Name: Active Construction, Inc.
DBE's Business Name: Valley Growers Nursery & Landscape Inc.
Description of D13E's Work.
Landscape
Amount to he Applied Towards DBE Goal: $57,205,00
Amount to be Subcontracted to DBE*. $57,205,00
'Optional Field
PART I3: To be completed by the Iisuthoutagcd 13uwincss_l nterplrise
As an authorized representative of the Disadvantaged Business Enterprise, i confirm that %ie have been
contacted by the Bidder with regard to the referenced project for the purpose ofperforining the Work described
above. if the Bidder is awarded the Contract_ we will enter into an agreement with the Bidder to participate
in the project consistent with the infonnalion provided in the Bidder's Disadvantaged Business Enterprise
l Itilization Certification.
Name (printed):
Signature:
Title:
Address:
DOT Form 422 -031
Revised 072018
ctt3116u/ Btot.44v1
st,�r,�riar /3 1(<
3os7" - 6u ,-10,,E £'c,1
hh a rt( O.< 411 °3e—
Disadvantaged
3 Z
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4-16
Page 33
33
Date: %//(1/ /7
RFB # 17 -004
March 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see Www.bxwa.com Always Verify Seal
IApr 19 17, 08 :31a Express Ironworks, Inc.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
360- 262 -9996
ATTACHMENT I: DBE WRIITTEN CONFIRMATION DOCUMENT
p.2
s► Washington Disadvantaged Business Enterprise (DBE)
all wl/ Department of Transportation Written Confirmation Document
See Contract Provisions: Di3F' Document Submitted Requirements
Disadvantaged Business Enterprise Condition ofelward Participation
THIS FORM SHALL-ONLY BE SUBMITTED 'l () A DBE HAI' IS LISTED ON'I'HR CONTRACTOR'S
DISA.DVANT1GED BUSINESS ENTERPRLSE UTILIZATION CERTIFICATION.
THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE DBE.
P4RT.A _To be complelrrl,bv the bidder
The entries below shalt be consistent with what is shown on the Bidder's Disadvantaged Business Enterprise
Utilization n Cortifieation. Failure to do so will result in Hid rejection.
S4— Nee_ . S. PE 4 eS4v - 10 1,, , _p__,a, etv e. -�
Contract Title.:
Bidder's 13u.sincss Name: itniTIVCi 601057 uerlate 7 .
DBE's Business Name: Xk) reSs fir-k_S
Description of DBE's Work: Cry.- r-c cot 4--
Amount to be Applied Towards DBE Goal: c ( 4 SD . DO
t At) 57)0 Do
Amount to be Subcontracted to DBF.* :
"When el Field
PART E: To be completed by the Disadvantazed Busimcss Enterprise
As an authorized representative of the Disadvantaged I3usiness Enterprise, I confirm that we have been
contacted by the Kidder with regard to the referenced project for the purpo : of performing the Work described
above. If the Bidder is awarded the Contract, we will enter into an agreement with ihe Bidder to participate
in the project consistent with the information provided in the Bidder's Disadvantaged Business Enterprise
Utilization Certification.
Name (printed):
Signature:
Tike:
Address:
DOT Fore 422 -031
Revised O712016
N44 dIr',‘NIA-61V5-6S-
Page
City of Federal Way
21st Ave S Pedestrian improvements
RFB ver 4-16
33
l)atc: r (it ((i
RFB # 17 -004
March 2017
It rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
ATTACHMENT I: DBE WRIITTEN CONFIRMATION DOCUMENT
Am■ T Disadvantaged Business Enterprise (DBE)
I ; was of Transportation Written Confirmation Document
See Contract Provisions: DBE Document Submitted Requirements
Disadvantaged Business Enterprise Condition ofAward Participation
THIS FORM SHAT J , ON Y BF, SUBMI-TTED TO A DBE THAT IS LISTED ON THE CON'TRACTOR'S
DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION.
THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE DBE.
PART A: To be completed by the bidder
The entries below shall be consistent with what is shown on the Bidder's Disadvantaged Business Enterprise
Utilization Certification. Failure to do so will result in Bid rejection.
Contract Title: 21st Avenue S. Pedestrian Improvements (S. 320th St. to S. 316th St.)
Bidder's Business Narnc: Active Construction, Inc.
DBE's Business Name: Tunista Construction
Description of DBE's Work: Trucking
Amount to be Applied Towards DBE Goal.
Amount to he Subcontracted to 1)HE*:
"Optional Field
$4,000.00
$4,000.00
PART B: To be completed bv the Disadvantaged Business Entcrp>tise
As an authorized representative of llie Disadvantaged Business Enterprise, I confirm that we have been
contacted by the Bidder with regard to the referenced project for the purpose of performing the Work described
above. If the Bidder is awarded the Contract, we will enter into an agreement with the Bidder to participate
m the project consistent with the information provided in the Bidder's Disadvantaged Business Enterprise
Utilization Certification.
Name (printed):
Signature:
Title:
Address:
DOT Forrn 422 -031
Revised 072016
33%od s4441... se v !-ti Sv. k lac
City of Federal Way
21 st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 33
Date: y/j 91/2?
RFB # 17 -004
March 2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ATTACHMENT]: PROPOSAL FOR INCORPORATING RECYCLED MATERIALS
s APWA -WA Division 1 Committee rev. 1/8/2016
Proposal for Incorporating Recycled Materials into the Project
In compliance with a new law that went into effect January 1, 2016 (SHB1695), the Bidder shall
propose below, the total percent of construction aggregate and concrete materials to be
incorporated into the Project that are recycled materials. Calculated percentages must be within
the amounts allowed in Section 9- 03.21(1)E, Table on Maximum Allowable Percent (By Weight)
of Recycled Material, of the Standard Specifications.
Proposed total percentage:
percent.
Note: Use of recycled materials is highly encouraged within the limits shown above, but does
not constitute a Bidder Preference, and will not affect the determination of award, unless two or
more lowest responsive Bid totals are exactly equal, in which case proposed recycling
percentages will be used as a tie - breaker, per the APWA GSP in Section 1 -03.9 of the Special
Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the
Contractor should do its best to accomplish. Bidders will be required to report on recycled
materials actually incorporated into the Project; in accordance with the APWA GSP in Section
1 -06.6 of the Special Provisions.
Bidder:
Signature of Authorized Official:
Date:
AGT7v epnLc772bWinor1 TAX- •
4/-0 -/1
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver 4 -16
Page 34
RFB # 17 -004
March 2017
Irovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
O
a �
- °
et 00
oN
o °�
eu gzr
tu
AaO
ACTIVE CONSTRUCTION, INC.
S7091 ACTIVE CONSTRUCTION. INC.
PO BOX 430
PUYALLUP WA 98371 -0162
DETACH BEFORE POSTING
1
1
STATE OF
WASHINGTON
Corporation
ACTIVE CONSTRUCTION, INC
5110 RIVER RD E
TACOMA, WA 98443 -2638
BUSINESS LICENSE
Unified Business ID #: 273001533
Business ID #: 001
Location: 0001
Expires: Aug 31, 2017
UNEMPLOYMENT INSURANCE - ACTIVE INDUSTRIAL INSURANCE - ACTIVE
MINOR WORK PERMIT - ACTIVE TAX REGISTRATION - ACTIVE
CITY ENDORSEMENTS:
GIG HARBOR GENERAL BUSINESS #14 (EXPIRES 12131/2017) - ACTIVE
TUMWATER GENERAL BUSINESS #3068 (EXPIRES 12/31/2017) - ACTIVE
SUMNER GENERAL BUSINESS (EXPIRES 12/31/2017) - ACTIVE
PORT ORCHARD GENERAL BUSINESS #B009655 (EXPIRES 12/31/2017) - ACTIVE
OLYMPIA GENERAL BUSINESS #1876 (EXPIRES 12/31/2017) - ACTIVE
DUPONT GENERAL BUSINESS #6 (EXPIRES 12/31/2017) - ACTIVE
UNIVERSITY PLACE GENERAL BUSINESS (EXPIRES 12/31/2017) - ACTIVE
POULSBO GENERAL BUSINESS (EXPIRES 12/31/2017) - ACTIVE
FIFE GENERAL BUSINESS - NR (EXPIRES 12/31/2017) - ACTIVE
LACEY GENERAL BUSINESS #8076 (EXPIRES 12/31/2017) - ACTIVE
DUTIES OF MINORS:
Clerical office support
LICENSING RESTRICTIONS:
It is the business's responsibility to comply with minor work permit requirements. See WAC 296- 125 -030 and WAC
296- 125 -033 for non- Agriculural and WAC 296 - 131 -125 for Agricultural guidelines and restricted activities.
REGISTERED TRADE NAMES:
ACI
i
This document lists the registrations, endorsements, and licenses authorized for the business
named above By accepting this document, the licensee certifies the information on the application
was complete, true, and accurate to the best of his or her knowledge, and that business will be /
r conducted in compliance with all applicable Washington state, county, and city regulations. Director, Dcp+Hn,Fnr of Revenue
:nr:� - - -�7 T- T —T- T. ��- �-fir- i
U B I: 273001533 001 0001
ACTIVE CONSTRUCTION, INC.
5110 RIVER RD E
TACOMA, WA 98443 -2638
0810002
STATE OF WASHINGTON
UNEMPLOYMENT INSURANCE -
ACTIVE
INDUSTRIAL INSURANCE - ACTIVE
MINOR WORK PERMIT - ACTIVE
TAX REGISTRATION - ACTIVE
GIG HARBOR GENERAL BUSINESS
#14 (EXPIRES 12/31/2017)- ACTIVE
TUMWATER GENERAL BUSINESS
#3068 (EXPIRES 12/31/2017) - ACTIVE
SUMNER GENERAL BUSINESS
(EXPIRES 12/31/2017) - ACTIVE
PORT ORCHARD GENERAL
BUSINESS #8009655 (EXPIRES
12/31/2017) - ACTIVE
OLYMPIA GENERAL BUSINESS #1876
(EXPIRES 12/31/2017) - ACTIVE
DUPONT GENERAL BUSINESS 116
DETACH THIS SECTION FOR YOUR WALLET
V
Expires: Aug 31, 2017
4441.)
Director. Department of Revenue
Employment Security Department - EAMS - Account Profile Page 1 of 1
Business Profile
ACTIVE CONSTRUCTION INC
321915 -00 -0
Federal Identification Number: 91- 0839781
Unified Business Identifier: 273 - 001 - 533 -000
Mailing address: ACTIVE CONSTRUCTION INC
P 0 BOX 430
PUYALLUP WA 98371 -0162
Principal business location: 5110 RIVER ROAD EAST
TACOMA WA 98443 -2638
Business structure: Corporation
Business classification: Taxable
Business activity: CONSTRUC WATER,SEWERS & RELATED SITE DEV
If you have any questions regarding this information, contact your District Tax Office (DTO) at 855 -829-
9243 or OlympiaAMC @esd.wa.gov.
Note: The data above Is current as of 06/11/2014.
https:// secureaccess. wa. gov/ esd /eams /accountprofile.aspx ?DT =1 6/11/2014
ATTACHMENT K: PUBLIC WORKS CONTRACT
FOR
21ST AVE S (S 320TH ST TO S 316TH ST) PEDESTRIAN IMPROVEMENTS
I THIS PUBLIC WORKS CONTRACT ("Contract ") is dated effective this o° S riay of
, 2017 and is made by and between the City of Federal Way, a Washington municipal
corporation ("City or Owner "), and Active Construction, Inc., a Washington Corporation
("Contractor').
A. The City desires to retain an independent contractor to furnish all labor and materials
necessary to perform work necessary to complete the 21st Ave S (S 320th St to S 316th St)
Pedestrian Improvements, located at Federal Way, Washington ("Property"); and
B. The Contractor has the requisite skill and experience to perform such work.
NOW, THEREFORE, the parties ("Parties ") agree to the following terms and conditions:
1. SERVICES BY CONTRACTOR
1.1 Description of Work. Contractor shall perform all work and furnish all tools, materials,
supplies, equipment, labor and other items incidental thereto necessary for the construction and
completion of the work, more particularly described as the 21st Ave S (S 320th St to S 316th St)
Pedestrian Improvements project, including without limitation: sidewalks, retaining wall, decorative
street illumination, landscaping, irrigation, and other work ("Work').
Said "Work" shall be in accordance with and as described in the Contract Documents, which include
without limitation: The City's Request for Bid; Instructions to Bidders; General Contractual Terms
and Conditions; Bid Form; Bid Schedule; Bid Signature Page; Bid Bond; Subcontractor List; Non -
Collusion Declaration & Notice to All Bidders; DBE Utilization Certification; DBE Written Confirmation
Document; Proposal for Incorporating Recycled Materials; Public Works Contract; Notice of
Completion attached as Exhibit A; Contract Change Order Agreement attached as Exhibit B; Notice
of Nondiscrimination in Employment attached as Exhibit C; Certificate(s) of Insurance attached as
Exhibit D; Performance /Payment Bond attached as Exhibit E; Title VI Assurances attached as
Exhibit F; Project Plans; 2016 WSDOT Standard Specifications for Road, Bridge, and Municipal
Construction; Amendments to the Standard Specifications; Contract Special Provisions; Addenda
and Change Orders; FHWA 1273 attached as Appendix A; Prevailing Wage Rates attached as
Appendix B; WSDOT Standard Plans attached as Appendix C; Federal Way Standard Details
attached as Appendix D; all other Appendices attached hereto and incorporated by this reference,
(collectively the "Contract Documents "), which Work shall be completed to the City's satisfaction,
within the time period prescribed by the City and pursuant to the direction of the Mayor or his or
her designee.
1.2 Completion Date. The Work shall be commenced within five (5) days of receipt by the
Contractor of the City's Notice to Proceed. The Work shall be completed within 40 working days.
In the event the Work is not substantially completed within the time specified, Contractor agrees to
pay to the City liquidated damages in the amount set forth in the formula included in Section 1.3 of
this Contract. The Work shall not be deemed completed until the City has accepted the Work and
delivered a written Notice of Completion of Public Works Contract in the form attached hereto as
Exhibit "A."
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 35
RFB # 17 -004
March 2017
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 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.
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 increases 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 written
notice required above, as the case may be, submit to the City a written statement setting forth the
general nature and monetary extent of such claim; provided the City, in its sole discretion, may
extend such five (5) day submittal period upon request by the Contractor. The Contractor shall
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 36
RFB # 17 -004
March 2017
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.
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 prior to acceptance
of the Work.
4. COMPENSATION
4.1 Total Compensation. In consideration of the Contractor performing the Work, the City
agrees to pay the Contractor an amount not to exceed Six Hundred Eighty -Five Thousand, Six
Hundred Eighty -Five and 00/100 Dollars ($685,685.00), which amount shall constitute full and
complete payment by the City ("Total Compensation ").
4.2 Contractor Responsible for Taxes. 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.
City of Federal Way RFB # 17 -004
21st Ave S Pedestrian Improvements Page 37 March 2017
RFB ver. 4 -16
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. The basis of payment will be the actual quantities of work
performed according to the contract and as specified for payment. Payments will be made for work
and labor performed and materials furnished under the contract according to the price in the
proposal unless otherwise provided. Partial payments will be made once each month, based on
partial estimates prepared by the Engineer and signed by the Contractor. Failure to perform any
obligation under this Contract may be adequate reason for the City to withhold payments until the
obligation is performed.
Upon completion of all work and after final inspection, the amount due the Contractor under
the contract will be paid based upon the final estimate made by the Engineer and signed by the
Contractor.
Payment to the Contractor for partial estimates, final estimates, and retained percentages
shall be subject to controlling laws.
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,
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 VII of the Civil Rights Act of 1964, the Americans With
Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 26, or any other
applicable federal, state, or local law or regulation regarding non - discrimination. 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 F.
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 with Contractor's ability to perform
the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City.
City of Federal Way RFB # 17 -004
21st Ave S Pedestrian Improvements Page 38 March 2017
RFB ver. 4 -16
62 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. CITY'S RIGHT TO TERMINATE CONTRACT
7.1 Termination Without Cause. Prior to the expiration of the Term, this Contract may be
terminated without cause upon oral or written notice delivered to Contractor from the City. Upon
termination, all supplies, materials, labor and /or equipment furnished prior to such date shall, at
the City's option, become its property. In the event Contractor is not in breach of any of the
provisions of this Contract, Contractor will be paid for any portion of the Work which has been
completed to the City's satisfaction, calculated by the percentage amount that portion of the Work
completed and accepted by the City bears to the Total Compensation.
7.2 Termination For Cause. The City may immediately terminate this Contract, take
possession of the Property and all materials thereon and finish the Work by whatever methods it
may deem expedient, upon the occurrence of any one or more of the following events:
(1) If the Contractor should be adjudged a bankrupt.
(2) If the Contractor should make a general assignment for the benefit of its
creditors.
(3) If a receiver should be appointed on the account of insolvency of Contractor.
(4) If Contractor should persistently or repeatedly refuse or fail to supply a sufficient
number of properly skilled workmen or proper materials for completion of the Work.
(5) If the Contractor should fail to complete the Work within the time specified in
this Contract.
(6) If the Contractor should fail to complete the Work in compliance with the plans
and specifications, to the City's satisfaction.
(7) If the Contractor should fail to make prompt payment to subcontractors or for
material labor.
(8) If Contractor should persistently disregard laws, ordinances or regulations of
federal, state, or municipal agencies or subdivisions thereof.
(9) If Contractor should persistently disregard instructions of the Mayor or his or her
representative.
(10) If Contractor shall be in breach or violation of any term or provision of this
Contract, or
(11) If the Work is not being performed pursuant to RCW 49.28.050 or 49.28.060.
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 39
RFB # 17 -004
March 2017
7.3 Result of Termination. In the event that this Contract is terminated for cause by the
City, the City may do any or all of the following:
(1) Stop payments. The City shall cease any further payments to Contractor and
Contractor shall be obligated to repay any payments it received under this contract.
(2) Complete Work. The City may, but in no event is the City obligated to, complete
the Work, which Work may be completed by the City's agents, employees or
representatives or the City may retain independent persons or entities to complete
the Work. Upon demand, Contractor agrees to pay to the City all of its costs and
expenses in completing such Work.
(3) Take Possession. The City may take possession of the Property and any
equipment and materials on the Property and may sale the same, the proceeds of
which shall be paid to the City for its damages.
(4) Remedies Not Exclusive. No remedy or election under this Contract shall be
deemed an election by the City but shall be cumulative and in addition to all other
remedies available to the City at law, in equity or by statute.
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, licenses, 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;
City of Federal Way RFB # 17 -004
21st Ave S Pedestrian Improvements Page 40 March 2017
RFB ver. 4 -16
(2) Commercial general liability insurance with combined single limits of liability not
less than $5,000,000 for bodily injury, including personal injury or death, products
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.
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 the Section, in compliance with the Certificate(s) of Insurance Form attached
hereto as Exhibit "D," 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 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.
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 41
RFB # 17 -004
March 2017
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.
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 "E" 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.
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 any known or unusual hazards and do all other things necessary to prevent
accident or loss of any kind. Contractor shall protect from danger all water, sewer, gas, steam or
other pipes or conduits, and all hydrants and all other property that is 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 RCW and Chapter 49.28 RCW (as amended or supplemented). On Federal -aid
projects, Federal wage laws and rules also apply. The Hourly minimum rates for wages and fringe
benefits are listed in Appendix B. When Federal wage and fringe benefit rates are listed, the rates
match those identified by the U.S. Department of Labor's "Decision Number" shown in Appendix B.
The Contractor, any subcontractor, and all individuals or firms required by Chapter 39.12
RCW, Chapter 296 -127 WAC, or the Federal Davis -Bacon and Related Acts (DBRA) to pay minimum
prevailing wages, shall not pay any worker Tess than the minimum hourly wage rates and fringe
benefits required by Chapter 39.12 RCW or the DBRA. Higher wages and benefits may be paid.
When the project is subject to both State and Federal hourly minimum rates for wages and
fringe benefits and when the two rates differ for similar kinds of labor, the Contractor shall not pay
less than the higher rate unless the state rates are specifically preempted by Federal law.
The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls
under the provisions of Chapter 39.12 RCW because of the definition "Contractor" in Chapter 296-
127 -010 WAC, complies with all the requirements of Chapter 39.12 RCW.
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 42
RFB # 17 -004
March 2017
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;
(3) The President, Vice President and Treasurer of a corporation if each one owns at least
30% of the corporation.
12.3 Reporting Requirements. On forms provided by the Industrial Statistician of State L&I,
the Contractor shall submit to the Engineer the following for itself and for each firm covered under
Chapter 39.12 RCW that provided work and materials of the contract:
(1.) A copy of an approved "Statement of Intent to Pay Prevailing Wages" State L &I form
number F700- 029 -000. The City will make no payment under this contract for the work
performed until this statement has been approved by State L &I and a certified copy of the
approved form has been submitted to the City.
(2) A copy of an approved "Affidavit of Prevailing Wages Paid," State L&I form number
F700- 007 -000. The City will not release to the contractor any funds retained under Chapter
60.28.011 RCW until all of the "Affidavit of Prevailing Wages Paid" forms have been
approved by State L &I and a certified copy of all the approved forms have been submitted
to the City.
The Contractor shall be responsible for requesting these forms from the State L&I and for
paying any approval fees required by State L &I.
Certified payrolls are required to be submitted by the Contractor to the City, for the
Contractor and all subcontractors or lower tier subcontractors.
12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of wages
for work of a similar nature and such dispute cannot be resolved by the City and the Contractor,
the matter 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, fail to pay for
any materials, or fail to pay any insurance premiums, the City may terminate this Contract and /or
the City may withhold from the money which may be due the Contractor an amount necessary for
the payment of such subcontractors, laborers, materials or 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.
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 43
RFB # 17 -004
March 2017
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.
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
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 44
RFB # 17 -004
March 2017
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
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.
City of Federal Way RFB # 17 -004
21st Ave S Pedestrian Improvements Page 45 March 2017
RFB ver. 4 -16
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.
ATTEST:
O
St✓ep a ie Courtney, CMC, Ci 1 Jerk
CITY OF FEDERAL WAY:
BY:
errel , Mayor
25 8th Avenue South
ederal Way, WA 98003 -6325
APPROVED AS TO FORM:
J. Ryan Call, City Attorney
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 46
RFB # 17 -004
March 2017
STATE OF WASHINGTON
) ss.
COUNTY OF Fi (Ce.
ACTIVE CONSTRUCTION, INC.:
By: ,. i
(Signature)
Rosemarie A. Garms
(Name)
5110 River Rd E.
Tacoma, WA 98443
(253) 248 -1091
On this day personally appeared before me Rosemarie A. Garms, to me known to be the Governor
of Active Construction, Inc. that executed the foregoing instrument, and acknowledged the said
instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes
therein mentioned, and on oath stated that she was authorized to execute said instrument and that
the seal affixed, if any, is the corporate seal of said corporation.
GIVEN my hand and official seal this l qw day of )J\ Lij , 2017.
*c P ,11,0'' i
G S q
Q NoTAR y z
i j3; 114* A. PUBUG ,S 2''
,. ■ • 1.1 0 3 3 0 \C.`f
1 OF WASH``•_
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
od.k, Saw)
(typed /printed name of notary)
Notary Public in and for the State of Washington.
My commission expires 10-Z0-2u S
Page 47
RFB # 17 -004
March 2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Date:
EXHIBIT A: NOTICE OF COMPLETION
❑ Original
❑ Revised #
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
Contractor's UBI Number:
Name & Mailing Address of Public Agency
IBI Number:
Department Ilse Only
Assigned to:
Date Assigned:
mice ix hereby l;n• ett relntire to the completion of contract or project described below
Project Name
j Contract Number
I
Job Order Contracting
• Yes • No
Description of Work Done/Include Jobsite Address(es)
Federally funded transportation project? ❑ Yes
No (if yes, provide Contract Bond Statement below)
is
Contractor's Name
E -mail Address lfftdavit ID*
Contractor Address
Telephone #
If Retainage is not withheld,
g
P lease select one of the following
K and
List Surety's Name & .lend Number.
Pavmcnt bond (valid for federally funded transportation ptuja.its)
• Retainage Bond
■ Contract
Name: Jliond Number:
Date Contract Awarded
`Date Work Commenced
Date Work Completed
Date Work Accepted
Were Subcontracters used
on this project? If so, please complete Addendum A. •Yes • No
Affidavit ID' - No L &l release will be granted until all affidavits are listed.
Contract Amount
Additions ( )
Reductions ( - )
Sub -Total
Sales Tax Rate
(If venous laces apply, please send a breakdown)
Saks Tax Amount
$
$
0.00
TOTAL 5 0 00
Liquidated Damages $
Amount Disbursed $
Amount Retained 5
NOTE: These two totals Durst be equal
TOTAL $
0.00
Comments:
Note: The Disbursing Officer must submit this completed notice immediately aflcr acceptance of the work done under this contract.
No PAYMENT SI IA1.1. 1311 MAIM. FROM RETAINED FUNDS until receipt of all release certificates.
Submitting Form: Please submit the completed form by email to all three agencies below.
Contact Name:
Email Address:
Title:
Phone Number:
rla Department of Revenue
CPublic Works Section
(360)704 -5650
PWCQdor.we.geee
REV 31 0020e (10126f15) 1,215- 038 -000 10-2
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Waanomtton Star Department cif
Labor & Industries
Contract Release
(855) 545-8163, option a 4
ContractRel easeraLN I. WA.GOV
Reset This Form
Page 48
Empioyment Security
Registration, inquiry.
Standards 6 Coordination
Unit
(360)902 -9450
pubticwakst§esd.we.gov
Print This Form
RFB # 17 -004
March 2017
Addendum A: Please List all Subcontractors and Sub -tiers I3elow
This aciclenclum can be submitted in other formals.
Provide 'mown affidavits at this time. No L'iti release mill he eranted until all affidavits are Iisled.
Subcontractor's Name:
I FBI Number: (Required)
AlTidavit 11)*
For tax assistance or to request this document in an alternate format, please call 1 -800- 647 -7706. Teletype (TT Y1 users may use the
Washington Relay Service by calling 711.
REV 31 0020e Adclenchnn (10/26/15) 1215 -031i- 000 10 -2014
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 49
RFB # 17 -004
March 2017
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 QUANTITY 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 DEPT. DIRECTOR /MANAGER DATE
SIGNATURE SIGNATURE
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 50
RFB # 17 -004
March 2017
DEPARTMENT RECAP TO DATE: *Adjustments:
ORIGINAL CONTRACT AMOUNT $
PREVIOUS CHANGE ORDERS $
THIS CHANGE ORDER $
*ADJUSTMENTS $
NEW CONTRACT AMOUNT $
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY
PAY THIS ADJUSTED AMOUNT
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
❑ INCREASED $
❑ DECREASED $
$
DEPARTMENT DIRECTOR'S SIGNATURE
Page 51
RFB # 17 -004
March 2017
EXHIBIT C: NOTICE OF NONDISCRIMINATION IN EMPLOYMENT
TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS
TO: ALL EMPLOYEES
AND TO: lK • _ e•rs L
•• .,j •
(Name of Union or Organization)
The undersigned currently holds contract(s) with the City of Federal Way involving funds or credit
of the City of Federal Way, Washington, or (a) subcontract(s) with 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
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Christine 3. Mullen, P.E.
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
Page 52
ACTIVE CONSTRUCTION, INC.
5110 River Road E
Tacoma, WA 98443
1,7 (i,:z k 2-144-6
(Co tractor or subcontractor signature)
Mach ZD {1
Date
RFB # 17 -004
March 2017
EXHIBIT D: CERTIFICATE(S) OF INSURANCE
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 53
RFB # 17 -004
March 2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Client#: 142662
ACTICONS3
ACORD,. CERTIFICATE OF LIABILITY INSURANCE
DATE (MM /OD/YYYY)
4/20/2017
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
Propel Insurance
Tacoma Commercial Insurance
1201 Pacific Ave, Suite 1000
Tacoma, WA 98402
CONTACT Anna Reid
PHONE 800 499 -0933 FAX
(A/C, No, Ext): (A/C, No): 866 577 -1326
E -MAIL anreid r0 Itnsurance.com
ADDRESS: na. @P Pe
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURER A: Valley Forge Insurance Company
20508
INSURED
Active Construction Inc
PO Box 430
Puyallup, WA 98371 -0162
INSURER B : Continental Casualty Company
20443
INSURER c National Fire Ins Co of Htfd
20478
INSURER D
$1,000,000
INSURER E :
$500,000
INSURER F :
COVERAGES
CERTIFICATE NUMBER:
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
TYPE OF INSURANCE
INsR
WUVD
POUCY NUMBER
(MMMILDDY�)
(MMM/LDD�
UMRS
A
GENERAL
X
LIABILITY
COMMERCIAL GENERAL LIABILITY
X
X
5093447379
06/15/2016
06/15/2017
EACH OCCURRENCE
$1,000,000
PREMISES (Ea acourrence)
$500,000
CLAIMS -MADE
X
OCCUR
MED EXP (Any one person)
$15,000
X
PD Ded:5,000
PERSONAL & ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L
AGGREGATE
POLICY
X
LIMIT APPLIES
PRO T
JEC
PER:
LOC
PRODUCTS - COMP /OP AGG
$ 2,000,000
$
C
AUTOMOBILE
X
X
LIABILITY
ANY AUTO
ALL OWNED
AUTOS
HIRED AUTOS
X
SCHEDULED
AUTOS
NON -0WNED
AUTOS
X
X
5093447351
06/15/2016
06/15/2017
(E°MaBI SINGLE LIMIT
$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
5093447365
06/15/2016
06/15/2017
EACH OCCURRENCE
$9,000,000
$9,000,000
$
AGGREGATE
DED
X
RETENT ON $10000
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
N /A
5093447379
WA Stop Gap ONLY
06/15/2016
06/15/2017
TORY LIMIT
OR
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 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
RE ACI Job No. 17 -009 / 21st Avenue S (S 320th St to S 316th St) Pedestrian Improvements.
The City of Federal Way, its officers, officials, employees, volunteers, and agents; MacKay + Sposito and
its officers, employees, agents, and subconsultants are additional insured per the attached endorsement.
CERTIFICATE HOLDER
CANCELLATION
City of Federal Way
33325 8th Avenue South
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
ACORD 25 (2010/05) 1 of 1
#S2674644/M2460759
©1988 -2010 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
KTROO
This page has been left blank intentionally.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CNA
Contractors' General Liability Extension Endorsement
It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE
PART as follows. If any other endorsement attached to this policy amends any provision also amended by this
endorsement, then that other endorsement controls with respect to such provision, and the changes made by this
endorsement with respect to such provision do not apply.
TABLE OF CONTENTS
1. Additional Insureds
2. Additional Insured - Primary And Non- Contributory To Additional Insured's Insurance
3. Bodily Injury — Expanded Definition
4. Broad Knowledge of Occurrence/ Notice of Occurrence
5. Broad Named Insured
6. Broadened Liability Coverage For Damage To Your Product And Your Work
7. Contractual Liability - Railroads
8. Electronic Data Liability
9. Estates, Legal Representatives and Spouses
10. Expected Or Intended Injury — Exception for Reasonable Force
11. General Aggregate Limits of Insurance — Per Project
12. In Rem Actions
13. Incidental Health Care Malpractice Coverage
14. Joint Ventures /Partnership /Limited Liability Companies
15. Legal Liability — Damage To Premises / Alienated Premises / Property In The Named Insured's
Care, Custody or Control
16. Liquor Liability
17. Medical Payments
18. Non -owned Aircraft Coverage
19. Non -owned Watercraft
20. Personal And Advertising Injury — Discrimination or Humiliation
21. Personal And Advertising Injury - Contractual Liability
22. Property Damage - Elevators
23. Supplementary Payments
24. Unintentional Failure To Disclose Hazards
25. Waiver of Subrogation — Blanket
26. Wrap -Up Extension: OCIP CCIP, or Consolidated (Wrap -Up) Insurance Programs
CNA74705XX (1 -15)
Page 1 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CNA
Contractors' General Liability Extension Endorsement
1. ADDITIONAL INSUREDS
a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in
paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this
Coverage Part under a written contract or written agreement, provided such contract or agreement:
(1) is currently in effect or becomes effective during the term of this Coverage Part; and
(2) was executed prior to:
(a) the bodily injury or property damage; or
(b) the offense that caused the personal and advertising injury,
for which such additional insured seeks coverage.
b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the
Insurer will not provide such additional insured with:
(1) a higher limit of insurance than required by such contract or agreement; or
(2) coverage broader than required by such contract or agreement, and in no event broader than that
described by the applicable paragraph A. through H. below.
Any coverage granted by this endorsement shall apply only to the extent permissible by law.
A. Controlling Interest
Any person or organization with a controlling interest in a Named Insured, but only with respect to such
person or organization's liability for bodily injury, property damage or personal and advertising injury
arising out of:
1. such person or organization's financial control of a Named Insured; or
2. premises such person or organization owns, maintains or controls while a Named Insured leases or
occupies such premises;
provided that the coverage granted by this paragraph does not apply to structural alterations, new
construction or demolition operations performed by, on behalf of, or for such additional insured.
B. Co -owner of Insured Premises
A co -owner of a premises co -owned by a Named Insured and covered under this insurance but only with
respect to such co- owner's liability for bodily injury, property damage or personal and advertising injury
as co -owner of such premises.
C. Lessor of Equipment
Any person or organization from whom a Named Insured leases equipment, but only with respect to liability
for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the
Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving
rise to such bodily injury, property damage or the offense giving rise to such personal and advertising
injury takes place prior to the termination of such lease.
D. Lessor of Land
Any person or organization from whom a Named Insured leases and but only with respect to liability for
bodily injury, property damage or personal and advertising injury arising out of the ownership,
maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property
damage or the offense giving rise to such personal and advertising injury takes place prior to the
termination of such lease. The coverage granted by this paragraph does not apply to structural alterations,
new construction or demolition operations performed by, on behalf of, or for such additional insured.
CNA74705XX (1 -15)
Page 2 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CNA
Contractors' General Liability Extension Endorsement
E. Lessor of Premises
An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate
manager, but only with respect to liability for bodily injury, property damage or personal and advertising
injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named
Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the
offense giving rise to such personal and advertising injury, takes place prior to the termination of such
lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or
demolition operations performed by, on behalf of, or for such additional insured.
F. Mortgagee, Assignee or Receiver
A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or
receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the
Named Insured's ownership, maintenance, or use of a premises by a Named Insured.
The coverage granted by this paragraph does not apply to structural alterations, new construction or
demolition operations performed by, on behalf of, or for such additional insured.
G. State or Governmental Agency or Subdivision or Political Subdivisions — Permits
A state or governmental agency or subdivision or political subdivision that has issued a permit or
authorization but only with respect to such state or governmental agency or subdivision or political
subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of:
1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to
which this insurance applies:
a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings,
canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway 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; or
2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's
behalf.
The coverage granted by this paragraph does not apply to:
a. Bodily injury, property damage or personal and advertising injury arising out of operations
performed for the state or governmental agency or subdivision or political subdivision; or
b. Bodily injury or property damage included within the products - completed operations hazard.
With respect to this provision's requirement that additional insured status must be requested under a written
contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the
Named Insured to add the governmental entity as an additional insured.
H. Trade Show Event Lessor
1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or
displayer, any person or organization whom the Named Insured is required to include as an additional
insured, but only with respect to such person or organization's liability for bodily injury, property
damage or personal and advertising injury caused by:
a. the Named Insured's acts or omissions; or
b. the acts or omissions of those acting on the Named Insured's behalf,
CNA74705XX (1 -15)
Page 3 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CNA
Contractors' General Liability Extension Endorsement
in the performance of the Named Insured's ongoing operations at the trade show event premises during
the trade show event.
2. The coverage granted by this paragraph does not apply to bodily injury or property damage included
within the products - completed operations hazard.
2. ADDITIONAL INSURED - PRIMARY AND NON - CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE
The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended
to add the following paragraph:
If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non-
contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will
not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own
insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding
anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is
excess of any other insurance available to such person or organization.
3. BODILY INJURY — EXPANDED DEFINITION
Under DEFINITIONS, the definition of bodily injury is deleted and replaced by the following:
Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation,
shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of
the physical injury, sickness or disease.
4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE
Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is
amended to add the following provisions:
A. BROAD KNOWLEDGE OF OCCURRENCE
The Named Insured must give the Insurer or the Insurer's authorized representative notice of an
occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person
Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee
designated by any of the above to give such notice.
B. NOTICE OF OCCURRENCE
The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to
give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named
Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage
Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the
Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense
or claim.
5. BROAD NAMED INSURED
WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following:
3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has
management control:
a. on the effective date of this Coverage Part; or
b. by reason of a Named Insured creating or acquiring the organization during the policy period,
qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary,
contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would
have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is
broader or narrower than that provided by this insurance.
CNA74705XX (1 -15)
Page 4 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CNA
Contractors' General Liability Extension Endorsement
But this BROAD NAMED INSURED provision does not apply to:
(a) any partnership, limited liability company or joint venture; or
(b) any organization for which coverage is excluded by another endorsement attached to this Coverage
Part.
For the purpose of this provision, management control means:
A. owning interests representing more than 50% of the voting, appointment or designation power for the
selection of a majority of the Board of Directors of a corporation; or
B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or
transfer or sell property held by a trust.
4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this
insurance does not apply to:
a. bodily injury or property damage that first occurred prior to the date of management control, or that
first occurs after management control ceases; nor
b. personal or advertising injury caused by an offense that first occurred prior to the date of
management control or that first occurs after management control ceases.
5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own
names or under such other trading names or doing- business -as names (dba) as any Named Insured should
choose to employ.
6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK
A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete exclusions k. and 1. and replace them with the following:
This insurance does not apply to:
k. Damage to Your Product
Property damage to your product arising out of it, or any part of it except when caused by or resulting
from:
(1) fire;
(2) smoke;
(3) collapse; or
(4) explosion.
I. Damage to Your Work
Property damage to your work arising out of it, or any part of it and included in the products - completed
operations hazard.
This exclusion does not apply:
(1) If the damaged work, or the work out of which the damage arises, was performed on the Named
Insured's behalf by a subcontractor; or
(2) If the cause of loss to the damaged work arises as a result of:
(a) fire;
(b) smoke;
(c) collapse; or
CNA74705XX (1 -15)
Page 5 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CNA
Contractors' General Liability Extension Endorsement
(d) explosion.
B. The following paragraph is added to LIMITS OF INSURANCE:
Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages
arising out of any one occurrence because of property damage to your product and your work that is
caused by fire, smoke, collapse or explosion and is included within the product - completed operations
hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work
out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor.
C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not
apply if an endorsement of the same name is attached to this policy.
7. CONTRACTUAL LIABILITY — RAILROADS
With respect to operations performed within 50 feet of railroad property, the definition of insured contract is
replaced by the following:
Insured Contract means:
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 to premises while rented to a Named Insured or
temporarily occupied by a Named Insured with permission of the owner is not an insured contract;
b. A sidetrack agreement;
c. Any easement or license agreement;
d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a
municipality;
e. An elevator maintenance agreement;
f. That part of any other contract or agreement pertaining to the Named Insured's business (including an
indemnification of a municipality in connection with work performed for a municipality) under which the
Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a
third person or organization. Tort liability means a liability that would be imposed by law in the absence of any
contract or agreement.
Paragraph f. does not include that part of any contract or agreement:
(1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of:
(a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports,
surveys, field orders, change orders or drawings and specifications; or
(b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or
damage;
(2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage
arising out of the insured's rendering or failure to render professional services, including those listed in
(1) above and supervisory, inspection, architectural or engineering activities.
8. ELECTRONIC DATA LIABILITY
A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following:
This insurance does not apply to:
p.
Access Or Disclosure Of Confidential Or Personal Information And Data - related Liability
Damages arising out of:
CNA74705XX (1 -15)
Page 6 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CNA
Contractors' General Liability Extension Endorsement
(1) any access to or disclosure of any person's or organization's confidential or personal information,
including patents, trade secrets, processing methods, customer lists, financial information, credit
card information, health information or any other type of nonpublic information; or
(2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate
electronic data that does not result from physical injury to tangible property.
However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of
bodily injury.
This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses,
forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named
Insured or others arising out of that which is described in Paragraph (1) or (2) above.
B. The following paragraph is added to LIMITS OF INSURANCE:
Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out
of any one occurrence because of property damage that results from physical injury to tangible property
and arises out of electronic data.
C. The following definition is added to DEFINITIONS:
Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to
or from computer software (including systems and applications software), hard or floppy disks, CD -ROMS,
tapes, drives, cells, data processing devices or any other media which are used with electronically controlled
equipment.
D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of
property damage in DEFINITIONS is replaced by the following:
Property damage means:
a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use
shall be deemed to occur at the time of the physical injury that caused it;
b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to
occur at the time of the occurrence that caused it; or
c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate
electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall
be deemed to occur at the time of the occurrence that caused it.
For the purposes of this insurance, electronic data is not tangible property.
E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then
the $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition
to, that higher limit.
9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES
The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under
this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses
only for claims arising solely out of their capacity or status as such and, in the case of a spouse, where such
claim seeks damages from marital community property, jointly held property or property transferred from such
natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir,
legal representative, or spouse outside the scope of such person's capacity or status as such, provided however
that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or
partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the
conduct of the Named Insured's business.
CNA74705XX (1 -15)
Page 7 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CNA
Contractors' General Liability Extension Endorsement
10. EXPECTED OR INTENDED INJURY — EXCEPTION FOR REASONABLE FORCE
Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the
following:
This insurance does not apply to:
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.
11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT
A. For each construction project away from premises the Named Insured owns or rents, a separate
Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in
the Declarations, is the most the Insurer will pay for the sum of:
1. All damages under Coverage A, except damages because of bodily injury or property damage
included in the products - completed operations hazard; and
2. All medical expenses under Coverage C,
that arise from occurrences or accidents which can be attributed solely to ongoing operations at that
construction project. Such payments shall not reduce the General Aggregate Limit shown in the
Declarations, nor the Construction Project General Aggregate Limit of any other construction project.
B. All:
1. Damages under Coverage B, regardless of the number of locations or construction projects involved;
2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing
operations at a single construction project, except damages because of bodily injury or property
damage included in the products - completed operations hazard; and
3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing
operations at a single construction project,
will reduce the General Aggregate Limit shown in the Declarations.
C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for
Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate
Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can
be attributed solely to ongoing operations at a particular construction project.
D. When coverage for liability arising out of the products - completed operations hazard is provided, any
payments for damages because of bodily injury or property damage included in the products - completed
operations hazard will reduce the Products - Completed Operations Aggregate Limit shown in the
Declarations, regardless of the number of projects involved.
E. If a single construction project away from premises owned by or rented to the Insured has been abandoned
and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs,
specifications or timetables, the project will still be deemed to be the same construction project.
F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to
apply as stipulated.
CNA74705XX (1 -15)
Page 8 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA Alt Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CNA
Contractors' General Liability Extension Endorsement
12. IN REM ACTIONS
A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for
the Named Insured, will be treated in the same manner as though the action were in personam against the
Named Insured.
13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE
Solely with respect to bodily injury that arises out of a health care incident:
A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following:
b. This insurance applies to bodily injury provided that the professional health care services are incidental
to the Named Insured's primary business purpose, and only if:
(1) such bodily injury is caused by an occurrence that takes place in the coverage territory.
(2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence
will be deemed to have occurred at the time of the first act, error, or omission that is part of the
occurrence; and
B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to:
i. add the following to the Employers Liability exclusion:
This exclusion applies only if the bodily injury arising from a health care incident is covered by other
liability insurance available to the Insured (or which would have been available but for exhaustion of its
limits).
ii. delete the exclusion entitled Contractual Liability and replace it with the following:
This insurance does not apply to:
Contractual Liability
the Insured's actual or alleged liability under any oral or written contract or agreement, including but not
limited to express warranties or guarantees.
iii. add the following additional exclusions:
This insurance does not apply to:
Discrimination
any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based
on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or
sexual orientation.
Dishonesty or Crime
Any actual or alleged dishonest, criminal or malicious act, error or omission.
Medicare /Medicaid Fraud
any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal,
state or local governmental program.
Services Excluded by Endorsement
Any health care incident for which coverage is excluded by endorsement.
C. DEFINITIONS is amended to:
CNA74705XX (1 -15)
Page 9 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CNA
Contractors' General Liability Extension Endorsement
add the following definitions:
Health care incident means an act, error or omission by the Named Insured's employees or
volunteer workers in the rendering of:
a. professional health care services on behalf of the Named Insured or
b. Good Samaritan services rendered in an emergency and for which no payment is demanded or
received.
Professional health care services means any health care services or the related furnishing of food,
beverages, medical supplies or appliances by the following providers in their capacity as such but solely
to the extent they are duly licensed as required:
a. Physician;
b. Nurse;
c. Nurse practitioner;
d. Emergency medical technician;
e. Paramedic;
f. Dentist;
g. Physical therapist;
h. Psychologist;
1 Speech therapist;
j. Other allied health professional; or
Professional health care services does not include any services rendered in connection with human
clinical trials or product testing.
ii. delete the definition of occurrence and replace it with the following:
Occurrence means a health care incident. All acts, errors or omissions that are logically connected by
any common fact, circumstance, situation, transaction, event, advice or decision will be considered to
constitute a single occurrence;
iii. amend the definition of Insured to:
a. add the following:
• the Named Insured's employees are Insureds with respect to:
(1) bodily injury to a co- employee while in the course of the co- employee's employment by
the Named Insured or while performing duties related to the conduct of the Named
Insured's business; and
(2) bodily injury to a volunteer worker while performing duties related to the conduct of the
Named Insured's business;
when such bodily injury arises out of a health care incident.
• the Named Insured's volunteer workers are Insureds with respect to:
(1) bodily injury to a co- volunteer worker while performing duties related to the conduct of the
Named Insured's business; and
CNA74705XX (1 -15)
Page 10 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CNA
Contractors' General Liability Extension Endorsement
(2) bodily injury to an employee while in the course of the employee's employment by the
Named Insured or while performing duties related to the conduct of the Named Insured's
business;
when such bodily injury arises out of a health care incident.
b. delete Subparagraphs (a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED.
D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the
following:
Other Insurance
b. Excess Insurance
(1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk
transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance
purchased specifically by the Named Insured to be excess of this coverage.
14. JOINT VENTURES / PARTNERSHIP / LIMITED LIABILITY COMPANIES
WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following:
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, except that if the
Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture,
partnership or limited liability company terminated prior to or during the policy period, such Named Insured is
an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the
extent that:
a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the
personal and advertising injury arising out of such offense first occurred after such termination date;
b. the bodily injury or property damage first occurred after such termination date; and
c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture
or limited liability company; and
If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap -up)
insurance program, then such insurance will always be considered valid and collectible for the purpose of
paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal
and advertising injury that would otherwise be covered under the Contractors General Liability Extension
Endorsement provision entitled WRAP -UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP -UP)
INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap -up) insurance
program.
15. LEGAL LIABILITY — DAMAGE TO PREMISES / ALIENATED PREMISES / PROPERTY IN THE NAMED
INSURED'S CARE, CUSTODY OR CONTROL
A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the
following:
This insurance does not apply to:
J•
Damage to Property
Property damage to:
(1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by
you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or
CNA74705XX (1 -15)
Page 11 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CNA
Contractors' General Liability Extension Endorsement
maintenance of such property for any reason, including prevention of injury to a person or damage to
another's property;
(2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of
any part of those premises;
(3) Property loaned to the Named Insured;
(4) Personal property in the care, custody or control of the Insured;
(5) That particular part of real property on which the Named Insured or any contractors or
subcontractors working directly or indirectly on the Named Insured's behalf are performing
operations, if the property damage arises out of those operations; or
(6) That particular part of any property that must be restored, repaired or replaced because your work
was incorrectly performed on it.
Paragraphs (1), (3) and (4) of this exclusion do not apply to property damage (other than damage by
fire) to premises rented to the Named Insured or temporarily occupied by the Named Insured with the
permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7
or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You
as described in LIMITS OF INSURANCE.
Paragraph (2) of this exclusion does not apply if the premises are your work.
Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack
agreement.
Paragraph (6) of this exclusion does not apply to property damage included in the products -
completed operations hazard.
Paragraphs (3) and (4) of this exclusion do not apply to property damage to:
i. tools, or equipment the Named Insured borrows from others, nor
ii. other personal property of others in the Named Insured's care, custody or control while being used
in the Named Insured's operations away from any Named Insured's premises.
However, the coverage granted by this exception to Paragraphs (3) and (4) does not apply to:
a. property at a job site awaiting or during such property's installation, fabrication, or erection;
b. property that is mobile equipment leased by an Insured;
c. property that is an auto, aircraft or watercraft;
d. property in transit; or
e. any portion of property damage for which the Insured has available other valid and collectible
insurance, or would have such insurance but for exhaustion of its limits, or but for application of one
of its exclusions.
A separate limit of insurance and deductible apply to such property of others. See LIMITS OF
INSURANCE as amended below.
B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete its last paragraph and replace it with the following:
Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or
temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of
premises rented to a Named Insured for a period of 7 or fewer consecutive days.
A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE.
CNA74705XX (1 -15)
Page 12 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CNA
Contractors' General Liability Extension Endorsement
C. The following paragraph is added to LIMITS OF INSURANCE:
Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of
any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to
other personal property of others in the Named Insured's care, custody or control, while being used in the
Named Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay
such property damage does not apply until the amount of such property damage exceeds $1,000. The
Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the
Insurer exercises that right, the Named Insured will promptly reimburse the Insurer for any such amount.
D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and
replaced by the following:
6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You
Limit is the most the Insurer will pay under Coverage A for damages because of property damage to
any one premises while rented to the Named Insured or temporarily occupied by the Named Insured
with the permission of the owner, including contents of such premises rented to the Named Insured for
a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater
of:
a. $500,000; or
b. The Damage To Premises Rented To You Limit shown in the Declarations.
E. Paragraph 4.b.(1)(a)(ii) of the Other Insurance Condition is deleted and replaced by the following:
(ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied
by the Named Insured with the permission of the owner; or for personal property of others in the Named
Insured's care, custody or control;
16. LIQUOR LIABILITY
Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete the exclusion entitled Liquor Liability.
This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an
additional insured on this Coverage Part.
17. MEDICAL PAYMENTS
A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with
the following:
7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the
Insurer will pay under Coverage C — Medical Payments for all medical expenses because of bodily
injury sustained by any one person. The Medical Expense Limit is the greater of:
(1) $15,000 unless a different amount is shown here: @ @ @ @ @ @ @ @ @ @ @ @ @ @; or
(2) the amount shown in the Declarations for Medical Expense Limit.
B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace
Paragraph 1.a.(3)(b) with the following:
(b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and
This Paragraph B. does not apply to medical expenses incurred in the state of Missouri.
18. NON -OWNED AIRCRAFT
Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended as follows:
CNA74705XX (1 -15)
Page 13 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CNA
Contractors' General Liability Extension Endorsement
The exclusion entitled Aircraft, Auto or Watercraft is amended to add the following:
This exclusion does not apply to an aircraft not owned by any Named Insured, provided that:
1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the
United States of America or Canada, designating that person as a commercial or airline transport pilot;
2. the aircraft is rented with a trained, paid crew to the Named Insured; and
3. the aircraft is not being used to carry persons or property for a charge.
19. NON -OWNED WATERCRAFT
Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and
replace it with the following.
This exclusion does not apply to:
(2) a watercraft that is not owned by any Named Insured, provided the watercraft is:
(a) less than 75 feet long; and
(b) not being used to carry persons or property for a charge.
20. PERSONAL AND ADVERTISING INJURY — DISCRIMINATION OR HUMILIATION
A. Under DEFINITIONS, the definition of personal and advertising injury is amended to add the following tort:
• Discrimination or humiliation that results in injury to the feelings or reputation of a natural person.
B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled
Exclusions is amended to:
1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following:
This insurance does not apply to:
Knowing Violation of Rights of Another
Personal and advertising injury caused by or at the direction of the Insured with the knowledge that
the act would violate the rights of another and would inflict personal and advertising injury. This
exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation
of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the
direction of:
(a) the Named Insured; or
(b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is
a limited liability company) of the Named Insured.
2. add the following exclusions:
This insurance does not apply to:
Employment Related Discrimination
Discrimination or humiliation directly or indirectly related to the employment, prospective employment,
past employment or termination of employment of any person by any Insured.
Premises Related Discrimination
discrimination or humiliation arising out of the sale, rental, lease or sub -lease or prospective sale,
rental, lease or sub -lease of any room, dwelling or premises by or at the direction of any Insured.
CNA74705XX (1 -15)
Page 14 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
C'NA
Contractors' General Liability Extension Endorsement
Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity
because of discrimination.
The coverage provided by this PERSONAL AND ADVERTISING INJURY — DISCRIMINATION OR
HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely
from
• Provision 1. ADDITIONAL INSURED of this endorsement; or
• attachment of an additional insured endorsement to this Coverage Part.
This PERSONAL AND ADVERTISING INJURY — DISCRIMINATION OR HUMILIATION Provision does not
apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part.
21. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY
A. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled
Exclusions is amended to delete the exclusion entitled Contractual Liability.
B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY -
CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled
SUPPLEMENTARY PAYMENTS — COVERAGES A AND B:
1. Paragraph 2.d. is replaced by the following:
d. The allegations in the suit and the information the Insurer knows about the offense alleged in such
suit are such that no conflict appears to exist between the interests of the Insured and the interests
of the indemnitee;
2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following:
So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that
indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses
incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will
not be deemed to be damages for personal and advertising injury and will not reduce the limits of
insurance.
C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if
Coverage B — Personal and Advertising Injury Liability is excluded by another endorsement attached to
this Coverage Part.
This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any
person or organization who otherwise qualifies as an additional insured on this Coverage Part.
22. PROPERTY DAMAGE — ELEVATORS
A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and
(6) of the Damage to Property Exclusion do not apply to property damage that results from the use of
elevators.
B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the
Other Insurance conditions is amended to add the following paragraph:
This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any
other basis that is Property insurance covering property of others damaged from the use of elevators.
23. SUPPLEMENTARY PAYMENTS
The section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B is amended as follows:
CNA74705XX (1 -15)
Page 15 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CNA
Contractors' General Liability Extension Endorsement
A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a
$5,000. limit; and
B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a
$1,000. limit.
24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS
If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named
Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure.
25. WAIVER OF SUBROGATION - BLANKET
Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended
to add the following:
The Insurer waives any right of recovery the Insurer may have against any person or organization because of
payments the Insurer makes for injury or damage arising out of:
1. the Named Insured's ongoing operations; or
2. your work included in the products - completed operations hazard.
However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of
recovery in a written contract or written agreement, and only if such contract or agreement:
1. is in effect or becomes effective during the term of this Coverage Part; and
2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise
to the claim.
26. WRAP -UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP -UP) INSURANCE PROGRAMS
Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to
any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap -
up) insurance program by applicable state statute or regulation.
If the endorsement EXCLUSION — CONSTRUCTION WRAP -UP is attached to this policy, or another
exclusionary endorsement pertaining to Owner Controlled Insurance Programs ( O.C.I.P.) or Contractor
Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply:
A. The following wording is added to the above - referenced endorsement:
With respect to a consolidated (wrap -up) insurance program project in which the Named Insured is or
was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to
pay as damages because of:
1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named
Insured's ongoing operations at the project, or during such operations of anyone acting on the Named
Insured's behalf; nor
2. Bodily injury or property damage included within the products - completed operations hazard that
arises out of those portions of the project that are not residential structures.
B. Condition 4. Other Insurance is amend to add the following subparagraph 4.b.(1)(c):
This insurance is excess over:
(c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance
available to the Named Insured as a result of the Named Insured being a participant in a consolidated
(wrap -up) insurance program, but only as respects the Named Insured's involvement in that
consolidated (wrap -up) insurance program.
CNA74705XX (1 -15)
Page 16 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CNA
Contractors' General Liability Extension Endorsement
C. DEFINITIONS is amended to add the following definitions:
Consolidated (wrap -up) insurance program means a construction, erection or demolition project for which
the prime contractor /project manager or owner of the construction project has secured general liability
insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner
Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.).
Residential structure means any structure where 30% or more of the square foot area is used or is
intended to be used for human residency, including but not limited to:
1. single or multifamily housing, apartments, condominiums, townhouses, co- operatives or planned unit
developments; and
2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot
tubs, detached garages, guest houses or any similar structures).
However, when there is no individual ownership of units, residential structure does not include military
housing, college /university housing or dormitories, long term care facilities, hotels or motels. Residential
structure also does not include hospitals or prisons.
This WRAP -UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP -UP) INSURANCE PROGRAMS
Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this
Coverage Part.
All other terms and conditions of the Policy remain unchanged.
This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes
effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown
below, and expires concurrently with said Policy.
CNA74705XX (1 -15)
Page 17 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
This page has been left blank intentionally.
CNA
Blanket Additional Insured - Owners, Lessees or
Contractors - with Products - Completed
Operations Coverage Endorsement
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
It is understood and agreed as follows:
I. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the
Named Insured is required by written contract to add as an additional insured on this coverage part, including
any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement.
However, such person or organization is an Insured only with respect to such person or organization's liability
for:
A. unless paragraph B. below applies,
1. bodily injury, property damage, or personal and advertising injury caused in whole or in part by the
acts or omissions by or on behalf of the Named Insured and in the performance of such Named
Insured's ongoing operations as specified in such written contract; or
2. bodily injury or property damage caused in whole or in part by your work and included in the
products - completed operations hazard, and only if
a. the written contract requires the Named Insured to provide the additional insured such coverage;
and
b. this coverage part provides such coverage.
B. bodily injury, property damage, or personal and advertising injury arising out of your work described in
such written contract, but only if:
1. this coverage part provides coverage for bodily injury or property damage included within the
products completed operations hazard; and
2. the written contract specifically requires the Named Insured to provide additional insured coverage
under the 11 -85 or 10 -01 edition of CG2010 or the 10 -01 edition of CG2037.
11. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not
provide such additional insured with:
A. coverage broader than required by the written contract; or
B. a higher limit of insurance than required by the written contract.
III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property
damage, or personal and advertising injury arising out of:
A. 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; and
2. supervisory, inspection, architectural or engineering activities; or
B. any premises or work for which the additional insured is specifically listed as an additional insured on another
endorsement attached to this coverage part.
IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY
CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available
to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance
CNA75079XX (1 -15)
Page 1 of 2
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CNA
Blanket Additional Insured - Owners, Lessees or
Contractors - with Products - Completed
Operations Coverage Endorsement
is required by written contract to be primary and non - contributory, this insurance will be primary and non-
contributory relative solely to insurance on which the additional insured is a named insured.
V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL
LIABILITY CONDITIONS is amended as follows:
The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the
addition of the following:
Any additional insured pursuant to this endorsement will as soon as practicable:
1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim;
2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance
the additional insured has for any loss covered under this coverage part;
3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the
investigation, defense, or settlement of the claim; and
4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or
program applies to a loss that the Insurer covers under this coverage part. However, if the written
contract requires this insurance to be primary and non - contributory, this paragraph (4) does not apply to
insurance on which the additional insured is a named insured.
The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer
receives written notice of a claim from the additional insured.
VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended
to add the following definition:
Written contract means a written contract or written agreement that requires the Named Insured to make a
person or organization an additional insured on this coverage part, provided the contract or agreement:
A. is currently in effect or becomes effective during the term of this policy; and
B. was executed prior to:
1. the bodily injury or property damage; or
2. the offense that caused the personal and advertising injury
for which the additional insured seeks coverage.
Any coverage granted by this endorsement shall apply solely to the extent permissible by law.
All other terms and conditions of the Policy remain unchanged.
This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes
effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown
below, and expires concurrently with said Policy.
CNA75079XX (1 -15)
Page 2 of 2
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
POLICY NUMBER:
COMMERCIAL AUTO
CA 20 48 10 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED FOR
COVERED AUTOS LIABILITY COVERAGE
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by this endorsement.
This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage
under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided
in the Coverage Form.
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated
below.
Named Insured:
Endorsement Effective Date:
SCHEDULE
Name Of Person(s) Or Organization(s):
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
Each person or organization shown in the Schedule is
an "insured" for Covered Autos Liability Coverage, but
only to the extent that person or organization qualifies
as an "insured" under the Who Is An Insured provision
contained in Paragraph A.1. of Section 11 - Covered
CA 20 48 10 13
Autos Liability Coverage in the Business Auto and
Motor Carrier Coverage Forms and Paragraph D.2. of
Section I - Covered Autos Coverages of the Auto
Dealers Coverage Form.
Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1
This page has been left blank intentionally.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
I -
C
1
1
00020005150934473515098
POLICY NUMBER:
COMMERCIAL AUTO
CA 04 44 10 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US (WAIVER OF SUBROGATION)
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by
the endorsement.
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated
below.
Named Insured: ACTIVE CONSTRUCTION, INC.
Endorsement Effective Date: 6/15/2016
SCHEDULE
Name(s) Of Person(s) Or Organization(s):
ANY PERSON OR ORGANIZATION FOR WHOM
OR WHICH YOU ARE REQUIRED BY WRITTEN
CONTRACT OR AGREEMENT TO OBTAIN THIS
WAIVER FROM US. YOU MUST AGREE TO THAT
REQUIREMENT PRIOR TO LOSS.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The Transfer Of Rights Of Recovery Against Others
To Us condition does not apply to the person(s) or
organization(s) shown in the Schedule, but only to the
extent that subrogation is waived prior to the "accident"
or the "loss" under a contract with that person or
organization.
CA 04 44 10 13
Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1
This page has been left blank intentionally.
Bond No. 023039147
EXHIBIT E: PERFORMANCE /PAYMENT BOND
KNOW ALL PEOPLE BY THESE PRESENTS:
We, the undersigned Active Construction, Inc., ( "Principal ") and Liberty Mutual Insurance Company
the undersigned corporation organized and existing under the laws of the State of NlassachiisPtts
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 Six Hundred Eighty-
Five Thousand, Six Hundred Eighty-Five Dollars and 00 /100 ($685,685.00) 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 and 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 d� - -��, , 2017 for the 21st Ave S (5
320th St to S 316th St) Pedestrian Improvements.
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.
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Rage 54
RFB # 17 -004
March 2017
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 17 day of May , 2017.
CORPORATE SEAL OF PRINCIPAL: ACTIVE CONS I RUCTION, INC.
By: i r-6
Rosemarie A. Garms
Its: Governor
(Title)
5110 River Road E
Tacoma, WA 98443
(253) 248 -1091
CERTIFICATE AS TO CORPORATE SEAL
W1kile.sS
I hereby certify that I am the of the Corporation named as Principal in the
within bond; that Rosemarie A. Garms, who signed the said bond on behalf of the Principal, was Governor 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 goveming body.
CORPORATE SEAL OF SURETY:
% voe
14*. • r
Oti yy.
e t cD e:
o:
APPROVED AS TO FORM:
3. Ryan Call, City Attorney
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
W iA-y aSS
SURETY Liberty Mutual Insurance Company
By:
Page 55
Attorney -in -Fact
(Attach Power of Attorney)
Karen C. Swanson, Attorney -in -Fact
(Name of Person Executing Bond)
1001 4th Avenue. Suite 3700
Seattle, WA 98154
(Address)
(206) 473 -3633
(Phone)
RFB # 17 -004
March 2017
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 17 day of May
CORPORATE SEAL OF PRINCIPAL:
+r,
Gpt,kg. F!.1.1 c1
.., y
i:It SAL •P
F'
�c
‘ ''1,,o�48HINGT 0.
, 2017.
ACTIVE CONSTRUCTION, INC.
By:
Rosemarie A. Garms
Its: Governor
(Title)
5110 River Road E
Tacoma, WA 98443
(253) 248 -1091
CERTIFICATE AS TO CORPORATE SEAL
Wi� -ncss
I hereby certify that I am the f the Corporation named as Principal in the
within bond; that Rosemarie A. Garms, who signed the said bond on behalf of the Principal, was Governor 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 goveming body.
APPROVED AS TO FORM:
J. Ryan CaII, City Attorney
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4-16
LU i {'Y1 t s 5
SURETY Liberty Mutual Insuraj ce Company
By:
Page 55
j el--
Attorney-in-Fact
(Attach Power of Attorney)
Karen C. Swanson, Attorney -in -Fact
(Name of Person Executing Bond)
1001 4th Avenue. Suite 3700
Seattle, WA 98154
(Address)
(206) 473 -3633
(Phone)
RFB # 17 -004
March 2017
-THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
Certificate No. 7659504
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly
organized under the laws of the State of Indiana (herein collectively called the "Companies "), pursuant to and by authority herein set forth, does hereby name, constitute and appoint,
Aliceon A. Keltner; Annelies M. Richie; Brandon K. Bush; Brent E. Heilesen; Carley Espiritu; Christopher Kinyon; Cynthia L. Jay; Diane M. Harding; Eric
A. Zimmerman; Heather L. Allen; James B. Binder; Jamie Diemer; Jon J. Oja; Julie R. Truitt; Karen C. Swanson; Kyle J. Howat; Mary S. Norrell; Peter
J. Comfort
all of the city of Tacoma state of WA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge
and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 9th day of March 2017 ,
1
1
1
1
1
STATE OF PENNSYLVANIA
COUNTY OF MONTGOMERY
ss
The Ohio Casualty Insurance Company
Liberty Mutual Insurance Company
West ,merican Insurance Company
By: .,�./ ','
David M. Carey(Assistant Secretary
On this 9th day of March 2017 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
COMMONWEALTH OF PENNSYLVANIA
Notarial Seal
Teresa Pastella, Notary Public
Upper Merlon Twp., Montgomery County
My Commission Expires March 28, 2021
Member, Pennsylvania Association of Notaries
By: 4-646 dAaf-ditf
Teresa Pastella, Notary Public
This Power of Attorney is made and executed pursuant to and by authority of the following By -laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV-OFFICERS- Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject
to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal,
acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective
powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so
executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey -in -fact under
the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,
and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute,
seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their
respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so
executed such instruments shall be as binding as if signed by the president and attested by the secretary.
Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in-
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this. _. L t day of / r L 20 /7
cJ �r;,avc w,; 9 ,c,J of at 1 cT. oavokar. ''cam. v .... . �
,
* 0) 044
A
LMS_12873_022017
J ''?DII . 4v J
566 of 800
THIS PAGE INTENTIONALLY LEFT BLANK
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 56
RFB # 17 -004
March 2017
EXHIBIT F: 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 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
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 57
RFB # 17 -004
March 2017
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.
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
Page 58
RFB # 17 -004
March 2017
AMENDMENTS TO THE STANDARD SPECIFICATIONS
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
RFB # 17 -004
March 2017
INTRO.AP1
INTRODUCTION
The following Amendments and Special Provisions shall be used in conjunction with the 2016
Standard Specifications for Road, Bridge, and Municipal Construction.
AMENDMENTS TO THE STANDARD SPECIFICATIONS
The following Amendments to the Standard Specifications are made a part of this contract and
supersede any conflicting provisions of the Standard Specifications. For informational
purposes, the date following each Amendment title indicates the implementation date of the
Amendment or the latest date of revision.
Each Amendment contains all current revisions to the applicable section of the Standard
Specifications and may include references which do not apply to this particular project.
1- 01.AP1
Section 1 -01, Definitions and Terms
August 1, 2016
1 -01.3 Definitions
The following new term and definition is inserted after the eighth paragraph:
Cold Weather Protection Period — A period of time 7 days from the day of concrete
placement or the duration of the cure period, whichever is longer.
1- 02.AP1
Section 1 -02, Bid Procedures and Conditions
April 4, 2016
1- 02.4(1) General
The first sentence of the last paragraph is revised to read:
Any prospective Bidder desiring an explanation or interpretation of the Bid Documents,
shall request the explanation or interpretation in writing by close of business on the
Thursday preceding the bid opening to allow a written reply to reach all prospective Bidders
before the submission of their Bids.
1 -02.9 Delivery of Proposal
The last sentence of the third paragraph is revised to read:
The Contracting Agency will not open or consider any Proposal when the Proposal or Bid
deposit is received after the time specified for receipt of Proposals or received in a location
other than that specified for receipt of Proposals unless an emergency or unanticipated
event interrupts normal work processes of the Contracting Agency so that Proposals
cannot be received.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
The following new paragraph is inserted before the last paragraph:
If an emergency or unanticipated event interrupts normal work processes of the Contracting
Agency so that Proposals cannot be received at the office designated for receipt of bids as
specified in Section 1 -02.12 the time specified for receipt of the Proposal will be deemed to
be extended to the same time of day specified in the solicitation on the first work day on
which the normal work processes of the Contracting Agency resume.
1 -02.12 Public Opening of Proposals
This section is supplemented with the following new paragraph:
If an emergency or unanticipated event interrupts normal work processes of the Contracting
Agency so that Proposals cannot be opened at the time indicated in the call for Bids the
time specified for opening of Proposals will be deemed to be extended to the same time of
day on the first work day on which the normal work processes of the Contracting Agency
resume.
1- 04.AP1
Section 1 -04, Scope of the Work
January 3, 2017
1 -04.2 Coordination of Contract Documents, Plans, Special Provisions,
Specifications, and Addenda
The following new paragraph is inserted before the second to last paragraph:
Whenever reference is made in these Specifications or the Special Provisions to codes,
rules, specifications, and standards, the reference shall be construed to mean the code,
rule, specification, or standard that is in effect on the Bid advertisement date, unless
otherwise stated or as required by law.
1 -04.3 Reference Information
This section is supplemented with the following new sentence:
If a document that is provided as reference information contains material also included as a
part of the Contract, that portion of the document shall be considered a part of the Contract
and not as Reference Information.
1- 06.AP1
Section 1 -06, Control of Material
January 4, 2016
This section is supplemented with the following new section and subsections:
1 -06.6 Recycled Materials
The Contractor shall make their best effort to utilize recycled materials in the construction of
the project; the use of recycled concrete aggregate as specified in Section 1- 06.6(1)A is a
requirement of the Contract.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
The Contractor shall submit a Recycled Material Utilization Plan as a Type 1 Working
Drawing within 30 calendar days after the Contract is executed. The plan shall provide the
Contractor's anticipated usage of recycled materials for meeting the requirements of these
Specifications. The quantity of recycled materials will be provided in tons and as a
percentage of the Plan quantity for each material listed in Section 9- 03.21(1)E Table on
Maximum Allowable Percent (By Weight) of Recycled Material. When a Contract does not
include Work that requires the use of a material that is included in the requirements for
using materials the Contractor may state in their plan that no recycled materials are
proposed for use.
Prior to Physical Completion the Contractor shall report the quantity of recycled materials
that were utilized in the construction of the project for each of the items listed in Section 9-
03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled
glass, steel furnace slag and other recycled materials (e.g. utilization of on -site material and
aggregates from concrete returned to the supplier). The Contractor's report shall be
provided on DOT Form 350 -075 Recycled Materials Reporting.
1- 06.6(1) Recycling of Aggregate and Concrete Materials
1- 06.6(1)A General
The minimum quantity of recycled concrete aggregate shall be 25 percent of the total
quantity of aggregate that is incorporated into the Contract for those items listed in Section
9- 03.21(1 )E Table on Maximum Allowable Percent (By Weight) of Recycled Material that
allow the use of recycled concrete aggregate. The percentage of recycled material
incorporated into the project for meeting the required percentage will be calculated in tons
based on the quantity of recycled concrete used on the entire Contract and not as
individual items.
If the Contractor's total cost for Work with recycled concrete aggregate is greater than
without the Contractor may choose to not use recycled concrete aggregate. When the
Contractor does not meet the minimum requirement of 25 percent recycled concrete
aggregate for the Contract due to costs or any other reason the following shall be
submitted:
1. A cost estimate for each material listed in Section 9- 03.21(1)E that is utilized on
the Contract. The cost estimate shall include the following:
a. The estimated costs for the Work for each material with 25 percent recycled
concrete aggregate. The cost estimate shall include for each material a copy
of the price quote from the supplier with the lowest total cost for the Work.
b. The estimated costs for the Work for each material without recycled concrete
aggregate.
The Contractor's cost estimates shall be submitted as an attachment to the Recycled
Materials Reporting form.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1- 07.AP1
Section 1 -07, Legal Relations and Responsibilities to the Public
January 3, 2017
1 -07.1 Laws to be Observed
In the second to last sentence of the third paragraph, "WSDOT" is revised to read "Contracting
Agency ".
1- 07.2(2) State Sales Tax: WAC 458 -20 -170 — Retail Sales Tax
The last three sentences of the first paragraph are deleted and replaced with the following new
sentence:
The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase or
rental of tools, machinery, equipment, or consumable supplies not integrated into the
project, in the unit bid prices.
1- 07.3(1) Forest Fire Prevention
This section is supplemented with the following new subsections:
1- 07.3(1)A Fire Prevention Control and Countermeasures Plan
The Contractor shall prepare and implement a project- specific fire prevention, control, and
countermeasures plan (FPCC Plan) for the duration of the project. The Contractor shall
submit a Type 2 Working Drawing no later than the date of the preconstruction conference.
1- 07.3(1)A1 FPCC Plan Implementation Requirements
The Contractor's FPCC Plan shall be fully implemented at all times. The Contractor
shall update the FPCC Plan throughout project construction so that the plan reflects
actual site conditions and practices. The Contractor shall update the FPCC Plan at
least annually and maintain a copy of the updated FPCC Plan that is available for
inspection on the project site. Revisions to the FPCC Plan and the Industrial Fire
Precaution Level (IFPL) shall be discussed at the weekly project safety meetings.
1- 07.3(1)A2 FPCC Plan Element Requirements
The FPCC Plan shall include the following:
1. The names, titles, and contact information for the personnel responsible for
implementing and updating the plan.
2. The names and telephone numbers of the Federal, State, and local agencies
the Contractor shall notify in the event of a fire.
3. All potential fire causing activities such as welding, cutting of metal, blasting,
fueling operations, etc.
4. The location of fire extinguishers, water, shovels, and other firefighting
equipment.
5. The response procedures the Contractor shall follow in the event of a fire.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
Most of Washington State is covered under the IFPL system which, by law, is
managed by the Department of Natural Resources (DNR). It is the Contractor's
responsibility to be familiar with the DNR requirements and to verify whether or not
IFPL applies to the specific project.
If the Contractor wishes to continue a work activity that is prohibited under an industrial
fire precaution level, the Contractor shall obtain a waiver from the DNR and provide a
copy to the Engineer prior to continuation of work on the project.
If the IFPL requirements prohibit the Contractor from performing Work the Contractor
may be eligible for an unworkable day in accordance with Section 1 -08.5.
The Contractor shall comply with the requirements of these provisions at no additional
cost to the Contracting Agency.
1 -07.8 High - Visibility Apparel
The last paragraph is revised to read:
High - visibility garments shall be labeled as, and in a condition compliant with the
ANSI /ISEA 107 (2004 or later version) and shall be used in accordance with manufacturer
recommendations.
1- 07.8(1) Traffic Control Personnel
In this section, references to "ANSI /ISEA 107 - 2004" are revised to read "ANSI /ISEA 107 ".
1- 07.8(2) Non - Traffic Control Personnel
In this section, the reference to "ANSI /ISEA 107 - 2004" is revised to read "ANSI /ISEA 107 ".
1- 07.9(2) Posting Notices
Items 1 and 2 are revised to read:
1. EEOC - P /E -1 (revised 11/09, supplemented 09/15) — Equal Employment
Opportunity IS THE LAW published by US Department of Labor. Post for projects
with federal -aid funding.
2. FHWA 1022 (revised 05/15) — NOTICE Federal -Aid Project published by Federal
Highway Administration (FHWA). Post for projects with federal -aid funding.
Items 5, 6 and 7 are revised to read:
5. WHD 1420 (revised 02/13) — Employee Rights and Responsibilities Under The
Family And Medical Leave Act published by US Department of Labor. Post on all
projects.
6. WHD 1462 (revised 01/16) — Employee Polygraph Protection Act published by US
Department of Labor. Post on all projects.
7. F416- 081 -909 (revised 09/15) — Job Safety and Health Law published by Washington
State Department of Labor and Industries. Post on all projects.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
Items 9 and 10 are revised to read:
9. F700- 074 -909 (revised 06/13) - Your Rights as a Worker in Washington State by
Washington State Department of Labor and Industries (L &I). Post on all projects.
10. EMS 9874 (revised 10/15) — Unemployment Benefits published by Washington State
Employment Security Department. Post on all projects.
1- 07.15(1) Spill Prevention, Control, and Countermeasures Plan
The second sentence of the first paragraph is deleted.
The first sentence of the second paragraph is revised to read:
The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and other
materials defined in Chapter 447 of the WSDOT Environmental Manual M 31 -11.
Item number four of the fourth paragraph (up until the colon) is revised to read:
4. Potential Spill Sources — Describe each of the following for all potentially hazardous
materials brought or generated on -site, including but not limited to materials used for
equipment operation, refueling, maintenance, or cleaning:
The first sentence of item 7e of the fourth paragraph is revised to read:
BMP methods and locations where they are used to prevent discharges to ground or water
during mixing and transfer of hazardous materials and fuel.
The last paragraph is deleted.
1- 08.AP1
Section 1 -08, Prosecution and Progress
January 3, 2017
1 -08.1 Subcontracting
The second sentence of the second to last paragraph is revised to read:
Whenever the Contractor withholds payment to a Subcontractor for any reason including
disputed amounts, the Contractor shall provide notice within 10 calendar days to the
Subcontractor with a copy to the Contracting Agency identifying the reason for the
withholding and a clear description of what the Subcontractor must do to have the
withholding released.
The fourth sentence of the second to last paragraph is revised to read:
The Monthly Payment Summary shall include all Subcontractors that performed work that
was paid on the progress estimate by the Contracting Agency.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1- 08.1(1) Prompt Payment, Subcontract Completion and Return of Retainage
Withheld
In item number 5 of the first paragraph, "WSDOT" is revised to read "Contracting Agency ".
The last sentence in item number 11 of the first paragraph is revised to read:
The Contractor may also require any documentation from the Subcontractor that is required
by the subcontract or by the Contract between the Contractor and Contracting Agency or
by law such as affidavits of wages paid, and material acceptance certifications to the extent
that they relate to the Subcontractor's Work.
Item number 12 of the first paragraph is revised to read:
12. If the Contractor fails to comply with the requirements of the Specification and the
Subcontractor's retainage or retainage bond is wrongfully withheld, the Contractor will
be subject to the actions described in No. 7 listed above. The Subcontractor may also
seek recovery against the Contractor under applicable prompt pay statutes in addition
to any other remedies provided for by the subcontract or by law.
1 -08.5 Time for Completion
In item 2c of the last paragraph, "Quarterly Reports" is revised to read "Monthly Reports ".
1- 09.AP1
Section 1 -09, Measurement and Payment
April 4, 2016
1 -09.6 Force Account
The second sentence of item number 4 is revised to read:
A "specialized service" is a work operation that is not typically done by worker
classifications as defined by the Washington State Department of Labor and Industries and
by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and
municipal construction.
1- 10.AP1
Section 1 -10, Temporary Traffic Control
January 3, 2017
1- 10.1(2) Description
The first paragraph is revised to read:
The Contractor shall provide flaggers and all other personnel required for labor for traffic
control activities that are not otherwise specified as being furnished by the Contracting
Agency.
In the third paragraph, "Project Engineer" is revised to read "Engineer ".
The following new paragraph is inserted after the third paragraph:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17117
The Contractor shall keep lanes, on- ramps, and off - ramps, open to traffic at all times
except when Work requires closures. Ramps shall not be closed on consecutive
interchanges at the same time, unless approved by the Engineer. Lanes and ramps shall
be closed for the minimum time required to complete the Work. When paving hot mix
asphalt the Contractor may apply water to the pavement to shorten the time required before
reopening to traffic.
1- 10.3(2)C Lane Closure Setup /Takedown
The following new paragraph is inserted before the last paragraph:
Channelization devices shall not be moved by traffic control personnel across an open lane
of traffic. If an existing setup or staging of traffic control devices require crossing an open
lane of traffic, the traffic control devices shall be taken down completely and then set up in
the new configuration.
2- 03.AP2
Section 2 -03, Roadway Excavation and Embankment
August 1, 2016
2- 03.3(7)C Contractor - Provided Disposal Site
The second paragraph is revised to read:
The Contractor shall acquire all permits and approvals required for the use of the disposal
sites before any waste is hauled off the project. The Contractor shall submit a Type 1
Working Drawing consisting of copies of the permits and approvals for any disposal sites to
be used. The cost of any such permits and approvals shall be included in the Bid prices for
other Work.
The third paragraph is deleted.
2- 06.AP2
Section 2 -06, Subgrade Preparation
January 3, 2017
2- 06.3(2) Subgrade for Pavement
The second sentence in the first paragraph is revised to read:
The Contractor shall compact the Subgrade to a depth of 6 inches to 95 percent of
maximum density as determined by the compaction control tests for granular materials.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
3- 04.AP3
Section 3 -04, Acceptance of Aggregate
January 3, 2017
3 -04.5 Payment
In Table 1, the Contingent Unit Price Per Ton value for the item HMA Aggregate is revised to
read "$15.00 ".
4- 04.AP4
Section 4 -04, Ballast and Crush Surfacing
January 3, 2017
4- 04.3(5) Shaping and Compaction
The first sentence is revised to read:
Immediately following spreading and final shaping, each layer of surfacing shall be
compacted to at least 95 percent of maximum density determined by the requirements of
Section 2- 03.3(14)D before the next succeeding layer of surfacing or pavement is placed.
5- 01.AP5
Section 5 -01, Cement Concrete Pavement Rehabilitation
January 3, 2017
In this section, "portland cement" is revised to read "cement ".
5 -01.2 Materials
In the first paragraph, the following item is inserted after the item "Joint Sealants ":
Closed Cell Foam Backer Rod 9- 04.2(3)A
5- 01.3(1)A Concrete Mix Designs
This section, including title, is revised to read:
5- 01.3(1)A Mix Designs
The Contractor shall use either concrete patching materials or cement concrete for the
rehabilitation of cement concrete pavement. Concrete patching materials shall be used for
spall repair and dowel bar retrofitting and cement concrete shall be used for concrete panel
replacement.
5- 01.3(1)A1 Concrete Patching Materials
Item number 1 is revised to read:
1. Materials — The prepackaged concrete patching material and the aggregate extender
shall conform to Section 9 -20.
5- 01.3(1)A2 Portland Cement Concrete
This section, including title, is revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
5- 01.3(1)A2 Cement Concrete for Panel Replacement
Cement concrete for panel replacement shall meet the requirements of Sections 5- 05.3(1)
and 5- 05.3(2) and be air entrained with a design air content of 5.5 percent. Cement
concrete for panel replacement may use rapid hardening hydraulic cement meeting the
requirements of Section 9- 01.2(2). Rapid hardening hydraulic cement will be considered a
cementitious material for the purpose of calculating the water /cementitious materials ratio
and the minimum cementitious materials requirement.
5- 01.3(1)B Equipment
This section's title is revised to read:
Equipment for Panel Replacement
5- 01.3(2)B Portland Cement Concrete
This section's title is revised to read:
Cement Concrete for Panel Replacement
This section is supplemented with the following new subsection:
5- 01.3(2)B1 Conformance to Mix Design
Acceptance of cement concrete pavement for panel replacement shall be in accordance
with Section 5- 01.3(2)B. The cement, coarse, and fine aggregate weights shall be within
the tolerances of the mix design in accordance with Section 5- 05.3(1).
5- 01.3(2)B1 Rejection of Concrete
This section is renumbered as follows:
5- 01.3(2)B2 Rejection of Concrete
5- 01.3(4) Replace Portland Cement Concrete Panel
This section's title is revised to read:
Replace Cement Concrete Panel
5- 01.3(8) Sealing Existing Transverse and Longitudinal Joints
This section's title is revised to read:
Sealing Existing Longitudinal and Transverse Joint
The first paragraph is revised to read:
The Contractor shall clean and seal existing longitudinal and transverse joints where shown
in the Plans or as marked by the Engineer.
The first sentence of the second paragraph is revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
Old sealant and incompressible material shall be completely removed from the joint to the
depth of the new reservoir with a diamond blade saw in accordance with the detail shown in
the Standard Plans.
The fifth paragraph is revised to read:
Immediately prior to sealing, the cracks shall be blown clean with dry oil -free compressed
air. If shown in the Plans, a backer rod shall be placed at the base of the sawn reservoir.
The joints shall be completely dry before the sealing installation may begin. Immediately
following the air blowing and backer rod placement, if required, the sealant material shall be
installed in conformance to manufacturer's recommendations and in accordance
with Section 5- 05.3(8)B.
5- 01.3(9) Portland Cement Concrete Pavement Grinding
This section's title is revised to read:
Cement Concrete Pavement Grinding
5- 01.3(11) Concrete Slurry and Grinding Residue
The last sentence of the first paragraph is revised to read:
Slurry shall not be allowed to drain into an area open to traffic, off of the paved surface, into
any drainage structure, water of the state, or wetlands.
The following new sentence is inserted at the end of the second paragraph:
The Contractor shall submit copies of all disposal tickets to the Engineer within 5 calendar
days.
5 -01.4 Measurement
The fourth paragraph is revised to read:
Sealing existing longitudinal and transverse joint will be measured by the linear foot,
measured along the line of the completed joint.
5 -01.5 Payment
The Bid item "Sealing Transverse and Longitudinal Joints ", per linear foot and the paragraph
following Bid item are revised to read:
"Sealing Existing Longitudinal and Transverse Joint ", per linear foot.
The unit Contract price per linear foot for "Sealing Existing Longitudinal and Transverse
Joint ", shall be full payment for all costs to complete the Work as specified, including
removing incompressible material, preparing and sealing existing transverse and
longitudinal joints where existing transverse and longitudinal joints are cleaned and for all
incidentals required to complete the Work as specified.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
5- 02.AP5
Section 5 -02, Bituminous Surface Treatment
April 4, 2016
5- 02.3(2) Preparation of Roadway Surface
This section is supplemented with the following new subsection:
5- 02.3(2)E Crack Sealing
Where shown in the Plans, seal cracks and joints in the pavement in accordance with
Section 5- 04.3(4)A1 and the following:
1. Cracks'/ inch to 1 inch in width - fill with hot poured sealant.
2. Cracks greater than 1 inch in width — fill with sand slurry.
5- 04.AP5
Section 5 -04, Hot Mix Asphalt
January 3, 2017
This section (and all subsections) is revised to read:
This Section 5 -04 is written in a style which, unless otherwise indicated, shall be interpreted
as direction to the Contractor.
5 -04.1 Description
This Work consists of providing and placing one or more layers of plant -mixed hot mix
asphalt (HMA) on a prepared foundation or base, in accordance with these Specifications
and the lines, grades, thicknesses, and typical cross - sections shown in the Plans. The
manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with
these Specifications.
HMA shall be composed of asphalt binder and mineral materials as required, and may
include reclaimed asphalt pavement (RAP) or reclaimed asphalt shingles (RAS), mixed in
the proportions specified to provide a homogeneous, stable, and workable mix.
5 -04.2 Materials
Provide materials as specified in these sections:
Asphalt Binder 9- 02.1(4)
Cationic Emulsified Asphalt 9- 02.1(6)
Anti - Stripping Additive 9 -02.4
Warm Mix Asphalt Additive 9 -02.5
Aggregates 9 -03.8
Reclaimed Asphalt Pavement (RAP) 9- 03.8(3)B
Reclaimed Asphalt Shingles (RAS) 9- 03.8(3)B
Mineral Filler 9- 03.8(5)
Recycled Material 9 -03.21
Joint Sealants 9 -04.2
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Closed Cell Foam Backer Rod 9- 04.2(3)A
5- 04.2(1) How to Get an HMA Mix Design on the QPL
Comply with each of the following:
• Develop the mix design in accordance with WSDOT SOP 732.
• Develop a mix design that complies with Sections 9- 03.8(2) and 9- 03.8(6).
• Develop a mix design no more than 6 months prior to submitting it for QPL
evaluation.
Submit mix designs to the WSDOT State Materials Laboratory in Tumwater,
including WSDOT Form 350 -042.
Include representative samples of the materials that are to be used in the
HMA production as part of the mix design submittal.
Identify the brand, type, and percentage of anti - stripping additive in the mix
design submittal.
Include with the mix design submittal a certification from the asphalt binder
supplier that the anti - stripping additive is compatible with the crude source
and the formulation of asphalt binder proposed for use in the mix design.
Do not include warm mix asphalt (WMA) additives when developing a mix
design or submitting a mix design for QPL evaluation. The use of warm mix
asphalt (WMA) additives is not part of the process for obtaining approval for
listing a mix design on the QPL. Refer to Section 5- 04.2(2)B.
The Contracting Agency's basis for approving, testing, and evaluating HMA mix
designs for approval on the QPL is dependent on the contractual basis for acceptance
of the HMA mixture, as shown in Table 1.
Table 1
Basis for Contracting Agency Evaluation of HMA Mix Designs for
Approval on the QPL
Contractual Basis
for Acceptance of
HMA Mixture (see
Section 5- 04.3(9))
Basis for Contracting
Agency Approval of
Mix Design for
Placement on QPL
Contracting Agency
Materials Testing for
Evaluation of the Mix
Design
Statistical Evaluation
WSDOT Standard
Practice QC -8
The Contracting Agency
will test the mix design
materials for compliance
with Sections 9- 03.8(2)
and 9- 03.8(6).
Visual Evaluation
Review of Form 350 -042
for compliance with
Sections 9- 03.8(2) and
9- 03.8(6)
The Contracting Agency
may elect to test the mix
design materials, or
evaluate in accordance
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
If the Contracting Agency approves the mix design, it will be listed on the QPL for 12
consecutive months. The Contracting Agency may extend the 12 month listing
provided the Contractor submits a certification letter to the Qualified Products Engineer
verifying that the aggregate source and job mix formula (JMF) gradation, and asphalt
binder crude source and formulation have not changed. The Contractor may submit
the certification no sooner than three months prior to expiration of the initial 12 month
mix design approval. Within 7 calendar days of receipt of the Contractor's certification,
the Contracting Agency will update the QPL. The maximum duration for approval of a
mix design and listing on the QPL will be 24 months from the date of initial approval or
as approved by the Engineer.
5- 04.2(1)A Mix Designs Containing RAP and /or RAS
Mix designs are classified by the RAP and /or RAS content as shown in Table 2.
Table 2
Mix Design Classification Based on RAP /RAS Content
RAP /RAS Classification
with WSDOT Standard
Low RAP /No RAS
0% s RAP% <_ 20% and RAS% =
0%
Practice QC -8, at its sole
discretion.
If the Contracting Agency approves the mix design, it will be listed on the QPL for 12
consecutive months. The Contracting Agency may extend the 12 month listing
provided the Contractor submits a certification letter to the Qualified Products Engineer
verifying that the aggregate source and job mix formula (JMF) gradation, and asphalt
binder crude source and formulation have not changed. The Contractor may submit
the certification no sooner than three months prior to expiration of the initial 12 month
mix design approval. Within 7 calendar days of receipt of the Contractor's certification,
the Contracting Agency will update the QPL. The maximum duration for approval of a
mix design and listing on the QPL will be 24 months from the date of initial approval or
as approved by the Engineer.
5- 04.2(1)A Mix Designs Containing RAP and /or RAS
Mix designs are classified by the RAP and /or RAS content as shown in Table 2.
Table 2
Mix Design Classification Based on RAP /RAS Content
RAP /RAS Classification
RAP /RAS Content'
Low RAP /No RAS
0% s RAP% <_ 20% and RAS% =
0%
High RAP /Any RAS
20% < RAP% <_ Maximum
Allowable RAP2
and /or
0% < RAS% <_ Maximum
Allowable RAS2
'Percentages in this table are by total weight of HMA
2See Table 4 to determine the limits on the maximum amount RAP
and /or RAS.
5- 04.2(1)A1 Low RAP /No RAS — Mix Design Submittals for Placement on
QPL
For Low RAP /No RAS mix designs, comply with the following additional
requirements:
1. Develop the mix design with or without the inclusion of RAP.
2. The asphalt binder grade shall be the grade indicated in the Bid item
name or as otherwise required by the Contract.
3. Submit samples of RAP if used in development of the mix design.
4. Testing RAP or RAS stockpiles is not required for obtaining approval
for placing these mix designs on the QPL.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
5- 04.2(1)A2 High RAP /Any RAS - Mix Design Submittals for Placement
on QPL
For High RAP /Any RAS mix designs, comply with the following additional
requirements:
1. For mix designs with any RAS, test the RAS stockpile (and RAP
stockpile if any RAP is in the mix design) in accordance with Table
3.
For High RAP mix designs with no RAS, test the RAP stockpile in
accordance with Table 3.
3. For mix designs with High RAP /Any RAS, construct a single
stockpile for RAP and a single stockpile for RAS and isolate
(sequester) these stockpiles from further stockpiling before
beginning development of the mix design. Test the RAP and RAS
during stockpile construction as required by item 1 and 2 above. Use
the test data in developing the mix design, and report the test data
to the Contracting Agency on WSDOT Form 350 -042 as part of the
mix design submittal for approval on the QPL. Account for the
reduction in asphalt binder contributed from RAS in accordance with
AASHTO PP 78. Do not add to these stockpiles after starting the
mix design process.
Table 3
Test Frequency of RAP /RAS During RAP /RAS Stockpile
Construction For Approving a High RAP /Any RAS Mix
Design for Placement on the QPL
Test Frequency'
Test for
Test Method
• 1/1000 tons of
RAP (minimum
of 10 per mix
design) and
• 1/100 tons of
RAS (minimum
of 10 per mix
design)
Asphalt Binder
Content and Sieve
Analysis of Fine
and Coarse
Aggregate
FOP for AASHTO T
308
and
FOP for WAQTC T
27/T 11
"tons ", in this table, refers to tons of the reclaimed materia
before being incorporated into HMA.
4. Limit the amount of RAP and /or RAS used in a High RAP /Any RAS
mix design by the amount of binder contributed by the RAP and /or
RAS, in accordance with Table 4.
Table 4
Maximum Amount of RAP and /or RAS in HMA Mixture
Maximum Amount of Binder Contributed from:
RAP
RAS
40%1 minus contribution of
binder from RAS
20 %2
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1 Calculated as the weight of asphalt binder contributed from the
RAP as a percentage of the total weight of asphalt binder in the
mixture.
2 Calculated as the weight of asphalt binder contributed from the
RAS as a percentage of the total weight of asphalt binder in the
mixture.
5. Develop the mix design including RAP, RAS, recycling agent, and
new binder.
6. Extract, recover, and test the asphalt residue from the RAP and
RAS stockpiles to determine the percent of recycling agent and /or
grade of new asphalt binder needed to meet but not exceed the
performance grade (PG) of asphalt binder required by the Contract.
a.
b.
Perform the asphalt extraction in accordance with AASHTO T
164 or ASTM D 2172 using reagent grade solvent.
Perform the asphalt recovery in accordance with AASHTO R 59
or ASTM D 1856.
c. Test the recovered asphalt residue in accordance with
AASHTO R 29 to determine the asphalt binder grade in
accordance with Section 9- 02.1(4).
d. After determining the recovered asphalt binder grade,
determine the percent of recycling agent and /or grade of new
asphalt binder in accordance with ASTM D 4887.
e. Test the final blend of recycling agent, binder recovered from
the RAP and RAS, and new asphalt binder in accordance with
AASHTO R 29. The final blended binder shall meet but not
exceed the performance grade of asphalt binder required by the
Contract and comply with the requirements of Section 9-
02.1(4).
7. Include the following test data with the mix design submittal:
a. All test data from RAP and RAS stockpile construction.
b. All data from testing the recovered and blended asphalt binder.
8. Include representative samples of the following with the mix design
submittal:
a. RAP and RAS.
b. 150 grams of recovered asphalt residue from the RAP and RAS
that are to be used in the HMA production.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
5- 04.2(1)B Commercial HMA - Mix Design Submittal for Placement on QPL
For HMA used in the Bid item Commercial HMA, in addition to the requirements of
5- 04.2(1) identify the following in the submittal:
1. Commercial HMA
2. Class of HMA
3. Performance grade of binder
4. Equivalent Single Axle Load (ESAL)
The Contracting Agency may elect to approve Commercial HMA mix designs
without evaluation.
5- 04.2(1)C Mix Design Resubmittal for QPL Approval
Develop a new mix design and resubmit for approval on the QPL when any of the
following changes occur. When these occur, discontinue using the mix design until
after it is reapproved on the QPL.
1. Change in the source of crude petroleum used in the asphalt binder.
2. Changes in the asphalt binder refining process.
3. Changes in additives or modifiers in the asphalt binder.
4. Changes in the anti -strip additive, brand, type or quantity.
5. Changes to the source of material for aggregate.
6. Changes to the job mix formula that exceed the amounts as described in
item 2 of Section 9- 03.8(7), unless otherwise approved by the Engineer.
7. Changes in the percentage of material from a stockpile, when such
changes exceed 5% of the total aggregate weight.
a. For Low RAP /No RAS mix designs developed without RAP,
changes to the percentage of material from a stockpile will be
calculated based on the total aggregate weight not including the
weight of RAP.
b. For Low RAP /No RAS mix designs developed with RAP, changes to
the percentage of material from a stockpile will be calculated based
on the total aggregate weight including the weight of RAP.
c. For High RAP /Any RAS mix designs, changes in the percentage of
material from a stockpile will be based on total aggregate weight
including the weight of RAP (and /or RAS when included in the
mixture).
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
Prior to making any change in the amount of RAS in an approved mix design,
notify the Engineer for determination of whether a new mix design is required, and
obtain the Engineer's approval prior to implementing such changes.
5- 04.2(2) Mix Design — Obtaining Project Approval
Use only mix designs listed on the Qualified Products List (QPL). Submit WSDOT
Form 350 -041 to the Engineer to request approval to use a mix design from the QPL.
Changes to the job mix formula (JMF) that have been approved on other contracts
may be included. The Engineer may reject a request to use a mix design if production
of HMA using that mix design on any contract is not in compliance with Section 5-
04.3(11)D, E, F, and G for mixture or compaction.
5- 04.2(2)A Changes to the Job Mix Formula
The approved mix design obtained from the QPL will be considered the starting
job mix formula (JMF) and shall be used as the initial basis for acceptance of HMA
mixture, as detailed in Section 5- 04.3(9).
During production the Contractor may request to adjust the JMF. Any adjustments
to the JMF will require approval of the Engineer and shall be made in accordance
with item 2 of Section 9- 03.8(7). After approval by the Engineer, such adjusted
JMF's shall constitute the basis for acceptance of the HMA mixture.
5- 04.2(2)B Using Warm Mix Asphalt Processes
The Contractor may, at the Contractor's discretion, elect to use warm mix asphalt
(WMA) processes for producing HMA. WMA processes include organic additives,
chemical additives, and foaming. The use of WMA is subject to the following:
• Do not use WMA processes in the production of High RAP /Any RAS
mixtures.
• Before using WMA processes, obtain the Engineer's approval using
WSDOT Form 350 -076 to describe the proposed WMA process.
5 -04.3 Construction Requirements
5- 04.3(1) Weather Limitations
Do not place HMA for wearing course on any Traveled Way beginning October 1st
through March 31st of the following year, without written concurrence from the
Engineer.
Do not place HMA on any wet surface, or when the average surface temperatures are
less than those specified in Table 5, or when weather conditions otherwise prevent the
proper handling or finishing of the HMA.
Table 5
Minimum Surface Temperature for Paving
Compacted
Thickness (Feet)
Wearing Course
Other Courses
Less than 0.10
55 °F
45 °F
0.10 to 0.20
45 °F
35 °F
More than 0.20
35 °F
35 °F
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
5- 04.3(2) Paving Under Traffic
These requirements apply when the Roadway being paved is open to traffic.
In hot weather, the Engineer may require the application of water to the pavement to
accelerate the finish rolling of the pavement and to shorten the time required before
reopening to traffic.
During paving operations, maintain temporary pavement markings throughout the
project. Install temporary pavement markings on the Roadway prior to opening to
traffic. Temporary pavement markings shall comply with Section 8 -23.
5- 04.3(3) Equipment
5- O4.3(3)A Mixing Plant
Equip mixing plants as follows.
1. Use tanks for storage and preparation of asphalt binder which:
• Heat the contents by means that do not allow flame to contact the
contents or the tank, such as by steam or electricity.
• Heat and hold contents at the required temperatures.
• Continuously circulate contents to provide uniform temperature and
consistency during the operating period.
• Provide an asphalt binder sampling valve, in either the storage tank
or the supply line to the mixer.
2. Provide thermometric equipment:
In the asphalt binder feed line near the charging valve at the mixer
unit, capable of detecting temperature ranges expected in the HMA
and in a location convenient and safe for access by Inspectors.
At the discharge chute of the drier to automatically register or
indicate the temperature of the heated aggregates, and situated in
full view of the plant operator.
3. When heating asphalt binder:
Do not exceed the maximum temperature of the asphalt binder
recommended by the asphalt binder supplier.
• Avoid local variations in heating.
• Provide a continuous supply of asphalt binder to the mixer at a
uniform average temperature with no individual variations exceeding
25 °F.
4. Provide a mechanical sampler for sampling mineral materials that:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
• Meets the crushing or screening requirements of Section 1 -05.6.
5. Provide HMA sampling equipment that complies with WSDOT SOP
T -168.
Use a mechanical sampling device installed between the discharge
of the silo and the truck transport, approved by the Engineer, or
• Platforms or devices to enable sampling from the truck transport
without entering the truck transport for sampling HMA.
6. Provide for setup and operation of the Contracting Agency's field
testing:
• As required in Section 3- 01.2(2).
7. Provide screens or a lump breaker:
• When using any RAP or any RAS, to eliminate oversize RAP or
RAS particles from entering the pug mill or drum mixer.
5- 04.3(3)B Hauling Equipment
Provide HMA hauling equipment with tight, clean, smooth metal beds and a cover
of canvas or other suitable material of sufficient size to protect the HMA from
adverse weather. Securely attach the cover to protect the HMA whenever the
weather conditions during the work shift include, or are forecast to include,
precipitation or an air temperature less than 45 °F.
Prevent HMA from adhering to the hauling equipment. Spray metal beds with an
environmentally benign release agent. Drain excess release agent prior to filling
hauling equipment with HMA. Do not use petroleum derivatives or other coating
material that contaminate or alter the characteristics of the HMA. For hopper
trucks, operate the conveyer during the process of applying the release agent.
5- 04.3(3)C Pavers
Use self- contained, power - propelled pavers provided with an internally heated
vibratory screed that is capable of spreading and finishing courses of HMA in lane
widths required by the paving section shown in the Plans.
When requested by the Engineer, provide written certification that the paver is
equipped with the most current equipment available from the manufacturer for the
prevention of segregation of the coarse aggregate particles. The certification shall
list the make, model, and year of the paver and any equipment that has been
retrofitted to the paver.
Operate the screed in accordance with the manufacturer's recommendations and
in a manner to produce a finished surface of the required evenness and texture
without tearing, shoving, segregating, or gouging the mixture. Provide a copy of
the manufacturer's recommendations upon request by the Contracting Agency.
Extensions to the screed will be allowed provided they produce the same results,
including ride, density, and surface texture as obtained by the primary screed. In
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
the Travelled Way do not use extensions without both augers and an internally
heated vibratory screed.
Equip the paver with automatic screed controls and sensors for either or both
sides of the paver. The controls shall be capable of sensing grade from an outside
reference line, sensing the transverse slope of the screed, and providing
automatic signals that operate the screed to maintain the desired grade and
transverse slope. Construct the sensor so it will operate from a reference line or a
mat referencing device. The transverse slope controller shall be capable of
maintaining the screed at the desired slope within plus or minus 0.1 percent.
Equip the paver with automatic feeder controls, properly adjusted to maintain a
uniform depth of material ahead of the screed.
Manual operation of the screed is permitted in the construction of irregularly
shaped and minor areas. These areas include, but are not limited to, gore areas,
road approaches, tapers and left -turn channelizations.
When specified in the Contract, provide reference lines for vertical control. Place
reference lines on both outer edges of the Traveled Way of each Roadway.
Horizontal control utilizing the reference line is permitted. Automatically control the
grade and slope of intermediate lanes by means of reference lines or a mat
referencing device and a slope control device. When the finish of the grade
prepared for paving is superior to the established tolerances and when, in the
opinion of the Engineer, further improvement to the line, grade, cross - section, and
smoothness can best be achieved without the use of the reference line, a mat
referencing device may be substituted for the reference line. Substitution of the
device will be subject to the continued approval of the Engineer. A joint matcher
may be used subject to the approval of the Engineer. The reference line may be
removed after completion of the first course of HMA when approved by the
Engineer. Whenever the Engineer determines that any of these methods are
failing to provide the necessary vertical control, the reference lines will be
reinstalled by the Contractor.
Furnish and install all pins, brackets, tensioning devices, wire, and accessories
necessary for satisfactory operation of the automatic control equipment.
If the paving machine in use is not providing the required finish, the Engineer may
suspend Work as allowed by Section 1 -08.6.
5- 04.3(3)D Material Transfer Device or Material Transfer Vehicle
Use a material transfer device (MTD) or material transfer vehicle (MTV) to deliver
the HMA from the hauling equipment to the paving machine for any lift in (or
partially in) the top 0.30 feet of the pavement section used in traffic lanes.
However, an MTD /V is not required for HMA placed in irregularly shaped and
minor areas such as tapers and turn lanes, or for HMA mixture that is accepted by
Visual Evaluation. At the Contractor's request the Engineer may approve paving
without an MTD /V; the Engineer will determine if an equitable adjustment in cost
or time is due. If a windrow elevator is used, the Engineer may limit the length of
the windrow in urban areas or through intersections.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
To be approved for use, an MTV:
1. Shall be a self - propelled vehicle, separate from the hauling vehicle or
paver.
2. Shall not connected to the hauling vehicle or paver.
3. May accept HMA directly from the haul vehicle or pick up HMA from a
windrow.
4. Shall mix the HMA after delivery by the hauling equipment and prior to
placement into the paving machine.
5. Shall mix the HMA sufficiently to obtain a uniform temperature
throughout the mixture.
To be approved for use, an MTD:
1. Shall be positively connected to the paver.
2. May accept HMA directly from the haul vehicle or pick up HMA from a
windrow.
3. Shall mix the HMA after delivery by the hauling equipment and prior to
placement into the paving machine.
4. Shall mix the HMA sufficiently to obtain a uniform temperature
throughout the mixture.
5- 04.3(3)E Rollers
Operate rollers in accordance with the manufacturer's recommendations. When
requested by the Engineer, provide a Type 1 Working Drawing of the
manufacturer's recommendation for the use of any roller planned for use on the
project. Do not use rollers that crush aggregate, produce pickup or washboard,
unevenly compact the surface, displace the mix, or produce other undesirable
results.
5- 04.3(4) Preparation of Existing Paved Surfaces
Before constructing HMA on an existing paved surface, the entire surface of the
pavement shall be clean. Entirely remove all fatty asphalt patches, grease drippings,
and other deleterious substances from the existing pavement to the satisfaction of the
Engineer. Thoroughly clean all pavements or bituminous surfaces of dust, soil,
pavement grindings, and other foreign matter. Thoroughly remove any cleaning or
solvent type liquids used to clean equipment spilled on the pavement before paving
proceeds. Fill all holes and small depressions with an appropriate class of HMA. Level
and thoroughly compact the surface of the patched area.
Apply a uniform coat of asphalt (tack coat) to all paved surfaces on which any course
of HMA is to be placed or abutted. Apply tack coat to cover the cleaned existing
pavement with a thin film of residual asphalt free of streaks and bare spots. Apply a
heavy application of tack coat to all joints. For Roadways open to traffic, limit the
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
application of tack coat to surfaces that will be paved during the same working shift.
Equip the spreading equipment with a thermometer to indicate the temperature of the
tack coat material.
Do not operate equipment on tacked surfaces until the tack has broken and cured.
Repair tack coat damaged by the Contractor's operation, prior to placement of the
HMA.
Unless otherwise approved by the Engineer, use cationic emulsified asphalt CSS -1,
CSS -1 h, STE -1, or Performance Graded (PG) asphalt for tack coat. The CSS -1 and
CSS -1 h may be diluted with water at a rate not to exceed one part water to one part
emulsified asphalt. Do not allow the tack coat material to exceed the maximum
temperature recommended by the asphalt supplier.
When shown in the Plans, prelevel uneven or broken surfaces over which HMA is to
be placed by using an asphalt paver, a motor patrol grader, or by hand raking, as
approved by the Engineer.
5- O4.3(4)A Crack Sealing
5- 04.3(4)A1 General
When the Proposal includes a pay item for crack sealing, seal all cracks'/
inch in width and greater.
Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose
and foreign material when filling with crack sealant material. Use a hot
compressed air lance to dry and warm the pavement surfaces within the
crack immediately prior to filling a crack with the sealant material. Do not
overheat pavement. Do not use direct flame dryers. Routing cracks is not
required.
Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix
the components and pour the mixture into the cracks until full. Add additional
CSS -1 cationic emulsified asphalt to the sand slurry as needed for workability
to ensure the mixture will completely fill the crack. Strike off the sand slurry
flush with the existing pavement surface and allow the mixture to cure. Top off
cracks that were not completely filled with additional sand slurry. Do not place
the HMA overlay until the slurry has fully cured.
Hot Poured Sealant: For cracks that are to be filled with hot poured sealant,
apply the material in accordance with these requirements and the
manufacturer's recommendations. Furnish a Type 1 Working Drawing of the
manufacturer's product information and recommendations to the Engineer
prior to the start of work, including the manufacturer's recommended heating
time and temperatures, allowable storage time and temperatures after initial
heating, allowable reheating criteria, and application temperature range.
Confine hot poured sealant material within the crack. Clean any overflow of
sealant from the pavement surface. If, in the opinion of the Engineer, the
Contractor's method of sealing the cracks with hot poured sealant results in
an excessive amount of material on the pavement surface, stop and correct
the operation to eliminate the excess material.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
5- 04.3(4)A2 Crack Sealing Areas Prior to Paving
In areas where HMA will be placed, use sand slurry to fill the cracks.
5- 04.3(4)A3 Crack Sealing Areas Not to be Paved
In areas where HMA will not be placed, fill the cracks as follows:
1. Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant.
2. Cracks greater than 1 inch in width — fill with sand slurry.
5- O4.3(4)B Soil Residual Herbicide
Where shown in the Plans, apply one application of an approved soil residual
herbicide. Comply with Section 8- 02.3(3)B. Complete paving within 48 hours of
applying the herbicide.
Use herbicide registered with the Washington State Department of Agriculture for
use under pavement. Before use, obtain the Engineer's approval of the herbicide
and the proposed rate of application. Include the following information in the
request for approval of the material:
1. Brand Name of the Material,
2. Manufacturer,
3. Environmental Protection Agency (EPA) Registration Number,
4. Material Safety Data Sheet, and
5. Proposed Rate of Application.
5- O4.3(4)C Pavement Repair
Excavate pavement repair areas and backfill these with HMA in accordance with
the details shown in the Plans and as staked. Conduct the excavation operations
in a manner that will protect the pavement that is to remain. Repair pavement not
designated to be removed that is damaged as a result of the Contractor's
operations to the satisfaction of the Engineer at no cost to the Contracting
Agency. Excavate only within one lane at a time unless approved otherwise by the
Engineer. Do not excavate more area than can be completely backfilled and
compacted during the same shift.
Unless otherwise shown in the Plans or determined by the Engineer, excavate to
a depth of 1.0 feet. The Engineer will make the final determination of the
excavation depth required.
The minimum width of any pavement repair area shall be 40 inches unless shown
otherwise in the Plans. Before any excavation, sawcut the perimeter of the
pavement area to be removed unless the pavement in the pavement repair area is
to be removed by a pavement grinder.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17117
Excavated materials shall be the property of the Contractor and shall be disposed
of in a Contractor - provided site off the Right of Way or used in accordance with
Sections 2- 02.3(3) or 9- 03.21.
Apply a heavy application of tack coat to all surfaces of existing pavement in the
pavement repair area, in accordance with Section 5- 04.3(4).
Place the HMA backfill in lifts not to exceed 0.35 -foot compacted depth.
Thoroughly compact each lift by a mechanical tamper or a roller.
5- 04.3(5) Producing /Stockpiling Aggregates, RAP, & RAS
Produce aggregate in compliance with Section 3 -01. Comply with Section 3 -02 for
preparing stockpile sites, stockpiling, and removing from stockpile each of the
following: aggregates, RAP, and RAS. Provide sufficient storage space for each
size of aggregate, RAP and RAS. Fine aggregate or RAP may be uniformly
blended with the RAS as a method of preventing the agglomeration of RAS
particles. Remove the aggregates, RAP and RAS from stockpile(s) in a manner
that ensures minimal segregation when being moved to the HMA plant for
processing into the final mixture. Keep different aggregate sizes separated until
they have been delivered to the HMA plant.
5- O4.3(5)A Stockpiling RAP or RAS for High RAP /Any RAS Mixes
Do not place any RAP or RAS into a stockpile which has been sequestered
for a High RAP /Any RAS mix design. Do not incorporate any RAP or RAS into
a High RAP /Any RAS mixture from any source other than the stockpile which
was sequestered for approval of that particular High RAP /Any RAS mix
design.
RAP that is used in a Low RAP /No RAS mix is not required to come from a
sequestered stockpile.
5- 04.3(6) Mixing
The asphalt supplier shall introduce anti - stripping additive, in the amount
designated on the QPL for the mix design, into the asphalt binder prior to
shipment to the asphalt mixing plant.
Anti -strip is not required for temporary work that will be removed prior to Physical
Completion.
Use asphalt binder of the grade, and from the supplier, in the approved mix
design.
Prior to introducing reclaimed materials into the asphalt plant, remove wire, nails,
and other foreign material. Discontinue use of the reclaimed material if the
Engineer, in their sole discretion, determines the wire, nails, or other foreign
material to be excessive.
Size RAP and RAS prior to entering the mixer to provide uniform and thoroughly
mixed HMA. If there is evidence of the RAP or RAS not breaking down during the
heating and mixing of the HMA, immediately suspend the use of the RAP or RAS
until changes have been approved by the Engineer.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
After the required amount of mineral materials, RAP, RAS, new asphalt binder
and recycling agent have been introduced into the mixer, mix the HMA until
complete and uniform coating of the particles and thorough distribution of the
asphalt binder throughout the mineral materials, RAP and RAS is ensured.
Upon discharge from the mixer, ensure that the temperature of the HMA does not
exceed the optimum mixing temperature shown on the approved Mix Design
Report by more than 25 °F, or as approved by the Engineer. When a WMA
additive is included in the manufacture of HMA, do not heat the WMA additive (at
any stage of production including in binder storage tanks) to a temperature higher
than the maximum recommended by the manufacturer of the WMA additive.
A maximum water content of 2 percent in the mix, at discharge, will be allowed
providing the water causes no problems with handling, stripping, or flushing. If the
water in the HMA causes any of these problems, reduce the moisture content.
During the daily operation, HMA may be temporarily held in approved storage
facilities. Do not incorporate HMA into the Work that has been held for more than
24 hours after mixing. Provide an easily readable, low bin -level indicator on the
storage facility that indicates the amount of material in storage. Waste the HMA in
storage when the top level of HMA drops below the top of the cone of the storage
facility, except as the storage facility is being emptied at the end of the
working shift. Dispose of rejected or waste HMA at no expense to the Contracting
Agency.
5- 04.3(7) Spreading and Finishing
Do not exceed the maximum nominal compacted depth of any layer in any course,
as shown in Table 6, unless approved by the Engineer:
Table 6
Maximum Nominal Compacted Depth of Any Layer
HMA Class
Wearing Course
Other than Wearing
Course
1 inch
0.35 feet
0.35 feet
1/4 and 1/2 inch
0.30 feet
0.35 feet
3/8 inch
0.15 feet
0.15 feet
Use HMA pavers complying with Section 5- 04.3(3) to distribute the mix. On areas
where irregularities or unavoidable obstacles make the use of mechanical
spreading and finishing equipment impractical, the paving may be done with other
equipment or by hand.
When more than one JMF is being utilized to produce HMA, place the material
produced for each JMF with separate spreading and compacting equipment. Do
not intermingle HMA produced from more than one JMF. Each strip of HMA
placed during a work shift shall conform to a single JMF established for the class
of HMA specified unless there is a need to make an adjustment in the JMF.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
5- 04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
Sample aggregate for meeting the requirements of Section 3 -04 prior to being
incorporated into HMA. (The acceptance data generated for the Section 3 -04
acceptance analysis will not be commingled with the acceptance data generated
for the Section 5- 04.3(9) acceptance analysis.) Aggregate acceptance samples
shall be taken as described in Section 3 -04. Aggregate acceptance testing will be
performed by the Contracting Agency. Aggregate contributed from RAP and /or
RAS will not be evaluated under Section 3 -04.
For aggregate that will be used in HMA mixture which will be accepted by
Statistical Evaluation, the Contracting Agency's acceptance of the aggregate will
be based on:
1. Samples taken prior to mixing with asphalt binder, RAP, or RAS;
2. Testing for the materials properties of fracture, uncompacted void
content, and sand equivalent;
3. Evaluation by the Contracting Agency in accordance with Section 3 -04,
including price adjustments as described therein.
For aggregate that will be used in HMA which will be accepted by Visual
Evaluation, evaluation in accordance with items 1, 2, and 3 above is at the
discretion of the Engineer.
5- 04.3(9) HMA Mixture Acceptance
The Contracting Agency will evaluate HMA mixture for acceptance by one of three
methods as determined from the criteria in Table 7.
Table 7
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
Basis of Acceptance for HMA Mixture
Visual Evaluation
Statistical
Evaluation
Criteria
for
Selecting
the
Evaluation
Method
•
•
Commercial HMA
placed at any
location
Any HMA placed in:
o sidewalks
o road approaches
o ditches
o slopes
o paths
o trails
o gores
o prelevel
o temporary
pavement'
o pavement repair
•
•
All HMA
mixture other
than that
accepted by
Visual
Evaluation
•
Other nonstructural
applications of HMA
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
as approved by the
En. ineer
Temporary pavement is HMA that will be removed before Physical
Completion of the Contract.
5- 04.3(9)A Test Sections
This Section applies to HMA mixture accepted by Statistical Evaluation. A test
section is not allowed for HMA accepted by Visual Evaluation.
The purpose of a test section is to determine whether or not the Contractor's
mix design and production processes will produce HMA meeting the Contract
requirements related to mixture. Construct HMA mixture test sections at the
beginning of paving, using at least 600 tons and a maximum of 1,000 tons or
as specified by the Engineer. Each test section shall be constructed in one
continuous operation.
5- 04.3(9)A1 Test Section — When Required, When to Stop
Use Tables 8 and 9 to determine when a test section is required,
optional, or not allowed, and to determine when performing test sections
may end. Each mix design will be evaluated independently for the test
section requirements. If more than one test section is required, each test
section shall be evaluated separately by the criteria in table 8 and 9.
Table 8
Criteria for Conducting and Evaluating HMA
Sections
(For HMA Mixture Accepted by Statistical
Mixture Test
Evaluation)
Low RAP /No RAS
High RAP /Any RAS
Is Mixture Test
Section Optional or
Mandatory?
Mandatory'
At Contractor's
Option
Waiting period after
paving the test
section.
4 calendar days2
4 calendar days2
What Must Happen
to Stop Performing
Test Sections?
Meet "Results
Required to Stop
Performing Test
Sections" in Table 9
for High RAP /Any
RAS.
Provide samples
and respond to
WSDOT test
results required by
Table 9 for Low
RAP /No RAS.
a mix design has produced an acceptable test section on a
previous contract (paved in the same calendar year, from the
same plant, using the same JMF) the test section may be waived
if approved by the Engineer.
2This is to provide time needed by the Contracting Agency to
complete testing and the Contractor to adjust the mixture in
response to those test results. Paving may resume when this is
done.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ble 9
Results Required to Stop Performing HMA Mixture Test
Sections'
(For HMA Mixture Accepted by Statistical Evaluation)
Test Property
Type of HMA
High RAP /Any RAS
Low RAP /No RAS
Gradation
Minimum PF; of 0.95
based on the criteria
in Section 5-
O4.3(9)B42
None4
Asphalt Binder
Minimum PF; of 0.95
based on the criteria
in Section 5-
O4.3(9)B42
None4
Va
Minimum PF; of 0.95
based on the criteria
in Section 5-
O4.3(9)B42
None4
Hamburg Wheel
Track
Indirect Tensile
Strength
Meet requirements of
Section 9-03.8(2).3
These tests will not
be done as part of
Test Section.
Aggregates
Sand Equivalent
Uncompacted Void
Content
Fracture
Nonstatistical
Evaluation in
accordance with the
requirements of
Section 3 -043
None3
In addition to the requirements of this table, acceptance of the
HMA mixture used in each test section is subject to the
acceptance criteria and price adjustments for Statistical
Evaluation (see Table 9a).
2Divide the test section lot into three sublots, approximately equal
in size. Take one sample from each sublot, and test each sample
for the property in the first column.
3Take one sample for each test section lot. Test the sample for the
properties in the first column.
4Divide the test section lot into three sublots, approximately equal
in size. Take one sample from each sublot, and test each sample
for the property in the first column. There are no criteria for
discontinuing test sections for these mixes; however, the
contractor must comply with Section 5- 04.3(11)F before
resuming paving.
5- 04.3(9)A2 Test Section — Evaluating the HMA Mixture in a Test
Section
The Engineer will evaluate the HMA mixture in each test section for
rejection, acceptance, and price adjustments based on the criteria in
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
Table 9a using the data generated from the testing required by Table 9.
Each test section shall be considered a separate lot.
Table
Acceptance Criteria for HMA Mixture Placed in a Test Section
(For HMA Mixture Accepted by Statistical Evaluation)
Test Property
Type of HMA
High RAP /Any RAS
Low RAP /No RAS
Gradation
Asphalt Binder
Va
Statistical Evaluation
Statistical
Evaluation
Hamburg Wheel
Track
Indirect Tensile
Strength
Pass /Fail for the
requirements of
Section 9- 03.8(2)1
N/A
HMA Aggregate
Sand Equivalent
Uncompacted Void
Content
_ ..
Nonstatistical
Evaluation in
accordance with the
requirements of
Section 3 -04
Nonstatistical
Evaluation in
accordance with
the requirements of
Section 3 -04
rallure to meet the specifications for Hamburg and /or IDT will
cause the mixture in the test section to be rejected. Refer to
Section 5- 04.3(11).
5- O4.3(9)B Mixture Acceptance — Statistical Evaluation
5- 04.3(9)B1 Mixture Statistical Evaluation — Lots and Sublots
HMA mixture which is accepted by Statistical Evaluation will be evaluated
by the Contracting Agency dividing that HMA tonnage into mixture Tots,
and each mixture lot will be evaluated using stratified random sampling
by the Contracting Agency sub - dividing each mixture lot into mixture
sublots. All mixture in a mixture lot shall be of the same mix design. The
mixture sublots will be numbered in the order in which the mixture (of a
particular mix design) is paved.
Each mixture lot comprises a maximum of 15 mixture sublots, except:
• The final mixture lot of each mix design on the Contract will
comprise a maximum of 25 sublots.
• A mixture lot for a test section will consist of three sublots.
Each mixture sublot shall be approximately uniform in size with the
maximum mixture sublot size as specified in Table 10. The quantity of
material represented by the final mixture sublot of the project, for each
mix design on the project, may be increased to a maximum of two times
the mixture sublot quantity calculated.
Table 10
Maximum HMA Mixture Sublot Size
For HMA Accepted by Statistical Evaluation
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
HMA Original Plan Quantity
(tons)1
Maximum Sublot Size (tons)2
< 20,000
1,000
20,000 to 30,000
1,500
>30,000
2,000
"Plan quantity" means the plan quantity of all HMA of the
same class and binder grade which is accepted by Statistical
Evaluation.
2 The maximum sublot size for each combination of HMA class
and binder grade shall be calculated separately.
For a mixture lot in progress with a mixture CPF less than 0.75,
a new mixture lot will begin at the Contractor's request after the
Engineer is satisfied that material conforming to the
Specifications can be produced. See also Section 5- 04.3(11)F.
• If, before completing a mixture lot, the Contractor requests a
change to the JMF which is approved by the Engineer, the
mixture produced in that lot after the approved change will be
evaluated on the basis of the changed JMF, and the mixture
produced in that lot before the approved change will be
evaluated on the basis of the unchanged JMF; however, the
mixture before and after the change will be evaluated in the
same lot. Acceptance of subsequent mixture lots will be
evaluated on the basis of the changed JMF.
5- 04.3(9)B2 Mixture Statistical Evaluation — Sampling
Comply with Section 1- 06.2(1).
Samples of HMA mixture which is accepted by Statistical Evaluation will
be randomly selected from within each sublot, with one sample per
sublot. The Engineer will determine the random sample location using
WSDOT Test Method T 716. The Contractor shall obtain the sample
when ordered by the Engineer. The Contractor shall sample the HMA
mixture in the presence of the Engineer and in accordance with FOP for
WAQTC T 168.
5- 04.3(9)B3 Mixture Statistical Evaluation — Acceptance Testing
Comply with Section 1- 06.2(1).
The Contracting Agency will test the mixture sample from each sublot
(including sublots in a test section) for the properties shown in Table 11.
Table 11
Testing Required for each HMA Mixture Sublot
Test
Procedure
Performed by
Va
WSDOT SOP
731
Engineer
Asphalt Binder Content
FOP for
AASHTO T 308
Engineer
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
Gradation: Percent Passing
FOP for
Engineer
11/2", 1", 3/4" '/2', 3/ ", No. 4,
WAQTC
All aggregate passing No. 8 sieve
No. 8, No. 200
T 27/T 11
20
The mixture samples and tests taken for the purpose of determining
acceptance of the test section (as described in Section 5- 04.3(9)A) shall
also be used as the test results for acceptance of the mixture described
in 5- 04.3(9)B3, 5- 04.3(9)B4, 5- 04.3(9)B5, and 5- 04.3(9)B6.
5- 04.3(9)B4 Mixture Statistical Evaluation — Pay Factors
Comply with Section 1- 06.2(2).
The Contracting Agency will determine a pay factor (PF;) for each of the
properties in Table 11, for each mixture lot, using the quality level
analysis in Section 1- 06.2(2)D. For Gradation, a pay factor will be
calculated for each of the sieve sizes listed in Table 11 which is equal to
or smaller than the maximum allowable aggregate size (100 percent
passing sieve) of the HMA mixture. The USL and LSL shall be calculated
using the Job Mix Formula Tolerances (for Statistical Evaluation) in
Section 9- 03.8(7).
If a constituent is not measured in accordance with these Specifications,
its individual pay factor will be considered 1.00 in calculating the
Composite Pay Factor (CPF).
5- 04.3(9)B5 Mixture Statistical Evaluation — Composite Pay Factors
(CPF)
Comply with Section 1- 06.2(2).
In accordance with Section 1- 06.2(2)D4, the Contracting Agency will
determine a Composite Pay Factor (CPF) for each mixture lot from the
pay factors calculated in Section 5- 04.3(9)B4, using the price adjustment
factors in Table 12. Unless otherwise specified, the maximum CPF for
HMA mixture shall be 1.05.
Table 12
HMA Mixture Price Adjustment Factors
Constituent
Factor "f"
All aggregate passing: 11/2 ", 1 ", 3/4' '/2'
3/" and No.4 sieves
2
All aggregate passing No. 8 sieve
15
All aggregate passing No. 200 sieve
20
Asphalt binder
40
Air Voids (Va)
20
5- 04.3(9)B6 Mixture Statistical Evaluation — Price Adjustments
For each HMA mixture lot, a Job Mix Compliance Price Adjustment will
be determined and applied, as follows:
JMCPA = [0.60 x (CPF — 1.00)] x Q x UP
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Where
JMCPA = Job Mix Compliance Price Adjustment for a given lot of
mixture ($)
CPF = Composite Pay factor for a given lot of mixture (maximum
is 1.05)
Q = Quantity in a given lot of mixture (tons)
UP = Unit price of the HMA in a given lot of mixture ($ /ton)
5- 04.3(9)B7 Mixture Statistical Evaluation — Retests
The Contractor may request that a mixture sublot be retested. To request
a retest, submit a written request to the Contracting Agency within 7
calendar days after the specific test results have been posted to the
website or emailed to the Contractor, whichever occurs first. The
Contracting Agency will send a split of the original acceptance sample for
testing by the Contracting Agency to either the Region Materials
Laboratory or the State Materials Laboratory as determined by the
Engineer. The Contracting Agency will not test the split of the sample
with the same equipment or by the same tester that ran the original
acceptance test. The sample will be tested for a complete gradation
analysis, asphalt binder content, and Va, and the results of the retest will
be used for the acceptance of the HMA mixture in place of the original
mixture sublot sample test results. The cost of testing will be deducted
from any monies due or that may come due the Contractor under the
Contract at the rate of $250 per sample.
5- 04.3(9)C Vacant
5- 04.3(9)D Mixture Acceptance — Visual Evaluation
Visual Evaluation of HMA mixture will be by visual inspection by the Engineer
or, in the sole discretion of the Engineer, the Engineer may sample and test
the mixture.
5- 04.3(9)D1 Mixture Visual Evaluation — Lots, Sampling, Testing,
Price Adjustments
HMA mixture accepted by Visual Evaluation will not be broken into lots
unless the Engineer determines that testing is required. When that
occurs, the Engineer will identify the limits of the questionable HMA
mixture, and that questionable HMA mixture shall constitute a lot. Then,
the Contractor will take samples from the truck, or the Engineer will take
core samples from the roadway at a minimum of three random locations
from within the lot, selected in accordance with WSDOT Test Method T
716, taken from the roadway in accordance with WSDOT SOP 734, and
tested in accordance with WSDOT SOP 737. The Engineer will test one
of the samples for all constituents in Section 5- 04.3(9)B3. If all
constituents from that test fall within the Job Mix Formula Tolerances (for
Visual Evaluation) in Section 9- 03.8(7), the lot will be accepted at the unit
Contract price with no further evaluation.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
When one or more constituents fall outside those tolerance limits, the
other samples will be tested for all constituents in Section 5- 04.3(9)B3,
and a Job Mix Compliance Price Adjustment will be calculated in
accordance with Table 13.
Table 13
Visual Evaluation — Out of Tolerance Procedures
Comply with the Following
Pay Factors'
Section 5- 04.3(9)B4
Composite Pay Factors2
Section 5- 04.3(9)B5
Price Adjustments
Section 5- 04.3(9)B6
The Visual Evaluation tolerance limits in Section 9- 03.8(7) will
be used in the calculation of the PF;.
2The maximum CPF shall be 1.00.
5- 04.3(9)E Mixture Acceptance — Notification of Acceptance Test
Results
The results of all mixture acceptance testing and the Composite Pay Factor
(CPF) of the lot after three sublots have been tested will be available to the
Contractor through The Contracting Agency's website.
The Contracting Agency will endeavor to provide written notification (via email
to the Contractor's designee) of acceptance test results through its web -
based materials testing system Statistical Analysis of Materials (SAM) within
24 hours of the sample being made available to the Contracting Agency.
However, the Contractor agrees:
1. Quality control, defined as the system used by the Contractor to
monitor, assess, and adjust its production processes to ensure that
the final HMA mixture will meet the specified level of quality, is the
sole responsibility of the Contractor.
2. The Contractor has no right to rely on any testing performed by the
Contracting Agency, nor does the Contractor have any right to rely
on timely notification by the Contracting Agency of the Contracting
Agency's test results (or statistical analysis thereof), for any part of
quality control and /or for making changes or correction to any aspect
of the HMA mixture.
3. The Contractor shall make no claim for untimely notification by the
Contracting Agency of the Contracting Agency's test results or
statistical analysis.
5- 04.3(10) HMA Compaction Acceptance
For all HMA, the Contractor shall comply with the General Compaction
Requirements in Section 5- 04.3(10)A. The Contracting Agency will evaluate all
HMA for compaction compliance with one of the following - Statistical Evaluation,
Visual Evaluation, or Test Point Evaluation - determined by the criteria in Table
14:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Table 14
Criteria for Determining Method of Evaluation for HMA Compaction'
Statistical Evaluation
Visual Evaluation of
Test Point Evaluation
of HMA Compaction is
HMA Compaction is
of HMA Compaction
Required For:
Required For:
is Required For:
• Any HMA for which
• "HMA for
• Any HMA not
the specified course
Preleveling..."
meeting the criteria
thickness is greater
• "HMA for Pavement
for Statistical
than 0.10 feet, and
Repair..."
Evaluation or
the HMA is in:
o traffic lanes,
including but not
limited to:
Visual Evaluation
• ramp lanes
• truck climbing
lanes
• weaving lanes
• speed change
lanes
This table applies to all HMA, and shall be the sole basis for determining
the acceptance method for compaction.
The Contracting Agency may, at its sole discretion, evaluate any HMA for
compliance with the Cyclic Density requirements of Section 5- 04.3(10)B.
5- 04.3(10)A HMA Compaction — General Compaction Requirements
Immediately after the HMA has been spread and struck off, and after surface
irregularities have been adjusted, thoroughly and uniformly compact the mix.
The completed course shall be free from ridges, ruts, humps, depressions,
objectionable marks, and irregularities and shall conform to the line, grade,
and cross - section shown in the Plans. If necessary, alter the JMF in
accordance with Section 9- 03.8(7) to achieve desired results.
Compact the mix when it is in the proper condition so that no undue
displacement, cracking, or shoving occurs. Compact areas inaccessible to
large compaction equipment by mechanical or hand tampers. Remove HMA
that becomes loose, broken, contaminated, shows an excess or deficiency of
asphalt, or is in any way defective. Replace the removed material with new
HMA, and compact it immediately to conform to the surrounding area.
The type of rollers to be used and their relative position in the compaction
sequence shall generally be the Contractor's option, provided the specified
densities are attained. An exception shall be that pneumatic tired rollers shall
be used for compaction of the wearing course beginning October 1St of any
year through March 31st of the following year. Coverage with a steel wheel
roller may precede pneumatic tired rolling. Unless otherwise approved by the
Engineer, operate rollers in the static mode when the internal temperature of
the mix is less than 175 °F. Regardless of mix temperature, do not operate a
roller in a mode that results in checking or cracking of the mat.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
On bridge decks and on the five feet of roadway approach immediately
adjacent to the end of bridge /back of pavement seat, operate rollers in static
mode only.
5- 04.3(10)B HMA Compaction — Cyclic Density
Low cyclic density areas are defined as spots or streaks in the pavement that
are less than 90 percent of the theoretical maximum density. At the
Engineer's discretion, the Engineer may evaluate the HMA pavement for low
cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic
Density Price Adjustment will be assessed for any 500 -foot section with two
or more density readings below 90 percent of the theoretical maximum
density.
5- 04.3(10)C HMA Compaction Acceptance — Statistical Evaluation
HMA compaction which is accepted by Statistical Evaluation will be based on
acceptance testing performed by the Contracting Agency, and statistical
analysis of those acceptance tests results. This will result in a Compaction
Price Adjustment.
5- 04.3(10)C1 HMA Compaction Statistical Evaluation — Lots and
Sublots
HMA compaction which is accepted by Statistical Evaluation will be
evaluated by the Contracting Agency dividing the project into compaction
lots, and each compaction lot will be evaluated using stratified random
sampling by the Contracting Agency sub - dividing each compaction lot
into compaction sublots. All mixture in any individual compaction lot shall
be of the same mix design. The compaction sublots will be numbered in
the order in which the mixture (of a particular mix design) is paved.
Each compaction lot comprises a maximum of 15 compaction sublots,
except for the final compaction lot of each mix design on the Contract,
which comprises a maximum of 25 sublots.
Each compaction subiot shall be uniform in size as shown in Table 15,
except that the last compaction subiot of each day may be increased to a
maximum of two times the compaction subiot quantity calculated. Minor
variations in the size of any subiot shall not be cause to invalidate the
associated test result.
Table 15
HMA Compaction Sublot Size
HMA Original Plan Quantity
(tons)1
Compaction Sublot Size
(tons)
<20,000
100
20,000 to 30,000
150
>30,000
200
n determining the plan quantity tonnage, do not include any
tons accepted by test point evaluation.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
The following will cause one compaction lot to end prematurely and a
new compaction lot to begin:
For a compaction lot in progress with a compaction CPF less
than 0.75, a new compaction lot will begin at the Contractor's
request after the Engineer is satisfied that material conforming
to the Specifications can be produced. See also Section 5-
04.3(11)F.
All HMA which is paved on a bridge and accepted for compaction by
Statistical Evaluation will compose a bridge compaction lot. If the contract
includes such HMA on more than one bridge, compaction will be
evaluated on each bridge individually, as separate bridge compaction
lots.
Bridge compaction sublots will be determined by the Engineer subject to
the following:
• All sublots on a given bridge will be approximately the same
size.
• Sublots will be stratified from the lot.
In no case will there be less than 3 sublots in each bridge
compaction lot.
• No sublot will exceed 50 tons.
• Compaction test locations will be determined by the Engineer in
accordance with WSDOT FOP for AASHTO T166.
5- 04.3(10)C2 HMA Compaction Statistical Evaluation — Acceptance
Testing
Comply with Section 1- 06.2(1).
The location of HMA compaction acceptance tests will be randomly
selected by the Contracting Agency from within each sublot, with one test
per sublot. The Contracting Agency will determine the random sample
location using WSDOT Test Method T 716.
Use Table 16 to determine compaction acceptance test procedures and
to allocate compaction acceptance sampling and testing responsibilities
between the Contractor and the Contracting Agency. HMA cores shall be
taken or nuclear density testing shall occur after completion of the finish
rolling, prior to opening to traffic, and on the same day that the mix is
placed.
Table 16
HMA Compaction Acceptance Testing Procedures and
Responsibilities
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
When Contract
Includes Bid
Item "HMA Core
— Roadway" or
"HMA Core —
Bridge "4
When Contract Does Not
Include Bid Item "HMA Core —
Roadway" or "HMA Core —
Bridge"4
Basis for Test:
Cores
Cores3
In -Place
Density
Determined by:
Contractor shall
take cores'
using WSDOT
SOP 7342
Contracting
Agency will
determine core
density using
FOP for
AASHTO T 166
Contracting
Agency will take
cores' using
WSDOT SOP
734
Contracting
Agency will
determine core
density using
FOP for
AASHTO T 166
Nuclear
Density
Gauge3
Contracting
Agency, using
WSDOT FOP
for AASHTO
T 355
Theoretical
Maximum
Density
Determined by:
Contracting Agency, using FOP for AASHTO T 209
Rolling
Average of
Theoretical
Maximum
Densities
Determined by:
Contracting Agency, using WSDOT SOP 729
Percent
Compaction in
Each Sublot
Determined by:
Contracting
Agency, using
WSDOT SOP
736
Contracting
Agency, using
WSDOT SOP
736
Contracting
Agency, using
WSDOT FOP
for AASHTO
T 355
The core diameter shall be 4- inches unless otherwise approved by
the Engineer.
2The Contractor shall take the core samples in the presence of the
Engineer, at locations designated by the Engineer, and deliver the
core samples to the Contracting Agency.
3The Contracting Agency will determine, in its sole discretion, whether
it will take cores or use the nuclear density gauge to determine in-
place density. Exclusive reliance on cores for density acceptance is
generally intended for small paving projects and is not intended as a
replacement for nuclear gauge density testing on typical projects.
4The basis for test of all compaction sublots in a bridge compaction lot
shall be cores. These cores shall be taken by the Contractor when
the Proposal includes the bid item "HMA Cores — Bridge ". When
there is no bid item for "HMA Cores — Bridge ", the Engineer will be
responsible for taking HMA cores for all compaction sublots in a
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
bridge compaction lot. In either case, the Engineer will determine
core location, in -place density of the core, theoretical maximum
density, rolling average of theoretical maximum density, and percent
compaction using the procedure called for in this Section.
When using the nuclear density gauge for acceptance testing of
pavement density, the Engineer will follow WSDOT SOP 730 for
correlating the nuclear gauge with HMA cores. When cores are required
for the correlation, coring and testing will be by the Contracting Agency.
When a core is taken for gauge correlation at the location of a sublot, the
relative density of the core will be used for the sublot test result and is
exempt from retesting.
5- 04.3(10)C3 HMA Statistical Compaction — Price Adjustments
For each HMA compaction lot (that is accepted by Statistical Evaluation)
which has less than three compaction sublots, for which all compaction
sublots attain a minimum of 91 percent compaction determined in
accordance with WSDOT FOP for AASHTO T 355 (or WSDOT SOP 736
when provided by the Contract), the HMA will be accepted at the unit
Contract price with no further evaluation.
For each HMA compaction lot (that is accepted by Statistical Evaluation)
which does not meet the criteria in the preceding paragraph, the
compaction lot shall be evaluated in accordance with Section 1- 06.2(2) to
determine the appropriate Compaction Price Adjustment (CPA). All of the
test results obtained from the acceptance samples from a given
compaction lot shall be evaluated collectively. Additional testing by either
a nuclear density gauge or cores will be completed as required to provide
a minimum of three tests for evaluation.
For the statistical analysis in Section 1 -06.2, use the following values:
x = Percent compaction of each sublot
USL = 100
LSL= 91
Each CPA will be determined as follows:
CPA = [0.40 x (CPF — 1.00)] x Q x UP
Where
CPA =
CPF =
Q=
UP =
Compaction Price Adjustment for the compaction lot ($)
Composite Pay Factor for the compaction lot (maximum is
1.05)
Quantity in the compaction lot (tons)
Unit price of the HMA in the compaction lot ($ /ton)
5- 04.3(10)C4 HMA Statistical Compaction — Requests for Retesting
For a compaction sublot that has been tested with a nuclear density
gauge that did not meet the minimum of 91 percent of the theoretical
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
maximum density in a compaction lot with a CPF below 1.00 and thus
subject to a price reduction or rejection, the Contractor may request that
a core, taken at the same location as the nuclear density test, be used for
determination of the relative density of the compaction sublot. The
relative density of the core will replace the relative density determined by
the nuclear density gauge for the compaction sublot and will be used for
calculation of the CPF and acceptance of HMA compaction lot. When
cores are taken by the Contracting Agency at the request of the
Contractor, they shall be requested by noon of the next workday after the
test results for the compaction sublot have been provided or made
available to the Contractor. Traffic control shall be provided by the
Contractor as requested by the Engineer. Failure by the Contractor to
provide the requested traffic control will result in forfeiture of the request
for retesting. When the CPF for the compaction lot based on the results
of the cores is less than 1.00, the Contracting Agency will deduct the cost
for the coring from any monies due or that may become due the
Contractor under the Contract at the rate of $200 per core and the
Contractor shall pay for the cost of the traffic control.
5- O4.3(1O)D HMA Compaction — Visual Evaluation
Visual Evaluation will be the basis of acceptance for compaction of the Bid
items "HMA for Pavement Repair Cl. PG "and "HMA for Prelevelling
Class PG ". This HMA shall be thoroughly compacted to the
satisfaction of the Engineer. HMA that is used to prelevel wheel ruts shall be
compacted with a pneumatic tire roller.
5- O4.3(1O)E HMA Compaction — Test Point Evaluation
When compaction acceptance is by Test Point Evaluation, compact HMA
based on a test point evaluation of the compaction train. Perform the test
point evaluation in accordance with instructions from the Engineer. The
number of passes with an approved compaction train, required to attain the
maximum test point density, shall be used on all subsequent paving.
5- O4.3(1O)F HMA Compaction Acceptance — Notification of Acceptance
Test Results
The obligations and responsibilities for notifying the Contractor of compaction
acceptance test results are the same as for mixture acceptance test results.
See Section 5- O4.3(9)E.
5- 04.3(11) Reject Work
This Section applies to HMA and all requirements related to HMA (except
aggregates prior to being incorporated into HMA). For rejection of aggregate prior
to its incorporation into HMA refer to Section 3 -04.
5- 04.3(11)A Reject Work — General
Work that is defective or does not conform to Contract requirements shall be
rejected. The Contractor may propose, in writing, alternatives to removal and
replacement of rejected material. Acceptability of such alternative proposals
will be determined at the sole discretion of the Engineer.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
5- 04.3(11)B Rejection by Contractor
The Contractor may, prior to acceptance sampling and testing, elect to
remove any defective material and replace it with new material. Any such new
material will be sampled, tested, and evaluated for acceptance.
5- 04.3(11)C Rejection Without Testing (Mixture or Compaction)
The Engineer may, without sampling, reject any batch, load, or section of
Roadway that appears defective. Material rejected before placement shall not
be incorporated into the pavement.
No payment will be made for the rejected materials or the removal of the
materials unless the Contractor requests the rejected material to be tested. If
the Contractor requests testing, acceptance will be by Statistical Evaluation,
and a minimum of three samples will be obtained and tested. When
uncompacted material is required for testing but not available, the Engineer
will determine random sample locations on the roadway in accordance with
WSDOT Test Method T 716, take cores in accordance with WSDOT SOP
734, and test the cores in accordance with WSDOT SOP 737.
If the CPF for the rejected material is less than 0.75, no payment will be made
for the rejected material; in addition, the cost of sampling and testing shall be
borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost
of sampling and testing will be borne by the Contracting Agency. If the
material is rejected before placement and the CPF is greater than or equal to
0.75, compensation for the rejected material will be at a CPF of 0.75. If
rejection occurs after placement and the CPF is greater than or equal to 0.75,
compensation for the rejected material will be at the calculated CPF with an
addition of 25 percent of the unit Contract price added for the cost of removal
and disposal.
5- 04.3(11)D Rejection — A Partial Sublot (Mixture or Compaction)
In addition to the random acceptance sampling and testing, the Engineer may
also isolate from a mixture or compaction sublot any material that is
suspected of being defective in relative density, gradation or asphalt binder
content. Such isolated material will not include an original sample location.
The Contracting Agency will obtain a minimum of three random samples of
the suspect material and perform the testing. When uncompacted material is
required for testing but is not available, the Engineer will select random
sample locations on the roadway in accordance with WSDOT Test Method T
716, take cores samples in accordance with WSDOT SOP 734, and test the
material in accordance with WSDOT SOP 737. The material will then be
statistically evaluated as an independent lot in accordance with Section 1-
06.2(2).
5- 04.3(11)E Rejection — An Entire Sublot (Mixture or Compaction)
An entire mixture or compaction sublot that is suspected of being defective
may be rejected. When this occurs, a minimum of two additional random
samples from this sublot will be obtained. When uncompacted material is
required for the additional samples but the material has been compacted, the
Contracting Agency will take and test cores from the roadway as described in
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
Section 5- 04.3(11)D. The additional samples and the original sublot will be
evaluated as an independent lot in accordance with Section 1- 06.2(2).
5- 04.3(11)F Rejection - A Lot in Progress (Mixture or Compaction)
The Contractor shall shut down operations and shall not resume HMA
placement until such time as the Engineer is satisfied that material
conforming to the Specifications can be produced when:
1. the Composite Pay Factor (CPF) of a mixture or compaction lot in
progress drops below 1.00 and the Contractor is taking no corrective
action, or
2. the Pay Factor (PF;) for any constituent of a mixture or compaction
lot in progress drops below 0.95 and the Contractor is taking no
corrective action, or
3. either the PF; for any constituent (or the CPF) of a mixture or
compaction lot in progress is less than 0.75.
5- 04.3(11)G Rejection — An Entire Lot (Mixture or Compaction)
An entire lot with a CPF of less than 0.75 will be rejected.
5- 04.3(12) Joints
5- 04.3(12)A HMA Joints
5- 04.3(12)A1 Transverse Joints
Conduct operations such that placement of the top or wearing course is a
continuous operation or as close to continuous as possible. Unscheduled
transverse joints will be allowed, but the roller may pass over the
unprotected end of the freshly laid HMA only when the placement of the
course is discontinued for such a length of time that the HMA will cool
below compaction temperature. When the Work is resumed, cut back the
previously compacted HMA to produce a slightly beveled edge for the full
thickness of the course.
Construct a temporary wedge of HMA on a 50H:1V where a transverse
joint as a result of paving or planing is open to traffic. Separate the HMA
in the temporary wedge from the permanent HMA upon which it is placed
by strips of heavy wrapping paper or other methods approved by the
Engineer. Remove the wrapping paper and trim the joint to a slightly
beveled edge for the full thickness of the course prior to resumption of
paving.
Waste the material that is cut away and place new HMA against the cut.
Use rollers or tamping irons to seal the joint.
5- 04.3(12)A2 Longitudinal Joints
Offset the longitudinal joint in any one course from the course
immediately below by not more than 6 inches nor Tess than 2 inches.
Locate all longitudinal joints constructed in the wearing course at a lane
line or an edge line of the Traveled Way. Construct a notched wedge
joint along all longitudinal joints in the wearing surface of new HMA
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
unless otherwise approved by the Engineer. The notched wedge joint
shall have a vertical edge of not less than the maximum aggregate size
nor more than 1/2 of the compacted lift thickness, and then taper down on
a slope not steeper than 4H:1 V. Uniformly compact the sloped portion of
the HMA notched wedge joint.
On one -lane ramps a longitudinal joint may be constructed at the center
of the traffic lane, subject to approval by the Engineer, if:
1. The ramp must remain open to traffic, or
2. The ramp is closed to traffic and a hot -lap joint is constructed.
a. Two paving machines shall be used to construct the hot -lap
joint.
b. The pavement within 6 inches of the hot -lap joint will not be
excluded from random location selection for compaction
testing.
c. Construction equipment other than rollers shall not operate
on any uncompacted HMA.
When HMA is placed adjacent to cement concrete pavement, construct
longitudinal joints between the HMA and the cement concrete pavement.
Saw the joint to the dimensions shown on Standard Plan A -40.10 and fill
with joint sealant meeting the requirements of Section 9 -04.2.
5- 04.3(12)B Bridge Paving Joint Seals
5- 04.3(12)B1 HMA Sawcut and Seal
Prior to placing HMA on the bridge deck, establish sawcut alignment
points at both ends of the bridge paving joint sealsto be placed at the
bridge ends, and at interior joints within the bridge deck when and where
shown in the Plans. Establish the sawcut alignment points in a manner
that they remain functional for use in aligning the sawcut after placing the
HMA overlay.
Submit a Type 1 Working Drawing consisting of the sealant
manufacturer's application procedure.
Construct the bridge paving joint seal as specified in the Plans and in
accordance with the detail shown in the Standard Plans. Construct the
sawcut in accordance with Section 5- 05.3(8). Apply the sealant in
accordance with Section 5- 05.3(8)B and the manufacturer's application
procedure.
5- 04.3(12)B2 Paved Panel Joint Seal
Construct the paved panel joint seal in accordance with the requirements
specified in Section 5- 04.3(12)B1 and the following requirement:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1117/17
1. Clean and seal the existing joint between concrete panels in
accordance with Section 5- 01.3(8) and the details shown in the
Standard Plans.
5- 04.3(13) Surface Smoothness
The completed surface of all courses shall be of uniform texture, smooth, uniform
as to crown and grade, and free from defects of all kinds. The completed surface
of the wearing course shall not vary more than 1/8 inch from the Tower edge of a
10 -foot straightedge placed on the surface parallel to the centerline. The
transverse slope of the completed surface of the wearing course shall vary not
more than 1/4 inch in 10 feet from the rate of transverse slope shown in the Plans.
When deviations in excess of the above tolerances are found that result from
a high place in the HMA, correct the pavement surface by one of the
following methods:
1. Remove material from high places by grinding with an approved grinding
machine, or
2. Remove and replace the wearing course of HMA, or
3. By other method approved by the Engineer.
Correct defects until there are no deviations anywhere greater than the allowable
tolerances.
Deviations in excess of the above tolerances that result from a low place in the
HMA and deviations resulting from a high place where corrective action, in the
opinion of the Engineer, will not produce satisfactory results will be accepted with
a price adjustment. The Engineer shall deduct from monies due or that may
become due to the Contractor the sum of $500.00 for each and every section of
single traffic lane 100 feet in length in which any excessive deviations described
above are found.
When portland cement concrete pavement is to be placed on HMA, the surface
tolerance of the HMA shall be such that no surface elevation lies above the Plan
grade minus the specified Plan depth of portland cement concrete pavement.
Prior to placing the portland cement concrete pavement, bring any such
irregularities to the required tolerance by grinding or other means approved by the
Engineer.
When utility appurtenances such as manhole covers and valve boxes are located
in the Traveled Way, pave the Roadway before the utility appurtenances are
adjusted to the finished grade.
5- 04.3(14) Planing Bituminous Pavement
Plane in such a manner that the underlying pavement is not torn, broken, or
otherwise damaged by the planing operation. Delamination or raveling of the
underlying pavement will not be construed as damage due to the Contractor's
operations. Pavement outside the limits shown in the Plans or designated by the
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
Engineer that is damaged by the Contractor's operations shall be repaired to the
satisfaction of the Engineer at no additional cost to the Contracting Agency.
For mainline planing operations, use equipment with automatic controls and with
sensors for either or both sides of the equipment. The controls shall be capable of
sensing the grade from an outside reference line, or a mat - referencing device.
The automatic controls shall have a transverse slope controller capable of
maintaining the mandrel at the desired transverse slope (expressed as a
percentage) within plus or minus 0.1 percent.
Remove all loose debris from the planed surface before opening the planed
surface to traffic. The planings and other debris resulting from the planing
operation shall become the property of the Contractor and be disposed of in
accordance with Section 2- O3.3(7)C, or as otherwise allowed by the Contract.
5- 04.3(15) Sealing Pavement Surfaces
Apply a fog seal where shown in the Plans. Construct the fog seal in accordance
with Section 5 -02.3. Unless otherwise approved by the Engineer, apply the fog
seal prior to opening to traffic.
5- 04.3(16) HMA Road Approaches
Construct HMA approaches at the locations shown in the Plans or where staked
by the Engineer, in accordance with Section 5 -04.
5 -04.4 Measurement
HMA Cl. PG , HMA for Cl. PG , and Commercial HMA will
be measured by the ton in accordance with Section 1 -09.2, with no deduction being made
for the weight of asphalt binder, mineral filler, or any other component of the HMA. If the
Contractor elects to remove and replace HMA as allowed by Section 5- 04.3(11), the
material removed will not be measured.
Roadway cores will be measured per each for the number of cores taken.
Crack Sealing -LF will be measured by the linear foot along the line of the crack.
Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01
mile or by the square yard, whichever is designated in the Proposal.
Pavement repair excavation will be measured by the square yard of surface marked prior to
excavation.
Asphalt for fog seal will be measured by the ton, as provided in Section 5 -02.4.
Longitudinal joint seals between the HMA and cement concrete pavement will be measured
by the linear foot along the line and slope of the completed joint seal.
HMA sawcut and seal, and paved panel joint seal, will be measured by the linear foot along
the line and slope of the completed joint seal.
Planing bituminous pavement will be measured by the square yard.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
Temporary pavement marking will be measured by the linear foot as provided in Section 8-
23.4.
Water will be measured by the M gallon as provided in Section 2 -07.4.
5 -04.5 Payment
Payment will be made for each of the following Bid items that are included in the Proposal:
"HMA Cl. PG ", per ton.
"HMA for Approach Cl. PG ", per ton.
"HMA for Preleveling Cl. PG ", per ton.
"HMA for Pavement Repair Cl. PG ", per ton.
"Commercial HMA ", per ton.
The unit Contract price per ton for "HMA Cl. PG ", "HMA for Approach Cl.
PG ", "HMA for Preleveling Cl. PG ", "HMA for Pavement Repair Cl.
PG ", and "Commercial HMA" shall be full compensation for all costs, including
anti - stripping additive, incurred to carry out the requirements of Section 5 -04 except for
those costs included in other items which are included in this Subsection and which
are included in the Proposal.
"Crack Sealing -FA ", by force account.
"Crack Sealing -FA" will be paid for by force account as specified in Section 1 -09.6. For
the purpose of providing a common Proposal for all Bidders, the Contracting Agency
has entered an amount in the Proposal to become a part of the total Bid by the
Contractor.
"Crack Sealing -LF ", per linear foot.
The unit Contract price per linear foot for "Crack Sealing -LF" shall be full payment for
all costs incurred to perform the Work described in Section 5- O4.3(4)A.
"Soil Residual Herbicide ft. Wide ", per mile, or
"Soil Residual Herbicide ", per square yard.
The unit Contract price per mile or per square yard for "Soil Residual Herbicide" shall
be full payment for all costs incurred to obtain, provide and install herbicide in
accordance with Section 5- O4.3(4)B.
"Pavement Repair Excavation Incl. Haul ", per square yard.
The unit Contract price per square yard for "Pavement Repair Excavation Incl. Haul"
shall be full payment for all costs incurred to perform the Work described in Section 5-
04.3(4)C with the exception, however, that all costs involved in the placement of HMA
shall be included in the unit Contract price per ton for "HMA for Pavement Repair Cl.
PG ", per ton.
"Asphalt for Fog Seal ", per ton.
Payment for "Asphalt for Fog Seal" is described in Section 5 -02.5.
"Longitudinal Joint Seal ", per linear foot.
The unit Contract price per linear foot for "Longitudinal Joint Seal" shall be full payment
for all costs incurred to construct the longitudinal joint between HMA and cement
concrete pavement, as described in Section 5- O4.3(12)B.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
"HMA Sawcut And Seal ", per linear foot.
The unit Contract price per linear foot for "HMA Sawcut And Seal" shall be full payment
for all costs incurred to perform the Work described in Section 5- 04.3(12)B1.
"Paved Panel Joint Seal ", per linear foot.
The unit Contract price per linear foot for "Paved Panel Joint Seal" shall be full
payment for all costs incurred to perform the Work described in Section 5- 04.3(12)B2.
"Planing Bituminous Pavement ", per square yard.
The unit Contract price per square yard for "Planing Bituminous Pavement" shall be full
payment for all costs incurred to perform the Work described in Section 5- 04.3(14).
"Temporary Pavement Marking ", per linear foot.
Payment for "Temporary Pavement Marking" is described in Section 8 -23.5.
"Water ", per M gallon.
Payment for "Water" is described in Section 2 -07.5.
"Job Mix Compliance Price Adjustment ", by calculation.
"Job Mix Compliance Price Adjustment" will be calculated and paid for as described in
Section 5- 04.3(9)B6 and 5- 04.3(9)D1.
"Compaction Price Adjustment ", by calculation.
"Compaction Price Adjustment" will be calculated and paid for as described in Section
5- 04.3(10)03.
"HMA Core — Bridge ", per each.
The unit Contract price per each for "HMA Core — Bridge" shall be full payment for all
costs, including traffic control, associated with taking HMA density cores in pavement
that is on a bridge deck.
"HMA Core — Roadway ", per each.
The unit Contract price per each for "HMA Core — Roadway" shall be full payment for
all costs, including traffic control, associated with taking HMA density cores in
pavement that is not on a bridge deck.
"Cyclic Density Price Adjustment ", by calculation.
"Cyclic Density Price Adjustment" will be calculated and paid for as described in
Section 5- 04.3(10)B.
5- 05.AP5
Section 5 -05, Cement Concrete Pavement
January 3, 2017
5- 05.3(1) Concrete Mix Design for Paving
In last sentence of the second paragraph of item number 1, the reference to "Section 9- 01.2(4)"
is revised to read "Section 9- 01.2(1)B ".
The following is inserted after item number 2:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
3. Mix Design Modifications - The Contractor may initiate adjustments to the aggregate
proportions of the approved mix design. An adjustment in both the fine and coarse
aggregate batch target weights of plus or minus 200 pounds per cubic yard will be
allowed without resubmittal of the mix design. The adjusted aggregate weights shall
become the new batch target weights for the mix design.
Item number 3 is renumbered to 4 and revised (up until the table) to read:
4. Conformance to Mix Design - Cement and coarse and fine aggregate weights shall
be within the following tolerances of the batch target weights of the mix design:
Portland Cement Concrete Batch Weights
Cement
+5%
-1%
Coarse Aggregate
+2%
-2%
Fine Aggregate
+2%
-2%
5- 05.3(3)B Mixing Equipment
The last sentence of item number 4 is revised to read:
Plant -mixed concrete may be transported in nonagitated vehicles provided that the
concrete is in a workable condition when placed and:
a. discharge is completed within 45 minutes after the introduction of mixing water to
the cement and aggregates, or
b. discharge is completed within 60 minutes after the introduction of mixing water to
the cement and aggregates, provided the concrete mix temperature is 70 °F or
below during placement, or
c. discharge is completed within 60 minutes after the introduction of mixing water to
the cement and aggregates, provided the mix contains an approved set retarder at
the manufacturer's minimum dosage rate.
5- 05.3(6) Subgrade
This section, including title, is revised to read:
5- 05.3(6) Surface Preparation
The Subgrade surface shall be prepared and compacted a minimum of 3 feet beyond each
edge of the area which is to receive concrete pavement in order to accommodate the slip -
form equipment.
Concrete shall not be placed during a heavy rainfall. Prior to placing concrete:
1. The surface shall be moist;
2. Excess water (e.g., standing, pooling or flowing) shall be removed from the
surface.
3. The surface shall be clean and free of any deleterious materials.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
' 4. The surface temperature shall not exceed 120 °F or be frozen.
5- 05.3(7)A Slip -Form Construction
The second sentence of the first paragraph is revised to read:
' The alignment and elevation of the paver shall be regulated from outside reference lines
established for this purpose, or by an electronic control system capable of controlling the
1 line and grade within required tolerances.
6- 02.AP6
1 Section 6 -02, Concrete Structures
January 3, 2017
' 6- 02.3(2) Proportioning Materials
In the sixth paragraph, the reference to "Section 9- 01.2(4)" is revised to read "9- 01.2(1)B ".
1 6- 02.3(2)A Contractor Mix Design
The following new sentence is inserted after the first sentence of the third paragraph:
1 The mix design submittal shall also include test results no older than one year showing that
the Aggregates do not contain Deleterious Substances in accordance with Section 9 -03.
6- 02.3(2)A1 Contractor Mix Design for Concrete Class 4000D
The following new sentence is inserted after the second sentence of the last paragraph:
1 Mix designs using shrinkage reducing admixture shall state the specific quantity required.
The following new sentence is inserted before the last sentence of the last paragraph:
Testing samples of mixes using shrinkage reducing admixture shall use the admixture
amount specified in the mix design submittal.
6- 02.3(2)B Commercial Concrete
The last sentence of the first paragraph is revised to read:
1 Commercial concrete does not require mix design or source approvals for cement,
aggregate, and other admixtures.
' 6- 02.3(6)A1 Hot Weather Protection
This section is revised to read:
1 The Contractor shall provide concrete within the specified temperature limits. Cooling of the
coarse aggregate piles by sprinkling with water is permitted provided the moisture content
is monitored and the mixing water is adjusted for the free water in the aggregate. Shading
or cooling aggregate piles (sprinkling of fine aggregate piles with water is not allowed). If
sprinkling of the coarse aggregates is to be used, the piles moisture content shall be
monitored and the mixing water adjusted for the free water in the aggregate. In addition,
1 when removing the coarse aggregate, it shall be removed from at least 1 foot above the
' AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1117/17
bottom of the pile. Refrigerating mixing water; or replacing all or part of the mixing water
with crushed ice, provided the ice is completely melted by placing time.
If air temperature exceeds 90 °F, the Contractor shall use water spray or other accepted
methods to cool all concrete - contact surfaces to less than 90 °F. These surfaces include
forms, reinforcing steel, steel beam flanges, and any others that touch the mix.
6- 02.3(6)A2 Cold Weather Protection
This section is revised to read:
Concrete shall be maintained at or above a temperature of 40 °F during the first seven days
of the Cold Weather Protection Period and at or above a temperature of 35 °F during the
remainder of the Cold Weather Protection Period. Cold weather protection requirements do
not apply to concrete placed below the ground line.
Prior to placing concrete in cold weather, the Contractor shall submit a Type 2 Working
Drawing with a written procedure for cold weather concreting. The procedure shall detail
how the Contractor will adequately cure the concrete and prevent the concrete temperature
from falling below the minimum temperature. Extra protection shall be provided for areas
especially vulnerable to freezing (such as exposed top surfaces, corners and edges, thin
sections, and concrete placed into steel forms). Concrete placement will only be allowed if
the Contractor's cold weather protection plan has been accepted by the Engineer.
Prior to concrete placement, the Contractor shall review the 7 -day temperature predictions
for the job site from the Western Region Headquarters of the National Weather Service
(www.wrh.noaa.gov). When temperatures below 35 °F are predicted, the Contractor shall:
1. Install temperature data loggers in each concrete pour. One data logger shall be
installed for every 100 yards of concrete placed. Data loggers shall be installed at
locations directed by the Engineer, and shall be placed 1.5 inches from the face of
concrete.
2. Immediately after concrete placement, temperature data loggers shall be installed
on the concrete surface at locations directed by the Engineer. One data logger
shall be installed for every 100 yards of concrete placed.
The data loggers shall be operated continuously during the Cold Weather Protection
Period. Temperatures shall be measured, recorded and stored a minimum of every 30
minutes. Temperature date shall be submitted to the Engineer as a Type 1 Working
Drawing within three days following the end of the Cold Weather Protection Period.
If the concrete temperature falls below 40 °F during the first seven days of the Cold Weather
Protection Period, no curing time is awarded for that day and the Cold Weather Protection
Period is extended for one additional day. If the concrete temperature falls below 35 °F
during Cold Weather Protection Period, the concrete may be rejected by the Engineer.
6- 02.3(17)K Concrete Forms on Steel Spans
In the last paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ".
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
6- 02.3(17)N Removal of Falsework and Forms
The fifth paragraph is deleted.
6- 02.3(25)J Horizontal Alignment
The first paragraph (up until the colon) is revised to read:
The Contractor shall check and record the horizontal alignment (sweep) of each girder at
the following times:
1 The second and third paragraphs are revised to read:
Horizontal alignment of the top and bottom flanges shall be checked and recorded.
Alternatively, the Contractor may check and record the horizontal alignment of the web
near mid - height of the girder. Each check shall be made by measuring the maximum offset
' at mid -span relative to a chord that starts and stops at the girder ends. The Contractor shall
check and record the alignment at a time when the girder is not influenced by temporary
differences in surface temperature. Records for the initial check (item 1 above) shall be
' included in the Contractor's prestressed concrete certificate of compliance. Records for all
other checks shall be submitted as a Type 1 Working Drawing.
Immediately after the girder is removed from the casting bed, the alignment shall not be
' offset more than 1/8 inch for each 10 feet of girder length. Any girder that exceeds an offset
of inch for each 10 feet of girder length shall be corrected at the job site to the 1/8 inch
maximum offset per 10 feet of girder length before concrete is placed into the diaphragms.
' 6- 02.3(25)0 Girder to Girder Connections
The first sentence of item number 2 in the second paragraph is revised to read:
Intermediate diaphragms shall be placed and weld ties shall be welded in accordance with
Section 6- 03.3(25).
6- 02.3(26)D2 Test Block Dimensions
The first sentence is revised to read:
1 The dimensions of the test block perpendicular to the tendon in each direction shall be the
smaller of twice the minimum edge distance or the minimum spacing specified by the
' special anchorage device manufacturer, with the stipulation that the concrete cover over
any confining reinforcing steel or supplementary skin reinforcement shall be appropriate for
the project- specific application and circumstances.
1 6- 02.3(26)E2 Ducts for External Exposed Installation
In the first paragraph, "ASTM D3350" is revised to read "ASTM D3035 ".
1 In the fourth paragraph, "ASTM D3505" is revised to read "ASTM D3035 ".
6- 02.3(26)G Tensioning
1 Item number 1 of the second paragraph is revised to read:
1. All concrete has reached a compressive strength of at least 4,000 psi or the strength
1 specified in the Plans. When tensioning takes place prior to 28 -day compressive
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
strength testing on concrete sampled in accordance with Section 6- 02.3(25)H,
compressive strength shall be verified on field cured cylinders in accordance with the
FOP for AASHTO T23.
6- 02.3(27)A Use of Self- Consolidating Concrete for Precast Units
Item number 2 of the first paragraph is revised to read:
2. Precast reinforced concrete three -sided structures, box culverts and split box culverts
in accordance with Section 7- 02.3(6).
6- 03.AP6
Section 6 -03, Steel Structures
January 3, 2017
6- 03.3(33) Bolted Connections
In this section, "AASHTO M253" is revised to read "ASTM F3125 Grade A490 ", "ASTM F1852"
is revised to read "ASTM F3125 Grade F1852 ", and "ASTM A325" is revised to read "ASTM
F3125 Grade A325 ".
In the headings of Table 3, "A 325" is revised to read "ASTM F3125 Grade A325 ".
In the headings of Table 3, "M 253" is revised to read "ASTM F3125 Grade A490 ".
6- 05.AP6
Section 6 -05, Piling
August 1, 2016
In this section, the words "capacity" and "capacities" are replaced with "resistance" and
"resistances ", respectively.
6- 05.3(1) Piling Terms
The third paragraph is revised to read:
Overdriving — Over - driving of piles occurs when the ultimate bearing resistance calculated
from the equation in Section 6- 05.3(12), or the wave equation driving criteria if applicable,
exceeds the ultimate bearing resistance required in the Contract in order to reach the
minimum tip elevation specified in the Contract, or as required by the Engineer.
The first sentence of the last paragraph is revised to read:
Minimum Tip Elevation — The minimum tip elevation is the elevation to which the pile tip
shall be driven.
6- 05.3(3)A Casting and Stressing
The last sentence of the third paragraph is revised to read:
If the corrective action is not acceptable to the Engineer, the piling(s) will be subject to
rejection by the Engineer.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
6- 05.3(5) Manufacture of Steel Piles
This section is supplemented with the following new paragraph:
At least 14 -days prior to the start of production of the piling, the Contractor shall advise the
Engineer of the production schedule. The Contractor shall give the Inspector safe and free
access to the Work. If the Inspector observes any nonspecification Work or unacceptable
quality control practices, the Inspector will advise the plant manager. If the corrective action
is not acceptable to the Engineer, the piling(s) will be subject to rejection by the Engineer.
6- 05.3(9)A Pile Driving Equipment Approval
The first sentence of the second paragraph is revised to read:
The Contractor shall submit Type 2E Working Drawings consisting of a wave equation
analysis for all pile driving systems used to drive piling with required maximum driving
resistances of greater than 300 tons.
6- 07.AP6
Section 6 -07, Painting
August 1, 2016
6- 07.3(10)A Containment
The first sentence of the fourth paragraph is replaced with the following two new sentences:
The containment system shall ensure no discharge into waters of the state. When there is
no threat to discharging to the waters of the state, emissions shall not exceed the Level 2
Emissions standard in SSPC Technology Guide No. 6, Section 5.5, and assessed by
Method A, Visible Emissions.
6- 07.3(10)F Collecting, Testing, and Disposal of Containment Waste
The third, fourth and fifth paragraphs are deleted and replaced with the following two new
paragraphs:
Containment waste is defined as all paint chips and debris removed from the steel surface
and all abrasive blast media, as contained by the containment system. After all waste from
the containment system has been collected, the Contractor shall collect representative
samples of the components that field screening indicates are lead- contaminated material.
The Contractor shall collect at least one representative sample from each container. The
Contractor may choose to collect a composite sample of each container, but the composite
sample must consist of several collection points (a minimum of 3 random samples) that are
representative of the entire contents of the container and representative of the
characteristics of the type of waste in the container. In accordance with WAC 173 -303-
040, a representative sample means "a sample which can be expected to exhibit the
average properties of the sample source."
The debris shall be tested for metals using the Toxicity Characteristics Leaching Procedure
(TCLP) and EPA Methods 1311 and 6010. At a minimum, the materials should be
analyzed for the Resource Conservation and Recovery Act (RCRA) 8 Metals (arsenic,
barium, cadmium, chromium, lead, mercury, selenium, and silver). Pursuant to the
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
Dangerous Waste (DW) Regulations Chapter 173 - 303- 90(8)(c) WAC, "Any waste that
contains contaminants which occur at concentrations at or above the DW threshold must
be designated as DW." All material within each individual container or containment system
that designates as DW shall be disposed of at a legally permitted Subtitle C Hazardous
Waste Landfill. All material within each individual container or containment system that
designate below the DW threshold, will be designated as "Solid Waste" and shall be
disposed of at a legally permitted Subtitle D Landfill. Disposal shall be in accordance with
WAC 173 -303 for waste designated "Dangerous Waste" and pursuant to WAC 173 -350 for
waste designated as "Solid Waste ".
6- 08.AP6
Section 6 -08, Waterproofing
January 3, 2017
This section and all subsections, including title, is revised to read:
6 -08 Bituminous Surfacing on Structure Decks
6 -08.1 Description
This Work consists of removing and placing Hot Mix Asphalt (HMA) or Bituminous
Surface Treatment (BST) directly on or over a Structure. This Work also includes
performing concrete bridge deck repair, applying waterproofing membrane, and
sealing paving joints.
6 -08.2 Materials
Materials shall meet the requirements of the following sections:
Bituminous Surface Treatment
Hot Mix Asphalt
Joint Sealants
Closed Cell Foam Backer Rod
Waterproofing Membrane (Deck Seal)
Bridge Deck Repair Material
5 -02.2
5 -04.2
9 -04.2
9- 04.2(3)A
9 -11
9 -20.5
6 -08.3 Construction Requirements
6- 08.3(1) Definitions
Adjusted Removal Depth — the Bituminous Pavement removal depth specified
by the Engineer to supersede the Design Removal Depth after review of the
Contractor survey of the existing Bituminous Pavement grade profile.
Bituminous Pavement — the surfacing material containing an asphalt binder.
Design Removal Depth — the value shown in the "pavement schedule" or
elsewhere in the Plans to indicate the design thickness of Bituminous Pavement
to be removed.
Final Grade Profile — the compacted finished grade surface of completed
Bituminous Pavement surfacing consisting of a vertical profile and superelevation
cross - slope, developed by the Engineer for Grade Controlled Structure Decks
based on the Contractor survey.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
Grade Controlled — a Structure Deck requiring restriction of Bituminous
Pavement work, including restriction of pavement removal methods and restriction
of overlay pavement thicknesses.
Structure Deck — the bridge deck (concrete or timber), bridge approach slab, top
of concrete box culvert, or other concrete surfaces over or upon which existing
Bituminous Pavement is removed and new Bituminous Pavement is applied.
6- 08.3(2) Contractor Survey for Grade Controlled Structure Decks
Prior to removing existing Bituminous Pavement from a Grade Controlled
Structure Deck, the Contractor shall complete a survey of the existing surface for
use in establishing the existing cross section and grade profile elevations. When
removal of Bituminous Pavement is to be achieved by rotary milling /planing, the
Contractor's survey shall also include the depths of the existing surfacing at each
survey point.
The Contractor is responsible for all calculations, surveying, installation of control
points, and measuring required for setting, maintaining and resetting equipment
and materials necessary for the construction of the overlay to the Final Grade
Profile.
6- 08.3(2)A Survey Requirements
The Contractor shall establish at least two primary survey control points for
controlling actual Bituminous Pavement removal depth and the Final Grade
Profile. Horizontal control shall be by station and offset which shall be tied to
either the Roadway centerline or the Structure centerline. Vertical control may
be an assumed datum established by the Contractor.
Primary control points shall be described by station or milepost and offset on
the baseline selected by the Contractor. The Contractor may expand the
survey control information to include secondary horizontal and vertical control
points as needed for the project.
Survey information collected shall include station or milepost, offset, and
elevation for each lane line and curb line. Survey information shall be
collected at even 20 foot station intervals, and along the centerline of each
bridge expansion joint. The survey shall extend 300' -0" beyond the bridge
back of pavement seat or end of Structure Deck. The survey information shall
include the top of Bituminous Pavement elevation and, when rotary
milling /planing equipment is used, the corresponding depth of Bituminous
Pavement to the Structure Deck. The Contractor shall ensure a surveying
accuracy to within ± 0.01 feet for vertical control and ± 0.2 feet for horizontal
control.
Voids in HMA created by the Contractor's Bituminous Pavement depth
measurements shall be filled by material conforming to Section 9 -20 or
another material acceptable to the Engineer.
6- 08.3(2)B Survey Submittal
The Contractor's survey records shall include descriptions of all survey control
points including station /milepost, offset, and elevations of all secondary
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
control points. The Contractor shall maintain survey records of sufficient detail
to allow the survey to be reproduced. The Contractor shall submit a Type 2
Working Drawing consisting of the compiled survey records and information.
Survey data shall be submitted as an electronic file in Microsoft Excel format.
6- 08.3(2)C Final Grade Profile and Adjusted Removal Depth
Based on the results of the survey, the Engineer may develop a Final Grade
Profile and Adjusted Removal Depth. If they are developed, the Final Grade
Profile and Adjusted Removal Depth will be provided to the Contractor within
three working days after receiving the Contractor's survey information. When
provided, the Adjusted Removal Depth supersedes the Design Removal
Depth to become the Bituminous Pavement removal depth for that Structure
Deck.
6- 08.3(3) General Bituminous Pavement Removal Requirements
The Contractor shall remove Bituminous Pavement and associated deck repair
material from Structure Decks to the horizontal limits shown in the Plans and to
either the specified or adjusted Bituminous Pavement removal depth as
applicable.
Removal of Bituminous Pavement within 12- inches of existing permanent features
that limit the reach of the machine or the edge of the following items shall be by
hand or by hand operated (nominal 30- pounds class) power tools: existing bridge
expansion joint headers; steel expansion joint assemblies; concrete butt joints
between back of pavement seats and bridge approach slabs, bridge drain
assemblies; thrie beam post steel anchorage assemblies fastened to the side or
top of the Structure Deck.
When removing Bituminous Pavement with a planer, Section 5- 04.3(14) shall
apply. If the planer contacts the Structure Deck in excess of the specified planing
depth tolerance, or contacts steel reinforcing bars at any time, the Contractor shall
immediately cease planing operations and notify the Engineer. Planing operations
shall not resume until completion of the appropriate adjustments to the planing
machine and receiving the Engineer's concurrence to resume.
6- 08.3(4) Partial Depth Removal of Bituminous Pavement from Structure
Decks
The depth of surfacing removal, as measured to the bottom of the lowest milling
groove generated by the rotary milling /planing machine shall be +0.01, -0.02 -feet
of the specified or Adjusted Removal Depth as applicable.
6- 08.3(5) Full Depth Removal of Bituminous Pavement from Structure Decks
6- 08.3(5)A Method of Removal
The Contractor shall perform full depth removal by a method that does not
damage or remove the Structure Deck in excess of the specified Bituminous
Pavement removal tolerance. The Contractor shall submit a Type 2 Working
Drawing consisting of the proposed methods and equipment to be used for
full depth removal.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
6- 08.3(5)B Planer Requirements for Full Depth Removal
The final planed surface shall have a finished surface with a tolerance of
+0.01, -0.02 feet within the planed surface profile, as measured from a 10 -foot
straight edge. Multiple passes of planing to achieve smoothness will not be
allowed.
In addition to Section 6- 08.3(3), the planing equipment shall conform to the
following additional requirements:
1. The cutting tooth spacing on the rotary milling head shall be less
than or equal to 1/4 inch.
2. The rotary milling /planing machine shall have cutting teeth that leave
a uniform plane surface at all times. All teeth on the mill head shall
be kept at a maximum differential tolerance of 3/8 -inch between the
shortest and longest tooth, as measured by a straight edge placed
the full width of the rotary milling head.
3. Cutting tips shall be replaced when 30 percent of the total length of
the cutting tip material remains.
Prior to each day's Bituminous Pavement removal operations, the Contractor
shall confirm to the satisfaction of the Engineer that the rotary head cutting
teeth are within the specified tolerances.
6- 08.3(5)C Structure Deck Cleanup after Bituminous Pavement Removal
Waterproofing membrane that is loose or otherwise not firmly bonded to the
Structure Deck shall be removed as an incidental component of the Work of
surfacing removal. Existing waterproofing membrane bonded to the Structure
Deck need not be removed.
6- 08.3(6) Repair of Damage due to Bituminous Pavement Removal
Operations
All concrete bridge deck, pavement seat, and steel reinforcing bar damage due to
the Contractor's surfacing removal operations shall be repaired by the Contractor
in accordance with Section 1- 07.13, and as specified below.
Damaged concrete in excess of the specified Bituminous Pavement removal
tolerance shall be repaired in accordance with Section 6- 08.3(7), with the bridge
deck repair material placed to the level of the surrounding bridge deck and parallel
to the final grade paving profile.
Damaged steel reinforcing bar shall be repaired as follows:
1. Damage to steel reinforcing bar resulting in a section loss less than 20-
percent of the bar with no damage to the surrounding concrete shall be
left in place and shall be repaired by removing the concrete to a depth %-
inches around the top steel reinforcing bar and placing bridge deck repair
material accepted by the Engineer to the level of the bridge deck and
parallel to the final grade paving profile.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
2. Damage to steel reinforcing bar resulting in a section loss of 20- percent
or more in one location, bars partially or completely removed from the
bridge deck, or where there is a lack of bond to the concrete, shall be
repaired by removing the adjacent concrete and splicing a new bar of the
same size. Concrete shall be removed to provide a 1/4-inch minimum
clearance around the bars. The splice bars shall extend a minimum of
40 bar diameters beyond each end of the damage.
6- 08.3(7) Concrete Deck Repair
This Work consists of repairing the concrete deck after Bituminous Pavement has
been removed.
6- O8.3(7)A Concrete Deck Preparation
The Contractor, with the Engineer, shall inspect the exposed concrete deck to
establish the extent of bridge deck repair in accordance with Section 6-
09.3(6), except item 4 in Section 6- 09.3(6) does not apply. Areas of Structure
Deck left with existing well bonded waterproof membrane after full depth
Bituminous Pavement removal are exempt from this inspection requirement.
All loose and unsound concrete within the repair area shall be removed with
jackhammers or chipping hammers no more forceful than the nominal 30
pounds class, or other mechanical means acceptable to the Engineer, and
operated at angles less than 45 degrees as measured from the surface of the
deck to the tool. If unsound concrete exists around the existing steel
reinforcing bars, or if the bond between concrete and steel reinforcing bar is
broken, the Contractor shall remove the concrete to provide a 1/4 inch
minimum clearance to the bar. The Contractor shall take care to prevent
damage to the existing steel reinforcing bars and concrete to remain.
After removing sufficient concrete to establish the limits of the repair area, the
Contractor shall make 1/4 inch deep vertical saw cuts and maintain square
edges at the boundaries of the repair area. The exposed steel reinforcing
bars and concrete in the repair area shall be abrasive blasted and blown
clean just prior to placing the bridge deck repair material.
6- 08.3(7)B Ultra -Low Viscosity, Two -Part Liquid, Polyurethane- Hybrid
Polymer Concrete
The ultra -low viscosity, two -part liquid, polyurethane- hybrid polymer concrete
shall be mixed in accordance with the manufacturer's recommendations.
Aggregate shall conform to the gradation limit requirements recommended by
the manufacturer. The aggregate and the ultra -low viscosity, two -part liquid,
polyurethane- hybrid polymer concrete shall be applied to the repair areas in
accordance with the sequence and procedure recommended by the
manufacturer.
All repairs shall be float finished flush with the surrounding surface within a
tolerance of inch of a straight edge placed across the full width and breadth
of the repair area.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
6- 08.3(7)C Pre - Packaged Cement Based Repair Mortar
The Contractor shall mix the pre - packaged cement based repair mortar using
equipment, materials and proportions, batch sizes, and process as
recommended by the manufacturer.
All repairs shall be float finished flush with the surrounding surface within a
tolerance of inch of a straight edge placed across the full width and breadth
of the repair area.
6- 08.3(7)D Cure
All bridge deck repair areas shall be cured in accordance with the
manufacturer's recommendations and attain a minimum compressive strength
of 2,500 psi before allowing vehicular and foot traffic on the repair and placing
waterproofing membrane on the bridge deck over the repair.
6- 08.3(8) Waterproof Membrane for Structure Decks
This work consists of furnishing and placing a waterproof sheet membrane system
over a prepared Structure Deck prior to placing an HMA overlay. The waterproof
membrane system shall consist of a sheet membrane adhered to the Structure
Deck with a primer.
The Contractor shall comply with all membrane manufacturer's installation
recommendations.
6- 08.3(8)A Structure Deck Preparation
The Structure Deck and ambient air temperatures shall be above 50 °F and
the Structure Deck shall be surface -dry at the time of the application of the
primer and membrane.
All areas of a Structure Deck that have fresh cast bridge deck concrete less
than 28 days old (not including bridge deck repair concrete placed in
accordance with Section 6- 08.3(7)) shall cure for a period of time
recommended by the membrane manufacturer, or as specified by the
Engineer, before application of the membrane.
The entire Structure Deck and the sides of the curb and expansion joint
headers to the height of the HMA overlay shall be free of all foreign material
such as dirt, grease, etc. Prior to applying the primer or sheet membrane, all
dust and loose material shall be removed from the Structure Deck with
compressed air. All surface defects such as spalled areas, cracks,
protrusions, holes, sharp edges, ridges, etc., and other surface imperfections
greater than 1/4 inch in width shall be corrected prior to application of the
membrane.
6- 08.3(8)B Applying Primer
The primer shall be applied to the cleaned deck surfaces at the rate according
to the procedure recommended by the membrane manufacturer. All surfaces
to be covered by the membrane shall be thoroughly and uniformly coated with
primer. Structure Deck areas left with existing well bonded waterproof
membrane after bituminous surfacing removal shall receive an application of
primer in accordance with the membrane manufacturer's recommendations.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
Precautionary measures shall be taken to ensure that pools and thick layers
of primer are not left on the deck surface. The membrane shall not be applied
until the primer has cured or volatile material has substantially dissipated, in
accordance with the membrane manufacturer's recommendations.
The primer and waterproof membrane shall extend from the bridge deck up
onto the curb face and expansion joint header face the thickness of the HMA
overlay. The membrane shall adhere to the vertical surface.
6- O8.3(8)C Placing Waterproof Membrane
Membrane application shall begin at the low point on the deck, and continue
in a lapped shingle pattern. The overlap shall be a minimum of six inches or
greater if recommended by the membrane manufacturer. Membrane seams
shall be sealed as recommended by the membrane manufacturer. Hand
rollers or similar tools shall be used on the applied membrane to assure firm
and uniform contact with the primed Structure surfaces.
The fabric shall be neatly cut and contoured at all expansion joints and drains.
The cuts at bridge drains shall be two right angle cuts made to the inside
diameter of the bridge deck drain outlet, after which the corners of the
waterproof membrane shall be turned down into the drains and laid in a
coating of primer.
6- O8.3(8)D Membrane Repair and Protection
The waterproof membrane will be visually inspected by the Engineer for
uniformity, tears, punctures, bonding, bubbles, wrinkles, voids and other
defects. All such deficiencies shall be repaired in accordance with the
membrane manufacturer's recommendations prior to placement of the HMA
overlay.
The membrane material shall be protected from damage due to the paving
operations in accordance with the membrane manufacturer's
recommendations. No traffic or equipment except that required for the actual
waterproofing and paving operations will be permitted to travel or rest on the
membrane until it is covered by the HMA overlay. The use of windrows is not
allowed for laydown of HMA on a membrane.
Where waterproofing membrane is placed in stages or applied at different
times, a strip of temporary paper shall be used to protect the membrane
overlap from the HMA hand removal methods.
6- 08.3(9) Placing Bituminous Pavement on Structure Decks
HMA overlay shall be applied on Grade Controlled Structure Decks using
reference lines for vertical control in accordance with Section 5- O4.3(3)C.
The compacted elevation of the HMA overlay on Structure Decks shall be within ±
0.02 feet of the specified overlay thickness or Final Grade Profile as applicable.
Deviations from the final grade paving profile in excess of the specified tolerance
and areas of non - conforming surface smoothness shall be corrected in
accordance with Section 5- 04.3(13).
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1117/17
Final grade Roadway transitions to a Structure Deck with Bituminous Pavement
shall not exceed a 0.20 percent change in grade in accordance with the bridge
deck transition for HMA overlay Standard Plan, unless shown otherwise in the
Plans.
Final grade compacted HMA elevations shall be higher than an adjacent concrete
edge by'/ inch ± 1/8 inch at all expansion joint headers and concrete butt joints as
shown in the concrete to asphalt butt joint details of the bridge paving joint seals
Standard Plan. This also applies to steel edges within the limits of the overlay
such as bridge drain frames and steel joint riser bars at bridge expansion joints.
6- O8.3(9)A Protection of Structure Attachments and Embedments
The Contractor is responsible for protecting all Structure attachments and
embedments from the application of BST and HMA.
Drainage inlets that are to remain open, and expansion joints, shall be
cleaned out immediately after paving is completed. Materials passing through
expansion joints shall be removed from the bridge within 10 working days.
All costs incurred by the Contractor in protective measures and clean up shall
be included in the unit Contract prices for the associated Bid items of Work.
6- 08.3(10) HMA Compaction on Structure Decks
Compaction of HMA on Structure Decks shall be in accordance with Section 5-
04.3(10).
Work rejected in accordance with Section 5- 04.3(11) shall include the materials,
work, and incidentals to repair an existing waterproof membrane damaged by the
removal of the rejected work.
6- 08.3(11) Paved Panel Joint Seals and HMA Sawcut and Seal
Bridge paving joint seals shall be installed in accordance with Section 5- O4.3(12)B
and the details shown in the Plans and Standard Plans.
When concrete joints are exposed after removal of Bituminous Pavement, the
joints shall be cleaned and sealed in accordance with Section 5- 01.3(8) and the
paved panel joint seal details of the bridge paving joint seals Standard Plan,
including placement of the closed cell backer rod at the base of the cleaned joint.
If waterproofing membrane is required, the membrane shall be slack or folded at
the concrete joint to allow for Structure movements without stress to the
membrane. After placement of the HMA overlay, the second phase of the paved
panel joint seal shall be completed by sawing the HMA and sealing the sawn joint
in accordance with Section 5- O4.3(12)B2.
6 -08.4 Measurement
Removing existing Bituminous Pavement from Structure Decks will be measured by
the square yard of Structure Deck surface area with removed overlay.
Bridge deck repair will be measured by the square foot surface area of deck concrete
removed with the measurement taken at the plane of the top mat of steel reinforcing
bars.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
Waterproof membrane will be measured by the square yard surface area of Structure
Deck and curb and header surface area covered by membrane.
6 -08.5 Payment
Payment will be made for each of the following Bid items when they are included in the
Proposal:
"Structure Surveying ", lump sum.
"Removing Existing Overlay From Bridge Deck ", per square yard.
The unit Contract price per square yard for "Removing Existing Overlay From
Bridge Deck ", shall be full pay for performing the Work as specified for full
removal of Bituminous Pavement on Structure Decks, including the removal of
existing waterproof membrane and disposing of materials.
"Bridge Deck Repair Br. No. ", per square foot.
The unit Contract price per square foot for "Bridge Deck Repair Br. No. " shall
be full pay for performing the Work as specified, including removing and disposing
of the concrete within the repair area and furnishing, placing, finishing, and curing
the repair concrete.
"Waterproof Membrane Br. No. ", per square yard.
The unit Contract price per square yard for "Waterproof Membrane Br. No._
shall be full pay for performing the Work as specified, including repairing any
damaged or defective waterproofing membrane and repair of damaged HMA
overlay.
6- 09.AP6
Section 6 -09, Modified Concrete Overlays
April 4, 2016
6- 09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified
Concrete Overlays
The first sentence of the first paragraph is revised to read the following two new sentences:
The Engineer will perform slump, temperature, and entrained air tests for acceptance in
accordance with Section 6- 02.3(5)D and as specified in this Section after the Contractor
has turned over the concrete for acceptance testing. Concrete samples for testing shall be
supplied to the Engineer in accordance with Section 6- 02.3(5)E.
The last paragraph is deleted.
6- 09.3(8)B Quality Assurance for Latex Modified Concrete Overlays
The first two paragraphs are deleted and replaced with the following:
The Engineer will perform slump, temperature, and entrained air tests for acceptance in
accordance with Section 6- 02.3(5)D and as specified in this Section after the Contractor
has turned over the concrete for acceptance testing. The Engineer will perform testing as
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
the concrete is being placed. Samples shall be taken on the first charge through each
mobile mixer and every other charge thereafter. The sample shall be taken after the first 2
minutes of continuous mixer operation. Concrete samples for testing shall be supplied to
the Engineer in accordance with Section 6- 02.3(5)E.
The second to last sentence of the last paragraph is revised to read:
Recommendations made by the technical representative on or off the jobsite shall be
adhered to by the Contractor.
6- 10.AP6
Section 6 -10, Concrete Barrier
August 1, 2016
6- 10.3(5) Temporary Concrete Barrier
This section title is revised to read:
Temporary Barrier
The first paragraph is revised to read:
For temporary barrier, the Contractor may use precast concrete barrier or temporary steel
barrier. Temporary concrete barrier shall comply with Standard Plan requirements and
cross - sectional dimensions, except that: (1) it may be made in other lengths than those
shown in the Standard Plan, and (2) it may have permanent lifting holes no larger than 4
inches in diameter or lifting loops. Temporary steel barrier shall be certified that it meets
NCHRP 350 or MASH crash test requirements and shall be installed in accordance with the
manufacturer's recommendations.
6 -10.4 Measurement
The first sentence of the second paragraph is revised to read:
Temporary barrier will be measured by the linear foot along the completed line and slope of
the barrier, one time only for each setup of barrier protected area.
6 -10.5 Payment
The Bid item "Temporary Conc. Barrier ", per linear foot, and the paragraph following this Bid
item, is revised to read:
"Temporary Barrier ", per linear foot.
The unit Contract price per linear foot for "Temporary Barrier" shall be full pay for all costs,
including furnishing, installing, connecting, anchoring, maintaining, temporary storage, and
final removal of the temporary barrier.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
6- 12.AP6
Section 6 -12, Noise Barrier Walls
January 3, 2017
6- 12.3(9) Access Doors and Concrete Landing Pads
The first sentence of the last paragraph is revised to read:
The Contractor shall construct concrete landing pads for each access door location as
shown in the Plans.
6 -12.5 Payment
In the paragraph following the bid item "Noise Barrier Wall Access Door ", per each, "concrete
landing pad" is revised to read "concrete landing pads ".
6- 14.AP6
Section 6 -14, Geosynthetic Retaining Walls
January 3, 2017
6- 14.3(2) Submittals
The first sentence of the first paragraph is revised to read:
The Contractor shall submit Type 2E Working Drawings consisting of detailed plans for
each wall.
6 -14.5 Payment
The bid item "Concrete Fascia Panel ", per square foot, and the paragraph following this bid item
are revised to read:
"Concrete Fascia Panel For Geosynthetic Wall ", per square foot.
All costs in connection with constructing the concrete fascia panels as specified shall be
included in the unit Contract price per square foot for "Concrete Fascia Panel For
Geosynthetic Wall ", including all steel reinforcing bars, premolded joint filler, polyethylene
bond breaker strip, joint sealant, PVC pipe for weep holes, exterior surface finish, and
pigmented sealer (when specified), constructing and placing the concrete footing, edge
beam, anchor beam, anchor rod assembly, and backfill.
6- 19.AP6
Section 6 -19, Shafts
January 3, 2017
6 -19.3 Construction Requirements
This section is supplemented with the following new subsection:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
6- 19.3(10) Engineer's Final Acceptance of Shafts
The Engineer will determine final acceptance of each shaft, based on the nondestructive
QA test results and analysis for the tested shafts, and will provide a response to the
Contractor within 3 working days after receiving the test results and analysis submittal.
6- 19.3(1)B Nondestructive Testing of Shafts
This section's content is deleted and replaced with the following new subsections:
6- 19.3(1)B1 Nondestructive Quality Assurance (QA) Testing of Shafts
Unless otherwise specified in 1he Special Provisions, the Contractor shall perform
nondestructive QA testing of shafts, except for those constructed completely in the dry.
Either crosshole sonic log (CSL) testing in accordance with ASTM D 6760 or thermal
integrity profiling (TIP) testing in accordance with ASTM D 7949 shall be used.
6- 19.3(1)B2 Nondestructive Quality Verification (QV) Testing of Shafts
The Contracting Agency may perform QV nondestructive testing of shafts that have been
QA tested by the Contractor. The Contracting Agency may test up to ten percent of the
shafts. The Engineer will identify the shafts selected for QV testing and the testing method
the Contracting Agency will use.
The Contractor shall accommodate the Contracting Agency's nondestructive testing.
6- 19.3(2) Shaft Construction Submittal
This section is revised to read:
The shaft construction submittal shall be comprised of the following four components:
construction experience; shaft installation narrative; shaft slurry technical assistance; and
nondestructive QA testing personnel. The submittals shall be Type 2 Working Drawings,
except the shaft slurry technical assistance and nondestructive QA testing personnel
submittals shall be Type 1.
This section is supplemented with the following new subsection:
6- 19.3(2)D Nondestructive QA Testing Organization and Personnel
The Contractor shall submit the names of the testing organizations, and the names of the
personnel who will conduct nondestructive QA testing of shafts. The submittal shall include
documentation that the qualifications specified below are satisfied. For TIP testing, the
testing organization is the group that performs the data analysis and produces the final
report. The testing organizations and the testing personnel shall meet the following
minimum qualifications:
1. The testing organization shall have performed nondestructive tests on a minimum
of three deep foundation projects in the last two years.
2. Personnel conducting the tests for the testing organization shall have a minimum
of one year experience in nondestructive testing and interpretation.
3. The experience requirements for the organization and personnel shall be
consistent with the testing methods the Contractor has selected for nondestructive
testing of shafts.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
4. Personnel preparing test reports shall be a Professional Engineers, licensed
under Title 18 RCW, State of Washington, and in accordance with WAC 196 -23-
020.
6- 19.3(3) Shaft Excavation
The second paragraph is revised to read:
Shaft excavation shall not be started until the Contractor has received the Engineer's
acceptance for the reinforcing steel centralizers required when the casing is to be pulled
during concrete placement.
This section is supplemented with the following:
Except as otherwise noted, the Contractor shall not commence subsequent shaft
excavations until receiving the Engineer's acceptance of the first shaft, based on the results
and analysis of the nondestructive testing for the first shaft. The Contractor may commence
subsequent shaft excavations prior to receiving the Engineer's acceptance of the first shaft,
provided the following condition is satisfied:
The Engineer permits continuing with shaft construction based on the Engineer's
observations of the construction of the first shaft, including, but not limited to,
conformance to the shaft installation narrative in accordance with Section 6- 19.3(2)B,
and the Engineer's review of Contractor's daily reports and Inspector's daily logs
concerning excavation, steel reinforcing bar placement, and concrete placement.
6- 19.3(5)B Steel Reinforcing Bar Cage Centralizers
This section is supplemented with the following new sentence:
The Contractor shall furnish and install additional centralizers as required to maintain the
specified concrete cover throughout the length of the shaft.
6- 19.3(5)C Concrete Cover Over Steel Reinforcing Bars
In the table, the second column (including heading) is revised to read:
Minimum Concrete Cover, and
Concrete Cover Tolerance, Except at
Permanent Slip Casing (Inches)
3, -1'/z
4, -2
4, -2
6, -3
The following new paragraph is inserted after the table:
The concrete cover tolerances specified above apply to the concrete cover specified in the
Plans, even if it exceeds the minimum concrete cover.
6- 19.3(6) Access Tubes for Crosshole Sonic Log (CSL) Testing
This section title is revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
6- 19.3(6) Contractor Furnished Accessories for Nondestructive QA Testing
This section is supplemented with the following three new subsections:
6- 19.3(6)D Shafts Requiring Thermal Wire
The Contractor shall furnish and install thermal wire in all shafts receiving the thermal wire
method of TIP testing, except as otherwise noted in Section 6- 19.3(1)B1.
6- 19.3(6)E Thermal Wire and Thermal Access Points (TAPs)
The thermal wire and associated couplers shall be obtained from the source specified in
the Special Provisions.
The Contractor shall securely attach the thermal wire to the interior of the reinforcement
cage of the shaft in conformance with the supplier's instructions. At a minimum, one
thermal wire shall be furnished and installed for each foot of shaft diameter, rounded to the
nearest whole number, as shown in the Plans. The number of thermal wires for shaft
diameters specified as "X feet 6 inches" shall be rounded up to the next higher whole
number. The thermal wires shall be placed around the shaft, inside the spiral or hoop
reinforcement, and tied to the vertical reinforcement with plastic "zip" ties at a maximum
spacing of 2 -feet. Steel tie wire shall not be used.
The thermal wire shall be installed in straight alignment and taut, but with enough slack to
not be damaged during reinforcing cage lofting. The wires shall be as near to parallel to the
vertical axis of the reinforcement cage as possible. The thermal wire shall extend from the
bottom of the reinforcement cage to the top of the shaft, with 15 -feet of slack wire provided
above the top of shaft. Care shall be taken to prevent damaging the thermal wires during
reinforcement cage installation and concrete placement operations in the shaft excavation.
After completing shaft reinforcement cage fabrication at the site and prior to installation of
the cage into the shaft excavation, the Contractor shall install and connect thermal access
points (TAPs) to the thermal wires. The TAPs shall record data for at least one hour after
the cage is placed in the excavation to measure the slurry temperature and enable the steel
and slurry temperatures to equilibrate prior to placing concrete in the shaft. The TAPs shall
record and store data every 15 minutes. The TAPs shall remain active for a minimum of 36
hours.
Prior to beginning concrete placement the TAPs shall be checked to ensure they are
recording data and that the wires have not been damaged. If a TAP unit is not functioning
due to a damaged wire, the Contractor shall repair or replace the wire. If a TAP unit fails or
a wire breaks after concrete placement has started, the Contractor shall not stop the
concrete placement operation to repair the wire.
6- 19.3(6)F Use of Access Tubes for TIP Testing Under the Thermal Probe Method
The Contractor may use access tubes for TIP testing under the thermal probe method.
Access tubes shall be cared for in accordance with Section 6- 19.3(6)C. Prior to TIP testing
under the thermal probe method, the water in each tube shall be removed, collected, and
stored in an insulated container. The access tube shall be blown dry and swabbed to
remove residual water. After TIP testing, the collected and stored tube water shall be
introduced back into the access tube. New potable water may be used, provided the water
temperature is not more than 10 °F cooler than the average concrete temperature
measured by the probe.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
6- 19.3(6)A Shafts Requiring CSL Access Tubes
This section, including title, is revised to read:
6- 19.3(6)A Shafts Requiring Access Tubes
The Contractor shall furnish and install access tubes in all shafts receiving CSL testing or
the thermal probe method of TIP testing, except as otherwise noted in Section 6- 19.3(1)B1.
6- 19.3(6)B Orientation and Assembly of the CSL Access Tubes
This section's title is revised to read:
6- 19.3(6)B Orientation and Assembly of the Access Tubes
6- 19.3(6)C Care for CSL Access Tubes from Erection through CSL Testing
This section's title is revised to read:
6- 19.3(6)C Care for Access Tubes from Erection Through Nondestructive QA Testing
The second sentence is revised to read:
The Contractor shall keep all of a shaft's access tubes full of water through the completion
of nondestructive QA testing of that shaft.
6- 19.3(7)A Concrete Class for Shaft Concrete
This section is revised to read:
Shaft concrete shall be Class 5000P conforming to Section 6 -02.
6- 19.3(7)B Concrete Placement Requirements
The last sentence of the last paragraph is revised to read:
The Section 6- 02.3(6) restriction for 5 feet maximum free fall shall not apply to placement of
concrete into a shaft.
6- 19.3(7)1 Requirements for Placing Concrete Above the Top of Shaft
This section is revised to read:
Concrete shall not be placed above the top of shaft (for column splice zones, columns,
footings, or shaft caps) until the Contractor receives the Engineer's acceptance of
nondestructive QA testing, if performed at that shaft, and acceptance of the shaft.
6- 19.3(9) Nondestructive Testing of Shafts (Crosshole Sonic Log (CSL) Testing)
This section, including title, is revised to read:
6- 19.3(9) Nondestructive QA Testing of Shafts
The Contractor shall provide nondestructive QA testing and analysis on all shafts with
access tubes or thermal wires and TAPs facilitating the testing (See Section 6- 19.3(1)B).
The testing and analysis shall be performed by the testing organizations identified by the
Contractor's submittal in accordance with Section 6- 19.3(2)D.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
The Engineer may direct that additional testing be performed at a shaft if anomalies or a
soft bottom are detected by the Contractor's testing. If additional testing at a shaft confirms
the presence of a defect(s) in the shaft, the testing costs and the delay costs resulting from
the additional testing shall be borne by the Contractor in accordance with Section 1 -05.6. If
the additional testing indicates that the shaft has no defect, the testing costs and the delay
costs resulting from the additional testing will be paid by the Contracting Agency in
accordance with Section 1 -05.6, and, if the shaft construction is on the critical path of the
Contractor's schedule, a time extension equal to the delay created by the additional testing
will be granted in accordance with Section 1 -08.8.
6- 19.3(9)A Schedule of CSL Testing
This section, including title, is revised to read:
6- 19.3(9)A TIP Testing Using Thermal Probes or CSL Testing
If selected as the nondestructive QA testing method by the Contractor, TIP testing using
thermal probes, or CSL testing shall be performed after the shaft concrete has cured at
least 96 hours. Additional curing time prior to testing may be required if the shaft concrete
contains admixtures, such as set retarding admixture or water - reducing admixture, added
in accordance with Section 6- 02.3(3). The additional curing time prior to testing required
under these circumstances shall not be grounds for additional compensation or extension
of time to the Contractor in accordance with Section 1 -08.8.
6- 19.3(9)B Inspection of CSL Access Tubes
This section's title is revised to read:
6- 19.3(9)B Inspection of Access Tubes
6- 19.3(9)C Engineer's Final Acceptance of Shafts
This section, including title, is revised to read:
6- 19.3(9)C TIP Testing With Thermal Wires and TAPs
If selected as the nondestructive QA testing method by the Contractor, TIP testing with
thermal wires and TAPs (See Section 6- 19.3(6)E) shall be performed. The TIP testing shall
commence at the beginning of the concrete placement operation, recording temperature
readings at 15- minute intervals until the peak temperature is captured in the data.
Additional curing time may be required if the shaft concrete contains admixtures, such as
set retarding admixture or water - reducing admixture, added in accordance with Section 6-
02.3(3). The additional curing time required under these circumstances shall not be
grounds for additional compensation or extension of time to the Contractor in accordance
with Section 1 -08.8.
TIP testing shall be conducted at all shafts in which thermal wires and TAPs have been
installed for thermal wire analysis (Section 6- 19.3(6)A).
6- 19.3(9)D Requirements to Continue Shaft Excavation Prior to Acceptance of
First Shaft
This section, including title, is revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
6- 19.3(9)D Nondestructive QA Testing Results Submittal
The Contractor shall submit the results and analysis of the nondestructive QA testing for
each shaft tested. The Contractor shall submit the test results within three working days of
testing. Results shall be a Type 1 Working Drawing presented in a written report.
TIP reports shall include:
1. A map or plot of the wire /tube location within the shaft and their position relative to
a known and identifiable location, such as North.
2. Graphical displays of temperature measurements versus depth of each wire or
tube for the analysis time selected, overall average temperature with depth, shaft
radius or diameter with depth, concrete cover versus cage position with depth,
and effective radius.
3. The report shall identify unusual temperatures, particularly significantly cooler
local deviations from the overall average.
4. The report shall identify the location and extent where satisfactory or questionable
concrete is identified.
a. Satisfactory (S) - 0 to 6% Effective Radius Reduction and Cover Criteria Met
b. Questionable (Q) - Effective Local Radius Reduction > 6 %, Effective Local
Average Diameter Reduction > 4 %, or Cover Criteria Not Met
5. Variations in temperature between wire /tubes (at each depth) which in turn
correspond to variations in cage alignment.
6. Where shaft specific construction information is available (e.g. elevations of the
top of shaft, bottom of casing, bottom of shaft, etc.), these values shall be noted
on all pertinent graphical displays.
CSL reports shall include:
1. A map or plot of the tube location within the shaft and their position relative to a
known and identifiable location, such as North.
2. Graphical displays of CSL Energy versus Depth and CSL signal arrival time
versus depth or velocity versus depth.
3. The report shall identify the location and extent where good, questionable, and
poor concrete is identified, where no signal was received, or where water is
present.
a. Good (G) - No signal distortion and decrease in signal velocity of 10% or less
is indicative of good quality concrete.
b. Questionable (Q) - Minor signal distortion and a lower signal amplitude with a
decrease in signal velocity between 10% and 20 %.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
c. Poor (P) - Severe signal distortion and much lower signal amplitude with a
decrease in signal velocity of 20% or more.
d. No Signal (NS) - No signal was received.
e. Water (W) - A measured signal velocity of nominally V = 4,800 to 5,000 fps.
All QA test reports will provide a recommendation to accept the shaft as -is,
recommendation for further review by the Engineer, or will provide a plan for further testing,
investigation or repair to address any deficiencies identified by the testing.
6- 19.3(9)E Additional CSL Testing
This section, including title, is revised to read:
6- 19.3(9)E Vacant
6- 19.3(9)1 Requirements for CSL Access Tubes and Cored Holes After CSL
Testing
This section's title is revised to read:
6- 19.3(9)1 Requirements for Access Tubes and Cored Holes After CSL Testing
6 -19.4 Measurement
This section is revised to read:
Constructing shafts will be measured by the linear foot. The linear foot measurement will
be calculated using the top of shaft elevation and the bottom of shaft elevation for each
shaft as shown in the Plans.
Rock excavation for shaft, including haul, will be measured by the linear foot of shaft
excavated. The linear feet measurement will be computed using the top of the rock line,
defined as the highest bedrock point within the shaft diameter, and the bottom elevation
shown in the Plans.
QA shaft test will be measured once per shaft tested.
6 -19.5 Payment
This section is revised to read:
Payment will be made for the following Bid items when they are included in the Proposal:
"ConstructingDiam. Shaft", per linear foot.
The unit Contract price per linear foot for "Constructing_Diam. Shaft" shall be full
pay for performing the Work as specified, including:
1. Soil excavation for shaft, including all costs in connection with furnishing,
mixing, placing, maintaining, containing, collecting, and disposing of all
mineral, synthetic and water slurry, and disposing of groundwater collected by
the excavated shaft.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
2. Furnishing and placing temporary shaft casing, including temporary casing in
addition to the required casing specified in the Special Provisions, and
including all costs in connection with completely removing the casing after
completing shaft construction.
3. Furnishing permanent casing for shaft.
4. Placing permanent casing for shaft.
5. Casing shoring, including all costs in connection with furnishing and installing
casing shoring above the specified upper limit for casing shoring but
necessary to provide for sufficient water head pressure to resist artesian
water pressure present in the shaft excavation, removing casing shoring, and
placing seals when required.
6. Furnishing and placing steel reinforcing bar and epoxy- coated steel
reinforcing bar, including furnishing and installing steel reinforcing bar
centralizers.
7. Installation of CSL tubes or thermal wires.
8. Furnishing, placing and curing concrete to the top of shaft or to the
construction joint at the base of the shaft - column splice zone as applicable.
Payment for "Constructing_Diam. Shaft" will be made upon Engineer acceptance of
the shaft, including completion of satisfactory QA shaft tests as applicable.
"Rock Excavation For Shaft Including Haul ", per linear foot.
When rock excavation is encountered, payment for rock excavation is in addition to the
unit Contract price per linear foot for "Constructing_Diam. Shaft"
"Shoring Or Extra Excavation Cl. A - ", lump sum.
The lump sum Contract price for "Shoring Or Extra Excavation Cl. A - " shall be full
pay for performing the Work as specified, including all costs in connection with all
excavation outside the limits specified for soil and rock excavation for shaft including
haul, all temporary telescoping casings, and all temporary casings beyond the limits of
required temporary casing specified in the Special Provisions.
"QA Shaft Test ", per each.
The unit Contract price per each for "QA Shaft Test" shall be full pay for performing the
Work as specified, including operating all associated accessories necessary to record
and process data and develop the summary QA test reports. Section 1 -04.6 does not
apply to this bid item.
"Removing Shaft Obstructions ", estimated.
Payment for removing, breaking -up, or pushing aside shaft obstructions, as defined in
Section 6- 19.3(3)E, will be made for the changes in shaft construction methods
necessary to deal with the obstruction. The Contractor and the Engineer shall evaluate
the effort made and reach agreement on the equipment and employees utilized, and
the number of hours involved for each. Once these cost items and their duration have
been agreed upon, the payment amount will be determined using the rate and markup
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
methods specified in Section 1 -09.6. For the purpose of providing a common proposal
for all Bidders, the Contracting Agency has entered an amount for the item "Removing
Shaft Obstructions" in the Bid Proposal to become a part of the total Bid by the
Contractor.
If drilled shaft tools, cutting teeth, casing or Kelly bar is damaged as a result of the
obstruction removal work, the Contractor will be compensated for the costs to repair
this equipment in accordance with Section 1 -09.6.
If shaft construction equipment is idled as a result of the Work required to deal with the
obstruction and cannot be reasonably reassigned within the project, then standby
payment for the idled equipment will be added to the payment calculations. If labor is
idled as a result of the Work required to deal with the obstruction and cannot be
reasonably reassigned within the project, then all labor costs resulting from Contractor
labor agreements and established Contractor policies will be added to the payment
calculations.
The Contractor shall perform the amount of obstruction Work estimated by the
Contracting Agency within the original time of the Contract. The Engineer will consider
a time adjustment and additional compensation for costs related to the extended
duration of the shaft construction operations, provided:
1. The dollar amount estimated by the Contracting Agency has been exceeded,
and
2. The Contractor shows that the obstruction removal Work represents a delay
to the completion of the project based on the current progress schedule
provided in accordance with Section 1 -08.3.
7- 02.AP7
Section 7 -02, Culverts
January 3, 2017
7 -02.2 Materials
The following three new items are inserted after the item "Aggregate for Portland Cement
Concrete:
Gravel Backfill for Pipe Zone Bedding
Butyl Rubber Sealant
External Sealing Band
The last paragraph is deleted.
9- 03.12(3)
9 -04.11
9 -04.12
7- 02.3(6) Precast Reinf. Conc. Three Sided Structures, Box Culverts and Split
Box Culverts
This section is supplemented with the following new paragraph:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17117
When the Plans include a complete set of design details for a Structure (defining panel
shapes and dimensions, concrete strength requirements, and steel reinforcing bar, joint,
and connection details), the design and load rating preparation and calculation submittal
requirements of Sections 7- 02.3(6)A1 and 7- 02.3(6)A2 do not apply for the components
shown in the Plans, but all other requirements of this Section remain in effect. The
Contractor may propose alternate concrete culvert designs, accommodating the same rise,
span, and length as shown in the Plans, to replace the Structure details shown in the Plans.
If an alternate concrete culvert design is proposed, all of the requirements of this Section,
including design and load rating preparation and calculation submittal, apply.
7- 02.3(6)A General
This section is supplemented with the following two new paragraphs:
Tolerances for PRCTSS shall be as follows:
1 Internal Dimensions — The internal dimension shall not vary more than 1 percent
or 2 inches, whichever is less, from the Plan dimensions. The haunch dimensions
shall not vary more than 3/4 inch from the Plan dimensions.
2. Slab and Wall Thickness — The slab and wall thickness shall not be less than that
shown in the Plans by more than 5 percent or 1/2 inch, whichever is greater. A
thickness more than that required in the Plans will not be a cause for rejection if
proper joining is not affected.
3. Length of Opposite Surfaces — Variations in lengths of two opposite surfaces of
the three -sided section shall not be more than 3/4 inch unless beveled sections are
being used to accommodate a curve in the alignment.
4. Reinforcing steel placement shall meet the tolerances specified in Section 6-
02.3(24)C.
Tolerances for PRCBC and PRCSBC shall be as follows:
1. Internal Dimensions — The internal dimensions shall not vary more than 1 percent
from the Plan dimensions. If haunches are used, the haunch dimensions shall not
vary more than'/ inch from the Plan dimensions.
2. Slab and Wall Thickness — The slab and wall thickness shall not be less than that
shown in the Plans by more than 5 percent or 3/6 inch, whichever is greater. A
thickness more than that required in the Plans will not be a cause for rejection.
3. Length of Opposite Box Segments — Variations in lengths of two opposite surfaces
of the box segments shall not be more than 1/8 inch per foot of internal span, with a
maximum of /8 inch for all sizes through 7 feet internal span, and a maximum of %
inch for internal spans greater than 7 feet, except where beveled sections are
being used to accommodate a curve in the alignment.
4. Length of Box Segments — The underrun in length of a segment shall not be more
than 1/8 inch per foot of length with a maximum of 1/2 inch in any box segment.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
5. Length of Legs and Slabs — The variation in length of the legs shall not be more
than 1/8 inch per foot of the rise of the leg per leg with a maximum of 5/8 inches.
The differential length between opposing legs of the same segment shall not be
more than 1/2 inch. Length of independent top slab spans shall not vary by more
than 1/8 inch per foot of span of the top slab, with a maximum of 5/8 inches.
6. Reinforcing steel placement shall meet the tolerances specified in Section 6-
02.3(24)C.
This section is supplemented with the following new subsection:
7- 02.3(6)A5 Wingwalls and Retaining Walls
Wingwalls and retaining walls (including cutoff walls and headwalls) shall be constructed in
accordance with the Contractor's design and Working Drawing submittal or when the Plans
include a complete set of design details for a wall (defining panel shapes and dimensions,
concrete strength requirements, and steel reinforcing bar, joint, and connection details),the
details shown in the Plans.
Precast concrete construction shall conform to Sections 6- 02.3(28) and 6- 11.3(3).
Culvert bedding material shall be furnished, placed, and compacted in accordance with
Section 7- 02.3(6)A4.
7- 02.3(6)A1 Design Criteria
The first sentence of the last paragraph is revised to read:
Whenever the minimum finished backfill or surfacing depth above the top of the Structure is
less than 1' -0" (except when the top of the Structure is directly exposed to vehicular traffic),
either all steel reinforcing bars in the span unit shall be epoxy- coated with 2" minimum
concrete cover from the face of concrete to the face of the top mat of steel reinforcing bars,
or the minimum concrete cover shall be 2'/2 ".
The last sentence of the last paragraph is revised to read:
Concrete cover from the face of any concrete surface to the face of any steel reinforcement
shall be 1 -inch minimum end clearance at all joints, and 2- inches minimum at all other
locations.
7- 02.3(6)A2 Submittals
The first paragraph is revised to read:
The Contractor shall submit shop drawings of the precast Structures. Fabrication shop
drawings replicating complete design details when shown in the Plans shall be Type 2
Working Drawings. Submittals completing the design based on the schematic geometric
requirements shown in the Plans, or proposing a Contractor designed alternative concrete
culvert Structure shall be Type 2E Working Drawings with supporting design calculations.
The last paragraph is revised to read:
For precast Structures with a span length greater than 20 -feet (as defined in Section 7-
02.3(6)A1), except when the depth of fill above the top of culvert exceeds the Structure
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
span length, a Type 2E Working Drawing shall be submitted consisting of a load rating
report prepared in accordance with the AASHTO Manual for Bridge Evaluation and
WSDOT Bridge Design Manual LRFD M 23 -50 Chapter 13. Soil pressures used shall
include effects from the backfill material and compaction methods, and shall be in
accordance with the WSDOT Geotechnical Design Manual M 46 -03 and the geotechnical
report prepared for the project.
7- 02.3(6)A3 Casting
This section is revised to read:
Concrete shall conform to Section 6- 02.3(28)B, with a 28 -day compressive strength as
specified in the Plans or the Working Drawings submittal.
7- 02.3(6)A4 Excavation and Bedding Preparation
The last paragraph is revised to read:
The upper layer of bedding course shall be a 6 -inch minimum thickness layer of culvert
bedding material, defined as granular material either conforming to Section 9- 03.12(3) or to
AASHTO Grading No. 57 as specified in Section 9- 03.1(4)C. The plan limits of the culvert
bedding material shall extend 1 -foot beyond the plan limits of the culvert or the Structure
footing as applicable. The culvert bedding material shall be compacted in accordance with
the Section 2- 09.3(1)E requirements for gravel backfill for drains. After compaction, the
culvert bedding material shall be screeded transversely to the specified line and grade.
Voids in the screeded culvert bedding material shall be filled and then rescreeded prior to
erecting the precast Structure.
7- 02.3(6)B3 Erection
The last paragraph is revised to read:
Adjacent precast sections shall be connected by welding the weld -tie anchors in
accordance with Section 6- 03.3(25). Welding ground shall be attached directly to the steel
plates being welded when welding the weld -ties. The weld -tie anchor spacing shall not
exceed 6' -0 ". After connecting the weld -tie anchors, the Contractor shall paint the exposed
metal surfaces with one coat of field primer conforming to Section 9- 08.1(2)F. Keyways
shall be filled with grout conforming to Section 9- 20.3(2).
7- 02.3(6)C1 Casting
This section is revised to read:
PRCSBC shall consist of lid elements and "U" shaped base elements. The vertical legs of
the "U" shaped base elements shall be full height matching the rise of the culvert, except as
otherwise specified for culvert spans greater than 20 -feet. For PRCSBC spans greater than
20 -feet (as defined in Section 7- 02.3(6)A1), the lid elements may include vertical legs of a
maximum length of 4 -feet.
All vertical and horizontal joints of PRCBC and PRCSBC elements shall be tongue and
groove type joints, except PRCBC and PRCSBC of 20 -foot span or less may have keyway
joints connected by weld -tie anchors in accordance with Section 6- 02.3(25)0. The weld -tie
anchor spacing shall not exceed 6' -0 ". There shall be at least two galvanized steel tie
plates across each top unit tongue and groove joint and each tongue and groove joint
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
between upper and lower units, unless otherwise shown in the Plans or required by the
seismic designed completed in accordance with Section 7- 02.3(6)A1.
7- 02.3(6)C3 Erection
This section is revised to read:
PRCBC and PRCSBC shall be erected and backfilled in accordance with the erection
sequence specified in the Working Drawing submittal, and the construction equipment
restrictions specified in Section 6- 02.3(25)0.
The Contractor shall install a continuous strip of butyl rubber sealant within all tongue and
groove joints prior to connecting the precast elements together. The butyl rubber sealant
shall have a minimum cross section of /2 -inch by 11/2-inch, unless otherwise shown in the
Plans.
After connecting the joints with weld -tie anchors, the Contractor shall paint the exposed
metal surfaces with one coat of field primer conforming to Section 9- 08.1(2)F. Keyways
shall be filled with grout conforming to Section 9- 20.3(2).
The Contractor shall wrap all exterior joints along the top and sides of the PRCBC and
PRCSBC with a 12 -inch wide strip of external sealing band centered about the joint and
adhesively bonded to the concrete surface.
Backfill beside the PRCBC and PRCSBC shall be brought up in sequential layers,
compacted concurrently. The difference in backfill height on opposing sides of the
Structure shall not exceed 2 -feet.
7 -02.4 Measurement
This section is supplemented with the following:
Culvert bedding material will be measured by the cubic yard of material placed.
7 -02.5 Payment
This section is supplemented with the following:
"Culvert Bedding Material ", per cubic yard.
7- 08.AP7
Section 7 -08, General Pipe Installation Requirements
January 3, 2017
7- 08.3(1)A Trenches
The second sentence of the last paragraph is revised to read:
The embankment material shall be compacted to 95 percent of maximum density and the
moisture content at the time of compaction shall be between optimum and 3 percentage
points below optimum as determined by the Compaction Control Tests specified in Section
2- 03.3(14)D.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
8- 01.AP8
Section 8 -01, Erosion Control and Water Pollution Control
August 1, 2016
1
1
1
8 -01.2 Materials
This section is supplemented with the following new paragraph:
Recycled concrete, in any form, shall not be used for any Work defined in Section 8 -01.
8- 01.3(7) Stabilized Construction Entrance
The last sentence of the first paragraph is revised to read:
Material used for stabilized construction entrance shall be free of extraneous materials that
may cause or contribute to track out.
8- 01.3(8) Street Cleaning
This section is revised to read:
Self- propelled street sweepers shall be used to remove and collect sediment and other
debris from the Roadway, whenever required by the Engineer. The street sweeper shall
effectively collect these materials and prevent them from being washed or blown off the
Roadway or into waters of the State. Street sweepers shall not generate fugitive dust and
shall be designed and operated in compliance with applicable air quality standards.
Material collected by the street sweeper shall be disposed of in accordance with Section 2-
03.3(7)C.
1
1
1
1
1
Street washing with water will require the concurrence of the Engineer.
8- 09.AP8
Section 8 -09, Raised Pavement Markers
January 3, 2017
8 -09.5 Payment
In the last paragraph, "flaggers and spotters" is revised to read "flaggers ".
8- 10.AP8
Section 8 -10, Guide Posts
January 4, 2016
8 -10.3 Construction Requirements
The last sentence of the second paragraph is deleted.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
1
1
1
1
1
1
1
1
8- 11.AP8
Section 8 -11, Guardrail
January 17, 2017
8- 11.3(1)C Terminal and Anchor Installation
This section is supplemented with the following new paragraph:
Beam Guardrail Non - flared Terminals for Type 1 guardrail shall meet the crash test and
evaluation criteria of NCHRP 350 or the Manual for Assessing Safety Hardware (MASH).
Beam Guardrail Non - flared Terminals for Type 31 guardrail shall meet the crash test and
evaluation criteria of MASH.
8- 11.3(1)F Removing and Resetting Beam Guardrail
The last sentence of the first paragraph is deleted.
8 -11.5 Payment
The paragraph following the Bid item "Removing and Resetting Beam Guardrail ", per linear foot
is revised to read:
The unit Contract price per linear foot for "Removing and Resetting Beam Guardrail" shall
be full payment for all costs to perform the Work as described in Section 8- 11.3(1)F, except
for replacement posts and blocks.
The paragraph following the Bid item "Raising Existing Beam Guardrail ", per linear foot is
revised to read:
The unit Contract price per linear foot for "Raising Existing Beam Guardrail" shall be full
payment for all costs to perform the Work as described in Section 8- 11.3(1)E, except for
replacement posts and blocks.
8- 20.AP8
Section 8 -20, Illumination, Traffic Signal Systems, Intelligent Transportation
Systems, and Electrical
January 3, 2017
8- 20.1(1) Regulations and Code
The second paragraph is revised to read:
Wherever reference is made in these Specifications or in the Special Provisions to the
Code, the rules, or the standards mentioned above, the reference shall be construed to
mean the code, rule, or standard that is in effect on the Bid advertisement date.
8- 20.3(5)A General
The last paragraph is revised to read:
Immediately after the sizing mandrel has been pulled through, install an equipment
grounding conductor if applicable (see Section 8- 20.3(9)) and any new or existing wire or
cable as specified in the Plans. Where conduit is installed for future use, install a 200-
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
pound minimum tensile strength pull string with the equipment grounding conductor. The
pull string shall be attached to duct plugs or caps at both ends of the conduit.
8- 20.3(5)A1 Fiber Optic Conduit
The last paragraph is deleted.
8- 20.3(5)B Conduit Type 1
The second and third paragraphs are deleted and replaced with the following new paragraph:
1
1
PVC and HDPE conduits shall be Schedule 80 unless installed as innerduct.
8- 20.3(5)D Conduit Placement
Item number 2 is revised to read:
2. 24- inches below the top of the untreated surfacing on a Roadbed.
8- 20.3(9) Bonding, Grounding
The following two new paragraphs are inserted after the first paragraph:
Install an equipment grounding conductor in all new conduit, whether or not the equipment
grounding conductor is called for in the wire schedule.
For each new conduit with innerduct install an equipment grounding conductor in only one
of the innerducts unless otherwise required by the NEC or the Plans.
The fourth paragraph (after the preceding Amendments are applied) is revised to read:
Bonding jumpers and equipment grounding conductors meeting the requirements of
Section 9- 29.3(2)A3 shall be minimum #8 AWG, installed in accordance with the NEC.
Where existing conduits are used for the installation of new circuits, an equipment
grounding conductor shall be installed unless an existing equipment ground conductor,
which is appropriate for the largest circuit, is already present in the existing raceway. The
equipment ground conductor between the isolation switch and the sign lighter fixtures shall
be minimum #14 AWG stranded copper conductor. Where parallel circuits are enclosed in
a common conduit, the equipment - grounding conductor shall be sized by the largest
overcurrent device serving any circuit contained within the conduit.
1
1
1
1
1
1
1
1
The second sentence of the fifth paragraph (after the preceding Amendments are applied) is
revised to read:
A non - insulated stranded copper conductor, minimum #8 AWG with a full circle crimp on
connector (crimped with a manufacturer recommended crimper) shall be connected to the
junction box frame or frame bonding stud, the other end shall be crimped to the equipment
bonding conductor, using a "C" type crimp connector.
The last two sentences of the sixth paragraph (after the preceding Amendments are applied)
are revised to read:
For light standards, signal standards, cantilever and sign bridge Structures the
supplemental grounding conductor shall be #4 AWG non - insulated stranded copper
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
1
1
1
1
conductor. For steel sign posts which support signs with sign lighting or flashing beacons
the supplemental grounding conductor shall be #6 AWG non insulated stranded copper
conductor.
The fourth to last paragraph is revised to read:
Install a two grounding electrode system at each service entrance point, at each electrical
service installation and at each separately derived power source. The service entrance
grounding electrode system shall conform to the "Service Ground" detail in the Standard
Plans. If soil conditions make vertical grounding electrode installation impossible an
alternate installation procedure as described in the NEC may be used. Maintain a minimum
of 6 feet of separation between any two grounding electrodes within the grounding system.
Grounding electrodes shall be bonded copper, ferrous core materials and shall be solid
rods not Tess than 10 feet in length if they are 1/2 inch in diameter or not less than 8 feet in
length if they are 5/8 inch or larger in diameter.
8- 20.3(13)A Light Standards
The first sentence in the second to last paragraph is revised to read:
All new and relocated metal light standards shall be numbered for identification using
painted 4 inch block gothic letters (similar to series C highway lettering) and numbers
installed 3 feet above the base facing the Traveled Way.
The numbered list in the second to last paragraph is deleted and replaced with the following:
NN
CC -SSSS
VVV
Where:
NN — Is the pole number as identified in the Plans. May be one or more characters.
CC — Is the circuit letter as identified in the Plans. May be one or more characters.
SSSS — Is he service cabinet number as identified in the Plans. Do not include the two or
three letter prefix. Up to four digits - do not include leading zeros.
VVV — Is the operating voltage of the luminaire. Always three digits.
8- 20.3(13)C Luminaires
The first paragraph is revised to read:
The Contractor shall mark the installation date on the inside of the luminaire ballast or
driver housing using a permanent marking pen.
8- 22.AP8
Section 8 -22, Pavement Marking
January 4, 2016
8 -22.4 Measurement
The first two sentences of the fourth paragraph are revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
The measurement for "Painted Wide Lane Line ", "Plastic Wide Lane Line ", "Profiled Plastic
Wide Lane Line ", "Painted Barrier Center Line ", "Plastic Barrier Center Line ", "Painted Stop
Line ", "Plastic Stop Line ", "Painted Wide Dotted Entry Line ", or "Plastic Wide Dotted Entry
Line" will be based on the total length of each painted, plastic or profiled plastic line
installed. No deduction will be made for the unmarked area when the marking includes a
broken line such as, wide broken lane line, drop lane line, wide dotted lane line or wide
dotted entry line.
8 -22.5 Payment
The following two new Bid items are inserted after the Bid item "Plastic Crosshatch Marking ",
per linear foot:
"Painted Wide Dotted Entry Line ", per linear foot.
"Plastic Wide Dotted Entry Line ", per linear foot.
9- 01.AP9
Section 9 -01, Portland Cement
January 3, 2017
This section's title is revised to read:
Cement
9 -01.1 Types of Cement
This section is revised to read:
Cement shall be classified as portland cement, blended hydraulic cement, or rapid
hardening hydraulic cement.
9- 01.2(2) Vacant
This section, including title, is revised to read:
9- 01.2(2) Rapid Hardening Hydraulic Cement
Rapid hardening hydraulic cement shall meet the requirements of ASTM C 1600.
9- 01.2(3) Low Alkali Cement
This section is renumbered as follows:
9- 01.2(1)A Low Alkali Cement
9- 01.2(4) Blended Hydraulic Cement
This section is renumbered as follows:
9- 01.2(1)B Blended Hydraulic Cement
In the first paragraph, the last two sentences of item number 3 are revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17117
Separate testing of each source of fly ash at each proposed replacement level shall be
conducted in accordance with ASTM C1012 at the storage temperature prescribed in
Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or less.
In the first paragraph, the last two sentences of item number 4 are revised to read:
Separate testing of each source of slag at each proposed replacement level shall be
conducted in accordance with ASTM 01012 at the storage temperature prescribed in
Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or less.
In the first paragraph, the last two sentences of item number 5 are revised to read:
Separate testing of each source of fly ash or slag at each proposed replacement level shall
be conducted in accordance with ASTM C1012 at the storage temperature prescribed in
Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or less.
9 -01.3 Tests and Acceptance
The second paragraph is revised to read:
Cement producers /suppliers that certify portland cement or blended hydraulic cement shall
participate in the Cement Acceptance Program as described in WSDOT Standard Practice
QC 1. Rapid hardening hydraulic cement producers /suppliers are not required to participate
in WSDOT Standard Practice QC 1.
9- 03.AP9
Section 9 -03, Aggregates
January 3, 2017
9- 03.1(1) General Requirements
In this section, each reference to "Section 9- 01.2(3)" is revised to read "Section 9- 01.2(1)A ".
This first paragraph is supplemented with the following:
Reclaimed aggregate may be used if it complies with the specifications for Portland
Cement Concrete. Reclaimed aggregate is aggregate that has been recovered from plastic
concrete by washing away the cementitious materials.
9- 03.1(2) Fine Aggregate for Portland Cement Concrete
This section is revised to read:
Fine aggregate shall consist of natural sand or manufactured sand, or combinations
thereof, accepted by the Engineer, having hard, strong, durable particles free from
adherent coating. Fine aggregate shall be washed thoroughly to meet the specifications.
9- 03.1(2)A Deleterious Substances
This section is revised to read:
The amount of deleterious substances in the washed aggregate shall be tested in
accordance with AASHTO M 6 and not exceed the following values:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
Material finer than No. 200 Sieve
Clay lumps and friable particles
Coal and lignite
Particles of specific gravity less than 2.00
2.5 percent by weight
3.0 percent by weight
0.25 percent by weight
1.0 percent by weight.
Organic impurities shall be tested in accordance with AASHTO T 21 by the glass color
standard procedure and results darker than organic plate no. 3 shall be rejected. A
darker color results from AASHTO T 21 may be used provided that when tested for the
effect of organic impurities on strength of mortar, the relative strength at 7 days,
calculated in accordance with AASHTO T 71, is not less than 95 percent.
9- 03.1(4) Coarse Aggregate for Portland Cement Concrete
This section is revised to read:
Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone, or
combinations thereof having hard, strong, durable pieces free from adherent coatings.
Coarse aggregate shall be washed to meet the specifications.
9- 03.1(4)A Deleterious
This section, including title, is revised to read:
9- 03.1(4)A Deleterious Substances
The amount of deleterious substances in the washed aggregate shall be tested in
accordance with AASHTO M 80 and not exceed the following values:
Material finer than No. 200
Clay lumps and Friable Particles
Shale
Wood waste
Coal and Lignite
Sum of Clay Lumps, Friable Particles, and
Chert (Less Than 2.40 specific gravity SSD)
1.0' percent by weight
2.0 percent by weight
2.0 percent by weight
0.05 percent by weight
0.5 percent by weight
3.0 percent by weight
'If the material finer than the No. 200 sieve is free of clay and shale, this percentage
may be increased to 1.5.
9- 03.1(4)C Grading
The following new sentence is inserted at the beginning of the last pargraph:
Where coarse aggregate size 467 is used, the aggregate may be furnished in at least two
separate sizes.
9- 03.1(5) Combined Aggregate Gradation for Portland Cement Concrete
This section is revised to read:
As an alternative to using the fine aggregate sieve grading requirements in Section 9-
03.1(2)B, and coarse aggregate sieve grading requirements in Section 9- 03.1(4)C, a
combined aggregate gradation conforming to the requirements of Section 9- 03.1(5)A may
be used.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
9- 03.1(5)A Deleterious Substances
This section is revised to read:
The amount of deleterious substances in the washed aggregates 3/8 inch or larger shall not
exceed the values specified in Section 9- 03.1(4)A and for aggregates smaller than 3/8 inch
they shall not exceed the values specified in Section 9- 03.1(2)A.
9- 03.1(5)B Grading
The first paragraph is deleted.
9- 03.8(2) HMA Test Requirements
In the table in item number 3, the heading "Statistical and Nonstatistical" is revised to read
"Statistical ".
9- 03.8(7) HMA Tolerances and Adjustments
In the table in item number 1, the column titled "Nonstatistical Evaluation" is deleted.
In the table in item 1, the last column titled "Commercial Evaluation" is revised to read "Visual
Evaluation ".
9- 03.11(1) Streambed Sediment
The following three new sentences are inserted after the first sentence of the first paragraph:
Alternate gradations may be used if proposed by the Contractor and accepted by the
Engineer. The Contractor shall submit a Type 2 Working Drawing consisting of 0.45 power
maximum density curve of the proposed gradation. The alternate gradation shall closely
follow the maximum density line and have Nominal Aggregate Size of no less than 11/2
inches or no greater than 3 inches.
9- 03.12(4) Gravel Backfill for Drains
The following new sentence is inserted at the beginning of the second paragraph:
As an alternative, AASHTO grading No. 57 may be used in accordance with Section 9-
03.1(4)C.
9- 03.12(5) Gravel Backfill for Drywells
The following new sentence is inserted at the beginning of the second paragraph:
As an alternative, AASHTO grading No. 4 may be used in accordance with Section 9-
03.1(4)C.
9- 03.21(1)B Concrete Rubble
This section, including title, is revised to read:
9- 03.21(1)B Recycled Concrete Aggregate
Recycled concrete aggregates are coarse aggregates manufactured from hardened
concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate or
blended with coarse aggregate for Commercial Concrete. Recycled concrete aggregate
shall meet all of the requirements for coarse aggregate contained in Section 9- 03.1(4) or 9-
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
03.1(5). In addition to the requirements of Section 9- 03.1(4) or 9- 03.1(5), recycled concrete
shall:
1. Contain an aggregated weight of less than 1 percent of adherent fines, vegetable
matter, plastics, plaster, paper, gypsum board, metals, fabrics, wood, tile, glass,
asphalt (bituminous) materials, brick, porcelain or other deleterious substance(s)
not otherwise noted;
2. Be free of harmful components such as chlorides and reactive materials unless
mitigation measures are taken to prevent recurrence in the new concrete;
3. Have an absorption of less than 10 percent when tested in accordance with
AASHTO T 85.
Recycled concrete aggregate shall be in a saturated condition prior to mixing.
Recycled concrete aggregate shall not be placed below the ordinary high water mark of any
water of the State.
9- 03.21(1)D Recycled Steel Furnace Slag
This section title is revised to read:
Steel Slag
9- 03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled
Material
In the Hot Mix Asphalt column, each value of "20" is revised to read "25 ".
The last column heading "Steel Furnace Slag" is revised to read "Steel Slag ".
The following new row is inserted after the second row:
9- 03.1(4)
Coarse Aggregate for Commercial Concrete
0
100 0
9- 04.AP9
Section 9 -04, Joint and Crack Sealing Materials
January 3, 2017
This section is supplemented with the following two new subsections:
9 -04.11 Butyl Rubber Sealant
Butyl rubber sealant shall conform to ASTM C 990.
9 -04.12 External Sealing Band
External sealing band shall by Type III B conforming to ASTM C 877.
9- 04.1(2) Premolded Joint Filler for Expansion Joints
This section is supplemented with the following:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
As an alternative to the above, a semi - rigid, non - extruding, resilient type, closed -cell
polypropylene foam, preformed joint filler with the following physical properties as tested to
AASHTO T 42 Standard Test Methods may be used.
Closed -Cell Polypropylene Foam Preformed Joint Filler
Physical Property
Requirement
Test Method
Water Absorption
< 1.0%
AASHTO T 42
Compression Recovery
> 80%
AASHTO T 42
Extrusion
< 0.1 in.
AASHTO T 42
Density
> 3.5 lbs. /cu.ft.
AASHTO T 42
Water Boil (1 hr.)
No expansion
AASHTO T 42
Hydrochloric Acid Boil (1 hr.)
No disintegration
AASHTO T 42
Heat Resistance °F
392 °F± 5 °F
ASTM D 5249
9- 04.2(1) Hot Poured Joint Sealants
This section's content is deleted and replaced with the following new subsections:
9- 04.2(1)A Hot Poured Sealant
Hot poured sealant shall be sampled in accordance with ASTM D5167 and tested in
accordance with ASTM D5329.
9- 04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement
Hot poured sealant for cement concrete pavement shall meet the requirements of
ASTM D6690 Type IV, except for the following:
1. The Cone Penetration at 25 °C shall be 130 maximum.
2. The extension for the Bond, non - immersed, shall be 100 percent.
9- 04.2(1)A2 Hot Poured Sealant for Bituminous Pavement
Hot poured sealant for bituminous pavement shall meet the requirements of ASTM
D6690 Type I or Type II.
9- 04.2(1)B Sand Slurry for Bituminous Pavement
Sand slurry is mixture consisting of the following components measured by total weight:
1. Twenty percent CSS -1 emulsified asphalt,
2. Two percent portland cement, and
3. Seventy -eight percent fine aggregate meeting the requirements of 9- 03.1(2)B
Class 2. Fine aggregate may be damp (no free water).
9- 04.2(2) Poured Rubber Joint Sealer
The last paragraph is deleted.
9- 04.4(1) Rubber Gaskets for Concrete Pipes and Precast Manholes
" AASHTO M 198" is revised to read "ASTM C 990 ".
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
9- 04.4(3) Gaskets for Aluminum or Steel Culvert or Storm Sewer Pipe
In the last sentence, " AASHTO M 198" is revised to read "ASTM C 990 ".
9- 06.AP9
Section 9 -06, Structural Steel and Related Materials
January 3, 2017
9- 06.5(3) High- Strength Bolts
In this section, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ", "ASTM A490" is
revised to read "ASTM F3125 Grade A490 ", and "ASTM F1852" is revised to read "ASTM
F3125 Grade F1852 ".
In the fifth paragraph, "ASTM -A325" is revised to read "ASTM F3125 ".
9 -06.12 Bronze Castings
In this section, "AASHTO M107" is revised to read "ASTM B22 ".
9 -06.16 Roadside Sign Structures
In the first paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ".
9- 07.AP9
Section 9 -07, Reinforcing Steel
August 1, 2016
9- 07.1(1)A Acceptance of Materials
The first sentence of the first paragraph is revised to read:
Reinforcing steel rebar manufacturers shall comply with the National Transportation
Product Evaluation Program (NTPEP) Work Plan for Reinforcing Steel (rebar)
Manufacturers.
The first sentence of the second paragraph is revised to read:
Steel reinforcing bar manufacturers use either English or a Metric size designation while
stamping rebar.
9- 07.1(2) Bending
The first two sentences of the first paragraph are deleted and replaced with the following two
new sentences:
Steel reinforcing bars shall be cut and bent cold to the shapes shown on the Plans.
Fabrication tolerances shall be in accordance with ACI 315.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
9- 10.AP9
Section 9 -10, Piling
August 1, 2016
9 -10.3 Cast -In -Place Concrete Piling
This section is revised to read:
Reinforcement for cast -in -place concrete piles shall conform to Section 9 -07.2.
9- 11.AP9
Section 9 -11, Waterproofing
January 3, 2017
This section (and all subsections), including title, is revised to read:
9 -11 Waterproof Membrane
9 -11.1 Asphalt for Waterproofing
Waterproof membrane shall be a sheet membrane conforming to ASTM D 6153 Type
111, the puncture capacity specified below, and either the thin polymer sheet tensile
stress or the geotextile and fabric grab tensile strength specified below:
Performance Properties
Test Method
equ Specification
Requirements
Tensile Stress
(for Thin Polymer Sheets)
ASTM D 882
75 pounds per inch
min.
Grab Tensile Strength
(for Geotextiles and
Fabrics)
ASTM D 4632
(Woven or
Nonwoven)
200 pounds min.
Puncture Capacity
(For Thin Polymer Sheets,
Geotextiles and Fabrics)
ASTM E 154
200 pounds min.
Waterproofing membrane will be accepted based on a Manufacturer's Certificate of
Compliance with each lot of waterproof membrane.
9 -11.2 Primer for Waterproof Membrane
The primer for the waterproof membrane shall be appropriate for bonding the sheet
membrane to the bridge deck surface and shall be compatible with the membrane in
accordance with the waterproof membrane manufacturer's recommendations.
9- 16.AP9
Section 9 -16, Fence and Guardrail
January 17, 2017
9- 16.3(3) Galvanizing
The first three sentences are deleted and replaced with the following single sentence:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1117/17
W -beam or thrie beam rail elements and terminal sections shall be galvanized in
accordance with AASHTO M 180, Class A, Type II.
9- 20.AP9
Section 9 -20, Concrete Patching Material, Grout, and Mortar
January 3, 2017
This section is supplemented with the following new subsection:
9 -20.5 Bridge Deck Repair Material
Bridge deck repair material shall be either an ultra -low viscosity, two -part liquid,
polyurethane- hybrid polymer concrete, or a pre - packaged cement based repair mortar,
conforming to the following requirements:
1. Minimum compressive strength of 2,500 psi, in accordance with ASTM C 109.
2. Total soluble chloride ion content by mass of product shall conform to the limits
specified in Section 6- 02.3(2) for reinforced concrete.
3. Permeability of less than 2,000 coulombs at 56 -days in accordance with AASHTO
T 277.
If pre - packaged deck repair material does not include coarse aggregate, the Contractor
shall extend the mix with coarse aggregate as recommended by the manufacturer.
9- 23.AP9
Section 9 -23, Concrete Curing Materials and Admixtures
January 3, 2017
9 -23.9 FIy Ash
The first paragraph is revised to read:
FIy ash shall conform to the requirements of AASHTO M295 Class C or F including
supplementary optional chemical requirements as set forth in Table 2.
The last sentence of the last paragraph is revised to read:
The supplementary optional chemical limits in AASHTO M295 Table 2 do not apply to fly
ash used in Controlled Density Fill.
9 -23.12 Metakaolin
This section, including title, is revised to read:
9 -23.12 Natural Pozzolan
Natural Pozzolans shall be either Metakaolin or ground Pumice and shall conform to the
requirements of AASHTO M295 Class N, including supplementary optional chemical
requirements as set forth in Table 2.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
9- 29.AP9
Section 9 -29, Illumination, Signal, Electrical
January 3, 2017
9 -29.2 Junction Boxes, Cable Vaults, and Pull Boxes
This section is supplemented with the following new subsections:
9- 29.2(5) Testing Requirements
The Contractor shall provide for testing of junction boxes, cable vaults and pull boxes.
Junction boxes, cable vaults and pull boxes shall be tested by an independent materials
testing facility, and a test report issued documenting the results of the tests performed.
For each junction box, vault and pull box type, the independent testing laboratory shall
meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment.
The test shall be conducted in the presence of a Professional Engineer, licensed under
Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each test sheet
shall have the Professional Engineer's original signature, date of signature, original seal,
and registration number. One copy of the test report shall be furnished to the Contracting
Agency certifying that the box and cover meet or exceed the loading requirements for that
box type, and shall include the following information:
1. Product identification.
2. Date of testing.
3. Description of testing apparatus and procedure.
4. All Toad deflection and failure data.
5. Weight of box and cover tested.
6. Upon completion of the required test(s) the box shall be loaded to failure or to the
maximum Toad possible on the testing machine (70,000 pounds minimum).
7. A brief description of type and location of failure or statement that the testing
machine reached maximum load without failure of the box.
9- 29.2(5)A Standard Duty Boxes and Vaults
Standard Duty Concrete Junction Boxes, Cable Vaults, and Pull Boxes shall be load
tested to 22,500 pounds. The test Toad shall be applied uniformly through a 10 by 10
by 1 -inch steel plate centered on the lid. The test load shall be applied and released
ten times, and the deflection at the test Toad and released state shall be recorded for
each interval. At each interval the junction box shall be inspected for lid deformation,
failure of the lid /frame welds, vertical and horizontal displacement of the lid /frame,
cracks, and concrete spalling.
Concrete junction boxes will be considered to have withstood the test if none of the
following conditions are exhibited:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1. Permanent deformation of the lid or any impairment to the function of the lid.
2. Vertical or horizontal displacement of the lid frame.
3. Cracks wider than 0.012 inches that extend 12 inches or more.
4. Fracture or cracks passing through the entire thickness of the concrete.
5. Spalling of the concrete.
9- 29.2(5)B Retrofit Security Lids for Standard Duty Concrete Junction Boxes
Security lids used to retrofit existing Standard Duty Concrete Junction Boxes shall be
tested as follows:
1. The security lid shall be installed on any appropriately sized box that is
currently approved on the Qualified Products List.
2. The security lid and box assembly shall be load tested in accordance with
Section 9- 29.2(5)A. After the ten load cycles but before loading to failure, the
security lid shall be fully opened and removed to verify operability.
3. The locking mechanism(s) shall be tested as follows:
a. The locking mechanism shall be cycled 250 times (locked, then unlocked
again) at room temperature (60- 80 °F). If there is more than one identical
locking mechanism, only one needs to be cycled in this manner.
b. Temperature changes should be limited to no more than 60 °F per hour.
c. The security lid shall be cooled to and held at -30 °F for 15 minutes. The
locking mechanism shall then be cycled once to verify operation at this
temperature.
d. The security lid shall be heated to and held at 120 -122 °F for 15 minutes.
The locking mechanism shall then be cycled once to verify operation at
this temperature.
e. The security lid shall be temperature adjusted to and held at 110 °F and
95% humidity for 15 minutes. The locking mechanism shall then be
cycled once to verify operation at this temperature and humidity.
9- 29.2(5)C Standard Duty Non - Concrete Junction Boxes
Non - concrete Junction Boxes shall be tested as defined in the ANSI /SCTE 77 Tier 15
test method using the test load of 22,500 pounds (minimum) in place of the design
load during testing. In addition, the Contractor shall provide a Manufacturer Certificate
of Compliance for each non - concrete junction box installed.
9- 29.2(5)D Heavy -Duty Boxes and Vaults
Heavy -Duty Junction Boxes, Cable Vaults, and Pull Boxes shall be load tested to
46,000 pounds. The test load shall be applied vertically through a 10 by 20 by 1 -inch
steel plate centered on the lid with an orientation both on the long axis and the short
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
axis of the junction box. The test load shall be applied and released ten times on each
axis. The deflection at the test load and released state shall be recorded for each
interval. At each interval the test box shall be inspected for lid deformation, failure of
the lid or frame welds, vertical and horizontal displacement of the lid frame, cracks,
and concrete spalling. After the twentieth loading interval the test shall be terminated
with a 60,000 pound load being applied vertically through the steel plate centered on
the lid and with the long edge of steel plate orientated parallel to the long axis of the
box.
Heavy -Duty Junction Boxes will be considered to have withstood the 46,000 pound
test if none of the following conditions are exhibited:
1. Permanent deformation of the lid or any impairment to the function of the lid.
2. Vertical or horizontal displacement of the lid frame.
3. Cracks wider than 0.012 inches that extend 12 inches or more.
4. Fracture or cracks passing through the entire thickness of the concrete.
5. Spalling of the concrete.
Heavy -Duty Junction Boxes will be considered to have withstood the 60,000 pound
test if all of the following conditions are exhibited:
1. The lid is operational.
2. The lid is securely fastened.
3. The welds have not failed.
4. Permanent dishing or deformation of the lid is'/ inch or less.
5. No buckling or collapse of the box.
9- 29.2(1) Standard Duty and Heavy Duty Junction Boxes
This section, including title, is revised to read:
9- 29.2(1) Junction Boxes
For the purposes of this Specification concrete is defined as portland cement concrete and
non - concrete is all others.
The Contractor shall provide shop drawings for all components, hardware, lid, frame,
reinforcement, and box dimensions. The shop drawings shall be prepared by (or under the
supervision of) a Professional Engineer, licensed under Title 18 RCW, State of
Washington, in the branch of Civil or Structural. Each sheet shall carry the following:
1. Professional Engineer's original signature, date of signature, original seal, and
registration number. If a complete assembly drawing is included which references
additional drawing numbers, including revision numbers for those drawings, then
only the complete assembly drawing is required to be stamped.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
2. The initials and dates of all participating design professionals.
3. Clear notation of all revisions including identification of who authorized the
revision, who made the revision, and the date of the revision.
Design calculations shall carry on the cover page, the Professional Engineer's original
signature, date of signature, original seal, and registration number.
For each type of junction box, or whenever there is a change to the junction box design, a
proof test, as defined in this Specification, shall be performed and new shop drawings
submitted.
9- 29.2(1)A Standard Duty Junction Boxes
This section is revised to read:
Standard Duty Junction Boxes are defined as Type 1, 2 and 8 junction boxes and shall
have a minimum load rating of 22,500 pounds and be tested in accordance with Section 9-
29.2(5). A complete Type 8 Junction Box includes the spread footing shown in the
Standard Plans. All Standard Duty Junction Boxes placed in sidewalks, walkways, and
shared use paths shall have slip resistant surfaces. Non -slip lids and frames shall be hot
dip galvanized in accordance with AASHTO M111.
9- 29.2(1)A1 Concrete Junction Boxes
The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be
painted with a black paint containing rust inhibiters or painted with a shop applied,
inorganic zinc primer in accordance with Section 6 -07.3, or hot -dip galvanized in
accordance with AASHTO M 111.
Concrete used in Standard Duty Junction Boxes shall have a minimum compressive
strength of 6,000 psi when reinforced with a welded wire hoop, or 4,000 psi when
reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored
to the box by welding headed studs % by 3 inches long, as specified in Section 9-
06.15, to the frame. The wire fabric shall be attached to the studs and frame with
standard tie practices. The box shall contain ten studs located near the centerline of
the frame and box wall. The studs shall be placed one anchor in each corner, one at
the middle of each width and two equally spaced on each length of the box.
Materials for Type 1, 2, and 8 Concrete Junction Boxes shall conform to the following:
Materials
Requirement
Concrete
Section 6 -02
Reinforcing Steel
Section 9 -07
Fiber Reinforcing
ASTM C1116, Type 111
Lid
ASTM A786 diamond plate steel
Slip Resistant Lid
ASTM A36 steel
Frame
ASTM A786 diamond plate steel or ASTM A36
steel
Slip Resistant Frame
ASTM A36 steel
Lid Support
ASTM A36 steel, or ASTM A1011 SS Grade 36
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
9- 29.2(1)A2 Non - Concrete Junction Boxes
Material for the non - concrete junction boxes shall be of a quality that will provide for a
similar life expectancy as portland cement concrete in a direct burial application.
Type 1, 2, and 8 non - concrete junction boxes shall have a Design Load of 22,500
pounds and shall be tested in accordance with Section 9- 29.2(5). Non - concrete
junction boxes shall be gray in color and have an open bottom design with
approximately the same inside dimensions, and present a load to the bearing surface
that is less than or equal to the loading presented by the concrete junction boxes
shown in the Standard Plans. Non - concrete junction box lids shall include a pull slot
and embedded 6 by 6 by' /4 -inch steel plate, and shall be secured with two 1/2 inch
stainless steel Penta -head bolts recessed into the cover. The tapped holes for the
securing bolts shall extend completely through the box to prevent accumulation of
debris. Bolts shall conform to ASTM F593, stainless steel.
9- 29.2(1)B Heavy -Duty Junction Boxes
The first paragraph is revised to read:
Heavy -Duty Junction Boxes are defined as Type 4, 5, and 6 junction boxes and shall be
concrete and have a minimum vertical load rating of 46,000 pounds without permanent
deformation and 60,000 pounds without failure when tested in accordance with Section 9-
29.2(5).
9- 29.2(1)C Testing Requirements
This section is deleted in its entirety.
9- 29.2(2) Small Cable Vaults, Standard Duty Cable Vaults, Standard Duty Pull
Boxes, and Heavy Duty Pull Boxes
This section, including title, is revised to read:
9- 29.2(2) Cable Vaults and Pull Boxes
Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete lid.
The lids for Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the
same box as shown in the Standard Plans.
The Contractor shall provide shop drawings for all components, including concrete box,
Cast Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings shall
show placement of reinforcing steel, knock outs, and any other appurtenances. The shop
drawing shall be prepared by or under the direct supervision of a Professional Engineer,
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
(or higher)
Handle & Handle support
ASTM A36 steel, or ASTM A1O11 CS (Any
Grade) or SS (Any Grade)
Anchors (studs)
Section 9 -06.15
Bolts, Studs, Nuts, Washers
ASTM F593 or A193, Type 304 or 316, or
Stainless Steel grade 302, 304, or 316 steel in
accordance with approved shop drawing
Locking and Latching
Mechanism Hardware and Bolts
In accordance with approved shop drawings
9- 29.2(1)A2 Non - Concrete Junction Boxes
Material for the non - concrete junction boxes shall be of a quality that will provide for a
similar life expectancy as portland cement concrete in a direct burial application.
Type 1, 2, and 8 non - concrete junction boxes shall have a Design Load of 22,500
pounds and shall be tested in accordance with Section 9- 29.2(5). Non - concrete
junction boxes shall be gray in color and have an open bottom design with
approximately the same inside dimensions, and present a load to the bearing surface
that is less than or equal to the loading presented by the concrete junction boxes
shown in the Standard Plans. Non - concrete junction box lids shall include a pull slot
and embedded 6 by 6 by' /4 -inch steel plate, and shall be secured with two 1/2 inch
stainless steel Penta -head bolts recessed into the cover. The tapped holes for the
securing bolts shall extend completely through the box to prevent accumulation of
debris. Bolts shall conform to ASTM F593, stainless steel.
9- 29.2(1)B Heavy -Duty Junction Boxes
The first paragraph is revised to read:
Heavy -Duty Junction Boxes are defined as Type 4, 5, and 6 junction boxes and shall be
concrete and have a minimum vertical load rating of 46,000 pounds without permanent
deformation and 60,000 pounds without failure when tested in accordance with Section 9-
29.2(5).
9- 29.2(1)C Testing Requirements
This section is deleted in its entirety.
9- 29.2(2) Small Cable Vaults, Standard Duty Cable Vaults, Standard Duty Pull
Boxes, and Heavy Duty Pull Boxes
This section, including title, is revised to read:
9- 29.2(2) Cable Vaults and Pull Boxes
Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete lid.
The lids for Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the
same box as shown in the Standard Plans.
The Contractor shall provide shop drawings for all components, including concrete box,
Cast Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings shall
show placement of reinforcing steel, knock outs, and any other appurtenances. The shop
drawing shall be prepared by or under the direct supervision of a Professional Engineer,
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural. Each
sheet shall carry the following:
1. Professional Engineer's original signature, date of signature, original seal, and
registration number. If a complete assembly drawing is included which references
additional drawing numbers, including revision numbers for those drawings, then
only the complete assembly drawing is required to be stamped.
2. The initials and dates of all participating design professionals.
3. Clear notation of all revisions including identification of who authorized the
revision, who made the revision, and the date of the revision.
Design calculations shall carry on the cover page, the Professional Engineer's original
signature, date of signature, original seal, and registration number.
For each type of box or whenever there is a change to the Cable Vault or Pull box design, a
proof test, as defined in this Specification, shall be performed and new shop drawings
submitted.
9- 29.2(2)A Small Cable Vaults, Standard Duty Cable Vaults, and Standard Duty
Pull Boxes
This section's title is revised to read:
9- 29.2(2)A Standard Duty Cable Vaults and Pull Boxes
The first paragraph is revised to read:
Standard Duty Cable Vaults and Pull Boxes shall be concrete and have a minimum Toad
rating of 22,500 pounds and be tested in accordance with Section 9- 29.2(5). For the
purposes of this Section, Small Cable Vaults are considered a type of Standard Duty Cable
Vault.
The first sentence of the second paragraph is revised to read:
Concrete for Standard Duty Cable Vaults and Pull Boxes shall have a minimum
compressive strength of 4,000 psi.
The first sentence of the third paragraph is revised to read:
All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways, and shared -
use paths shall have slip- resistant surfaces.
The fourth paragraph (up until the colon) is revised to read:
Materials for Standard Duty Cable Vaults and Pull Boxes shall conform to the following:
9- 29.2(2)B Heavy -Duty Cable Vaults and Pull Boxes
The first paragraph is revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
Heavy -Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a
minimum compressive strength of 4,000 psi, and have a minimum vertical load rating of
46,000 pounds without permanent deformation and 60,000 pounds without failure when
tested in accordance with Section 9- 29.2(5).
9- 29.2(3) Structure Mounted Junction Boxes
The first and second paragraphs are revised to read:
Surface mounted junction boxes and concrete embedded junction boxes installed in cast -
in -place structures shall be stainless steel NEMA 4X.
Concrete embedded junction boxes installed in structures constructed by slip forming shall
be stainless steel NEMA 3R and shall be adjustable for depth, with depth adjustment bolts,
which are accessible from the front face of the junction box with the lid installed.
9- 29.3(1) Fiber Optic Cable
This section is revised to read:
All fiber optic cables shall be single mode fiber optic cables unless otherwise specified in
the Contract. All fiber optic cables shall meet the following requirements:
a. Compliance with the current version of ANSI /ICEA S -87 -640. A product data
specification sheet clearly identifying compliance or a separate letter from
manufacturer to state compliance shall be provided.
b. Cables shall be gel free, loose tube, low water peak, and all dielectric with no
metallic component.
c. Cables shall not be armored unless specified in the Contract.
d. Cables shall be approved for mid -span entries and be rated by the manufacturer
for outside plant (OSP) use, placement in underground ducts, and aerial
installations.
e. Fiber counts shall be as specified in the Contract.
f. Fibers and buffer tubes shall be color coded in accordance with the current
version of EIA/TIA -598.
g.
Fibers shall not have any factory splices.
h. Outer Jacket shall be Type M (Medium Density Polyethylene). Outer jacket shall
be free from holes, splits, blisters, or other imperfections and must be smooth and
concentric as is consistent with the best commercial practice.
i. A minimum of one (1) rip cord is required for each cable.
j. Cable markings shall meet the following additional requirements:
1. Color shall be white or silver.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1117/17
2. Markings shall be approximately 3 millimeters (118 mils) in height, and
dimensioned and spaced to produce good legibility.
3. Markings shall include the manufacturer's name, year of manufacture, the
number of fibers, the words "OPTICAL CABLE ", and sequential length marks.
4. Sequential length markings shall be in meters or feet, spaced at intervals not
more than 1 meter or 2 feet apart, respectively.
5. The actual cable length shall not be shorter than the cable length marking.
The actual cable length may be up to 1`)/0 longer than the cable length
marking.
6. Cables with initial markings that do not meet these requirements will not be
accepted and may not be re- marked.
k. Short term tensile strength shall be a minimum of 600 pounds (1bs). Long term
tensile strength shall be a minimum of 180 pounds (1bs). Tensile strength shall
be achieved using a fiberglass reinforced plastic (FRP) central member and / or
aramid yarns.
I. All cables shall be new and free of material or manufacturing defects and
dimensional non - uniformity that would:
1. Interfere with the cable installation using accepted cable installation practices;
2. Degrade the transmission performance or environmental resistance after
installation;
3. Inhibit proper connection to interfacing elements;
4. Otherwise yield an inferior product.
m. The fiber optic cables shall be shipped on reels with a drum diameter at least 20
times the diameter of the cable, in order to prevent damage to the cable. The reels
shall be substantial and constructed so as to prevent damage during shipment
and handling. Reels shall be labeled with the same information required for the
cable markings, with the exception that the total length of cable shall be marked
instead of incremental length marks. Reels shall also be labeled with the type of
cable.
This section is supplemented with the following new subsection:
9- 29.3(1)B Multimode Optical Fibers
Where multimode fiber optic cables are specified in the Contract, the optical fibers shall be
one of the following types, as specified in the Contract:
a. Type OM1, meeting the requirements of EIA/TIA 492 - AAAA -A or ISO /IEC 11801.
The fiber core diameter shall be 62.5 pm.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
a
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
b. Type 0M2, meeting the requirements of EIA/TIA 492 - AAAB -A or ISO /IEC 11801.
The fiber core diameter shall be 50 pm.
All multimode optical fibers shall have a maximum attenuation of 3.0 dB /km at 850nm and
1.0 dB /km at 1300nm. Completed cable assemblies shall be rated for 1000BaseLX
Ethernet communications.
9- 29.3(1)A Singlemode Fiber Optic Cable
This section is revised to read:
Single -Mode optical fibers shall be EIA/TIA 492 -CAAB or ISO /IEC 11801 Type 0S2, low
water peak zero dispersion fibers, meeting the requirements of ITU -T G.652.D.
9 -29.6 Light and Signal Standards
The third paragraph is revised to read:
Light standard, signal standards, slip base hardware and foundation hardware shall be hot
dip galvanized in accordance with AASHTO M 111 and AASHTO M 232. Where colored
standards are required, standards shall be powder- coated after galvanizing in accordance
with Section 6- 07.3(11). The standard color shall be as specified in the Contract.
9- 29.6(1) Steel Light and Signal Standards
In the first paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ".
9- 29.6(2) Slip Base Hardware
In this section, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ".
9- 29.7(2) Fused Quick- Disconnect Kits
The table is supplemented with the following new row:
LED*
10A
10A
20A
The following footnote is inserted after the table:
* Applies to all LED luminaires, regardless of wattage. Fuses for LED luminaires shall be
slow blow.
9 -29.10 Luminaires
The first sentence of the third paragraph is revised to read:
All luminaires shall be provided with markers for positive identification of Tight source type
and wattage in accordance with ANSI C136.15 -2011, with the exception that LED
luminaires shall be labeled with the wattage of their conventional luminaire equivalents —
the text "LED" is optional.
The table in the fourth paragraph is revised to read:
Conventional Lamp
Conventional Wattage
Equivalent LED
Wattage
Legend
Legend
70
7
7E
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
100
10
10E
150
15
15E
175
17
17E
200
20
20E
250
25
25E
310
31
31E
400
40
40E
700
70
70E
750
75
75E
1,000
X1
X1E
9 -29.25 Amplifier, Transformer, and Terminal Cabinets
Item 2C is revised to read:
c. Transformer up to 12.5 KVA 20" 48" 24"
Transformer 12.6 to 35 KVA 30" 60" 32"
The following new sentence is inserted before the last sentence of item number 10:
There shall be an isolation breaker on the input (line) side of the transformer, and a breaker
array on the output (load) side.
9- 35.AP9
Section 9 -35, Temporary Traffic Control Materials
August 1, 2016
9 -35.12 Transportable Attenuator
The second sentence of the first paragraph is revised to read:
1
1
1
1
1
1
1
1
1
The transportable attenuator shall be mounted on, or attached to, a host vehicle that
complies with the manufacturer's recommended weight range.
1
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/17/17
1
1
1
1
1
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
SPECIAL PROVISIONS
Page 60
RFB # 17 -004
March 2017
1
INTRODUCTION TO THE SPECIAL PROVISIONS
(August 14, 2013 APWA GSP)
The work on this project shall be accomplished in accordance with the Standard Specifications
for Road, Bridge and Municipal Construction, 2016 edition, as issued by the Washington State
Department of Transportation (WSDOT) and the American Public Works Association (APWA),
Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications,
as modified or supplemented by the Amendments to the Standard Specifications and these
Special Provisions, all of which are made a part of the Contract Documents, shall govern all of
the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) from various
sources, which may have project - specific fill -ins; and project - specific Special Provisions. Each
Provision either supplements, modifies, or replaces the comparable Standard Specification, or is
a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion
of the Standard Specifications is meant to pertain only to that particular portion of the section,
and in no way should it be interpreted that the balance of the section does not apply.
The project - specific Special Provisions are not labeled as such. The GSPs are labeled under the
headers of each GSP, with the effective date of the GSP and its source. For example:
(March 8, 2013 APWA GSP)
(April 1, 2013 WSDOT GSP)
Also incorporated into the Contract Documents by reference are:
• Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted
edition, with Washington State modifications, if any
• Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current
edition
• City of Federal Way Public Works Development Standards
Contractor shall obtain copies of these publications, at Contractor's own expense.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -1
RFB #17 -004
Mar 2017
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995 WSDOT GSP)
This Contract provides for the improvement of the 21st Ave S (S 316th St to S 320th St)
Pedestrian Improvements and other work, all in accordance with the attached Contract
Plans, these Contract Provisions, and the Standard Specifications.
1 -01.3 Definitions
(January 4, 2016 APWA GSP)
Delete the heading Completion Dates and the three paragraphs that follow it, and replace
them with the following:
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the Bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the Work.
Contract Execution Date
The date the Contracting Agency officially binds the Agency to the Contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the Contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted use
and benefit of the facilities, both from the operational and safety standpoint, any
remaining traffic disruptions will be rare and brief, and only minor incidental work,
replacement of temporary substitute facilities, plant establishment periods, or correction
or repair remains for the Physical Completion of the total Contract.
Physical Completion Date
The day all of the Work is physically completed on the project. All documentation
required by the Contract and required by law does not necessarily need to be furnished
by the Contractor by this date.
Completion Date
The day all the Work specified in the Contract is completed and all the obligations of the
Contractor under the contract are fulfilled by the Contractor. All documentation required
by the Contract and required by law must be furnished by the Contractor before
establishment of this date.
Final Acceptance Date
The date on which the Contracting Agency accepts the Work as complete.
Supplement this Section with the following:
All references in the Standard Specifications, Amendments, or WSDOT General Special
Provisions, to the terms "Department of Transportation ", "Washington State
Transportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary",
"Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency."
City of Federal Way
21st Ave S Pedestrian Improvements
SP -2
RFB #17 -004
Mar 2017
All references to the terms "State" or "state" shall be revised to read "Contracting
Agency" unless the reference is to an administrative agency of the State of Washington,
a State statute or regulation, or the context reasonably indicates otherwise.
All references to "State Materials Laboratory" shall be revised to read "Contracting
Agency designated location."
All references to "final contract voucher certification" shall be interpreted to mean the
Contracting Agency form(s) by which final payment is authorized, and final completion
and acceptance granted.
Additive
A supplemental unit of work or group of bid items, identified separately in the Bid
Proposal, which may, at the discretion of the Contracting Agency, be awarded in
addition to the base bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the Bid
Proposal, from which the Contracting Agency may make a choice between different
methods or material of construction for performing the same work.
Business Day
A business day is any day from Monday through Friday except holidays as listed in
Section 1 -08.5.
Contract Bond
The definition in the Standard Specifications for "Contract Bond" applies to whatever
bond form(s) are required by the Contract Documents, which may be a combination of a
Payment Bond and a Performance Bond.
Contract Documents
See definition for "Contract."
Contract Time
The period of time established by the terms and conditions of the Contract within which
the Work must be physically completed.
Notice of Award
The written notice from the Contracting Agency to the successful Bidder signifying the
Contracting Agency's acceptance of the Bid Proposal.
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor
authorizing and directing the Contractor to proceed with the Work and establishing the
date on which the Contract time begins.
Traffic
Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian traffic.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -3
RFB #17 -004
Mar 2017
1 -02 BID PROCEDURES AND CONDITIONS,
1 -02.1 Prequalification of Bidders
Delete this Section and rep /ace it with the following:
1 -02.1 Qualifications of Bidder
(January 24, 2011 APWA GSP)
Before award of a public works Contract, a bidder must meet at least the minimum
qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified
to be awarded a public works project.
1 -02.2 Plans and Specifications
(June 27, 2011 APWA GSP)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed can be found in
the Call for Bids (Advertisement for Bids) for the work.
After award of the Contract, Plans and specifications will be issued to the Contractor at
no cost as detailed below:
To Prime Contractor
Setsf
Basis of Distribution
Reduced Plans (11" x 17 ")
6
Furnished automatically upon award.
Contract Provisions
6
Furnished automatically upon award.
Large Plans (e.g., 22" x 34 ")
2
Furnished only upon request.
Additional Plans and Contract Provisions may be obtained by the Contractor from the
source stated in the Call for Bids, at the Contractor's own expense.
1 -02.5 Proposal Forms
(June 27, 2011 APWA GSP)
Delete this section and replace it with the following:
The Proposal Form will identify the project and its location and describe the work. It will
also list estimated quantities, units of measurement, the items of work, and the
materials to be furnished at the unit Bid prices. The bidder shall complete spaces on the
Proposal form that call for, but are not limited to, unit prices; extensions; summations;
the total Bid amount; signatures; date; and, where applicable, retail sales taxes and
acknowledgment of addenda; the bidder's name, address, telephone number, and
signature; the bidder's D /M /WBE commitment, if applicable; a State of Washington
Contractor's Registration Number; and a Business License Number, if applicable. Bids
shall be completed by typing or shall be printed in ink by hand, preferably in black ink.
The required certifications are included as part of the Proposal Form.
The Contracting Agency reserves the right to arrange the Proposal forms with alternates
and additives, if such be to the advantage of the Contracting Agency. The bidder shall
Bid on all alternates and additives set forth in the Proposal Form unless otherwise
specified.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -4
RFB #17 -004
Mar 2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 -02.6 Preparation of Proposal
(June 27, 2011 APWA GSP)
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item, the unit or lump
sum price must equal or exceed the minimum amount stated.
5. Any correction to a bid made by interlineation, alteration, or erasure, shall be
initialed by the signer of the bid.
Delete the last paragraph, and replace it with the following:
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a
vice president (or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a
partner. A copy of the partnership agreement shall be submitted with the Bid Form if
any D /M /WBE requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a
member of the joint venture. A copy of the joint venture agreement shall be submitted
with the Bid Form if any D/W /MBE requirements are to be satisfied through such an
agreement.
The fourth paragraph of Section 1 -02.6 is revised to read:
(May 7, 2012 WSDOT GSP)
The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprise
(DBE) Utilization Certification, when required by the Special Provisions. For each and
every DBE firm listed on the Bidder's completed Disadvantaged Business Enterprise
Utilization Certification, the Bidder shall submit written confirmation from that DBE firm
that the DBE is in agreement with the DBE participation commitment that the Bidder has
made in the Bidder's completed Disadvantaged Business Enterprise Utilization
Certification. WSDOT Form 422 031 EF (Disadvantaged Business Enterprise Written
Confirmation Document) is to be used for this purpose. Bidder must submit good faith
effort documentation only in the event the bidder's efforts to solicit sufficient DBE
participation have been unsuccessful. Directions for delivery of the Disadvantaged
Business Enterprise Written confirmation Documents and Disadvantaged Business
Enterprise Good Faith Effort documentation are included in Sections 1 -02.9.
Section 1 -02.6 is supplemented with the following:
(August 2, 2004 WSDOT GSP)
The fifth and sixth paragraphs of Section 1 -02.6 are deleted.
Add the following new section:
1- 02.6(1) Recycled Materials Proposal
(January 4, 2016 APWA GSP)
The Bidder shall submit with the Bid, its proposal for incorporating recycled materials
into the project, using the form provided in the Contract Provisions.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -5
RFB #17 -004
Mar 2017
1 -02.7 Bid Deposit
(March 8, 2013 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency- assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage
which represents five percent of the maximum bid amount that could be
awarded;
5. Signature of the bidder's officer empowered to sign official statements. The
signature of the person authorized to submit the bid should agree with the
signature on the bond, and the title of the person must accompany the said
signature;
6. The signature of the surety's officer empowered to sign the bond and the power
of attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.
1 -02.9 Delivery of Proposal
(August 15, 2016 APWA GSP, Option A)
Delete this section and replace it with the following:
Each proposal shall be submitted in a sealed envelope, with the Project Name and
Project Number as stated in the CaII for Bids clearly marked on the outside of the
envelope, or as otherwise required in the Bid Documents, to ensure proper handling and
delivery.
If the project has FHWA funding and requires DBE Written Confirmation Document(s) or
Good Faith Effort (GFE) Documentation, then to be considered responsive, the Bidder
shall submit written Confirmation Documentation from each DBE firm listed on the
Bidder's completed DBE Utilization Certification, form 272 -056 EF, as required by Section
1 -02.6. The DBE Written Confirmation Document(s) and /or GFE (if any) shall be
received either with the Bid Proposal or as a Supplement to the Bid. The document(s)
shall be received no later than 24 hours (not including Saturdays, Sundays and
Holidays) after the time for delivery of the Bid Proposal.
If submitted after the Bid Proposal is due, the document(s) must be submitted in a
sealed envelope labeled the same as for the Proposal, with "DBE Supplemental
Information" added. All other information required to be submitted with the Bid
Proposal must be submitted with the Bid Proposal itself, at the time stated in the Call for
Bids.
The Contracting Agency will not open or consider any Bid Proposal that is received after
the time specified in the Call for Bids for receipt of Bid Proposals, or received in a
City of Federal Way
21st Ave S Pedestrian Improvements
SP -6
RFB #17 -004
Mar 2017
location other than that specified in the Call for Bids. The Contracting Agency will not
open or consider any DBE confirmations or GFE documentation proposal that is received
after the time specified above, or received in a location other than that specified in the
Call for Bids.
1 -02.10 Withdrawing, Revising, or Supplementing Proposal
(July 23, 2015 APWA GSP)
Delete this section, and replace it with the following:
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may
withdraw, revise, or supplement it if:
1. The Bidder submits a written request signed by an authorized person and
physically delivers it to the place designated for receipt of Bid Proposals,
and
2. The Contracting Agency receives the request before the time set for
receipt of Bid Proposals, and
3. The revised or supplemented Bid Proposal (if any) is received by the
Contracting Agency before the time set for receipt of Bid Proposals.
If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received
before the time set for receipt of Bid Proposals, the Contracting Agency will return the
unopened Proposal package to the Bidder. The Bidder must then submit the revised or
supplemented package in its entirety. If the Bidder does not submit a revised or
supplemented package, then its bid shall be considered withdrawn.
Late revised or supplemented Bid Proposals or late withdrawal requests will be date
recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed
requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.
1 -02.13 Irregular Proposals
(January 4, 2016 APWA GSP)
Delete this section and replace it with the following:
1. A proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
b. The authorized proposal form furnished by the Contracting Agency is not
used or is altered;
c. The completed proposal form contains any unauthorized additions,
deletions, alternate Bids, or conditions;
d. The Bidder adds provisions reserving the right to reject or accept the
award, or enter into the Contract;
e. A price per unit cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
The Bidder fails to submit or properly complete a Subcontractor list, if
applicable, as required in Section 1 -02.6;
g.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -7
RFB #17 -004
Mar 2017
h. The Bidder fails to submit or properly complete a Disadvantaged Business
Enterprise Certification, if applicable, as required in Section 1 -02.6;
i. The Bidder fails to submit written confirmation from each DBE firm listed
on the Bidder's completed DBE Utilization Certification that they are in
agreement with the bidders DBE participation commitment, if applicable,
as required in Section 1 -02.6, or if the written confirmation that is
submitted fails to meet the requirements of the Special Provisions;
The Bidder fails to submit DBE Good Faith Effort documentation, if
applicable, as required in Section 1 -02.6, or if the documentation that is
submitted fails to demonstrate that a Good Faith Effort to meet the
Condition of Award was made;
k. The Bid Proposal does not constitute a definite and unqualified offer to
meet the material terms of the Bid invitation; or
I. More than one proposal is submitted for the same project from a Bidder
under the same or different names.
2. A Proposal may be considered irregular and may be rejected if:
a. The Proposal does not include a unit price for every Bid item;
b. Any of the unit prices are excessively unbalanced (either above or below
the amount of a reasonable Bid) to the potential detriment of the
Contracting Agency;
c. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint venture or
partnership submit Proposals for the same project (in such an instance,
both Bids may be rejected); or
e. If Proposal form entries are not made in ink.
J
1 -02.14 Disqualification of Bidders
(March 8, 2013 APWA GSP, Option 8)
Delete this Section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory
bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet the
following Supplemental Criteria:
1. Delinquent State Taxes
A. Criterion: The Bidder shall not owe delinquent taxes to the Washington
State Department of Revenue without a payment plan approved by the
Department of Revenue.
B. Documentation: The Bidder shall not be listed on the Washington State
Department of Revenue's "Delinquent Taxpayer List" website:
http: / /dor.wa.gov/ content / fileandpaytaxes /latefiling /dtlwest.aspx , or if
they are so listed, they must submit a written payment plan approved by
the Department of Revenue, to the Contracting Agency by the deadline
listed below.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -8
RFB #17 -004
Mar 2017
2. Federal Debarment
A. Criterion: The Bidder shall not currently be debarred or suspended by the
Federal government.
B. Documentation: The Bidder shall not be listed as having an "active
exclusion" on the U.S. government's "System for Award Management"
database (www.sam.gov).
3. Subcontractor Responsibility
A. Criterion: The Bidder's standard subcontract form shall include the
subcontractor responsibility language required by RCW 39.06.020, and
the Bidder shall have an established procedure which it utilizes to validate
the responsibility of each of its subcontractors. The Bidder's subcontract
form shall also include a requirement that each of its subcontractors shall
have and document a similar procedure to determine whether the sub -
tier subcontractors with whom it contracts are also "responsible"
subcontractors as defined by RCW 39.06.020.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a copy of its standard subcontract form for review by the
Contracting Agency, and a written description of its procedure for
validating the responsibility of subcontractors with which it contracts.
4. Prevailing Wages
A. Criterion: The Bidder shall not have a record of prevailing wage violations
as determined by WA Labor & Industries in the five years prior to the bid
submittal date, that demonstrates a pattern of failing to pay workers
prevailing wages, unless there are extenuating circumstances and such
circumstances are deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a list of all prevailing wage violations in the five years prior to the
bid submittal date, along with an explanation of each violation and how it
was resolved. The Contracting Agency will evaluate these explanations
and the resolution of each complaint to determine whether the violation
demonstrate a pattern of failing to pay its workers prevailing wages as
required.
5. Claims Against Retainage and Bonds
A. Criterion: The Bidder shall not have a record of excessive claims filed
against the retainage or payment bonds for public works projects in the
three years prior to the bid submittal date, that demonstrate a lack of
effective management by the Bidder of making timely and appropriate
payments to its subcontractors, suppliers, and workers, unless there are
extenuating circumstances and such circumstances are deemed
acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a list of the public works projects completed in the three years
City of Federal Way
21st Ave S Pedestrian Improvements
SP-9
RFB #17 -004
Mar 2017
prior to the bid submittal date that have had claims against retainage and
bonds and include for each project the following information:
• Name of project
• The owner and contact information for the owner;
• A list of claims filed against the retainage and /or payment bond
for any of the projects listed;
• A written explanation of the circumstances surrounding each claim
and the ultimate resolution of the claim.
6. Public Bidding Crime
A. Criterion: The Bidder and /or its owners shall not have been convicted of a
crime involving bidding on a public works contract in the five years prior
to the bid submittal date.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency)
that the Bidder and /or its owners have not been convicted of a crime
involving bidding on a public works contract.
7. Termination for Cause / Termination for Default
A. Criterion: The Bidder shall not have had any public works contract
terminated for cause or terminated for default by a government agency in
the five years prior to the bid submittal date, unless there are extenuating
circumstances and such circumstances are deemed acceptable to the
Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency)
that the Bidder has not had any public works contract terminated for
cause or terminated for default by a government agency in the five years
prior to the bid submittal date; or if Bidder was terminated, describe the
circumstances. .
8. Lawsuits
A. Criterion: The Bidder shall not have lawsuits with judgments entered
against the Bidder in the five years prior to the bid submittal date that
demonstrate a pattern of failing to meet the terms of contracts, unless
there are extenuating circumstances and such circumstances are deemed
acceptable to the Contracting Agency
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency)
that the Bidder has not had any lawsuits with judgments entered against
the Bidder in the five years prior to the bid submittal date that
demonstrate a pattern of failing to meet the terms of contracts, or shall
submit a list of all lawsuits with judgments entered against the Bidder in
the five years prior to the bid submittal date, along with a written
explanation of the circumstances surrounding each such lawsuit. The
Contracting Agency shall evaluate these explanations to determine
City of Federal Way
21st Ave S Pedestrian Improvements
SP -10
RFB #17 -004
Mar 2017
whether the lawsuits demonstrate a pattern of failing to meet of terms of
construction related contracts
As evidence that the Bidder meets the mandatory and supplemental
responsibility criteria stated above, the apparent two lowest Bidders must
submit to the Contracting Agency by 12:00 P.M. (noon) of the second
business day following the bid submittal deadline, a written statement
verifying that the Bidder meets all of the mandatory and supplemental
criteria together with supporting documentation including but not limited
to that detailed above (sufficient in the sole judgment of the Contracting
Agency) demonstrating compliance with all mandatory and supplemental
responsibility criteria. The Contracting Agency reserves the right to
request such documentation from other Bidders as well, and to request
further documentation as needed to assess Bidder responsibility. The
Contracting Agency also reserves the right to obtain information from
third - parties and independent sources of information concerning a
Bidder's compliance with the mandatory and supplemental criteria, and to
use that information in their evaluation. The Contracting Agency may
(but is not required to) consider mitigating factors in determining whether
the Bidder complies with the requirements of the supplemental criteria.
The basis for evaluation of Bidder compliance with these mandatory and
supplemental criteria shall include any documents or facts obtained by
Contracting Agency (whether from the Bidder or third parties) including
but not limited to: (i) financial, historical, or operational data from the
Bidder; (ii) information obtained directly by the Contracting Agency from
others for whom the Bidder has worked, or other public agencies or
private enterprises; and (iii) any additional information obtained by the
Contracting Agency which is believed to be relevant to the matter.
If the Contracting Agency determines the Bidder does not meet the
bidder responsibility criteria above and is therefore not a responsible
Bidder, the Contracting Agency shall notify the Bidder in writing, with the
reasons for its determination. If the Bidder disagrees with this
determination, it may appeal the determination within two (2) business
days of the Contracting Agency's determination by presenting its appeal
and any additional information to the Contracting Agency. The
Contracting Agency will consider the appeal and any additional
information before issuing its final determination. If the final
determination affirms that the Bidder is not responsible, the Contracting
Agency will not execute a contract with any other Bidder until at least two
business days after the Bidder determined to be not responsible has
received the Contracting Agency's final determination.
Request to Change Supplemental Bidder Responsibility Criteria Prior To
Bid: Bidders with concerns about the relevancy or restrictiveness of the
Supplemental Bidder Responsibility Criteria may make or submit requests
to the Contracting Agency to modify the criteria. Such requests shall be
in writing, describe the nature of the concerns, and propose specific
modifications to the criteria. Bidders shall submit such requests to the
City of Federal Way
21st Ave S Pedestrian Improvements
SP -11
RFB #17 -004
Mar 2017
Contracting Agency no later than five (5) business days prior to the bid
submittal deadline and address the request to the Project Engineer or
such other person designated by the Contracting Agency in the Bid
Documents.
1 -02.15 Pre -Award Information
(August 14, 2013 APWA GSP)
Revise this section to read:
Before awarding any contract, the Contracting Agency may require one or more of these
items or actions of the apparent lowest responsible bidder:
1. A complete statement of the origin, composition, and manufacture of any
or all materials to be used,
2. Samples of these materials for quality and fitness tests,
3. A progress schedule (in a form the Contracting Agency requires) showing
the order of and time required for the various phases of the work,
4. A breakdown of costs assigned to any bid item,
5. Attendance at a conference with the Engineer or representatives of the
Engineer,
6. Obtain, and furnish a copy of, a business license to do business in the city
or county where the work is located.
7. Any other information or action taken that is deemed necessary to ensure
that the bidder is the lowest responsible bidder.
1 -03 AWARD AND EXECUTION OF CONTRACT
1 -03.1 Consideration of Bids
(January 23, 2006 APWA GSP)
Revise the first paragraph to read:
After opening and reading proposals, the Contracting Agency will check them for
correctness of extensions of the prices per unit and the total price. If a discrepancy
exists between the price per unit and the extended amount of any bid item, the price
per unit will control. If a minimum bid amount has been established for any item and
the bidder's unit or lump sum price is less than the minimum specified amount, the
Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum
specified amount and recalculate the extension. The total of extensions, corrected
where necessary, including sales taxes where applicable and such additives and /or
alternates as selected by the Contracting Agency, will be used by the Contracting Agency
for award purposes and to fix the Awarded Contract Price amount and the amount of the
contract bond.
1- 03.1(1) Identical Bid Totals
(January 4, 2016 APWA GSP)
Revise this section to read:
After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then
the tie - breaker will be the Bidder with an equal lowest bid, that proposed to use the
highest percentage of recycled materials in the Project, per the form submitted with the
City of Federal Way
21st Ave S Pedestrian Improvements
SP -12
RFB #17 -004
Mar 2017
Bid Proposal. If those percentages are also exactly equal, then the tie - breaker will be
determined by drawing as follows: Two or more slips of paper will be marked as follows:
one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to
make the marking unseen. The slips will be placed inside a box. One authorized
representative of each Bidder shall draw a slip from the box. Bidders shall draw in
alphabetic order by the name of the firm as registered with the Washington State
Department of Licensing. The slips shall be unfolded and the firm with the slip marked
"Winner" will be determined to be the successful Bidder and eligible for Award of the
Contract. Only those Bidders who submitted a Bid total that is exactly equal to the
lowest responsive Bid, and with a proposed recycled materials percentage that is exactly
equal to the highest proposed recycled materials amount, are eligible to draw.
1 -03.3 Execution of Contract
(October 1, 2005 APWA GSP)
Revise this section to read:
Copies of the Contract Provisions, including the unsigned Form of Contract, will be
available for signature by the successful bidder on the first business day following
award. The number of copies to be executed by the Contractor will be determined by
the Contracting Agency.
Within 10 calendar days after the award date, the successful bidder shall return the
signed Contracting Agency- prepared contract, an insurance certification as required by
Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before
execution of the contract by the Contracting Agency, the successful bidder shall provide
any pre -award information the Contracting Agency may require under Section 1- 02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency -
furnished sites. The Contractor shall bear all risks for any work begun outside such areas
and for any materials ordered before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within the calendar days after the award date stated above, the
Contracting Agency may grant up to a maximum of 5 additional calendar days for return
of the documents, provided the Contracting Agency deems the circumstances warrant it.
1 -03.4 Contract Bond
(July 23, 2015 APWA GSP)
Delete the first paragraph and replace it with the following:
The successful bidder shall provide executed payment and performance bond(s) for the
full contract amount. The bond may be a combined payment and performance bond; or
be separate payment and performance bonds. In the case of separate payment and
performance bonds, each shall be for the full contract amount. The bond(s) shall:
1. Be on Contracting Agency- furnished form(s);
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner,
and
City of Federal Way
21st Ave S Pedestrian Improvements
SP -13
RFB #17 -004
Mar 2017
b. Appears on the current Authorized Insurance List in the State of
Washington published by the Office of the Insurance
Commissioner,
3. Guarantee that the Contractor will perform and comply with all
obligations, duties, and conditions under the Contract, including but not
limited to the duty and obligation to indemnify, defend, and protect the
Contracting Agency against all losses and claims related directly or
indirectly from any failure:
a. Of the Contractor (or any of the employees, subcontractors, or
lower tier subcontractors of the Contractor) to faithfully perform
and comply with all contract obligations, conditions, and duties, or
b. Of the Contractor (or the subcontractors or lower tier
subcontractors of the Contractor) to pay all laborers, mechanics,
subcontractors, lower tier subcontractors, material person, or any
other person who provides supplies or provisions for carrying out
the work;
4. Be conditioned upon the payment of taxes, increases, and penalties
incurred on the project under titles 50, 51, and 82 RCW; and
5. Be accompanied by a power of attorney for the Surety's officer
empowered to sign the bond; and
6. Be signed by an officer of the Contractor empowered to sign official
statements (sole proprietor or partner). If the Contractor is a corporation,
the bond(s) must be signed by the president or vice president, unless
accompanied by written proof of the authority of the individual signing
the bond(s) to bind the corporation (i.e., corporate resolution, power of
attorney, or a letter to such effect signed by the president or vice
president).
1 -03.7 Judicial Review
(July 23, 2015 APWA GSP)
Revise this section to read:
Any decision made by the Contracting Agency regarding the Award and executin of the
Contract or Bid rejection shall be conclusive subject to the scope of judicial review
permitted under Washington Law. Such review, if any, shall be timely filed in the
Superior Court of the county where the Contracting Agency headquarters is located,
provided that where an action is asserted against a county, RCW 36.01.05 shall control
venue and jurisdiction.
1 -04 SCOPE OF THE WORK
1 -04.2 Coordination of Contract Documents, Plans, Special Provisions,
Specifications, and Addenda
(March 13, 2012 APWA GSP)
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
City of Federal Way
21st Ave S Pedestrian Improvements
SP -14
RFB #17 -004
Mar 2017
1. Addenda,
2. Proposal Form,
3. Special Provisions,
4. Contract Plans,
5. Amendments to the Standard Specifications,
6. Standard Specifications,
7. Contracting Agency's Standard Plans or Details (if any), and
8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
1 -04.4 Changes
1- 04.4(1) Minor Changes
(City of Federal Way)
Section 1- 04.4(1) is supplemented with the following:
Payments or credits for changes amounting to $15,000 or less may be made
under the Bid Item "Unexpected Site Changes ". At the discretion of the
Contracting Agency, this procedure for Unexpected Site Changes may be used in
lieu of the more formal procedure as outlined in Section 1 -04.4, Changes.
The Contractor will be provided a copy of the completed order for Unexpected
Site Changes. The agreement for the Unexpected Site Changes will be
documented by signature of the Contractor, or notation of verbal agreement. If
the Contractor is in disagreement with anything required for Unexpected Site
Changes, the Contractor may protest the order as provided in Section 1 -04.5.
Payment will be determined in accordance with Section 1 -09.6. For the purpose
of providing a common Proposal for all Bidders, the Contracting Agency has
entered an amount for "Unexpected Site Changes" in the Proposal to become a
part of the total Bid by the Contractor.
1 -05 CONTROL OF WORK
1 -05.4 Conformity With and Deviations from Plans and Stakes
(April 4, 2011 WSDOT GSP)
Section 1 -05.4 is supplemented with the following:
Contractor Surveying - Structure
Copies of the Contracting Agency provided primary survey control data are available for
the bidder's inspection at the office of the Project Engineer.
The Contractor shall be responsible for setting, maintaining, and resetting all alignment
stakes, slope stakes, and grades necessary for the construction of bridges, noise walls,
and retaining walls. Except for the survey control data to be furnished by the
Contracting Agency, calculations, surveying, and measuring required for setting and
maintaining the necessary lines and grades shall be the Contractor's responsibility.
The Contractor shall inform the Engineer when monuments are discovered that were not
identified in the Plans and construction activity may disturb or damage the monuments.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -15
RFB #17 -004
Mar 2017
All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout
the length of the project or be replaced at the Contractors expense.
Detailed survey records shall be maintained, including a description of the work
performed on each shift, the methods utilized, and the control points used. The record
shall be adequate to allow the survey to be reproduced. A copy of each day's record
shall be provided to the Engineer within three working days after the end of the shift.
The meaning of words and terms used in this provision shall be as listed in "Definitions
of Surveying and Associated Terms" current edition, published by the American Congress
on Surveying and Mapping and the American Society of Civil Engineers.
The survey work by the Contractor shall include but not be limited to the following:
1. Verify the primary horizontal and vertical control furnished by the Contracting
Agency, and expand into secondary control by adding stakes and hubs as well as
additional survey control needed for the project. Provide descriptions of
secondary control to the Contracting Agency. The description shall include
coordinates and elevations of all secondary control points.
2. Establish, by placing hubs and /or marked stakes, the location with offsets of
foundation shafts and piles.
3. Establish offsets to footing centerline of bearing for structure excavation.
4. Establish offsets to footing centerline of bearing for footing forms.
5. Establish wing wall, retaining wall, and noise wall horizontal alignment.
6. Establish retaining wall top of wall profile grade.
7. Establish elevation benchmarks for all substructure formwork.
8. Check elevations at top of footing concrete line inside footing formwork
immediately prior to concrete placement.
9. Check column location and pier centerline of bearing at top of footing
immediately prior to concrete placement.
10. Establish location and plumbness of column forms, and monitor column
plumbness during concrete placement.
11. Establish pier cap and crossbeam top and bottom elevations and centerline of
bearing.
12. Check pier cap and crossbeam top and bottom elevations and centerline of
bearing prior to and during concrete placement.
13. Establish grout pad locations and elevations.
14. Establish structure bearing locations and elevations, including locations of anchor
bolt assemblies.
15. Establish box girder bottom slab grades and locations.
16. Establish girder and /or web wall profiles and locations.
17. Establish diaphragm locations and centerline of bearing.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -16
RFB #17 -004
Mar 2017
18. Establish roadway slab alignment, grades and provide dimensions from top of
girder to top of roadway slab. Set elevations for deck paving machine rails.
19. Establish traffic barrier and curb profile.
20. Profile all girders prior to the placement of any deadload or construction live load
that may affect the girder's profile.
The Contractor shall provide the Contracting Agency copies of any calculations and
staking data when requested by the Engineer.
To facilitate the establishment of these lines and elevations, the Contracting Agency will
provide the Contractor with the following primary survey and control information:
1. Descriptions of two primary control points used for the horizontal and vertical
control. Primary control points will be described by reference to the project
alignment and the coordinate system and elevation datum utilized by the project.
In addition, the Contracting Agency will supply horizontal coordinates for the
beginning and ending points and for each Point of Intersection (PI) on each
alignment included in the project.
2. Horizontal coordinates for the centerline of each bridge pier.
3. Computed elevations at top of bridge roadway decks at one -tenth points along
centerline of each girder web. All form grades and other working grades shall be
calculated by the Contractor.
The Contractor shall give the Contracting Agency three weeks notification to allow
adequate time to provide the data outlined in Items 2 and 3 above. The Contractor shall
ensure a surveying accuracy within the following tolerances:
Vertical Horizontal
±0.02 feet
±0.02 feet
1. Stationing on structures
2. Alignment on structures
3. Superstructure elevations
4. Substructure
±0.01 feet
variation from
plan elevation
±0.02 feet
variation from
Plan grades.
The Contracting Agency may spot -check the Contractor's surveying. These spot - checks
will not change the requirements for normal checking by the Contractor.
When staking the following items, the Contractor shall perform independent checks from
different secondary control to ensure that the points staked for these items are within
the specified survey accuracy tolerances:
Piles
Shafts
Footings
Columns
City of Federal Way
21st Ave S Pedestrian Improvements
SP -17
RFB #17 -004
Mar 2017
The Contractor shall calculate coordinates for the points associated with piles, shafts,
footings and columns. The Contracting Agency will verify these coordinates prior to
issuing approval to the Contractor for commencing with the survey work. The
Contracting Agency will require up to seven calendar days from the date the data is
received to issuing approval.
Contract work to be performed using contractor- provided stakes shall not begin until the
stakes are approved by the Contracting Agency. Such approval shall not relieve the
Contractor of responsibility for the accuracy of the stakes.
Payment
Payment will be made in accordance with Section 1 -04.1 for the following bid item when
included in the proposal:
"Structure Surveying", lump sum
The lump sum contract price for "Structure Surveying" shall be full pay for all labor,
equipment, materials, and supervision utilized to perform the Work specified, including
any resurveying, checking, correction of errors, replacement of missing or damaged
stakes, and coordination efforts.
(April 1, 2013 WSDOT GSP)
Section 1 -05.4 is supplemented with the following:
Contractor Surveying - Roadway
Copies of the Contracting Agency provided primary survey control data are available for
the bidder's inspection at the office of the Project Engineer.
The Contractor shall be responsible for setting, maintaining, and resetting all alignment
stakes, slope stakes, and grades necessary for the construction of the roadbed,
drainage, surfacing, paving, channelization and pavement marking, illumination and
signals, guardrails and barriers, and signing. Except for the survey control data to be
furnished by the Contracting Agency, calculations, surveying, and measuring required for
setting and maintaining the necessary lines and grades shall be the Contractor's
responsibility.
The Contractor shall inform the Engineer when monuments are discovered that were not
identified in the Plans and construction activity may disturb or damage the monuments.
All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout
the length of the project or be replaced at the Contractors expense.
Detailed survey records shall be maintained, including a description of the work
performed on each shift, the methods utilized, and the control points used. The record
shall be adequate to allow the survey to be reproduced. A copy of each day's record
shall be provided to the Engineer within three working days after the end of the shift.
The meaning of words and terms used in this provision shall be as listed in "Definitions
of Surveying and Associated Terms" current edition, published by the American Congress
on Surveying and Mapping and the American Society of Civil Engineers.
The survey work shall include but not be limited to the following:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -18
RFB #17 -004
Mar 2017
1. Verify the primary horizontal and vertical control furnished by the Contracting
Agency, and expand into secondary control by adding stakes and hubs as well as
additional survey control needed for the project. Provide descriptions of
secondary control to the Contracting Agency. The description shall include
coordinates and elevations of all secondary control points.
2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on
centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at
points on the alignments spaced no further than 50 feet.
3. Establish clearing limits, placing stakes at all angle points and at intermediate
points not more than 50 feet apart. The clearing and grubbing limits shall be 5
feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise
shown in the Plans.
4. Establish grading limits, placing slope stakes at centerline increments not more
than 50 feet apart. Establish offset reference to all slope stakes. If Global
Positioning Satellite (GPS) Machine Controls are used to provide grade control,
then slope stakes may be omitted at the discretion of the Contractor
5. Establish the horizontal and vertical location of all drainage features, placing
offset stakes to all drainage structures and to pipes at a horizontal interval not
greater than 25 feet.
6. Establish roadbed and surfacing elevations by placing stakes at the top of
subgrade and at the top of each course of surfacing. Subgrade and surfacing
stakes shall be set at horizontal intervals not greater than 50 feet in tangent
sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-
foot intervals in intersection radii with a radius less than 10 feet. Transversely,
stakes shall be placed at all locations where the roadway slope changes and at
additional points such that the transverse spacing of stakes is not more than 12
feet. If GPS Machine Controls are used to provide grade control, then roadbed
and surfacing stakes may be omitted at the discretion of the Contractor.
7. Establish intermediate elevation benchmarks as needed to check work
throughout the project.
8. Provide references for paving pins at 25 -foot intervals or provide simultaneous
surveying to establish location and elevation of paving pins as they are being
placed.
9. For all other types of construction included in this provision, (including but not
limited to channelization and pavement marking, illumination and signals,
guardrails and barriers, and signing) provide staking and layout as necessary to
adequately locate, construct, and check the specific construction activity.
10. Contractor shall determine if changes are needed to the profiles or roadway
sections shown in the Contract Plans in order to achieve proper smoothness and
drainage where matching into existing features, such as a smooth transition from
new pavement to existing pavement. The Contractor shall submit these changes
to the Project Engineer for review and approval 10 days prior to the beginning of
work.
The Contractor shall provide the Contracting Agency copies of any calculations and
staking data when requested by the Engineer.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -19
RFB #17 -004
Mar 2017
To facilitate the establishment of these lines and elevations, the Contracting Agency will
provide the Contractor with primary survey control information consisting of descriptions
of two primary control points used for the horizontal and vertical control, and
descriptions of two additional primary control points for every additional three miles of
project length. Primary control points will be described by reference to the project
alignment and the coordinate system and elevation datum utilized by the project. In
addition, the Contracting Agency will supply horizontal coordinates for the beginning and
ending points and for each Point of Intersection (PI) on each alignment included in the
project.
The Contractor shall ensure a surveying accuracy within the following tolerances:
Vertical Horizontal
±0.10 feet ±0.10 feet
Slope stakes
Subgrade grade stakes set
0.04 feet below grade
Stationing on roadway
Alignment on roadway
Surfacing grade stakes
Roadway paving pins for
surfacing or paving
±0.01 feet
±0.5 feet (parallel to alignment)
±0.1 feet (normal to alignment)
N/A ±0.1 feet
N/A ±0.04 feet
±0.01 feet
±0.5 feet (parallel to alignment)
±0.1 feet (normal to alignment)
±0.01 feet ±0.2 feet (parallel to alignment)
±0.1 feet (normal to alignment)
The Contracting Agency may spot -check the Contractor's surveying. These spot- checks
will not change the requirements for normal checking by the Contractor.
When staking roadway alignment and stationing, the Contractor shall perform
independent checks from different secondary control to ensure that the points staked
are within the specified survey accuracy tolerances.
The Contractor shall calculate coordinates for the alignment. The Contracting Agency
will verify these coordinates prior to issuing approval to the Contractor for commencing
with the work. The Contracting Agency will require up to seven calendar days from the
date the data is received.
Contract work to be performed using contractor- provided stakes shall not begin until the
stakes are approved by the Contracting Agency. Such approval shall not relieve the
Contractor of responsibility for the accuracy of the stakes.
Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are
needed that are not described in the Plans, then those stakes shall be marked, at no
additional cost to the Contracting Agency as ordered by the Engineer.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -20
RFB #17 -004
Mar 2017
Payment
Payment will be made in accordance with Section 1 -04.1 for the following bid item when
included in the proposal:
"Roadway Surveying", lump sum.
The lump sum contract price for "Roadway Surveying" shall be full pay for all labor,
equipment, materials, and supervision utilized to perform the Work specified, including
any resurveying, checking, correction of errors, replacement of missing or damaged
stakes, and coordination efforts.
1 -05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified
in a written notice from the Engineer, or fails to perform any part of the work required
by the Contract Documents, the Engineer may correct and remedy such work as may be
identified in the written notice, with Contracting Agency forces or by such other means
as the Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer
determines to be an emergency situation, the Engineer may have the defective and
unauthorized work corrected immediately, have the rejected work removed and
replaced, or have work the Contractor refuses to perform completed by using
Contracting Agency or other forces. An emergency situation is any situation when, in the
opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might
cause serious risk of loss or damage to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall
include in particular, but without limitation, compensation for additional professional
services required, and costs for repair and replacement of work of others destroyed or
damaged by correction, removal, or replacement of the Contractor's unauthorized work.
No adjustment in Contract time or compensation will be allowed because of the delay in
the performance of the work attributable to the exercise of the Contracting Agency's
rights provided by this section.
The rights exercised under the provisions of this section shall not diminish the
Contracting Agency's right to pursue any other avenue for additional remedy or damages
with respect to the Contractor's failure to perform the work as required.
1 -05.11 Final Inspection
Delete this section and replace it with the following:
1 -05.11 Final Inspections and Operational Testing
(October 1, 2005 APWA GSP)
1- 05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the
Contractor shall so notify the Engineer and request the Engineer establish the
City of Federal Way
21st Ave S Pedestrian Improvements
SP -21
RFB #17 -004
Mar 2017
Substantial Completion Date. The Contractor's request shall list the specific items
of work that remain to be completed in order to reach physical completion. The
Engineer will schedule an inspection of the work with the Contractor to
determine the status of completion. The Engineer may also establish the
Substantial Completion Date unilaterally.
If, after this inspection, the Engineer concurs with the Contractor that the work is
substantially complete and ready for its intended use, the Engineer, by written
notice to the Contractor, will set the Substantial Completion Date. If, after this
inspection the Engineer does not consider the work substantially complete and
ready for its intended use, the Engineer will, by written notice, so notify the
Contractor giving the reasons therefore.
Upon receipt of written notice concurring in or denying substantial completion,
whichever is applicable, the Contractor shall pursue vigorously, diligently and
without unauthorized interruption, the work necessary to reach Substantial and
Physical Completion. The Contractor shall provide the Engineer with a revised
schedule indicating when the Contractor expects to reach substantial and
physical completion of the work.
The above process shall be repeated until the Engineer establishes the
Substantial Completion Date and the Contractor considers the work physically
complete and ready for final inspection.
1- 05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final
inspection, the Contractor by written notice, shall request the Engineer to
schedule a final inspection. The Engineer will set a date for final inspection. The
Engineer and the Contractor will then make a final inspection and the Engineer
will notify the Contractor in writing of all particulars in which the final inspection
reveals the work incomplete or unacceptable. The Contractor shall immediately
take such corrective measures as are necessary to remedy the listed deficiencies.
Corrective work shall be pursued vigorously, diligently, and without interruption
until physical completion of the listed deficiencies. This process will continue until
the Engineer is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after
receipt of the written notice listing the deficiencies, the Engineer may, upon
written notice to the Contractor, take whatever steps are necessary to correct
those deficiencies pursuant to Section 1 -05.7.
The Contractor will not be allowed an extension of Contract time because of a
delay in the performance of the work attributable to the exercise of the
Engineer's right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered
physically complete. That date shall constitute the Physical Completion Date of
the Contract, but shall not imply acceptance of the work or that all the
obligations of the Contractor under the Contract have been fulfilled.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -22
RFB #17 -004
Mar 2017
1- 05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date
a complete and operable system. Therefore when the work involves the
installation of machinery or other mechanical equipment; street lighting,
electrical distribution or signal systems; irrigation systems; buildings; or other
similar work it may be desirable for the Engineer to have the Contractor operate
and test the work for a period of time after final inspection but prior to the
physical completion date. Whenever items of work are listed in the Contract
Provisions for operational testing they shall be fully tested under operating
conditions for the time period specified to ensure their acceptability prior to the
Physical Completion Date. During and following the test period, the Contractor
shall correct any items of workmanship, materials, or equipment which prove
faulty, or that are not in first class operating condition. Equipment, electrical
controls, meters, or other devices and equipment to be tested during this period
shall be tested under the observation of the Engineer, so that the Engineer may
determine their suitability for the purpose for which they were installed. The
Physical Completion Date cannot be established until testing and corrections
have been completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit Contract
prices related to the system being tested, unless specifically set forth otherwise
in the Proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the
Contract.
1 -05.13 Superintendents, Labor and Equipment of Contractor
(August 14, 2013 APWA GSP)
Delete the sixth and seventh paragraphs of this section.
1 -05.14 Cooperation with Other Contractors
(March 13, 1995 WSDOT GSP)
Section 1 -05.14 is supplemented with the following:
Other Contracts or Other Work
It is anticipated that the following work adjacent to or within the limits of this project
will be performed by others during the course of this project and will require
coordination of the work:
• Lakehaven Utility District: Relocation of fire hydrant located at NW corner of
entrance to shopping center. Relocation to be completed after the area has
been prepared by the City's contractor, including excavation, removal of the sign
(and associated foundation), and staking of the proposed back of sidewalk (line
and grade) and right -of -way. Lakehaven Utility District requires two -weeks
advance notice, and will complete the work within five days of the necessary
prep work by the contractor.
• City of Federal Way: Relocation of any improvements located within the right -
of -way (i.e. plantings at the rain garden and possible irrigation improvements
City of Federal Way
21st Ave S Pedestrian Improvements
SP -23
RFB #17 -004
Mar 2017
throughout the 21st Ave S frontage of the park) will be relocated by City forces.
Relocation to be completed after the right -of -way has been staked. City forces
require three -days advance notice, and will complete the work within five days of
the necessary prep work by the Contractor.
• Other franchise utility relocations and adjustments, including water, telephone,
gas and power.
• On -site improvements at the Town Square Park.
(City of Federal Way)
Section 1 -05.14 is supplemented with the following:
A utility relocation construction window of up to 10 working days is incorporated into
this construction contract to assist the utility companies in their relocation efforts. The
Contractor shall coordinate scheduling of the utility window with the utilities involved
and incorporate that work into the project schedule.
1- 05.14(B) Notifications Relative to Contractor's Activities
(City of Federal Way)
Section 1- 05.14(B) is a new section:
Notification of project construction shall be written, with a copy delivered to the
Engineer within a minimum of one (1) week prior to the commencement of work.
City of Federal Way School District
Transportation Department
Attn: Jo Boyer
jboyer @fwps.org
Lakehaven Water & Sewer District
Attn: Wes Hill
31627 1st Avenue S
Federal Way, WA 98003
Telephone: (253)946 -5440
City of Federal Way
Police Department
33325 8th Ave S
Federal Way, WA 98003
Tele: 253.835.6701 (to schedule officer
traffic control support)
Tele: 253.835.6767 (for traffic /road
closure issues)
Puget Sound Energy (Gas)
Attn: Chang Pak
3130 S 38th St
Tacoma, WA 98409
Telephone: (253) 395 -6988
City of Federal Way
21st Ave S Pedestrian Improvements
SP -24
King County Traffic Operations
Attn: Mark Parrett
155 Monroe Avenue NE
Renton, WA 98056
Telephone: 206.296.8152
Comcast
Attn: Bill Walker
410 Valley Ave NW, Suite 12 -C
Puyallup, WA 98371
Telephone: (206) 255 -6975
South King Fire & Rescue
31617 1st Ave S
Federal Way, WA 98003
Telephone: 253.946.7253
Puget Sound Energy (Power)
Attn: Brian Swart
3130 S 38th St
Tacoma, WA 98409
Telephone: (253) 395 -6839
RFB #17 -004
Mar 2017
Century Link
Attn: Jason Tesdal
23315 66th Ave S
Kent, WA 98032
Telephone: (206) 345 -3488
King County Metro
Construction.coord @kingcounty.gov
1- 05.14(C) Coordination of Work with City
(City of Federal Way)
Section 1- 05.14(C) is a new section:
At least a three (3) working day written notification shall be required on all
requests for engineering services other than inspection. All requests shall be
coordinated with the Engineer.
All costs resulting from delays in which requests were not coordinated with the
Engineer shall be the sole responsibility of the Contractor.
1 -05.15 Method of Serving Notices
(March 25, 2009 APWA GSP)
Revise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest,
notice of dispute, or other correspondence constituting notification required to be
furnished under the Contract, must be inpaper format, hand delivered or sent via mail
delivery service to the Protect Engineer's office. Electronic copies such as e -mails or
electronically delivered copies of correspondence will not constitute such notice and will
not comply with the requirements of the Contract.
Add the following new section:
1 -05.16 Water and Power
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power
and water necessary for the performance of the work, unless the Contract includes
power and water as a pay item.
1 -05.18 Record Drawings
(March 8, 2013 APWA GSP)
The Contractor shall maintain one set of full size plans for Record Drawings, updated
with clear and accurate red -lined field revisions on a daily basis, and within 2 business
days after receipt of information that a change in Work has occurred. The Contractor
shall not conceal any work until the required information is recorded.
This Record Drawing set shall be used for this purpose alone, shall be kept separate
from other Plan sheets, and shall be clearly marked as Record Drawings. These Record
Drawings shall be kept on site at the Contractor's field office, and shall be available for
review by the Contracting Agency at all times. The Contractor shall bring the Record
Drawings to each progress meeting for review.
The preparation and upkeep of the Record Drawings is to be the assigned responsibility
of a single, experienced, and qualified individual. The quality of the Record Drawings, in
terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting
City of Federal Way
21st Ave S Pedestrian Improvements
SP -25
RFB #17 -004
Mar 2017
Agency to modify the computer -aided drafting (CAD) Contract Drawings to produce a
complete set of Record Drawings for the Contracting Agency without further
investigative effort by the Contracting Agency.
The Record Drawing markups shall document all changes in the Work, both concealed
and visible. Items that must be shown on the markups include but are not limited to:
• Actual dimensions, arrangement, and materials used when different than shown
in the Plans.
• Changes made by Change Order or Field Order.
• Changes made by the Contractor.
• Accurate locations of storm sewer, sanitary sewer, water mains and other water
appurtenances, structures, conduits, light standards, vaults, width of roadways,
sidewalks, landscaping areas, building footprints, channelization and pavement
markings, etc. Include pipe invert elevations, top of castings (manholes, inlets,
etc.).
If the Contract calls for the Contracting Agency to do all surveying and staking, the
Contracting Agency will provide the elevations at the tolerances the Contracting Agency
requires for the Record Drawings.
When the Contract calls for the Contractor to do the surveying /staking, the applicable
tolerance limits include, but are not limited to the following:
Vertical Horizontal
As -built sanitary & storm invert and ± 0.01 foot ± 0.01 foot
grate elevations
As -built monumentation ± 0.001 foot ± 0.001 foot
As -built waterlines, inverts, valves, ± 0.10 foot ± 0.10 foot
hydrants
As -built ponds /swales /water features ± 0.10 foot ± 0.10 foot
As -built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot
As -built gas lines, power, TV, Tel, Conn ± 0.10 foot ± 0.10 foot
As -built signs, signals, etc. N/A ± 0.10 foot
Making Entries on the Record Drawings:
• Use erasable colored pencil (not ink) for all markings on the Record Drawings,
conforming to the following color code:
• Additions - Red
• Deletions - Green
• Comments - Blue
• Dimensions - Graphite
• Provide the applicable reference for all entries, such as the change order number,
the request for information (RFI) number, or the approved shop drawing number.
• Date all entries.
• Clearly identify all items in the entry with notes similar to those in the Contract
Drawings (such as pipe symbols, centerline elevations, materials, pipe joint
abbreviations, etc.).
City of Federal Way
21st Ave S Pedestrian Improvements
SP -26
RFB #17 -004
Mar 2017
The Contractor shall certify on the Record Drawings that said drawings are an accurate
depiction of built conditions, and in conformance with the requirements detailed above.
The Contractor shall submit final Record Drawings to the Contracting Agency.
Contracting Agency acceptance of the Record Drawings is one of the requirements for
achieving Physical Completion.
Payment will be made for the following bid item:
Record Drawings (Minimum Bid $500) Lump Sum
Payment for this item will be made on a prorated monthly basis for work completed in
accordance with this section up to 75% of the lump sum bid. The final 25% of the lump
sum item will be paid upon submittal and approval of the completed Record Drawings
set prepared in conformance with these Special Provisions.
A minimum bid amount has been entered in the Bid Proposal for this item. The
Contractor must bid at least that amount.
1 -06 CONTROL OF MATERIAL
Section 1 -06 is supplemented with the following:
(August 6, 2012, WSDOT GSP)
Buy America
In accordance with Buy America requirements contained in 23 CFR 635.410, the major
quantities of steel and iron construction material that is permanently incorporated into
the project shall consist of American -made materials only. Buy America does not apply
to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel
scaffolding and falsework.
Minor amounts of foreign steel and iron may be utilized in this project provided the cost
of the foreign material used does not exceed one -tenth of one percent of the total
contract cost or $2,500.00, whichever is greater.
American -made material is defined as material having all manufacturing processes
occurring domestically. To further define the coverage, a domestic product is a
manufactured steel material that was produced in one of the 50 States, the District of
Columbia, Puerto Rico, or in the territories and possessions of the United States.
If domestically produced steel billets or iron ingots are exported outside of the area of
coverage, as defined above, for any manufacturing process then the resulting product
does not conform to the Buy America requirements. Additionally, products manufactured
domestically from foreign source steel billets or iron ingots do not conform to the Buy
America requirements because the initial melting and mixing of alloys to create the
material occurred in a foreign country.
Manufacturing begins with the initial melting and mixing, and continues through the
coating stage. Any process which modifies the chemical content, the physical size or
shape, or the final finish is considered a manufacturing process. The processes include
rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The
action of applying a coating to steel or iron is deemed a manufacturing process. Coating
City of Federal Way
21st Ave S Pedestrian Improvements
SP -27
RFB #17 -004
Mar 2017
includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that
protects or enhances the value of steel or iron. Any process from the original reduction
from ore to the finished product constitutes a manufacturing process for iron.
Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and
alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced
iron ore.
The following are considered to be steel manufacturing processes:
1. Production of steel by any of the following processes:
a. Open hearth furnace.
b. Basic oxygen
c. Electric furnace.
d. Direct reduction.
2. Rolling, heat treating, and any other similar processing.
3. Fabrication of the products.
a. Spinning wire into cable or strand.
b. Corrugating and rolling into culverts.
c. Shop fabrication.
A certification of materials origin will be required for any items comprised of, or
containing, steel or iron construction materials prior to such items being incorporated
into the permanent work. The certification shall be on DOT Form 350 -109EF provided by
the Engineer, or such other form the Contractor chooses, provided it contains the same
information as DOT Form 350- 109EF.
1 -06.6 Recycled Materials
(January 4, 2016 APWA GSP)
Delete this section, including its subsections, and replace it with the following:
The Contractor shall make their best effort to utilize recycled materials in the
construction of the project. Approval of such material use shall be as detailed
elsewhere in the Standard Specifications.
Prior to Physical Completion the Contractor shall report the quantity of recycled
materials that were utilized in the construction of the project for each of the items listed
in Section 9- 03.21. The report shall include hot mix asphalt, recycled concrete
aggregate, recycled glass, steel furnace slag and other recycled materials (e.g.
utilization of on -site material and aggregates from concrete returned to the supplier).
The Contractor's report shall be provided on DOT form 350 -075 Recycled Materials
Reporting.
1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1 -07.1 Laws to be Observed
(October 1, 2005 APWA GSP)
Supplement this section with the following:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -28
RFB #17 -004
Mar 2017
In cases of conflict between different safety regulations, the more stringent regulation
shall apply.
The Washington State Department of Labor and Industries shall be the sole and
paramount administrative agency responsible for the administration of the provisions of
the Washington Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well -known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor
shall establish, publish, and make known to all employees, procedures for ensuring
immediate removal to a hospital, or doctor's care, persons, including employees, who
may have been injured on the project site. Employees should not be permitted to work
on the project site before the Contractor has established and made known procedures
for removal of injured persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of
the Contractor's Plant, appliances, and methods, and for any damage or injury resulting
from their failure, or improper maintenance, use, or operation. The Contractor shall be
solely and completely responsible for the conditions of the project site, including safety
for all persons and property in the performance of the work. This requirement shall
apply continuously, and not be limited to normal working hours. The required or implied
duty of the Engineer to conduct construction review of the Contractor's performance
does not, and shall not, be intended to include review and adequacy of the Contractor's
safety measures in, on, or near the project site.
Section 1 -07.1 is supplemented with the following:
(April 3, 2006 WSDOT GSP)
Confined Space
Confined spaces are known to exist at the following locations:
Existing storm drainage, sanitary sewer, and other utility systems, vaults, and
structures, along with all new similar new construction items that meet the
requirements of WAC 296- 809 -100.
The Contractor shall be fully responsible for the safety and health of all on -site workers
and compliant with Washington Administrative Code (WAC 296 -809).
The Contractor shall prepare and implement a confined space program for each of the
confined spaces identified above. The Contractors Confined Space program shall be sent
to the contracting agency at least 30 days prior to the Contractor beginning work in or
adjacent to the confined space. No work shall be performed in or adjacent to the
confined space until the plan is submitted to the Engineer as required. The Contractor
shall communicate with the Project Engineer to ensure a coordinated effort for providing
and maintaining a safe worksite for both the Contracting Agency's and Contractor's
workers when working in or near a confined space.
All costs to prepare and implement the confined space program shall be included in the
bid prices for the various items associated with the confined space work.
1 -07.2 State Taxes
Delete this section, including its sub - sections, in its entirety and replace it with the following:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -29
RFB #17 -004
Mar 2017
1 -07.2 State Sales Tax
(June 27, 2011 APWA GSP)
The Washington State Department of Revenue has issued special rules on the
State sales tax. Sections 1- 07.2(1) through 1- 07.2(3) are meant to clarify those
rules. The Contractor should contact the Washington State Department of
Revenue for answers to questions in this area. The Contracting Agency will not
adjust its payment if the Contractor bases a Bid on a misunderstood tax liability.
The Contractor shall include all Contractor -paid taxes in the unit Bid prices or
other Contract amounts. In some cases, however, state retail sales tax will not
be included. Section 1- 07.2(2) describes this exception.
The Contracting Agency will pay the retained percentage (or release the Contract
Bond if a FHWA- funded Project) only if the Contractor has obtained from the
Washington State Department of Revenue a certificate showing that all Contract -
related taxes have been paid (RCW 60.28.051). The Contracting Agency may
deduct from its payments to the Contractor any amount the Contractor may owe
the Washington State Department of Revenue, whether the amount owed relates
to this Contract or not. Any amount so deducted will be paid into the proper
State fund.
1- 07.2(1) State Sales Tax — Rule 171
WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving
streets, roads, etc., which are owned by a municipal corporation, or political
subdivision of the state, or by the United States, and which are used primarily
for foot or vehicular traffic. This includes storm or combined sewer systems
within and included as a part of the street or road drainage system and power
lines when such are part of the roadway lighting system. For work performed in
such cases, the Contractor shall include Washington State Retail Sales Taxes in
the various unit Bid item prices, or other Contract amounts, including those that
the Contractor pays on the purchase of the materials, equipment, or supplies
used or consumed in doing the work.
1- 07.2(2) State Sales Tax — Rule 170
WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of
new or existing buildings, or other structures, upon real property. This includes,
but is not limited to, the construction of streets, roads, highways, etc., owned by
the state of Washington; water mains and their appurtenances; sanitary sewers
and sewage disposal systems unless such sewers and disposal systems are
within, and a part of, a street or road drainage system; telephone, telegraph,
electrical power distribution lines, or other conduits or lines in or above streets
or roads, unless such power lines become a part of a street or road lighting
system; and installing or attaching of any article of tangible personal property in
or to real property, whether or not such personal property becomes a part of the
realty by virtue of installation.
For work performed in such cases, the Contractor shall collect from the
Contracting Agency, retail sales tax on the full Contract price. The Contracting
Agency will automatically add this sales tax to each payment to the Contractor.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -30
RFB #17 -004
Mar 2017
For this reason, the Contractor shall not include the retail sales tax in the unit
Bid item prices, or in any other Contract amount subject to Rule 170, with the
following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the
Contractor or a subcontractor makes on the purchase or rental of tools,
machinery, equipment, or consumable supplies not integrated into the project.
Such sales taxes shall be included in the unit Bid item prices or in any other
Contract amount.
1- 07.2(3) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on
any Contract wholly for professional or other services (as defined in Washington
State Department of Revenue Rules 138 and 244).
(City of Federal Way)
Supplement this Section with the following:
The Contracting Agency will release the Contract Bond only if the Contractor has
obtained from the State Department of Revenue a certificate showing that all Contract -
related taxes have been paid.
1 -07.5 Environmental Regulations
Section 1 -07.5 is supplemented with the following:
(August 3, 2009 WSDOT GSP)
The intentional bypass of stormwater from all or any portion of a stormwater treatment
system is prohibited without the approval of the Engineer.
1 -07.7 Load Limits
(March 13, 1995 WSDOT GSP)
Section 1 -07.7 is supplemented with the following:
If the sources of materials provided by the Contractor necessitate hauling over roads
other than State Highways, the Contractor shall, at the Contractor's expense, make all
arrangements for the use of the haul routes.
1 -07.9 Wages
1- 07.9(1) General
(January 6, 2017 WSDOT GSP)
Section 1- 07.9(1) is supplemented with the following:
The Federal wage rates incorporated in this contract have been established by
the Secretary of Labor under United States Department of Labor General
Decision No. WA170001.
The State rates incorporated in this contract are applicable to all construction
activities associated with this contract.
(April 2, 2007 WSDOT GSP)
Application of Wage Rates For The Occupation Of Landscape Construction
State prevailing wage rates for public works contracts are included in this contract and
show a separate listing for the occupation:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -31
RFB #17 -004
Mar 2017
Landscape Construction, which includes several different occupation descriptions
such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power
Equipment Operators, and Landscaping or Planting Laborers.
In addition, federal wage rates that are included in this contract may also include
occupation descriptions in Federal Occupational groups for work also specifically
identified with landscaping such as:
Laborers with the occupation description, Landscaping or Planting, or
Power Equipment Operators with the occupation description, Mulch Seeding
Operator.
If Federal wage rates include one or more rates specified as applicable to landscaping
work, then Federal wage rates for all occupation descriptions, specific or general, must
be considered and compared with corresponding State wage rates. The higher wage
rate, either State or Federal, becomes the minimum wage rate for the work performed
in that occupation.
Contractors are responsible for determining the appropriate crafts necessary to perform
the contract work. If a classification considered necessary for performance of the work is
missing from the Federal Wage Determination applicable to the contract, the Contractor
shall initiate a request for approval of a proposed wage and benefit rate. The Contractor
shall prepare and submit Standard Form 1444, Request for Authorization of Additional
Classification and Wage Rate available at http: / /www.wdol.gov /docs /sf1444.pdf, and
submit the completed form to the Project Engineer's office. The presence of a
classification wage on the Washington State Prevailing Wage Rates For Public Works
Contracts does not exempt the use of form 1444 for the purpose of determining a
federal classification wage rate.
1 -07.11 Requirements for Nondiscrimination
(August S, 2013 WSDOT GSP)
Section 1 -07.11 is supplemented with the following:
Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive
Order 11246)
1. The Contractor's attention is called to the Equal Opportunity Clause and the
Standard Federal Equal Employment Opportunity Construction Contract
Specifications set forth herein.
2. The goals and timetables for minority and female participation set by the Office
of Federal Contract Compliance Programs, expressed in percentage terms for the
Contractor's aggregate work force in each construction craft and in each trade on
all construction work in the covered area, are as follows:
Women - Statewide
Timetable
Until further notice
City of Federal Way
21st Ave S Pedestrian Improvements
SP -32
Goal
6.9%
RFB #17 -004
Mar 2017
Minorities - by Standard Metropolitan Statistical Area (SMSA)
Spokane, WA:
SMSA Counties:
Spokane, WA 2.8
WA Spokane.
Non -SMSA Counties 3.0
WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield;
WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman.
Richland, WA:
SMSA Counties:
Richland Kennewick, WA
WA Benton; WA Franklin.
Non -SMSA Counties
WA Walla Walla.
5.4
3.6
Yakima, WA:
SMSA Counties:
Yakima, WA 9.7
WA Yakima.
Non -SMSA Counties 7.2
WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan.
Seattle, WA:
SMSA Counties:
Seattle Everett, WA 7.2
WA King; WA Snohomish.
Tacoma, WA 6.2
WA Pierce.
Non -SMSA Counties 6.1
WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA
Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA
Skagit; WA Thurston; WA Whatcom.
Portland, OR:
SMSA Counties:
Portland, OR -WA 4.5
WA Clark.
Non -SMSA Counties 3.8
WA Cowlitz; WA Klickitat; WA Skamania; WA
Wahkiakum.
These goals are applicable to each nonexempt Contractor's total on -site
construction workforce, regardless of whether or not part of that workforce is
performing work on a Federal, or federally assisted project, contract, or
subcontract until further notice. Compliance with these goals and time tables is
enforced by the Office of Federal Contract compliance Programs.
The Contractor's compliance with the Executive Order and the regulations in 41
CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity
City of Federal Way
21st Ave S Pedestrian Improvements
SP -33
RFB #17 -004
Mar 2017
Clause, specific affirmative action obligations required by the specifications set
forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of
minority and female employment and training must be substantially uniform
throughout the length of the contract, in each construction craft and in each
trade, and the Contractor shall make a good faith effort to employ minorities and
women evenly on each of its projects. The transfer of minority or female
employees or trainees from Contractor to Contractor or from project to project
for the sole purpose of meeting the Contractor's goal shall be a violation of the
contract, the Executive Order and the regulations in 41 CFR Part 60 -4.
Compliance with the goals will be measured against the total work hours
performed.
3. The Contractor shall provide written notification to the Office of Federal Contract
Compliance Programs (OFCCP) within 10 working days of award of any
construction subcontract in excess of $10,000 or more that are Federally funded,
at any tier for construction work under the contract resulting from this
solicitation. The notification shall list the name, address and telephone number
of the Subcontractor; employer identification number of the Subcontractor;
estimated dollar amount of the subcontract; estimated starting and completion
dates of the subcontract; and the geographical area in which the contract is to
be performed. The notification shall be sent to:
U.S. Department of Labor
Office of Federal Contract Compliance Programs Pacific Region
Attn: Regional Director
San Francisco Federal Building
90 — 7th Street, Suite 18 -300
San Francisco, CA 94103(415) 625 -7800 Phone
(415) 625 -7799 Fax
Additional information may be found at the U.S. Department of Labor website:
http:// www. dol. gov /ofccp/TAguides /ctaguide.htm
4. As used in this Notice, and in the contract resulting from this solicitation, the
Covered Area is as designated herein.
Standard Federal Equal Employment Opportunity Construction Contract
Specifications (Executive Order 11246)
1. As used in these specifications:
a. Covered Area means the geographical area described in the
solicitation from which this contract resulted;
b. Director means Director, Office of Federal Contract Compliance
Programs, United States Department of Labor, or any person to
whom the Director delegates authority;
c. Employer Identification Number means the Federal Social Security
number used on the Employer's Quarterly Federal Tax Return, U.
S. Treasury Department Form 941;
d. Minority includes:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -34
RFB #17 -004
Mar 2017
(1) Black, a person having origins in any of the Black Racial
Groups of Africa.
(2) Hispanic, a fluent Spanish speaking, Spanish surnamed
person of Mexican, Puerto Rican, Cuban, Central American,
South American, or other Spanish origin.
(3) Asian or Pacific Islander, a person having origins in any of
the original peoples of the Pacific rim or the Pacific Islands,
the Hawaiian Islands and Samoa.
(4) American Indian or Alaskan Native, a person having origins
in any of the original peoples of North America, and who
maintain cultural identification through tribal affiliation or
community recognition.
2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a
portion of the work involving any construction trade, it shall physically
include in each subcontract in excess of $10,000 the provisions of these
specifications and the Notice which contains the applicable goals for
minority and female participation and which is set forth in the solicitations
from which this contract resulted.
3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a
Hometown Plan approved by the U.S. Department of Labor in the
covered area either individually or through an association, its affirmative
action obligations on all work in the Plan area (including goals and
timetables) shall be in accordance with that Plan for those trades which
have unions participating in the Plan. Contractors must be able to
demonstrate their participation in and compliance with the provisions of
any such Hometown Plan. Each Contractor or Subcontractor participating
in an approved Plan is individually required to comply with its obligations
under the EEO clause, and to make a good faith effort to achieve each
goal under the Plan in each trade in which it has employees. The overall
good faith performance by other Contractors or Subcontractors toward a
goal in an approved Plan does not excuse any covered Contractor's or
Subcontractor's failure to take good faith effort to achieve the Plan goals
and timetables.
4. The Contractor shall implement the specific affirmative action standards
provided in paragraphs 7a through 7p of this Special Provision. The goals
set forth in the solicitation from which this contract resulted are expressed
as percentages of the total hours of employment and training of minority
and female utilization the Contractor should reasonably be able to achieve
in each construction trade in which it has employees in the covered area.
Covered construction contractors performing construction work in
geographical areas where they do not have a Federal or federally assisted
construction contract shall apply the minority and female goals
established for the geographical area where the work is being performed.
The Contractor is expected to make substantially uniform progress in
meeting its goals in each craft during the period specified.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -35
RFB #17 -004
Mar 2017
5. Neither the provisions of any collective bargaining agreement, nor the
failure by a union with whom the Contractor has a collective bargaining
agreement, to refer either minorities or women shall excuse the
Contractor's obligations under these specifications, Executive Order
11246, or the regulations promulgated pursuant thereto.
6. In order for the nonworking training hours of apprentices and trainees to
be counted in meeting the goals, such apprentices and trainees must be
employed by the Contractor during the training period, and the Contractor
must have made a commitment to employ the apprentices and trainees at
the completion of their training, subject to the availability of employment
opportunities. Trainees must be trained pursuant to training programs
approved by the U.S. Department of Labor.
7. The Contractor shall take specific affirmative actions to ensure equal
employment opportunity. The evaluation of the Contractor's compliance
with these specifications shall be based upon its effort to achieve
maximum results from its action. The Contractor shall document these
efforts fully, and shall implement affirmative action steps at least as
extensive as the following:
a. Ensure and maintain a working environment free of harassment,
intimidation, and coercion at all sites, and in all facilities at which
the Contractor's employees are assigned to work. The Contractor,
where possible, will assign two or more women to each
construction project. The Contractor shall specifically ensure that
all foremen, superintendents, and other on -site supervisory
personnel are aware of and carry out the Contractor's obligation
to maintain such a working environment, with specific attention to
minority or female individuals working at such sites or in such
facilities.
b. Establish and maintain a current list of minority and female
recruitment sources, provide written notification to minority and
female recruitment sources and to community organizations when
the Contractor or its unions have employment opportunities
available, and maintain a record of the organizations' responses.
c. Maintain a current file of the names, addresses and telephone
numbers of each minority and female off -the- street applicant and
minority or female referral from a union, a recruitment source or
community organization and of what action was taken with
respect to each such individual. If such individual was sent to the
union hiring hall for referral and was not referred back to the
Contractor by the union or, if referred, not employed by the
Contractor, this shall be documented in the file with the reason
therefor, along with whatever additional actions the Contractor
may have taken.
d. Provide immediate written notification to the Director when the
union or unions with which the Contractor has a collective
bargaining agreement has not referred to the Contractor a
minority person or woman sent by the Contractor, or when the
City of Federal Way
21st Ave S Pedestrian Improvements
SP -36
RFB #17 -004
Mar 2017
Contractor has other information that the union referral process
has impeded the Contractor's efforts to meet its obligations.
e. Develop on- the -job training opportunity and /or participate in
training programs for the area which expressly include minorities
and women, including upgrading programs and apprenticeship
and trainee programs relevant to the Contractor's employment
needs, especially those programs funded or approved by the U.S.
Department of Labor. The Contractor shall provide notice of these
programs to the sources compiled under 7b above.
f. Disseminate the Contractor's EEO policy by providing notice of the
policy to unions and training programs and requesting their
cooperation in assisting the Contractor in meeting its EEO
obligations; by including it in any policy manual and collective
bargaining agreement; by publicizing it in the company
newspaper, annual report, etc.; by specific review of the policy
with all management personnel and with all minority and female
employees at least once a year; and by posting the company EEO
policy on bulletin boards accessible to all employees at each
location where construction work is performed.
g. Review, at least annually, the company's EEO policy and
affirmative action obligations under these specifications with all
employees having any responsibility for hiring, assignment, layoff,
termination or other employment decisions including specific
review of these items with on -site supervisory personnel such as
Superintendents, General Foremen, etc., prior to the initiation of
construction work at any job site. A written record shall be made
and maintained identifying the time and place of these meetings,
persons attending, subject matter discussed, and disposition of
the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it
in any advertising in the news media, specifically including
minority and female news media, and providing written
notification to and discussing the Contractor's EEO policy with
other Contractors and Subcontractors with whom the Contractor
does or anticipates doing business.
i. Direct its recruitment efforts, both oral and written to minority,
female and community organizations, to schools with minority and
female students and to minority and female recruitment and
training organizations serving the Contractor's recruitment area
and employment needs. Not later than one month prior to the
date for the acceptance of applications for apprenticeship or other
training by any recruitment source, the Contractor shall send
written notification to organizations such as the above, describing
the openings, screening procedures, and tests to be used in the
selection process.
j. Encourage present minority and female employees to recruit other
minority persons and women and where reasonable, provide after
City of Federal Way
21st Ave S Pedestrian Improvements
SP -37
RFB #17 -004
Mar 2017
school, summer and vacation employment to minority and female
youth both on the site and in other areas of a Contractor's work
force.
k. Validate all tests and other selection requirements where there is
an obligation to do so under 41 CFR Part 60 -3.
I. Conduct, at least annually, an inventory and evaluation of all
minority and female personnel for promotional opportunities and
encourage these employees to seek or to prepare for, through
appropriate training, etc., such opportunities.
m. Ensure that seniority practices, job classifications, work
assignments and other personnel practices, do not have a
discriminatory effect by continually monitoring all personnel and
employment related activities to ensure that the EEO policy and
the Contractor's obligations under these specifications are being
carried out.
n. Ensure that all facilities and company activities are nonsegregated
except that separate or single -user toilet and necessary changing
facilities shall be provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for
subcontracts from minority and female construction contractors
and suppliers, including circulation of solicitations to minority and
female contractor associations and other business associations.
p. Conduct a review, at least annually, of all supervisors' adherence
to and performance under the Contractor's EEO policies and
affirmative action obligations.
8. Contractors are encouraged to participate in voluntary associations which
assist in fulfilling one or more of their affirmative action obligations (7a
through 7p). The efforts of a contractor association, joint contractor -
union, contractor- community, or other similar group of which the
Contractor is a member and participant, may be asserted as fulfilling any
one or more of the obligations under 7a through 7p of this Special
Provision provided that the Contractor actively participates in the group,
makes every effort to assure that the group has a positive impact on the
employment of minorities and women in the industry, ensure that the
concrete benefits of the program are reflected in the Contractor's minority
and female work -force participation, makes a good faith effort to meet its
individual goals and timetables, and can provide access to documentation
which demonstrate the effectiveness of actions taken on behalf of the
Contractor. The obligation to comply, however, is the Contractor's and
failure of such a group to fulfill an obligation shall not be a defense for
the Contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women have
been established. The Contractor, however, is required to provide equal
employment opportunity and to take affirmative action for all minority
groups, both male and female, and all women, both minority and non -
minority. Consequently, the Contractor may be in violation of the
City of Federal Way
21st Ave S Pedestrian Improvements
SP -38
RFB #17 -004
Mar 2017
Executive Order if a particular group is employed in substantially disparate
manner (for example, even though the Contractor has achieved its goals
for women generally, the Contractor may be in violation of the Executive
Order if a specific minority group of women is underutilized).
10. The Contractor shall not use the goals and timetables or affirmative action
standards to discriminate against any person because of race, color,
religion, sex, or national origin.
11. The Contractor shall not enter into any subcontract with any person or
firm debarred from Government contracts pursuant to Executive Order
11246.
12. The Contractor shall carry out such sanctions and penalties for violation of
these specifications and of the Equal Opportunity Clause, including
suspensions, terminations and cancellations of existing subcontracts as
may be imposed or ordered pursuant to Executive Order 11246, as
amended, and its implementing regulations by the Office of Federal
Contract Compliance Programs. Any Contractor who fails to carry out
such sanctions and penalties shall be in violation of these specifications
and Executive Order 11246, as amended.
13. The Contractor, in fulfilling its obligations under these specifications, shall
implement specific affirmative action steps, at least as extensive as those
standards prescribed in paragraph 7 of this Special Provision, so as to
achieve maximum results from its efforts to ensure equal employment
opportunity. If the Contractor fails to comply with the requirements of
the Executive Order, the implementing regulations, or these specifications,
the Director shall proceed in accordance with 41 CFR 60 -4.8.
14. The Contractor shall designate a responsible official to monitor all
employment related activity to ensure that the company EEO policy is
being carried out, to submit reports relating to the provisions hereof as
may be required by the government and to keep records. Records shall
at least include, for each employee, their name, address, telephone
numbers, construction trade, union affiliation if any, employee
identification number when assigned, social security number, race, sex,
status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of
changes in status, hours worked per week in the indicated trade, rate of
pay, and locations at which the work was performed. Records shall be
maintained in an easily understandable and retrievable form; however, to
the degree that existing records satisfy this requirement, the Contractors
will not be required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the
application of other laws which establish different standards of
compliance or upon the application of requirements for the hiring of local
or other area residents (e.g., those under the Public Works Employment
Act of 1977 and the Community Development Block Grant Program).
16. Additional assistance for Federal Construction Contractors on contracts
administered by Washington State Department of Transportation or by
Local Agencies may be found at:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -39
RFB #17 -004
Mar 2017
Washington State Dept. of Transportation
Office of Equal Opportunity
PO Box 47314
310 Maple Park Ave. SE
Olympia WA
98504 -7314
Ph: 360 - 705 -7090
Fax: 360 - 705 -6801
http://www.wsdot.wa.gov/equalopportunity/default.htm
(August 15, 2016 APWA GSP, Option B)
Supplement this section with the following:
Disadvantaged Business Enterprise Condition of Award Participation
The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and
USDOT's official interpretations (i.e., Questions & Answers) apply to this Contract.
Demonstrating compliance with these Specifications is a Condition of Award (COA) of
this Contract. Failure to comply with the requirements of this Specification may result in
your Bid being found to be nonresponsive resulting in rejection or other sanctions as
provided by Contract.
DBE Abbreviations and Definitions
Broker — A business firm that provides a bona fide service, such as professional,
technical, consultant or managerial services and assistance in the procurement
of essential personnel, facilities, equipment, materials, or supplies required for
the performance of the Contract; or, persons /companies who arrange or
expedite transactions.
Disadvantaged Business Enterprise (DBE) — A business firm certified by the
Washington State Office of Minority and Women's Business Enterprises, as
meeting the criteria outlined in 49 CFR 26 regarding DBE certification.
Commercially Useful Function (CUF)
49 CFR 26.55(c)(1) defines commercially useful function as: "A DBE performs a
commercially usefu/ function when it is responsib /e for execution of the work of
the contract and is carrying out its responsibilities by actually performing,
managing, and supervising the work involved. To perform a commercially useful
function, the DBE must also be responsible, with respect to materials and
supplies used on the contract, for negotiating price, determining quality and
quantity, ordering the material, and installing (where applicable) and paying for
the material itse /f To determine whether a DBE is performing a commercia //y
useful function, you must evaluate the amount of work subcontracted, industry
practices, whether the amount the firm is to be paid under the contract is
commensurate with the work it is actually performing and the DBE credit claimed
for its performance of the work, and other relevant factors."
Contract
Per 49 CFR 26, a contract is a legally binding relationship obligating a seller to
furnish supplies or services (including, but not limited to, construction and
professional services) and the buyer to pay for them. For purposes of this part,
a lease is considered to be a contract.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -40
RFB #17 -004
Mar 2017
DBE Commitment — The dollar amount the Contractor indicates they will be
subcontracting to be applied towards the DBE Condition of Award Goal as shown
on the DBE Utilization Certification Form, and in the Bid Item breakdown for
each DBE Subcontractor. This DBE Commitment amount will be incorporated
into the Contract and shall be considered a Contract requirement. Any changes
to the DBE Commitment shall require Engineer's approval.
DBE Condition of Award (COA) Goal — An assigned numerical percentage of
the Bid amount of the Contract. This is the minimum amount that the Bidder
must commit to by submission of the Utilization Certification Form and /or by
Good Faith Effort (GFE). The DBE COA Goal will also be applied to change
orders associated with this Contract.
DBE Directory of Certified Firms — A publication listing all Minority, Women,
and Disadvantaged Business Enterprises currently certified by the Washington
State Office of Minority and Women's Business Enterprises (OMWBE). The on-
line Directory is available to contractors for their use in identifying and soliciting
interest from DBE firms whose participation on a contract may be counted
toward achievement of the assigned DBE COA Goal, except in cases where the
firm's certification is temporarily suspended (refer to OMWBE's Suspension List at
the Directory webpage).
Description of Work — Specific descriptions of work that the DBE is certified to
perform, as identified in the OMWBE Directory of Certified Firms, under the
DBE's profile page.
Good Faith Efforts — Efforts to achieve the DBE COA Goal or other
requirements of this part which, by their scope, intensity, and appropriateness to
the objective, can reasonably be expected to fulfill the program requirement.
Manufacturer (DBE) — A DBE firm that operates or maintains a factory or
establishment that produces on the premises the materials, supplies, articles, or
equipment required under the Contract. A DBE Manufacturer shall produce
finished goods or products from raw or unfinished material or purchase and
substantially alters goods and materials to make them suitable for construction
use before reselling them.
Regular Dealer (DBE) — A DBE firm that owns, operates, or maintains a store,
warehouse, or other establishment in which the materials or supplies required
for the performance of a Contract are bought, kept in stock, and regularly sold to
the public in the usual course of business. To be a Regular Dealer, the DBE firm
shall engage in, as its principal business and in its own name, the purchase and
sale of the products in question. A Regular Dealer in such items as steel,
cement, gravel, stone, and petroleum products need not keep such products in
stock if it owns or operates distribution equipment. Brokers, manufacturers'
representatives, packagers or other persons who arrange or expedite
transactions shall not be regarded as Regular Dealers within the meaning of this
definition.
City of Federal Way
21st Ave S Pedestrian Improvements
SP-41
RFB #17 -004
Mar 2017
DBE COA Goal
The Contracting Agency has established a COA Contract Goal in the amount of 12 %.
DBE Eligibility /Selection of DBEs
A Directory of Certified Firms is available at the OMWBE web site. A description of
specific items of work that a DBE is certified to perform is shown in the directory on the
DBE's profile page. DBE firms whose certification is temporarily suspended will not be
considered for purposes of meeting a COA DBE goal on new contracts.
Crediting DBE Participation
Subcontractors proposed as COA must be certified prior to the due date for bids on the
Contract. All non -COA DBE Subcontractors shall be certified before the subcontract on
which it is participating is executed.
DBE participation cannot be counted toward the Contractor's contract goal if the DBE
firm's certification is temporarily suspended (based on the date the Notice of Suspension
was issued).
DBE participation cannot be counted until the amount being counted has actually been
paid to the DBE (and the DBE performed a CUF).
The following are some examples of what may be counted as DBE participation. In all
cases the DBE must be certified for the work being considered and must be capable of
performing a CUF during the execution of the Work.
DBE Prime Contractor
A DBE Contractor may only take credit for that portion of the total dollar value of
the Contract equal to the distinct, clearly defined portion of the Work that the
DBE performs with its own forces.
DBE Subcontractor
Only that portion of the total dollar value of the subcontract equal to the distinct,
clearly defined portion of the Work that the DBE performs with its own forces.
Include the cost of supplies and materials obtained by the DBE for its work on
the contract, and equipment leased by the DBE.
DBEs may lease equipment from non -DBE firms (except from the prime
contractor or its affiliates). DBE credit will not be given in instances where the
equipment lease includes the operator. The DBE is expected to operate the
equipment used in the performance of its work under the contract, with its own
forces. Formal lease agreements are required and should be on a long -term
basis. Equipment leased by the DBE on an ad -hoc basis requires contracting
agency approval. Situations where equipment is leased and used by the DBE,
but payment is deducted from the Contractor's payment to the DBE is not
allowed.
The supplies, materials, and equipment purchased or leased from the Contractor
or its affiliates shall not be credited (including any Contractor's resources made
available to DBE subcontractors at no cost).
City of Federal Way
21st Ave S Pedestrian Improvements
SP -42
RFB #17 -004
Mar 2017
If a DBE subcontracts a portion of the Work of its contract to another firm, the
value of the subcontracted Work may be counted toward the DBE COA Goal only
if the DBE's Lower -Tier Subcontractor is also a DBE. Work subcontracted to a
non -DBE does not count towards the DBE COA Goal.
Count expenditures toward DBE COA Goal only if the DBE is performing a
commercially useful function (CUF) on that contract.
DBE Subcontract and Lower Tier Subcontract Documents
There must be a subcontract agreement that complies with 49 CFR Part 26 and
fully describes the distinct elements of Work committed to be performed by the
DBE. The subcontract agreement shall incorporate requirements of the primary
Contract. Subcontract agreements of all tiers, including lease agreements shall
be readily available at the project site for the Engineer review.
DBE Broker /Packager
The value of fees or commissions charged by a DBE Broker or a DBE behaving in
a manner of a Broker for providing a bona fide service, such as professional,
technical, consultant, managerial services, or for providing bonds or insurance
specifically required for the performance of the contract will only be credited
towards meeting the DBE COA Goal if the fee /commission is determined to be
reasonable, and the firm is determined to be performing a CUF.
Force Account Work
When the Contractor elects to utilize force account Work to meet the DBE COA
Goal, as demonstrated by listing this force account Work on the DBE Utilization
Certification Form, for the purposes of meeting DBE COA Goal, only 50% of the
Proposal amount shall be credited toward the Contractors Commitment to meet
the DBE COA Goal.
One hundred percent of the actual amounts paid to the DBE for the force
account Work shall be credited towards DBE COA Goal.
Flagging
If the DBE firm is being utilized in the capacity of "Flagging" only, the DBE firm
must provide a Traffic Control Supervisor (TCS) and flagger, which are under the
direct control of the DBE. The DBE firm will also provide all flagging equipment
(e.g. paddles, hard hats, and vests).
If the DBE firm is being utilized in the capacity of "Traffic Control Services", the
DBE firm must provide a TCS, flaggers, and traffic control items (e.g. cones,
barrels, signs, etc.) and be in total control of all items in implementing the traffic
control for the project. If the DBE firm utilizes the Contractor's equipment, such
as Transportable Attenuators and Portable Changeable Message Signs (PCMS) no
DBE credit can be taken for supplying and operating the items.
Trucking
The DBE trucking firm must own and operate at least one licensed, insured and
operational truck on the contract. The DBE receives credit for the value of the
City of Federal Way
21st Ave S Pedestrian Improvements
SP -43
RFB #17 -004
Mar 2017
transportation services it provides on the Contract using trucks it owns, licenses,
insures, and operates with drivers it employs.
The DBE may lease trucks from another DBE firm. The Work that a DBE trucking
firm performs with trucks it leases from other certified DBE trucking firms qualify
for 100% DBE credit.
The DBE may lease trucks from a non -DBE truck leasing company, but can only
receive DBE credit for the value of the hauling services if the DBE uses its own
employees as drivers.
The trucking Work subcontracted to any non -DBE trucking firm will not receive
credit for Work done on the project.
Truck registration and lease agreements shall be readily available at the project
site for the Engineer review.
DBE participation of trucking firms can only be applied to the value of the
hauling services, not for the materials being hauled (unless the trucking firm is
also certified as a supplier). In situations where the DBE's work is priced per
ton, the value of hauling must be calculated separately from the value of the
materials in order to determine DBE credit for hauling.
DBE Manufacturer and DBE Regular Dealer
If materials or supplies are obtained from a DBE Manufacturer, 100 percent of
the cost of materials or supplies can count toward the DBE COA Goal. The DBE
Manufacturer shall be certified as such by OMWBE.
Sixty percent (60 %) of the cost of materials or supplies purchased from a DBE
Regular Dealer may be credited toward meeting the DBE COA Goal. If the role
of the DBE Regular Dealer is determined to be that of a pass- through, then no
DBE credit will be given for its services. Regular Dealer status and the amount
of credit is determined on a Contract -by- Contract basis.
A firm wishing to be approved as a Regular Dealer for a specific project must
submit a request in writing to WSDOT for approval, no later than ten working
days prior to Bid opening. The Approved Regular Dealers List is published on
WSDOT's Office of Equal Opportunity (OEO) web site.
Purchase of materials or supplies from a DBE which is neither a manufacturer
nor a regular dealer, (i.e. Broker) only the fees or commissions charged for
assistance in the procurement of the materials and supplies, or fees or
transportation charges for the delivery of materials or supplies required on a job
site, can count toward DBE COA Goal, provided the fees are not excessive as
compared with fees customarily allowed for similar services. The cost of the
materials and supplies themselves cannot be counted toward DBE COA Goal.
Note: Requests to be listed as a Regular Dealer will only be processed if the
requesting firm is certified by the Office of Minority and Women's
City of Federal Way
21st Ave S Pedestrian Improvements
SP-44
RFB #17 -004
Mar 2017
Business Enterprises in a NAICS code that fall within the 42XX0( NAICS
Wholesale code section.
Disadvantaged Business Enterprise Utilization Certification FORM # 272 -056
EF
To be eligible for award of the Contract, the Bidder shall properly complete and submit a
Disadvantaged Business Enterprise Utilization Certification with the Bidder's sealed Bid
Proposal, as specified in Section 1 -02.9 Delivery of Proposal. The Bidder's
Disadvantaged Business Enterprise Utilization Certification must clearly demonstrate
how the Bidder intends to meet the DBE COA Goal. A Disadvantaged Business
Enterprise Utilization Certification (WSDOT Form 272 -056 EF) is included in your
Proposal package for this purpose as well as instructions on how to properly fill out the
form.
The Bidder is advised that the items listed below when listed in the Utilization
Certification must have their amounts reduced to the percentages shown and those
reduced amounts will be the amount applied towards meeting the DBE COA Goal.
• Force account at 50%
• Regular dealer at 60%
In the event of arithmetic errors in completing the Disadvantaged Business Enterprise
Utilization Certification the amount listed to be applied towards the DBE COA Goal for
each DBE shall govern and the DBE total amount shall be adjusted accordingly.
Note: The Contracting Agency shall consider as non - responsive and shall reject
any Bid Proposal submitted that does not contain a Disadvantaged
Business Enterprise Utilization Certification Form that accurately
demonstrates how the Bidder intends to meet the DBE COA Goal.
Disadvantaged Business Enterprise Written Confirmation Document(s) FORM
# 422 -031 EF
The Bidder shall submit a Disadvantaged Business Enterprise Written Confirmation
Document (completed and signed by the DBE) for each DBE firm listed in the Bidder's
completed Disadvantaged Business Enterprise Utilization Certification submitted with the
Bid. Failure to do so will result in the associated participation being disallowed, which
may cause the Bid to be determined to be nonresponsive resulting in Bid rejection.
The Confirmation Documents provide confirmation from the DBEs that they are
participating in the Contract as provided in the Contractor's Commitment. The
Confirmation Documents must be consistent with the Utilization Certification.
A Disadvantaged Business Enterprise Written Confirmation Document (form No. 422 -031
EF) is included in your Proposal package for this purpose.
The form(s) shall be received as specified in the special provisions for Section 1 -02.9
Delivery of Proposal.
It is prohibited for the Bidder to require a DBE to submit a Written Confirmation
Document with any part of the form left blank. Should the Contracting Agency
determine that a Written Confirmation Document was signed by a DBE that was not
City of Federal Way
21st Ave S Pedestrian Improvements
SP -45
RFB #17 -004
Mar 2017
complete; the validity of the document comes into question and the associated DBE
participation may not receive credit.
Selection of Successful Bidder /Good Faith Efforts (GFE)
The successful Bidder shall be selected on the basis of having submitted the lowest
responsive Bid, which demonstrates a good faith effort to achieve the DBE COA Goal.
The contracting agency, at any time during the selection process, may request a
breakdown of the bid items and amounts that are counted towards the overall contract
goal for any of the DBE's listed on the DBE Utilization Certification.
Achieving the DBE COA Goal may be accomplished in one of two ways, as follows:
1. By meeting the DBE COA Goal
The best indication of GFE is to document, through submission of the
Disadvantaged Business Enterprise Utilization Certification and supporting
Disadvantaged Business Enterprise Written Confirmation Document(s) that
the Bidder has obtained enough DBE participation to meet or exceed the
assigned DBE COA Goal. That being the case, no additional GFE
documentation is required. Or;
2. By documentation that the Bidder made adequate GFE to meet the DBE COA
Goal
The Bidder may demonstrate a GFE in whole or part through GFE
documentation ONLY IN THE EVENT a Bidder's efforts to solicit sufficient DBE
participation have been unsuccessful. In this case, the Bidder must supply
GFE documentation in addition to the Disadvantaged Business Enterprise
Utilization Certification, and supporting Disadvantaged Business Enterprise
(DBE) Written Confirmation Document(s).
Note: In the case where the Bidder was awarded the contract based on
demonstrating adequate GFE the advertised DBE COA Goal will
not be reduced to the Bidder's partial commitment. Further, the
Bidder shall demonstrate a GFE during the life of the Contract to
attain the DBE COA Goal as assigned to the project.
GFE documentation shall be received, as specified in the special provisions for Section 1-
02.9 Delivery of Proposal.
Based upon all the relevant documentation submitted in Bid or as a supplement to Bid,
the Contracting Agency shall determine whether the Bidder has demonstrated sufficient
GFE to achieve DBE participation. The Contracting Agency will make a fair and
reasonable judgment of whether a Bidder that did not meet the DBE COA Goal through
participation, made adequate good faith efforts as demonstrated by the GFE
documentation.
Good Faith Effort (GFE) Documentation
GFE is evaluated when determining award of a prime contract that has an assigned DBE
goal; when a COA DBE is terminated and substitution is required; and post award when
determining whether the Contractor has satisfied its DBE commitments.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -46
RFB #17 -004
Mar 2017
The following is a list of types of actions, which would be considered as part of the
Bidder's GFE to achieve DBE participation. It is not intended to be a mandatory
checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of
efforts may be relevant in appropriate cases. Responding to all GFE listed in 49 CFR Part
26, Appendix A does not, in itself, demonstrate adequate good faith efforts.
1. Soliciting through all reasonable and available means (e.g. attendance at pre -bid
meetings, advertising and /or written notices) the interest of all certified DBEs
who have the capability to perform the Work of the Contract. The Bidder must
solicit this interest within sufficient time to allow the DBEs to respond to the
solicitation. The Bidder must determine with certainty if the DBEs are interested
by taking appropriate steps to follow up initial solicitations.
2. Selecting portions of the Work to be performed by DBEs in order to increase the
likelihood that the DBE COA Goal will be achieved. This includes, where
appropriate, breaking out contract Work items into economically feasible units to
facilitate DBE participation, even when the Contractor might otherwise prefer to
perform these Work items with its own forces.
3. Providing interested DBEs with adequate information about the Plans,
Specifications, and requirements of the Contract in a timely manner to assist
them in responding to a solicitation.
a. Negotiating in good faith with interested DBEs. It is the Bidder's
responsibility to make a portion of the Work available to DBE
subcontractors and suppliers and to select those portions of the Work or
material needs consistent with the available DBE subcontractors and
suppliers, so as to facilitate DBE participation. Evidence of such
negotiation includes the names, addresses, and telephone numbers of
DBEs that were considered; a description of the information provided
regarding the Plans and Specifications for the Work selected for
subcontracting; and evidence as to why additional agreements could not
be reached for DBEs to perform the Work.
b. A Bidder using good business judgment would consider a number of
factors in negotiating with subcontractors, including DBE subcontractors,
and would take a firm's price and capabilities as well as the DBE COA
Goal into consideration. However, the fact that there may be some
additional costs involved in finding and using DBEs is not in itself
sufficient reason for a Bidder's failure to meet the DBE COA Goal, as long
as such costs are reasonable. Also, the ability or desire of a Contractor to
perform the Work of a Contract with its own organization does not relieve
the Bidder of the responsibility to make Good Faith Efforts. Contractors
are not, however, required to accept higher quotes from DBEs if the price
difference is excessive or unreasonable.
4. Not rejecting DBEs as being unqualified without sound reasons based on a
thorough investigation of their capabilities. The Contractor's standing within its
industry, membership in specific groups, organizations, or associations and
political or social affiliations (for example union vs. non -union employee status)
City of Federal Way
21st Ave S Pedestrian Improvements
SP -47
RFB #17 -004
Mar 2017
are not legitimate causes for the rejection or non - solicitation of bids in the
Contractor's efforts to meet the DBE COA Goal.
5. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or
insurance as required by the recipient or Contractor.
6. Making efforts to assist interested DBEs in obtaining necessary equipment,
supplies, materials, or related assistance or services.
7. Effectively using the services of available minority /women community
organizations; minority /women contractors' groups; local, State, and Federal
minority /women business assistance offices; and other organizations as allowed
on a case -by -case basis to provide assistance in the recruitment and placement
of DBEs.
8. Documentation of GFE must include copies of each DBE and non -DBE
subcontractor quotes submitted to the Bidder when a non -DBE subcontractor is
selected over a DBE for Work on the Contract. (ref. updated DBE regulations —
26.53(b)(2)(vi) & App. A)
Administrative Reconsideration of GFE Documentation
Any Bidder has the right to reconsideration but only for the purpose of reassessing the
GFE documentation that was originally submitted with their Bid, and determined to be
inadequate.
• The Bidder must request within 48 hours of GFE determination and schedule a
reconsideration hearing within seven calendar days of notification of being
nonresponsive or forfeit the right to reconsideration.
• The reconsideration decision on the adequacy of the Bidder's GFE
documentation shall be made by an official who did not take part in the
original determination.
• Only the GFE documentation submitted and evaluated to meeting the required
DBE COA Goal shall be considered. Bidder shall not introduce new
documentation at the reconsideration hearing.
• The Bidder shall have the opportunity to meet in person with the official for the
purpose of setting forth the Bidder's position as to why the GFE documentation
demonstrates a sufficient effort.
• The reconsideration official shall provide the Bidder with a written decision on
reconsideration within five working days of the hearing explaining the basis for
their finding.
Procedures between Award and Execution
After Award and prior to Execution, the Contractor shall provide the additional
information described below. Failure to comply shall result in the forfeiture of the
Bidder's Proposal bond or deposit.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -48
RFB #17 -004
Mar 2017
1. Additional information for all successful DBEs as shown on the Disadvantaged
Business Enterprise Utilization Certification:
a.
Correct business name, federal employee identification number (if
available), and mailing address.
b. List of all Bid items (with a clear description of the Work to be
performed) assigned to each successful DBE, including the dollar value.
c. Description of partial items (if any) to be sublet to each successful DBE
specifying the Work committed under each item to be performed and
including the dollar value of the DBE portion.
d. Total amounts shown for each DBE shall match the amount shown on the
Disadvantaged Business Enterprise Utilization Certification. A breakdown
that does not conform to the Disadvantaged Business Enterprise
Utilization Certification or that demonstrates a different amount of DBE
participation than that included in the Disadvantaged Business Enterprise
Utilization Certification will be returned for correction.
2. A list of all firms who submitted a bid or
project whether they were successful or
mailing address.
Note: The firms identified by the
Contracting Agency to solicit
the firm and average of its
three - years.
quote in attempt to participate in this
not. Include the business name and
Contractor may be contacted by the
general information as follows: age of
gross annual receipts over the past
Procedures after Execution
Commercially Useful Function (CUF)
The Contractor may only take credit for the payments made for Work performed
by a DBE that is determined to be performing a CUF. This applies to all DBEs
performing Work on a project, whether or not the DBEs are COA, if the
Contractor wants to receive credit for their participation. The Engineer will
conduct CUF reviews to ascertain whether DBEs are performing a CUF. A DBE
performs a CUF when it is carrying out its responsibilities of its contract by
actually performing, managing, and supervising the Work involved. The DBE
must be responsible for negotiating price; determining quality and quantity;
ordering the material and installing (where applicable); and paying for the
material itself. If a DBE does not perform "all" of these functions on a furnish -
and- install contract, it has not performed a CUF and the cost of materials cannot
be counted toward DBE COA Goal. Leasing of equipment from a leasing
company is allowed. However, leasing /purchasing equipment from the Contractor
is not allowed. Lease agreements shall be readily available for review by the
Engineer.
In order for a DBE traffic control company to be considered to be performing a
CUF, the DBE must be in control of its work inclusive of supervision. The DBE
City of Federal Way
21st Ave S Pedestrian Improvements
SP -49
RFB #17 -004
Mar 2017
shall employ a Traffic Control Supervisor who is directly involved in the
management and supervision of the traffic control employees and services.
The DBE does not perform a CUF if its role is limited to that of an extra
participant in a transaction, contract, or project through which the funds are
passed in order to obtain the appearance of DBE participation.
The Engineer will use the following factors in determining whether a DBE
trucking company is performing a CUF:
• The DBE shall be responsible for the management and supervision of the
entire trucking operation. The owner demonstrates business related
knowledge, shows up on site and is active in running the business.
• The DBE finances are independently controlled by the DBE.
• The DBE shall with its own workforce, operate at least one fully licensed,
insured, and operational truck used on the Contract. Employees are
shown exclusively on the DBE payroll.
• The DBE may lease trucks without drivers from a non -DBE truck leasing
company. If the DBE leases trucks from a non -DBE truck leasing
company and uses its own employees as drivers, it is entitled to credit for
the total value of these hauling services.
• Lease agreements for trucks shall indicate that the DBE has exclusive use
of and control over the truck. This does not preclude the leased truck
from working for others provided it is with the consent of the DBE and
the lease provides the DBE absolute priority for use of the leased truck.
• Leased trucks shall display the name and identification number of the
DBE.
• Leased trucks shall be driven by DBE employees included in the DBE's
payroll.
The DBE may lease trucks from another DBE including a DBE owner - operator.
The DBE who leases trucks from another DBE shall claim participation for the
total value of the transportation services the lessee DBE provides on the
Contract.
Joint Checking
A joint check is a two -party check between a DBE, a prime contractor and the
supplier of material /supplies. The check is issued by the Contractor as payer to
the DBE Subcontractor and the material supplier jointly (to guarantee payment
to the supplier) for items to be incorporated into the project. The DBE must
release the check to the supplier, while the Contractor acts solely as the
guarantor.
A joint check agreement signed by all parties involved must be requested using
the DBE Joint Check Request Form (# 272 -053). The Joint Check Request Form
City of Federal Way
21st Ave S Pedestrian Improvements
SP -50
RFB #17 -004
Mar 2017
and the Joint Check Agreement Form must be submitted and approved by the
Engineer prior to its use.
The approval to use joint checks and the use will be closely monitored by the
Engineer. To receive DBE credit for performing a CUF with respect to obtaining
materials and supplies, a DBE must "be responsible for negotiating price,
determining quality and quantity, ordering the material and installing (where
applicable) and paying for the material itself."
Material costs paid by the Contractor directly to the material supplier are not
allowed. If proper procedures are not followed or the Engineer determines that
the arrangement results in lack of independence for the DBE involved, no DBE
credit will be given for the DBE's participation as it relates to the material cost.
Prompt Payment
Refer to Section 1 -08.1 for Prompt Payment requirements associated with this
contract.
Reporting
All certified DBE Work whether COA or race neutral participation is reported. The
Contractor shall submit a Monthly Report of Amounts Credited as DBE
Participation (form #422 -103) to the Project Engineer each month, regardless of
whether payments were made or Work occurred, between Execution of the
Contract and the final amounts paid to DBE contractor or Completion of the
Contract. In the event that the payments to a DBE contractor have been made
by an entity other than the Contractor, as in the case of a lower -tier
Subcontractor or supplier, then the Contractor shall obtain evidence of payments
from the paying entity and report these payments to the Engineer as described
above on form #422 -103. The monthly report is due 20 calendar days following
the end of the month.
Changes in COA Work Committed to DBE
The Contractor shall utilize the COA DBEs to perform the work and supply the materials
for which each is committed unless approved by the Engineer. The Contractor shall not
be entitled to any payment for work or material completed by the Contractor or
subcontractors that was committed to be completed by the COA DBEs.
Owner Initiated Changes
The Engineer will consider the impact on DBE participation in instances where
the Engineer changes Work that was committed to a DBE at the time of Contract
Award. In such instances, the Contractor shall not be required to substitute for
the Work but is encouraged to do so. The Engineer may direct DBE participation
or solicitation of DBEs as part of a change order.
Contractor- Initiated Changes
The Contractor cannot reduce the amount of work of a COA DBE without good
cause, even if the Contractor continues to meet the DBE COA Commitment
through other means. Reducing a COA DBE's Commitment is viewed as a partial
DBE termination, subject to the procedures below.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -51
RFB #17 -004
Mar 2017
Original Quantity Underruns
In the event that Work committed to a DBE firm as part of the COA underruns
the original planned quantities the Contractor is encouraged to substitute the
remaining applicable Work to another DBE but is not required to do so.
Contractor Proposed DBE Substitutions
Requests to substitute a COA DBE must be for good cause (see DBE termination
process below), and requires the written approval of the Engineer. After
receiving a termination with good cause approval, the Contractor may only
replace a DBE with another certified DBE. When any changes encountered
between Contract Award and Execution that result in a substitution of COA DBE,
the substitute DBE shall be certified prior to the due date for bids on the
Contract.
DBE Termination
Termination of a COA DBE (or an approved substitute DBE) is only allowed in
whole or in part with prior written approval of the Engineer. If the Contractor
terminates a COA DBE without the written approval of the Engineer, the
Contractor shall not be entitled to any payment for work or material
performed /supplied by the COA DBE.
The Contractor must have good cause to terminate a COA DBE.
Good cause typically includes situations where the DBE Subcontractor is unable
or unwilling to perform the work of its subcontract. Good cause may exist if:
• The DBE fails or refuses to execute a written contract.
• The DBE fails or refuses to perform the Work of its subcontract in a way
consistent with normal industry standards.
• The DBE fails or refuses to meet the Contractor's reasonable
nondiscriminatory bond requirements.
• The DBE becomes bankrupt, insolvent, or exhibits credit unworthiness.
• The DBE is ineligible to work on public works projects because of
suspension and debarment proceedings pursuant to federal law or
applicable State law.
• The DBE voluntarily withdraws from the project, and provides written
notice of its withdrawal.
• The DBE's work is deemed unsatisfactory by the Engineer and not in
compliance with the contract.
• The DBE's owner dies or becomes disabled with the result that the DBE is
unable to complete its Work on the contract.
Good cause does not exist if:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -52
RFB #17 -004
Mar 2017
• The Contractor seeks to terminate a COA DBE so that the Contractor can
self - perform the Work.
• The Contractor seeks to terminate a COA DBE so the Contractor can
substitute another DBE contractor or non -DBE contractor after Contract
Award.
• The failure or refusal of the COA DBE to perform its Work on the
subcontract results from the bad faith or discriminatory action of the
Contractor (e.g., the failure of the Contractor to make timely payments or
the unnecessary placing of obstacles in the path of the DBE's Work).
Prior to requesting termination, the Contractor shall give notice in writing to the
DBE with a copy to the Engineer of its intent to request to terminate DBE Work
and the reasons for doing so. The DBE shall have five (5) working days to
respond to the Contractor's notice. The DBE's response shall either support the
termination or advise the Engineer and the Contractor of the reasons it objects
to the termination of its subcontract.
When a COA DBE is terminated, or fails to complete its work on the contract for
any reason, the Contractor shall substitute with another DBE, substitute other
DBE participation or provide documentation of GFE. A plan to achieve the COA
DBE Commitment shall be submitted to the Engineer within 2 working days of
the approval of termination or the Contract shall be suspended until such time
the substitution plan is submitted.
Decertification /Graduation
When a DBE is "decertified" or "graduates" from the DBE program during the
course of the Contract, the participation of that DBE shall continue to count
towards the DBE COA Goal as long as the subcontract with the DBE was
executed prior to the decertification notice. The Contractor is obligated to
substitute when a DBE does not have an executed subcontract agreement at the
time of decertification /graduation.
Consequences of Non - Compliance
Breach of Contract
Each contract with a Contractor (and each subcontract the Contractor signs with
a Subcontractor) must include the following assurance clause:
The Contractor, subrecipient, or Subcontractor shall not discriminate on the basis
of race, color, national origin, or sex in the performance of this contract. The
Contractor shall carry out applicable requirements of 49 CFR Part 26 in the
award and administration of DOT-assisted contracts. Failure by the Contractor to
carry out these requirements is a material breach of this contract, which may
result in the termination of this contract or such other remedy as the recipient
deems appropriate, which may include, but is not limited to:
(1) Withholding monthly progress payments;
(2) Assessing sanctions;
(3) Liquidated damages; and /or
(4) Disqualifying the Contractor from future bidding as non - responsible.
RFB #17 -004
Mar 2017
City of Federal Way
21st Ave S Pedestrian Improvements
SP -53
Notice
If the Contractor or any Subcontractor, Consultant, Regular Dealer, or service
provider is deemed to be in non - compliance, the Contractor will be informed in
writing, by certified mail by the Engineer that sanctions will be imposed for
failure to meet the DBE COA Commitment and /or submit documentation of good
faith efforts. The notice will state the specific sanctions to be imposed which
may include impacting a Contractor or other entity's ability to participate in
future contracts.
Sanctions
If it is determined that the Contractor's failure to meet all or part of the DBE COA
Commitment is due to the Contractor's inadequate good faith efforts throughout the life
of the Contract, including failure to submit timely, required Good Faith Efforts
information and documentation, the Contractor may be required to pay DBE penalty
equal to the amount of the unmet Commitment, in addition to the sanctions outlined in
Section 1- 07.11(5).
Payment
Compensation for all costs involved with complying with the conditions of this
Specification and any other associated DBE requirements is included in payment for the
associated Contract items of Work, except otherwise provided in the Specifications.
1 -07.12 Federal Agency Inspection
Section 1 -07.12 is supplemented with the following:
(January 25, 2016 WSDOT GSP)
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273)
Revised May 1, 2012 and the amendments thereto supersede any conflicting provisions
of the Standard Specifications and are made a part of this Contract; provided, however,
that if any of the provisions of FHWA 1273, as amended, are less restrictive than
Washington State Law, then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this Contract require that the
Contractor insert the FHWA 1273 and amendments thereto in each Subcontract,
together with the wage rates which are part of the FHWA 1273, as amended. Also, a
clause shall be included in each Subcontract requiring the Subcontractors to insert the
FHWA 1273 and amendments thereto in any lower tier Subcontracts, together with the
wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID
PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier
Subcontractors. For this purpose, upon request to the Project Engineer, the Contractor
will be provided with extra copies of the FHWA 1273, the amendments thereto, the
applicable wage rates, and this Special Provision.
1 -07.13 Contractor's Responsibility for Work
1- 07.13(4) Repair of Damage
(August 6, 2001 WSDOT GSP)
Section 1- 07.13(4) is revised to read:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -54
RFB #17 -004
Mar 2017
The Contractor shall promptly repair all damage to either temporary or
permanent work as directed by the Engineer. For damage qualifying for relief
under Sections 1- 07.13(1), 1- 07.13(2) or 1- 07.13(3), payment will be made in
accordance with Section 1 -04.4. Payment will be limited to repair of damaged
work only. No payment will be made for delay or disruption of work.
1 -07.16 Protection and Restoration of Property
1- 07.16(2) Vegetation Protection and Restoration
(August 2, 2010 WSDOT GSP)
Section 1- 07.16(2) is supplemented with the following:
Vegetation and soil protection zones for trees shall extend out from the trunk to
a distance of 1 foot radius for each inch of trunk diameter at breast height.
Vegetation and soil protection zones for shrubs shall extend out from the stems
at ground level to twice the radius of the shrub.
Vegetation and soil protection zones for herbaceous vegetation shall extend to
encompass the diameter of the plant as measured from the outer edge of the
plant.
1 -07.17 Utilities and Similar Facilities
(April 2, 2007 WSDOT GSP)
Section 1 -07.17 is supplemented with the following:
Locations and dimensions shown in the Plans for existing facilities are in accordance with
available information obtained without uncovering, measuring, or other verification.
Public and private utilities, or their Contractors, will furnish all work necessary to adjust,
relocate, replace, or construct their facilities unless otherwise provided for in the Plans
or these Special Provisions. Such adjustment, relocation, replacement, or construction
will be done during the prosecution of the work for this project. It is anticipated that
utility adjustment, relocation, replacement or construction within the project limits will
be completed as follows:
o Hydrant relocation by Lakehaven Water & Sewer District
o Any other relocations, replacements, or adjustments as necessary
The Contractor shall attend a mandatory utility preconstruction meeting with the
Engineer, all affected Subcontractors, and all utility owners and their Contractors prior to
beginning onsite work.
1 -07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
1 -07.18 Insurance
(January 4, 2016 APWA GSP)
1- 07.18(1) General Requirements
A. The Contractor shall procure and maintain the insurance described in all
subsections of section 1 -07.18 of these Special Provisions, from insurers with a
current A. M. Best rating of not less than A -: VII and licensed to do business in
City of Federal Way
21st Ave S Pedestrian Improvements
SP -55
RFB #17 -004
Mar 2017
the State of Washington. The Contracting Agency reserves the right to approve
or reject the insurance provided, based on the insurer's financial condition.
B. The Contractor shall keep this insurance in force without interruption from the
commencement of the Contractor's Work through the term of the Contract and
for thirty (30) days after the Physical Completion date, unless otherwise
indicated below.
C. If any insurance policy is written on a claims made form, its retroactive date, and
that of all subsequent renewals, shall be no later than the effective date of this
Contract. The policy shall state that coverage is claims made, and state the
retroactive date. Claims -made form coverage shall be maintained by the
Contractor for a minimum of 36 months following the Completion Date or earlier
termination of this Contract, and the Contractor shall annually provide the
Contracting Agency with proof of renewal. If renewal of the claims made form of
coverage becomes unavailable, or economically prohibitive, the Contractor shall
purchase an extended reporting period c' tail") or execute another form of
guarantee acceptable to the Contracting Agency to assure financial responsibility
for liability for services performed.
D. The Contractor's Automobile Liability, Commercial General Liability and Excess or
Umbrella Liability insurance policies shall be primary and non - contributory
insurance as respects the Contracting Agency's insurance, self- insurance, or self -
insured pool coverage. Any insurance, self- insurance, or self- insured pool
coverage maintained by the Contracting Agency shall be excess of the
Contractor's insurance and shall not contribute with it.
E. The Contractor shall provide the Contracting Agency and all additional insureds
with written notice of any policy cancellation, within two business days of their
receipt of such notice.
F. The Contractor shall not begin work under the Contract until the required
insurance has been obtained and approved by the Contracting Agency
G. Failure on the part of the Contractor to maintain the insurance as required shall
constitute a material breach of contract, upon which the Contracting Agency
may, after giving five business days' notice to the Contractor to correct the
breach, immediately terminate the Contract or, at its discretion, procure or
renew such insurance and pay any and all premiums in connection therewith,
with any sums so expended to be repaid to the Contracting Agency on demand,
or at the sole discretion of the Contracting Agency, offset against funds due the
Contractor from the Contracting Agency.
H. All costs for insurance shall be incidental to and included in the unit or lump sum
prices of the Contract and no additional payment will be made.
1- 07.18(2) Additional Insured
All insurance policies, with the exception of Workers Compensation, and of
Professional Liability and Builder's Risk (if required by this Contract) shall name
City of Federal Way
21st Ave S Pedestrian Improvements
SP -56
RFB #17 -004
Mar 2017
the following listed entities as additional insured(s) using the forms or
endorsements required herein:
• the Contracting Agency and its officers, elected officials, employees,
agents, and volunteers
• MacKay + Sposito and its officers, employees, agents, and subconsultants
• Consultants hired by the Contracting Agency for design, construction
support, or materials testing.
The above - listed entities shall be additional insured(s) for the full available limits
of liability maintained by the Contractor, irrespective of whether such limits
maintained by the Contractor are greater than those required by this Contract,
and irrespective of whether the Certificate of Insurance provided by the
Contractor pursuant to 1- 07.18(4) describes limits lower than those maintained
by the Contractor.
For Commercial General Liability insurance coverage, the required additional
insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for
ongoing operations and CG 20 37 10 01 for completed operations.
1- 07.18(3) Subcontractors
The Contractor shall cause each Subcontractor of every tier to provide insurance
coverage that complies with all applicable requirements of the Contractor -
provided insurance as set forth herein, except the Contractor shall have sole
responsibility for determining the limits of coverage required to be obtained by
Subcontractors.
The Contractor shall ensure that all Subcontractors of every tier add all entities
listed in 1- 07.18(2) as additional insureds, and provide proof of such on the
policies as required by that section as detailed in 1- 07.18(2) using an
endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations
and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the
Contracting Agency evidence of insurance and copies of the additional insured
endorsements of each Subcontractor of every tier as required in 1- 07.18(4)
Verification of Coverage.
1- 07.18(4) Verification of Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of
Insurance and endorsements for each policy of insurance meeting the
requirements set forth herein when the Contractor delivers the signed Contract
for the work. Failure of Contracting Agency to demand such verification of
coverage with these insurance requirements or failure of Contracting Agency to
identify a deficiency from the insurance documentation provided shall not be
construed as a waiver of Contractor's obligation to maintain such insurance.
Verification of coverage shall include:
1. An ACORD certificate or a form determined by the Contracting Agency to be
equivalent.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -57
RFB #17 -004
Mar 2017
2. Copies of all endorsements naming Contracting Agency and all other entities
listed in 1- 07.18(2) as additional insured(s), showing the policy number. The
Contractor may submit a copy of any blanket additional insured clause from
its policies instead of a separate endorsement.
3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall
not satisfy these requirements — actual endorsements must be submitted.
Upon request by the Contracting Agency, the Contractor shall forward to the
Contracting Agency a full and certified copy of the insurance policy(s). If
Builders Risk insurance is required on this Project, a full and certified copy of that
policy is required when the Contractor delivers the signed Contract for the work.
1- 07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below.
Contractor's maintenance of insurance, its scope of coverage, and limits as
required herein shall not be construed to limit the liability of the Contractor to
the coverage provided by such insurance, or otherwise limit the Contracting
Agency's recourse to any remedy available at law or in equity.
All deductibles and self- insured retentions must be disclosed and are subject to
approval by the Contracting Agency. The cost of any claim payments falling
within the deductible or self- insured retention shall be the responsibility of the
Contractor. In the event an additional insured incurs a liability subject to any
policy's deductibles or self- insured retention, said deductibles or self- insured
retention shall be the responsibility of the Contractor.
1- 07.18(5)A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms at
least as broad as ISO occurrence form CG 00 01, including but not limited to
liability arising from premises, operations, stop gap liability, independent
contractors, products- completed operations, personal and advertising injury, and
liability assumed under an insured contract. There shall be no exclusion for
liability arising from explosion, collapse or underground property damage.
The Commercial General Liability insurance shall be endorsed to provide a per
project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent
endorsement.
Contractor shall maintain Commercial General Liability Insurance arising out of
the Contractor's completed operations for at least three years following
Substantial Completion of the Work.
Such policy must provide the following minimum limits:
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
$2,000,000 Products & Completed Operations Aggregate
$1,000,000 Personal & Advertising Injury each offense
$1,000,000 Stop Gap / Employers' Liability each Accident
City of Federal Way
21st Ave S Pedestrian Improvements
SP -58
RFB #17 -004
Mar 2017
1-07.18(5)B Automobile Liability_
Automobile Liability shall cover owned, non - owned, hired, and leased vehicles;
and shall be written on a coverage form at least as broad as ISO form CA 00 01.
If the work involves the transport of pollutants, the automobile liability policy
shall include MCS 90 and CA 99 48 endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
1- 07.18(5)C Workers' Compensation
The Contractor shall comply with Workers' Compensation coverage as required
by the Industrial Insurance laws of the State of Washington.
1- 07.18(5)D Excess or Umbrella Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide Excess or Umbrella Liability insurance with limits of
not less than $3,000,000 each occurrence and annual aggregate. This excess or
umbrella liability coverage shall be excess over and as least as broad in coverage
as the Contractor's Commercial General and Auto Liability insurance.
All entities listed under 1- 07.18(2) of these Special Provisions shall be named as
additional insureds on the Contractor's Excess or Umbrella Liability insurance
policy.
This requirement may be satisfied instead through the Contractor's primary
Commercial General and Automobile Liability coverages, or any combination
thereof that achieves the overall required limits of insurance.
1- 07.18(5)K Professional Liability
(January 4, 2016 APWA GSP)
The Contractor and /or its Subcontractor(s) and /or its design consultant providing
construction management, value engineering, or any other design - related non -
construction professional services shall provide evidence of Professional Liability
insurance covering professional errors and omissions.
Such policy shall provide the following minimum limits:
$1,000,000 per claim and annual aggregate
If the scope of such design - related professional services includes work related to
pollution conditions, the Professional Liability insurance shall include coverage for
Environmental Professional Liability.
If insurance is on a claims made form, its retroactive date, and that of all
subsequent renewals, shall be no later than the effective date of this Contract.
1 -07.23 Public Convenience and Safety
1- 07.23(1) Construction under Traffic
(January 2, 2012 WSDOT GSP)
City of Federal Way
21st Ave S Pedestrian Improvements
SP -59
RFB #17 -004
Mar 2017
Section 1- 07.23(1) is supplemented with the following:
Work Zone Clear Zone
The Work Zone Clear Zone (WZCZ) applies during working and nonworking
hours. The WZCZ applies only to temporary roadside objects introduced by the
Contractor's operations and does not apply to preexisting conditions or
permanent Work. Those work operations that are actively in progress shall be in
accordance with adopted and approved Traffic Control Plans, and other contract
requirements.
During nonworking hours equipment or materials shall not be within the WZCZ
unless they are protected by permanent guardrail or temporary concrete barrier.
The use of temporary concrete barrier shall be permitted only if the Engineer
approves the installation and location.
During actual hours of work, unless protected as described above, only materials
absolutely necessary to construction shall be within the WZCZ and only
construction vehicles absolutely necessary to construction shall be allowed within
the WZCZ or allowed to stop or park on the shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not
be permitted to park within the WZCZ at any time unless protected as described
above.
Deviation from the above requirements shall not occur unless the Contractor has
requested the deviation in writing and the Engineer has provided written
approval.
Minimum WZCZ distances are measured from the edge of traveled way and will
be determined as follows:
Regulatory
Posted Speed
Distance From
Traveled Way
(Feet)
35 mph or Tess
10*
40 mph
15
45 to 55 mph
20
60 mph or greater
30
* or 2 -feet beyond the outside edge of sidewalk
Minimum Work Zone Clear Zone Distance
(January 5, 2015 WSDOT GSP)
Lane closures are subject to the following restrictions:
1 -07.24 Rights of Way
(July 23, 2015 APWA GSP)
Delete this section and replace it with the following:
Street Right of Way lines, limits of easements, and limits of construction permits are
indicated in the Plans. The Contractor's construction activities shall be confined within
these limits, unless arrangements for use of private property are made.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -60
RFB #17 -004
Mar 2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of
way and easements, both permanent and temporary, necessary for carrying out the
work. Exceptions to this are noted in the Bid Documents or will be brought to the
Contractor's attention by a duly issued Addendum.
Whenever any of the work is accomplished on or through property other than public
Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any
easement agreement obtained by the Contracting Agency from the owner of the private
property. Copies of the easement agreements may be included in the Contract
Provisions or made available to the Contractor as soon as practical after they have been
obtained by the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising,
these areas are so noted in the Plans. The Contractor shall not proceed with any
portion of the work in areas where right of way, easements or rights of entry have not
been acquired until the Engineer certifies to the Contractor that the right of way or
easement is available or that the right of entry has been received. If the Contractor is
delayed due to acts of omission on the part of the Contracting Agency in obtaining
easements, rights of entry or right of way, the Contractor will be entitled to an extension
of time. The Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor.
This includes entry onto easements and private property where private improvements
must be adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may
desire for temporary construction facilities, storage of materials, or other Contractor
needs. However, before using any private property, whether adjoining the work or not,
the Contractor shall file with the Engineer a written permission of the private property
owner, and, upon vacating the premises, a written release from the property owner of
each property disturbed or otherwise interfered with by reasons of construction pursued
under this contract. The statement shall be signed by the private property owner, or
proper authority acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary permits have been
obtained or, in the case of a release, that the restoration of the property has been
satisfactorily accomplished. The statement shall include the parcel number, address,
and date of signature. Written releases must be filed with the Engineer before the
Completion Date will be established.
1 -07.28 Communication with Businesses and Property Owners
(City of Federal Way)
Section 1 -07.28 is added:
The Contractor will be responsible for communicating all work activities with the
property owners / tenants. The Contractor, along with the City's inspector, shall have
one formal meeting with the managers of the business corridor prior to the start of
construction..
Payment for said meetings and communication shall be considered incidental to other
bid items and no additional payment will be made.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -61
RFB #17 -004
Mar 2017
1 -08 PROSECUTION AND PROGRESS
Add the following new section:
1 -08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
1- 08.0(1) Preconstruction Conference
(October 10, 2008 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be
held between the Contractor, the Engineer, and such other interested parties as
may be invited. The purpose of the preconstruction conference will be:
1. To review the initial progress schedule;
2. To establish a working understanding among the various parties
associated or affected by the work;
3. To establish and review procedures for progress payment, notifications,
approvals, submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction meeting the
following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
Add the following new section:
1- 08.0(2) Hours of Work
(December 8, 2014 APWA GSP)
Except in the case of emergency or unless otherwise approved by the Engineer,
the normal working hours for the Contract shall be any consecutive 8 -hour
period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a
lunch break. If the Contractor desires different than the normal working hours
stated above, the request must be submitted in writing prior to the
preconstruction conference, subject to the provisions below. The working hours
for the Contract shall be established at or prior to the preconstruction
conference.
All working hours and days are also subject to local permit and ordinance
conditions (such as noise ordinances).
If the Contractor wishes to deviate from the established working hours, the
Contractor shall submit a written request to the Engineer for consideration. This
request shall state what hours are being requested, and why. Requests shall be
City of Federal Way
21st Ave S Pedestrian Improvements
SP -62
RFB #17 -004
Mar 2017
submitted for review no later than noon two working days prior to the day(s) the
Contractor is requesting to change the hours.
If the Contracting Agency approves such a deviation, such approval may be
subject to certain other conditions, which will be detailed in writing. For
example:
1. On non - Federal aid projects, requiring the Contractor to reimburse the
Contracting Agency for the costs in excess of straight -time costs for
Contracting Agency representatives who worked during such times. (The
Engineer may require designated representatives to be present during the
work. Representatives who may be deemed necessary by the Engineer
include, but are not limited to: survey crews; personnel from the
Contracting Agency's material testing lab; inspectors; and other
Contracting Agency employees or third party consultants when, in the
opinion of the Engineer, such work necessitates their presence.)
2. Considering the work performed on Saturdays, Sundays, and holidays as
working days with regard to the contract time.
3. Considering multiple work shifts as multiple working days with respect to
contract time even though the multiple shifts occur in a single 24 -hour
period.
4. If a 4 -10 work schedule is requested and approved the non - working day
for the week will be charged as a working day.
5. If Davis Bacon wage rates apply to this Contract, all requirements must
be met and recorded properly on certified payroll.
1 -08.1 Subcontracting
(August 24, 2016 APWA GSP)
Delete the eighth paragraph and replace it with the following:
On all projects funded with federal assistance the Contractor shall submit " Monthly
Report of Amounts Credited as DBE Participation" (form 422 -103 EF) on a monthly
basis, in which DBE Work is accomplished, for every month in which the Contract is
active or upon completion of the project, as appropriate. The monthly reports are due
on the 20th of the month following the end of the previous month.
(October 12, 1998 WSDOT GSP)
Section 1 -08.1 is supplemented with the following:
Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor
shall submit to the Engineer a certification (WSDOT Form 420 -004) that a written
agreement between the Contractor and the subcontractor or between the subcontractor
and any lower tier subcontractor has been executed. This certification shall also
guarantee that these subcontract agreements include all the documents required by the
Special Provision Federal Agency Inspection.
A Subcontractor or lower tier Subcontractor will not be permitted to perform any work
under the contract until the following documents have been completed and submitted to
the Engineer:
1. Request to Sublet Work (Form 421 -012), and
City of Federal Way
21st Ave S Pedestrian Improvements
SP -63
RFB #17 -004
Mar 2017
2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for
Federal -aid Projects (Form 420 -004).
The Contractor's records pertaining to the requirements of this Special Provision shall be
open to inspection or audit by representatives of the Contracting Agency during the life
of the contract and for a period of not less than three years after the date of acceptance
of the contract. The Contractor shall retain these records for that period. The
Contractor shall also guarantee that these records of all Subcontractors and lower tier
Subcontractors shall be available and open to similar inspection or audit for the same
time period.
1 -08.3 Progress Schedule
1- 08.3(2)A Type A Progress Schedule
(March 13, 2012 APWA GSP)
Revise this section to read:
The Contractor shall submit 3 copies of a Type A Progress Schedule no later than
at the preconstruction conference, or some other mutually agreed upon submittal
time. The schedule may be a critical path method (CPM) schedule, bar chart, or
other standard schedule format. Regardless of which format used, the schedule
shall identify the critical path. The Engineer will evaluate the Type A Progress
Schedule and approve or return the schedule for corrections within 15 calendar
days of receiving the submittal.
1 -08.4 Prosecution of Work
Delete this section and replace it with the following:
1 -08.4 Notice to Proceed and Prosecution of Work
(July 23, 2015 APWA GSP)
Notice to Proceed will be given after the contract has been executed and the contract
bond and evidence of insurance have been approved and filed by the Contracting
Agency. The Contractor shall not commence with the work until the Notice to Proceed
has been given by the Engineer. The Contractor shall commence construction activities
on the project site within ten days of the Notice to Proceed Date, unless otherwise
approved in writing. The Contractor shall diligently pursue the work to the physical
completion date within the time specified in the contract. Voluntary shutdown or
slowing of operations by the Contractor shall not relieve the Contractor of the
responsibility to complete the work within the time(s) specified in the contract.
When shown in the Plans, the first order of work shall be the installation of high visibility
fencing to delineate all areas for protection or restoration, as described in the Contract.
Installation of high visibility fencing adjacent to the roadway shall occur after the
placement of all necessary signs and traffic control devices in accordance with 1- 10.1(2).
Upon construction of the fencing, the Contractor shall request the Engineer to inspect
the fence. No other work shall be performed on the site until the Contracting Agency
has accepted the installation of high visibility fencing, as described in the Contract.
1 -08.5 Time for Completion
(September 12, 2016 APWA GSP, Option A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -64
RFB #17 -004
Mar 2017
Each working day shall be charged to the contract as it occurs, until the contract work is
physically complete. If substantial completion has been granted and all the authorized
working days have been used, charging of working days will cease. Each week the
Engineer will provide the Contractor a statement that shows the number of working
days: (1) charged to the contract the week before; (2) specified for the physical
completion of the contract; and (3) remaining for the physical completion of the
contract. The statement will also show the nonworking days and any partial or whole
day the Engineer declares as unworkable. Within 10 calendar days after the date of
each statement, the Contractor shall file a written protest of any alleged discrepancies in
it. To be considered by the Engineer, the protest shall be in sufficient detail to enable
the Engineer to ascertain the basis and amount of time disputed. By not filing such
detailed protest in that period, the Contractor shall be deemed as having accepted the
statement as correct. If the Contractor is approved to work 10 hours a day and 4 days
a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked
would ordinarily be charged as a working day then the fifth day of that week will be
charged as a working day whether or not the Contractor works on that day.
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the
contract after all the Contractor's obligations under the contract have been performed by
the Contractor. The following events must occur before the Completion Date can be
established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and
required by law, to allow the Contracting Agency to process final acceptance of
the contract. The following documents must be received by the Project Engineer
prior to establishing a completion date:
a. Certified Payrolls (per Section 1- 07.9(5)).
b. Material Acceptance Certification Documents
c. Monthly Reports of Amounts Credited as DBE Participation, as required by
the Contract Provisions.
d. Final Contract Voucher Certification
e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the
Contractor and all Subcontractors
f. Property owner releases per Section 1 -07.24
(March 13, 1995 WSDOT GSP)
Section 1 -08.5 is supplemented with the following:
This project shall be physically complete within 60 working days.
1 -08.6 Suspension of Work
(City of Federal Way)
Supplement Section 1 -08.6 with the following:
Contract time may be suspended for procurement of critical materials (Procurement
Suspension). In order to receive a Procurement Suspension, the Contractor shall within
City of Federal Way
21st Ave S Pedestrian Improvements
SP -65
RFB #17 -004
Mar 2017
14 calendar days after execution by the Contracting Agency, place purchase orders for
all materials deemed critical by the Contracting Agency for physical completion of the
contract. Such purchase orders shall disclose the purchase order date and estimated
delivery dates for such critical material.
The Contractor shall show procurement of the materials listed below as activities in the
Progress Schedule. If the approved Progress Schedule indicated that the materials
procurement are critical activities, and if the Contractor has provided documentation
that purchase orders are placed for the critical materials within the prescribed 14
calendar days, then the contract time shall be suspended upon physical completion of all
critical work except that work dependent upon the listed critical materials:
* ** Decorative Luminaire Poles * **
Procurement Suspension shall be a maximum of 50 calendar days, unless otherwise
approved by the Engineer. Charging of contract time will resume upon the delivery of
the critical materials to the Contractor.
1 -08.9 Liquidated Damages
(August 14, 2013 APWA GSP)
Revise the fourth paragraph to read:
When the Contract Work has progressed to Substantial Completion as defined in the
Contract, the Engineer may determine that the work is Substantially Complete. The
Engineer will notify the Contractor in writing of the Substantial Completion Date. For
overruns in Contract time occurring after the date so established, the formula for
liquidated damages shown above will not apply. For overruns in Contract time occurring
after the Substantial Completion Date, liquidated damages shall be assessed on the
basis of direct engineering and related costs assignable to the project until the actual
Physical Completion Date of all the Contract Work. The Contractor shall complete the
remaining Work as promptly as possible. Upon request by the Project Engineer, the
Contractor shall furnish a written schedule for completing the physical Work on the
Contract.
1 -09 MEASUREMENT AND PAYMENT
1 -09.6 Force Account
(October 10, 2008 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for
all items to be paid per force account, only to provide a common proposal for Bidders.
All such dollar amounts are to become a part of Contractor's total bid. However, the
Contracting Agency does not warrant expressly or by implication, that the actual amount
of work will correspond with those estimates. Payment will be made on the basis of the
amount of work actually authorized by Engineer.
1 -09.9 Payments
(March 13, 2012 APWA GSP)
Delete the first four paragraphs and replace them with the following:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -66
RFB #17 -004
Mar 2017
The Contractor shall submit a breakdown of the cost of lump sum bid items at the
Preconstruction Conference, to enable the Project Engineer to determine the Work
performed on a monthly basis. A breakdown is not required for lump sum items that
include a basis for incremental payments as part of the respective Specification. Absent
a lump sum breakdown, the Project Engineer will make a determination based on
information available. The Project Engineer's determination of the cost of work shall be
final.
Progress payments for completed work and material on hand will be based upon
progress estimates prepared by the Engineer. A progress estimate cutoff date will be
established at the preconstruction conference.
The initial progress estimate will be made not later than 30 days after the Contractor
commences the work, and successive progress estimates will be made every month
thereafter until the Completion Date. Progress estimates made during progress of the
work are tentative, and made only for the purpose of determining progress payments.
The progress estimates are subject to change at any time prior to the calculation of the
final payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units
of work completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump
sum breakdown for that item, or absent such a breakdown, based on the
Engineer's determination.
3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job
site or other storage area approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra work
as determined by the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1- 09.9(1), on non FHWA- funded projects;
2. The amount of progress payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with
the Contract Documents.
Progress payments for work performed shall not be evidence of acceptable performance
or an admission by the Contracting Agency that any work has been satisfactorily
completed. The determination of payments under the contract will be final in
accordance with Section 1 -05.1.
1- 09.9(1) Retainage
(June 27, 2011 WSDOT GSP)
Section 1- 09.9(1) content and title is deleted and replaced with the following:
Vacant
City of Federal Way
21st Ave S Pedestrian Improvements
SP -67
RFB #17 -004
Mar 2017
1 -09.11 Disputes and Claims
1- 09.11(3) Time Limitation and Jurisdiction
(July 23, 2015 APWA GSP)
Revise this section to read:
For the convenience of the parties to the Contract it is mutually agreed by the
parties that any claims or causes of action which the Contractor has against the
Contracting Agency arising from the Contract shall be brought within 180
calendar days from the date of final acceptance (Section 1- 05.12) of the Contract
by the Contracting Agency; and it is further agreed that any such claims or
causes of action shall be brought only in the Superior Court of the county where
the Contracting Agency headquarters is located, provided that where an action is
asserted against a county, RCW 36.01.05 shall control venue and jurisdiction.
The parties understand and agree that the Contractor's failure to bring suit within
the time period provided, shall be a complete bar to any such claims or causes of
action. It is further mutually agreed by the parties that when any claims or
causes of action which the Contractor asserts against the Contracting Agency
arising from the Contract are filed with the Contracting Agency or initiated in
court, the Contractor shall permit the Contracting Agency to have timely access
to any records deemed necessary by the Contracting Agency to assist in
evaluating the claims or action.
1 -09.13 Claim Resolution
1- 09.13(3) Claims $250.000 or Less
(October 1, 2005APWA GSP)
Delete this Section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those claims that
total $250,000 or Tess, submitted in accordance with Section 1 -09.11 and not
resolved by nonbinding ADR processes, shall be resolved through litigation unless
the parties mutually agree in writing to resolve the claim through binding
arbitration.
1- 09.13(3)A Administration of Arbitration
(July 23, 2015 APWA GSP)
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the
decision of the arbitrator, and judgment upon the award rendered by the
arbitrator may be entered in the Superior Court of the county in which the
Contracting Agency's headquarters is located, provided that where claims subject
to arbitration are asserted against a county, RCW 36.01.05 shall control venue
and jurisdiction of the Superior Court. The decision of the arbitrator and the
specific basis for the decision shall be in writing. The arbitrator shall use the
Contract as a basis for decisions.
1 -10 TEMPORARY TRAFFIC CONTROL
1 -10.1 General
(City of Federal Way)
Section 1 -10.1 is revised with the following:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -68
RFB #17 -004
Mar 2017
1
1 If the Contractor opts to utilize traffic control plans other than those provided in these
Contract Documents, the Contractor shall provide traffic control plans to the City of
Federal Way for review and approval a minimum of ten (10) working days prior to
1 implementation. These plans shall supplement Construction Staging Plans. The plans as
provided by the Contractor shall include and not be limited to the following information:
• Stop line locations with station and offset to verify safety of intersection turning
1 radius for vehicles.
• Minimum lane widths provided for vehicular travel.
• Turn pocket length, gap, and tapers in conformance with the City of Federal Way
1 Standard Detail DWG 3 -19A.
The Contractor shall provide flaggers, signs, and other traffic control devices. The
I Contractor shall erect and maintain all construction signs, warning signs, detour signs, and
other traffic control devices necessary to warn and protect the public at all times from
injury or damage as a result of the Contractor's operations which may occur on highways,
I roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled
way until all necessary signs and traffic control devices are in place.
I Business Open During Construction Signs
The Contractor shall provide a minimum of two (2) Business Open During Construction
signs for the project. The Business Open During Construction signs shall be per the detail
I in the plans. Business Open During Construction Signs shall be considered Construction
Signs Class A.
I City of Federal Way Project Signs
City of Federal Way Project signs shall be considered Construction Signs Class A. The
Contractor shall provide two (2) project signs (4' x 8') per the detail provided by the City.
1 1 -10.2 Traffic Control Management
1 1- 10.2(1) General
(January 3, 2017 WSDOT GSP)
Section 1- 10.2(1) is supplemented with the following:
I Only training with WSDOT TCS card and WSDOT training curriculum is
recognized in the State of Washington. The Traffic Control Supervisor shall be
certified by one of the following:
I The Northwest Laborers - Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
1 (360) 297 -3035
Evergreen Safety Council
I 12545 135th Ave. NE
Kirkland, WA 98034 -8709
1- 800 - 521 -0778
1 The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406 -1022
1 Training Dept. Toll Free (877) 642 -4637
City of Federal Way RFB #17 -004
I 21st Ave S Pedestrian Improvements Mar 2017
SP -69
Phone: (540) 368 -1701
1- 10.2(2) Traffic Control Plans
(City of Federal Way)
Section 1- 10.2(2) is supplemented with the following:
The following minimum Traffic Control requirements shall be maintained during
the construction of the project:
1. The Contractor shall maintain continuous two -way traffic along streets
throughout the project site. The Contractor shall have the option, with
the approval of the Engineer, of momentarily interrupting the continuous
two -way traffic to allow one -way traffic. Such interruptions shall utilize
qualified flaggers placed in strategic locations to insure the public safety
and minimize driver confusion. A momentary interruption shall be
defined as a period of time not to exceed two (2) minutes. Regardless of
the period of time no queue greater than ten (10) cars in length will be
allowed.
2. The Contractor shall be responsible for notifying all affected property
owners prior to commencing the barricading of streets, sidewalks and
driveways.
3. All business driveways shall remain open except as necessary to permit
curing of construction materials or for short periods of time as required
for excavations. However, at least one (1) driveway per business shall
remain open to vehicular traffic at all times unless otherwise approved by
the Engineer and affected property owner in writing. If a business has
only one driveway, then that driveway must be constructed one -half at a
time to allow the passage of vehicles. The amount of time that a
driveway can be closed will be limited. Business owners shall be notified
in writing at least 48 hours in advance of any planned driveway closures.
4. Signs and barricades shall be supplemented by Type C steady burn lights
to delineate edge of roadway during the hours of darkness.
5. Detours will not be allowed except as noted herein or Section 1- 07.23(2)
as amended.
6. The Contractor shall, at all times throughout the project, conduct the
work in such a manner as will obstruct and inconvenience vehicular and
pedestrian traffic as little as possible. The streets, sidewalks and private
driveways shall be kept open by the Contractor except for the brief
periods when actual work is being done. The Contractor shall so conduct
his operations so as to have under construction no greater length or
amount of work than he can prosecute vigorously and he shall not open
up sections of the work and leave them in an unfinished condition. See
Section 1- 07.23(1) for additional driveway closure requirements.
7. Temporary paint striping, reflective marking tape, and /or retroreflective
tubular markers shall be required for each shift of traffic control. The
Contractor shall provide temporary striping, reflective marking tape,
and /or reflective tubular markers as required at the direction of the
Engineer.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -70
RFB #17 -004
Mar 2017
8. The Contractor provided Traffic Control Plans shall lay out traffic control
device spacing, tapers, etc., to scale, shall contain accurate dimensions
and legends and shall be signed by the preparer.
Special Conditions
• Closure of one lane at a time may occur between the hours of
7AM to 7PM
• If a lane closure is required, at least one lane of traffic
(alternating directions / flagger controlled) shall be maintained at
all times.
• Any closures between 7PM to 7AM require prior approval by the
City.
• All business accesses will remain open during business hours.
• No more than one shift may be worked per day without approval
of the Engineer.
• Pedestrians must have access to pedestrian push buttons at all
times.
• The Contractor shall maintain at least one continuous ADA
accessible pedestrian walkway throughout the project at all times.
• Bus stops (including the transit center) shall remain ADA
accessible to pedestrians at all times throughout the project.
• Buses must have vehicular access through the project site at all
times.
If the Engineer determines the permitted closure hours adversely affect traffic,
the Engineer may adjust the hours accordingly. The Engineer will notify the
Contractor in writing of any change in the closure hours.
Lane closures are not allowed on any of the following:
1. A holiday,
2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or
Monday are considered a holiday weekend. A holiday weekend includes
Saturday, Sunday, and the holiday.
3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend,
and
4. Before 7:00 AM on the day after the holiday or holiday weekend.
City of Federal Way
21st Ave S Pedestrian Improvements
END OF DIVISION 1
SP -71
RFB #17 -004
Mar 2017
DIVISION 2
EARTHWORK
2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2 -01.1 Description
(City of Federal Way)
Section 2 -01.1 is supplemented with the following:
Clearing and grubbing on this project shall be performed within the limits shown in the
plans.
2 -01.3 Construction Requirements
2- 01.3(3) Clearing Limit Fence
(City of Federal Way)
Section 2- 01.3(3) is a new section:
Clearing limit fence shall be 4 -feet high, orange, high density polyethylene
fencing with mesh openings 11/2-inch by 3- inches nominal and weigh at least 7
oz. per linear foot. Either wood or steel posts shall be used. Wood posts shall
have minimum dimensions of 11/2 inches by 11/2 inches by the minimum length of
5 feet, and shall be free of knots, splits, or gouges. Steel posts shall consist of
either size No. 6 rebar or larger, ASTM A 120 steel pipe with a minimum diameter
of 1 inch, U, T, L or C shape steel posts with a minimum weight of 1.35 lbs. /ft. or
other steel posts having equivalent strength and bending resistance to the post
sizes listed. The spacing of the support posts shall be a maximum of 61/2 feet.
2- 01.3(4) Roadside Cleanup
(City of Federal Way)
Section 2- 01.3(4) is a new section:
The Contractor shall restore, repair or correct all portions of the roadside or
adjacent landscapes that were unavoidably damaged due to the performance or
installation of the specified work. Unavoidable damage shall be determined only
by the Engineer.
All materials utilized shall be in accordance with Sections 9 -14 and 9 -15 and
other applicable sections of the Standard Specifications or Special Provisions,
whichever may apply.
All work shall be performed in accordance with Sections 8 -02 and 8 -03 and other
applicable sections of the Standard Specifications.
The Contractor shall review the work with the Engineer and receive approval to
proceed prior to commencing roadside restoration work.
2 -01.4 Measurement
(City of Federal Way)
Section 2 -01.4 is supplemented with the following:
"Clearing and Grubbing" will be measured on a lump sum basis. Installation,
maintenance, and removal of the Clearing Limit Fence shall be incidental to the Clearing
and Grubbing bid item.
City of Federal Way
21st Ave S Pedestrian Improvements
(S 316th St to 320th St)
SP -72
85% Design Plans
June 2015
"Roadside Cleanup ", will be measured by force account.
2 -01.5 Payment
(City of Federal Way)
Section 2 -01.5 is supplemented with the following:
"Clearing and Grubbing ", on a lump sum basis.
"Roadside Cleanup" by force account.
2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2 -02.1 Description
(City of Federal Way)
Section 2 -02.1 is supplemented with the following:
Removal of Structures and Obstructions
The Contractor shall remove and dispose of all items shown on the site preparation
plans and other minor items necessary to complete the work. The following partial list
of items to be removed and disposed of is provided for the convenience of the
contractor. The contractor shall review the plans, specifications, and project site to
verify other items to be removed. Items to be removed include, but is not limited to,
the following:
Existing walls, chainlink fence, extruded curb, property sign, parking curb stops,
catch basin.
Existing block walls and chainlink fencing shall be salvaged to the City.
Removal of pavements, curbs, sidewalks, concrete and approaches are included in the
"Roadway Excavation Incl. Haul" bid item.
2 -02.3 Construction Requirements
2- 02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
(City of Federal Way)
Section 2- 02.3(3) is supplemented with the following:
Prior to removal of pavement, the Contractor shall make a full -depth sawcut to
delineate the areas of pavement removal from those areas of pavement to
remain. The Engineer shall approve the equipment and procedures used to
make the full -depth sawcut. No wastewater from the sawcutting operation shall
be released directly to any stream or storm sewer system. Removal of
pavement, curbs, gutters, and sidewalks within the entire project limits shall be
measured and paid as "Roadway Excavation incl. Haul" in accordance with
Section 2 -03.
2- 02.3(4) Removal of Drainage Structures
(City of Federal Way)
Section 2- 02.3(4) is a new section:
Where shown in the Plans or where designated by the Engineer, the Contractor
shall remove existing catch basins, manholes, pipes, and other drainage features
in accordance with Section 2 -02 of the Standard Specifications. Removal shall be
City of Federal Way
21st Ave S Pedestrian Improvements
SP -73
RFB #17 -004
Mar 2017
conducted in such a manner as to prevent damage to surrounding facilities
including any existing storm sewers, sanitary sewers, electrical conduits or other
facilities to remain. All remaining facilities including but not limited to storm
sewers, sanitary sewers, monuments, valves, vaults, and electrical conduits
damaged due to the Contractor's operations shall be replaced by the Contractor
to the satisfaction of the Engineer at no additional cost to the Contracting
Agency. Catch basins, manholes, and other drainage structures designated for
removal, including all debris, shall be completely removed. All removed catch
basins, manholes, and other drainage structures shall become the property of
the Contractor and shall be disposed of in accordance with Section 2 -02 of the
Standard Specifications. All undamaged frames, grates, and solid covers in a re-
useable condition shall become the property of the City of Federal Way and shall
be delivered to a location specified by the Engineer.
Sawcutting (full depth) of existing asphalt concrete pavement and cement
concrete curb and gutter surrounding the structure required for removal will be
considered incidental to the removal of the catch basin, manhole, or other
drainage structures. Sawcuts shall be in accordance with Section 2 -02 of these
Special Provisions.
Backfilling of catch basins, manholes, pipes and other drainage structures to be
removed and replaced shall not be performed until the new structure is installed
and shall be in accordance with Section 7 -05. Backfilling of a structure to be
replaced shall be considered incidental to the construction and installation of the
new catch basin, manhole, or other drainage structure. Backfilling of catch
basins, manholes, pipes and other drainage structures to be completely removed
shall be performed using gravel borrow paid in accordance with the Bid
Schedule.
Prior to backfilling any voids, the Contractor shall remove pipe as noted in the
plans. Pipe shown to be abandoned or ordered by the Engineer to be
abandoned shall be filled with CDF in accordance with Section 2- 09.3(1)E of the
Standard Specifications. Material, labor, tools, and equipment necessary to
remove and /or fill any abandoned pipe shall be paid in accordance with the Bid
Schedule.
The Contractor shall maintain existing drainage, where designated by the
Engineer, until the new drainage system is completely installed and functioning.
2- 02.3(5) Adjust Existing Utility to Grade
(City of Federal Way)
2- 02.3(5) is a new section:
As shown on the Plans, existing utilities such as monuments, manholes, catch
basin frames and grates, water valves, and meter boxes shall be adjusted to
finished grade. The Contractor shall, prior to the beginning of any work,
familiarize himself with the existing utility locations. The Contractor shall adjust
City -owned utilities. Final adjustment shall be smooth and flush with finished
grade. The Contractor shall mark the location of all utilities prior to paving the
new surface. Unless otherwise provided for in the Special Provisions and
City of Federal Way
21st Ave S Pedestrian Improvements
SP -74
RFB #17 -004
Mar 2017
Proposal, costs for adjusting utilities to grade, including coordinating the work
with other utilities, shall be incidental to the various items of work and no
additional compensation will be allowed.
Existing facilities shall be adjusted to the finished grade as shown on the
Drawings and as further specified herein. Existing box, ring, grate, and cover
shall be reset in a careful and workmanlike manner to conform to the new grade.
Special care shall be exercised in all operations. Any damage occurring to the
manholes, concrete inlets, monument cases, valve boxes, or water mains, due to
the Contractor's operations, shall be repaired at the Contractor's own expense.
Adjustments shall be made using bricks, concrete blocks, or cement, and the
interior of the manhole adjustment shall be mortared smoothly. All covers and
frames shall be thoroughly cleaned. The Contractor shall be responsible for
referencing and keeping a record of such references of all manholes, catch
basins, monument cases, meter boxes, and valve boxes encountered, and shall
submit a copy of these references to the Engineer.
The manholes, catch basins, monument cases, meter boxes, and valve boxes
shall be adjusted to grade in accordance with Section 1- 05.3(1). Final restoration
of finished grade surfaces shall be performed in the following manner:
1. Within a Gravel Surface: Provide a 6- inch -deep and 6- inch -wide concrete
collar installed and restored with 3 inches of crushed surfacing top
course.
2. Within a Grass Surface: Provide crushed surfacing top course backfill and
3 inches of Topsoil Type A, and seed.
3. Within an Asphalt Cement Concrete Paved Surface: See detail provided in
Section 7- 05.3(1).
2 -02.4 Vacant
(City of Federal Way)
Section 2 -02.4 Vacant shall be deleted and replaced with the following:
2 -02.4 Measurement
"Removal of Structures and Obstructions" is measured on a lump sum basis. No
Structure Excavation Class B quantities are indicated on the Plans for the Removal of
Structure and Obstruction. Structure Excavation Class B for the removal of items shall
be considered included in the associated bid item for the removal.
"Sawcuttinq" shall be measured by the linear foot for pavement removal. Sawcutting
necessary for utility and stormwater installation are incidental to the measurement and
payment of those contract items.
2 -02.5 Payment
(City of Federal Way)
Section 2 -02.5 is supplemented with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid items
when included in the proposal:
"Removal of Structure and Obstruction ", per lump sum.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -75
RFB #17 -004
Mar 2017
"Sawcuttinq ", per linear foot.
2 -03 ROADWAY EXCAVATION AND EMBANKMENT
2 -03.2 Pavement Removal
(City of Federal Way)
Section 2 -03.2 is replaced with the following:
Where shown in the Plans or where designated by the Engineer, the Contractor shall
remove asphalt, concrete, Portland cement concrete pavement, sidewalks and curbs.
Prior to removal, the Contractor shall make a full -depth sawcut to delineate the areas of
pavement removal from those areas of pavement to remain. The Engineer shall approve
the equipment and procedures used to make the full -depth sawcut. No wastewater from
the sawcutting operation shall be released directly to any stream or storm sewer system.
The removed pavement shall become the property of the Contractor and shall be
removed from the project. Damage caused to portions of the pavement to remain, due
to the Contractor's operation, shall be repaired by the Contractor at the Contractor's
expense and to the satisfaction of the Engineer.
Removal of pavement, sidewalks, curbs, and gutters throughout the project shall be
measured and paid as "Roadway Excavation Incl. Haul" and no additional payment will
be made.
2 -02.3 Construction Requirements
Section 2- 03.3(10) Selected Material
(City of Federal Way)
Section 2- 03.3(10) is supplemented with the following:
Selected Material when specified or required by the Engineer for use on the
project shall meet the requirements of specified in Section 9- 03.14(3) for
Common Borrow.
Section 2- 03.3(14)C Compacting Earth Embankments
(City of Federal Way)
Change this section as follows under heading "Moisture Content" :
The moisture content shall not vary more than 1 percent wet to 3 percent dry of
optimum as determined by the tests described in Section 2- 03.3(14)D. All
compaction shall be per Method C of the Standard Specifications.
Section 2- 03.3(14)D Compaction and Moisture Control Tests
(City of Federal Way)
Change this section as follows under heading item 1. :
Materials with less than 30 percent by weight retained on the U.S. No. 4 sieve
shall be determined using FOP for AASHTO T180, Method D.
Section 2- 03.3(14)E Unsuitable Foundation Excavation
(City of Federal Way)
Section 2- 03.3(14)E is supplemented with the following:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -76
RFB #17 -004
Mar 2017
All embankments shall be founded on dense, non - yielding granular foundation
soil as approved by the engineer. Remove all organic materials and debris, trash,
and all other deleterious material prior to beginning construction of new
embankments. Proof roll the foundation to verify dense non - yielding conditions.
Unsuitable foundation encountered during structure excavation shall be
considered incidental to "Roadway Excavation, Incl. Haul."
Section 2- 03.3(14)6 Backfillinq
(City of Federal Way)
Section 2- 03.3(14)G is supplemented with the following:
Remove all water and non - compatible materials from excavations prior to
backfilling or attempting to compact embankment soil. Place native soils or
provide import Gravel Borrow as required to complete the work. Backfill all
embankments in accordance with 2- 03.3(14)C, Compacting Earth Embankments,
Method C.
2 -03.4 Measurement
(March 13, 1995 WSDOT GSP)
Section 2 -03.4 is supplemented with the following:
Only one determination of the original ground elevation will be made on this project.
Measurement for roadway excavation and embankment will be based on the original
ground elevations recorded previous to the award of this contract.
If discrepancies are discovered in the ground elevations, which will materially affect the
quantities of earthwork, the original computations of earthwork quantities will be
adjusted accordingly.
Earthwork quantities will be computed, either manually or by means of electronic data
processing equipment, by use of the average end area method or by the finite element
analysis method utilizing digital terrain modeling techniques.
Copies of the ground cross - section notes will be available for the bidder's inspection,
before the opening of bids, at the Project Engineer's office and at the Region office.
Upon award of the contract, copies of the original ground cross - sections will be
furnished to the successful bidder on request to the Project Engineer.
(City of Federal Way)
"Roadway Excavation, Incl. Haul" is measured per cubic yard. If the Contractor
excavates outside these limits or performs extra excavation, it shall be considered for
the Contractor's benefit and shall be included in the cost of other Bid Items.
2 -03.5 Payment
(City of Federal Way)
Section 2 -03.5 is supplemented with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid items
when included in the proposal:
"Roadway Excavation Incl. Haul"; per cubic yard.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -77
RFB #17 -004
Mar 2017
(March 13, 1995 WSDOT GSP)
Section 2 -03.5 is supplemented with the following:
All costs in connection with the preparation of waste sites and waste deposits shall be
included in the Mobilization.
2 -07 WATERING
2 -07.5 Payment
(City of Federal Way)
Section 2 -07.5 is supplemented with the following:
When the Contract does not include water as a pay item, providing and applying the
water shall be incidental to construction. All costs shall be included in the other Contract
pay items.
2 -09 STRUCTURE EXCAVATION
2 -09.3 Construction Requirements
2- 09.3(1)E Backfillinq
(City of Federal Way)
The first paragraph of Section 2- 09.3(1) is replaced with the following:
Backfill for Structure Excavation Class B shall be "Gravel Borrow for Trench
Backfill Inc. Haul." Backfill subsequent to the removal of structures and
obstructions shall be "Gravel Borrow for Trench Backfill Incl. Haul." Native
material may be used for backfill with approval of the Engineer. Backfill materials
shall be incidental to the various items in the Contract and no additional payment
will be made.
City of Federal Way
21st Ave S Pedestrian Improvements
END OF DIVISION 2
SP -78
RFB #17 -004
Mar 2017
DIVISION 3
AGGREGATE PRODUCTION AND ACCEPTANCE
3 -01 PRODUCTION FROM QUARRY AND PIT SITES
3 -01.2 Material Sources, General Requirements
(March 13, 1995 WSDOT GSP)
Section 3 -01.2 is supplemented with the following:
Permits for Pit Operations in King County
The Contractor is advised that King County may require the Contractor to meet any or all
of the following listed conditions before considering issuance of a temporary permit for
pit operations within King County:
1. Security fences and locking gates shall be installed where deemed necessary by
the King County Department of Building. Cable or wire gates are not acceptable.
2. Hours of operation shall be limited to: 7:00 a.m. to 7:00 p.m.
3. Access roads shall be improved and maintained to the satisfaction of the King
County Department of Public Works. A haul road agreement for County road
maintenance may be required.
All roads shall be swept, washed, or both, by the Contractor at the Contractor's
expense as often as the Department of Building deems necessary.
Property shall have functional access to an arterial level street.
4. All operations will have to be approved by King County Flood Control for drainage
plans, Washington State Department of Ecology, and Puget Sound Air Pollution
Control Authority.
Those properties near or adjacent to any water body shall have written approval
from the State of Washington Department of Fish and Wildlife.
The Contractor shall obtain a mining reclamation permit from the State of
Washington Department of Natural Resources for sites of over three acres in size
of disturbed land or resulting in pit walls more than thirty feet high and steeper
than one to one slope.
5. No stockpiling of foreign excavated material is permitted on the site except for
those materials to be used in the land rehabilitation of the subject property.
6. No signs other than signs required by Chapter 24.42, King County Zoning Code
are authorized as a result of the temporary permit.
7. Plans required:
a. Scale of Plot Plans
Site Size:
less than 10 acres
10 to 100 acres
over 100 acres
1 inch = 50 feet
1 inch = 100 feet
1 inch = 200 feet
b. Contours
Show existing and proposed contours at 5 -foot intervals. If existing and
proposed contours are superimposed upon one another it must be clear as to
City of Federal Way
21st Ave S Pedestrian Improvements
SP -79
RFB #17 -004
Mar 2017
which is which. Plans which incorporate a screening process may be required by
the County to distinguish said contours.
Finished contours must show how the property can be used under the existing
zoning. Plans showing daylighting of property to road grade or below with high
2:1 slope walls will no longer be permitted within the R, S, or G zones. The
plans must contain large terraces which will permit the lot sizes and roads that
are permitted within the zone.
c. Sections
Show a minimum of two sections in each direction.
d. Maximum Slope
Cuts shall not be steeper in slope than two horizontal to one vertical unless the
owner furnishes a soils engineering or an engineering geology report certifying
that the site has been investigated and indicating that the proposed deviation will
not endanger any private property or result in the deposition of debris on any
public way or interfere with any existing drainage course.
e. Fill Slopes
No fill shall be made which creates an exposed surface steeper in slope than two
horizontal to one vertical.
f. Benches on Slopes
There shall be a 10 foot wide bench sloped into the hillside for every 50 feet in
height.
g. Setbacks
Material and vegetation shall be left in its natural state:
50 feet from any FP, A, G, S, or R zoned property;
20 foot setback which includes a 6 foot high planted berm along any public
right -of -way;
20 feet from M, B, or CG zoned property;
10 feet from QM or FR zoned property.
Plans shall show type of vegetation existing within the buffer zones.
h. Drainage
All drainage facilities shall be designed to carry surface waters to the nearest
practical street, storm drain, or natural water - course. Adequate provision shall
be made to prevent any surface waters from damaging the face of an excavation
or fill. All slopes shall be protected from surface water runoff from above by
berms or swales.
The Contractor is further advised that King County may require conditions which are in
addition to the foregoing list and that the County may reject permit applications at its
discretion because of the proposed operations proximity to schools, residential
neighborhoods, hospitals, arterials, or for other environmental conditions.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -80
RFB #17 -004
Mar 2017
When there are discrepancies between the requirements of the State and the County
the more stringent specifications shall apply.
Should the Contractor fail to comply with any requirements of a temporary permit
obtained in the Contracting Agency's name, the Contracting Agency will take the
necessary action to meet these requirements and any costs incurred by the Contracting
Agency will be deducted from monies due or to become due the Contractor.
City of Federal Way
21st Ave S Pedestrian Improvements
END OF DIVISION 3
SP -81
RFB #17 -004
Mar 2017
DIVISION 4
BASES
4 -04 BALLAST AND CRUSHED SURFACING
4 -04.1 Description
(City of Federal Way)
Section 4 -04.1 is supplemented with the following:
Crushed Surfacing shall be placed where shown in the Plans, as a base for sidewalks,
driveways, and pavement, at existing driveways to provide temporary access, or for any
other purposes deemed necessary by the Engineer.
4 -04.3 Construction Requirements
4- 04.3(4) Placing and Spreading
(City of Federal Way)
Item 2 of Section 4- 04.3(3) and Section 4- 04(4), is replaced with the following:
1. Road Mix Method. The road mix method of mixing surfacing material will not
be allowed.
4 -04.4 Measurement
(City of Federal Way)
Section 4 -04.4 is supplemented with the following:
"Crushed Surfacing Top Course" will be measured by the ton. The unit contract price
per ton shall also include compacting, and removing and hauling to waste when required
by the Engineer.
4 -04.5 Payment
(City of Federal Way)
Section 4 -04.5 is supplemented with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid items
when included in the proposal:
"Crushed Surfacing Top Course ", per ton.
City of Federal Way
21st Ave S Pedestrian Improvements
END OF DIVISION 4
SP-82
RFB #17 -004
Mar 2017
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5 -04 HOT MIX ASPHALT
(December 14, 2016 APWA GSP)
Delete WSDOT Amended Section 5 -04, Hot Mix Asphalt dated August 1, 2016 and replace it
with Section 5 -04, Hot Mix Asphalt as printed in the Standard Specifications for Road, Bridge
and Municipal Construction, 2016 edition.
5 -04.1 Description
(City of Federal Way)
Section 5 -04.1 is supplemented with the following:
Asphalt concrete pavement shall be used at the following locations on the project:
1. Commercial HMA: For all asphalt concrete construction / reconstruction behind
back of sidewalk /driveways where such construction is shown on the plans or as
directed by the Engineer. Commercial asphalt will also be used for pavement
patching in front of reconstructed curb and gutter.
5 -04.3 Construction Requirements
5- 04.3(1) Weather Limitations
(August 3, 2009 WSDOT GSP)
The first sentence of Section 5- 04.3(16) is revised to read:
HMA for wearing course shall not be placed on any traveled way from October 15
and through March 31st of the following year without written approval from the
Engineer.
5- 04.3(3)A Material Transfer Device or Material Transfer Vehicle
(April 4, 2016 WSDOT GSP)
Section 5- 04.3(3)D is deleted in its entirety.
5- 04.3(5)A Preparation Of Existing Surfaces
(City of Federal Way)
Section 5- 04.3(5)A is supplemented with the following:
In accordance with Section 1- 07.15(1) Spill Prevention, Control and
Countermeasures Plan (SPCC), as part of the SPCC the Contractor shall
address the mitigating measures to be taken in the event that the paving
operation is suspended or terminated prior to the asphalt for tack coat being fully
covered.
5- 04.3(7)A Mix Design
(City of Federal Way)
Section 5- 04.3(7)A is supplemented with the following:
The Contractor shall provide the City a mix design for all specified classes of mix
and binder type that has been approved by WSDOT within the last 12 months.
The mix design(s) shall have met all the requirements of Sections 9- 03.8(2) and
9- 03.8(6). The Contractor shall also provide documentation that the aggregates
and binder used are the same as those used to meet the requirements for the
WSDOT approved mix design. In no case shall the Contractor begin paving
before the City has approved the submitted mix design(s).
City of Federal Way
21st Ave S Pedestrian Improvements
SP -83
RFB #17 -004
Mar 2017
5- 04.3(7)A2 Statistical or Nonstatistical Evaluation
Delete this section and replace it with the following:
5- 04.3(7)A2 Nonstatistical Evaluation
(January 16, 2014 APWA GSP)
Mix designs for HMA accepted by Nonstatistical evaluation shall;
• Be submitted to the Project Engineer on WSDOT Form 350 -042
• Have the aggregate structure and asphalt binder content determined in
accordance with WSDOT Standard Operating Procedure 732 and meet the
requirements of Sections 9- 03.8(2) and 9- 03.8(6).
• Have anti -strip requirements, if any, for the proposed mix design
determined in accordance with WSDOT Test Method T 718 or based on
historic anti -strip and aggregate source compatibility from WSDOT lab
testing. Anti -strip evaluation of HMA mix designs utilized that include RAP
will be completed without the inclusion of the RAP.
At or prior to the preconstruction meeting, the contractor shall provide one of the
following mix design verification certifications for Contracting Agency review;
• The proposed mix design indicated on a WSDOT mix design /anti -strip
report that is within one year of the approval date
• The proposed HMA mix design submittal (Form 350 -042) with the seal
and certification (stamp & signature) of a valid licensed Washington State
Professional Engineer.
• The proposed mix design by a qualified City or County laboratory mix
design report that is within one year of the approval date.
The mix design will be performed by a lab accredited by a national authority such
as Laboratory Accreditation Bureau, L -A -B for Construction Materials Testing, The
Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO
Accreditation Program (AAP) and shall supply evidence of participation in the
AASHTO Material Reference Laboratory (AMRL) program.
At the discretion of the Engineer, agencies may accept mix designs verified beyond
the one year verification period with a certification from the Contractor that the
materials and sources are the same as those shown on the original mix design.
5- 04.3(8)A1 General
(January 16, 2014 APWA GSP)
Delete this section and replace it with the following:
Acceptance of HMA shall be as defined under nonstatistical or commercial
evaluation.
Nonstatistical evaluation will be used for all HMA not designated as Commercial
HMA in the contract documents.
The mix design will be the initial JMF for the class of HMA. The Contractor may
request a change in the JMF. Any adjustments to the JMF will require the
approval of the Project Engineer and must be made in accordance with Section
9- 03.8(7).
City of Federal Way
21st Ave S Pedestrian Improvements
SP-84
RFB #17 -004
Mar 2017
Commercial evaluation may be used for Commercial HMA and for other classes of
HMA in the following applications: sidewalks, road approaches, ditches, slopes,
paths, trails, gores, prelevel, and pavement repair. Other nonstructural
applications of HMA accepted by commercial evaluation shall be as approved by
the Project Engineer. Sampling and testing of HMA accepted by commercial
evaluation will be at the option of the Project Engineer. Commercial HMA can be
accepted by a contractor certificate of compliance letter stating the material
meets the HMA requirements defined in the contract.
5- 04.3(8)A4 Definition of Sampling Lot and Sublot
(January 16, 2014 APWA GSP)
Section 5- 04.3(8)A4 is supplemented with the following:
For HMA in a structural application, sampling and testing for total project
quantities less than 400 tons is at the discretion of the engineer. For HMA used in
a structural application and with a total project quantity less than 800 tons but
more than 400 tons, a minimum of one acceptance test shall be performed:
If test results are found to be within specification requirements,
additional testing will be at the engineers discretion.
ii. If test results are found not to be within specification requirements,
additional testing as needed to determine a CPF shall be performed.
5- 04.3(8)A5 Test Results
(January 16, 2014 APWA GSP)
The first paragraph of this section is deleted.
5- 04.3(8)A6 Test Methods
(January 16, 2014 APWA GSP)
Delete this section and replace it with the following:
Testing of HMA for compliance of Va will be at the option of the Contracting
Agency. If tested, compliance of Va will be use WSDOT Standard Operating
Procedure SOP 731. Testing for compliance of asphalt binder content will be by
WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by
WAQTC FOP for AASHTO T 27/T 11.
5- 04.3(8)B Basis of Acceptance
(City of Federal Way)
5- 04.3(8)B is a new section:
A. HMA Mix Design. The Contractor - submitted reference mix design will be accepted
based on its conformance to the project job mix formula (JMF) provided by the
Contractor and laboratory density tests. For the acceptance of a project JMF, the
Contractor shall submit to the Engineer a laboratory report stating that the
representative samples of the various aggregates and blend sand to be used,
along with the gradation data, the various aggregate stockpile averages, the
proposed combining ratios, and the average gradation of the completed mix have
been verified.
1. Tolerances — Nonstatistical Acceptance. After the JMF is determined, the
constituents of the mixture at the time of acceptance shall conform to the
range of the proportion specified in the broad band specifications in for
City of Federal Way
21st Ave S Pedestrian Improvements
SP -85
RFB #17 -004
Mar 2017
gradation and the design mix asphalt binder content plus or minus
0.5 percent.
2. Adjustments:
a. Aggregates. Upon written request from the Contractor, the Project
Engineer may approve field adjustments to the JMF including the
Contractor's proposed combining ratios for mineral aggregate stockpiles
and blend sand. The maximum allowed gradation change shall be
2 percent for the aggregate retained on the No. 10 sieve and above,
1 percent for the aggregate passing the No. 10 and No. 40 sieves, and
0.5 percent for the aggregate passing the No. 200 sieve. Blend sand may
be changed a maximum of 5 percent. The above adjustments and /or any
further adjustments as ordered by the Engineer will be considered as a
new JMF. Adjustments beyond these limits will require development of a
new JMF. The adjusted JMF plus or minus the allowed tolerances shall be
within the range of the broad band specifications.
b. Asphalt Binder Content. The Project Engineer may order or approve the
Contractor's request to change asphalt binder content a maximum of
0.3 percent from the approved JMF. No field adjustments of the JMF
relative to the asphalt binder content exceeding 0.3 percent from the
initial JMF will be made without approval of the Engineer.
B. Hot Mix Asphalt Mixture:
1. Sampling:
a. A sample will not be obtained from either the first or last 25 tons of mix
produced in each production shift. No samples shall be taken for daily
quantities under 250 tons in a day.
b. Samples for compliance of gradation and asphalt binder content will be
obtained on a random basis from the hauling vehicle. The Contractor shall
provide adequate platforms to enable samples to be obtained in
accordance with WAQTC FOP for AASHTO T 168. The platforms shall
allow the sample to be taken without the Engineer entering the hauling
vehicle.
2. Test Results. The Contractor will furnish the Engineer with a copy of the
results.
3. Test Methods. Acceptance testing for compliance of asphalt binder content
will be WSDOT FOP for AASHTO Test Method T308.
Acceptance testing for compliance of gradation will be WAQTC FOP for
AASHTO T27 and T11.
4. Rejection by Contractor: The Contractor may, prior to sampling, elect to
remove any defective material and replace it with new material at no expense
to the City. Any such new material will be sampled, tested, and evaluated for
acceptance.
5- 04.3(10)B Control
(City of Federal Way)
Delete Section 5- 04.3(10)B in its entirety and replace it with the following:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -86
RFB #17 -004
Mar 2017
For HMA, where paving is in the traffic lanes, including lanes for ramps, truck
climbing, weaving, speed changes, and left turn channelization, and the specified
compacted course thickness is greater than 0.10 foot, the acceptable level of
compaction shall be a minimum of ninety -two percent (92 %) of the maximum
density as determined by WSDOT Test Method 705. The level of compaction
attained will be determined as the average of not less than five (5) nuclear
density gauge tests taken on the day the mix is placed (after completion of the
finish rolling) at randomly selected locations within each lot. The quantity
represented by each lot will be no greater than a single day's production or
approximately 400 tons, whichever is less.
Control lots not meeting the minimum density standard shall be removed and
replaced with satisfactory material. At the option of the Engineer, noncomplying
material may be accepted at a reduced price.
Cores may be used as an alternate to the nuclear density gauge tests. When
cores are taken by the Engineer at the request of the Contractor, the request
shall be made by noon of the first working day following placement of the mix.
The Engineer shall be reimbursed for the coring expenses at the rate of seventy -
five and 00 /100 dollars ($75.00) per core when the core indicates the acceptable
level of compaction within a lot has not been achieved.
At the start of paving, if requested by the Contractor, a compaction test section
shall be constructed as directed by the Engineer to determine the compatibility of
the mix design. Compatibility shall be based on the ability of the mix to attain the
specified minimum density (ninety -two percent (92 %) of the maximum density
determined by WSDOT Test Method 705). Following determination of
compatibility, the Contractor is responsible for the control of the compaction
effort. If the Contractor does not request a test section, the mix will be
considered compactable.
HMA constructed under conditions other than listed above shall be compacted on
the basis of a test point evaluation of the compaction train. The test point
evaluation shall be performed in accordance with instructions from the Engineer.
The number of passes with an approved compaction train, required to attain the
maximum test point density, shall be used on all subsequent paving.
Preleveling mix shall be compacted to the satisfaction of the Engineer.
In addition to the randomly selected locations for tests of the control lot, the
Engineer reserves the right to test any area which appears defective and to
require the further compaction of areas that fall below acceptable density
readings. These additional tests shall not impact the compaction evaluation of
the entire control lot.
5- 04.3(12) Joints
(January 5, 2004 WSDOT GSP)
Section 5- 04.3(12) is supplemented with the following:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -87
RFB #17 -004
Mar 2017
HMA utilized in the construction of joint wedges shall be modified by eliminating
the coarse aggregate from the mix at the Contractor's plant or the commercial
source or by raking the joint on the roadway, to the satisfaction of the Engineer.
5- 04.3(13) Surface Smoothness
(January 5, 2004 WSDOT GSP)
The second sentence of Section 5- 04.3(13) is revised to read:
The completed surface of the wearing course shall not vary more than 1/4 inch
from the lower edge of a 10 -foot straightedge placed on the surface parallel to
centerline.
5- 04.3(22) Temporary Asphalt Pavement
(City of Federal Way)
Section 5- 04.3(22) is a new section:
Temporary asphalt pavement shall be placed by the Contractor immediately upon
the request of the Engineer for the maintenance of traffic during construction.
These areas include: voids created by the removal of existing improvements (i.e.
Traffic islands, curbs), providing paved access to private properties, and ramps
for property access during cement concrete driveway approach construction. All
temporary paving shall be approved by the Engineer before placement. Any
areas of temporary pavement to be removed and replaced shall be approved by
the Engineer beforehand. This work shall also include the removal of temporary
asphalt concrete pavement in its entirety prior to final paving. Temporary
asphalt pavement shall consist of asphalt concrete cold patch mix. Payment for
temporary asphalt pavement shall be considered incidental to other bid items.
5 -04.4 Measurement
(City of Federal Way)
Section 5 -04.4 is supplemented with the following:
"Commercial HMA", shall be measured per ton as specified is Section 5 -04.4.
5 -04.5 Payment
(City of Federal Way)
Section 5 -04.5 is supplemented with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid items
when included in the proposal:
"Commercial HMA", per ton.
City of Federal Way
21st Ave S Pedestrian Improvements
END OF DIVISION 5
SP -88
RFB #17 -004
Mar 2017
DIVISION 6
STRUCTURES
6 -13 STRUCTURAL EARTH WALLS
6 -13.1 Description
(City of Federal Way)
Section 6 -13.1 is supplemented with the following:
The work consists of constructing Modular Block Walls in accordance with the details in
the plans. Modular block walls are defined as Structural Earth Walls constructed of
standard unit blocks, without geogrid or anchor reinforcing. Construction and
installation must conform to the manufacturer's specific requirements.
6 -13.2 Materials
(August 3, 2015 WSDOT GSP)
Section 6 -13.2 is supplemented with the following:
Concrete Block Faced Structural Earth Wall Materials
General Materials
Concrete Block
Acceptability of the blocks will be determined based on the following:
1. Visual inspection.
2. Compressive strength tests, conforming to Section 6- 13.3(4).
3. Water absorption tests, conforming to Section 6- 13.3(4).
4. Manufacturer's Certificate of Compliance in accordance with Section 1-
06.3.
5. Freeze -thaw tests conducted on the lot of blocks produced for use in this
project, as specified in Section 6- 13.3(4).
6. Copies of results from tests conducted on the lot of blocks produced for
this project by the concrete block fabricator in accordance with the
quality control program required by the structural earth wall
manufacturer.
The blocks shall be considered acceptable regardless of curing age when
compressive test results indicate that the compressive strength conforms to the
28 -day requirements, and when all other acceptability requirements specified
above are met.
Testing and inspection of dry cast concrete blocks shall conform to ASTM C 140,
and shall include block fabrication plant approval by WSDOT prior to the start of
block production for this project.
Morta r
Mortar shall conform to ASTM C 270, Type S, with an integral water repellent
admixture as approved by the Engineer. The amount of admixture shall be as
recommended by the admixture manufacturer. To ensure uniform color, texture,
and quality, all mortar mix components shall be obtained from one manufacturer
for each component, and from one source and producer for each aggregate.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -89
RFB #17 -004
Mar 2017
Geosynthetic Soil Reinforcement
Geogrid reinforcement shall conform to Section 9 -33.1, and shall be a product
listed in Appendix D of the current WSDOT Qualified Products List (QPL). The
values of Tai and Tut as listed in the QPL for the products used shall meet or
exceed the values required for the wall manufacturer's reinforcement design as
specified in the structural earth wall design calculation and working drawing
submittal.
The minimum ultimate tensile strength of the geogrid shall be a minimum
average roll value (the average test results for any sampled roll in a lot shall
meet or exceed the values shown in Appendix D of the current WSDOT QPL).
The strength shall be determined in accordance with ASTM D 6637, for multi -rib
specimens.
The ultraviolet (UV) radiation stability, in accordance with ASTM D 4355, shall be
a minimum of 70 percent strength retained after 500 hours in the
weatherometer.
The longitudinal (i.e., in the direction of loading) and transverse (i.e., parallel to
the wall or slope face) ribs that make up the geogrid shall be perpendicular to
one another. The maximum deviation of the cross -rib from being perpendicular
to the longitudinal rib (skew) shall be no more than 1 inch in 5 feet of geogrid
width. The maximum deviation of the cross -rib at any point from a line
perpendicular to the longitudinal ribs located at the cross -rib (bow) shall be 0.5
inches.
The gap between the connector and the bearing surface of the connector tab
cross -rib shall not exceed 0.5 inches. A maximum of 10 percent of connector
tabs may have a gap between 0.3 inches and 0.5 inches. Gaps in the remaining
connector tabs shall not exceed 0.3 inches.
The Engineer will take random samples of the geogrid materials at the job site.
Approval of the geogrid materials will be based on testing of samples from each
lot. A "lot" shall be defined as all geogrid rolls sent to the project site produced
by the same manufacturer during a continuous period of production at the same
manufacturing plant having the same product name. The Contracting Agency
will require 14 calendar days maximum for testing the samples after their arrival
at the WSDOT Materials Laboratory in Tumwater, WA.
The geogrid samples will be tested for conformance to the specified material
properties. If the test results indicate that the geogrid lot does not meet the
specified properties, the roll or rolls which were sampled will be rejected. Two
additional rolls for each roll tested which failed from the lot previously tested will
then be selected at random by the Engineer for sampling and retesting. If the
retesting shows that any of the additional rolls tested do not meet the specified
properties, the entire lot will be rejected. If the test results from all the rolls
retested meet the specified properties, the entire lot minus the roll(s) which
failed will be accepted.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -90
RFB #17 -004
Mar 2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
All geogrid materials which have defects, deterioration, or damage, as
determined by the Engineer, will be rejected. All rejected geogrid materials shall
be replaced at no expense to the Contracting Agency.
Except as otherwise noted, geogrid identification, storage and handling shall
conform to the requirements specified in Section 2 -12.2. The geogrid materials
shall not be exposed to temperatures less than —20F and greater than 122F.
Drainage Geosynthetic Fabric
Drainage geosynthetic fabric shall be a non -woven geosynthetic conforming to
the requirements in Section 9 -33.1, for Construction Geotextile for Underground
Drainage, Moderate Survivability, Class B.
Proprietary Materials
Allan Block Wall
Wall backfill material placed in the open cells of the precast concrete blocks and
placed in the one to three foot zone immediately behind the precast concrete
blocks shall be crushed granular material conforming to Section 9- 03.9(3).
KeyGrid Wall
KeyStone connection pins shall be fiberglass conforming to the requirements of
Keystone Retaining Wall Systems, Inc.
Landmark Retaining Wall
Lock bars shall be made of a rigid polyvinyl chloride polymer conforming to the
follow
Property
Value
Specification
ASTM D 792
Specific Gravity
1.4 minimum
Tensile Strength at yield
2,700 psi minimum
ASTM D 638
Lock bars shall remain sealed in their shipping containers until placement into
the wall. Lock bars exposed to direct sunlight for a period exceeding two months
shall not be used for construction of the wall.
Mesa Wall
Block connectors for block courses with geogrid reinforcement shall be glass fiber
reinforced high - density polypropylene conforming to the following minimum
material specifications:
Property
Polypropylene
Fiberglass Content
Carbon Black
Specific Gravity
Tensile Strength
at yield
Melt Flow Rate
City of Federal Way
21st Ave S Pedestrian Improvements
Specification
ASTM D 4101
Group 1 Class 1 Grade 2
ASTM D 2584
ASTM D 4218
ASTM D 792
ASTM D 638
Value
73 ± 2 percent
25 ± 3 percent
2 percent minimum
1.08 ± 0.04
8,700 ± 1,450 psi
ASTM D 1238 0.37 ± 0.16 ounces /10 min.
SP -91
RFB #17 -004
Mar 2017
Block connectors for block courses without geogrid reinforcement shall be glass
fiber reinforced high - density polyethylene (HDPE) conforming to the following
minimum material specifications:
Property
HDPE
Fiberglass Content
Carbon Black
Specific Gravity
Tensile Strength
at yield
Melt Flow Rate
Specification
ASTM D 1248
Type III Class A Grade 5
ASTM D 2584
ASTM D 4218
ASTM D 792
ASTM D 638
Value
68 ± 3 percent
30 ± 3 percent
2 percent minimum
1.16 ± 0.06
8,700 ± 725 psi
ASTM D 1238 0.11 ± 0.07 ounces /10 min.
(City of Federal Way)
Section 6 -13.2 is supplemented with the following:
Modular block wall facing shall be straight face standard blocks, 8- inches in height and
12- inches in width, unless otherwise approved by the City. Blocks shall be concrete grey
in color.
ANTI - GRAFFITI COATING
Anti - graffiti coating shall be a non - sacrificial, clear, UV stable, anti - graffiti sealer suitable
for vertical and horizontal concrete and rough stone surfaces and shall have the
following characteristics:
Meet or exceed ASTM D6578 Graffiti test
Non - reactive, zero VOC, AQMD, and CARB compliant
Allow moisture vapor to escape while not allowing moisture to penetrate
UNIT FILL
Unit Fill shall consist of clean 1" minus crushed stone meeting the following gradation
tested in accordance with ASTM D -422. The percent fracture requirement shall be 75%
minimum. The fracture requirement shall be at least one fractured face and will apply to
combined aggregate retained on the U.S. No. 4 sieve in accordance with FOP for
AASHTO PT 61.
Sieve Size Percent Passing
1 inch 100
3/4 inch 75 -100
No. 4 0 — 10
No. 50 0 — 5
A minimum of one (1) cubic foot of Unit Fill shall be used for each square foot of wall
face.
Unit fill shall be placed within cores of blocks before next layer of blocks is placed,
unless otherwise recommended by the block manufacturer. Filling of block cores with
unit fill after multiple levels of the wall has been constructed will not be allowed.
City of Federal Way
21st Ave S Pedestrian Improvements
SP-92
RFB #17 -004
Mar 2017
6 -13.3 Construction Requirements
(City of Federal Way)
Section 6 -13.3 is supplemented with the following:
Modular block wall shall be installed as shown on the plans, with wall heights that may
be in excess of six feet in height. Geogrid or anchor reinforcements shall not be used
where they would extend outside of the right -of -way or where they would conflict with
existing retaining walls (at the north end of the project where the proposed wall ties into
the existing wall). The contractor - supplied design shall incorporate a proposed block
that will accommodate these design parameters.
If an alternate wall system is proposed by the Contractor and accepted by the Engineer,
the Contractor shall be responsible for identifying the limits of excavation for the
proposed wall substitution. All costs associated with the expanded excavation limits,
including but not limited to shoring for maintenance of driveways, roadway, business
signs, luminaires, building foundations, backfill of the expanded excavation area, and
restoration shall be included in the unit price for Modular Block Wall.
Only one style of precast concrete block shall be allowed on the project. Once
approved, all precast concrete blocks shall be of the same manufacture and style for all
modular block and structural earth walls.
Ends of walls shall have finished end /corner blocks or be wrapped back into slope so
that unfinished sides of blocks are not visible. Exposed ends of levels at wall steps
shall also have finished end /corner blocks.
Concrete Block Faced Structural Earth Wall
Concrete block faced structural earth walls shall be constructed of only one of the
following wall systems. Any alternate wall systems proposed by the Engineer will
require written acceptance by the Engineer.
The Contractor shall make arrangements to purchase the concrete blocks, soil
reinforcement, attachment devices, joint filler, and all necessary incidentals from the
source identified with each wall system:
Geowall Max or Max II
Geowall Max and Max II are registered trademarks of Basalite Concrete Products,
LLC
Basalite Concrete Products
3299 International Way
Dupont, WA 98327
(800) 964 -9424
Allan Block Wall
Allan Block Wall is a registered trademark of the Allan Block Corporation
Allan Block Corporation
7424 W 78th Street
Bloomington, MN 55439
(800) 899 -5309
FAX (952) 835 -0013
www.allanblock.com
City of Federal Way
21st Ave S Pedestrian Improvements
SP -93
RFB #17 -004
Mar 2017
Redi -Rock Positive Connection System
Redi -Rock Positive Connection System is a registered trademark of Redi -Rock
International, LLC
Redi -Rock International, LLC
05481 US 31 South
Charlevoix, MI 49720
(866) 222 -8400
FAX (231) 237 -9521
www.redi - rock.com
Mesa Wall
Mesa Wall is a registered trademark of Tensar Corporation
Tensar Corporation
2500 Northwinds Parkway Suite 500
Atlanta, GA 30009
(770) 334 -2090
FAX (678) 281 -8546
www.tensarcorp.com
Landmark Retaining Wall System
Landmark Retaining Wall System is a registered trademark of Anchor Wall
Systems, Inc.
Anchor Wall Systems, Inc.
5959 Baker Road, Suite 390
Minnetonka, MN 55345 -5996
(877) 295 -5415
FAX (952) 979 -8454
www.anchorwall.com
KeyGrid Wall
KeyGrid is a registered trademark of Keystone Retaining Wall Systems, Inc.
Keystone Retaining Wall Systems, Inc.
4444 West 78th Street
Minneapolis, MN 55435
(800) 747 -8971
FAX (952) 897 -3858
www.keystonewalls.com
6- 13.3(2)A Design Calculations Content Requirements
(City of Federal Way)
Section 6- 13.3(2)A is supplemented with the following:
Wall design calculations shall be prepared and submitted to the City prior to
approval of the proposed retaining mall materials. Wall design calculations shall
be stamped by a licensed engineer before submitting to the City. Calculations
shall include standard wall design calculations, but should also address the
following special considerations:
City of Federal Way
21st Ave S Pedestrian Improvements
SP-94
RFB #17 -004
Mar 2017
1) The calculations shall show that the proposed wall block will support
loads from the rain garden at Town Square Park (approximately Sta 8 +70
to Sta 9 +70) assuming the rain garden is completely full.
2) Provide a detail for the tie -in of the proposed block wall to the existing
concrete retaining wall located on the south side of S 316th Street.
Existing wall is to remain.
6- 13.3(5) Precast Concrete Facing Panel and Concrete Block Erection
(April 2, 2012 WSDOT GSI
Section 6- 13.3(5) is supplemented with the following:
Specific Erection Requirements for Precast Concrete Block Faced
Structural Earth Walls
Landmark Retaining Wall
When placing each course of concrete blocks, the Contractor shall pull
the blocks towards the front face of the wall until the male key of the
bottom face of the upper block contacts and fits into the female key of
the top face of the supporting block below.
A maximum gap of 1/8 -inch is allowed between adjacent concrete blocks,
except for the base course set of concrete blocks placed on the leveling
pad. A maximum gap of 1 -inch is allowed between adjacent base course
concrete blocks, provided geosynthetic reinforcement for drains is in
place over the gap at the back face of the concrete blocks.
Lock bars shall be installed in the female key of the top face of all
concrete block courses receiving geogrid reinforcement. Gaps between
adjacent lock bars in the key shall not exceed 3- inches. The lock bar shall
be installed flat side up, with the angled side to the back of the concrete
block, as shown in the shop drawings.
Geogrid reinforcement shall be placed and connected to concrete block
courses specified to receive soil reinforcement. The leading edge of the
geogrid reinforcement shall be maintained within 1 -inch of the front face
of the supporting concrete blocks below. Geogrid panels shall be abutted
for 100 percent backfill coverage with Tess than a 4 -inch gap between
adjacent panels.
Backfill shall be placed and compacted level with the top of each course
of concrete blocks, and geogrid reinforcement placed and connected to
concrete block courses specified to receive soil reinforcement, before the
Contractor may continue placing the next course of concrete blocks.
Mesa Wall
For all concrete block courses receiving geogrid reinforcement, the fingers
of the block connectors shall engage the geogrid reinforcement
apertures, both in the connector slot in the block, and across the block
core. For all concrete block courses with intermittent geogrid coverage, a
#3 steel reinforcing bar shall be placed, butt end to butt end, in the top
City of Federal Way
21st Ave S Pedestrian Improvements
SP -95
RFB #17 -004
Mar 2017
block groove, with the butt ends being placed at a center of a concrete
block.
6 -13.4 Measurement
(City of Federal Way)
Section 6 -13.4 is supplemented with the following:
"Modular Block Wall" shall be measured by the square foot of completed wall in place.
The vertical limits for measurement are from the top of the base leveling pad to the top
of the top course of blocks of the exposed finished face. The horizontal limits for
measurement are from the end of wall to the end of wall along the length of the
exposed finished face. The unit contract price per square foot for Modular Block Wall
shall be full compensation for the complete construction of the retaining wall as shown
in the Plans. This includes all other items as may be required to complete the work as
specified including but not limited to engineering design, structure excavation, haul,
shoring, modular block units, cap units, end /corner units, unit fill, shear connectors, tie -
back/geogrid system, base leveling pad, backfill, unit fill, excavation, gravel backfill for
drain, non -woven geotextile, and wall drainpipe including cleanout. See Section 2 -09 for
shoring requirements.
6 -13.5 Payment
(City of Federal Way)
Section 6 -13.5 is supplemented with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid items
when included in the proposal:
"Modular Block Wall", per square foot.
City of Federal Way
21st Ave S Pedestrian Improvements
END OF DIVISION 6
SP -96
RFB #17 -004
Mar 2017
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS,
SANITARY SEWERS, WATER MAINS, AND CONDUITS
7- 01.DRAINS
7 -01.1 Description
(City of Federal Way)
Section 7 -01.1 is supplemented with the following:
This work consists of removing and installing catch basins, and connecting wall drains to
the storm drainage system.
7 -01.4 Measurement
(City of Federal Way)
Section 7 -01.4 is supplemented with the following:
"Drain Pipe 6 In. Diam." will be measured per linear foot.
The unit contract price per linear foot of drain pipe of the type and size specified
shall be full pay for furnishing all labor, tools, equipment, and materials
necessary for its complete installation, including: excavation, laying pipe, pipe
bedding, imported backfill material (or native material if approved by the
engineer), connections to new or existing storm drainage structures, haul and
disposal of trench material to be wasted including unsuitable material, cleaning,
and testing will not be measured as these items are incidental to the drainage
pipe pay item.
7 -01.5 Payment
(City of Federal Way)
Section 7 -01.5 is supplemented with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid items
when included in the proposal:
"Drain Pipe 6 In. Diam." per linear foot.
7 -04 STORM SEWERS
7 -04.3 Construction Requirements
(City of Federal Way)
Section 7 -04.3 is supplemented with the following:
Pipe Joints:
All ductile iron pipe joints shall be unrestrained, rubber gasketed; except connections
made between dissimilar existing and new pipe materials shall be made utilizing WSDOT
Standard Plan B- 60.20 -00 connection collar.
Backfill and Compaction:
Water settling will not be permitted. Backfill shall be compacted by mechanical tampers
in accordance with Section 2- 03.3(24)C "Method B" of the Standard Specifications.
Existing storm sewer facilities:
The Contractor shall field verify the location and material type of existing storm sewer
facilities. All facilities shown on the plan but not noted for removal shall be protected
and remain operational throughout construction.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -97
RFB #17 -004
Mar 2017
7- 04.3(1) Cleaning and Testing
(City of Federal Way)
Section 7- 04.3(1) is supplemented with the following:
Cleaning and testing of storm sewer pipe shall be in accordance with Section 7-
04.3(1) of the Standard Specifications, except as modified herein:
Prior to testing, storm sewers will be visually inspected by the Engineer's
representative either by external physical observation before backfilling, by
physical observation from inside the pipe, or by video inspection methods, at the
discretion of the Engineer. The contractor shall provide all necessary video
inspection and /or safety equipment, including mechanical ventilation, as
requested by the Engineer, with all related costs to be included in the unit bid
price of the related item. Any departures from the best construction practices,
such as pipe line misalignment, presence of foreign matter in the pipes or catch
basins, poor catch basin construction, etc., shall be corrected by the Contractor
at the Contractor's own expense. Testing will not be authorized until such
corrections have been made to the satisfaction of the Engineer.
Should high groundwater conditions be encountered, the completed storm
sewers may be required to be infiltration tested. Infiltration testing shall be
utilized only when ordered by the Engineer.
7 -05 MANHOLES, INLETS. CATCH BASINS, AND DRYWELLS
7 -05.1 Description
(City of Federal Way)
Section 7 -05.1 is supplemented with the following:
In the first paragraph, replace "Standard Plans" with "City of Federal Way Standard
Drawings."
Type 1 Catch Basins shall be constructed per City of Federal Way Standard Dwg 4 -1.
Where shown on the plans and as detailed, or as designated by the Engineer, the
Contractor shall adjust catch basins to grade, install solid cover and frame on existing
catch basin, install round solid cover with conversion riser as required on existing catch
basins, and install heavy duty hinged -style manhole frame and lids. All lids and frames
shall be locking unless shown as non - locking on plans or directed otherwise by the
Engineer.
Vaned grates and associated frame (Federal Way Dwgs. 4 -6 and 4 -10) shall be used for
all catch basins unless noted in the plans or directed otherwise by the Engineer.
Storm drain cleanouts shall be provided for retaining wall drainage and connected to the
storm drainage system at the locations specified on the plans. The cleanout
configuration and connection shall be per the plan detail.
Place anti -seize compound on all locking lid bolts prior to the final project punch list
inspection.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -98
RFB #17 -004
Mar 2017
7 -05.3 Construction Requirements
(City of Federal Way)
Section 7 -05.3 is supplemented with the following:
Backfill around catch basins shall be compacted by mechanical tampers in accordance
with Section 2- 03.3(14)C "Method B" of the Standard Specifications.
Catch basin cover frames shall be installed on precast rings or as directed by the
Engineer. All bricks shall be installed with full mortar coverage and shall be plastered to
a depth of 3/4 inch on the outer surface. Catch basin covers shall be adjusted to the
rim elevations depicted on the storm profile drawings.
A locking vaned grate and associated frame shall be installed on manholes and catch
basins located where they will accept runoff. Bi- directional locking vaned grates shall be
installed at all roadway sag locations and at low points along curb returns. (Reference
City of Federal Way Standard Drawings No. 4 -10 for standard vaned grate and 4 -6 for
standard frame).
All structures not receiving surface runoff shall include round solid locking lids; except
rectangular solid locking lids shall be used where indicated on the plans or directed by
the Engineer. Catch basins shall include conversion risers to accommodate round lids
where indicated in the plans or directed by the Engineer. (Reference City of Federal Way
Standard Drawing 4 -18 for Conversion Riser). All structures, new or existing, located
within the proposed travelled roadway shall utilize round solid locking lids.
A standard solid locking manhole cover and associated frame shall be installed on
manholes and catch basins where they will not accept concentrated runoff and are not
located in the travelled roadway. (Reference City of Federal Way Standard Drawings
No. 4 -12 for solid cover and 4 -13 for standard frame.).
7- 05.3(1) Adjusting Manholes, Valve Boxes and Catch Basins to Grade
(City of Federal Way)
Section 7 -05.3 is supplemented with the following:
Manholes, valve boxes, catch basins, and other structures shall not be adjusted
to final grade until the adjacent pavement is completed, at which time the center
of each structure shall be carefully relocated from references previously
established by the Contractor. The asphalt concrete pavement shall be removed
to a neat circular shape for manholes and catch basin conversion risers and a
neat rectangular shape for Type 1 catch basins. The edge of the cut shall be 1.5
feet from the outside edge of the cast iron frame of the structure. The base
materials and crushed rock shall be removed to the full depth of adjustment plus
2 inches. The manhole and catch basin frames shall be lifted and reset to the
final grade, plumb to the roadway, and shall remain operational and accessible.
(Reference City of Federal Way Standard Drawing 3 -55 for Utility Adjustment).
The Contractor shall adjust the manholes and catch basins with pre -cast grade
rings, and mortar and /or high impact adjustment risers with a maximum 2 -inch
thickness where required for heavy -duty frames and covers within the travelled
roadway (see Section 7- 05.3(6)). Metal adjustment rings shall not be used. If
more than three grade rings are required to adjust a manhole to final grade,
including existing grade rings, the Contractor shall remove the existing cone
City of Federal Way
21st Ave S Pedestrian Improvements
SP -99
RFB #17 -004
Mar 2017
section or top slab, install a pre -cast manhole section of sufficient height to limit
the number of grade rings to a maximum of three, and reinstall the cone section
or top slab prior to paving operations.
Grade adjustment rings and high impact riser installation shall be inspected by
the Engineer prior to frame installation. Cover and grate frames shall be
securely grouted to the structure. Where existing structures are located within
the wheel path of a proposed travel lane, catch basins adjusted to grade shall
also include conversion risers and heavy duty locking frames and covers and
high - impact risers per Section 7- 05.3(6).
Following frame installation, the edges of the removed asphalt pavement and the
outer edge of the reset frame shall be painted with asphalt for tack coat. The
entire void around the adjustment shall then be filled with Commercial HMA,
placed and compacted in maximum 3 -inch lifts, to match the adjacent pavement
surface. The joint between the patch and existing pavement shall then be
painted with asphalt for tack coat and immediately covered with dry paving sand
before the asphalt for tack coat solidifies.
See Section 7 -05.3 of these special provisions for ring & cover and frame & grate
requirements as applicable to both existing and proposed structures.
7- 05.3(3) Connections to Existing Manholes
(City of Federal Way)
Section 7- 05.3(3) is supplemented with the following:
The requirements of this section shall also apply to connections to existing catch
basins.
7- 05.3(5) Connections to Existing Pipe
(City of Federal Way)
Section 7- 05.3(5) is supplemented with the following:
The contractor shall connect (or reconnect) existing pipes to new manholes or
catch basins without obstructing flow from upstream locations.
7 -05.4 Measurement
(City of Federal Way)
Section 7 -05.4 is supplemented with the following:
"Catch Basin Type 1" will be measured per each.
The unit contract price shall be full pay for furnishing all labor, tools, equipment,
and materials necessary to complete each unit according to the Plans and
Specifications. This includes all pavement removal and disposal, excavation,
dewatering (if required), temporary flow bypass, connections to existing and new
pipe, foundation material, bedding, imported backfill, compaction, surface
restoration, testing, and furnishing and placing of all accessories conversion
risers, temporary patching hot mix to allow for the passage of traffic, and other
items as applicable. Frames and grates or rings and covers, grade rings and
adjustment risers including conversion risers shall be considered incidental to this
bid item and will not be measured for separate payment.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -100
RFB #17 -004
Mar 2017
7 -05.5 Payment
(City of federal Way)
Section 7 -05.5 is supplemented with the following:
"Catch Basin Type 1", per each.
City of Federal Way
21st Ave S Pedestrian Improvements
END OF DIVISION 7
SP -101
RFB #17 -004
Mar 2017
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL
8 -01.3 Construction Requirements
8.01.3 (1) General
(City of Federal Way)
The first through eighth paragraphs of 8- 01.3(1) are deleted and replaced with the
following:
The Contractor shall install a high visibility fence along the right -of -way lines
shown in the Plans or as instructed by the Engineer.
Throughout the life of the project, the Contractor shall preserve and protect the
delineated area, acting immediately to repair or restore any fencing damaged or
removed.
Controlling pollution, erosion, runoff, and related damage requires the Contractor
to perform temporary Work items including but not limited to:
a. Providing ditches, berms, culverts, and other measures to control surface
water.
b. Building dams, settling basins, energy dissipaters, and other measures, to
control downstream flows.
c. Controlling underground water found during construction.
d. Covering or otherwise protecting slopes until permanent erosion - control
measures are working.
To the degree possible, the Contractor shall coordinate this temporary Work with
permanent drainage and erosion control Work the Contract requires.
All sediment control devices including, but not limited to, sediment ponds,
perimeter silt fencing, or other sediment trapping BMPs shall be installed prior to
any ground disturbing activity. Clearing, grubbing, excavation, borrow, or fill within
the Right of Way shall never expose more erodible earth than as listed below:
Western Washington
(West of the Cascade
Mountain
Crest)
Eastern Washington
(East of the Cascade
Mountain
Crest)
May 1
through
September
30
17
Acres
April 1
through
October 31
17
Acres
October 1
through
April 30
5
Acres
November 1
through
March 31
5
Acres
City of Federal Way
21st Ave S Pedestrian Improvements
SP -102
RFB #17 -004
Mar 2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
8- 01.3(1)A Submittals
(City of Federal Way)
Section 8- 01.3(1)A is revised to read:
A Stormwater Pollution Prevention Plan (SWPPP) shall be prepared by the
Contractor and submitted for approval to the Engineer. The plan shall consist of
the Contractor's complete strategy to meet the requirements of the Department
of Ecology's NPDES and State Waste Discharge General Permit for Stormwater
Discharges Associated With Construction Activity (General Permit). The SWPPP
shall include and modify as necessary the Site Preparation and Erosion Control
Plan drawings provided as part of the Contract Plans. The Contractor shall
prepare review and modify the SWPPP as necessary to be consistent with the
actual work schedule, sequencing, and construction methods that will be used on
the project. The Contractor's SWPPP shall meet the requirements of the general
permit. The Contractor's modifications to the SWPPP shall also incorporate the
content and requirements for the Spill Prevention, Control and Countermeasures
(SPCC) Plan in accordance with Section 1- 07.15(1).
The SWPPP shall document all the erosion and sediment control Best
Management Practices (BMPs) proposed, whether permanent or temporary. The
plan shall document installation procedures, materials, scheduling, and
maintenance procedures for each erosion and sediment control BMP. The
Contractor shall submit the SWPPP for the Engineer's approval before any work
begins. The Contractor shall allow at least five working days for the Engineer's
review of the initial SWPPP or any revisions to the modified SWPPP. Failure to
approve all or part of any such plan shall not make the Contracting Agency liable
to the Contractor for any work delays. The Contractor may not begin work without
an approved Contractor's SWPPP.
The Contractor shall complete and modify the SWPPP to meet the Contractor's
schedule and method of construction. All TESC Plans shall meet the
requirements of the current edition of the WSDOT Temporary Erosion and
Sediment Control Manual M 3109 and be adapted as needed throughout
construction based on site inspections and discharge samples to maintain
compliance with the CSWGP. The Contractor shall develop a schedule for
implementation of the SWPPP work and incorporate it into the Contractor's
progress schedule.
In addition, the SWPPP shall outline the procedures to be used to prevent high
pH stormwater or dewatering water from entering surface waters. The plan shall
include how the pH of the water will be maintained between pH 6.5 and pH 8.5
prior to being discharged from the project or entering surface waters. Prior to
beginning any concrete or grinding work, the Contractor shall submit the plan, for
the Engineer's review and approval.
As a minimum, the SWPPP shall include all the SWPPP requirements identified
in the General Permit, including:
Narrative discussing and justifying erosion control decisions (12
elements)
Drawings illustrating BMPs types and locations
Engineering calculations for ponds and vaults used for erosion control
City of Federal Way
21st Ave S Pedestrian Improvements
SP -103
RFB #17 -004
Mar 2017
A schedule for phased installation and removal of the proposed BMPs,
including:
A. BMPs that will be installed at the beginning of project startup.
B. BMPs that will be installed at the beginning of each construction
season.
C. BMPs that will be installed at the end of each construction season.
D. BMPs that will be removed at the end of each construction
season.
E. BMPs that will be removed upon completion of the project.
An Ecology template is available to the Contractor for producing the SWPPP,
using project- specific information added by the Contractor. The template and
instructions are available at:
http: / /www.ecy.wa.gov /programs /wq /stormwater /construction/
Turbidity and pH Exceedances
Following any exceedances of the turbidity or pH benchmarks, the Contractor
shall provide the following at no additional cost to the Contracting agency:
1. The necessary SWPPP revisions and on -site measures /revisions
including additional source control, BMP maintenance, and /or additional
stormwater treatment BMPs that are necessary to prevent continued
exceedance of turbidly and /or pH benchmarks.
2. The regulatory notification to the Dept. of Ecology and to the Engineer of
any monitoring results requiring regulatory notification.
3. The additional daily sampling and reporting measures described in the
General Permit to verify when project site runoff is in compliance.
8- 01.3(2) Seeding, Fertilizing, and Mulching
8- 01.3(2)B Seeding and Fertilizing
(January 3, 2006 WSDOT GSP)
Section 8- 01.3(2)B is supplemented with the following:
Grass seed shall be a commercially prepared mix, made up of low
growing species which will grow without irrigation at the project location,
and approved by the Engineer. The application rate shall be two pounds
per 1000 square feet.
8 -01.4 Measurement
(City of Federal Way)
Section 8 -01.4 is supplemented as follows:
"Inlet protection" will be measured for each initial installation at a drainage structure.
"Erosion Control and Water Pollution Prevention" is included as a lump sum item, so
there will be no measurement of unit or force account items for work defined in Section
8 -01
City of Federal Way
21st Ave S Pedestrian Improvements
SP -104
RFB #17 -004
Mar 2017
1
1 8 -01.5 Payment
(City of Federal Way)
1 Section 8-01.5 is supplemented with the following:
`
Inlet Protection", per each
1 "Erosion /Water Pollution Control', per lump sum
8 -02 ROADSIDE RESTORATION
1 8 -02.1 Description
(City of Federal Way)
1 The first paragraph of Section 8 -02.1 is revised to read:
This work shall consist of furnishing and placing topsoil, seeding, mulch, trees and
roadside planting in accordance with these Specifications and as shown in the Plans or
I as directed by the Engineer. This work also includes furnishing and installing root
barriers and tree grates.
1 All plant materials required by the Bid Documents shall be plant species including plant
establishment (PSIPE) per the Standard Specifications.
I8 -02.2 Materials
I (City of Federal Wav)
The first paragraph of Section 8 -02.2 is revised to read:
Cast Iron Tree Grate: The Contractor shall provide 4 -foot x 6 -foot Kiva tree grates as
I indicated in the City Standard details, and as manufactured by Urban Accessories,
Tacoma, WA, (877) 487 -0488, or approved equal.
1 Root Barrier: 18 -inch high, minimum thickness 0.090 -inch, interlocking root barrier
panels constructed of high- impact polypropylene with 1/2 -inch reinforcing tabs.
8 -02.3 Construction Requirements
I
8- 02.3(1) Responsibility During Construction
I (City of Federal Way)
Section 8- 02.3(1) is supplemented with the following:
Landscape construction is anticipated to begin after all curbs, sidewalks, walls,
I and associated roadside work is completed. Landscape materials shall not be
installed until weather permits and installation has been authorized by the
Engineer. If water restrictions are anticipated or in force, planting of landscape
Imaterials may be delayed.
Throughout planting operations, the Contractor shall keep the premises clean,
free of excess soils, plants, and other materials, including refuse and debris,
Iresulting from the Contractor's work. At the end of each work day, and as each
planting area is completed, it shall be neatly dressed, and all surrounding walks
and paved areas shall be cleaned to the satisfaction of the Engineer. No flushing
City of Federal Way RFB #17 -004
I 21st Ave S Pedestrian Improvements Mar 2017
SP -105
will be allowed. At the conclusion of work, the Contractor shall remove surplus
soils, materials, and debris from the construction site and shall leave the project
in a condition acceptable to the Engineer.
8- 02.3(4) Topsoil
(City of Federal Way)
Section 8- 02.3(4) is supplemented with the following:
Topsoil Type A shall conform to Section 9- 14.1(1) of these Special Provisions and
shall be supplied by a Contractor's supplied source, and as approved by the
Engineer.
8- 02.3(5) Planting Area Preparation
(City of Federal Way)
Section 8- 02.3(5) is supplemented with the following:
Thoroughly scarify subgrade in tree, and seeded lawn areas to a minimum depth
of six - inches (6 ") except within critical root zones of existing trees to remain, as
noted on plans. Scarified subgrade shall be inspected and approved by the
Engineer prior to the placement of topsoil. Remove all construction debris and
rocks over two- inches (2 ") in diameter prior to placing topsoil.
Scarified subgrade shall be inspected and approved by the Engineer prior to
placement of topsoil. Upon approval of the subgrade, Topsoil A shall be installed
to a minimum depth of 4 inches lightly compacted depth in all seeded areas,
unless otherwise noted on plans.
Lightly compact soil and establish a smooth and uniform finished grade to allow
to surface drainage and prevents ponding.
The areas shall be brought to a uniform grade, 1 inch, or the specified depth of
mulch, below walks, curbs, junction and valve boxes, and driveways, unless
otherwise specified.
The costs of removing all excess material and debris shall be considered
incidental to and included in the unit contract prices of other items in this
contract.
8- 02.3(8) Planting
(City of Federal Way)
Section 8- 02.3(8) is supplemented with the following:
All Topsoil Type A required to pit plant trees and bark mulch for topdressing, as
specified on the plans, shall be considered incidental to and included in the unit
contract price of the trees.
Use loosened and replaced compacted mineral native soil without organics under
tree rootball. Use topsoil on sides of tree rootball only. Use full depth topsoil for
shrubs.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -106
RFB #17 -004
Mar 2017
Trees shall be handled by the rootball, not by the trunk. Burlap and wire shall
remain intact until trees are set in their final positions within each planting pit.
Plant trees and shrubs upright and rotate in order to give the best appearance or
relationship to adjacent plants, topography, and structures. Hold plant rigidly in
position until topsoil has been backfilled and water settled free of voids and air
pockets and tamped firmly around the ball or roots.
When the pit is backfilled halfway, place the specified quantity of fertilizer plant
tablets and stakes as shown on the Plans. Evenly space the fertilizer tablets
around the perimeter of, and immediately adjacent to the root system. Carefully
place water and compact planting topsoil, filling all voids. Tree root crowns to be
1" higher than finished grade to allow for settlement.
When the planting pit is three quarters backfilled, fill with water and allow water
to soak away. Fill the pits with additional topsoil to finish grade and continue
backfilling as detailed on the Plans. Water trees immediately after planting.
The contractor shall apply 3 inches of pea gravel flush with bottom of tree grates
in tree wells per City Standard Detail 3 -31.
8- 02.3(10) Fertilizer
(City of Federal Way)
Section 8- 02.3(10) is supplemented with the following:
All fertilizers shall be furnished in standard unopened containers with weight,
name of plant nutrients and manufacturer's guaranteed statement of analysis
clearly marked, in accordance with State and Federal law.
Seeded areas, trees, and shrubs shall be fertilized at a rate according to fertilizer
manufacturer's recommendations.
8- 02.3(13) Plant Establishment
(City of Federal Way)
Section 8- 02.3(13) is supplemented with the following:
Plant establishment shall consist of insuring resumption and continued growth of
all planted materials including trees, shrubs, ground cover, and seeded areas for
a period of one (1) year. This shall include, but is not limited to, labor and
materials necessary or removal and replacement of any rejected plant material
planted under this contract.
8 -02.4 Measurement
(City of Federal Wav)
Section 8 -02.4 is supplemented with the following:
Measurement will be made in accordance with Section 1 -04.1 for the following bid
items:
"Tree Grate ", including frame, anchors, and pea gravel mulch, will be measured per
each.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -107
RFB #17 -004
Mar 2017
"PSIPE, Pyrus Calleryana var. ' Capital" or 'Redspire; 2 -1/2" Cal" shall be measured per
each. The unit contract price per each shall also include all fertilizer, tree stakes, and
establishment as shown in the plans and called for in the specifications.
"PSIPE, Prunus Laurocerasus (Otto Luyken Laurel), 5 Gal. Container" shall be measured
per each. The unit contract price per each shall also include all fertilizer and
establishment as shown in the plans and called for in the specifications.
"Root Barrier" will be measured per linear foot.
"Bark Mulch" shall be measured by the cubic yard in the haul conveyance at the point of
delivery and shall be full pay for furnishing and spreading the mulch onto the soil.
"Seeded Lawn" will be computed in square yards of actual lawn completed, established,
and accepted. The unit contract price will also include all topsoil, preparation, fertilizer,
establishment, and mowing as called for in the specifications.
"Property Restoration" will be paid by force account and must be approved by the
engineer prior to completing the work.
Fertilizer and topsoil shall be incidental to other bid items.
8 -02.5 Payment
(City of Federal Way)
Section 8 -02.5 is supplemented with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid items
when included in the proposal:
"Tree Grate", per each.
"PSIPE, Pyrus Calleryana var. ' Capital" or 'Redspire; 2 -1/2" Cal" per each.
"PSIPE, Prunus Laurocerasus (Otto Luyken Laurel), 5 Gal. Container", per each.
"Root Barrier" per linear foot.
"Bark Mulch" per cubic yard.
"Seeded Lawn" per square yard.
"Property Restoration" per force account.
8 -03 IRRIGATION SYSTEMS
8 -03.1 Description
(City of Federal Way)
Section 8 -03.1 is supplemented with the following:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -108
RFB #17 -004
Mar 2017
The work shall consist of installing a fully functioning and complete landscape irrigation
system.
Some private irrigation systems exist within the project limits which may be impacted by
the project improvements. The Contractor shall minimize the impacts to these facilities
to the maximum extent possible. In the event that irrigation systems are found to
encroach within the limits of the project improvements, they shall be modified as
necessary per Engineer directed force accounts to ensure satisfactory operation upon
completion of the improvements.
8 -03.2 Materials
(City of Federal Way)
Section 8 -03.2 is supplemented with the following:
The materials for the irrigation system, where applicable, shall conform with the
following manufacturers in order to be compatible with other systems located
throughout the City.
Rainbird 1804 sprinkler bodies and MPR spray nozzles
Rainbird PEB Automatic Control Valve
Rainbird ESPLXBASIC Controller and Cabinet
Buckner Quick Coupling Valve
Febco 850 Double Check Valve
Legend Bronze Valve
Superior 3100 Master Control Valve
8 -03.3 Construction Requirements
(City of Federal Way)
Section 8 -03.3 is supplemented with the following:
All work shall be in strict conformance with the Lakehaven Utility District Water System
and Sewer Standards, together with the plans, details and manufacturer's written
information regarding recommended installation procedures. References to the use of
galvanized pipe in the Standard Specifications and Amendments shall be replaced with
Schedule 80 PVC or other Engineer accepted pipe material.
Install controllers, two(2) station, per group of automatic control valves location as
shown on Plans and as specified in these Special Provisions Section 9 -15.3 Automatic
Controllers. Supply one hand held programmer for system.
Private sprinkler irrigation systems found to encroach within the limits of improvements
shall be modified as necessary to remove the encroachment and to ensure satisfactory
operation of the remaining system. The Contractor shall ensure that existing private
systems remain in operation during the construction of this project. The Contractor shall
furnish temporary water to disconnected existing irrigation systems. Private irrigation
systems that have been damaged during construction activities shall be repaired within 5
working days. The Contractor shall be liable for any damage due to irrigation facilities
damaged by his operations and shall repair such damaged facilities to an "equal or
better than" original condition. This work will include, but not be limited to, cutting and
capping existing pipe, relocating existing risers and sprinkler heads new pipe heads and
connections, and testing of the system.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -109
RFB #17 -004
Mar 2017
8- 03.3(1) Layout of Irrigation System
(City of Federal Way)
Section 8- 03.3(1) is supplemented with the following:
A Contractor - designed plan of the proposed irrigation system shall be submitted
to the City for approval prior to completing the work.
8- 03.3(7) Flushing and Testing
(City of Federal Way)
Section 8- 03.3(7) is supplemented with the following:
The Contractor shall pretest and prove functional then advise the Engineer at
least 48 hours before pressure and coverage tests are to be conducted and shall
have the approval of the Engineer before backfilling. Mainlines shall be tested at
140 PSI and PVC lateral lines at 50 PSI. Before the sprinkler system will be
accepted, the Contractor, in the presence of the Engineer, shall perform a
sprinkler head water coverage test to determine if the water coverage and
operation of the system is complete and satisfactory. If any part of the system is
inadequate it shall be repaired or replaced at the Contractor's expense and the
test repeated until accepted.
All backfilled trenches shall be repaired by the Contractor at his expense,
including restoration of plant materials.
8 -03.4 Measurement
(City of Federal Way)
Section 8 -03.4 is supplemented with the following:
"Automatic Irrigation System, Complete" will be measured by lump sum for the design
and installation of the new irrigation system within the City's right -of -way outlined in the
contract documents, complete and in full operating condition. The lump sum price shall
be full compensation for furnishing all labor, materials, tools, electrical services
connection costs, and equipment necessary or incidental to the construction of the
complete and operable sprinkler irrigation system shown in the Plans or as directed by
the Engineer.
All costs for furnishing and installing controller, pads, enclosures, conduit, wiring,
irrigation controller, all control wiring, backflow preventer, vault enclosures, valves,
piping, and all other required components for a fully functional system where indicated
and as detailed in the Plans and all costs of inspections and tests performed on Cross
Connection Control shall be considered incidental to and included in the unit contract
price for Automatic Irrigation System.
8 -03.5 Payment
(City of Federal Way)
Section 8 -03.5 is supplemented with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid items
when included in the proposal:
"Automatic Irrigation System Complete ", per lump sum
City of Federal Way
21st Ave S Pedestrian Improvements
SP -110
RFB #17 -004
Mar 2017
8 -04 CURBS. GUTTERS, AND SPILLWAYS
8 -04.1 Description
(City of Federal Way)
Section 8 -04.1 is supplemented with the following:
This work shall also consist of constructing cement concrete curbs in accordance with
these Specifications and in conformity with the dimensions and cross - sections shown in
the Plans and to the lines and grades as staked.
8 -04.3 Construction Requirements
(City of Federal Way)
Section 8 -04.3 is supplemented with the following:
The sub -base for curb and gutter sections shall be compacted to 95 percent density at
or below optimum moisture content, as per Section 2- 03.3(14)D revised, before placing
the curb and gutter.
White - pigmented curing compounds will not be allowed.
The top of the finished concrete shall not deviate more than one - eighth (1/8 ") in ten
feet (10') or the alignment one - fourth (1/4 ") in ten feet (10').
Where shown on the Plans, the concrete curb will be ramped for wheel chairs as shown
in the City Standard Plan Details.
Where shown on the plans, the Contractor shall paint the curbs with 2 -coats of yellow
paint. Paint and application shall conform to the Standard Specifications for traffic paint
striping.
8 -04.4 Measurement
(City of Federal Way)
Section 8 -04.4 is supplemented with the following:
"Extruded Curb, Type 6" shall be measured by the linear foot along the line and slope of
the completed curb.
Replacement of existing Cement Concrete Curb and Gutter shall be incidental to the
other work in this contract.
Pedestrian curbing associated with ADA ramps shall be incidental to the "Cement Conc.
Curb Ramp" bid item.
Painting of curbs will not be measured and is considered incidental to the unit price of
the type of curb.
8 -04.5 Payment
(City of Federal Way)
Section 8 -04.5 is supplemented with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid items
when included in the proposal:
"Extruded Curb, Type 6"; per linear foot.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -111
RFB #17 -004
Mar 2017
8 -06 CEMENT CONCRETE DRIVEWAY ENTRANCES
8 -06.2 Materials
(City of Federal Way)
Section 8 -06.2 is supplemented with the following:
Driveway entrances shall be constructed with Class 4000 concrete.
8 -06.3 Construction Requirements
(City of Federal Way)
Section 8 -06.3 is supplemented with the following:
Section 1 -07 of these Special Provisions describes the restrictions for driveway closures
and construction that will be in place for this contract. To meet these requirements, the
Contractor may use a quick setting concrete. The Engineer shall approve the quick -
setting mix prior to use.
Driveway entrances shall be constructed per City of Federal Way Standard Details.
Crushed rock may be used, with Engineer approval, to maintain a driving surface.
8-06.4 Measurement
(City of Federal Way)
Section 8 -06.4 is supplemented with the following:
"Cement Conc. Driveway" will be measured by the square yard of finished surface.
Replacement of any adjacent curb and gutter is incidental to this bid item.
If the Contractor chooses to use a quick- setting concrete mix to meet the requirements
of Section 1 -07, it will be measured per the square yard and paid for as "Cement Conc.
Driveway." Any additional costs to use such mix shall be incidental to the bid item for
"Cement Conc. Driveway" and no additional payment will be made.
If the Contractor chooses to use crushed rock to maintain a driveway surface, it shall be
incidental to the bid item for "Cement Conc. Driveway" and no additional payment shall
be made.
Replacement of curb and gutter associated with the driveway entrances shall be
incidental to the bid item for "Cement Conc. Driveway" and no additional payment shall
be made.
8 -06.5 Payment
(City of Federal Way)
Section 8 -06.5 is supplemented with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid items
when included in the proposal:
"Cement Conc. Driveway" per square yard.
8 -12 CHAIN LINK FENCE AND WIRE FENCE
City of Federal Way
21st Ave S Pedestrian Improvements
SP -112
RFB #17 -004
Mar 2017
8 -12.2 Materials
(August 3, 2009 WSDOT GSP)
Section 8 -12.2 is supplemented with the following:
Coated Chain Link Fence
Chain link fence fabric shall be hot -dip galvanized with a minimum of 0.8 ounce per
square foot of surface area.
Fencing materials shall be coated with an ultraviolet- insensitive plastic or other inert
material at least 2 mils in thickness. Any pretreatment or coating shall be applied in
accordance with the manufacturer's written instructions. The Contractor shall provide
the Engineer with the manufacturer's written specifications detailing the product and
method of fabrication. The color shall match Federal Standard 595 color number * **
37038 * * *, or be as approved by the Engineer.
Samples of the coated fencing materials shall be approved by the Engineer prior to
installation on the project.
The Contractor shall supply the Engineer with 10 aerosol spray cans containing a
minimum of 14 ounces each of paint of the color specified above. The touch -up paint
shall be compatible with the coating system used.
8 -12.4 Measurement
(City of Federal Way)
Section 8 -12.4 is supplemented with the following:
"Black Vinyl Coated Chain Link Fence" shall be measured per linear foot. The unit
contract price per linear foot for "Black Vinyl Coated Chain Link Fence" shall be full
payment for all costs for the specified work including brace post installation and all other
requirements of Section 8 -12 for Chain Link Fence, unless covered in a separate bid item
in this section.
End, corner, and pull posts for chain link fence are incidental to the lineal foot
measurement of the fence. There will be no separate measurement.
Top rail and bottom rail for chain link fence are incidental to the lineal foot measurement
of the fence. There will be no separate measurement.
8 -12.5 Payment
(City of Federal Way)
Section 8 -12.5 is supplemented with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid items
when included in the proposal:
"Black Vinyl Coated Chain Link Fence"; per linear foot.
8 -14 CEMENT CONCRETE SIDEWALKS
8 -14.2 Materials
(City of Federal Way)
Section 8 -14.2 is supplemented with the following:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -113
RFB #17 -004
Mar 2017
The Cement Concrete Sidewalk and curb ramps shall be constructed in accordance with
Section 8 -14 of the Standard Specifications using air - entrained Class 3000 concrete
except as hereinafter amended.
8 -14.3 Construction Requirements
(City of Federal Way)
Section 8 -14.3 is supplemented with the following :
Cement concrete sidewalk thickness shall be as shown on the Plans. Score joints shall
be constructed at a maximum distance of 5 feet from each full depth expansion joint,
except where specific dimensions are detailed on the Plans. Asphalt mastic joint fillers
in the sidewalk shall be 3/8" x 4" and of the same material as that used in the curb, and
shall be placed in the same location as that in the curb.
No concrete for sidewalk shall be poured against dry forms or dry subgrade.
The Contractor may provide suitable vibrating finishers for use in finishing concrete
sidewalks. The type of vibrator and its method of use shall be subject to the approval of
the City.
All completed work shall be so barricaded as to prevent damage. Any damaged sections
shall be removed and replaced at the Contractor's expense. Landscaped areas disturbed
during construction shall be restored to original condition at the Contractor's expense.
Scored Cement Concrete Sidewalk shall be broom finished and scored as detailed on the
Plans.
(April 4, 2011 WSDOT GSF
Section 8 -14.3 is supplemented with the following :
The Contractor shall request a pre- meeting with the Engineer to be held 2 to 5
working days before any work can start on cement concrete sidewalks, curb ramps
or other pedestrian access routes to discuss construction requirements. Those
attending shall include:
1. The Prime Contractor and Subcontractor in charge of constructing forms, and
placing, and finishing the cement concrete .
2. Project Engineer (or representative) and Project Inspectors for the cement
concrete sidewalk, curb ramp or pedestrian access route Work.
Items to be discussed in this meeting shall include, at a minimum, the following:
1. Slopes shown on the Plans.
2. Inspection
3. Traffic control
4. Pedestrian control, access routes and delineation
5. Accommodating utilities
6. Form work
7. Installation of detectable warning surfaces
City of Federal Way
21st Ave S Pedestrian Improvements
SP -114
RFB #17 -004
Mar 2017
8 -14.4 Measurement
(City of Federal Way)
Section 8 -14.4 is supplemented with the following:
"Cement Conc. Sidewalk" will be measured square yard of finished surface and will
not include the surface area of the curb ramps or driveway approaches.
"Cement Conc. Curb Ramp" will be measured per each for the complete curb ramp
installed, regardless of type, including landing, any adjacent curbs including pedestrian
curb, curb and gutter, and the furnishing and installation of the detectable warning
surface.
"Thickened Edge Sidewalk" will be measured per linear foot. Payment for "Thickened
Edge Sidewalk" will be made in addition to any payment per square yard for "Cement
Conc. Sidewalk."
8 -14.5 Payment
(City of Federal Way)
Section 8 -14.5 is supplemented with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid items
when included in the proposal:
"Cement Conc. Sidewalk" per square yard.
"Cement Conc. Curb Ramp" per each.
"Thickened Edge Sidewalk" per linear foot.
8-20. ILLUMINATION, TRAFFIC SIGNAL SYSTEMS. ELECTRICAL
8 -20.1 Description
(December 12, 2012 City of Federal Way)
Section 8 -20.1 is replaced with the following:
Work includes furnishing and installing all materials necessary to provide:
1. A fully functional decorative street light illumination system on the west side of
21st Ave S from S 320th St to S 316th St.
2. A fully functional festival electrical outlet system on the west side of 21st Ave S
from S 320th St to S 316th St.
All work shall be performed as shown in the Plans in accordance with applicable
Standard Specifications and Standard Plans included herein and the following Special
Provisions. Work shall include the supply, testing, and installation of all traffic signal
hardware including the communication cable and interface system, and when specified,
the modification of such an existing system.
The work involves, but shall not be limited to, the following:
1. Junction boxes
2. Conduit and wire
3. Luminaires
4. Illumination poles and bases
5. Electrical service, enclosures, connections, and bases
City of Federal Way
21st Ave S Pedestrian Improvements
SP -115
RFB #17 -004
Mar 2017
8- 20.1(1) Regulations and Code
(March 13, 2012 City of Federal Way)
Section 8- 20.1(1) is supplemented with the following:
Where applicable, materials shall conform to the latest requirements of the
Washington State Department of Labor and Industries and Puget Sound Energy.
8- 20.1(2) Industry Codes and Standards
(March 13, 2012 City of Federal Way)
The following is added at the end of the first paragraph of this section:
National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE
Post Office Box 1331445 Hoes Lane, Piscataway, NJ 08855 -1331.
8- 20.1(3) Electrical Permits
(City of Federal Way)
The following is a new section:
The Contractor shall be responsible for obtaining all required electrical permits,
including all required City electrical permits. All costs to obtain and comply with
electrical permits shall be included in the applicable bid items for the work
involved.
8 -20.2 Materials
Section 8 -20.2 is supplemented with the following:
(March 13, 2012 City of Federal Way)
Control density fill shall meet the requirements of Washington Aggregates and Concrete
Association.
Crushed surfacing top course and crushed surfacing base course shall meet the
requirements of Section 9- 03.9(3) of the Standard Specifications.
Bedding material shall consist of 5/8 -inch minus crushed rock free of any deleterious
substances (Section 9- 03.1(5)A of the Standard Specifications).
Requirements for signal equipment and materials are contained in Section 9 -29 of the
Standard Specifications and Section 9 -29 of these Specifications.
8- 20.2(1) Equipment List And Drawings
(January 26, 2012 City of Federal Way)
The first paragraph is deleted and replaced with the following:
Within one (1) week following the pre - construction conference, the Contractor
shall submit to the Engineer a completed "Request for Approval of Materials" that
describes the material proposed for use to fulfill the Plans and Specifications.
Manufacturer's technical information shall be submitted for signal, electrical and
luminaire equipment, all wire, conduit, junction boxes, and all other items to be
used on the project. Approvals by the Engineer must be received before material
will be allowed on the job site. Materials not approved will not be permitted on
the job site.
(March 13, 1995 WSDOT GSP)
Section 8- 20.2(1) is supplemented with the following:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -116
RFB #17 -004
Mar 2017
Pole base to light source distances (H1) for lighting standards with pre- approved
plans shall be as noted in the Plans.
Pole base to light source distances (H1) for lighting standards without pre -
approved plans will be furnished by the Engineer as part of the final approved
shop drawings, prior to fabrication.
8 -20.3 Construction Requirements
8- 20.3(1) General
(November 14, 2014 City of Federal Way)
Section 8- 20.3(1) is supplemented with the following:
Delivery of Removed Items
The Engineer shall decide the ownership of all salvaged signal materials. All
salvaged signal materials not directed by the Engineer to remain property of the
City shall become the property of the Contractor, except the existing controller
cabinet and all its contents shall remain as property of the City.
Removed signal and electrical equipment which remains the property of the
Contracting Agency shall be delivered to:
King County Signal Shop
Attn: Mark Parrett
155 Monroe Avenue NE
Renton, Washington 98056
Phone: 206 - 396 -3763
Forty eight (48) working hours advance notice shall be communicated to both
the Engineer and the Signal Technician at the address listed above. Delivery shall
occur during the hours of 8:00 a.m. to 2:00 p.m. Monday through Friday.
Material will not be accepted without the required advance notice.
Equipment damaged during removal or delivery shall be repaired or replaced to
the Engineer's satisfaction at no cost to the Contracting Agency.
The Contractor shall be responsible for unloading the equipment where directed
by the Engineer at the delivery site.
(January 26, 2012 Special Provision)
Section 8- 20.3(1) is supplemented with the following:
Contractor Owned Removals
All removals associated with an electrical system, which are not designated to
remain the property of the Contracting Agency, shall become the property of the
Contractor and shall be removed from the project.
The Contractor shall:
1. Remove all wires for discontinued circuits from the conduit system or as
directed by the Engineer.
2. Remove elbow sections of abandoned conduit entering junction boxes or
as directed by the Engineer.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -117
RFB #17 -004
Mar 2017
3. Abandoned conduit encountered during excavation shall be removed to
the nearest outlets or as directed by the Engineer.
4. Remove foundations entirely, unless the Plans state otherwise.
a. Backfill voids created by removal of foundations and junction boxes.
b. Backfilling and compaction shall be performed in accordance with
Section 2 -19 09.3(1)E.
(May 15, 2000 WSDOT NWR)
Section 8- 20.3(1) is supplemented with the following:
Energized Equipment
Work shall be coordinated so that electrical equipment, with the exception of the
service cabinet, is energized within 72 hours of installation.
(October 31, 2005 WSDOT NWR)
Construction Core Installation
The Contractor shall coordinate installation of construction cores with Contracting
Agency maintenance staff through the Engineer. The Contractor shall provide
written notice to the Engineer, a minimum of seven working days in advance of
proposed installation. The Contractor shall advise the Engineer in writing when
construction cores are ready to be removed.
(May 15, 2000 WSDOT NWR)
Electrical Equipment Removals
Removals associated with the electrical system shall not be stockpiled within the
job site without the Engineer's approval.
8- 20.3(2) Excavating and Backfilling
(January 8, 2013 City of Federa/ Way)
Section 8- 20.3(2) is supplemented with the following:
The Contractor shall supply all trenching necessary for the complete and proper
installation of the traffic signal system, interconnect conduit and wiring, and
illumination system. Trenching shall conform to the following:
1. In paved areas, edges of the trench shall be sawcut the full depth of the
pavement and sawcuts shall be parallel. All trenches for placement of conduit
shall be straight and as narrow in width as practical to provide a minimum of
pavement disturbance. The existing pavement shall be removed in an
approved manner. The trench bottom shall be graded to provide a uniform
grade.
2. Trenches located under existing traveled ways shall provide a minimum of
24 inches cover over conduits and shall be backfilled with 21 inches of
controlled density fill, vibrated in place, followed by either 3 inches
minimum of HMA CI 1/2" PG 58 -22 , or a surface matching the existing
pavement section, whichever is greatest. The asphalt concrete surface
cuts shall be given a tack coat of asphalt emulsion (CSS -1) or approved
equal immediately before resurfacing, applied to the entire edge and full
depth of the pavement cut. Immediately after compacting the new
asphalt surface to conform to the adjacent paved surface, all joints
City of Federal Way
21st Ave S Pedestrian Improvements
SP -118
RFB #17 -004
Mar 2017
between new and original pavement shall be filled with joint sealant
meeting the requirements of Section 9 -04.2.
3. Trenches for Schedule 40 PVC conduits to be located under existing
sidewalks shall be installed to conform with the City of Federal Way
Luminaire Electrical Trench Detail. Such trenches shall be backfilled with
bedding material two inches (2 ") above and below the conduit, with the
remaining depth of trench backfilled with native material. If the Engineer
determines that the native material is unsuitable, Gravel Borrow shall be
used. Sidewalks and driveways shall be removed and replaced as
specified.
4. Trenches for Schedule 40 PVC conduits to be located within the right -of-
way and outside the traveled way shall have a minimum of twenty -four
inches (24 ") cover over conduits. Such trenches shall be backfilled with
bedding material two inches (2 ") above and below the conduit, with the
remaining depth of trench backfilled with bank run gravel unless the
Engineer determines that spoils from the trench excavation are suitable for
backfill.
5. When trenches are not to be placed under sidewalks or driveways, the
backfill shall match the elevation of the surrounding ground, including a
matching depth of top soil, mulch and /or sod if necessary to restore the
trench area to its prior condition.
6. Contractor shall use joint trench where possible.
Backfill shall be carefully placed so that the backfilling operation will not disturb
the conduit in any way. The backfill shall be thoroughly mechanically tamped in
eight -inch (8 ") layers with each layer compacted to ninety -five percent (95 %) of
maximum density in traveled ways, and ninety percent (90 %) of maximum
density elsewhere at optimum soil moisture content.
Bank run gravel for backfill shall conform to Section 2.01 of the Standard
Specifications. Bedding material shall conform to Section 2.01 of the Standard
Specifications.
All trenches shall be properly signed and /or barricaded to prevent injury to the
public.
All traffic control devices to be installed or maintained in accordance with Part VI
of the Manual on Uniform Traffic Control Devices for Streets and Highways, latest
edition, and as specified elsewhere in these Specifications.
Excavation for foundations shall be completed by vactor excavation. This
excavation shall be incidental to the signal or illumination bid items.
(City of Federal Way)
Section 8- 20.3(2) is supplemented with the following:
Underground utilities of record are shown on the construction plans insofar as
information is available. These, however, are shown for convenience only and
City of Federal Way
21st Ave S Pedestrian Improvements
SP -119
RFB #17 -004
Mar 2017
the City assumes no responsibility for improper locations or failure to show utility
locations on the construction plans.
The location of existing underground utilities, when shown on the plans, is
approximate only, and the Contractor shall be responsible for determining their
exact location. The Contractor shall check with the utility companies concerning
any possible conflict prior to commencing excavation in any area, as not all
utilities may be shown on the plans.
The Contractor shall be responsible for potholing for conflicts with underground
utility locations prior to determining exact locations of signal and luminaire pole
foundations, underground vaults and directional boring operations. Prior to
construction, if any conflicts are expected, it shall be brought to the attention of
the Engineer for resolution.
The Contractor shall be entirely responsible for coordination with the utility
companies and arranging for the movement or adjustment, either temporary or
permanent, of their facilities within the project limits.
If a conflict is identified, the Contractor shall contact the Engineer. The Contractor
and City shall locate alternative locations for poles, cabinet, or junction boxes.
The Contractor shall get approval from the Engineer prior to installation. The
Contractor may consider changing depth or alignment of conduit to avoid utility
conflicts.
Before beginning any excavation work for foundations, vaults, junction boxes or
conduit runs, the contractor shall confirm that the location proposed on the
Contract Plans does not conflict with utility location markings placed on the
surface by the various utility companies. If a conflict is identified, the following
process shall be used to resolve the conflict:
1. Contact the Engineer and determine if there is an alternative location for
the foundation, junction box, vault or conduit trench.
2. If an adequate alternate location is not obvious for the underground work,
select a location that may be acceptable and pothole to determine the
exact location of other utilities. Potholing must be approved by the
Engineer.
3. If an adequate alternate alignment still cannot be identified following
potholing operations, the pothole area should be restored and work in the
area should stop until a new design can be developed.
The Contractor shall not attempt to adjust the location of an existing utility unless
specifically agreed to by the utility owner.
8- 20.3(4) Foundations
(City of Federal Way)
Section 8- 20.3(4) is supplemented with the following:
Foundations for the decorative streetlight poles shall conform to City of Federal
Way Drawing Number 3 -43 except that foundation depth shall be as noted on
the Illumination Pole Schedule.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -120
RFB #17 -004
Mar 2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Pole foundations within the sidewalk area shall be constructed in a single pour to
the bottom of the cement concrete sidewalk. The sidewalk shall be constructed
in a separate pour.
Pole foundations not within the sidewalk area shall incorporate a 3 -foot by 3 -foot
by 4- inch -thick cement concrete pad set flush with the adjacent ground. Where
the pad abuts a sidewalk, the pad shall extend to the sidewalk and the top of the
pad shall be flush with the sidewalk. A construction joint shall be provided
between the two units.
Excavation for foundations shall be completed by vactor excavation. This
excavation shall be incidental to the signal or illumination bid items.
8- 20.3(5) Conduit
8- 20.3(5)A General
(March 16, 2011 City of Federal Way)
Section 8- 20.3(5) is supplemented with the following:
All conduit trenches shall be straight and as narrow in width as is practical to
provide a minimum of pavement disturbance.
When conduit risers are installed, they shall be attached to the pole every 4 feet
and shall be equipped with weather heads.
Conduit for the service wires between the Puget Sound Energy pole and the
service panel and all above ground conduit shall be hot -dip galvanized rigid steel.
All conduits shall be clearly labeled at each junction box, handhole, vault or other
utility appurtenance. Labeling shall be permanent and shall consist of the
owner /type name and a unique conduit number or color. The owner name shall
be approved by the Engineer prior to starting work. The recommended
owner /type abbreviations are:
PSE — Puget Sound Energy
QWEST — Qwest
COMCAST(AT &T) /C — Cable
COMCAST(AT &T) /F — Fiber
SIC — City Signal Interconnect
City Spare — City spares
Cobra — COBRA luminaire system
(August 10, 2009 WSDOT NWR)
Conduit Seal, Detectable Tape and Location Wire
Upon installation of wiring, all conduits entering pad mounted cabinets, all
conduit entering ITS hubs, and all ITS conduit 2 inches in diameter or larger shall
be sealed with an approved mechanical plug at both ends of the conduit run.
Installation of mechanical plugs shall conform to the manufacturer's
recommendations. Upon installation of wiring at other locations, conduit shall be
sealed with duct seal. Upon installation of the pull string, spare conduit shall be
plugged.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -121
RFB #17 -004
Mar 2017
A pull string rated for 200 lbs. or greater shall be installed in all spare conduits.
Detectable tape shall be included in all conduits that do not have a detectable
wire inside.
8- 20.3(5)B Conduit Type
(March 16, 2011 City of Federal Way)
Section 8- 20.3(5)B is supplemented with the following:
All conduits for signal cable raceways under driveways shall be rigid galvanized
steel or Schedule 80 polyvinyl chloride (PVC).
Whenever PVC conduit is used a ground wire shall be provided.
8- 20.3(5)E3 Boring
(October 16, 2006 WSDOT NWR)
Section 8- 20.3(5)E3 is supplemented with the following:
Boring
In addition to the requirements for boring with casing, the Contractor shall
submit to the Engineer for approval a pit plan and a proposed method of boring
that includes, but is not limited to, the following:
1) A pit plan depicting:
a) Protection of traffic and pedestrians.
b) The dimension of the pit.
c) Shoring, bracing, struts, walers or sheet piles.
d) Type of casing.
2) The proposed method of boring, including:
a) The boring system.
b) The support system.
c) The support system under and at the bottom of the pit.
The shoring and boring pit plan shall be prepared by and bear the seal and
signature of a Washington State licensed Professional Civil Engineer.
Commercial concrete meeting the requirements of Section 6- 02.3(2)B may be
used to seal the casing.
8- 20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes
(March 13, 2012 City of Federal Way)
Section 8- 20.3(6) is supplemented with the following:
Unless otherwise noted in the Plans or approved by the Engineer, junction boxes,
cable vaults and pull boxes shall not be placed within the traveled way or
shoulders.
All junction boxes, cable vaults, and pull boxes placed within the traveled way or
paved shoulders shall be heavy -duty.
Junction boxes shall not be located within the traveled way, wheelchair ramps, or
driveways, or interfere with any other previous or relocated installation. The lid
City of Federal Way
21st Ave S Pedestrian Improvements
SP -122
RFB #17 -004
Mar 2017
of the junction box shall be flush with the surrounding area and be adequately
supported by abutting pavements or soils.
Junction boxes, cable vaults and pull boxes which are placed within the sidewalk
shall have slip resistant lids which meet the requirements of Americans with
Disabilities Act (ADA) and Public Right -of -Way Accessibility Guideline (PROWAG).
Approved products are:
1.) Mebacl (their most aggressive surface) manufactured by IKG Industries
2.) SIipNOT Grade 3- coarse manufactured by W.S. Molnar Company.
All streetlight junction boxes not placed in the sidewalk shall be placed
immediately adjacent to a sidewalk or curb surrounded by concrete (or asphalt if
adjacent to roadway) to prevent the box from lifting out of the dirt.
All streetlight junction box lids shall be welded shut after final inspection and
approval by King County.
Approved slip resistant surfaces shall have coefficient of friction of no less than
0.6 and have a proven track record of outdoor application which lasts for at least
10 years.
Wiring shall not be pulled into any conduit until all associated junction boxes
have been adjusted to, or installed in, their final grade and location, unless
installation is necessary to maintain system operation. If wire is installed for this
reason, sufficient slack shall be left to allow for future adjustment.
Wiring shall be replaced for full length if sufficient slack as specified in Section
8- 20.3(8) is not maintained. No splicing will be permitted.
Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard
Plan 3- 40.10 -01. Type 8 junction boxes shall meet the requirements of WSDOT
Standard Plan J- 40.30 -01. Junction boxes shall be inscribed based upon system
per WSDOT Standard Plan 3- 40.30.01. Junction box lids and frames shall be
grounded per Section 8- 20.3(9).
Junction boxes shall be located at the station and offset indicated on the Plans
except that field adjustments may be made at the time of construction by the
Engineer to better fit existing field conditions.
8- 20.3(8) Wiring
(March 6, 2012 City of Federal Way)
Section 8- 20.3(8) is supplemented with the following:
Cable entering cabinets shall be neatly bundled and wrapped. Each wire shall
bear the circuit number and be thoroughly tested before being connected to the
appropriate terminal.
Circuit conductors shall be standard copper wire in all conduit runs with size
specified on the Plans. Conductors from luminaire bases to the luminaire fixture
shall be minimum No. 14 AWG pole and bracket cable.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -123
RFB #17 -004
Mar 2017
(March 13, 1995 WSDOT NWR)
Section 8- 20.3(8) is supplemented with the following:
Wire Splices
All splices shall be made in the presence of the Engineer.
(May 1, 2006 WSDOT NWR)
Section 8- 20.3(8) is supplemented with the following:
Illumination Circuit Splices
Temporary splices shall be the heat shrink type.
8- 20.3(9) Bonding, Grounding
(City of Federal Way)
Section 8- 20.3(9) is supplemented with the following:
Contractor shall provide and install bonding and grounding wires as described
in Standard Specifications and the National Electric Code for any new metallic
junction boxes and any modified existing junction boxes. For the purposes of
this section, a box shall be considered "modified" if new current - carrying
conductors are installed, including low- voltage conductors.
(March 13, 2012 City of Federal Way)
Section 8- 20.3(9) is supplemented with the following:
At points where shields of shielded conductors are grounded, the shields shall be
neatly wired and terminated on suitable grounding lugs.
Junction box lids and frames shall be grounded in accordance with Department
of Labor and Industries standards, and shall be grounded so that the ground will
not break when the lid is removed and laid on the ground next to the junction
box.
All conduits which are not galvanized steel shall have bonding wires between
junction boxes.
Ground rods shall be copper clad steel, 3/4 -inch in diameter by 10 -feet long,
connections shall be made with termite welds.
(August 21, 2006 WSDOT NWR)
Section 8- 20.3(9) is supplemented with the following:
Junction Box Grounding
Where shown in the Plans or where designated by the Engineer, the metal frame
and lid of existing junction boxes shall be grounded to the existing equipment
grounding system. The existing equipment grounding system shall be derived
from the service serving the raceway system of which the existing junction box is
a part.
8- 20.3(10) Services, Transformer, Intelligent Transportation System Cabinet
(March 13, 2012 City of Federal Way)
Section 8- 20.3(10) is supplemented with the following:
The Contractor shall apply for an electrical service connection with Puget Sound
Energy or Tacoma Public Utilities as applicable and make arrangements for a new
electrical service connection.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -124
RFB #17 -004
Mar 2017
The Engineer will approve Electrical Service Installations. The Contractor shall
request the City of Federal Way Building Division to perform required inspections
for service approval.
Electrical service is detailed in the Plans. The Contractor shall notify the City of
Federal Way inspector when the service is ready for connection.
A two- circuit electrical service shall be used at 240/120 volts, 60 Hz AC. The
underground electrical service shall be brought to the load center in minimum
2 -inch conduit. Wire sizes and conduit terminations between the load center and
the connection location shall meet the requirements of PSE or Tacoma Public
Utilities as applicable. The service shall be split in the load center into a 120 -volt
circuit for the signals and 240 volt for the illumination. When the service is to be
provided from an overhead source, the Contractor shall provide conduit from the
electrical service to ten feet up the power pole from which service is provided.
Stand -off brackets 14 inches long shall be installed on the pole every ten feet. In
addition, the Contractor shall provide service conductors from the electrical
service to the top of the conduit on the power pole with 30 feet of service wire
coiled at top and provide the local electrical utility with 30 feet of 2 -inch conduit
to make the connection.
Electrical service cabinet will be painted inside with white polyurethane or
polyester urethane power coat in accordance with Section 6 -07. Outside will be
bare aluminum finish.
The twist lock photocell shall be mounted on top of the luminaire closest to the
electrical service.
All circuit breakers shall be clearly marked or labeled.
8- 20.3(11) Testing
(City of Federal Way)
Section 8- 20.3(11) is supplemented with the following:
After power switch over, the signal system shall be put into operation by King
County personnel. The Contractor shall be present during the turn -on with
adequate equipment to repair any deficiencies in operation. The Contractor shall
notify King County five working days in advance of power switch over.
8- 20.3(13) Illumination Systems
(City of Federal Way)
Section 8- 20.3(13) is supplemented with the following:
The existing lighting systems shall remain operational until the new systems are
functioning. The Engineer may approve partial interruptions required because of
staging.
8- 20.3(13)A Light Standards
(March 15, 2012 City of Federal Way)
The 8th paragraph of this section is deleted and replaced with the following:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -125
RFB #17 -004
Mar 2017
All new and relocated metal Tight standards shall be numbered per City of
Federal Way Development Standard Drawing number 3 -39B.
Section 8- 20.3(13)A is supplemented with the following:
Each roadway luminaire shall be installed with a shorting cap on each
individual luminaire fixture, except the roadway luminaire closest to the
electrical service shall be installed with photocell.
8- 20.3(13)B Vacant
(March 15, 2012 City of Federal Way)
Section 8- 20.3(13)B is deleted and replaced with the following:
8- 20.3(13)B Decorative Light Standards
Decorative Tight standards shall be per City of Federal Way Development
Standard Drawing number 3 -43. Standards shall be manufactured by Phillips
Lumec, Cyclone Lighting or approved equal.
Phillips Lumec order shall include:
1. Phillips Lumec luminaire fixture product number CAND1-40W42LED4K-
R- PC- C -RLE3 -240- GN8TX- LMS12511Z.
2. Phillips Lumec pole product number SM6N- 19- FS2- PSS16 -10 1 /2 -DEC-
GN8TX- LMS12511Z -LAB.
3. Phillips Lumec bracket product number CN1-1A-90deg-BA-DRI-
PH7 /240- GN8TX- LMS12511Z.
(September 9, 2015 City of Federal Way)
Cyclone Lighting order shall include:
1. Cyclone Lighting Bracket product number CP1450- 3'6 " -C1 T40 -CA2AP -GFI
RAL6012TX- including lighting bracket, and GFI receptacle.
2. Cyclone Lighting Pole product number PM49-19'-SA-BM11-
BH03416AP/S1 T40- RAL6012TX including pole, banner arm access door,
plant support, decorative cover, ballast module, ballast tray, weld cover
and base cover.
3. Cyclone Luminaire fixture product number CN11P1- GCPC- SKY3- 3- 68W -4K-
VOLT- EQ1- GCNO8- RAL6012TX including luminaire housing and driver
modules, optical and electrical components, wiring and hardware.
All standards shall:
1.) Be installed with breakaway bolts per the standard plans included in
these Specifications.
2.) Be of the color GN8 -TX, textured dark green and shall have powder
coating.
3.) Have 120V built in duplex receptacle installed at the top of the pole.
4.) Have a handhole for access to the tray- mounted ballasts.
5.) Include an Anchor Plate with 11 -1/2" bolt circle diameter.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -126
RFB #17 -004
Mar 2017
(September 16, 2014 City of Federal Way)
All new decorative luminaire installations shall be LED luminaires unless the
planned installation is a single luminaire neighboring a conventional luminaire.
The installation of a conventional high - pressure sodium (HPS) luminaire must be
approved by the Engineer.
8- 20.3(17) "As Built" Plans
(December 18, 2009 City of Federal Way)
Section 8- 21.3(17) is deleted and replaced with the following:
Upon completion of the project, the Contractor shall furnish an "as- built" drawing
of the intersection showing all signal heads, pole locations, detectors, junction
boxes, Illumination system showing luminaire locations, miscellaneous
equipment, conductors, cable wires up to the signal controller cabinet, and with
a special symbol identifying those items that have been changed from the
original contract drawings. All items shall be located to within one foot (1')
horizontally and six inches (6 ") vertically above or below the finished surface
grade.
8 -20.4 Measurement
(City of Federal Way)
Section 8 -20.4 is replaced with the following:
"Decorative Illumination System, Complete" will be measured per lump sum for the total
of all items for complete decorative illumination system. The lump sum price for
"Decorative Illumination System, Complete" shall be full pay for furnishing all labor,
equipment, materials and supplies necessary or incidental to the construction to
complete the work as specified. The lump sum price shall include all costs associated
with connecting the decorative illumination system to the existing service cabinet and for
making modifications to the existing systems as necessary. All items and labor
necessary to supply, install, and test the poles, conduit, junction boxes, service circuit
breaker and connections, electrical connections, connections with existing conduit and
junction boxes, and all other components necessary to make a complete system shall be
included within the lump sum measurement. All painting of components shall be
considered incidental to the lump sum measurement. No specific unit of measurement
shall apply, but measurement will be made for the sum total of all items of the
decorative illumination system to be furnished and installed. Excavation, trenching and
bedding, bedding and backfill material, backfill of trenches, pavement restoration of
trenches and conduit /junction box installations containing decorative illumination system
elements will be included in the lump sum measurement for "Decorative Illumination
System Complete."
"Festival Outlet System, Complete" will be measured per lump sum for the total of all
items for complete festival outlet system. The lump sum price for "Festival Outlet
System, Complete" shall be full pay for furnishing all labor, equipment, materials and
supplies necessary or incidental to the construction to complete the work as specified.
The lump sum price shall include all costs associated with connecting the festival outlet
system to the existing service cabinet and for making modifications to the existing
systems as necessary. All items and labor necessary to supply, install, and test the
conduit, junction boxes, electrical connections, connections with existing conduit and
junction boxes, GFI outlets, boxes and covers, restoring facilities destroyed or damaged
during construction, salvaging existing materials, and all other components necessary to
City of Federal Way
21st Ave S Pedestrian Improvements
SP -127
RFB #17 -004
Mar 2017
make a complete system shall be included within the lump sum measurement. All
painting of components shall be considered incidental to the lump sum measurement.
No specific unit of measurement shall apply, but measurement will be made for the sum
total of all items of the decorative illumination system to be furnished and installed.
Excavation, trenching and bedding, bedding and backfill of trenches, pavement
restoration of trenches and conduit /junction box installations containing festival outlet
system elements will be included in the lump sum measurement for "Festival Outlet
System, Complete."
Coordination of service connections with Puget Sound Energy and any necessary permits
and fees associated with the service connections shall be considered incidental to the
bid items included in this section and no additional compensation will be made.
Coordination with communication connections with Comcast, Century Link, or other
communication provider affected by this project, and any necessary permits and fees
associated with the communications connections shall be considered incidental to the
bid items included in this section and no additional compensation will be made.
All costs for installing junction boxes and conduit containing traffic signal system,
illumination system, decorative illumination system, festival outlet system and /or
interconnect system wiring shall be incidental to the bid items included in this section
and Section 8 -20.4 and no additional compensation will be made.
All costs for painting shall be incidental and included in the bid items included in this
section and no additional compensation will be made.
Adjustment of junction boxes shall be incidental and included in the bid items included in
this section and no additional compensation will be made.
Restoration of facilities destroyed or damaged during construction shall be considered
incidental to the bid items included in this section and no additional compensation will
be made.
8 -20.5 Payment
(City of Federal Way)
Section 8 -20.5 is deleted and replaced with the following:
Payment will be made in accordance with Section 1 -04.1 for each of the following Bid
Items:
"Decorative Illumination System, Complete", per lump sum.
"Festival Outlet System, Complete", per lump sum.
SECTION 8 -21. PERMANENT SIGNINQ
8 -21.1 Description
(March 13, 2012 City of Federal Way)
Section 8 -21.1 is deleted and replaced with the following:
This work shall consist of furnishing and installing permanent signing, sign removal, sign
relocation, and the project sign installation and removal, in accordance with the Plans,
these Specifications, the Standard Plans, MUTCD, and the City of Federal Way Standard
City of Federal Way
21st Ave S Pedestrian Improvements
SP -128
RFB #17 -004
Mar 2017
Details at the locations shown in the Plans or where designated by the Engineer. Signs
to be removed as shown on the Plans, shall be returned to the Owner.
8 -21.3 Construction Requirements
8- 21.3(2) Placement of Signs
(December 18, 2009 City of Federal Way)
Section 8- 21.3(2) is supplemented with the following:
The City of Federal Way, 253 - 835 -2744, shall be contacted within 2 working days
of completion of the permanent signing installation to inspect, inventory, and log
all new and relocated signs.
Other Signs: Refer to the currently adopted version of the Manual on Uniform
Traffic Control Devices (MUTCD) with Washington State Supplements.
8 -21.4 Measurement
(December 18, 2009 City of Federal Way)
Section 8 -21.4 is deleted and replaced with the following:
"Permanent signing" is measured on a lump sum basis and includes all labor, materials,
tools, and equipment necessary to furnish and install permanent signing, sign removal,
and sign relocation. Sign covering shall be incidental to other bid items and shall not be
measured.
8 -21.5 Payment
(December 13, 2012 City of Federal Way)
Section 8 -21.5 is deleted and replaced with the following:
Payment will be made in accordance with Section 1 -04.1 for each of the following Bid
Items:
"Permanent Signing", per lump sum.
SECTION 8 -22, PAVEMENT MARKING
8 -22.1 Description
(December 18, 2009 City of Federal Way)
Section 8 -22.1 is supplemented with the following:
Pavement markings shall conform to City of Federal Way Standard Details. Profiled and
plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M- 20.20-
01.
8 -22.2 Materials
(October 23, 2014 City of Federal Way)
Section 8 -22.2 Sentence #3 is deleted and replaced with the following:
Glass beads for Type A plastic shall be as recommended by the manufacturer.
(October 23, 2014 City of Federal Way
Section 8 -22.2 is supplemented with the following:
Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section
9 -34.4.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -129
RFB #17 -004
Mar 2017
8 -22.3 Construction Requirements
8- 22.3(6) Removal of Pavement Markings
(City of Federal Way)
Section 8- 22.3(6) is supplemented with the following:
As indicated on the plans, the Contractor shall remove existing pavement
markings that may consist of paint, plastic and raised pavement markings.
8 -22.4 Measurement
(City of Federal Way)
Section 8 -22.4 is supplemented with the following:
"Plastic Crosswalk Line" will be measured per square foot. Removal of pavement
markings will not be measured and is considered included in the bid item "Plastic
Crosswalk Line."
8 -22.5 Payment
(City of Federal Way)
Section 8 -22.5 is modified and replaced with the following:
"Plastic Crosswalk Line", per square foot.
8 -30 RESOLUTION OF UTILITY CONFLICTS
(City of Federal Way)
Section 8 -30 is a new section:
8 -30.1 Description
(City of Federal Way)
Section 8 -30.1 is a new section:
This work involves the identification and
plans between proposed improvements
will pay these costs by force account
Contractor had performed the work with
resolution of utility conflicts not identified in the
and existing utilities. The Contracting Agency
if the work proves to be acceptable and the
the authority of and due notice to the Engineer.
8 -30.3 Construction Requirements
(City of Federal Way)
Section 8 -30.3 is a new section:
The contracting agency may direct the Contractor to pothole existing utilities to verify
the field location and depth. Potholing shall include excavation and backfilling of the
existing utility, identification of the pipe or line size, material type and condition and the
survey work to locate the facility horizontally and vertically. Survey information to be
obtained shall include station and offset to center of utility and elevation at top of utility.
Stations, offsets and elevations shall be to the nearest 0.1 foot unless greater accuracy
is required. Potholes shall be backfilled with CSTC compacted to 95 %, or with CDF, as
directed by the Engineer. In areas subject to public traffic, the HMA patch shall match
the depth of the surrounding pavement.
In the event that a conflict arises between the proposed improvements and an existing
utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby
time and additional work in the following manner:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -130
RFB #17 -004
Mar 2017
1. Standby time resulting from existing utility conflicts. Standby time is defined as time
the Contractor is unable to proceed with progression of a specific work item (i.e.
storm drainage, underground utility installation etc.) due to conflicts with existing
facilities. However, payment for standby time shall be limited to:
a. For each agreed upon conflict, a maximum of four (4) hours of standby time
will be paid for actual delay of labor and equipment due to a utility conflict.
The Contractor shall be responsible to adjust his work schedule and /or
reassign his work forces and equipment to other areas of work to minimize
standby time.
b. If the conflict is resolved within one (1) hour of notification to the Engineer,
no standby time will be paid.
2. Additional work required to resolve utility conflicts will be paid for at the bid unit
prices for the associated work. Work that can be measured and paid for at the unit
contract prices shall not be identified as force account work. This work includes but
is not limited to:
a. Storm drainage manhole, pipe, vault, and conduit realignments of line and /or
grade for the storm drain and undergrounding of overhead utilities, to avoid
existing utility conflicts.
b. Additional storm drainage manholes, pipe, vaults, and conduit required by a
change in alignment, and /or grade, not exceeding the limits set in section 1-
04.4 of the Standard Specifications.
8 -30.4 Measurement
(City of Federal Way)
Section 8 -30.4 is a new section:
"Potholing", will be paid by force account per Section 1 -09.6.
"Resolution of Utility Conflicts" will be paid by force account per Section 1 -09.6.
Utility conflicts due to the Contractor's actions or operations shall be resolved by the
Contractor at no expense to the Contracting Agency.
8 -30.5 Payment
(City of Federal Way)
Section 8 -30.5 is a new section:
Payment will be made in accordance with Section 1 -04.1 for the following bid items
when included in the proposal:
"Potholing", will be paid by force account.
"Resolution of Utility Conflicts" will be paid by force account
To provide a common proposal for all bidders, the Contracting Agency has
estimated the amount for "Resolution of Utility Conflicts" and "Potholing" and
entered the amounts in the proposal to become a part of the total bid by the
Contractor.
City of Federal Way
21st Ave S Pedestrian Improvements
END OF DIVISION 8
SP -131
RFB #17 -004
Mar 2017
DIVISION 9
MATERIALS
9 -03 AGGREGATES
9 -03.12 Gravel Backfill
9- 03.12(6) Pit Run Sand
(City of Federal Way)
Section 9- 03.12(6) is a new section:
Sieve Size Percent Passing
3/8" square 100
U.S. No. 4 90
Sand Equivalent 30 minimum
9-03.14(3) Common Borrow
(City of Federal Way)
Section 9- 03.14(3) is modified with the following requirements:
Material from on -site excavations meeting the requirements for Common Borrow
shall be used to the extent practicable. Material for common borrow shall consist
of granular soil and /or aggregate which is free of trash, wood, debris, and other
deleterious material.
Common Borrow material shall be at the proper moisture content for
compaction. This material is generally moisture sensitive. The natural moisture
content shall range from not more than 1 percent wet of optimum to not more
than 3 percent dry of optimum as determined in accordance with Section 2-
03.3(14)D. The material shall not pump or yield under the weight of compaction
equipment and construction traffic. The Contractor is responsible for protecting
the material from excess moisture wherever /whenever possible. To the extent
practicable, this material should be handled only during non -rainy periods and
should be removed, hauled, placed, and compacted into final embankments
without intermediate handling or stockpiling. Surfaces should be graded and
sloped to drain and should not be left uncompacted.
Common Borrow shall meet the following gradation limits:
Sieve Size Percent Passing (by weight)
6" square 1 100
4" square 90 — 100
2" square 75 - 100
U.S. No. 4 50 - 80
U.S. No. 40 50 max.
U.S. No 200 25 max.
1 For geosynthetic reinforced walls or slopes, 100percent passing 11/4 -
inch square sieve and 90 to 100 percent passing the 1 -inch square sieve.
Common Borrow shall contain sufficient fines for compaction and to bind the
compacted soil mass together to form a stable surface when heavy construction
equipment is operated on its surface.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -132
RFB #17 -004
Mar 2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
9 -14 EROSION CONTROL AND ROADSIDE PLANTING
9 -14.1
Topsoil
9- 14.1(1) Topsoil Type A
(City of Federal Way)
Section 9- 14.1(1) is supplemented with the following:
Topsoil Type A mix shall be 50% pure organic compost and 50% sand or sandy
loam. The soil shall be high in organic content and compromised of fully
composted and mature organic materials.
Refer to Section 9- 14.4(8) of the Standard Specifications for compost
requirements. No fresh sawdust or other fresh wood by- products shall be added
to extend the volume after the composting process.
Chemical and physical
following:
Screen Size
Total Nitrogen
Organic Matter
pH Range
Conductivity
characteristics of Topsoil Type A shall comply with the
7/16" Maximum
0.25% Minimum
10% Minimum
5.5 to 7.5
5 mmhos /cm Maximum
The Contractor shall provide a complete analysis of Topsoil Type A with one cubic
foot sample for review and approval.
9 -14.2 Seed
(City of Federal Way)
Section 9 -14.2 is supplemented with the following:
The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the
Engineer with a dealer's guaranteed statement of the composition, mixture, and the
percentage of purity and germination of each variety. Hydroseed shall be composed of
the following varieties mixed in the proportions indicated, or approved equal:
SEEDEDLAWN MIXTURE
NAME
BY
WEIGHT
PURITY
GERMINATION
Tall Fescue / Festuca arundinacea
40%
98%
90%
Creeping Red Fescue / Festuca rubra
25%
98%
90%
Highland Colonial Bentgrass / Agrostis capillaris
var. 'Highland'
5%
98%
90%
Perennial Rye / Lolimum perenne (blend of
two: 'Fiesta II', 'Prelude II', 'Commander'
30%
95%
90%
City of Federal Way
21st Ave S Pedestrian Improvements
SP -133
RFB #17 -004
Mar 2017
9 -14.3 Fertilizer
(City of Federal Way)
Section 9 -14.3 is supplemented with the following:
Fertilizer for trees shall be biodegradable fertilizer packets, 20 -10 -5. Apply per
manufacturer's recommendations.
9 -14.4 Mulch and Amendments
9- 14.4(3) Bark or Wood Chips
(City of Federal Way)
Section 9- 14.4(3) is supplemented with the following:
Bark or Wood Chip Mulch shall be medium grade composted ground fir or
hemlock bark.
The bark shall be uniform in color, free from weed seeds, sawdust and splinters.
The mulch shall not contain resin, tannin, wood fiber or other compounds
detrimental to plant life. The moisture content of bagged mulch shall not exceed
22 %. The acceptable size range of bark mulch material is 1/2" to 1" with
maximum of 20% passing the 1/2" screen.
9 -14.6 Plant Materials
9- 14.6(2) Quality
(City of Federal Way)
Section 9- 14.6(2) is supplemented with the following:
Plant material shall be free from disfiguring knots, swollen grafts, sunscald
injuries, bark abrasions, evidence of improper pruning or other objectionable
disfigurement.
Potted and container stock shall be well rooted and vigorous enough to ensure
survival and healthy growth. Shrubs shall have full foliage (not leggy).
Container stock shall be grown in its delivery container for not Tess than six (6)
months, but not for more than two (2) years. Root bound or broken containers
will not be accepted. Bare root, liner and root stock with dried or shriveled roots
from exposure will not be accepted.
Trees will be provided with untapped, straight, single leaders, except for multiple
stem (clump) trees. Trees shall have full crowns and balanced branching.
Measurements, caliper, branching, grading, quality, balling and burlapping shall
follow the Code of Standards of the American Associate of Nurserymen in the
American Standard for Nursery Stock, ANSI 260.1, latest edition. Measurements
shall be taken with all branches in their normal growing position. Plants shall not
be pruned prior to delivery to site.
9- 14.6(3) Handling and Shipping_
(City of Federal Way)
Section 9- 14.6(3) is supplemented with the following:
All plant material shall be transported to planting locations with care to prevent
damage. Tie back branches as necessary, and protect bark from chafing with
City of Federal Way
21st Ave S Pedestrian Improvements
SP -134
RFB #17 -004
Mar 2017
burlap bags. Do not drag plant materials along ground without proper protection
of roots and branches. Protect rootballs from environmental or mechanical
damage and water as necessary to keep roots moist. Do not store plants for
more than one week.
9- 14.6(4) Tagging
(City of Federal Way)
Section 9- 14.6(4) is supplemented with the following:
All plant material shall be legibly tagged. Tagging may be by species or variety
with minimum of one tag per ten trees, shrubs, or vines. Remove all tagging
prior to final acceptance.
9- 14.6(5) Inspection
(City of Federal Way)
Section 9- 14.6(5) is supplemented with the following:
The Contracting Agency shall reserve the option of selecting and inspecting plant
material at the nursery. The contractor shall provide the Contracting Agency
with at least one week notice prior to preparing plants for shipping and delivery.
The Contractor shall neither deliver to site nor install plant materials until
authorized by the Contracting Agency.
9- 14.6(7) Temporary Storage
(City of Federal Way)
Section 9- 14.6(7) is supplemented with the following:
Cold storage of plants shall not be permitted.
If planting is delayed more than 24 hours after delivery, set balled and burlapped
plants on the ground, well protected with soil or wet peat. Adequately cover all
roots of bare root material with soil or wet peat. Protect rootballs from freezing,
sun, drying winds or mechanical damage. Water plant material as necessary
until planted.
Plants shall not be stored for more than one week. Longer storage period at
project site will result in rejection of plant materials by the Contracting Agency.
9 -14.7 Stakes, Guys, and Wrapping
(City of Federal Way)
Section 9 -14.7 is supplemented with the following:
Stakes shall be BVC round tree stakes with Chainlock guying or Engineer accepted
product. No wrapping required.
9 -14.8 Tree Watering Bag System
(City of Federal Way)
Add the following new section:
Tree Watering Bag System shall be 20- gallon, UV- stabilized, polyethylene slow release
watering bag system for trees with side zipper opening and two water release points;
size 30" tall x 18" wide, accommodates 1" to 4" caliper trees; color green.
9 -14.9 Root Barrier
(City of Federal Way)
City of Federal Way
21st Ave S Pedestrian Improvements
SP -135
RFB #17 -004
Mar 2017
Add the following new section:
Root Barrier shall be 18 -inch high, minimum thickness 0.090 -inch, interlocking root
barrier panels constructed of high- impact polypropylene with 1/2 -inch reinforcing ribs.
9 -15 IRRIGATION SYSTEM
9 -15.1 Pipe, Tubing And Fittings
(City of Federal Way)
Section 9 -15.1 is supplements with the following:
All pipe and tubing shall be PVC or approved equal. All fittings shall be Sch 80 PVC. All
sleeving shall be Sch 40 PVC.
9 -15.5 Valve Boxes and Protective Sleeves
(City of Federal Way)
Section 9 -15.5 is supplemented with the following:
Valve boxes for control valves shall be grey flared box, HDPE construction with UV
inhibitors, heavy duty seat collar, drop in locking, 17'L x 24" D x 12" W with green HDPE
drop in locking lid.
Valve boxes for Double Check Valve Assembly shall be grey heavy duty polymer
concrete, top dimensions 25 "L x 15 -16 "W and 24" D designed to withstand H -10 and H-
20 loading in incidental and non - deliberate traffic areas. Valve box must be compliant
with AASHTO H -10 Design Load; ASTM C 857 -95 Design Load of A -8, 8,000Ibs. Box shall
be alkaline, acid and weather resistant, with flush locking polymer concrete cover. Verify
size to fit Double Check Valve Assembly.
Valve boxes for quick coupler shall be light duty HDPE with UV inhibitors, 10" diameter
flared box with bolt down cover.
9 -15.6 Gate Valves
(City of Federal Way)
Section 9 -15.6 is supplemented with the following:
Gate valves shall be heavy duty cast brass body and heavy cast iron handwheel, suitable
for residential or commercial potable water applications, with screwed bonnet, non - rising
stern, solid wedge disc and integral seats.
9 -15.7 Control Valves
9- 15.7(1) Manual Control Valves
(City of Federal Way)
Section 9- 15.7(1) is supplemented with the following:
Shut off valves upstream of automatic control valves shall be a heavy duty cast
brass body gate valve with heavy cast iron handwheel, suitable for residential or
commercial potable water applications, with screwed bonnet, non - rising stem,
solid wedge disc and integral seats, size to fit line.
9 -15.13 Pressure Regulating Valves
(City of Federal Way)
Section 9 -15.13 is supplemented with the following:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -136
RFB #17 -004
Mar 2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Pressure regulating valve shall be designed to reduce incoming water pressure from up
to 400psi to a range of 25- 75psi. Valve shall be all bronze body construction, with
thermal expansion bypass, serviceable in line, with internal stainless steel strainer.
SECTION 9 -28. SIGNING MATERIALS AND FABRICATION
9 -28.1 General
(January 8, 2013 City of Federal Way)
Paragraph three is deleted and replaced with the following:
All regulatory (R series), school (S series), and warning (W and X series) signs, except
for parking regulation, parking prohibition signing and signs of fluorescent yellow color
shall be constructed with Type III Glass Bead Retroreflective Element Material sheeting
in accordance with Section 9 -28.12 of the Standard Specifications. This sheeting has a
retro reflection rating of 250 candelas /foot candle /square foot for white - silver sheeting
with a divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This
high intensity sheeting shall be Type III sheeting or greater. All street name (D -3) sign
sheeting shall meet this specification. The reflectivity standard of supplemental plaques
shall match that of the primary sign.
All overhead signing, all regulatory (R series) of fluorescent yellow color and all school
(S series) of florescent yellow color shall meet the specifications of Type IX Micro
Prismatic Retroreflective Element Material sheeting in accordance with Section 9 -28.12
of the Standard Specifications. This standard applies to all signs mounted above the
roadway, on span wire or signal mast arms and all regulatory (R series) and school (S
series) signs of fluorescent yellow color. The reflectivity standard of supplemental plaques
shall match that of the primary sign.
Motorist information and parking signing shall be constructed with Type I Glass Bead
Retroreflective Element Material sheeting in accordance with Section 9 -28.12 of the
Standard Specifications. The reflectivity standard of supplemental plaques shall match that
of the primary sign.
9 -28.2 Manufacturer's Identification and Date
(October 23, 2014 City of Federal Way)
Section 9 -28.2 is deleted and replaced with the following:
All signs shall show the manufacturer's name and date of manufacture on the back.
9 -28.8 Sheet Aluminum Signs
(January 8, 2013 City of Federal Way)
Section 9 -28.8 table is deleted and replaced with the following:
Maximum Dimension
Blank Thickness
Less than 30 inches
0.080 inches
Greater than 30 inches, less than 48 inches
0.100 inches
Greater than 48 inches
0.125 inches
Section 9 -28.8 is supplemented with the following:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -137
RFB #17 -004
Mar 2017
All permanent signs shall be constructed from aluminum sign blanks unless otherwise
approved by the Engineer. Sign -blank minimum thicknesses, based on maximum
dimensions, shall be as follows:
All D -3 street -name signs shall be constructed with 0.100- inch -thick blanks. The
Contractor shall install permanent signs which meet or exceed the minimum reflectivity
standards. All sign face sheeting shall be applied to sign blanks with pressure sensitive
adhesives.
9 -28.9 Fiberglass Reinforced Plastic Signs
(December 18, 2009 City of Federal Way)
Section 9 -28.9 is deleted in its entirety.
9 -28.14 Sign Support Structures
(December 18, 2009 City of Federal Way)
Section 9 -28.14 is supplemented with the following:
Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be
timber sign posts.
9- 28.14(1) Timber Sign Posts
(December 18, 2009 City of Federal Way)
Section 9- 28.14(1) is supplemented with the following:
All ground- mounted sign posts shall use pressure treated hem -fir wood posts
unless approved otherwise by the Engineer. All wood posts shall be buried a
minimum of 30 inches below the finished ground line. Post backfill shall be
compacted at several levels to minimize settling. All posts shall be two -way plumb.
9- 28.14(2) Steel Structures and Posts
(December 18, 2009 City of Federal Way)
Section 9- 28.14(2) is supplemented with the following:
Unless otherwise noted on the plans or approved by the engineer, all sign posts
shall be timber sign posts.
Approved Manufacturers for Steel Sign Supports
The Standard Plans lists several steel sign support types. These supports are
patented devices and many are sole- source. All of the sign support types listed
below are acceptable when shown in the plans.
Steel Sign Support Type Manufacturer
Type TP -A & TP -B Transpo Industries, Inc.
Type PL, PL -T & PL -U Northwest Pipe Co.
Type AS Transpo Industries, Inc.
Type AP Transpo Industries, Inc.
Type ST 1, ST 2, ST 3, & ST 4 Ultimate Highway Products,
Allied Tube & Conduit, Inc.,
Northwest Pipe, Inc.
Type SB -1, SB -2, & SB -3 Ultimate Highway Products,
Xcessories Squared Development
and Manufacturing Incorporated,
Northwest Pipe, Inc.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -138
RFB #17 -004
Mar 2017
SECTION 9 -29. ILLUMINATION. SIGNAL. ELECTRICAL
9 -29.1 Conduit, Innerduct, and Outerduct
(June 5, 2000 WSDOT NWR)
Section 9 -29.1 is supplemented with the following:
Conduit Coatings
Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the
same manner as conduit couplings. Electroplated fittings are not allowed.
Steel conduit entering concrete shall be wrapped in 2- inch -wide pipe wrap tape with a
minimum 1 -inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape
shall be installed per the manufacturer's recommendations.
(October 23, 2014 City of Federal Way)
Fiber optic cable conduit shall be supplied as a system from a single manufacturer
providing all of the conduit, all required fittings, termination and other installation
accessories; all in accordance with the Contract Documents.
9- 29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings
(August 10, 2009 WSDOT NWR)
Section 9- 29.1(1) is supplemented with the following:
Conduit Sealing
Mechanical plugs for cabinet conduit sealing shall be one of the following:
1. Tyco Electronics - TDUX
2. Jackmoon — Triplex Duct Plugs
3. O -Z Gedney — Conduit Sealing Bushings
The mechanical plug shall withstand a minimum of 5 psi of pressure.
9- 29.1(2) Rigid Metal Conduit Fittings and Appurtenances
(August 10, 2009 WSDOT NWR)
Section 9- 29.1(2) is supplemented with the following:
Conduit Coatings
Electroplated couplings are not allowed.
(March 4, 2009 WSDOT NWR))
Surface Mounting Conduit Attachment Components
Channel supports and all fastening hardware components shall be Type 304
stainless steel.
9 -29.2 Junction Boxes, Cable Vaults and Pull Boxes
9- 29.2(1)A Standard Duty Junction Boxes
(August 1, 2016 WSDOT GSP)
Section 9- 29.2(1) is supplemented with the following:
Concrete Junction Boxes
Both the slip- resistant lid and slip- resistant frame shall be treated with Mebac #1
as manufactured by IKG industries, or SIipNOT Grade 3- coarse as manufactured
by W.S. Molnar Co. Where the exposed portion of the frame is 1/2 inch wide or
less the slip- resistant treatment may be omitted on that portion of the frame.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -139
RFB #17 -004
Mar 2017
The slip- resistant lid shall be identified with permanent marking on the underside
indicating the type of surface treatment ("M1" for Mebac 1; or "S3" for SIipNOT
Grade 3- coarse) and the year manufactured. The permanent marking shall be
1/8 inch line thickness formed with a mild steel weld bead.
9- 29.2(2)A Standard Duty Cable Vaults and Pull Boxes
(August 1, 2016 WSDOT GSP)
Section 9- 29.2(2)A is supplemented with the following:
Both the slip- resistant lid and slip- resistant frame shall be treated with Mebac#1
as manufactured by IKG industries, or SIipNOT Grade 3- coarse as manufactured
by W.S. Molnar Co. Where the exposed portion of the frame is 1/2 inch wide or
Tess the slip- resistant treatment may be omitted on that portion of the frame.
The slip- resistant lid shall be identified with permanent marking on the underside
indicating the type of surface treatment ("M1" for Mebac 1; or "S3" for SIipNOT
Grade 3- coarse) and the year manufactured. The permanent marking shall be
1/8 inch line thickness formed with a mild steel weld bead.
9 -29.6 Light and Signal Standards
9- 29.6(1) Steel Light and Signal Standards
(December 18, 2009 City of Federal Way)
Section 9- 29.6(1) is supplement with the following:
Traffic signal standards and illumination standards shall be furnished and
installed in accordance with the methods and materials noted in the applicable
Standard Plans, pre- approved plans, or special design plans. All welds shall
comply with the latest AASHTO Standard Specifications for Support of Highway
Signs, Luminaires, and Traffic Signals. Welding inspection shall comply with
Section 6- 03.3(25)A, Welding Inspection.
After delivering the poles or arms to the job site and before they are installed,
they shall be stored in a place that will not inconvenience the public. All poles
and arms shall be installed in compliance with Washington State Utility and
Electrical Codes.
9 -29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases,
Cantilever Bases, and Sign Bridge Bases
9- 29.7(2) Fused Quick - Disconnect Kits
(March 13,2012 City of Federal Way)
Section 9- 29.7(2) is supplemented with the following:
Fused quick - disconnect kits shall be of the SEC type or equivalent. Underground
illumination splices shall be epoxy or underground service buss /light connector
kits. Installation shall conform to details in the Standard Plans.
9 -29.10 Luminaires
9- 29.10(2) Decorative Luminaires
(September 9, 2015 City of Federal Way)
Section 9- 29.10(2) is supplemented with the following:
City of Federal Way
21st Ave S Pedestrian Improvements
SP -140
RFB #17 -004
Mar 2017
High - pressure sodium vapor lamps shall have a 15,000 -hour rated life and be
rated at 150 or 250 watts per The Plans and City of Federal Way Development
Standard Drawing number 3 -42.
All new decorative luminaire installations shall be LED luminaires unless the
planned installation is a single luminaire neighboring a conventional high -
pressure sodium (HPS) luminaire. The installation of a conventional HPS
luminaire must be approved by the City Traffic Engineer.
LED luminaires must meet City standards for average maintained footcandles,
uniformity ratio, mounting height, distribution pattern, and spacing as indicated
in City of Federal Way Development Standard Drawing 3 -42. LED luminaires shall
have a correlated color temperature (CCT) of 4000K +/- 300K. Final wattage
shall be determined through a lighting design performed by a Licensed Engineer.
The Contractor shall provide computer printouts of the systems for multiple
roadway widths in order to substantiate the performance levels.
Inside the Lumec pole and fixture in DWG 3 -43, the LED luminaire shall be a
Cyclone Sky -3 68W LED fixture, Sylvania OSRAM D6 Area Light LED Retrofit Kit
or approved equal. The Cyclone LED fixture, Sylvania D6 kit, or approved equal
shall also be used for the retrofit of existing decorative luminaires.
9- 29.10(3) Vacant
(July 14, 2015 City of Federal Way)
Section 9- 29.10(3) is deleted and replaced with the following:
9- 29.10(3) L.E.D. Roadway Luminaires
All new roadway luminaire installations shall be LED luminaires unless the
planned installation is a single luminaire neighboring a conventional HPS
luminaire(s). The installation of a conventional HPS luminaire must be approved
by the City Traffic Engineer.
LED luminaires shall be furnished and installed by the Contractor. The units shall
meet City standards for average maintained footcandles, uniformity ratio,
mounting height, and distribution pattern as indicated in City of Federal Way
Development Standard Drawings 3 -38 and 3 -42. LED luminaires shall have a
correlated color temperature (CCT) of 4000K +/- 300K. Final wattage and
spacing shall be determined by a lighting design performed by a Licensed
Engineer. The Contractor shall provide computer printouts of the systems for
multiple roadway widths in order to substantiate the performance levels.
Approved LED manufacturers for roadway luminaires are AEL, Cree, E -Lite Star,
GE, and Leotek. Other manufacturers may be approved by the City Traffic
Engineer.
Units shall incorporate the following features:
1. A housing capable of being mounted on a standard 2 -inch roadway pole
pipe tenon.
2. A housing manufactured from a die -cast low copper alloy aluminum
designed to minimize corrosion.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -141
RFB #17 -004
Mar 2017
3. Electrical components accessible through a swing -down entry door
secured by a trigger latch or similar tool -less entry mechanism.
4. Resistance to vibration and impact.
5. Provisions for installing a photoelectric cell or shorting cap, whichever is
required.
6. An LED light engine protected from the elements by a prismatic glass
lens.
7. A thermal management system that promotes maximum air flow through
the luminaire to ensure a minimum of 60,000 hours of operation at 25
degree centigrade with no appreciable loss of lumen output.
8. Protection against solar heating when not in operation.
9. Dark sky optics.
10. Glass tertiary optics that will not discolor or become brittle over time.
11. Sealed optics system rated for IP66 against water and dirt infiltration.
12. Surge protection module to protect the LED drivers, photo controls,
transfer switches, and relays from electrical disturbances as defined by
ANSI /IEEEC62.41, Category C. The unit shall be replaceable through the
use of modular plug and wiring.
13. Solid state multi volt electrical drivers with a rated life of 50,000 hours.
14. Electrical drivers mounted in a heat sink and located such that they are
isolated from heating by the sun when not in use.
15. Photo control receptacle that is adjustable without tools and is designed
to meet UI1598 specifications for wet operation.
9 -29.11 Control Equipment
9- 29.11(2) Photoelectric Control
(December 18, 2012 City of Federal Way)
Section 9- 29.11(2) is supplemented with the following:
One photocell shall be installed for all luminaires in the same electrical service
system. The photocell shall be located on the top of the luminaire closest to the
electrical service.
9 -29.24 Service Cabinets
(December 18, 2009 City of Federal Way)
Section 9 -29.24 is supplemented with the following:
The service cabinet shall be aluminum, and shall conform to Federal Way Drawing
Number 3 -45 included in the appendices of these Special Provisions. The unit shall be
modified as necessary to meet all current requirements of the Department of Labor and
Industries and Puget Sound Energy. The service cabinet shall be equipped with a
lockable stainless steel handle and a three -point locking system. The service cabinet
shall contain one (1) ground fault receptacle. Main breaker, branch breakers, and
contactors shall be rated per the Breaker Schedule on the Plans.
City of Federal Way
21st Ave S Pedestrian Improvements
SP -142
RFB #17 -004
Mar 2017
The service cabinet shall be equipped with a door -in -door, dead -front assembly, which
shall prevent the exposure of circuit breakers and wiring. Wiring shall be arranged so
that any piece of apparatus may be removed without disconnecting any wiring, except
the lead to that piece of apparatus. All wiring shall be appropriately marked with a
permanent, indelibly marked, clip - sleeve wire marker. All wiring shall conform to NEMA
Class II C.
The service cabinet shall be aluminum, and shall be a Skyline Electric Type ES -2EU or
approved equal with Underwriters Laboratory label on the panel boards.
A copy of the wiring diagram shall be provided in a plastic holder mounted conveniently
inside the service cabinet. Nameplates shall be provided for each control component and
shall be embossed phenolic with white letters on black background. Nameplates shall be
screw - fastened.
City of Federal Way
21st Ave S Pedestrian Improvements
END DIVISION 9
SP -143
RFB #17 -004
Mar 2017
APPENDIX A: FHWA 1273
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
RFB # 17 -004
March 2017
REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS
FHWA -1273 -- Revised May 1, 2012
I. General
II. Nondiscrimination
III. Nonsegregated Facilities
IV. Davis -Bacon and Related Act Provisions
V. Contract Work Hours and Safety Standards Act Provisions
VI. Subletting or Assigning the Contract
VII. Safety: Accident Prevention
VIII. False Statements Concerning Highway Projects
IX. Implementation of Clean Air Act and Federal Water Pollution Control Act
X. Compliance with Governmentwide Suspension and Debarment Requirements
XI. Certification Regarding Use of Contract Funds for Lobbying
ATTACHMENTS
A. Employment and Materials Preference for Appalachian Development Highway System or
Appalachian Local Access Road Contracts (included in Appalachian contracts only)
I. GENERAL
1. Form FHWA -1273 must be physically incorporated in each construction contract funded
under Title 23 (excluding emergency contracts solely intended for debris removal). The
contractor (or subcontractor) must insert this form in each subcontract and further require its
inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other
agreements for supplies or services).
The applicable requirements of Form FHWA -1273 are incorporated by reference for work done
under any purchase order, rental agreement or agreement for other services. The prime
contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or
service provider.
Form FHWA -1273 must be included in all Federal -aid design -build contracts, in all subcontracts
and in lower tier subcontracts (excluding subcontracts for design services, purchase orders,
rental agreements and other agreements for supplies or services). The design - builder shall be
responsible for compliance by any subcontractor, lower -tier subcontractor or service provider.
Contracting agencies may reference Form FHWA -1273 in bid proposal or request for proposal
documents, however, the Form FHWA -1273 must be physically incorporated (not referenced) in
all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental
agreements and other agreements for supplies or services related to a construction contract).
2. Subject to the applicability criteria noted in the following sections, these contract provisions
shall apply to all work performed on the contract by the contractor's own organization and with
1
the assistance of workers under the contractor's immediate superintendence and to all work
performed on the contract by piecework, station work, or by subcontract.
3. A breach of any of the stipulations contained in these Required Contract Provisions may be
sufficient grounds for withholding of progress payments, withholding of final payment,
termination of the contract, suspension / debarment or any other action determined to be
appropriate by the contracting agency and FHWA.
4. Selection of Labor: During the performance of this contract, the contractor shall not use
convict labor for any purpose within the limits of a construction project on a Federal -aid highway
unless it is labor performed by convicts who are on parole, supervised release, or probation.
The term Federal -aid highway does not include roadways functionally classified as local roads
or rural minor collectors.
II. NONDISCRIMINATION
The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid
construction contracts and to all related construction subcontracts of $10,000 or more. The
provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or
architectural service contracts.
In addition, the contractor and all subcontractors must comply with the following policies:
Executive Order 11246, 41 CFR 60, 29 CFR 1625 -1627, Title 23 USC Section 140, the
Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as
amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts
200, 230, and 633.
The contractor and all subcontractors must comply with: the requirements of the Equal
Opportunity Clause in 41 CFR 60- 1.4(b) and, for all construction contracts exceeding $10,000,
the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41
CFR 60 -4.3.
Note: The U.S. Department of Labor has exclusive authority to determine compliance with
Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29
CFR 1625 -1627. The contracting agency and the FHWA have the authority and the
responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of
1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and
related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.
The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to
conform to the U.S. Department of Labor (US DOL) and FHWA requirements.
1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to
discriminate and to take affirmative action to assure equal opportunity as set forth under laws,
executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625 -1627, 41 CFR 60
and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed
herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative
action standards for the contractor's project activities under this contract. The provisions of the
Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35
and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this
2
contract, the contractor agrees to comply with the following minimum specific requirement
activities of EEO:
a. The contractor will work with the contracting agency and the Federal Government to ensure
that it has made every good faith effort to provide equal opportunity with respect to all of its
terms and conditions of employment and in their review of activities under the contract.
b. The contractor will accept as its operating policy the following statement:
"It is the policy of this Company to assure that applicants are employed, and that employees
are treated during employment, without regard to their race, religion, sex, color, national origin,
age or disability. Such action shall include: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship, pre- apprenticeship, and /or
on- the -job training."
2. EEO Officer: The contractor will designate and make known to the contracting officers an
EEO Officer who will have the responsibility for and must be capable of effectively administering
and promoting an active EEO program and who must be assigned adequate authority and
responsibility to do so.
3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire,
supervise, promote, and discharge employees, or who recommend such action, or who are
substantially involved in such action, will be made fully cognizant of, and will implement, the
contractor's EEO policy and contractual responsibilities to provide EEO in each grade and
classification of employment. To ensure that the above agreement will be met, the following
actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office employees will be conducted before
the start of work and then not less often than once every six months, at which time the
contractor's EEO policy and its implementation will be reviewed and explained. The meetings
will be conducted by the EEO Officer.
b. All new supervisory or personnel office employees will be given a thorough indoctrination
by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty
days following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for the project will be instructed by the
EEO Officer in the contractor's procedures for locating and hiring minorities and women.
d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily
accessible to employees, applicants for employment and potential employees.
e. The contractor's EEO policy and the procedures to implement such policy will be brought to
the attention of employees by means of meetings, employee handbooks, or other appropriate
means.
4. Recruitment: When advertising for employees, the contractor will include in all
advertisements for employees the notation: "An Equal Opportunity Employer." All such
advertisements will be placed in publications having a large circulation among minorities and
women in the area from which the project work force would normally be derived.
3
a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic
and direct recruitment through public and private employee referral sources likely to yield
qualified minorities and women. To meet this requirement, the contractor will identify sources of
potential minority group employees, and establish with such identified sources procedures
whereby minority and women applicants may be referred to the contractor for employment
consideration.
b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring
hall referrals, the contractor is expected to observe the provisions of that agreement to the
extent that the system meets the contractor's compliance with EEO contract provisions. Where
implementation of such an agreement has the effect of discriminating against minorities or
women, or obligates the contractor to do the same, such implementation violates Federal
nondiscrimination provisions.
c. The contractor will encourage its present employees to refer minorities and women as
applicants for employment. Information and procedures with regard to referring such applicants
will be discussed with employees.
5. Personnel Actions: Wages, working conditions, and employee benefits shall be established
and administered, and personnel actions of every type, including hiring, upgrading, promotion,
transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion,
sex, national origin, age or disability. The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project sites to insure that working
conditions and employee facilities do not indicate discriminatory treatment of project site
personnel.
b. The contractor will periodically evaluate the spread of wages paid within each classification
to determine any evidence of discriminatory wage practices.
c. The contractor will periodically review selected personnel actions in depth to determine
whether there is evidence of discrimination. Where evidence is found, the contractor will
promptly take corrective action. If the review indicates that the discrimination may extend
beyond the actions reviewed, such corrective action shall include all affected persons.
d. The contractor will promptly investigate all complaints of alleged discrimination made to the
contractor in connection with its obligations under this contract, will attempt to resolve such
complaints, and will take appropriate corrective action within a reasonable time. If the
investigation indicates that the discrimination may affect persons other than the complainant,
such corrective action shall include such other persons. Upon completion of each investigation,
the contractor will inform every complainant of all of their avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and
women who are applicants for employment or current employees. Such efforts should be aimed
at developing full journey level status employees in the type of trade or job classification
involved.
4
b. Consistent with the contractor's work force requirements and as permissible under Federal
and State regulations, the contractor shall make full use of training programs, i.e.,
apprenticeship, and on- the -job training programs for the geographical area of contract
performance. In the event a special provision for training is provided under this contract, this
subparagraph will be superseded as indicated in the special provision. The contracting agency
may reserve training positions for persons who receive welfare assistance in accordance with
23 U.S.C. 140(a).
c. The contractor will advise employees and applicants for employment of available training
programs and entrance requirements for each.
d. The contractor will periodically review the training and promotion potential of employees
who are minorities and women and will encourage eligible employees to apply for such training
and promotion.
7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the
contractor will use good faith efforts to obtain the cooperation of such unions to increase
opportunities for minorities and women. Actions by the contractor, either directly or through a
contractor's association acting as agent, will include the procedures set forth below:
a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint
training programs aimed toward qualifying more minorities and women for membership in the
unions and increasing the skills of minorities and women so that they may qualify for higher
paying employment.
b. The contractor will use good faith efforts to incorporate an EEO clause into each union
agreement to the end that such union will be contractually bound to refer applicants without
regard to their race, color, religion, sex, national origin, age or disability.
c. The contractor is to obtain information as to the referral practices and policies of the labor
union except that to the extent such information is within the exclusive possession of the labor
union and such labor union refuses to furnish such information to the contractor, the contractor
shall so certify to the contracting agency and shall set forth what efforts have been made to
obtain such information.
d. In the event the union is unable to provide the contractor with a reasonable flow of referrals
within the time limit set forth in the collective bargaining agreement, the contractor will, through
independent recruitment efforts, fill the employment vacancies without regard to race, color,
religion, sex, national origin, age or disability; making full efforts to obtain qualified and /or
qualifiable minorities and women. The failure of a union to provide sufficient referrals (even
though it is obligated to provide exclusive referrals under the terms of a collective bargaining
agreement) does not relieve the contractor from the requirements of this paragraph. In the
event the union referral practice prevents the contractor from meeting the obligations pursuant
to Executive Order 11246, as amended, and these special provisions, such contractor shall
immediately notify the contracting agency.
8. Reasonable Accommodation for Applicants / Employees with Disabilities: The
contractor must be familiar with the requirements for and comply with the Americans with
Disabilities Act and all rules and regulations established there under. Employers must provide
reasonable accommodation in all employment activities unless to do so would cause an undue
hardship.
5
9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The
contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age
or disability in the selection and retention of subcontractors, including procurement of materials
and leases of equipment. The contractor shall take all necessary and reasonable steps to
ensure nondiscrimination in the administration of this contract.
a. The contractor shall notify all potential subcontractors and suppliers and lessors of their
EEO obligations under this contract.
b. The contractor will use good faith efforts to ensure subcontractor compliance with their
EEO obligations.
10. Assurance Required by 49 CFR 26.13(b):
a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT - approved DBE
program are incorporated by reference.
b. The contractor or subcontractor shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this contract. The contractor shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of DOT - assisted contracts.
Failure by the contractor to carry out these requirements is a material breach of this contract,
which may result in the termination of this contract or such other remedy as the contracting
agency deems appropriate.
11. Records and Reports: The contractor shall keep such records as necessary to document
compliance with the EEO requirements. Such records shall be retained for a period of three
years following the date of the final payment to the contractor for all contract work and shall be
available at reasonable times and places for inspection by authorized representatives of the
contracting agency and the FHWA.
a. The records kept by the contractor shall document the following:
(1) The number and work hours of minority and non - minority group members and women
employed in each work classification on the project;
(2) The progress and efforts being made in cooperation with unions, when applicable, to
increase employment opportunities for minorities and women; and
(3) The progress and efforts being made in locating, hiring, training, qualifying, and
upgrading minorities and women;
b. The contractors and subcontractors will submit an annual report to the contracting agency
each July for the duration of the project, indicating the number of minority, women, and non -
minority group employees currently engaged in each work classification required by the contract
work. This information is to be reported on Form FHWA -1391. The staffing data should
represent the project work force on board in all or any part of the last payroll period preceding
the end of July. If on- the -job training is being required by special provision, the contractor will
be required to collect and report training data. The employment data should reflect the work
force on board during all or any part of the last payroll period preceding the end of July.
6
III. NONSEGREGATED FACILITIES
This provision is applicable to all Federal -aid construction contracts and to all related
construction subcontracts of $10,000 or more.
The contractor must ensure that facilities provided for employees are provided in such a manner
that segregation on the basis of race, color, religion, sex, or national origin cannot result. The
contractor may neither require such segregated use by written or oral policies nor tolerate such
use by employee custom. The contractor's obligation extends further to ensure that its
employees are not assigned to perform their services at any location, under the contractor's
control, where the facilities are segregated. The term "facilities" includes waiting rooms, work
areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms,
and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment
areas, transportation, and housing provided for employees. The contractor shall provide
separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy
between sexes.
IV. DAVIS -BACON AND RELATED ACT PROVISIONS
This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all
related subcontracts and lower -tier subcontracts (regardless of subcontract size). The
requirements apply to all projects located within the right -of -way of a roadway that is functionally
classified as Federal -aid highway. This excludes roadways functionally classified as local roads
or rural minor collectors, which are exempt. Contracting agencies may elect to apply these
requirements to other projects.
The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5
"Contract provisions and related matters" with minor revisions to conform to the FHWA -1273
format and FHWA program requirements.
1. Minimum wages
a. All laborers and mechanics employed or working upon the site of the work, will be paid
unconditionally and not less often than once a week, and without subsequent deduction or
rebate on any account (except such payroll deductions as are permitted by regulations issued
by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages
and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at
rates not less than those contained in the wage determination of the Secretary of Labor which is
attached hereto and made a part hereof, regardless of any contractual relationship which may
be alleged to exist between the contractor and such laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide fringe benefits under section
1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to
such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also,
regular contributions made or costs incurred for more than a weekly period (but not less often
than quarterly) under plans, funds, or programs which cover the particular weekly period, are
deemed to be constructively made or incurred during such weekly period. Such laborers and
mechanics shall be paid the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually performed, without regard to skill, except as
provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each classification for the time
actually worked therein: Provided, That the employer's payroll records accurately set forth the
time spent in each classification in which work is performed. The wage determination (including
any additional classification and wage rates conformed under paragraph 1.b. of this section) and
the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its
subcontractors at the site of the work in a prominent and accessible place where it can be easily
seen by the workers.
b. (1) The contracting officer shall require that any class of laborers or mechanics, including
helpers, which is not listed in the wage determination and which is to be employed under the
contract shall be classified in conformance with the wage determination. The contracting officer
shall approve an additional classification and wage rate and fringe benefits therefore only when
the following criteria have been met:
(i) The work to be performed by the classification requested is not performed by a
classification in the wage determination; and
(ii) The classification is utilized in the area by the construction industry; and
(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable
relationship to the wage rates contained in the wage determination.
(2) If the contractor and the laborers and mechanics to be employed in the classification (if
known), or their representatives, and the contracting officer agree on the classification and
wage rate (including the amount designated for fringe benefits where appropriate), a report of
the action taken shall be sent by the contracting officer to the Administrator of the Wage and
Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington,
DC 20210. The Administrator, or an authorized representative, will approve, modify, or
disapprove every additional classification action within 30 days of receipt and so advise the
contracting officer or will notify the contracting officer within the 30 -day period that additional
time is necessary.
(3) In the event the contractor, the laborers or mechanics to be employed in the classification
or their representatives, and the contracting officer do not agree on the proposed classification
and wage rate (including the amount designated for fringe benefits, where appropriate), the
contracting officer shall refer the questions, including the views of all interested parties and the
recommendation of the contracting officer, to the Wage and Hour Administrator for
determination. The Wage and Hour Administrator, or an authorized representative, will issue a
determination within 30 days of receipt and so advise the contracting officer or will notify the
contracting officer within the 30 -day period that additional time is necessary.
(4) The wage rate (including fringe benefits where appropriate) determined pursuant to
paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the
classification under this contract from the first day on which work is performed in the
classification.
8
c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or
mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor
shall either pay the benefit as stated in the wage determination or shall pay another bona fide
fringe benefit or an hourly cash equivalent thereof.
d. If the contractor does not make payments to a trustee or other third person, the contractor
may consider as part of the wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided,
That the Secretary of Labor has found, upon the written request of the contractor, that the
applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may
require the contractor to set aside in a separate account assets for the meeting of obligations
under the plan or program.
2. Withholding
The contracting agency shall upon its own action or upon written request of an authorized
representative of the Department of Labor, withhold or cause to be withheld from the contractor
under this contract, or any other Federal contract with the same prime contractor, or any other
federally- assisted contract subject to Davis -Bacon prevailing wage requirements, which is held
by the same prime contractor, so much of the accrued payments or advances as may be
considered necessary to pay laborers and mechanics, including apprentices, trainees, and
helpers, employed by the contractor or any subcontractor the full amount of wages required by
the contract. In the event of failure to pay any laborer or mechanic, including any apprentice,
trainee, or helper, employed or working on the site of the work, all or part of the wages required
by the contract, the contracting agency may, after written notice to the contractor, take such
action as may be necessary to cause the suspension of any further payment, advance, or
guarantee of funds until such violations have ceased.
3. Payrolls and basic records
a. Payrolls and basic records relating thereto shall be maintained by the contractor during the
course of the work and preserved for a period of three years thereafter for all laborers and
mechanics working at the site of the work. Such records shall contain the name, address, and
social security number of each such worker, his or her correct classification, hourly rates of
wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or
cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act),
daily and weekly number of hours worked, deductions made and actual wages paid. Whenever
the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or
mechanic include the amount of any costs reasonably anticipated in providing benefits under a
plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall
maintain records which show that the commitment to provide such benefits is enforceable, that
the plan or program is financially responsible, and that the plan or program has been
communicated in writing to the laborers or mechanics affected, and records which show the
costs anticipated or the actual cost incurred in providing such benefits. Contractors employing
apprentices or trainees under approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of trainee programs, the registration of
the apprentices and trainees, and the ratios and wage rates prescribed in the applicable
programs.
9
b. (1) The contractor shall submit weekly for each week in which any contract work is
performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out
accurately and completely all of the information required to be maintained under 29 CFR
5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included
on weekly transmittals. Instead the payrolls shall only need to include an individually identifying
number for each employee ( e.g. , the last four digits of the employee's social security number).
The required weekly payroll information may be submitted in any form desired. Optional Form
WH -347 is available for this purpose from the Wage and Hour Division Web site at
http: / /www.dol.gov /esa /whd /forms /wh347instr.htm or its successor site. The prime contractor is
responsible for the submission of copies of payrolls by all subcontractors. Contractors and
subcontractors shall maintain the full social security number and current address of each
covered worker, and shall provide them upon request to the contracting agency for transmission
to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for
purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a
violation of this section for a prime contractor to require a subcontractor to provide addresses
and social security numbers to the prime contractor for its own records, without weekly
submission to the contracting agency..
(2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the
contractor or subcontractor or his or her agent who pays or supervises the payment of the
persons employed under the contract and shall certify the following:
(i) That the payroll for the payroll period contains the information required to be provided
under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being
maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is
correct and complete;
(ii) That each laborer or mechanic (including each helper, apprentice, and trainee)
employed on the contract during the payroll period has been paid the full weekly wages
earned, without rebate, either directly or indirectly, and that no deductions have been made
either directly or indirectly from the full wages earned, other than permissible deductions as
set forth in Regulations, 29 CFR part 3;
(iii) That each laborer or mechanic has been paid not less than the applicable wage rates
and fringe benefits or cash equivalents for the classification of work performed, as specified
in the applicable wage determination incorporated into the contract.
(3) The weekly submission of a properly executed certification set forth on the reverse side of
Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of
Compliance" required by paragraph 3.b.(2) of this section.
(4) The falsification of any of the above certifications may subject the contractor or
subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of
title 31 of the United States Code.
c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this
section available for inspection, copying, or transcription by authorized representatives of the
contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit
such representatives to interview employees during working hours on the job. If the contractor
or subcontractor fails to submit the required records or to make them available, the FHWA may,
10
after written notice to the contractor, the contracting agency or the State DOT, take such action
as may be necessary to cause the suspension of any further payment, advance, or guarantee of
funds. Furthermore, failure to submit the required records upon request or to make such records
available may be grounds for debarment action pursuant to 29 CFR 5.12.
4. Apprentices and trainees
a. Apprentices (programs of the USDOL).
Apprentices will be permitted to work at Tess than the predetermined rate for the work they
performed when they are employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the U.S. Department of Labor, Employment and
Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with
a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her
first 90 days of probationary employment as an apprentice in such an apprenticeship program,
who is not individually registered in the program, but who has been certified by the Office of
Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency
(where appropriate) to be eligible for probationary employment as an apprentice.
The allowable ratio of apprentices to journeymen on the job site in any craft classification shall
not be greater than the ratio permitted to the contractor as to the entire work force under the
registered program. Any worker listed on a payroll at an apprentice wage rate, who is not
registered or otherwise employed as stated above, shall be paid not less than the applicable
wage rate on the wage determination for the classification of work actually performed. In
addition, any apprentice performing work on the job site in excess of the ratio permitted under
the registered program shall be paid not less than the applicable wage rate on the wage
determination for the work actually performed. Where a contractor is performing construction on
a project in a locality other than that in which its program is registered, the ratios and wage rates
(expressed in percentages of the journeyman's hourly rate) specified in the contractor's or
subcontractor's registered program shall be observed.
Every apprentice must be paid at not less than the rate specified in the registered program for
the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate
specified in the applicable wage determination. Apprentices shall be paid fringe benefits in
accordance with the provisions of the apprenticeship program. If the apprenticeship program
does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits
listed on the wage determination for the applicable classification. If the Administrator determines
that a different practice prevails for the applicable apprentice classification, fringes shall be paid
in accordance with that determination.
In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State
Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship
program, the contractor will no longer be permitted to utilize apprentices at Tess than the
applicable predetermined rate for the work performed until an acceptable program is approved.
b. Trainees (programs of the USDOL).
Except as provided in 29 CFR 5.16, trainees will not be permitted to work at Tess than the
predetermined rate for the work performed unless they are employed pursuant to and
11
individually registered in a program which has received prior approval, evidenced by formal
certification by the U.S. Department of Labor, Employment and Training Administration.
The ratio of trainees to journeymen on the job site shall not be greater than permitted under the
plan approved by the Employment and Training Administration.
Every trainee must be paid at not Tess than the rate specified in the approved program for the
trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified
in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with
the provisions of the trainee program. If the trainee program does not mention fringe benefits,
trainees shall be paid the full amount of fringe benefits listed on the wage determination unless
the Administrator of the Wage and Hour Division determines that there is an apprenticeship
program associated with the corresponding journeyman wage rate on the wage determination
which provides for less than full fringe benefits for apprentices. Any employee listed on the
payroll at a trainee rate who is not registered and participating in a training plan approved by the
Employment and Training Administration shall be paid not less than the applicable wage rate on
the wage determination for the classification of work actually performed. In addition, any trainee
performing work on the job site in excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the wage determination for the work
actually performed.
In the event the Employment and Training Administration withdraws approval of a training
program, the contractor will no longer be permitted to utilize trainees at less than the applicable
predetermined rate for the work performed until an acceptable program is approved.
c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen
under this part shall be in conformity with the equal employment opportunity requirements of
Executive Order 11246, as amended, and 29 CFR part 30.
d. Apprentices and Trainees (programs of the U.S. DOT).
Apprentices and trainees working under apprenticeship and skill training programs which have
been certified by the Secretary of Transportation as promoting EEO in connection with Federal -
aid highway construction programs are not subject to the requirements of paragraph 4 of this
Section IV. The straight time hourly wage rates for apprentices and trainees under such
programs will be established by the particular programs. The ratio of apprentices and trainees to
journeymen shall not be greater than permitted by the terms of the particular program.
5. Compliance with Copeland Act requirements. The contractor shall comply with the
requirements of 29 CFR part 3, which are incorporated by reference in this contract.
6. Subcontracts. The contractor or subcontractor shall insert Form FHWA -1273 in any
subcontracts and also require the subcontractors to include Form FHWA -1273 in any lower tier
subcontracts. The prime contractor shall be responsible for the compliance by any
subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.
7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be
grounds for termination of the contract, and for debarment as a contractor and a subcontractor
as provided in 29 CFR 5.12.
12
8. Compliance with Davis -Bacon and Related Act requirements. All rulings and
interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are
herein incorporated by reference in this contract.
9. Disputes concerning labor standards. Disputes arising out of the labor standards
provisions of this contract shall not be subject to the general disputes clause of this contract.
Such disputes shall be resolved in accordance with the procedures of the Department of Labor
set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes
between the contractor (or any of its subcontractors) and the contracting agency, the U.S.
Department of Labor, or the employees or their representatives.
10. Certification of eligibility.
a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any
person or firm who has an interest in the contractor's firm is a person or firm ineligible to be
awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR
5.12(a)(1).
b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a
Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C.
1001.
V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
The following clauses apply to any Federal -aid construction contract in an amount in excess of
$100,000 and subject to the overtime provisions of the Contract Work Hours and Safety
Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR
5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include
watchmen and guards.
1. Overtime requirements. No contractor or subcontractor contracting for any part of the
contract work which may require or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any workweek in which he or she is employed
on such work to work in excess of forty hours in such workweek unless such laborer or
mechanic receives compensation at a rate not less than one and one -half times the basic rate of
pay for all hours worked in excess of forty hours in such workweek.
2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of
the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor
responsible therefor shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States (in the case of work done under contract for
the District of Columbia or a territory, to such District or to such territory), for liquidated
damages. Such liquidated damages shall be computed with respect to each individual laborer or
mechanic, including watchmen and guards, employed in violation of the clause set forth in
paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual
13
was required or permitted to work in excess of the standard workweek of forty hours without
payment of the overtime wages required by the clause set forth in paragraph (1.) of this section.
3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting
agency shall upon its own action or upon written request of an authorized representative of the
Department of Labor withhold or cause to be withheld, from any moneys payable on account of
work performed by the contractor or subcontractor under any such contract or any other Federal
contract with the same prime contractor, or any other federally- assisted contract subject to the
Contract Work Hours and Safety Standards Act, which is held by the same prime contractor,
such sums as may be determined to be necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in
paragraph (2.) of this section.
4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses
set forth in paragraph (1.) through (4.) of this section and also a clause requiring the
subcontractors to include these clauses in any lower tier subcontracts. The prime contractor
shall be responsible for compliance by any subcontractor or lower tier subcontractor with the
clauses set forth in paragraphs (1.) through (4.) of this section.
VI. SUBLETTING OR ASSIGNING THE CONTRACT
This provision is applicable to all Federal -aid construction contracts on the National Highway
System.
1. The contractor shall perform with its own organization contract work amounting to not less
than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total
original contract price, excluding any specialty items designated by the contracting agency.
Specialty items may be performed by subcontract and the amount of any such specialty items
performed may be deducted from the total original contract price before computing the amount
of work required to be performed by the contractor's own organization (23 CFR 635.116).
a. The term "perform work with its own organization" refers to workers employed or leased by
the prime contractor, and equipment owned or rented by the prime contractor, with or without
operators. Such term does not include employees or equipment of a subcontractor or lower tier
subcontractor, agents of the prime contractor, or any other assignees. The term may include
payments for the costs of hiring leased employees from an employee leasing firm meeting all
relevant Federal and State regulatory requirements. Leased employees may only be included
in this term if the prime contractor meets all of the following conditions:
(1) the prime contractor maintains control over the supervision of the day -to -day activities of
the leased employees;
(2) the prime contractor remains responsible for the quality of the work of the leased
employees;
(3) the prime contractor retains all power to accept or exclude individual employees from
work on the project; and
14
(4) the prime contractor remains ultimately responsible for the payment of predetermined
minimum wages, the submission of payrolls, statements of compliance and all other Federal
regulatory requirements.
b. "Specialty Items" shall be construed to be limited to work that requires highly specialized
knowledge, abilities, or equipment not ordinarily available in the type of contracting
organizations qualified and expected to bid or propose on the contract as a whole and in
general are to be limited to minor components of the overall contract.
2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is
computed includes the cost of material and manufactured products which are to be purchased
or produced by the contractor under the contract provisions.
3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by
the firm, has full authority to direct performance of the work in accordance with the contract
requirements, and is in charge of all construction operations (regardless of who performs the
work) and (b) such other of its own organizational resources (supervision, management, and
engineering services) as the contracting officer determines is necessary to assure the
performance of the contract.
4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the
written consent of the contracting officer, or authorized representative, and such consent when
given shall not be construed to relieve the contractor of any responsibility for the fulfillment of
the contract. Written consent will be given only after the contracting agency has assured that
each subcontract is evidenced in writing and that it contains all pertinent provisions and
requirements of the prime contract.
5. The 30% self - performance requirement of paragraph (1) is not applicable to design -build
contracts; however, contracting agencies may establish their own self - performance
requirements.
VII. SAFETY: ACCIDENT PREVENTION
This provision is applicable to all Federal -aid construction contracts and to all related
subcontracts.
1. In the performance of this contract the contractor shall comply with all applicable Federal,
State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall
provide all safeguards, safety devices and protective equipment and take any other needed
actions as it determines, or as the contracting officer may determine, to be reasonably
necessary to protect the life and health of employees on the job and the safety of the public and
to protect property in connection with the performance of the work covered by the contract.
2. It is a condition of this contract, and shall be made a condition of each subcontract, which the
contractor enters into pursuant to this contract, that the contractor and any subcontractor shall
not permit any employee, in performance of the contract, to work in surroundings or under
conditions which are unsanitary, hazardous or dangerous to his /her health or safety, as
determined under construction safety and health standards (29 CFR 1926) promulgated by the
Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety
Standards Act (40 U.S.C. 3704).
15
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or
authorized representative thereof, shall have right of entry to any site of contract performance to
inspect or investigate the matter of compliance with the construction safety and health
standards and to carry out the duties of the Secretary under Section 107 of the Contract Work
Hours and Safety Standards Act (40 U.S.C.3704).
VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
This provision is applicable to all Federal -aid construction contracts and to all related
subcontracts.
In order to assure high quality and durable construction in conformity with approved plans and
specifications and a high degree of reliability on statements and representations made by
engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential
that all persons concerned with the project perform their functions as carefully, thoroughly, and
honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any
facts related to the project is a violation of Federal law. To prevent any misunderstanding
regarding the seriousness of these and similar acts, Form FHWA -1022 shall be posted on each
Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to
all persons concerned with the project:
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent, or employee of the United States, or of any State or
Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any
false statement, false representation, or false report as to the character, quality, quantity, or cost
of the material used or to be used, or the quantity or quality of the work performed or to be
performed, or the cost thereof in connection with the submission of plans, maps, specifications,
contracts, or costs of construction on any highway or related project submitted for approval to
the Secretary of Transportation; or
Whoever knowingly makes any false statement, false representation, false report or false claim
with respect to the character, quality, quantity, or cost of any work performed or to be
performed, or materials furnished or to be furnished, in connection with the construction of any
highway or related project approved by the Secretary of Transportation; or
Whoever knowingly makes any false statement or false representation as to material fact in
any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads
Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented;
Shall be fined under this title or imprisoned not more than 5 years or both."
IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION
CONTROL ACT
This provision is applicable to all Federal -aid construction contracts and to all related
subcontracts.
16
By submission of this bid /proposal or the execution of this contract, or subcontract, as
appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as
appropriate, will be deemed to have stipulated as follows:
1. That any person who is or will be utilized in the performance of this contract is not prohibited
from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306
of the Clean Air Act.
2. That the contractor agrees to include or cause to be included the requirements of paragraph
(1) of this Section X in every subcontract, and further agrees to take such action as the
contracting agency may direct as a means of enforcing such requirements.
X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND
VOLUNTARY EXCLUSION
This provision is applicable to all Federal -aid construction contracts, design -build contracts,
subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts
or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000
or more — as defined in 2 CFR Parts 180 and 1200.
1. Instructions for Certification — First Tier Participants:
a. By signing and submitting this proposal, the prospective first tier participant is providing the
certification set out below.
b. The inability of a person to provide the certification set out below will not necessarily result
in denial of participation in this covered transaction. The prospective first tier participant shall
submit an explanation of why it cannot provide the certification set out below. The certification or
explanation will be considered in connection with the department or agency's determination
whether to enter into this transaction. However, failure of the prospective first tier participant to
furnish a certification or an explanation shall disqualify such a person from participation in this
transaction.
c. The certification in this clause is a material representation of fact upon which reliance was
placed when the contracting agency determined to enter into this transaction. If it is later
determined that the prospective participant knowingly rendered an erroneous certification, in
addition to other remedies available to the Federal Government, the contracting agency may
terminate this transaction for cause of default.
d. The prospective first tier participant shall provide immediate written notice to the
contracting agency to whom this proposal is submitted if any time the prospective first tier
participant learns that its certification was erroneous when submitted or has become erroneous
by reason of changed circumstances.
e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant,"
"person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR
Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction
between a grantee or subgrantee of Federal funds and a participant (such as the prime or
17
general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a
First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the
participant who has entered into a covered transaction with a grantee or subgrantee of Federal
funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant
who has entered into a covered transaction with a First Tier Participant or other Lower Tier
Participants (such as subcontractors and suppliers).
f. The prospective first tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or
voluntarily excluded from participation in this covered transaction, unless authorized by the
department or agency entering into this transaction.
g. The prospective first tier participant further agrees by submitting this proposal that it will
include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion -Lower Tier Covered Transactions," provided by the department or
contracting agency, entering into this covered transaction, without modification, in all lower tier
covered transactions and in all solicitations for lower tier covered transactions exceeding the
$25,000 threshold.
h. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it knows that the certification is
erroneous. A participant is responsible for ensuring that its principals are not suspended,
debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of
its principals, as well as the eligibility of any lower tier prospective participants, each participant
may, but is not required to, check the Excluded Parties List System website
(https: / /www.epls.gov /), which is compiled by the General Services Administration.
i. Nothing contained in the foregoing shall be construed to require the establishment of a
system of records in order to render in good faith the certification required by this clause. The
knowledge and information of the prospective participant is not required to exceed that which is
normally possessed by a prudent person in the ordinary course of business dealings.
j. Except for transactions authorized under paragraph (f) of these instructions, if a participant
in a covered transaction knowingly enters into a lower tier covered transaction with a person
who is suspended, debarred, ineligible, or voluntarily excluded from participation in this
transaction, in addition to other remedies available to the Federal Government, the department
or agency may terminate this transaction for cause or default.
2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion
— First Tier Participants:
a. The prospective first tier participant certifies to the best of its knowledge and belief, that it
and its principals:
(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participating in covered transactions by any Federal department or
agency;
18
(2) Have not within a three -year period preceding this proposal been convicted of or had a
civil judgment rendered against them for commission of fraud or a criminal offense in connection
with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction
or contract under a public transaction; violation of Federal or State antitrust statutes or
commission of embezzlement, theft, forgery, bribery, falsification or destruction of records,
making false statements, or receiving stolen property;
(3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph
(a)(2) of this certification; and
(4) Have not within a three -year period preceding this application /proposal had one or more
public transactions (Federal, State or local) terminated for cause or default.
b. Where the prospective participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
2. Instructions for Certification - Lower Tier Participants:
(Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior
FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200)
a. By signing and submitting this proposal, the prospective lower tier is providing the
certification set out below.
b. The certification in this clause is a material representation of fact upon which reliance was
placed when this transaction was entered into. If it is later determined that the prospective lower
tier participant knowingly rendered an erroneous certification, in addition to other remedies
available to the Federal Government, the department, or agency with which this transaction
originated may pursue available remedies, including suspension and /or debarment.
c. The prospective lower tier participant shall provide immediate written notice to the person
to which this proposal is submitted if at any time the prospective lower tier participant learns that
its certification was erroneous by reason of changed circumstances.
d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant,"
"person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR
Parts 180 and 1200. You may contact the person to which this proposal is submitted for
assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to
any covered transaction between a grantee or subgrantee of Federal funds and a participant
(such as the prime or general contract). "Lower Tier Covered Transactions" refers to any
covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier
Participant" refers to the participant who has entered into a covered transaction with a grantee
or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier
Participant" refers any participant who has entered into a covered transaction with a First Tier
Participant or other Lower Tier Participants (such as subcontractors and suppliers).
e. The prospective lower tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or
19
voluntarily excluded from participation in this covered transaction, unless authorized by the
department or agency with which this transaction originated.
f. The prospective lower tier participant further agrees by submitting this proposal that it will
include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier
covered transactions and in all solicitations for lower tier covered transactions exceeding the
$25,000 threshold.
g. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it knows that the certification is
erroneous. A participant is responsible for ensuring that its principals are not suspended,
debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of
its principals, as well as the eligibility of any lower tier prospective participants, each participant
may, but is not required to, check the Excluded Parties List System website
(https: / /www.epls.gov /), which is compiled by the General Services Administration.
h. Nothing contained in the foregoing shall be construed to require establishment of a system
of records in order to render in good faith the certification required by this clause. The
knowledge and information of participant is not required to exceed that which is normally
possessed by a prudent person in the ordinary course of business dealings.
i. Except for transactions authorized under paragraph e of these instructions, if a participant in
a covered transaction knowingly enters into a lower tier covered transaction with a person who
is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction,
in addition to other remedies available to the Federal Government, the department or agency
with which this transaction originated may pursue available remedies, including suspension
and /or debarment.
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- -
Lower Tier Participants:
1. The prospective lower tier participant certifies, by submission of this proposal, that neither it
nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from participating in covered transactions by any Federal department or
agency.
2. Where the prospective lower tier participant is unable to certify to any of the statements in
this certification, such prospective participant shall attach an explanation to this proposal.
20
XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING
This provision is applicable to all Federal -aid construction contracts and to all related
subcontracts which exceed $100,000 (49 CFR 20).
1. The prospective participant certifies, by signing and submitting this bid or proposal, to the
best of his or her knowledge and belief, that:
a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee of
any Federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with the awarding of any Federal contract,
the making of any Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or modification
of any Federal contract, grant, loan, or cooperative agreement.
b. If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any Federal agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
2. This certification is a material representation of fact upon which reliance was placed when
this transaction was made or entered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file
the required certification shall be subject to a civil penalty of not less than $10,000 and not more
than $100,000 for each such failure.
3. The prospective participant also agrees by submitting its bid or proposal that the participant
shall require that the language of this certification be included in all lower tier subcontracts,
which exceed $100,000 and that all such recipients shall certify and disclose accordingly.
21
ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN
DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD
CONTRACTS
This provision is applicable to all Federal -aid projects funded under the Appalachian Regional
Development Act of 1965.
1. During the performance of this contract, the contractor undertaking to do work which is, or
reasonably may be, done as on -site work, shall give preference to qualified persons who
regularly reside in the labor area as designated by the DOL wherein the contract work is
situated, or the subregion, or the Appalachian counties of the State wherein the contract work is
situated, except:
a. To the extent that qualified persons regularly residing in the area are not available.
b. For the reasonable needs of the contractor to employ supervisory or specially experienced
personnel necessary to assure an efficient execution of the contract work.
c. For the obligation of the contractor to offer employment to present or former employees as
the result of a lawful collective bargaining contract, provided that the number of nonresident
persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number
of employees employed by the contractor on the contract work, except as provided in
subparagraph (4) below.
2. The contractor shall place a job order with the State Employment Service indicating (a) the
classifications of the laborers, mechanics and other employees required to perform the contract
work, (b) the number of employees required in each classification, (c) the date on which the
participant estimates such employees will be required, and (d) any other pertinent information
required by the State Employment Service to complete the job order form. The job order may
be placed with the State Employment Service in writing or by telephone. If during the course of
the contract work, the information submitted by the contractor in the original job order is
substantially modified, the participant shall promptly notify the State Employment Service.
3. The contractor shall give full consideration to all qualified job applicants referred to him by
the State Employment Service. The contractor is not required to grant employment to any job
applicants who, in his opinion, are not qualified to perform the classification of work required.
4. If, within one week following the placing of a job order by the contractor with the State
Employment Service, the State Employment Service is unable to refer any qualified job
applicants to the contractor, or less than the number requested, the State Employment Service
will forward a certificate to the contractor indicating the unavailability of applicants. Such
certificate shall be made a part of the contractor's permanent project records. Upon receipt of
this certificate, the contractor may employ persons who do not normally reside in the labor area
to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c)
above.
5.The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual
preference for the use of mineral resource materials native to the Appalachian region.
6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in
every subcontract for work which is, or reasonably may be, done as on -site work.
22
AMENDMENT
REQUIRED CONTRACT PROVISIONS
(Exclusive of Appalachian Contracts)
FEDERAL -AID CONSTRUCTION CONTRACTS
The Federal —Aid provisions are supplemented with the following:
XII. Cargo Preference Act
1. U.S. Department of Transportation Federal Highway Administration memorandum dated
December 11, 2015 requires that all federal -aid highway programs awarded after February
15, 2016 must comply with the Cargo Preference Act and its regulation of 46 CFR 381.7
(a) -(b).
Amendment to Form FHWA 1273
Revised January 25, 2016
APPENDIX B: PREVAILING WAGES AND BENEFIT CODE KEY
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
RFB # 17 -004
March 2017
3/24/2017 about:blank
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360- 902 -5335
PO Box 44540, Olympia, WA 98504 -4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the
hourly rate of fringe benefits. On public works projects, worker's wage and benefit
rates must add to not less than this total. A brief description of overtime
calculation requirements are provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date:
3/24/2017
County
King
King
King
Trade Job Classification Wage Holiday Overtime Note
Asbestos Abatement
Workers
Boilermakers
Brick Mason
Journey Level
Journey Level
$45.25
5D
1H
$64.54 5N 1C
Journey Level $54.32 5A 1M
King Brick Mason Pointer - Caulker- Cleaner $54.32 5A 1M
King Building Service Employees Janitor $22.84 5S 2F
Building Service Employees Traveling $23.29
King
King
King
Building Service Employees
Building Service Employees
King Cabinet Makers (In Shop)
Carpenters
Carpenters
King
King
King Carpenters
King Carpenters
King Carpenters
King Carpenters
King Carpenters
King Carpenters
Cement Masons
Divers Et Tenders
King
King
Waxer /Shampooer
Window Cleaner (Non -
Scaffold)
Window Cleaner
(Scaffold)
Journey Level
Acoustical Worker
Bridge, Dock And Wharf
Carpenters
Carpenter
Carpenters on Stationary
Tools
$24.54
$27.33
5S
5S
5S
2F
2F
2F
$22.74 1
$55.51 5D 4C
$55.51
5D
4C
$55.51 5D 4C
$55.64
5D
4C
Creosoted Material $55.61 5D 4C
Floor Finisher $55.51 5D 4C
Floor Layer $55.51 5D 4C
Scaffold Erector $55.51 5D 4C
Journey Level
Diver
$55.56 7A 1M
$108.77 5D 4C 8A
King Divers Et Tenders Diver On Standby $66.05 5D 4C
about:blank
1/22
3/24/2017
King Divers Et Tenders
King Divers & Tenders
King
Divers & Tenders
King Dredge Workers
King Dredge Workers
King
King
King
King
Dredge Workers
Dredge Workers
Dredge Workers
Dredge Workers
King Dredge Workers
King
King
King
King
King
King
King
Drywall Applicator
Drywall Tapers
Electrical Fixture
Maintenance Workers
Electricians - Inside
Electricians - Inside
Electricians - Inside
Electricians - Inside
King Electricians - Inside
King Electricians - Inside
King Electricians - Inside
King Electricians - Motor Shop
King Electricians - Motor Shop
King Electricians - Powerline
Construction
King Electricians - Powerline
Construction
King Electricians - Powerline
Construction
King Electricians - Powerline
Construction
King Electricians - Powerline
Construction
King Electricians - Powerline
Construction
King Electricians - Powerline
Construction
King Electricians - Powerline
Construction
about:blank
about:blank
Diver Tender
Surface Rcv & Rov
Operator
Surface Rcv & Rov
Operator Tender
Assistant Engineer
Assistant Mate
(Deckhand)
Boatmen
Engineer Welder
Leverman, Hydraulic
Mates
Oiler
Journey Level
Journey Level
Journey Level
Cable Splicer
Cable Splicer (tunnel)
Certified Welder
Certified Welder
(tunnel)
Construction Stock
Person
Journey Level
Journey Level (tunnel)
Craftsman
Journey Level
Cable Splicer
Certified Line Welder
Groundperson
Heavy Line Equipment
Operator
Journey Level
Lineperson
Line Equipment Operator
Pole Sprayer
Powderperson
$59.88 5D 4C
$59.88 5D 4C
$55.76
5A
$56.44 5D
$56.00 5D
$56.44
$57.51
$58.67
$56.44
$56.00
$55.51
$55.66
$27.99
$73.20
$78.59
$70.75
$75.89
4C
3F
3F
5D 3F
5D 3F
3F
3F
50 3F
5D 1H
5P 1E
1E
5D
5D
5L
7C
7C
7C
7C
$38.69 7C
$68.30 7C
$73.20 7C
$15.37
$14.69
$71.85
5A
4E
4E
4E
4E
4E
4E
4E
1
1
4D
$65.71 5A 4D
$44.12 5A
$65.71 5A 4D
$65.71 5A 4D
$55.34 5A 4D
$65.71 5A 4D
$49.16 5A 4D
4D
2/22
3/24/2017 about:blank
King Electronic Technicians
King Elevator Constructors
King Elevator Constructors
King Fabricated Precast Concrete
Products
King Fence Erectors
King Fla.gers
King Glaziers
King Heat & Frost Insulators And
Asbestos Workers
King Heating Equipment
Mechanics
King Hod Carriers & Mason
Tenders
King
King
King
King
King
King
King
King
Industrial Power Vacuum
Cleaner
Inland Boatmen
Inland Boatmen
Inland Boatmen
Inland Boatmen
Inland Boatmen
Inland Boatmen
Inspection /Cleaning /Sealing
Of Sewer & Water Systems
By Remote Control
King Inspection /Cleaning /Sealing
Of Sewer & Water Systems
By Remote Control
King Inspection /Cleaning /Sealing,
Of Sewer & Water Systems
By Remote Control
King Inspection /Cleaning /Sealing Technician
Of Sewer & Water Systems
By Remote Control
King Inspection /Cleaning /Sealing
Of Sewer & Water Systems
By Remote Control
Insulation Applicators
Ironworkers
Laborers
Journey Level
Mechanic
Mechanic In Charge
All Classifications - In-
Factory Work Only
Fence Erector
Journey Level
Journey Level
Journeyman
Journey Level
Journey Level
Journey Level
Boat Operator
Cook
Deckhand
Deckhand Engineer
Launch Operator
Mate
Cleaner Operator,
Foamer Operator
$31.00
$85.45 7D
$92.35 71)
$17.20
1
4A
4A
5B
1R
$15.18
$38.36 7A
$59.31 7L
$65.68
$75.46
$46.66
$11.00
$59.86 5B
5J
7F
1
31
1Y
4H
1E
7A
31
$56.18
$56.18
$57.26
$58.59
$58.59
$31.49
Grout Truck Operator $11.48
Head Operator
King
King
King
King
King
King
King
about:blank
Laborers
Laborers
Laborers
Laborers
Tv Truck Operator
Journey Level
Journeyman
Air, Gas Or Electric
Vibrating Screed
Airtrac Drill Operator
Ballast Regular Machine
Batch Weighman
Brick Pavers
$24.91
$19.33
$20.45
1K
5B
5B
1K
1K
5B
5B
5B
1K
1K
1K
$55.51 5D 4C
$65.48 7N 10
$45.25
$46.66
$45.25
$38.36
$45.25
7A
7A
7A
7A
7A
31
31
31
31
31
3/22
3/24/2017 about:blank
King Laborers
King
Laborers
King Laborers
King Laborers
King Laborers
King
King Laborers
King Laborers
Laborers
King Laborers
King
Laborers
King Laborers
King Laborers
King Laborers
King
King Laborers
Laborers
King Laborers
King Laborers
Laborers Concrete Placement
Crew
King Laborers Concrete Saw
Operator /core Driller
King
Brush Cutter $45.25 7A 31
Brush Hog Feeder $45.25 7A 31
Burner $45.25 7A 31
Caisson Worker $46.66 7A 31
Carpenter Tender $45.25 7A
$45.25 7A 31
$46.09 7A 31
$45.25 7A 31
Change House Or Dry $45.25 7A 31
Shack
Chipping Gun (under 30 $45.25 7A
Lbs.)
Caulker
Cement Dumper - paving
Cement Finisher Tender
31
Chipping Gun(30 Lbs.
And Over)
$46.09 7A
31
31
Choker Setter $45.25 7A 31
Chuck Tender $45.25 7A 31
Clary Power Spreader
$46.09 7A 31
Clean -up Laborer $45.25 7A
Concrete Dumper /chute $46.09 7A
Operator
Concrete Form Stripper $45.25 7A 31
31
31
King Laborers
King Laborers
Crusher Feeder
Curing Laborer
King Laborers Demolition: Wrecking Et
Moving (incl. Charred
Material)
King Laborers Ditch Digger
King
King
King
King Laborers
King Laborers
Laborers Diver
Laborers Drill Operator
(hydraulic,diamond)
Laborers
King
King
Laborers
Laborers
King Laborers
King Laborers
Dry Stack Walls
$46.09
$46.09
7A
7A
31
31
$38.36 7A 31
$45.25 7A 31
$45.25
$45.25
$46.66 7A 31
$46.09 7A 31
7,4
7A
31
31
$45.25 7A
Dump Person $45.25 7A
Epoxy Technician $45.25 7A 31
31
31
Erosion Control Worker
Faller Et Bucker Chain
Saw
$45.25
$46.09
7A 31
7A 31
Fine Graders $45.25 7A
Firewatch $38.36 7A
31
31
King Laborers Form Setter $45.25 7A 31
about:blank
4/22
3/24/2017 about:blank
King Laborers Gabian Basket Builders $45.25 7A 31
King Laborers General Laborer $45.25 7A 31
King Laborers Grade Checker 8 Transit $46.66 7A 31
Person
King Laborers Grinders $45.25 7A 31
King Laborers Grout Machine Tender $45.25 7A 31
King Laborers Groutmen $46.09 7A 31
(pressure)including Post
Tension Beams
King Laborers Guardrail Erector $45.25 7A 31
King Laborers Hazardous Waste Worker $46.66 7A 31
(level A)
King Laborers Hazardous Waste Worker $46.09 7A 31
(level B)
King Laborers Hazardous Waste Worker $45.25 7A 31
(level C)
King Laborers High Scaler $46.66 7A 31
King Laborers Jackhammer $46.09 7A 31
King Laborers Laserbeam Operator $46.09 7A 31
King Laborers Maintenance Person $45.25 7A 31
King Laborers Manhole Builder- $46.09 7A 31
mudman
King Laborers Material Yard Person $45.25 7A 31
King Laborers Motorman -dinky $46.09 7A 31
Locomotive
King Laborers Nozzleman (concrete $46.09 7A 31
Pump, Green Cutter
When Using Combination
Of High Pressure Air a
Water On Concrete a
Rock, Sandblast, Gunite,
Shotcrete, Water Bla
King Laborers Pavement Breaker $46.09 7A 31
King Laborers Pilot Car $38.36 7A 31
King Laborers Pipe Layer Lead $46.66 7A 31
King Laborers Pipe Layer /tailor $46.09 7A 31
King Laborers Pipe Pot Tender $46.09 7A 31
King Laborers Pipe Reliner $46.09 7A 31
King Laborers Pipe Wrapper $46.09 7A 31
King Laborers Pot Tender $45.25 7A 31
King Laborers Powderman $46.66 7A 31
King Laborers Powderman's Helper $45.25 7A 31
King Laborers Power Jacks $46.09 7A 31
King Laborers Railroad Spike Puller - $46.09 7A 31
about:blank 5/22
3/24/2017 about:blank
Power
King Laborers
King
King
King
King
King
King
King Laborers
King Laborers
King
King Laborers
King
King Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
King
King
King
Laborers
Laborers
Laborers
King Laborers
King Laborers
King Laborers
King Laborers
King
King
Laborers
Laborers
King Laborers
King Laborers
King Laborers
King Laborers
King Laborers
King Laborers
King Laborers
Raker - Asphalt
Re- timberman
Remote Equipment
Operator
Rigger /signal Person
Rip Rap Person
$46.66
$46.66
$46.09
$46.09
$45.25
7A 31
7A 31
7A
31
7A 31
7A 31
Rivet Buster $46.09 7A 31
Rodder $46.09 7A 31
Scaffold Erector $45.25 7A 31
Scale Person $45.25 7A 31
Sloper (over 20 ")
Sloper Sprayer
Spreader (concrete)
Stake Hopper
Stock Piler
Tamper a Similar
Electric, Air Et Gas
Operated Tools
Tamper (multiple Et Self -
propelled)
Timber Person - Sewer
(lagger, Shorer Et
Cribber)
Toolroom Person (at
Jobsite)
Topper
Track Laborer
$46.09 7A 31
$45.25 7A 31
$46.09 7A 31
$45.25 7A 31
$45.25 7A
$46.09
$46.09
$46.09
$45.25
7A
7A
7A
7A
$45.25 7A
$45.25 7A
Track Liner (power) $46.09 7A
$41.02 7A
$41.02
Traffic Control Laborer
Traffic Control
Supervisor
Truck Spotter
Tugger Operator
Tunnel Work -
Compressed Air Worker
0 -30 psi
Tunnel Work -
Compressed Air Worker
30.01 -44.00 psi
Tunnel Work -
Compressed Air Worker
44.01 -54.00 psi
Tunnel Work-
7A
31
31
31
31
31
31
31
31
31 8R
31
$45.25 7A 31
$46.09 7A 31
$83.12
$88.15
7A
7A
31
31
$91.83 7A
31
8R
Q
Q.
Q.
$97.53 7A 31 8.(
about:blank
6/22
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3/24/2017 about:blank
about:blank
Compressed Air Worker
54.01 -60.00 psi
King Laborers Tunnel Work- $99.65 7A 31 M.
Compressed Air Worker
60.01 -64.00 psi
King Laborers Tunnel Work- $104.75 7A 31
Compressed Air Worker
64.01 -68.00 psi
King Laborers Tunnel Work- $106.65 7A 31 E.
Compressed Air Worker
68.01 -70.00 psi
King Laborers Tunnel Work- $108.65 7A 31 M.
Compressed Air Worker
70.01 -72.00 psi
King Laborers Tunnel Work- $110.65 7A 31 E.
Compressed Air Worker
72.01 -74.00 psi
King Laborers Tunnel Work -Guage and $46.76 7A 31 E.
Lock Tender
King Laborers Tunnel Work -Miner $46.76 7A 31 E.
King Laborers Vibrator $46.09 7A 31
King Laborers Vinyl Seamer $45.25 7A 31
King Laborers Watchman $34.86 7A 31
King Laborers Welder $46.09 7A 31
King Laborers Well Point Laborer $46.09 7A 31
King Laborers Window Washer /cleaner $34.86 7A 31
King Laborers - Underground General Laborer Et $45.25 7A 31
Sewer it Water Topman
King Laborers - Underground Pipe Layer $46.09 7A 31
Sewer Et Water
King Landscape Construction Irrigation Or Lawn $13.56 1
Sprinkler Installers
King Landscape Construction Landscape Equipment $28.17 1
Operators Or Truck
Drivers
King Landscape Construction Landscaping or Planting $17.87 1
Laborers
King Lathers Journey Level $55.51 5D 11-I
King Marble Setters Journey Level $54.32 5A 1M
King Metal Fabrication (In Shop) Fitter $15.86 1
King Metal Fabrication (In Shop) Laborer $11.00 1
King Metal Fabrication (In Shop) Machine Operator $13.04 1
King Metal Fabrication (In Shop) Painter $11.10 1
King Metal Fabrication (In Shop) Welder $15.48 1
King Millwright Journey Level $57.01 5D 4C
7/22
3/24/2017 about:blank
King Modular Buildings
Cabinet Assembly $11.56 1
King Modular Buildings
King Modular Buildings
King Modular Buildings
King Modular Buildings
King Modular Buildings
King
King
King
King Pile Driver
King Plasterers
Modular Buildings
Modular Buildings
Painters
King
King
King
King
King
King
Playground Et Park
Equipment Installers
Plumbers & Pipefitters
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
King Power Equipment Operators
King
Power Equipment Operators
King Power Equipment Operators
King
King
King Power Equipment Operators
King Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
King
King
King
King
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
King Power Equipment Operators
Electrician
Equipment Maintenance
Plumber
Production Worker
Tool Maintenance
Utility Person
Welder
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Asphalt Plant Operators
Assistant Engineer
Barrier Machine (zipper)
Batch Plant Operator,
Concrete
Bobcat
$11.56
$11.56
$11.56
$11.00
$11.56
$11.56
$11.56
$40.60
$55.76
$53.20
$11.00
$76.69
$58.69
$55.21
$58.17
$58.17
1
1
1
1
6Z
5D
LQ
6Z
7A
7A
7A
7A
$55.21 7A
Brokk - Remote
Demolition Equipment
$55.21
Brooms
Bump Cutter
Cableways
Chipper
Compressor
Concrete Pump: Truck
Mount With Boom
Attachment Over 42 M
Concrete Finish Machine
-laser Screed
Concrete Pump -
Mounted Or Trailer High
Pressure Line Pump,
Pump High Pressure.
Concrete Pump: Truck
Mount With Boom
Attachment Up To 42m
Conveyors
$55.21
$58.17
$58.69
$58.17
$55.21
$58.69
$55.21
$57.72
$58.17
7A
7A
7A
7A
7A
7A
7A
7A
7A
7A
$57.72 7A
1
2B
4C
1R
1G
3C
3C
3C
3C
8P
8P
8P
8P
3C 8P
3C
3C
3C
3C
3C
3C
3C
3C
3C
3C
8P
8P
8P
8P
8P
8P
8P
8P
8P
8P
3C 8P
King
Power Equipment Operators
King Power Equipment Operators
about:blank
Cranes Friction: 200 tons $60.47
and over
Cranes: 20 Tons Through $58.17 7A
44 Tons With
7A
3C
8P
3C 8P
8/22
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3/24/2017 about:blank
about:blank
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
Attachments
Cranes: 100 Tons $59.28 7A 3C 8P
Through 199 Tons, Or
150' Of Boom (Including
Jib With Attachments)
Cranes: 200 tons- 299 $59.88 7A 3C 8P
tons, or 250' of boom
including jib with
attachments
Cranes: 300 tons and $60.47 7A 3C 8P
over or 300' of boom
including jib with
attachments
Cranes: 45 Tons Through $58.69 7A 3C 8P
99 Tons, Under 150' Of
Boom (including Jib
With Attachments)
Cranes: A -frame - 10 $55.21 7A 3C 8P
Tons And Under
Cranes: Friction cranes $59.88 7A 3C 8P
through 199 tons
Cranes: Through 19 Tons $57.72 7A 3C 8P
With Attachments A-
frame Over 10 Tons
Crusher $58.17 7A 3C 8P
Deck Engineer /deck $58.17 7A 3C 8P
Winches (power)
Derricks, On Building $58.69 7A 3C 8P
Work
Dozers D -9 a Under $57.72 7A 3C 8P
Drill Oilers: Auger Type, $57.72 7A 3C 8P
Truck Or Crane Mount
Drilling Machine $59.28 7A 3C 8P
Elevator And Man -lift: $55.21 7A 3C 8P
Permanent And Shaft
Type
Finishing Machine, $58.17 7A 3C 8P
Bidwell And Gamaco Et
Similar Equipment
Forklift: 3000 Lbs And $57.72 7A 3C 8P
Over With Attachments
Forklifts: Under 3000 $55.21 7A 3C 8P
Lbs. With Attachments
Grade Engineer: Using $58.17 7A 3C 8P
Blue Prints, Cut Sheets,
Etc
Gradechecker /stakeman $55.21 7A 3C 8P
9/22
3/24/2017 about:blank
King Power Equipment Operators Guardrail Punch $58.17 7A 3C 8P
King
Power Equipment Operators Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et
Over
King Power Equipment Operators Hard Tail End Dump
Articulating Off -road
Equipment Under 45
Yards
King
Power Equipment Operators
Horizontal /directional
Drill Locator
$58.69
$58.17
$57.72
King Power Equipment Operators Horizontal /directional $58.17 7A
Drill Operator
King Power Equipment Operators Hydralifts /boom Trucks $57.72
Over 10 Tons
Power Equipment Operators Hydralifts /boom Trucks, $55.21
10 Tons And Under
7A
3C
8P
7A
3C 8P
7A
King
King
Power Equipment Operators Loader, Overhead 8 $59.28
Yards. Et Over
King Power Equipment Operators Loader, Overhead, 6 $58.69
Yards. But Not Including
8 Yards
King
King
King
King
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Loaders, Overhead
Under 6 Yards
$58.17
3C
8P
3C 8P
7A
3C
7A
7A
3C
3C
8P
8P
8P
7A
3C 8P
7A
3C
8P
Loaders, Plant Feed $58.17 7A 3C 8P
Loaders: Elevating Type
Belt
Locomotives, All
$57.72
7A
3C
$58.17 7A
King Power Equipment Operators Material Transfer Device $58.17 7A
King Power Equipment Operators
King Power Equipment Operators
King
Power Equipment Operators
King Power Equipment Operators
King
Mechanics, All (leadmen
- $0.50 Per Hour Over
Mechanic)
Motor Patrol Graders
Mucking Machine, Mole,
Tunnel Drill, Boring,
Road Header And /or
Shield
Oil Distributors, Blower
Distribution Et Mulch
Seeding Operator
$59.28 7A
$58.69 7A
$58.69 7A
3C
3C
3C
8P
8P
8P
8P
3C 8P
3C
8P
$55.21 7A 3C 8P
Power Equipment Operators Outside Hoists (elevators $57.72
And Manlifts), Air
Tuggers,strato
King Power Equipment Operators
Overhead, Bridge Type
Crane: 20 Tons Through
44 Tons
$58.17
7A
3C
7A
3C
8P
8P
King Power Equipment Operators Overhead, Bridge Type: $59.28 7A 3C 8P
about:blank
10/22
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3/24/2017 about:blank
about:blank
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King
King
King
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
King Power Equipment Operators.
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King
King
King
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
100 Tons And Over
Overhead, Bridge Type:
45 Tons Through 99 Tons
Pavement Breaker
$58.69 7A 3C 8P
$55.21 7A
Pile Driver (other Than $58.17 7A
Crane Mount)
Plant Oiler - Asphalt, $57.72 7A
Crusher
Posthole Digger, $55.21 7A
Mechanical
Power Plant
$55.21 7A
Pumps - Water $55.21 7A
Quad 9, Hd 41, D10 And $58.69 7A
Over
Quick Tower - No Cab, $55.21 7A
Under 100 Feet In
Height Based To Boom
Remote Control $58.69 7A
Operator On Rubber
Tired Earth Moving
Equipment
Rigger And Bellman $55.21 7A
Rigger /Signal Person, $57.72 7A
Bellman (Certified)
Rotlagon $58.69 7A
Roller, Other Than Plant $55.21 7A
Mix
Roller, Plant Mix Or $57.72 7A
Multi -lift Materials
Roto -mill, Roto - grinder $58.17 7A
Saws - Concrete $57.72 7A
Scraper, Self Propelled $58.17 7A
Under 45 Yards
Scrapers - Concrete & $57.72 7A
Carry Alt
Scrapers, Self - propelled: $58.69 7A
45 Yards And Over
Service Engineers - $57.72 7A
Equi pment
Shotcrete /gunite $55.21 7A
Equipment
Shovel , Excavator, $57.72 7A
Backhoe, Tractors Under
15 Metric Tons.
Shovel, Excavator,
Backhoe: Over 30 Metric
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C
8P
$58.69 7A 3C 8P
11/22
3/24/2017 about:blank
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King
King
King
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King
King
Power Equipment Operators
Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
Power Equipment Operators
King
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
about:blank
Tons To 50 Metric Tons
Shovel, Excavator,
Backhoes, Tractors: 15
To 30 Metric Tons
Shovel, Excavator,
Backhoes: Over 50
Metric Tons To 90 Metric
Tons
Shovel, Excavator,
Backhoes: Over 90
Metric Tons
Slipform Pavers
Spreader, Topsider Et
Screedman
Subgrader Trimmer
$58.17 7A 3C 8P
$59.28
7A
$59.88 7A
$58.69 7A
$58.69
$58.17
Tower Bucket Elevators $57.72
Tower Crane Up To 175' $59.28
In Height Base To Boom
Tower Crane: over 175' $59.88 7A
through 250' in height,
base to boom
Tower Cranes: over 250' $60.47 7A
in height from base to
boom
Transporters, All Track $58.69 7A
Or Truck Type
Trenching Machines $57.72 7A
Truck Crane Oiler /driver $58.17 7A
- 100 Tons And Over
7A
7A
3C 8P
3C 8P
3C
3C
8P
8P
3C 8P
7A
7A
3C 8P
3C 8P
Truck Crane Oiler /driver
Under 100 Tons
Truck Mount Portable
Conveyor
Welder
Wheel Tractors, Farman
Type
Yo Yo Pay Dozer
$57.72 7A
$58.17
$58.69
$55.21 7A
7A
7A
$58.17 7A
Asphalt Plant Operators $58.69 7A
Assistant Engineer
$55.21 7A
Barrier Machine (zipper) $58.17 7A
3C
8P
3C 8P
3C
3C
8P
8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
Batch Plant Operator, $58.17 7A 3C 8P
12/22
3/24/2017
Operators- Underground
Sewer & Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer & Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer & Water
King Power Equipment
Operators- Underground
Sewer Et Water
King
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer & Water
King Power Equipment
Operators- Underground
Sewer & Water
King Power Equipment
Operators- Underground
Sewer Et Water
about:blank
about:blank
Concrete
Bobcat
Brokk - Remote
Demolition Equipment
Brooms
Bump Cutter
Cableways
Chipper
Compressor
$55.21 7A
$55.21 7A
$55.21
3C
3C
7A
3C
$58.17 7A
$58.69
7A
$58.17 7A
$55.21 7A
$58.69
Concrete Pump: Truck 7A
Mount With Boom
Attachment Over 42 M
Concrete Finish Machine $55.21 7A
-laser Screed
Concrete Pump - $57.72 7A
Mounted Or Trailer High
Pressure Line Pump,
Pump High Pressure.
Concrete Pump: Truck $58.17 7A
Mount With Boom
Attachment Up To 42m
Conveyors $57.72 7A
Cranes Friction: 200 tons $60.47 7A
and over
Cranes: 20 Tons Through $58.17 7A
44 Tons With
Attachments
Cranes: 100 Tons $59.28 7A
Through 199 Tons, Or
150' Of Boom (Including
Jib With Attachments)
3C
3C
8P
8P
8P
8P
8P
3C 8P
3C
3C
8P
8P
3C 8P
3C
3C
8P
8P
3C 8P
3C
3C
3C
8P
8P
8P
13/22
3/24/2017
King Power Equipment
Operators- Underground
Sewer & Water
King
Power Equipment
Operators- Underground
Sewer & Water
King Power Equipment
Operators- Underground
Sewer & Water
King
Power Equipment
Operators- Underground
Sewer & Water
King Power Equipment
Operators- Underground
Sewer & Water
King
King
King
King
Power Equipment
Operators- Underground
Sewer & Water
about:blank
Cranes: 200 tons- 299
tons, or 250' of boom
including jib with
attachments
Cranes: 300 tons and
over or 300' of boom
including jib with
attachments
Cranes: 45 Tons Through
99 Tons, Under 150' Of
Boom (including Jib
With Attachments)
Cranes: A -frame - 10
Tons And Under
Cranes: Friction cranes
through 199 tons
$59.88 7A 3C 8P
$60.47
7A
$58.69 7A
$55.21
$59.88
Cranes: Through 19 Tons $57.72
With Attachments A-
frame Over 10 Tons
Power Equipment
Operators- Underground
Sewer & Water
Crusher
Power Equipment
Operators- Underground
Sewer & Water
Deck Engineer /deck
Winches (power)
Power Equipment
Operators- Underground
Sewer & Water
Derricks, On Building
Work
King Power Equipment
Operators- Underground
Sewer & Water
Power Equipment
Operators- Underground
Sewer & Water
King Power Equipment
Operators- Underground
Sewer & Water
King
King
King
$58.17
$58.17
$58.69
3C
8P
3C 8P
7A
3C
7A
7A
7A
7A
7A
Dozers D -9 & Under $57.72 7A
Drill Oilers: Auger Type,
Truck Or Crane Mount
Drilling Machine
Power Equipment
Operators- Underground
Sewer & Water
Elevator And Man -lift:
Permanent And Shaft
Type
Power Equipment
Operators- Underground
Sewer & Water
King Power Equipment
Operators- Underground
Sewer & Water
King Power Equipment
about:blank
Finishing Machine,
Bidwell And Gamaco &
Similar Equipment
Forklift: 3000 Lbs And $57.72 7A
Over With Attachments
$57.72
7A
$59.28 7A
$55.21 7A
$58.17 7A
3C
8P
8P
3C 8P
3C
8P
3C 8P
3C
8P
3C 8P
3C
8P
3C 8P
3C 8P
3C
8P
3C 8P
Forklifts: Under 3000 $55.21 7A 3C 8P
14/22
3/24/2017
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
Power Equipment
Operators- Underground
Sewer Et Water
Power Equipment
Operators- Underground
Sewer Et Water
King
King
about:blank
Lbs. With Attachments
Grade Engineer: Using
Blue Prints, Cut Sheets,
Etc
G radec hec ker/ stakem an
Guardrail Punch
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et
Over
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
about:blank
Hard Tail End Dump
Articulating Off -road
Equipment Under 45
Yards
Horizontal /directional
Drill Locator
Horizontal /directional
Drill Operator
Hydralifts /boom Trucks
Over 10 Tons
Hydralifts /boom Trucks,
10 Tons And Under
Loader, Overhead 8
Yards. Et Over
$58.17
$55.21
$58.17
$58.69
Loader, Overhead, 6
Yards. But Not Including
8 Yards
Loaders, Overhead
Under 6 Yards
Loaders, Plant Feed
$58.17
$57.72
$58.17
$57.72
Loaders: Elevating Type
Belt
Locomotives, All
$55.21
$59.28
$58.69
7A
7A
7A
7A
$58.17
$58.17
$57.72
7A
7A
7A
7A
$58.17
7A
3C
3C
3C
3C
7A
7A
7A
7A
3C
3C
3C
3C
7A
7A
3C
3C
8P
8P
8P
3C
3C
3C
8P
8P
8P
8P
3C
3C
8P
8P
8P
8P
8P
8P
8P
8P
15/22
3/24/2017
King Power Equipment
Operators- Underground
Sewer & Water
Power Equipment
Operators- Underground
Sewer Et Water
King
King
Power Equipment
Operators- Underground
Sewer Et Water
about:blank
Material Transfer Device $58.17 ZA
Mechanics, All (leadmen $59.28
- $0.50 Per Hour Over
Mechanic)
Motor Patrol Graders
$58.69
King Power Equipment
Operators- Underground
Sewer Et Water
Mucking Machine, Mote, $58.69
Tunnel Drill, Boring,
Road Header And /or
Shield
King
Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King
King
King
King
King
King
King
King
King
Power Equipment
Operators- Underground
Sewer Et Water
Power Equipment
Operators- Underground
Sewer & Water
Power Equipment
Operators- Underground
Sewer & Water
Power Equipment
Operators- Underground
Sewer Et Water
Power Equipment
Operators- Underground
Sewer Et Water
Power Equipment
Operators- Underground
Sewer Et Water
Power Equipment
Operators- Underground
Sewer & Water
Oil Distributors, Blower
Distribution & Mulch
Seeding Operator
Outside Hoists (elevators
And Manlifts), Air
Tuggers, strato
Overhead, Bridge Type
Crane: 20 Tons Through
44 Tons
Overhead, Bridge Type:
100 Tons And Over
Overhead, Bridge Type:
45 Tons Through 99 Tons
Pavement Breaker
Pile Driver (other Than
Crane Mount)
Plant Oiler - Asphalt,
Crusher
Posthole Digger,
Mechanical
$55.21
$57.72
$58.17
$59.28
$58.69
$55.21
$58.17
$57.72
$55.21
Power Equipment
Operators- Underground
Sewer & Water
Power Plant
$55.21
Power Equipment
Operators- Underground
Sewer & Water
King Power Equipment
Operators- Underground
Sewer & Water
about:blank
Pumps - Water
$55.21
7A
7A
7A
7A
7A
7A
7A
7A
7A
ZA
31 2
3C 8P
14 2.
1c 2
K
2
3C 8P
K
31
3C
31
IC
3C
31
8P
8P
8P
2
8P
8P
7A
3C 8P
7A
Quad 9, Hd 41, D10 And $58.69 7A
Over
3C
8P
3C 8P
16/22
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment
Operators- Underground
Sewer Et Water
Quick Tower - No Cab,
Under 100 Feet In
Height Based To Boom
Remote Control
Operator On Rubber
Tired Earth Moving
Equipment
$55.21 7A 1c E
$58.69 7A 3C 8P
Rigger And Bellman $55.21 7A
Rigger /Signal Person, $57.72 7A
Bellman (Certified)
Rollagon
$58.69 7A
3C 8P
IC 8P
3C 8P
Roller, Other Than Plant $55.21 7A 3C 8P
Mix
Roller, Plant Mix Or $57.72 7A 3C 8P
Multi -lift Materials
Roto -mill, Roto - grinder $58.17 7A
Saws - Concrete
$57.72 7A
Scraper, Self Propelled $58.17 7A
Under 45 Yards
E. 8P
3C 8P
31 8P
Scrapers - Concrete Et $57.72 7A 3C 8P
Carry All
Scrapers, Self - propelled: $58.69 7A 3C 8P
45 Yards And Over
Service Engineers -
Equipment
Shotcrete /gunite
Equipment
$57.72 7A
3C 8P
$55.21 7A 3C 8P
Shovel, Excavator, $57.72 7A
Backhoe, Tractors Under
15 Metric Tons.
3C 8P
King Power Equipment
Operators- Underground
about:blank
Shovel, Excavator, $58.69 7A
Backhoe: Over 30 Metric
3C 8P
17/22
3/24/2017 about:blank
King
King
King
Sewer & Water
Power Equipment
Operators- Underground
Sewer Et Water
Tons To 50 Metric Tons
Shovel, Excavator,
Backhoes, Tractors: 15
To 30 Metric Tons
Power Equipment
Operators- Underground
Sewer & Water
Shovel, Excavator,
Backhoes: Over 50
Metric Tons To 90 Metric
Tons
Power Equipment
Operators- Underground
Sewer & Water
Shovel, Excavator,
Backhoes: Over 90
Metric Tons
$58.17
$59.28
$59.88
King Power Equipment
Operators- Underground
Sewer & Water
Slipform Pavers
$58.69
King
Power Equipment
Operators- Underground
Sewer & Water
King Power Equipment
Operators- Underground
Sewer & Water
King
Power Equipment
Operators- Underground
Sewer & Water
King Power Equipment
Operators- Underground
Sewer & Water
King
Power Equipment
Operators- Underground
Sewer & Water
King Power Equipment
Operators- Underground
Sewer & Water
King
Power Equipment
Operators- Underground
Sewer & Water
King Power Equipment
Operators- Underground
Sewer & Water
King
King
King
Power Equipment
Operators- Underground
Sewer & Water
Power Equipment
Operators- Underground
Sewer & Water
Power Equipment
Operators- Underground
Sewer & Water
King Power Equipment
about:blank
Spreader, Topsider Et
Screedman
Subgrader Trimmer
Tower Bucket Elevators
Tower Crane Up To 175'
In Height Base To Boom
Tower Crane: over 175'
through 250' in height,
base to boom
Tower Cranes: over 250'
in height from base to
boom
Transporters, All Track
Or Truck Type
Trenching Machines
Truck Crane Oiler /driver
- 100 Tons And Over
Truck Crane Oiler /driver
Under 100 Tons
$58.69
$58.17
$57.72
$59.28
$59.88
$60.47
$58.69
7A
3C
7A
3C
7A
3C
8P
8P
8P
7A
3C 8P
7A
3C
7A
3C
7A
7A
7A
7A
7A
$57.72 7A
$58.17
$57.72
Truck Mount Portable
Conveyor
$58.17
7A
7A
7A
3C
8P
8P
8P
3C 8P
3C
8P
3C 8P
3C
8P
3C 8P
3C
3C
3C
8P
8P
8P
Welder $58.69 7A 3C 8P
18/22
Tree Trimmer
Groundperson
3/24/2017 about:blank
Operators- Underground
Sewer & Water
King Power Equipment
Operators- Underground
Sewer & Water
King Power Equipment
Operators- Underground
Sewer & Water
Power Line Clearance Tree
Trimmers
King Power Line Clearance Tree
Trimmers
King Power Line Clearance Tree
Trimmers
King Power Line Clearance Tree
Trimmers
King Power Line Clearance Tree
Trimmers
King
King
King
King
King
King
Wheel Tractors, Farman
Type
Yo Yo Pay Dozer
Journey Level In Charge
Spray Person
Tree Equipment
Operator
Tree Trimmer
Refrigeration & Air
Conditioning Mechanics
Journey Level
Residential Brick Mason
Residential Carpenters
Residential Cement Masons
Residential Drywall
Applicators
King Residential Drywall Tapers
King Residential Electricians
King Residential Glaziers
King Residential Insulation
Applicators
King Residential Laborers
King Residential Marble Setters
King Residential Painters
King Residential Plumbers &
Pipefitters
King Residential Refrigeration 8.
Air Conditioning Mechanics
King Residential Sheet Metal
Workers
King Residential Soft Floor
Layers
King Residential Sprinkler Fitters
(Fire Protection)
King Residential Stone Masons
King Residential Terrazzo
about:blank
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
$55.21
$58.17
Journey Level
Journey Level
Journey Level
Journey Level (Field or
Shop)
Journey Level
Journey Level
Journey Level
Journey Level
$47.08
$44.64
$47.08
$42.01
$31.65
$75.36
$54.32
$28.20
$22.64
$41.69
7A
7A
5A
5A
5A
5A
5A
6Z
5A
5D
$55.66 5P
$30.44
$39.40 7L
$26.28
$23.03
$24.09
$24.46
$34.69
$75.36
$45.99
$45.86
$44.98
3C 8P
3C 8P
4A
4A
4A
6Z
7F
5A
5C
4A
4A
1G
1M
4C
1E
1
1H
1G
1R
3D
2R
$54.32 5A 1M
$50.26 5A 1M
19/22
3/24/2017 about:blank
King
King
King
King
King
King
King
King
King
King
Workers
Residential Terrazzo /Tile
Finishers
Residential Tile Setters
Roofers
Roofers
Sheet Metal Workers
Shipbuilding Et Ship Repair
Shipbuilding Et Ship Repair
Shipbuilding
Shipbuilding
Shipbuilding
Et Ship Repair
Et Ship Repair
Et Ship Repair
King Shipbuilding Et Ship Repair
King
King
King
King
King
King
King
King
King
King
King
King
King
King
Shipbuilding Et Ship Repair
Shipbuilding Et Ship Repair
Shipbuilding Et Ship Repair
Shipbuilding Et Ship Repair
Shipbuilding Et Ship Repair
Shipbuilding Et Ship Repair
Journey Level
Journey Level
Journey Level
Using Irritable
Bituminous Materials
Journey Level (Field or
Shop)
Boilermaker
Carpenter
Electrician
Heat Et Frost Insulator
Laborer
Machinist
Operator
Painter
Pi pef i tter
Rigger
Sheet Metal
Shipfitter
$21.46
$25.17
$47.51
$50.51
$75.46
5A
5A
3H
3H
7F
1E
$41.72 7M
$41.06 7T
$41.09 7T
$65.68 5J
$41.08 7T
$41.32 7T
$41.03 7T
7T
7T
7T
$41.04 7T
$41.12 7T
7T
$41.02 7T
$41.12 7T
$22.92
$41.05
$41.05
$41.12
Shipbuilding Et Ship Repair
Trucker
$41.26
Shipbuilding Et Ship Repair
Shipbuilding Et Ship Repair
Sign Makers Et Installers
(Electrical)
Sign Makers Et Installers
(Electrical)
Sign Makers Et Installers
(Non - Electrical)
Sign Makers Et Installers
(Non- Electrical)
Soft Floor Layers
King Solar Controls For Windows
King
King
King
King
King
about:blank
Sprinkler Fitters (Fire
Protection)
Stage Rigging Mechanics
(Non Structural)
Stone Masons
Street And Parking Lot
Sweeper Workers
Surveyors
Warehouse
Welder /Burner
Sign Installer
Sign Maker
Sign Installer
Sign Maker
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
$21.36
$27.28
$33.25
$45.86 5A
$12.44
$72.89
$13.23
5C
$54.32 5A
$19.09
Assistant Construction $57.72
Site Surveyor
7A
1H
2B
4B
4H
4B
4B
4B
4B
4B
4B
4B
4B
4B
4B
4B
3D
1X
1M
3C
8P
20/22
3/24/2017
King Surveyors
King Surveyors
King Telecommunication
Technicians
King Telephone Line
Construction - Outside
King Telephone Line
Construction - Outside
King Telephone Line
Construction - Outside
King Telephone Line
Construction - Outside
King Telephone Line
Construction - Outside
King Telephone Line
Construction - Outside
King Telephone Line
Construction - Outside
King Telephone Line
Construction - Outside
Telephone Line
Construction - Outside
Telephone Line
Construction - Outside
Telephone Line
Construction - Outside
King Telephone Line
Construction - Outside
King Telephone Line
Construction - Outside
King Terrazzo Workers
King Tile Setters
King Tile, Marble Et Terrazzo
Finishers
King Traffic Control Stripers
King Truck Drivers
King
King
King
King Truck Drivers
King Truck Drivers
King Truck Drivers
King Truck Drivers
about:blank
about:blank
Chainman
Construction Site
Surveyor
Journey Level
Cable Splicer
Hole Digger /Ground
Person
Installer (Repairer)
Special Aparatus
Installer I
Special Apparatus
Installer II
$57.17 7A 3C 8P
$58.69 7A
$22.76
$38.84
$21.45 5A
$37.21 5A
$38.84 5A
$38.03 5A
3C
5A
2B
Telephone Equipment $38.84 5A
Operator (Heavy)
Telephone Equipment $36.09 5A
Operator (Light)
Telephone Lineperson $36.09 5A
Television Groundperson $20.33
5A
Television $27.21 5A
Li neperson /Installer
Television System $32.55 5A
Tec hnician
Television Technician $29.18 5A
Tree Trimmer $36.09 5A
Journey Level
Journey Level
Finisher
$50.26 5A
$21.65
$41.09 5A
Journey Level $44.85 7A
Asphalt Mix Over 16 $52.70 5D
Yards (W. WA -Joint
Council 28)
Asphalt Mix To 16 Yards $51.86 5D
(W. WA -Joint Council
28)
Dump Truck Et Trailer $52.70
2B
2B
2B
2B
2B
2B
2B
2B
2B
2B
2B
2B
1M
1
1B
1K
3A
3A
5D
3A
8P
8L
8L
8L
Dump Truck (W. WA- $51.86 8L
Joint Council 28)
Other Trucks (W. WA- $52.70 5D 3A 8L
5D
3A
21/22
3/24/2017 about:blank
about:blank
1
Joint Council 28) I
King Truck Drivers
King
King
King
Well Drillers &t Irrigation
Pump Installers
Well Drillers a Irrigation
Pump Installers
Well Drillers 8 Irrigation
Pump Installers
Transit Mixer
Irrigation Pump Installer
Oiler
Well Driller
$43.23 1
$17.71
$12.97
$18.00
22/22
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
***************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
Overtime Codes
Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate
must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for
the worker.
1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL
BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked
on Sundays and holidays shall be paid at double the hourly rate of wage.
C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one -half times the hourly rate of wage. All other overtime hours and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and
the first eight (8) hours worked the next day after either workweek shall be paid at one and one -half times the hourly
rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one -half times the hourly rate of wage. All other overtime hours worked, except Labor Day,
shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the
hourly rate of wage.
G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a
four -ten hour schedule, shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess
of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or
equipment breakdown) shall be paid at one and one -half times the hourly rate of wage. All hours worked Monday
through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the
hourly rate of wage.
I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one -half times the hourly rate of wage. All hours worked over ten (10) hours Monday
through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.
K. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All
hours worked on holidays shall be paid at double the hourly rate of wage.
M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be
paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
N. All hours worked on Saturdays (except makeup days) shall be paid at one and one -half times the hourly rate of
wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
1
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
Overtime Codes Continued
1. 0. The first ten (10) hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All
hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on
Saturday shall be paid at double the hourly rate of wage.
P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and
one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.
The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on
Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10)
hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall
be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one -half
times the hourly rate of wage.
Q.
R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.
S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays and all other
overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on
Labor Day shall be paid at three times the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on
Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on
Labor Day shall be paid at three times the hourly rate of wage.
V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and
one -half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at
double the hourly rate of wage.
W. All hours worked on Saturdays and Sundays (except make -up days due to conditions beyond the control of the
employer)) shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be
paid at double the hourly rate of wage.
X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on
Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked over twelve (12) hours
Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls
on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the
holiday and all work performed shall be paid at double the hourly rate of wage.
Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any
employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10
workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one -half times the hourly rate
of wage. (except for employees who are absent from work without prior approval on a scheduled workday during
the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10
workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours
and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.
Z. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All
hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay.
2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
Overtime Codes Continued
2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL
BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage.
C. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on
holidays shall be paid at two times the hourly rate of wage.
F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the
holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of
wage.
G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays
shall be paid at two and one -half times the hourly rate of wage including holiday pay.
H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall
be paid at one and one -half times the hourly rate of wage.
O. All hours worked on Sundays and holidays shall be paid at one and one -half times the hourly rate of wage.
R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double
the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked
over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage.
W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day,
ten -hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten
shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one
and one -half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on
holidays shall be paid at double the hourly rate of wage.
3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL
BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at time and one -half the straight time rate. Hours
worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday
and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm
and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer
shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall
be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has
worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate
until such time as the employee has had a break of eight (8) hours or more.
C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at one and one -half times the hourly rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate
of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at
the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
Overtime Codes Continued
3. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium
rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one
and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the
hourly rate of wage.
E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of
straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid
at double the hourly wage rate.
F. All hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on
Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two
and one -half times the hourly rate of wage including holiday pay.
H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at
two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be
compensated at one and one half (1 -1/2) times the regular rate of pay.
All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. In the event the job is
down due to weather conditions during a five day work week (Monday through Friday) or a four day -ten hour work
week (Tuesday through Friday,) then Saturday may be worked as a voluntary make -up day at the straight time rate.
However, Saturday shall not be utilized as a make -up day when a holiday falls on Friday. All hours worked Monday
through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the
hourly rate of wage.
4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL
BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly
rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage.
B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly
rate of wage.
C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be
paid at one and one half (1 -1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1 -1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at
one and one half (1 -1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday
due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on
Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all
hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay.
4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
Overtime Codes Continued
4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly
rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay.
Rates include all members of the assigned crew.
EXCEPTION:
On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating
plants, industrial plants, associated installations and substations, except those substations whose primary function is
to feed a distribution system, will be paid overtime under the following rates:
The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall
be paid at one and one -half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2)
times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one -half (1 -1/2)
times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on
Sundays and holidays will be at the double the hourly rate of wage.
All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the
hourly rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
On a four -day, ten -hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours
worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal
four -day, ten hour work week, and Saturday shall be paid at one and one half (11/2) times the regular shift rate for the
first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and
holidays shall be paid at double the hourly rate of wage.
F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium
rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one -half times the
hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.
G. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked
Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one -half times the hourly rate of wage. All other overtime hours worked, except Labor Day,
and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be
paid at three times the hourly rate of wage.
Holiday Codes
5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, and Christmas Day (7).
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, the day before Christmas, and Christmas Day (8).
C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
the Friday after Thanksgiving Day, And Christmas Day (8).
D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
5
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
Saturday after Thanksgiving Day, And Christmas Day (8).
H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day,
And Christmas (6).
Holiday Codes Continued
5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
(6).
J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after
Christmas Eve Day, And Christmas Day (7).
K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,
Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9).
and Christmas Day
Thanksgiving Day,
Thanksgiving Day,
L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8).
N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9).
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday.
Q.
Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas
Day (6).
R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After
Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2).
S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, And Christmas Day (7).
T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas
(9).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, And Christmas Day (8).
E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a
Half -Day On Christmas Eve Day. (9 1/2).
G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas
Eve Day (11).
H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating
6
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
Holiday (10).
I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday
After Thanksgiving Day, And Christmas Day (7).
Holiday Codes Continued
6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day,
And Christmas Day (9).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be
considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the
holiday.
7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be
Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding
Friday shall be a regular work day.
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as
a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the
preceding Friday.
C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving
Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid
holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which
falls on a Saturday shall be observed as a holiday on the preceding Friday.
E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.
H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day,
Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas
Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday
which falls on a Saturday shall be observed as a holiday on the preceding Friday.
I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls
7
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall
be observed as a holiday on the preceding Friday.
J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day
(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday
which falls on a Saturday shall be observed as a holiday on the preceding Friday.
Holiday Codes Continued
7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after
Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day
before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday
on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day
after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the
following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.
Q.
Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday,
the preceding Friday shall be a regular work day.
R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day
after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be
observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be
considered a holiday and compensated accordingly.
S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays
falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.
T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day
after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation
shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
8
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
Note Codes
8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or
more:
Over 50' To 100' -$2.00 per Foot for Each Foot Over 50 Feet
Over 100' To 150' -$3.00 per Foot for Each Foot Over 100 Feet
Over 150' To 220' -$4.00 per Foot for Each Foot Over 150 Feet
Over 220' -$5.00 per Foot for Each Foot Over 220 Feet
Note Codes Continued
8. C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or
more:
Over 50' To 100' -$1.00 per Foot for Each Foot Over 50 Feet
Over 100' To 150' -$1.50 per Foot for Each Foot Over 100 Feet
Over 150' To 200' -$2.00 per Foot for Each Foot Over 150 Feet
Over 200' - Divers May Name Their Own Price
D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And
Level C: $0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D:
$0.50.
N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level
C: $0.50, And Level D: $0.25.
P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit:
$1.50, Class C Suit: $1.00, And Class D Suit $0.50.
Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the
shift shall be used in determining the scale paid.
R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or
spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance
and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle,
and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on
approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current
flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective
on or after August 31, 2012.
S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or
spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on
approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current
flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on
or after August 31, 2012.
9
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all
temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian
traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic
Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card
issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after
August 31, 2012.
U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit:
$1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any
and all work performed underground, including operating, servicing and repairing of equipment. The premium for
underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive
an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers
who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade
elevation receive an additional $0.50 per hour.
10
I3/24/2017 https: / /www.wdol.gov/wdol /scafiles /davisbacon/WAl.dvb?v =4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
General Decision Number: WA170001 03/03/2017 WA1
Superseded General Decision Number: WA20160001
State: Washington
Construction Type: Highway
Counties: Washington Statewide.
HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin
Counties)
Note: Under Executive Order (EO) 13658, an hourly minimum wage
of $10.20 for calendar year 2017 applies to all contracts
subject to the Davis -Bacon Act for which the contract is
awarded (and any solicitation was issued) on or after January
1, 2015. If this contract is covered by the EO, the contractor
must pay all workers in any classification listed on this wage
determination at least $10.20 (or the applicable wage rate
listed on this wage determination, if it is higher) for all
hours spent performing on the contract in calendar year 2017.
The EO minimum wage rate will be adjusted annually. Additional
information on contractor requirements and worker protections
under the EO is available at www.dol.gov /whd /govcontracts.
Modification Number Publication Date
0 01/06/2017
1 01/13/2017
2 02/03/2017
3 02/10/2017
4 03/03/2017
CARP0001 -008 06/01/2015
Rates Fringes
CARPENTER
GROUP 1 $ 27.61 14.00
GROUP 2 $ 41.86 14.49
GROUP 3 $ 32.97 14.00
GROUP 4 $ 31.94 14.00
GROUP 5 $ 73.44 14.00
GROUP 6 $ 35.02 14.00
GROUP 7 $ 36.72 14.00
GROUP 8 $ 33.27 14.00
GROUP 9 $ 35.02 14.00
CARPENTER & DIVER CLASSIFICATIONS:
GROUP 1: Carpenter
GROUP 2: Millwright, machine erector
https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4
1/42
3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbaconNVA1.dvb?v =4
GROUP 3: Piledriver - includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated
material, on all piling
GROUP 4: Bridge carpenters
GROUP 5: Diver Wet
GROUP 6: Diver Tender, Manifold Operator, ROV Operator
GROUP 7: Diver Standby, Bell /Vehicle or Submersible operator
Not Under Pressure
GROUP 8: Assistant Tender, ROV Tender /Technician
GROUP 9: Manifold Operator -Mixed Gas
ZONE PAY:
ZONE 1 0 -40 MILES FREE
ZONE 2 41 -65 MILES $2.25 /PER HOUR
ZONE 3 66 -100 MILES $3.25 /PER HOUR
ZONE 4 OVER 100 MILES $4.75 /PER HOUR
DISPATCH POINTS:
CARPENTERS /MILLWRIGHTS: PASCO (515 N Neel Street) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS /PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite).
CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite).
DEPTH PAY FOR DIVERS BELOW WATER SURFACE:
50 -100 feet $2.00 per foot
101 -150 feet $3.00 per foot
151 -220 feet $4.00 per foot
221 feet and deeper $5.00 per foot
PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT:
0 -25 feet Free
26 -300 feet $1.00 per Foot
SATURATION DIVING:
The standby rate applies until saturation starts. The
saturation diving rate applies when divers are under
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=4
2/42
I3/24/2017 https: //www.wdol.gov/wdol /scafiles /davisbacon/WA1.dvb?v =4
1
pressure continuously until work task and decompression are
complete. the diver rate shall be paid for all saturation
hours.
WORK IN COMBINATION OF CLASSIFICATIONS:
Employees working in any combination of classifications
within the diving crew (except dive supervisor) in a shift
are paid in the classification with the highest rate for
that shift.
HAZMAT PROJECTS:
Anyone working on a HAZMAT job (task), where HAZMAT
certification is required, shall be compensated at a
premium, in addition to the classification working in as
follows:
LEVEL D + $.25 per hour - This is the lowest level of
protection. No respirator is used and skin protection is
minimal.
LEVEL C + $.50 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B + $.75 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit ".
LEVEL A +$1.00 per hour - This level utilizes a fully
encapsulated suit with a self- contained breathing apparatus
or a supplied air line.
CARP0003 -006 10/01/2011
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS(Piledriver only), PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west
to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM
COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY
SEE ZONE DESCRIPTION FOR CITIES BASE POINTS
ZONE 1:
Rates Fringes
Carpenters:
CARPENTERS $ 32.04 14.18
DIVERS TENDERS $ 36.34 14.18
DIVERS $ 77.08 14.18
DRYWALL $ 27.56 14.18
MILLWRIGHTS $ 32.19 14.18
PILEDRIVERS $ 33.04 14.18
DEPTH PAY:
https://www.wdol.gov/wdol/scafiIes/davisbacon'WAl .dvb?v =4 3/42
3/24/2017 https: / /www.wdol. gov /wdol/ scafiles /davisbacorVWA1.dvb ?v =4
50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET
101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET
151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET
Zone
Zone
Zone
Zone
Zone
Zone
Differential (Add up Zone 1 rates):
2 - $0.85
3 - 1.25
4 - 1.70
5 - 2.00
6 - 3.00
BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND
VANCOUVER, (NOTE: All dispatches for Washington State
Counties: Cowlitz, Wahkiakum and Pacific shall be from
Longview Local #1707 and mileage shall be computed from
that point.)
ZONE 1: Projects located within 30 miles
city hall of the above mentioned cities
ZONE 2: Projects located more than
miles of the respective city of the
ZONE 3: Projects located more than
miles of the respective city of the
ZONE 4: Projects located more than
miles of the respective city of the
ZONE 5: Projects located more than
miles of the respective city of the
ZONE 6: Projects located more than
city of the above mentioned cities
of the respective
30 miles and less than 40
above mentioned cities
40 miles and less than 50
above mentioned cities
50 miles and less than 60
above mentioned cities.
60 miles and less than 70
above mentioned cities
70 miles of the respected
* CARP0770 -003 06/01/2016
Rates
Fringes
CARPENTER
CENTRAL WASHINGTON:
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN),
KITTITAS, OKANOGAN (WEST
OF THE 120TH MERIDIAN) AND
YAKIMA COUNTIES $ 40.92 14.59
CARPENTERS ON CREOSOTE
MATERIAL $ 40.46 13.66
CARPENTERS $ 40.36 13.66
DIVERS TENDER $ 35.02 14.00
DIVERS $ 73.44 14.00
MILLWRIGHT AND MACHINE
ERECTORS $ 41.86 13.66
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING $ 40.61 13.66
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
https://www.wdol.gov/wdol/scafiles/davisbaconANA1.dvb?v=4
4/42
1
1
1
3/24/2017 https:// www. wdol. gov/ wdol/scafiIes /davisbacon/WA1.dvb?v =4
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle
Auburn
Renton
Aberdeen - Hoquiam
Ellensburg
Centralia
Chelan
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
Zone Pay:
0 -25 radius miles
26 -35 radius miles
36 -45 radius miles
46 -55 radius miles
Over 55 radius miles
Free
$1.00 /hour
$1.15 /hour
$1.35 /hour
$1.55 /hour
Bellingham
Anacortes
Yakima
Wenatchee
Port Angeles
Sunnyside
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles
26 -45 radius miles
Over 45 radius miles
Free
$ .70 /hour
$1.50 /hour
* CARP0770 -006 06/01/2016
Rates Fringes
CARPENTER
WESTERN WASHINGTON:
CLALLAM, GRAYS HARBOR,
ISLAND, JEFFERSON, KING,
KITSAP, LEWIS (excludes
piledrivers only), MASON,
PACIFIC (North of a
straight line made by
extending the north
boundary line of Wahkiakum
County west to the Pacific
Ocean), PIERCE, SAN JUAN,
SKAGIT, SNOHOMISH,
THURSTON AND WHATCOM
COUNTIES
BRIDGE CARPENTERS $ 40.92 14.59
CARPENTERS ON CREOSOTE
MATERIAL $ 40.46 13.66
CARPENTERS $ 40.92 14.59
DIVERS TENDER $ 44.67 13.66
DIVERS $ 93.56 13.66
https: / /www.wdol.gov/wdol /scafi Ies /davi sbacon/WA1.dvb?v =4
5/42
3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davlsbacon/WA1.dvb?v =4
MILLWRIGHT AND MACHINE
ERECTORS $ 41.86 13.66
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING $ 40.61 13.66
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle Olympia Bellingham
Auburn Bremerton Anacortes
Renton Shelton Yakima
Aberdeen - Hoquiam Tacoma Wenatchee
Ellensburg Everett Port Angeles
Centralia Mount Vernon Sunnyside
Chelan Pt. Townsend
Zone Pay:
0 -25 radius miles Free
26 -35 radius miles $1.00 /hour
36 -45 radius miles $1.15 /hour
46 -55 radius miles $1.35 /hour
Over 55 radius miles $1.55 /hour
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
26 -45 radius miles $ .70 /hour
Over 45 radius miles $1.50 /hour
* ELEC0046 -001 02/06/2017
CALLAM, JEFFERSON, KING AND KITSAP COUNTIES
Rates Fringes
CABLE SPLICER $ 46.87 3% +15.96
ELECTRICIAN $ 47.56 3% +19.31
* ELEC0048 -003 01/01/2017
CLARK, KLICKITAT AND SKAMANIA COUNTIES
Rates
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=4
Fringes
6/42
1
3/24/2017 https://www.wdol.gov/wdol/ scafiles /davisbaconNVA1.dvb?v =4
CABLE SPLICER $ 44.22
ELECTRICIAN $ 40.20
HOURLY ZONE PAY:
21.50
22.18
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Portland, The Dalles, Hood River, Tillamook, Seaside and
Astoria
Zone Pay:
Zone 1: 31 -50 miles $1.50 /hour
Zone 2: 51 -70 miles $3.50 /hour
Zone 3: 71 -90 miles $5.50 /hour
Zone 4: Beyond 90 miles $9.00 /hour
*These are not miles driven. Zones are based on Delorrne
Street Atlas USA 2006 plus.
ELEC0048 -029 01/01/2017
COWLITZ AND WAHKIAKUM COUNTY
Rates Fringes
CABLE SPLICER $ 44.22 21.50
ELECTRICIAN $ 40.20 22.18
ELEC0073 -001 07/01/2016
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN
COUNTIES
Rates Fringes
CABLE SPLICER $ 34.10 16.68
ELECTRICIAN $ 31.50 17.60
ELEC0076 -002 09/01/2016
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTIES
Rates Fringes
CABLE SPLICER $ 40.05 24.49
ELECTRICIAN $ 36.41 24.38
ELEC0112 -005 06/01/2016
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
https: / /www.wdol. gov / wdol / scafiles /davisbacon/WA1.dvb?v =4 7/42
3/24/2017 https: //www.wdol.gov/wdol /scafiles /davisbaconNVA1.dvb?v =4
Rates Fringes
CABLE SPLICER $ 42.32
ELECTRICIAN $ 40.30
18.95
18.89
ELEC0191 -003 06/01/2016
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
Rates Fringes
CABLE SPLICER $ 44.23
ELECTRICIAN $ 42.30
17.73
18.89
ELEC0191 -004 06/01/2016
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
Rates
CABLE SPLICER $ 40.82
ELECTRICIAN $ 39.40
Fringes
17.63
18.80
ENGI0302 -003 06/01/2016
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),
SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
Zone 1 (0 -25 radius miles):
Rates Fringes
POWER EQUIPMENT OPERATOR
Group 1A $ 40.68 18.60
Group 1AA $ 41.28 18.60
Group 1AAA $ 41.87 18.60
Group 1 $ 40.09 18.60
Group 2 $ 39.57 18.60
Group 3 $ 39.12 18.60
Group 4 $ 36.61 18.60
Zone Differential (Add to Zone 1 rates):
Zone 2 (26 -45 radius miles) - $1.00
Zone 3 (Over 45 radius miles) - $1.30
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
https://www.wdol.gov/wdol/scafiles/davisbacon/VVA1.dvb?v=4 8/42
I3/24/2017 https:// www. wdol. gov/ wdol /scafiIes /davisbacon/WA1.dvb?v =4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1AAA - Cranes -over 300 tons, or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments); Tower crane over 175 ft
in height, base to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane - overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders - overhead, 8 yards and over; Shovels,
excavator, backhoes -6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft
of boom (including jib with attachments); Crane - overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off -road equipment
45 yards and over; Loader- overhead 6 yards to, but not
including 8 yards; Mucking machine, mole, tunnel, drill
and /or shield; Quad 9, HD 41, D -10; Remote control operator
on rubber tired earth moving equipment; Rollagon;
Scrapers -self propelled 45 yards and over; Slipform pavers;
Transporters, all truck or track type
GROUP 2 - Barrier machine (zipper); Batch Plant Operaor-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane - overhead, bridge type -20 tons through 44
tons; Chipper; Concrete Pump -truck mount with boom
attachment; Crusher; Deck Engineer /Deck Winches (power);
Drilling machine; Excavator, shovel, backhoe- 3yards and
under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal /directional drill
operator; Loaders - overhead under 6 yards; Loaders -plant
feed; Locomotives -all; Mechanics -all; Mixers - asphalt plant;
Motor patrol graders- finishing; Piledriver (other than
crane mount); Roto - mill,roto- grinder; Screedman, spreader,
topside operator -Blaw Knox, Cedar Rapids, Jaeger,
Caterpillar, Barbar Green; Scraper -self propelled, hard
tail end dump, articulating off -road equipment -under 45
yards; Subgrade trimmer; Tractors, backhoes -over 75 hp;
Transfer material service machine - shuttle buggy, blaw
knox - roadtec; Truck crane oiler /driver -100 tons and over;
Truck Mount portable conveyor; Yo Yo Pay dozer
GROUP 3 - Conveyors; Cranes -thru 19 tons with attachments;
A -frame crane over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozers -D -9 and under; Forklift -3000 lbs.
and over with attachments; Horizontal /directional drill
locator; Outside hoists - (elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts /boom
trucks over 10 tons; Loader - elevating type, belt; Motor
patrol grader- nonfinishing; Plant oiler- asphalt, crusher;
Pumps- concrete; Roller, plant mix or multi -lift materials;
Saws- concrete; Scrpers- concrete and carry -all; Service
https:// www. wdol. gov/ wdol/scafiIes /davisbacoNWA1.dvb?v =4 9/42
3/24/2017 https:// www. wdol. gov/ wdol/ scafiles /davisbaconNVAl.dvb?v =4
engineer- equipment; Trenching machines; Truck Crane
Oiler /Driver under 100 tons; Tractors, backhoe 75 hp and
under
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish mahine -laser screed; Cranes -A frame -10 tons
and under; Elevator and Manlift- permanent or shaft type;
Gradechecker, Stakehop; Forklifts under 3000 lbs. with
attachments; Hydralifts /boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding
operator; Pavement breaker; Posthole digger, mechanical;
Power plant; Pumps, water; Rigger and Bellman; Roller -other
than plant mix; Wheel Tractors, farmall type;
Shotcrete /gunite equipment operator
HANDLING OF HAZARDOUS WASTE MATERIALS:
Personnel in all craft classifications subject to working
inside a federally designated hazardous perimeter shall be
elgible for compensation in accordance with the following
group schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H -1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H -2 Class "C" Suit Base wage rate plus $ .25 per hour.
H -3 Class "B" Suit - Base wage rate plus $ .50 per hour.
H -4 Class "A" Suit - Base wage rate plus $ .75 per hour.
ENGI0370 -002 06/01/2016
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
ZONE 1:
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP 1 $ 26.66 14.55
GROUP 2 $ 26.98 14.55
GROUP 3 $ 27.59 14.55
GROUP 4 $ 27.75 14.55
GROUP 5 $ 27.91 14.55
GROUP 6 $ 28.19 14.55
GROUP 7 $ 28.46 14.55
GROUP 8 $ 29.56 14.55
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=4 10/42
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbaconNVA1.dvb?v =4
ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00
Zone 1: Within 45 mile radius of Spokane, Pasco, Washington;
Lewiston, Idaho
Zone 2: Outside 45 mile radius of Spokane, Pasco,
Washington; Lewiston, Idaho
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power); Deck
Hand; Fireman & Heater Tender; Hydro- seeder, Mulcher,
Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine;
Pumpman; Rollers, all types on subgrade, including seal and
chip coatings (farm type, Case, John Deere & similar, or
Compacting Vibrator), except when pulled by Dozer with
operable blade; Welding Machine; Crane Oiler- Driver (CLD
required) & Cable Tender, Mucking Machine
GROUP 2: A -frame Truck (single drum); Assistant Refrigeration
Plant (under 1000 ton); Assistant Plant Operator, Fireman
or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt
Finishing Machine; Blower Operator (cement); Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power); Concrete Saw (multiple cut); Distributor
Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated); Fork Lift or Lumber
Stacker, hydra -lift & similar; Gin Trucks (pipeline);
Hoist, single drum; Loaders (bucket elevators and
conveyors); Longitudinal Float; Mixer (portable- concrete);
Pavement Breaker, Hydra- Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self - propelled);
Railroad Power Tamper Operator (self - propelled); Railroad
Tamper Jack Operator (self - propelled; Spray Curing Machine
(concrete); Spreader Box (self - propelled); Straddle Buggy
(Ross & similar on construction job only); Tractor (Farm
type R/T with attachment, except Backhoe); Tugger Operator
GROUP 3: A -frame Truck (2 or more drums); Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton);
Backfillers (Cleveland & similar); Batch Plant & Wet Mix
Operator, single unit (concrete); Belt -Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar);
Bending Machine; Bob Cat (Skid Steer); Boring Machine
(earth); Boring Machine (rock under 8 inch bit) (Quarry
Master, Joy or similar); Bump Cutter (Wayne, Saginau or
similar); Canal Lining Machine (concrete); Chipper (without
crane); Cleaning & Doping Machine (pipeline); Deck
Engineer; Elevating Belt -type Loader (Euclid, Barber Green
& similar); Elevating Grader -type Loader (Dumor, Adams or
similar); Generator Plant Engineers (diesel or electric);
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet); Soil Stabilizer (P & H or
similar); Spreader Machine; Dozer /Tractor (up to D -6 or
equivalent) and Traxcavator; Traverse Finish Machine;
https: / /www.wdol.gov/wdol /scafi Ies /davisbaconNVAI .dvb?v =4
11/42
3/24/2017 https: //www.wdol.gov/wdol / scafiles /davisbacon/WAl.dvb?v =4
Turnhead Operator
GROUP 4: Concrete Pumps (squeeze - crete, flow - crete, pump -
crete, Whitman & similar); Curb Extruder (asphalt or
concrete); Drills (churn, core, calyx or diamond);
Equipment Serviceman; Greaser & Oiler; Hoist (2 or more
drums or Tower Hoist); Loaders (overhead & front -end, under
4 yds. R /T); Refrigeration Plant Engineer (under 1000 ton);
Rubber -tired Skidders (R /T with or without attachments);
Surface Heater & Plant Machine; Trenching Machines (under 7
ft. depth capacity); Turnhead (with re- screening); Vacuum
Drill (reverse circulation drill under 8 inch bit)
GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under
3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes
(25 tons & under), all attachments including clamshell,
dragline; Derricks & Stifflegs (under 65 tons); Drilling
Equipment(8 inch bit & over) (Robbins, reverse circulation
& similar); Hoe Ram; Piledriving Engineers; Paving (dual
drum); Railroad Track Liner Operaotr (self - propelled);
Refrigeration Plant Engineer (1000 tons & over); Signalman
(Whirleys, Highline Hammerheads or similar); Grade Checker
GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches
& Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade
wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes
& Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units);
Batch & Wet Mix Operator (multiple units, 2 & incl. 4);
Blade Operator (motor patrol & attachments); Cable
Controller (dispatcher); Compactor (self - propelled with
blade); Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons), all
attachments including clamshell, dragline; Crusher, Grizzle
& Screening Plant Operator; Dozer, 834 R/T & similar; Drill
Doctor; Loader Operator (front -end & overhead, 4 yds. incl.
8 yds.); Multiple Dozer Units with single blade; Paving
Machine (asphalt and concrete); Quad -Track or similar
equipment; Rollerman (finishing asphalt pavement); Roto
Mill (pavement grinder); Scrapers, all, rubber - tired;
Screed Operator; Shovel(under 3 yds.); Trenching Machines
(7 ft. depth & over); Tug Boat Operator Vactor guzzler,
super sucker; Lime Batch Tank Operator ( REcycle Train);
Lime Brain Operator (Recycle Train); Mobile Crusher
Operator (Recycle Train)
GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds
& over); Blade (finish & bluetop) Automatic, CMI, ABC,
Finish Athey & Huber & similar when used as automatic;
Cableway Operators; Concrete Cleaning /Decontamination
machine operator; Cranes (over 45 tons to but not including
85 tons), all attachments including clamshell and dragine;
Derricks & Stiffleys (65 tons & over); Elevating Belt
(Holland type); Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar);
Loaders (overhead & front -end, over 8 yds. to 10 yds.);
Rubber -tired Scrapers (multiple engine with three or more
scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads,
https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4 12/42
I3/24/2017 https: / /www.wdol. gov / wdol/ scafiles /davisbacon/WA1.dvb?v =4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform
Trailers (Goldhofer, Shaurerly andSimilar); Ultra High
Pressure Wateriet Cutting Tool System Operator (30,000
psi); Vacuum Blasting Machine Operator
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead,rail and tower), all attachments including
clamshell, dragline; Loaders (overhead and front -end, 10
yards and over); Helicopter Pilot
BOOM PAY: (A11 Cranes, Including Tower)
180 ft to 250 ft $ .50 over scale
Over 250 ft $ .80 over scale
NOTE:
In computing the length of the boom on Tower Cranes, they
shall be measured from the base of the Tower to the point
of the boom.
HAZMAT:
Anyone working on HAZMAT jobs, working with supplied air
shall receive $1.00 an hour above classification.
ENGI0612 -012 06/01/2014
LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary of Wahkaikum County
to the sea) AND THURSTON COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0 -25 radius miles):
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP 1A $ 38.39 17.40
GROUP 1AA $ 38.96 17.40
GROUP 1AAA $ 39.52 17.40
GROUP 1 $ 37.84 17.40
GROUP 2 $ 37.35 17.40
GROUP 3 $ 36.93 17.40
GROUP 4 $ 34.57 17.40
Zone Differential (Add to Zone 1 rates):
Zone 2 (26 -45 radius miles) = $1.00
Zone 3 (Over 45 radius miles) - $1.30
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom
https: / /www.wdol.gov /wdol /scafi Ies /davisbacon/WA1.dvb?v =4 13/42
3/24/2017 https://www.wdol.gov/wdol/scafiles/davisbacorWVA1.dvb?v=4
(including jib with attachments)
GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane - overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders - overhead, 8 yards and over; Shovels,
excavator, backhoes -6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane - overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off -road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and /or shield; Quad 9 HD 41, D -10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers -
self- propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 - Barrier machine (zipper); Batch Plant Operator -
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane - Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump -truck mount with boom
attachment; Crusher; Deck engineer /deck winches (power);
Drilling machine; Excavator, shovel, backhoe -3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders -plant feed; Locomotives -all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount); Roto -mill, roto-
grinder; Screedman, spreader, topside operator -Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper -self- propelled, hard tail end dump, articulating
off -road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine - shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler /driver -100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane -A -frame over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozer -D -9 and under; Forklift -3000 lbs. and
over with attachments; Horizontal /directional drill
locator; Outside Hoists - (elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts /boom
trucks over 10 tons; Loaders - elevating type, belt; Motor
patrol grader - nonfinishing; Plant oiler- asphalt, crusher;
Pump- Concrete; Roller, plant mix or multi -lfit materials;
Saws - concrete; Scrapers, concrete and carry all; Service
engineers- equipment; Trenching machines; Truck crane
oiler /driver under 100 tons; Tractors, backhoe under 75 hp
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=4 14/42
3/24/2017 https:// www. wdol. gov/ wdol/ scafiles /davisbacon/WA1.dvb?v =4
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine -laser screed; Cranes A -frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts -under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts /boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger - mechanical; Power plant; Pumps - water; Rigger and
Bellman; Roller -other than plant mix; Wheel Tractors,
farmall type; Shotcrete /gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H -1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing, Class "D" Suit - Base
wage rate plus $ .50 per hour.
H -2 Class "C" Suit - Base wage rate plus $1.00 per hour.
H -3 Class "B" Suit - Base wage rate plus $1.50 per hour.
H -4 Class "A" Suit - Base wage rate plus $2.00 per hour.
ENGI0701 -002 01/01/2015
CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND
WAHKIAKUM COUNTIES
POWER RQUIPMENT OPERATORS: ZONE 1
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP 1 $ 39.47 14.10
GROUP 1A $ 41.44 14.10
GROUP 1B $ 43.42 14.10
GROUP 2 $ 37.58 14.10
GROUP 3 $ 36.44 14.10
GROUP 4 $ 35.36 14.10
https: / /www.wdol .gov/wdol/scafiles/davisbaconNVA1.dvb?v=4
15/42
3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4
GROUP 5 $ 34.13
GROUP 6 $ 30.94
Zone Differential (add to Zone 1 rates):
Zone 2 - $3.00
Zone 3 - $6.00
14.10
14.10
For the following metropolitan counties: MULTNOMAH;
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA;
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
INDICATED:
All jobs or projects located in Multnomah, Clackamas and
Marion Counties, West of the western boundary of Mt. Hood
National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post 30 on State Highway 26 and West of
Mile Post 30 on Highway 22 and all jobs or projects located
in Yamhill County, Washington County and Columbia County
and all jobs or porjects located in Clark & Cowlitz County,
Washington except that portion of Cowlitz County in the Mt.
St. Helens "Blast Zone" shall receive Zone I pay for all
classifications.
All jobs or projects located in the area outside the
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for all classifications.
For the following cities: ALBANY; BEND; COOS BAY; EUGENE;
GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
All jobs or projects located within 30 miles of the
respective city hall of the above mentioned cities shall
receive Zone I pay for all classifications.
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above
mentioned cities shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
respective city hall of the above mentioned cities shall
receive Zone III pay for all classifications.
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
Group 1
Concrete Batch Plan and or Wet mix three (3) units or more;
Crane, Floating one hundred and fifty (150) ton but less
than two hundred and fifty (250) ton; Crane, two hundred
(200) ton through two hundred ninety nine (299) ton with
two hundred foot (200') boom or less (including jib,
inserts and /or attachments); Crane, ninety (90) ton through
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=4
16/42
I3/24/2017 https:// www. wdol. gov/ wdol/ scafiles /davisbaconNVAl.dvb?v =4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
one hundred ninety nine (199) ton with over two hundred
(200') boom Including jib, inserts and /or attachments);
Crane, Tower Crane with one hundred seventy five foot
(175') tower or less and with less than two hundred foot
(200') jib; Crane, Whirley ninety (90) ton and over;
Helicopter when used in erecting work
Group 1A
Crane, floating two hundred fifty (250) ton and over; Crane,
two hundred (200) ton through two hundred ninety nine
(299) ton, with over two hundred foot (200') boom
(including jib, inserts and /or attachments); Crane, three
hundred (300) ton through three hundred ninety nine (399)
ton; Crane, Tower Crane with over one hundred seventy five
foot (175') tower or over two hundred foot (200') jib;
Crane, tower Crane on rail system or 2nd tower or more in
work radius
Group 1B
Crane, three hundred (300) ton through three hundred ninety
nine (399) ton, with over two hundred foot (200') boom
(including jib, inserts and /or attachments); Floating
crane, three hundred fifty (350) ton and over; Crane, four
hundred (400) ton and over
Group 2
Asphalt Plant (any type); Asphalt Roto -Mill, pavement
profiler eight foot (8') lateral cut and over; Auto Grader
or "Trimmer "; Blade, Robotic; Bulldozer, Robotic Equipment
(any type); Bulldozer, over one hundred twenty thousand
(120,000) lbs. and above; Concrete Batch Plant and /or Wet
Mix one (1) and two (2) drum; Concrete Diamond Head
Profiler; Canal Trimmer; Concrete, Automatic Slip Form
Paver (Assistant to the Operator required); Crane, Boom
Truck fifty (50) ton and with over one hundred fifty foot
(150') boom and over; Crane, Floating (derrick barge)
thirty (30) ton but less than one hundred fifty (150) ton;
Crane, Cableway twenty -five (25) ton and over; Crane,
Floating Clamshell three (3) cu. Yds. And over; Crane,
ninety (90) ton through one hundred ninety nine (199) ton
up to and including two hundred foot (200') of boom
(including jib inserts and /or attachments); Crane, fifty
(50) ton through eighty nine (89) ton with over one hundred
fifty foot (150') boom (including jib inserts and /or
attachments); Crane, Whirley under ninety (90) ton; Crusher
Plant; Excavator over one hundred thirty thousand (130,000)
lbs.; Loader one hundred twenty thousand (120,000) lbs. and
above; Remote Controlled Earth Moving Equipment; Shovel,
Dragline, Clamshell, five (5) cu. Yds. And over; Underwater
Equipment remote or otherwise, when used in construction
work; Wheel Excavator any size
Group 3
Bulldozer, over seventy thousand (70,000) lbs. up to and
including one hundred twenty thousand (120,000) lbs.;
Crane, Boom Truck fifty (50) ton and over with less than
https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4 17/42
3/24/2017 https: //www.wdol.gov/wdol/ scafiles /davisbacon/VVA1.dvb?v =4
one hundred fifty foot (150') boom; Crane, fifty (50) ton
through eighty nine (89) ton with one hundred fifty foot
(150') boom or less (including jib inserts and /or
attachments); Crane, Shovel, Dragline or Clamshell three
(3) cu. yds. but less than five (5) cu. Yds.; Excavator
over eighty thousand (80,000) lbs. through one hundred
thirty thousand (130,000) lbs.; Loader sixty thousand
(60,000) lbs. and less than one hundred twenty thousand
(120,000) lbs.
Group 4
Asphalt, Screed; Asphalt Paver; Asphalt Roto -Mill, pavement
profiler, under eight foot (8') lateral cut; Asphalt,
Material Transfer Vehicle Operator; Back Filling Machine;
Backhoe, Robotic, track and wheel type up to and including
twenty thousand (20,000) lbs. with any attachments; Blade
(any type); Boatman; Boring Machine; Bulldozer over twenty
thousand (20,000) lbs. and more than one hundred (100)
horse up to seventy thousand (70,000) lbs.; Cable -Plow (any
type); Cableway up to twenty five (25) ton; Cat Drill (John
Henry); Chippers; Compactor, multi- engine; Compactor,
Robotic; Compactor with blade self - propelled; Concrete,
Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile;
Concrete, Paving Road Mixer; Concrete, Reinforced Tank
Banding Machine; Crane, Boom Truck twenty (20) ton and
under fifty (50) ton; Crane, Bridge Locomotive, Gantry and
Overhead; Crane, Carry Deck; Crane, Chicago Boom and
similar types; Crane, Derrick Operator, under one hundred
(100) ton; Crane, Floating Clamshell, Dragline, etc.
Operator, under three (3) cu. yds. Or less than thirty (30)
ton; Crane, under fifty (50) ton; Crane, Quick Tower under
one hundred foot (100') in height and less than one hundred
fifty foot (150') jib (on rail included); Diesel - Electric
Engineer (Plant or Floating); Directional Drill over twenty
thousand (20,000) lbs. pullback; Drill Cat Operator; Drill
Doctor and /or Bit Grinder; Driller, Percussion, Diamond,
Core, Cable, Rotary and similar type; Excavator Operator
over twenty thousand (20,000) lbs. through eighty thousand
(80,000) lbs.; Generator Operator; Grade -all; Guardrail
Machines, i.e. punch, auger, etc.; Hammer Operator
(Piledriver); Hoist, stiff leg, guy derrick or similar
type, fifty (50) ton and over; Hoist, two (2) drums or
more; Hydro Axe (loader mounted or similar type); Jack
Operator, Elevating Barges, Barge Operator, self - unloading;
Loader Operator, front end and overhead, twenty five
thousand (25,000) lbs. and less than sixty thousand
(60,000) lbs.; Log Skidders; Piledriver Operator (not crane
type); Pipe, Bending, Cleaning, Doping and Wrapping
Machines; Rail, Ballast Tamper Multi- Purpose; Rubber -tired
Dozers and Pushers; Scraper, all types; Side -Boom; Skip
Loader, Drag Box; Strump Grinder (loader mounted or similar
type); Surface Heater and Planer; Tractor, rubber - tired,
over fifty (50) HP Flywheel; Trenching Machine three foot
(3') depth and deeper; Tub Grinder (used for wood debris);
Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine;
Ultra High Pressure Water Jet Cutting Tool System Operator;
https:// www. wdol. gov/ wdol/scafiles /davisbacoNWAl.dvb?v =4 18/42
I3/24/2017 https: //www.wdol.gov/wdol /scafiles /davisbaCONWA1.dvb?v =4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Vacuum Blasting Machine Operator; Water pulls, Water wagons
Group 5
Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt
mix); Asphalt, Roto -Mill pavement profiler ground man;
Bulldozer, twenty thousand (20,000) lbs. or less, or one
hundred (100) horse or less; Cement Pump; Chip Spreading
Machine; Churn Drill and Earth Boring Machine; Compactor,
self - propelled without blade; Compressor, (any power) one
thousand two hundred fifty (1,250) cu. ft. and over, total
capacity; Concrete, Batch Plant Quality control; Concrete,
Combination Mixer and compressor operator, gunite work;
Concrete, Curb Machine, Mechanical Berm, Curb and /or Curb
and Gutter; Concrete, Finishing Machine; Concrete, Grouting
Machine; Concrete, Internal Full Slab Vibrator Operator;
Concrete, Joint Machine; Concrete, Mixer single drum, any
capacity; Concrete, Paving Machine eight foot (8') or less;
Concrete, Planer; Concrete, Pump; Concrete, Pump Truck;
Concrete, Pumperete Operator (any type); Concrete, Slip
Form Pumps, power driven hydraulic lifting device for
concrete forms; Conveyored Material Hauler; Crane, Boom
Truck under twenty (20) tons; Crane, Boom Type lifting
device, five (5) ton capacity or less; Drill, Directional
type less than twenty thousand (20,000) lbs. pullback; Fork
Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist
Operator, single drum; Hydraulic Backhoe track type up to
and including twenty thousand (20,000) lbs.; Hydraulic
Backhoe wheel type (any make); Laser Screed; Loaders,
rubber -tired type, less than twenty five thousand (25,000)
lbs.; Pavement Grinder and /or Grooving Machine (riding
type); Pipe, cast in place Pipe Laying Machine; Pulva -Mixer
or similar types; Pump Operator, more than five (5) pumps
(any size); Rail, Ballast Compactor, Regulator, or Tamper
machines; Service Oiler (Greaser); Sweeper Self- Propelled;
Tractor, Rubber - Tired, fifty (50) HP flywheel and under;
Trenching Machine Operator, maximum digging capacity three
foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power
Jumbo setting slip forms, etc.
Group 6
Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck
Mounted Asphalt Spreader, with Screed; Auger Oiler;
Boatman; Bobcat, skid steed (less than one (1) yard);
Broom, self - propelled; Compressor Operator (any power)
under 1,250 cu. ft. total capacity; Concrete Curing Machine
(riding type); Concrete Saw; Conveyor Operator or
Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler;
Deckhand; Drill, Directional Locator; Fork Lift; Grade
Checker; Guardrail Punch Oiler; Hydrographic Seeder
Machine, straw, pulp or seed; Hydrostatic Pump Operator;
Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump
(any power); Rail, Brakeman, Switchman, Motorman; Rail,
Tamping Machine, mechanical, self - propelled; Rigger; Roller
grading (not asphalt); Truck, Crane Oiler- Driver
https:// www. wdol. gov/ wdol/scafiles /davisbacoNWAl.dvb?v =4 19/42
3/24/2017 https:// www. wdol. gov/ wdol/scafiIes /davisbacon/WA1.dvb?v =4
IRON0014 -005 07/01/2016
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes
IRONWORKER $ 32.89 24.56
IRON0029 -002 07/01/2015
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM
COUNTIES
Rates Fringes
IRONWORKER $ 34.12 23.04
IRON0086 -002 07/01/2016
YAKIMA, KITTITAS AND CHELAN COUNTIES
Rates
IRONWORKER $ 32.89
Fringes
24.56
IRON0086 -004 07/01/2016
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES
Rates Fringes
IRONWORKER $ 40.52 24.71
LAB00238 -004 06/01/2016
PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th
Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA
SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE,
STEVENS & WHITMAN COUNTIES
Rates Fringes
LABORER (PASCO)
GROUP 1 $ 23.51 11.40
GROUP 2 $ 25.61 11.40
GROUP 3 $ 25.88 11.40
GROUP 4 $ 26.15 11.40
GROUP 5 $ 26.43 11.40
https:// www. wdol. gov/ wdol /scafiles /davisbacon/WAl.dvb?v =4 20/42
3/24/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=4
LABORER (SPOKANE)
GROUP 1 $ 23.51 11.40
GROUP 2 $ 25.61 11.40
GROUP 3 $ 25.88 11.40
GROUP 4 $ 26.15 11.40
GROUP 5 $ 26.43 11.40
Zone Differential (Add to Zone 1 rate): $2.00
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1: 0 -45 radius miles from the main post office.
Zone 2: 45 radius miles and over from the main post office.
LABORERS CLASSIFICATIONS
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic
Control Maintenance Laborer (to include erection and
maintenance of barricades, signs and relief of flagperson);
Window Washer /Cleaner (detail cleanup, such as, but not
limited to cleaning floors, ceilings, walls, windows, etc.
prior to final acceptance by the owner)
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder;
Carpenter Tender; Cement Handler; Clean -up Laborer;
Concrete Crewman (to include stripping of forms, hand
operating jacks on slip form construction, application of
concrete curing compounds, pumperete machine, signaling,
handling the nozzle of squeezcrete or similar machine,6
inches and smaller); Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean -up,
burning, loading, wrecking and salvage of all material);
Dumpman; Fence Erector; Firewatch; Form Cleaning Machine
Feeder, Stacker; General Laborer; Grout Machine Header
Tender; Guard Rail (to include guard rails, guide and
reference posts, sign posts, and right -of -way markers);
Hazardous Waste Worker, Level D (no respirator is used and
skin protection is minimal); Miner, Class "A" (to include
all bull gang, concrete crewman, dumpman and pumperete
crewman, including distributing pipe, assembly & dismantle,
and nipper); Nipper; Riprap Man; Sandblast Tailhoseman;
Scaffold Erector (wood or steel); Stake Jumper; Structural
Mover (to include separating foundation, preparation,
cribbing, shoring, jacking and unloading of structures);
Tailhoseman (water nozzle); Timber Bucker and Faller (by
hand); Track Laborer (RR); Truck Loader; Well -Point Man;
All Other Work Classifications Not Specially Listed Shall
Be Classified As General Laborer
GROUP 3: Asphalt Roller, walking; Cement Finisher Tender;
Concrete Saw, walking; Demolition Torch; Dope Pot Firemen,
non - mechanical; Driller Tender (when required to move and
position machine); Form Setter, Paving; Grade Checker using
level; Hazardous Waste Worker, Level C (uses a chemical
"splash suit" and air purifying respirator); Jackhammer
Operator; Miner, Class "B" (to include brakeman, finisher,
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=4
21/42
3/24/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=4
vibrator, form setter); Nozzleman (to include squeeze and
flo -crete nozzle); Nozzleman, water, air or steam; Pavement
Breaker (under 90 lbs.); Pipelayer, corrugated metal
culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy
Operator; Power Tool Operator, gas, electric, pneumatic;
Railroad Equipment, power driven, except dual mobile power
spiker or puller; Railroad Power Spiker or Puller, dual
mobile; Rodder and Spreader; Tamper (to include operation
of Barco, Essex and similar tampers); Trencher, Shawnee;
Tugger Operator; Wagon Drills; Water Pipe Liner;
Wheelbarrow (power driven)
GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush
Machine (to include horizontal construction joint cleanup
brush machine, power propelled); Caisson Worker, free air;
Chain Saw Operator and Faller; Concrete Stack (to include
laborers when laborers working on free standing concrete
stacks for smoke or fume control above 40 feet high);
Gunite (to include operation of machine and nozzle);
Hazardous Waste Worker, Level B (uses same respirator
protection as Level A. A supplied air line is provided in
conjunction with a chemical "splash suit "); High Scaler;
Laser Beam Operator (to include grade checker and elevation
control); Miner, Class C (to include miner, nozzleman for
concrete, laser beam operator and rigger on tunnels);
Monitor Operator (air track or similar mounting); Mortar
Mixer; Nozzleman (to include jet blasting nozzleman, over
1,200 lbs., jet blast machine power propelled, sandblast
nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to
include working topman, caulker, collarman, jointer,
mortarman, rigger, jacker, shorer, valve or meter
installer); Pipewrapper; Plasterer Tender; Vibrators (all)
GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker,
Level A (utilizes a fully encapsulated suit with a
self- contained breathing apparatus or a supplied air line);
Miner Class "D ", (to include raise and shaft miner, laser
beam operator on riases and shafts)
LAB00238 -006 06/01/2016
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT,
LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA,
WHITMAN
Rates Fringes
Hod Carrier $ 25.61 11.40
LAB00252 -010 06/01/2014
CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC
(EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES
https:// www. wdol. gov/ wdal /scafiles /davisbaconNVAl.dvb?v =4 22/42
I3/24/2017 https: / /www.wdol. gov / wdol/ scafiles /davisbacon/WA1.dvb?v =4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Rates Fringes
LABORER
GROUP 1 $ 22.49 10.30
GROUP 2 $ 25.79 10.30
GROUP 3 $ 32.29 10.30
GROUP 4 $ 33.08 10.30
GROUP 5 $ 33.62 10.30
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer /Cleaner (detail clean -up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean -up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical "splash suit" and
air purifying respirator); Maintenance Person; Material
https: / /www.wdol .gov /wdol /scafi Ies /davi sbacon/WA1.dvb?v =4
23/42
3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbaconNVA1.dvb?v =4
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper - Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper- Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper /Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical "splash suit ");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder - Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller- Power;
Raker - Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re- Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self- contained
breathing apparatus or a supplied air line).
LAB00292 -008 06/01/2014
ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES
Rates Fringes
LABORER
GROUP 1 $ 22.49 10.30
GROUP 2 $ 25.79 10.30
GROUP 3 $ 32.29 10.30
GROUP 4 $ 33.08 10.30
GROUP 5 $ 33.62 10.30
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
https:// www. wdol .gov/wdol /scafiIes /davisbacon/ VA1.dvb?v =4 24/42
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacoNWA1.dvb?v =4
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer /Cleaner (detail clean -up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean -up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical "splash suit" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper - Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper- Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper /Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical "splash suit ");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder - Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller- Power;
Raker - Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4
25/42
3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4
glas operated tool; Timber Person -sewer Gagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re- Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self- contained
breathing apparatus or a supplied air line).
LAB00335 -001 06/01/2013
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES
Rates Fringes
Laborers:
ZONE 1:
GROUP 1 $ 28.65 10.05
GROUP 2 $ 29.25 10.05
GROUP 3 $ 29.69 10.05
GROUP 4 $ 30.07 10.05
GROUP 5 $ 26.15 10.05
GROUP 6 $ 23.73 10.05
GROUP 7 $ 20.53 10.05
Zone Differential (Add to Zone 1 rates):
Zone 2 $ 0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city all.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
LABORERS CLASSIFICATIONS
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change -House Man or Dry
Shack Man; Choker Setter; Clean -up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew);
Elevator Feeders; Median Rail Reference Post, Guide Post,
Right of Way Marker; Fine Graders; Fire Watch; Form
https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4
1 3/24/2017 https:// www. wdol. gov/ wdol/scafiles /davisbacon/WA1.dvb?v =4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Strippers (not swinging stages); General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types); Loading Spotters; Material
Yard Man (including electrical); Pittsburgh Chipper
Operator or Similar Types; Railroad Track Laborers; Ribbon
Setters (including steel forms); Rip Rap Man (hand placed);
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor); Toolroom Man (at job
site); Tunnel Bullgang (above ground); Weight -Man- Crusher
(aggregate when used)
GROUP 2: Applicator (including pot power tender for same),
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw); Burners; Choker Splicer; Clary Power Spreader and
similar types; Clean- up Nozzleman -Green Cutter (concrete,
rock, etc.); Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materials of an
irritating nature (including cement and lime); Tool
Operators (includes but not limited to: Dry Pack Machine;
Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping
and Wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet);
Stake - Setter; Tunnel - Muckers, Brakemen, Concrete Crew,
Bullgang (underground)
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill
Operators, air tracks, cat drills, wagon drills,
rubber - mounted drills, and other similar types including at
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilling,
blasting, barring -down, or sloping and stripping); Manhole
Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power
Saw Operators (Bucking and Falling); Pumperete Nozzlemen;
Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls);
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying)- applicable when employee assigned to move, set
up, align; Laser Beam; Tunnel Miners; Motorman -Dinky
Locomotive - Tunnel; Powderman - Tunnel; Shield Operator - Tunnel
GROUP 5: Traffic Flaggers
GROUP 6: Fence Builders
GROUP 7: Landscaping or Planting Laborers
LAB00335 -019 09/01/2013
https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4
27/42
3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbaconNVA1.dvb?v =4
Rates Fringes
Hod Carrier $ 30.47 10.05
LAB00348 -003 06/01/2014
CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA
COUNTIES
Rates Fringes
LABORER
GROUP 1 $ 18.95 10.30
GROUP 2 $ 21.76 10.30
GROUP 3 $ 23.85 10.30
GROUP 4 $ 24.43 10.30
GROUP 5 $ 24.85 10.30
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer /Cleaner (detail clean -up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
https:// www. wdol. gov/ wdol/scafiles /davisbacon/VVA1.dvb?v =4 28/42
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean -up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical "splash suit" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper - Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper- Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper /Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical "splash suit ");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder - Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller- Power;
Raker - Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re- Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self- contained
breathing apparatus or a supplied air line).
LAB00440 -001 06/01/2014
KING COUNTY
Rates Fringes
LABORER
GROUP 1 $ 22.49 10.30
GROUP 2 $ 25.79 10.30
GROUP 3 $ 32.29 10.30
GROUP 4 $ 33.08 10.30
GROUP 5 $ 33.62 10.30
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
https:// www. wdol. gov/ wdol/scafiles /davisbaconM/A1.dvb?v =4 29/42
3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacoNVVA1.dvb?v =4
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer /Cleaner (detail clean -up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean -up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical "splash suit" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper - Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper- Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper /Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
https://www.wdol.gov/wdol/scafiles/davisbacoNWA1.dvb?v=4
1
1
1
3/24/2017 https:// www. wdol .gov/wdol/scafiles /davisbacon/ VA1.dvb?v =4
provided in conjunction with a chemical "splash suit ");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder - Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller- Power;
Raker - Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re- Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self- contained
breathing apparatus or a supplied air line).
PAIN0005 -002 12/01/2016
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH),
SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Painters:
STRIPERS $ 30.58 14.27
PAIN0005 -004 03/01/2009
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
PAINTER $ 20.82 7.44
* PAIN0005 -006 08/01/2016
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE);
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
Rates Fringes
PAINTER
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water
https: / /www.wdol. gov/wdol /scafiles /davisbacon/WAl .dvb?v =4 31/42
3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4
and Sandblasting $ 29.10 11.04
Over 30' /Swing Stage Work$ 22.20 7.98
Brush, Roller, Striping,
Steam - cleaning and Spray$ 24.00 11.04
Lead Abatement, Asbestos
Abatement $ 21.50 7.98
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
PAIN0055 -003 01/01/2017
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
Rates Fringes
PAINTER
Brush & Roller $ 22.52 10.10
High work - All work 60
ft. or higher $ 23.27 10.10
Spray and Sandblasting $ 23.47 10.10
PAIN0055 -006 01/01/2017
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates Fringes
Painters:
HIGHWAY & PARKING LOT
STRIPER $ 34.37 11.38
PLAS0072 -004 07/01/2016
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
COUNTIES
Rates Fringes
CEMENT MASON /CONCRETE FINISHER
ZONE 1 $ 27.13 13.67
Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00
BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee
Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
PLAS0528 -001 06/01/2016
https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4 32/42
1 3/24/2017 https: / /www.wdol. gov / wdol/ scafiles /davisbacon/WA1.dvb?v =4
1
1
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES
Rates Fringes
CEMENT MASON
CEMENT MASON $ 39.52 16.04
COMPOSITION, TROWEL
MACHINE, GRINDER, POWER
TOOLS, GUNNITE NOZZLE $ 40.02 16.04
TROWLING MACHINE OPERATOR
ON COMPOSITION $ 40.02 16.04
PLAS0555 -002 06/01/2015
CLARK, KLICKITAT AND SKAMANIA COUNTIES
ZONE 1:
Rates Fringes
CEMENT MASON
CEMENT MASONS DOING BOTH
COMPOSITION /POWER
MACHINERY AND
SUSPENDED /HANGING SCAFFOLD$ 30.58
CEMENT MASONS ON
SUSPENDED, SWINGING AND /OR
HANGING SCAFFOLD $ 30.58
CEMENT MASONS $ 29.98
COMPOSITION WORKERS AND
POWER MACHINERY OPERATORS$ 31.18
Zone Differential (Add To Zone 1 Rates):
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 3.00
18.18
18.18
18.18
18.18
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER
ZONE 1: Projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
TEAM0037 -002 06/01/2016
https: / /www.wdol.gov /wdol /scafi Ies /davi sbacon/WA1.dvb?v =4
33/42
3/24/2017 https: //www.wdol.gov/wdol / scafiles /davisbaconNVAl.dvb?v =4
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Truck drivers:
ZONE 1
GROUP 1 $ 27.60 14.37
GROUP 2 $ 27.72 14.37
GROUP 3 $ 27.85 14.37
GROUP 4 $ 28.12 14.37
GROUP 5 $ 28.34 14.37
GROUP 6 $ 28.51 14.37
GROUP 7 $ 28.71 14.37
Zone Differential (Add to Zone 1 Rates):
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city
hall.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: A Frame or Hydra lifrt truck w /load bearing
surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated); Concrete
Pump Truck; Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
on job site); Loader and /or Leverman on Concrete Dry Batch
Plant (manually operated); Pilot Car; Pickup Truck; Solo
Flat Bed and misc. Body Trucks, 0 -10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
https://www.wdol.gov/wdol/scafiles/davisbacon/VVA1.dvb?v=4
1
1
3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4
GROUP 2: Boom Truck /Hydra -lift or Retracting Crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
Trucks /Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader
Driver or Leverman; Lowbed Equipment, Flat Bed Semi - trailer
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver - Straddle Carrier (used in loading,
unloading and transporting of materials on job site); Oil
Distributor Driver or Leverman; Transit mix and wet or dry
mix trcuks: over 5 cu. yds. and including 7 cu. yds.;
Vacuum Trucks; Water truck /Wagons (rated capacity) over
3,000 to 5,000 gallons
GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks,
side, end and bottom dumps, including Semi Trucks and
Trains or combinations thereof: over 10 cu. yds. and
including 30 cu. yds. includes Articulated Dump Trucks;
Self- Propelled Street Sweeper; Transit mix and wet or dry
mix truck: over 7 cu yds. and including 11 cu yds.; Truck
Mechanic - Welder -Body Repairman; Utility and Clean -up Truck;
Water Wagons (rated capacity) over 5,000 to 10,000 gallons
GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom
cumps, including Semi - Trucks and Trains or combinations
thereof: over 30 cu. yds. and including 50 cu. yds.
includes Articulated Dump Trucks; Fire Guard; Transit Mix
and Wet or Dry Mix Trucks, over 11 cu. yds. and including
15 cu. yds.; Water Wagon (rated capacity) over 10,000
gallons to 15,000 gallons
GROUP 5: Composite Crewman; Dump Trucks, side, end and
bottom dumps, including Semi Trucks and Trains or
combinations thereof: over 50 cu. yds. and including 60 cu.
yds. includes Articulated Dump Trucks
GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch
concrete Mix Trucks; Dump trucks, side, end and bottom
dumps, including Semi Trucks and Trains of combinations
thereof: over 60 cu. yds. and including 80 cu. yds., and
includes Articulated Dump Trucks; Skid Truck
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 80 cu.
yds. and including 100 cu. yds., includes Articulated Dump
Trucks; Industrial Lift Truck (mechanical tailgate)
* TEAM0174 -001 01/01/2017
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4
Rates Fringes
35/42
3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbaconNVA1.dvb?v =4
Truck drivers:
ZONE A:
GROUP 1• $ 34.13 18.57
GROUP 2• $ 33.29 18.57
GROUP 3 $ 30.48 18.57
GROUP 4 $ 25.51 18.57
GROUP 5 $ 33.68 18.57
ZONE B (25 -45 miles from center of listed cities *): Add $.70
per hour to Zone A rates.
ZONE C (over 45 miles from centr of listed cities *): Add
$1.00 per hour to Zone A rates.
*Zone pay will be calculated from the city center of the
following listed cities:
BELLINGHAM
EVERETT
SEATTLE
TACOMA
CENTRALIA
SHELTON
PORT ANGELES
PORT TOWNSEND
TRUCK DRIVERS CLASSIFICATIONS
RAYMOND
ANACORTES
MT. VERNON
ABERDEEN
OLYMPIA
BELLEVUE
KENT
BREMERTON
GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or
similar equipment when "A" frame or " Hydralift" and Boom
truck or similar equipment is used; Buggymobile; Bulk
Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotrailer, Cat DW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
Two and Four - Wheeled power tractor with trailer and similar
top - loaded equipment transporting material: Dump Trucks,
side, end and bottom dump, including semi - trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bulk loose
aggregates); Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in heavy construction; Water Wagon and Tank
Truck -3,000 gallons and over capacity
GROUP 2 - Bulllifts, or similar equipment used in loading or
unloading trucks, transporting materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,
Le Tourneau, Westinghouse, Athye wagon, Euclid two and
four - wheeled power tractor with trailer and similar
top - loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi - trucks and trains
or combinations thereof with less than 16 yards capacity;
Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck,
Greaser, Battery Service Man and /or Tire Service Man;
Leverman and loader at bunkers and batch plants; Oil tank
transport; Scissor truck; Slurry Truck; Sno -Go and similar
equipment; Swampers; Straddler Carrier (Ross, Hyster) and
similar equipment; Team Driver; Tractor (small,
rubber - tired)(when used within Teamster jurisdiction);
https://www.wdol.gov/wdol/scafiles/davisbaconANA1.ctvb?v=4
36/42
1 3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Vacuum truck; Water Wagon and Tank trucks -less than 3,000
gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite
work only)
GROUP 4 - Escort or Pilot Car
GROUP 5 - Mechanic
HAZMAT PROJECTS
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit."
LEVEL A: +$.75 per hour - This level utilizes a fully -
encapsulated suit with a self- contained breathing apparatus
or a supplied air line.
TEAMO69O -004 07/01/2016
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
COUNTIES
Rates Fringes
Truck drivers: (AREA 1:
SPOKANE ZONE CENTER: Adams,
Chelan, Douglas, Ferry,
Grant, Kittitas, Lincoln,
Okanogan, Pen Oreille,
Spokane, Stevens, and Whitman
Counties
AREA 1: LEWISTON ZONE CENTER:
Asotin, Columbia, and
Garfield Counties
AREA 2: PASCO ZONE CENTER:
Benton, Franklin, Walla Walla
and Yakima Counties)
AREA 1:
GROUP 1 $ 20.97 16.79
GROUP 2 $ 23.24 16.79
GROUP 3 $ 23.74 16.79
GROUP 4 $ 24.07 16.79
https: / /www.wdol.gov/wdol /scafiles /davisbacon/WA1.dvb?v =4 37/42
3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4
GROUP 5 $ 24.18 16.79
GROUP 6 $ 24.35 16.79
GROUP 7 $ 24.88 16.79
GROUP 8 $ 25.24 16.79
AREA 2:
GROUP 1 $ 23.11 16.79
GROUP 2 $ 25.75 16.79
GROUP 3 $ 25.86 16.79
GROUP 4 $ 26.19 16.79
GROUP 5 $ 26.30 16.79
GROUP 6 $ 26.30 16.79
GROUP 7 $ 27.20 16.79
GROUP 8 $ 27.16 16.79
Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00)
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1: 0 -45 radius miles from the main post office.
Zone 2: Outside 45 radius miles from the main post office
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power
Boat Hauling Employees or Material
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and
under); Leverperson (loading trucks at bunkers); Trailer
Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;
Stationary Fuel Operator; Tractor (small, rubber - tired,
pulling trailer or similar equipment)
GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile &
Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. &
under); Flat Bed Truck with Hydraullic System; Fork Lift
(3001- 16,000 lbs.); Fuel Truck Driver, Steamcleaner &
Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo;
Scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, & similar); Tireperson; Transit Mixers &
Truck Hauling Concrete (3 yd. to & including 6 yds.);
Trucks, side, end, bottom & articulated end dump (3 yards
to and including 6 yds.); Warehouseperson (to include
shipping & receiving); Wrecker & Tow Truck
GROUP 4: A- Frame; Burner, Cutter, & Welder; Service Greaser;
Trucks, side, end, bottom & articulated end dump (over 6
yards to and including 12 yds.); Truck Mounted Hydro
Seeder; Warehouseperson; Water Tank truck (0 -8,000 gallons)
GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under);
Self- loading Roll Off; Semi -Truck & Trailer; Tractor with
Steer Trailer; Transit Mixers and Trucks Hauling Concrete
(over 6 yds. to and including 10 yds.); Trucks, side, end,
bottom and end dump (over 12 yds. to & including 20 yds.);
Truck - Mounted Crane (with load bearing surface either
mounted or pulled, up to 14 ton); Vacuum Truck (super
sucker, guzzler, etc.)
https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4
38/42
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4
GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift
(over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field);
Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
yds.); Trucks, side, end, bottom and articulated end dump
(over 20 yds. to & including 40 yds.); Truck and Pup;
Tournarocker, DWs & similar with 2 or more 4 wheel -power
tractor with trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8,001- 14,000 gallons);
Lowboy(over 50 tons)
GROUP 7: Oil Distributor Driver; Stringer Truck (cable
oeprated trailer); Transit Mixers & Trucks Hauling Concrete
(over 20 yds.); Truck, side, end, bottom end dump (over 40
yds. to & including 100 yds.); Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
25 tons);
GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 yds.); Helicopter
Pilot Hauling Employees or Materials
Footnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a
premium, in additon to the classification working in as
follows:
LEVEL C -D: - $.50 PER HOUR (This is the lowest level of
protection. This level may use an air purifying respirator
or additional protective clothing.
LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction
with a chemical spash suit or fully encapsulated suit with
a self - contained breathing apparatus.
Employees shall be paid Hazmat pay in increments of four(4)
and eight(8) hours.
NOTE:
Trucks Pulling Equipment Trailers: shall receive $.15 /hour
over applicable truck rate
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis -Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4
39/42
3/24/2017 https:// www. wdol. gov/ wdol/scafiles /davisbaconNVA1.dvb?v =4
Employees must be permitted to use paid sick leave for their
own illness, injury or other health - related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health - related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at www.dol.gov /whd /govcontracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than "SU" or
"UAVG" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198 -005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the "SU" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4
40/42
3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4
non -union rates. Example: SULA2012 -007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG -OH -0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated /CBA rate of the union locals from which the rate is
based.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4
41/42
3/24/2017 https:// www. wdol. gov/ wdol/scafiles /davisbaconM/A1.dvb?v =4
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4
42/42
APPENDIX C: WSDOT STANDARD PLANS
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
RFB # 17 -004
March 2017
iii
h 11
i\ (I
11 h
1 11 11
u==21,
\f3Eto\L
3. For frame details. see Standard Plan B- 30.10.
t3
s
.5
.5 .5
AZ
OLOIAO VSI1 'AB NMVHO
a
O
,cney.an O ..iao w ..w.....a.
Md.O,w..MyM 4 wit .d b..Rr« w,: WIN
,.,M
R
0
0
aft 4W ()
=2R zy
ZU� l o
4WW .
Cg W4�y
z
4
1-
i
a:
4',
W
W
.A O1.Zt
• VdONd SJR1VA
,z1
z-f
FACE OF CURB
C
c
WE
t4!
U 1
Q w
p�1�
l7 C p
• pE
IL
E'cq
w p
co
a
U O
F c
a co
W O W r
0
N i z
cc
V >
W
r
<0
0.
W
0
W
W
0 Z ,?n
0 O
Z Z
uJa
co
0 U
W
LL
LL LL
J
0
Z
A
I-
CU g
w• S
CL w
W
0
0
12
Zan
O r<
C1
2
CEMENT CONCRETE PEDESTRIAN CURB
1 • 0
N
✓ O
iu T
W a
m z N
O 1 o
o • d-
• cg N
Z Q
!W z
i
i
O y
FACE OF CURB
re
Y W
I—
s O V
C C)
LL
Z
W
W I.-
0
APPROVED FOR PUBLICATION
II,
F �
Z7
U
i V
W ti
u LL
J g
to
H F
7 Z
2 z
O
V
ii as 7 Need :AS NMVtN]
co
z
H 7
!Z
10 L
0 U-
0
0
I-
< W
J fY
Z
O
V
Z
z
0 0
v m
Q1H
O C
00
c
m
grx
um
45
oZ
d3
LL.2
co
�aa
it
cO
O
NO
(Ain
Y
o-4 m
ecE{
O km
• 0tmymvm c j
,m p t202 0. (
.
c O C O e C. 0 ▪ 0 0 y
° p0m56. ▪ to is • al£ '� a) c$ « f0 g ii s m m
mO.U' L
I 0 2m
0) d$ N o
-g c NCN m • O —
p ay «c£ E
no $ O EEm m 20? mp
c2a > L 0
U �maEm0 w wpm
a
m cL ui 24:T...,2 c m— T
° O m
a O m% o m 33x O O • a Z
E
L m y c C 4 m V C N oN rn E(Tea J p Om'e0 .E._E c ob
ht CU a' c mC
m m e m c
mK rn —O E h c a�
Mt am m V 3 2 m �'h «Se -e. 07 t E
lL-za 0E $ 0$ 3 Urn 0.0
DEPRESSED CURB AND GUTTER
U
E w
0
NU
W Z
❑w
ww
aN
gJ
5
CURB AND GUTTER
P
U
FACE OF CURB
1.
O
0
DEPRESSED CURB AND GUTTER
8
m
00
O0
w
0.
Q0.
Qz
U
WON
W Z W
r
wiz
00<
SLOPE IN EITHER DIRECTION
2
U'
w
0
o0
O • W Z
0_. 0W
OdeO^
0. Ui
rcc zz
Pi
go gz
00
MT; N Q
�O rLL
i*
APPROVED FOR PUBLICATION
1
tdu)
.4
1130011 N213d :A9 NM'd210
w
Z
co
2
GRADE BREAK
b
in
2
N
40
t.
fig
UZ
Zw
gw
N
w
a
ISOMETRIC VIEW
TYPE PARALLEL A PAY LIMIT
10
W
w
as
a
VJ
H
h
E
8
ma
O
m
m
.0
N
N
) 0
0
J r
c a5
N c
ap
0
cr E
u
U m
DEPRESSED CURB AND GUTTER
— c_+i f
0
2
5
8
CURB RAMP
w
ww 2E
i= ao
0W Ua
1N a
F
w
2--,
Uaz Oz U
0 F w
N z N
p.o
o0
z 2-.
Na
a w
0
0 512-
g00o:
z? af2� wY
ob a iii
m<
_.4.4" I
C
ii
Z '
DY 1
5gsigmz�
Q0b W
K Q F N
c� U w � a
U2 F.
z UW K
o Z) 5
w 2 1 LL
N Wa
03
0
y
FACE OF CURB
K
w
m
0
z
m
0
0
W a
W0
0
Z
O m
U
m
SLOPE IN EITHER DIRECTION
0
z
w
•
0
J
•k
APPROVED FOR PUBUCATION
1
U
FACE OF CURB
� Y
QJ
Q m
7
00
=-
1130011 N>333 :A8 NMVL10
f\-1\\\
1\
444110
W m J
az
fw
w
N
K3
7
V �
W �
W G
0L
wo
W z
U W
re
a
W K
UU
OQQ
U �—W
wwz
W W W
000)
7
0
0
CL
Q
7
U
w°
N0
NO
W Z
00
row
=0
y0z
F W
N
re
2S
U 1
0
2 7
w0
wo
0<
ISOMETRIC VIEW
TYPE PERPENDICULAR A PAY LIMIT
1
1
1
1
1
1
1
1
1
1
1
1
1
m
250a) °gT
�,E�oma
O m 8 m m
O. g$ m UT,
o c $O r� w
N
D 2
t2120"6
N 0 E
F8
c0
a �CG'
cu��2m
ETV!!
N aj A
E''2.241
o.>� m
{O a_0E
(1) 41 0
06.51uE
E 0No. n
m e m m m m
m c
m pp
.0 U tp O U
Ol O mm U m
N N O U N 0
O Ot cm2O
0 o 22
jE g6E2
ai
The rows of truncated domes shall be aligned to be parallel to the direction of travel.
c 0)
See Standard Plans for sidewalk and curb ramp details.
a
N
E
(q N
0)m
ctE
m
0
m
oEom
c m
d3
w 0
vc
a
O�Qi
�� E
�
a m
E`
O
mE
E L
82
m m
�o n
fr
i
0
0
O
0
0
O
m
0
W
N
1 6
0 O Ow
LL
0 Z 5o..
0 0 L 0 ace
T V 0 mm
I w KO
C N zo
■ L =o
W a0
y0
WW
t/1 LL
TRUNCATED DOME DETAILS
T-
3
rc .
lV ' U
LI. -
O=
Qui
Nome'
o 501)0
0.
O
0
m
0
z
5
ISLAND CUT - THROUGH
MEDIAN CUT - THROUGH
4)
UN
OZ
0w
m
t7
z_
z
Wa
JW
-x
CO
Q
Hy
6.i
W
H
0
STANDARD PLAN F- 45.10 -02
SHEET 1 OF 1 SHEET
APPROVED FOR PUBLICATION
I
8 =
e N
atw
Z ^W
=O
WOW
JaN
MU-
Um
0
a2
qQ m3
re
UO
IX LL
0 0a
x oz
5= o
00
0
O.
K
0.
0.
SHARED -USE PATH CONNECTION
PLACEMENT GUIDELINES
LROAD CROSSING
PEDESTRIAN R
0
0
7130011 N93 J :A9 NM`ddO
2
1
0
8
8
z
£�
W
H N
The BIGD shall have a built-in high -flow relief system (overflow bypass).
OlIOiAO VSII :AS NNIVSO
z
O
W z
co
m
a
v
M1
0
f
,1.
1
i
1
0
co 1
0
z
E
m f
m W
-0 -0
W— rnt m, 2
r a�' C g V
E Vc Vic3 m `o
to W a E FF
S
E2,6.6,`!.%
a$ m
c N W
E gi w E N arW.
W r m
� 3 m �� W o 0
N W N 3 J
p• � 0 8 _Q y3
> N 8 � & m O .O ( •
C d' C V �- N_
$V W2 N U 2 4No
m E 2
8 m m r g y a Q
8 m r N W 3 m E C
• 8.°)E0= C C_ >
W �r,ca E Q
C'- O)N
C w �vC �-
Q a�
E. E8-E-0 V/S 0 b y
x • mmam_,n 9 c� - y c mo
o` gin. E D o^ v
W q V C p Np��.c L W
m
co W C 0 N C^.
N CW .CW
C-p N
L' =$E.§ g "y
-o Et- o cg' � a r c L-
ON C O a— y `,W„ W M
E N y
C (p L LL 3-.4 oo O" C
Q �2 a�F �1-N J � m W �t $ �.
ai .r vi co K2 A 3
N > I W m
r O =15
�0 N 3�
m O
W C
n S
• N
EV
W �
5
Ir
W
rn cc
O W
O
• c
N - m
x g a
cuai �
• (V
JUNCTION BOX DIMENSION TABLE
BOX TYPE
n
o°ovoe
!J ll
Q
.'NM1.4 I LT
6
t
F
ki
i.
1
(
N
t
'm
0
OUTSIDE LENGTH OF JUNCTION BOX
(OUTSIDE WIDTH OF JUNCTION BOX
INSIDE LENGTH OF JUNCTION BOX
!INSIDE WIDTH OF JUNCTION BOX
p1
7
IUD WIDTH
CAPACITY - CONDUIT DIAMETER
WWI
<
m
o
o
W
W
(
ca la X
000
w =0
a�
ui
moAAa 'Sll A9 NMbl1a
Eo C
o
c«
-Cu
io m
m m
g_ ra
L O
O
:9 two 01,
o C Opp
-ca
Est
mEcn
o
8 :g m m($ E'c =a
Nr E
.• rm..3 o$a °a $m4 m
�-
tco tu E 015°)
m C �.(� V N V T O W
E om.= W W a'N � A m E
a W m W
3`,2
1E B'a� Ocm �ppti°�o
W r m
��� ac5 a'3V mE�o
a E $ ca m vi j$ � c
c EWm -• cl cWOO o3oiE
we m1E amp{p $�cc
a W E� �2 g m
`74:.
§ U C W O O= O Xt0
o 87i° ¢ � t ow
p, m
�3m 1> € '4i rm2E=
(Is d`$ p0¢ o
> ai�� Fmm
m TE rya y 8-8,5
$ oa r
m f0 > V co--60 0°3-6" •
O
i g 9 3 W 72LL 10
O O
gcx
4▪ o d
co
cU g LL
0 a. JZWd,
Z� y
Q
0
O z
en
GROUND STUD (SEE NOTE 4)
UN
T
m
to
Za
.
8
m
c
C N a 8
o c m 9 E
O c c
E� as n85
c0 oac y
c�
W V U V W (O
d
.9
COVER MARKING DETAIL
U
3stin0O 3SYB JO dO!
3H1 M0133 Wf WINIW .4Z
A.L .9
W
A
(
4- 310N
339
(CONDUITS NOT SHOWN)
OZ
O I-
U
W
CO
ZZLLI -�W 7i J O of
U, LLOOJQ3H W?pa W
^NZDa Wz aW N
O2070 Nf/1j Hy ��Q
m WQ�a ~r 07w
1011 7W QU �+3.W ?�W H
298<E.8,, g
pp
S N m Z 2
A
lNW
30V119 a3HSINIA 3H1
M0139 WfWINIW .4Z
n
o°ovoe
!J ll
Q
.'NM1.4 I LT
1
(
4- 310N
339
(CONDUITS NOT SHOWN)
OZ
O I-
U
W
CO
ZZLLI -�W 7i J O of
U, LLOOJQ3H W?pa W
^NZDa Wz aW N
O2070 Nf/1j Hy ��Q
m WQ�a ~r 07w
1011 7W QU �+3.W ?�W H
298<E.8,, g
pp
S N m Z 2
A
lNW
30V119 a3HSINIA 3H1
M0139 WfWINIW .4Z
' s
A
C
h
J
1�
41)
x
5
z
kg
kiW
LID LIFTING NOTCH -114' (IN) x 3/4' (IN)
WI
xx
of 1 J
yx Zr A W
a
20
zd $
aaolko vsn :Ae lemma
g
0
O1 1
6
cH 2
-0 E H
Q8
aa= aZ
i5Vwl
W
7 of Y ai tq
r
`' 0000
O J
7—
8
1
�' . c 2 •
l p Q su "§
N O
L c F am m
ui i v ; E m N ma .O5 Ox 312 m =d c to E f' S a 2g
i � m a m P. c� w o
n 81,
2 . !° a a • U) t � v S n < ov a W (5 E o n x7 i
l 0, @ f Q 8 2.; $ O ffi 2-“n
3 °' f -§ 3 2
• Y y100:E 03 —.Sig m > Cm
N 15c1 63)a
o ?mc.5 0 cc 0)0.0 m JE 22E E m D O C o c c 2- Cl) c c o
m cV€Tj. 1`m 8 -c 2S � o v" cvcc ° Em-
Z` g 28..0o m
o a 0)c-0' J v 'A va 2 c 2N A m a
'EEL, Eito O 0 � E 6� m 2 °0$82 -5 t E.
o � a I'S 2s32 c c o L L q Q _
p 0 _ _ N - 4,E
t{02,:-....8 8828 2 06. mo m J ma .;
sc^ • co 8 oUEyg � ..i o E Ed' c �a 5 o� p °m
Y� �2251_50- 'E m mp o .c � � m x E
T O J O
w� 8 w 8 c c c c E E 3 O - c 8 o ED-6 '13'2... 2032
ai E gy�0. ._ -c ig2 €1 a Q rp ° °t
Q. N• N8c�H2 =A Q Jp QF": mA 0 vp�'' 6T= ,rdJ E
C 2 `'� “, m E �ma � g = g3 W3a 0GN
N qL p !?N g cgs £V) 75 mm g8-7,- n�
o c y i!�i!pp'' m c m. ;C_u
E _ vJ� rc m Em o m m o E � v 6 �§ w • L a °� � m E E� Eat c 0>
VWl 0. ?22.2 r9 m w e .`CEO. '8c m 8 O 'moo d vi F
N x ° U �p i
0 a N .8o Jrr'a!0 Li-iii j 0 g a.0W N 1 2 O v Q C y C C L J
o Z r lV C,.i O O �, ( L00 m� 0 �' (NI Q C4� CL. ° r C N
O £ 2 c 3 o E 1171111 8 `. 3, .9a a. •
o $ e
g 2 so--'0' �R a' D c
_ E qq���
`v m m c Q. . m ° Y ° N
E w m o P a vJ <m"4 L w 3 c ab
R.A.6 v_ c E c c €m • m 81
n 5 JET m n 8 V me 2E°
Z M C W J E V .� 1 .� j L { C p
p rn w!C m c b 0 ti St3 8 Eli
cil �= ° M
r' Env //J� M c mt-2.4 J ' C
Y C C C ro _
yt o romm � a� �t ��
Q F m 809 0 I- C) N8 V) U SHE 7 .§ Ti. O c 8 N
![1 m aD Oi CI N c, C
ai
COVER MARKING DETAIL
SEE HINGE DETAIL
('dAl)
O30YdS A1N3A3 SOfllS
.9Z
• w
a
r
ih
7
2
g
LOCKING LID STANDARD DUTY JUNCTION BOX
0
40 n
Dm O
Z
In gLL
JZ�
07 0 w
Z II
00 0 z
J
la JL
° .0 030
�9 9 E o9�II >a w
Slat a�? 2t
APPROVED FOR PUBLICATION
I
3
(I
b
0
CONDUITS NOT
TOP OF BASE COURSE
N
b
00
O
U
0
Ps
NOUVONfOd AO HIM 30ISNI
ammo YSl as NMYNO
2I
.£ .9
301,210 03HSINIJ 3H1
M0139 Wf1WINIW .6Z
5
a
0
0 N
# g Cl,
Z LL aj
d0
N2
(� ( 4J I
ai K
1
T (IN) . 1• (IN) . 114• (IN) (rye.)
HANDLE DETAIL
0
V"
EO
Z 2
N W
OE
OZ
g ZS _Z
U Qg]
k re
. Al gi
NI
0
.WL•
2/I
.WI
W
2
2
g
i.
rlto
ame
= ∎1,�
AwimmaiwiRMOM
O O A3 vsn :A8 NMVIla
N cs 0 Ss
N Cl
g
w=a2 218m
hie
55 ao
s
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
0
z
OZ
00
\)kƒ
o- 8°
/ \k
WCI 3
zui
zo
wl-
OZ
00
0
-i■
0
00
/z
■
z
§
■
STANDARD PLAN J- 60.05 -01
SHEET 1 OF 3 SHEETS
APPROVED FOR PUBLICATION
I
_
f}
§
4l
p_em-
a_N00
CZ) ea__21—
0 °tn®
»ems _)
A a %e«CP/C•
§k
ee
_AA3 _ AS __
0_
w U_'
F w Q
w2 ti
Ua 7
5 E1
J f_U
O a>a
Z
zoo
• p
080
02U
Fpa
_ O
E
C) APPLICATION
O
MOJA
—_ n I�
w2
Um0
Up
zoos
S
Ow
UmJ
>LL<
0ZW
002
1-o°:
.d>
1-J
<0
0
w04
• tt11
Ob0u
<• UZ
00E-00 001-00
0
W O LL J
N 0 12
Ooaaz
tao
a
D0
ij
SHEET 2 OF 3 SHEETS
APPROVED FOR PUBLICATION
8
0
O
940
O 0 Z Z
a
ha0o
=�Oyy
D U_ Y
<OIO
00 W2
tam
2LL
I
I
ww
z2
zN
Pm
o
0
oLL
ONOdAO VSII :A8 NMV21O
tO
<
00
U3
U1-
pj
SERVICE GROUND O2
SERVICE GROUND
_3A0 _ :A8 __
k
RIGID PVC CONDUIT (PVC) APPLICATION
/
�! fƒk. /k �2
,•6 ! tCCE
(�) \ |!! » )k
i/� 3 lm ;�� ! 17;
.. !f!)
8;1 8 Mg:El ! | §!
#!72 ■, !`!!!!# ! 7§{
| \ ! -! !}!°!!° a _2!
; •! ■! §1|3/ !
k!: 2`o;e�m|f !f4£
ƒ \\) }7 !§!!!!! ! §|
& ! �2 zBw;w,! e o �:
«
APPENDIX D: FEDERAL WAY STANDARD DETAILS
City of Federal Way
21st Ave S Pedestrian Improvements
RFB ver. 4 -16
RFB # 17 -004
March 2017
0 s w I-
v; IZ N cc w W
W 1
Z O Z O O O Z W - Z Z W
m0 ¢ cc
I- 5 01▪ - 00Z J <WM
QI- OD W
W Z W O H¢ 2¢ 410 oc
OJ Z _, 0 0 Z 0 W m N OW -' W W
00 0 0 ° OM Ox 2
M =2 M=w W F20 W W M I- I-
I ix00 cc00 03~ 01- CCW 0
m z E a? W W of - a w
D °m
01- 1C/(N4.7)} w w w I J eo cc
coma m� U) jj -m O
'rte)¢ J F)U< m Jpm cc M2 Z
u_1-1—. w W 0 2 ¢ 0 O O F w H 00
w0 °paia 0 °z0 z? 0JD-
00-.,
ZpW Ow O Y <D '-0 ZJ 2
1-I n - ~Js ac0 wO ~ U)
Z
yv V)
(7)u- (6 Z -w N o01- OLA z W Qtr:11
ow OUzO TWO Z� OW CC
Zga Zgo¢ - I- U) Za mo
aU d0� (nzz z¢ 0 2
5W O5WW W F- w 0 �L.1 ZN¢¢
Z a J Z O m
,z0 V 0 j O v
NI-
(7) =0 FA oo� ww, z= om
0 Z <0(n5 U)W- � -Z 3 U) U)0
XJ¢ XJYv Z=Y O XJH Z
w<_1 • ¢ ~J -1Z- W Z ¢f
V ¢ x¢
2 2a Z1-N _pZ Z YU O W ¢<0 � Xw¢ 1- ¢
0 ¢O ¢0w ¢01- ¢x
LI-
Z M d N M N?° M i N U) 4 M W LI) M< cO 0
7. MONOLITHIC POURS OF CURB AND SIDEWALK ARE NOT ALLOWED.
a
WF
0
OW
U) v) 0
• W
W OW
0 30
w . cc
� MH
O
0
cc
co
0
N
w w
LL
D
0
1/4" 'V-GROOVE
2
0
O
m
Z
op
N r7
low
0a0
Z¢mz
x LY w
WOO
Lw
ce
Z00
0p
0Z
H¢
Z
Wm
MCC
00
1/4"
Or
zc
<U1
Z
U) a
�1 1/2 "R >
(TYP) 3
�� 3j4 ^R 1 2 -0"
TYP
3" R 10"
I /()
3/8" Rte \
1:" o ' TYP ( ) 1 I ^ i Ys (TYP) � L
1 —5"--I--2" I —5" i w .02 FT. /FT.*
12" 7W OR 11 %" 1 * TO CONFORM TO CROWN
SLOPE OR 0.02 FT. /FT.
SECTION ELEVATION MOUNTABLE CEMENT CONCRETE CURB3
F 6" EXPANSION JOINT
5"
* � 0.02 FT. /FT.
^•_:
0.05 FT. /F7. 2 �. N *
41 111Nlit„....M110
co
CEMENT CONCRETE
r'' SIDEWALK
2" CRUSHED SURFACING
ISOMETRIC —6"
1 I TOP COURSE (CSTC)
* NOTE: TOP OF UP AT DRIVEWAYS.
TYPE 'C' BLOCK TRAFFIC CURB NEW CEMENT CONCRETE CURB & GUTTER
5 1/2" R = 1/2"
NOTES:
i
1. SEE DWG. 3 -3 FOR JOINT REQUIREMENTS. o.
PAVEMENT "F
2. ROLL GUTTER TO MATCH POSITIVE SUPERELEVATION.
4. lo
3. TO BE USED ONLY AS APPROVED BY THE PUBUC WORKS DEPT.
TOP OF CURB
AT APPROACH •
I 7 3/4"
CEMENT CONCRETE BARRIER CURB
REV: FEB 2011
lo
0
XISTING PVMT.
CO
CC
D
0
W
L
CC >-
0 J
Z Z
0 0
0
N
Z
LU L
M Q
W
0 Z
C
O CC
J W
Q W
2
W Q
Q>
0 m
W Z
0
F-
F-
X
W
-I—
Z
W
M
W
0
0_
W
CC
CC
W
D
0
k3
CO
CC
D
0
W
cK
0
Z
0
0
H
Z
W
m
W
0
lo
0
J
O w
W r
w D
W W
tY O
D
0 W
w Q
U
J
J
O
CC
I-
Z
W
M N
W
0
O-
D_
W M
CC 0
CO Z
0
0
0 a
ZJ
�a
X d
W up
W <
O W
Z - O
APRIL 2012
z< z
M
0
Z
w
2
wm
✓ N
J
av
wp
Ce w
re CI
Ili M
I— F-
M X
O w
O 0
Q a
CO
cc
m
V
HT -OF -WAY LINE
N.
vap..;,•,%
•
ASV
U /
a.
a
SEE CURB DETAIL DRAWING 3 -4
Vl
H
O
Z
J o
a I- I-
cc D 41
W X M
M • Z —
O i_O
X W w
O mct
J :="C-
<
M V)�
zQ 3 w�
a� a`�
Ow J O=
cr _1 a 3
w
�
O m } O 0 <
Z O >- w
0J '4. O M >
Q< U 1 N N J
Z I p CC O ri =
Z • Q Lu o Z
a
_M N 00 O
Z 0
UO M OU~ W~
FO _Q w ZUi O Ow
CC D =
w d' w W J W 0 W
Z K
J
3
Ci
Z N M 3 NI: U) (p eLti
DRIVEWAY
NEEDED TO MEET ADA SLOPE
I
la_H W MU
W N W W
C D N U1
FUL
REF
CEMENT CONCRETE DRIVEWAY 6- THICK
In -02
N W
EXPANSION JOl
Z
FEBRUARY 2014
U(/)
J Y
m�
O
d3
1
w
1
1
RIGHT -OF -WAY LINE
SEE CURB DETAIL DRAWING 3 -4
z
N
a
a
°
Z
W
U
d z
0
ce F=
Lu
0 (n
bJ
w
z'
CL
oU
w
OD
z 8
U
0
z
U1-
In
(n w
GS
w
0
z
SEE SEC. 3.2.13 AND CURB DETAIL DRAWING 3 -4.
I-
a
w
az
I-Z
z�
z
OU w
W x N
m Q
J i'
2 (0
(n o
wb?,
TI-
C)
0 I-
C3
a
<0
0
0
N
U
0 0
00
ww
w
00
15' OR GREATER.
N N7
CEMENT CONCRETE DRIVEWAY 8* THICK•
FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH
EXPANSION J
LENGTH OF RAMP SHALL VARY AS NEEDED TO MEET ADA SLOPE REQUIREMENTS.
BASED ON TYPE OF EXPECTED VEHICLE USE
SECTION A -A
FEBRUARY 2014
z Q
z
M
Cement Conc.
Barrier Curb
See Detail A, below
3" Shiner
(TYP.)
(Typ.)
4'
Sidewalk
Curb /Gutter
12:1
00000000000000000
00000000000000000
00000000000000000
00000000000 00000
12:1
(TYP.)
4"
1 /4" V ( "Western ")
Groove (TYP)
Saw cut 'Match Line'
(TYP.1
Sidewalk
Curb /Gutter
Center of
Curb Ramp
as Marked in Field.
Dummy Joint
Cement Conc.
Barrier Curb
(SEE DWG 3 -4)
0.35' ±
CgN0 /N
4'M /NG
Distance will vary
Dummy Joint (TYP.)
DETECTABLE WARNING
PATTERN (SEE DETAIL)
REV. MAR 2011
DETECTABLE WARNING
PATTERN (SEE DETAIL)
DETECTABLE WARNING
PATTERN AREA SHALL BE
YELLOW, IN COMPLIANCE WITH
WSDOT STD. SPEC. 8— 14.3(3)
PLAN
0_
U
I�nn
ELEVATION
DETECTABLE WARNING PATTERN DETAIL
1Y CV
Gti 20
��p PUBLIC
Q 0 � of WORKS
CURB RAMP WITH SIDEWALK
(NO PLANTER STRIP)
DWG. NO.
3 -8A
MIN.
MAX.
A
1 5/8"
2 3/8"
B
5/8"
1 1/2"
C
7/16"
3/4"
D
7/8"
1 7/16"
PLAN
0_
U
I�nn
ELEVATION
DETECTABLE WARNING PATTERN DETAIL
1Y CV
Gti 20
��p PUBLIC
Q 0 � of WORKS
CURB RAMP WITH SIDEWALK
(NO PLANTER STRIP)
DWG. NO.
3 -8A
i
1
1
1
3" Shiner
(TYP.)
Sidewalk
12:1
N
00000000000000000
00000000000000000
00000000000000000
00000000000000000
(TYP -)
Western Groove" (TYp•)
Saw cut 'Match Line'
12 :1 (TYP.)
Sidewalk
Rolled Curb /Gut
Rolled Curb /Gutter
Dummy Joint
Center of
Wheel Chair Ramp
as Marked in Field.
Restore Asphalt pathway
to original location level
with back of concrete
ramp (Max 8% slope)
Distance will vary
Dummy Joint (TYP.)
DETECTABLE WARNING
PATTERN (SEE DETAIL)
REV. MAR 2011
DETECTABLE WARNING
PATTERN (SEE DETAIL)
DETECTABLE WARNING
PATTERN AREA SHALL BE
YELLOW, IN COMPLIANCE WITH
WSDOT STD. SPEC. 8- 14.3(3)
PLAN
ELEVATION
JE
DETECTABLE WARNING PATTERN DETAIL
COW OP
Fe
0
Way wall VWay WORKS
CURB RAMP WITH SIDEWALK
(NO PLANTER STRIP)
DWG. NO.
3 -8B
MIN.
MAX.
A
1 5/8"
2 3/8"
B
5/8"
1 1/2"
C
7/16"
3/4"
D
_ 7/8"
1 7/16"
PLAN
ELEVATION
JE
DETECTABLE WARNING PATTERN DETAIL
COW OP
Fe
0
Way wall VWay WORKS
CURB RAMP WITH SIDEWALK
(NO PLANTER STRIP)
DWG. NO.
3 -8B
m
re
U w
m:
OD
.0
co
U‹
NVId N3d
HL41M
NnVM301S
X N
0
0
0=
.1 1.1
OWy
0
a
co
>-
a z
DPio
CLZ 0 w
o WO gU
a o =0
m wm ZOO
Z
o U a a O w Z m
aw 2�pc
o
w woow�
8 w ow a�
o� or- ~'='cn
▪ m�Z v)w0 a
0 ZZO ou_p PI-
o OctZ _Z oOJ
I w 0 -� Z`^Zww
O ZZ a. 0ZJ V)
• ,NO awOXQ
Zwa Dw -H J
pz 50 0Q
4~a Ju`N
DO ao� .-a
O m w < w? w<
Jap a Jwia
a s m a 0 m
w w a m? O a
Zoe U�0 .J
oaa wwoam
a ooa wal --
eo D Z N
w U
H I mm
I O U
EXPANSION JOINT
U wQ
Ka
UIn
F
z
Ui
U
O
z
• 7
a • M
a.
2
N
I-
ce V+
UI
ZZ
I— J
Ua
W
N F-
00
W
J F"
Z• �
cn
U V)
J Y
CO Cr
0
2
N
in
w
L0
m
U
O
W
CURB AND GUTTER
ISOMETRIC VIEW
W
H
0
z
z
W
>- z WwIW
cea 5?�0
>0 woww
1za
o0 •
oQOo
wd Zx
Oa-
al g JoWZ
Z
¢ F (I) -
X 0 0 1- O I W
0 �HZHW
m H o c) W H u)
2
0 a z 0[1:1()H‹ W
ZoZ HWZ Z�ZZa
OtL
�wX¢ D0Xoza =2m
OWE Dw
g
HJ
_ Z J
Z x
HQ = -IO2
H CO IL
0» a0 —"r'W co
WaO 2QQZ?w2
QQ= 2'JWHLL
—' CC H md0Om
Hmo Daw-D
ZUO 0n0
ce wWOaW
ow< xx -jax
o00 HH(naH
•
N
a
00
00
02 Q
Z H
W
d X a O
2 w
Q w U
m
a W
Z
U
WZJQ 1.
o N
o_
2
0 g
7)
0
EXPANSION JOINT
ww¢
K
wow
Z
U3m
REV. JAN 2013
o Q
z 0
a • M
p
V
00000
00000000
00000000
0000000
0000000
000000o
00000o0
0000000
0000000
0000000
0000000
0000000
0000000
0000000
0000000
000000
3d01S 'XVII V01
co
O O
_<
H
fir-?
LJ <
Lu
CD
cn
z a0'
Z I d U
ce
N W
3w N
J?o
00 U)
UwO0
W J
W Q W N
0 d r
0
z
z
J
CO
N
CN
M
CO
n
m
r
m
U
0
z
N o
w O
C.) o� I-a
H a wwri
V) pad Omw
OO ¢¢j U
w D 7,1-L.,_ E a
o
ow w x O o _O
• ZoZ w
U QO zom reto m4 wto o
z a oz
w 0 0
o a
env Z 0
awm
Ni D z
_ O ON
as w¢ Oxza;
a�
Ef. Dm yFn
Q O W a 3 s Z
�x� 00 zw
3
a, 0.6 9 w� m
3i 3sa� ww w
oi 3cocoo
1
U)
a
a
m O
CC M
CC
OZ
U
WSW
w
w0-w
wOIc0
z.._
Eo z
O J
<w
ov=i0-
DETECTABLE WARNING PATTERN DETAIL
N
U
L_0
i-
ce
W
z
CURB RAMP
U Y
J
m O
a3
PLANTER STRIP
N
a
AS REQUIRED
N
U
z
0
U
I
2" CRUSHED SURFACING TOP COURSE
SEE FEDERAL WAY STANDARD FOR SIDEWALK SPACING, EXPANSION JOINTS,
N
z
0
I—
U
W
N
4
w
0
O
I-
w
I-
w
U
Z
O
U
W
O
NOT DEVIATE MORE THAN 1/8 INCH
CONCRETE SHALL BE CLASS 3000, WSDOT SPEC. 8 -14.
I-
O .
z ,- N M 4
REV. MAR 2011
z
0
I
V
w
U)
J
w
'0
V!
U Y
m
mo
3
O U)
CO fX
J Y
0
1
cn
—�
=
w
o
0
U
� LJ
o �
O U)
CO fX
J Y
0
1
O
z co
M
w
2
H
Z
W
W
a
D
w
U)
I rL L i\r iii DIRECTION PASSING IS PROHIBITED
REVERSIBLE LANE LINE 4" YELLOW LINE
_ 10' _ _ 15' _ _ 15' SEE NOTE 6
I \ R_ / 4.. \
icv
( JSEE NOTE 6
_ 1
-SEE NOTE 8 (3 -17) DIRECTION OF THRU TRAFFIC
DOTTED WIDE LINE (DWL)
_U
I
a_
W
Z c
J
W W
I--0
(x
O
Z
0
U
W
x
5
Q
ix
LANE LINE (LL)
_ 10' _ _ 15' _ _ 15'
= Z
— W
W
N
Po,
J
J
0
-
\
00
CL
O
NZ
Li.l W
W
=
Z
�1�
00
CC
N O
w
Li
D
0
CL
0
>- W
7(/)
O
z co
M
w
2
H
Z
W
W
a
D
w
U)
co
cc
W
ce
2
H
W
2
cnW
0
W
cc
1
1
0
c
O
U
a)
N
ON —
• 3
P_ U
0
o
0 a
• O
a)
a0
y
vi U
O LL Q
Z
See Table 3
Taper length = T, x taper rate
O
0
O
0
0
.0
O
a) a)
Y
U
O O
a
c
0
00
o
o a
1- 0
a) }
N o
0
o
0 •fl.
a�
a)
9
O • a a)
0
N
a0
0
0
a)
0
0 O
V A
as
tn
a a
as
O O
00
11 11
!n
L
0
0
O
a
a
t
0
a
a)
C
a)
( - >
rt E
a)O
O c
E c m
• Ea
� C O
H 0
0 C • 0
CL 0 N
000
N in ._
M
c 00
N 0 Vn
a a
0
Z 0
I- 0
N
o
-o
OZ
m3
N 0
O
C
0)
Taper length = x taper rate
N
0
.O
O 0-
E
C
U L .
E3c
a) C a
O d
a -0 o
-a No
O Ds
0
� U
LEFT TURN LANE
a� ^
a) .
U Z
O 0)
U TO
O 0
20 m
Z
�a a
0 0
a
3
a
a
Q
O
M
+1
O
a)
9
0
0
1
o)^
M
U
Z
O l
TW J
0
9 0
D
0 a
U_
0 c0 C M CD 0
E .5 aO OZ
N
J
mZ ca) a a>
00> o`^ a3
0 'n 0
a) 0
a)
TWO -WAY LEFT TURN LANE
a)
C
0
O) C O C O
a a (I) a)
y ) E ° E
a2'
C w U 4- 7
.0 . t
c
0
0
N
a)
C
C
0
L
U +
O r
U C w O U
O O a0 a•53
2 a -a aL_ a) +
aa°0°0o3-
Q03 0 3 H U H u a OH
. 3
Rev. NOV 2014
W
—J
zz
I.f.
0
z
YN
I.f
2
I-
z
2
U Y
d'
m0
C1-3
8 E
o_0)E
c
0 a )
1n 00000b
(N.O 0..0 -00Ln
^ .0 N co (V N ,-
\B
Posted
Speed
L L L L L L L
CI CI CI CI CI CL CI
EEEEEEE
NT M O LO
V) U) � M ((N
Rev. NOV 2014
W
—J
zz
I.f.
0
z
YN
I.f
2
I-
z
2
U Y
d'
m0
C1-3
L
N Oaca
0�m
.np bM�Oan
TAB
00
m a
Oa
CL N
LLLLLLL
aaaaaaa
EEEEEEE
U) V) V ul V() 0 N
Rev. NOV 2014
W
—J
zz
I.f.
0
z
YN
I.f
2
I-
z
2
U Y
d'
m0
C1-3
a) a)
cl a s
d'
V) O .1 p V) O V)
V) V) V V M M N
TABI
) 13
12,
0 a
!L N
LLC L a.aa
V)O V)0 V)0 V)
V) V) a co M N
Rev. NOV 2014
W
—J
zz
I.f.
0
z
YN
I.f
2
I-
z
2
U Y
d'
m0
C1-3
I
I
I
I
cn
Z
Y
cc
Q
2
Z
w
2
w
Q
a
Cl)
0
w
a
J
w
U
cn
2
I
I
I
I
I
I
I
I
I
I
0 N
J
mce
O
a3
I
I
I
I
SEAL JOINT
EXISTING ACP
NATIVE SUBBASE
PAVEMENT RESTORATION
LIMITS, 1' BACK FROM
EDGE OF TRENCH
(3' MIN. WIDTH)
MINIMUM 3" HMA CL 4"
PG 64 -22 (COMPACTED DEPTH)
OR MATCH EXISTING
WHICHEVER IS GREATER
SEAL JOINT
EXISTING ACP
USE 1" EPDXY COATED
SMOOTH DOWEL BAR
ACP TRENCH
RESTORATION
PAVEMENT RESTORATION
LIMITS, 1' BACK FROM
EDGE OF TRENCH EXCEPT
IF WITH 3' OF JOINT THEN
REPLACE TO JOINT
3' MIN. WIDTH
EXISTING BASE
5/8" MINUS BACKFILL
FOR TRENCH 1'2
MATCH EXISTING DEPTH
PCCP PAVEMENT IS TO
BE CONSTRUCTED PER
WSDOT STANDARD 5 -05
.25' MIN. J •�•�•�•�•�;�.�.�.�.�\�., ► i �� �pv�i�i�i�
NATIVE SUBBASE
SEAL JOINT
EXISTING ACP
USE 1" EPDXY COATED
SMOOTH DOWEL BAR
.25' MIN.
PCCP TRENCH
RESTORATION
PAVEMENT RESTORATION
LIMITS, 1' BACK FROM
EDGE OF TRENCH EXCEPT
IF WITH 3' OF JOINT THEN
REPLACE TO JOINT
3' MIN. WIDTH
15' MIN.
EXISTING BASE
0.5' BAR
LENGTH
5/8" MINUS BACKFILL
FOR TRENCH 1.2
MATCH EXISTING ACP
COMPACTED DEPTH
WITH HMA Y2 ", PG 64, -22
MATCH EXISTING DEPTH
PCCP PAVEMENT IS TO
BE CONSTRUCTED PER
WSDOT STANDARD 5 -05
.15' MIN.
NATIVE SUBBASE
ACP OVER PCCP
TRENCH RESTORATION
EXISTING BASE
0.5' BAR
LENGTH
5/8" MINUS BACKFILL
FOR TRENCH 1.2
NOTES:
1) FOR TRENCHES LESS THAN 18" WIDE, USE 100% CDF FOR TRENCH BACKFILL.
2) FOR TRENCHES GREATER THAN 18" WIDE, ALL BACKFILL IN RIGHT -OF -WAY SHALL
BE MIN. %" CSTC.
JULY 2014
COT OP
Fe
0
q� PUBLIC
8880 My WORKS
TRENCH RESTORATION
DWG. NO.
3 -28
0
0
0
ce
O
J I
W M
0
O J -
ci
- > ci
W Y W
w
N
▪ W
0<
W WLa
0 >
Z 0
X • M CL
a
v 0 a
3 a
w
W Q
CO
1- Li
Li
Z
W Z
Z
W g
0
ce
z
W
Lai
w
N
•
ti
D .,
N v'
° ^N
D d
v 'oo v.
D
• v
a
<.-�1�allfl�o�
eO o�a���
oo
O�
10Dp���
oo.
a
p
p
v a
p.
;0000aaII
► ° °ooDL
000000o
oo °o
•
.•
.
•
•
D
v p • j:j W Y N Q A
3.
cy •
0 OC 341 N • .1
Za_ OF- .
-QV z Q
..
D
V
°
v'
v
P � d
v
D
•
v � ..
v
V '
D
v D.
v• N
v• D,
D
D
i
p
.____N —,
D i
D v
. N- 7 -
v Q D.
Dv •
v
Z
0 �
Q
0 N
ixI-
Z
w
W
2 W
1- W
lx
F- 0
Z <
W W
� N
Z
O d w
J 0
w
>
W
0 <
w o
- Z
> a
a_ W
Q
m• �
ix
M w
w a
J O
J
H
N >
Z W
M W
0 W
N Zp
-
Z z Q
<L
z
Ow o0
oZ
aw
c 2
5 W ~
O ZZ
w 3 w
Ow
Cr) W3
— mw
Z m
O J
- J 0
- W
C� N W
Et � W
wx
I- w
N
. } W
N CO
Z
0
0
0
J
W
H
}
Li
ix
W
J
J
N
ix
0
1-
0
ix
1-
Z
0
0
W
H
0
Z
O
0
Z_
O O
J
ia-
wz
C-
N O
W
Ce
I-
L. Z
O
Z Z
O W
g=
J ~
Q
Z_3
O
O
M I
O�
W
N O
REV. OCT 2014
O
zo
M
M
z
w �
Ce O
I—>-
W
W• _
I-
cn
W Lu• l-
l- W
Z ce
I-
C) Co
1—
U
0 Y
Q'
m O
a3
1
1
1
24"
72"
H
URBAN ACCESSORIES
KIVA MODEL GRATE OR
APPROVED EQUAL 4' x 6' TREE GRATE
HALF PLAN SHOWN. FOUR
PANELS REQUIRED EACH TREE
SEE DETAIL 3 -30
PVC IRRIGATION
LATERAL CURB
BUBBLER —; _ • 'EBAR STAKE (TYPJ
w
OOT BARRIER, I-
TYP, 4 SIDES
TREE GRATE
SEE DETAIL
AT LEFT
CAST IRON FRAME
ALL 4 SIDES, TYP.
FESTIVAL OUTLET
SEE STD. DWG. 3 -32
ROOTBALL
PLAN
4" PERF. PIPE
AND RISERS
(GRATE NOT SHOWN FOR CLARITY)
NOT TO SCALE
FESTIVAL
OUTLET
SEE DWG.
3 -32
INSTALLATION PER
MFR'S. SPECIFICATIONS.
CANVAS WEB OR
RUBBER TREE TIE
1 -1/2" x 8' -0" REBAR TREE
STAKE (2 TYP)— SEE DETAIL
AT LEFT FOR ACTUAL LOCATIONS
3" PEA GRAVEL, FLUSH
WITH BOTTOM OF GRATE
BUBBLER (2 TYP.)
SIDEWALK
ROOT BARRIER
(TYP., ALL SIDES)
BACKFILL WITH /
CLEAN TOPSOIL
REMOVE BURLAP FROM
TOP 1/3 OF ROOT BALL
ADD 3" WATERING RING
NOTES: 4" PERF. PIPE, FILLED
PLANTING:
1. Remove all compacted soil to planting depth. Do not make hole deeper than root
ball
2. Remove containers, biodegradable pots, synthetic or treated burlap, wire, twine, or
ropes. Leave natural burlap in place and fold back. Loosen the roots and spread or cut
circling roots.
3. Place top of root ball even with or slightly higher than soil grade on firm soil. Install
irrigation.
4. Install perforated drain pipe; fill with drain rock. Pipe shall not extend more than
1/2" above finish grade.
5. Back fill with clean topsoil. Firm soil around the root ball; water slowly and
thoroughly.
6. Mulch around tree with 3" pea gravel to bottom of grate.
ROOT BARRIER:
1. Root barrier shall be rigid High Impact Polypropylene treated with UV inhibitors,
minimum 18" height, with 1/2" raised vertical ribs 6" on center, or approved equal.
Install on all sides.
WITH DRAIN ROCK
' -6" MIN.
J
FIRM NATIVE SOIL
STAKING:
1. Use 2, 1-1/2" by 8' -0" rebar tree stakes. Do not drive stake through root ball.
2. Attach tree to stake with canvas web belting or rubber, using a figure -8 formation.
TAGS:
1. Remove tags after inspection.
REV OCT 2014
OTY
- e
eo
�/� PUBLIC
©u V gby WORKS
STREET TREE PLANING FOR
CITY CENTER TREE WELLS
DWG. NO.
3 -31
NEC APPROVED
EXTERIOR BOX
3 - RIGID
CONDUITS
(1/2" DIA. MIN.)
MAX 6"
20 AMP GFI PROTECTED
CIRCUIT WITH DUPLEX OUTLET
FINISHED GRADE /TOP
OF TREE GRATE IF USED
36" MIN
18" MIN
NOTE:
FESTIVAL OUTLETS TO BE
ON SEPARATE CIRCUIT
FROM STREETLIGHTS, WITH
SEPARATE CIRCUIT
BREAKER AND CONDUIT.
36" MIN
TO POWER
MAY BE FLEXIBLE
CONDUIT BELOW 18"
CITY ELECTRICAL INSPECTOR
REV. 3/28/06
U BOLTS ATTACH ALL
CONDUITS TO 1 1/2" X 1 1/2"
ALUMINUM ANGLE IRON
Feo
Way 0 VVay WORKS
CITY CENTER FESTIVAL OUTLET
DWG. NO.
3 -32
FIRE HYDRANT OR SIDEWALK NEXT TO VERTICAL CURB
UTILITY POLE ^\ rte\ 30' )
l L +
10' MIN. I 50' MIN.
^
PLANTING STRIP ^ ^ 50 MINMIN.
LUMINAIRE > � < > C I
o I 10' MIN.
=IMMO A
•
VERTICAL CURB UNE
PLAN AT INTERSECTION
NOTES:
1. IF PLANTING STRIPS ARE APPROVED:
A. TREES SHALL BE STAKED IN A MANNER NOT TO OBSTRUCT
SIDEWALK TRAFFIC.
2. ON BUS ROUTES, PLANS SHALL COORDINATED METRO
SERVICE PLANNING (06.68622), AND/OR PIERCE TRANSIT.
3. SEE SEC. 3.5.1.
4. TREE SHALL BE LOCATED 24" FROM FACE OF CURB
REV. MAR 2011
STREET TREE LAYOUT STANDARDS
V
/
\
:! : % A0 AA.
FIXED BOLLARD
REMOVABLE BOLLARD
REMOVABLE
"�
§ g §o
\*(0�
—§)
/ /W® /
�j /�0 0 / 0
„ La z 0 0 9 k
$}})) < 66
moo= =m
Mzo8= a \% /
uo =�Ce k o!
i0�i�� I- §k k )
�§ }»I m e
« w 0 ) 0 r
\3«( a 5
I-§
mw� / ƒƒ 0 \» w §k
2\EA§± --/
.4
o=
) m ?°
M���j/ ° / ) k (5
§ \ / ® }} ) / [ § \)
/9] % \± a w y
e *Rm2±3 §)) 8 §3
( _ w w ¥ w a
60" SPACING
REV. 4/11/08
BOLLARDS
m§
}2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
1
1
i
i
1
1
1
1
1
1
1
1
1
i
1
1
1
1
.9�
z
0
m
cc
0
w F
z
0 to
z_ 0 0 O
Z
Q = z p O O 0
Z ¢pI Q U 0
-N W03 Q Slal N
rg ma N 0_ I-- 5 x
LU JQHIi NNN <I-- U
L) 16 (.72 =mmm mm m N in CD °- Z¢W (2 001 o) O J a0 U
1--O U wco -n �N J Z
J� WU U L., =p = M OC
NHZ d' W NW N Z
o)i- pWccN Q O W 0
N N < t, ,, X CC J W a W J
Z", wa? O�>1Q- mQ U N W
Sa�op w�U�a¢ aQOO j Z w >
Qd OO -W c, cCYO O tw/r O
U¢ Uw0m ¢
N ui 4 u] co N
2" MIN. NOTE 4
U
LW z
0
O
CRUSHED ROCK
313N3N00 '0 'd
'NM .9-,Z
Z 1-
W
0.
a
O
LU>
W �
Z irn N
J
W V) W
crO
Z p p li
030 0
U 0 F-
OW=rO
=�3aw
�O
m J
;;i CC
U
Cep 0 0 N
¢ W m 0 W
0
cc J CC Q ix
zCL ==
W Z
N W 1—
Z uJ N 3 N
J N Z Z
O
LL1 :3 2'NZQZZ
CC Li
Z03o0
p Z Z Q
Q O Z o o D
J W < N
I- JI,- O
W ¢¢�+-��
0
vi 2 ~n}00
_N W w F-
J 0_ p0 d W
Q O Z W 0:
U
I-- r Z X
U)Q¢
REV. APR 2012
cc �<
Li 0 /� §k \
L 3o
o _ �k } § §A} /� g
�ƒ
e » (\ \\ g�j \ /\ \
` a /� \» §§ ƒ§ § 20
Z \ }§)}( ®§ �\ 0k E
en
cD »§ ±o± Dc ®} oo ®
§P o & =] °c ui) } k § ± ¢}
�< \ * @Gf)( \=u } �i «/ z
j\ % --1 - }\c I- u0 �\ 7 / \\\
m =- m juw »= t° 3 O o o$
S G/ ° &I iJ ƒ\ 7▪ / » ou oa
� y i ( 1-0 E) < ©§ 3 /\( \% < 0 § ''
E(Rc§
0
G W
�� ° \w0
!
2 !
#}i G}
cc
u muu
° \ \2$/
/± \9\
\//\//
Eu� �_
~)6}#k
Z0 00m
�u� <=
I_ u�oe
5#<U ~0
7Z \ °z±
\$f\§\
$57 uu
2262Q:
uti en <u<
- - +
#« ¥vvwee
/. *.e & � . +Z
8
/(
o
\
CC
z
i L
\
0
}
m
1
1
1
1
1
1
1
1
1
4Y2" O.D. ALUM. TUBE
.188" WALL ALLOY
6063 —T6 SATIN
GROUND FINISH
MIN.
8"
(NI
I
0
r7
U)
c
a
a�
0)
I
cn
w
z
0
z
z
0
V
rn
a)
c
c
0
E
c
a
cn
a)
0
:(0
II
I-
0
z
w
H-
U-
2
n
4Y2" O.D.
2" N.P.S.
SLIP FITTER
43'2" O.D.
HAPCO 41 SERIES AND
VALMONT RTA POLES
MEET THIS STANDARD.
(2)— 1/2" 13 N.C.
STAINLESS STEEL
TH RU — BOLTS,
NUTS, AND NYLON
WASHERS.
063 —T6 ALUMINUM ALLOY SHAFT, TAPERED FROM 8"
TO 4Y2 ", 0.219" WALL THICKNESS
SATIN BRUSHED FINISH
NOTES :
1. POLE ASSEMBLIES DESIGNED TO SUPPORT MAX. LUMINAIRE
SIZE OF 1.5 SQ. FT. E. P.A. AND 60 LBS. IN A 90 MPH
ISOTACH / 120 MPH GUST VELOCITY WIND.
2. 4043 FILLER WIRE USED FOR WELDING.
3. ONLY THE BASE FLANGE WELDS ARE HEAT — TREATED.
4. BASE FLANGE SHALL ACCOMODATE 11" TO 12"
BOLT CIRCLE.
5. (4) 1"— 8 NC STEEL ANCHOR BOLTS ASTM 2 "-
A 576, AISI GRADE 1021 -1046, 50,000
PSI = MIN. YIELD MEAN DIA. OF ROD
STOCK 0.908 ± .01 1 ", OUT OF ROUND
TOLERANCE : f 0.012" ROLLED OR CUT
THREADS PER A307, CLASS 2A, TOP 10" 8 — #7 REBAR AND
GALVANIZED PER ASTM A153, COMPLETE
WITH (8) 1" 8NC GALVANIZED STEEL HEX # 4 HOOP REBAR
NUTS & (8) 1" GALVANIZED STEEL FLAT 1' -0" CENTERS
WASHERS.
6. CITY MAY ACCEPT OTHER BEND RADII AND
DAVIT ARM MOUNTING ANGLES.
HANDHOLE (4" X 6" NOMINAL)
NON —FLUSH TYPE, COMPLETE
WITH REINFORCING FRAME ALLOY
356 —T6, COVER AND S.S.
HEX HD. SCREWS
Y2 " -13 NC S.S.
BOLT W/ S.S.
SPLIT WASHER
AND S.S. FLAT
WASHER
SECTION THRU HANDHOLE
2" SCH. 40
PVC CONDUIT
1 Y2"
w W
11)2" DIA.
BOLT CIRCLE
cV
I
L
4 "-'
CLASS 5 (1)) PORTLAND CEMENT
CONCRETE (3000 psi ). 3'x 3' SQUARE
OR 3' DIAMETER BASE.
Rev. NOV 2014
anon
Fe o
��/ PUBLIC
gaU UWCI9 WORKS
LUMINAIRE POLE
DWG. NO.
3 -39
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
LUMINAIRE BASE LOCATION DETAIL
IN 6' PLANTER STRIP BEHIND SIDEWALK
SIDEWA K3kPLANTE
8' SIDEWALK
PLANTER
PLAN
EDGE OF WALK
O
F
UNLESS SPECIFIED, BASE
FOUNDATION CAN BE EITHER
3' DIAMETER OR 3' SQUARE.
CONCRETE PAD NOT SHOWN FOR
CLARITY. SEE DETAILS, BELOW
TOP OF PAD TO BE
FLUSH WITH SIDEWALK
SECTION
GROUT UNDER
POLE BASE FLANGE
WALK
U
PLAN
11
SECTION
LUMINAIRE BASE AND J —BOX CONCRETE PAD ENCASEMENT DETAIL
FOR 6' PLANTER STRIP
(STREET LIGHT IN FRONT OF SIDEWALK)
FULL DEPTH_„
EXPANSION JOINT
•
CONCRETE PAD'
FINISH PER
DETAIL 3 -3"
•
• ,re0x
"P�.r...•..
2" {MIN
STREET LIGHT
POLE BASE
12" JIN.
'-6" MIN. ,q\Q
�
P
CURB AND GUTTER
FOR 4' PLANTER STRIP
(STREET LIGHT BEHIND SIDEWALK)
12 "MIN.
d
•
• i ..4 s STREET LIGHT
POLE BASE
CONCRETE PAD
FINISH PE
DETAIL 3 -3
4FULL DEPTH
4EXPANSION JOINT '
• d.
a
a P�
4.. �� 4 . n
12 'MIN.
6" MINA
4' •
BOX . t •• ' •
,4
•
CURB AND GUTTER
APRIL 2013
Orr ar
Fe
0
�/�/ PUBLIC
erd VWaY WORKS
STREET LIGHT POLE BASE PLACEMENT
AND CONCRETE PAD AROUND
J -BOXES AND POLE BASES
DWG. NO.
3 -39A
IN
Y
Y
A
A
z
z
B
B
6"
//
XXXX = SERVICE CABINET LOCATION
NUMBER BASED UPON A CITY DEFINED
COORDINATE SYSTEM
YY = THE SERVICE NUMBER, WITH
MOST LOCATIONS ONLY HAVING ONE
SERVICE CABINET, THUS NUMBER 1
AAZZ = CIRCUIT DESIGNATION NUMBER:
EXAMPLE IS STREET LIGHT CIRCUIT 10
= SL10
BB = POLE NUMBER WITHIN CIRCUIT
LEADING ZEROS SHALL BE OMITTED
ALL NUMBERS /LETTERS SHALL BE TWO
(2) INCHES HIGH WITH TWO (2) INCH
VERTICAL SPACING
ALL NUMBERS /LETTERS SHALL BE
PAINTED BLACK ON THE POLE FACE
NEAREST THE STREET. PAINT SHALL BE
BLACK ALKYD GLOSS CONFORMING TO
FEDERAL SPECIFICATION TT -E -489.
FEB 2011
CRY Of
Fe
PUBLIC
0 MO WaY WORKS
LUMINAIRE POLE NUMBERING
DWG. NO.
3 -39B
F-
ow
UY W
W U
LL
W (Z
J WO
0
<
O)
wrr)
ir I
Qr)
z_
� O
J (21
3 2:11VN I IAI M
01
O
w 1-
J 5 0
D 0 CC
0 Z 0
= 0 10
00 U D
00 Q o
N d 0
0
0)
o rj
CL
I-0
w�
CC 0
U
Z
00_
0
W
D 0
Z W
D
Q
00
H
LU cD Z
wmcUn0
M
w=
J J O
F-
Q�Xw
O
J
O
U=00 mC
LL
X I— O
O z
CO
z<O
00r
- m
D �
O
W
Z
C
J
D
CC D
wO
UW X I 00 �W
�ONO(Z� 00
�oQmU)wY U>
Z '- >) () tY� JD
O 1 Q w OD Dcr
UFO Qw�a Ul
JZ=O =W 0_0 a-<
= m J m Q
0
W
X U) U
O O W F-
m�ZJUJ-w 0 —
Jo
QF--
00
U-- W'- 0 (Ni W
z �- (n
>
DO (21W rrW
-DH� -_CC )0
3M
T
Q
W
D D
00
0<
U
(-
w
UL
CC
F--
O U)
U 0
0 Z
00 O
U
to
QA = BELL END PVC BUSHING
LONG WELDS AT OPPOSITE CORNERS.
U
W
z
w
0
O
U
J
F-
U
W
J
W
J
z
0
H
< Un
Z z
▪ w 0
= Q
N ~ U
\ O L_
~U
z Q_
o
_ o Un
~ LL o
ULI Z
L
w O Q
Un 00
_1Z
J < F-
Q = (n
Z (n I__
LT_ 00
CC D 0
O=
LI I-
Q W
H I-
D O LL
_ZO
0 § Z
O
J
W <
U)
W 0
CO W W
J
O 0
- Z Q
D (n J
Q m
X a Q
0
M 00
I X Z
Un_D WQ
w
O ▪ - _ N
cc
a
O
z
O 1.
0
J
F-
z
U
J
CDo
D
3
1
1
1
s
1
1
t
1
1
t
W
Ul
J
C001- 7
I— °
Z Z
mI0
U 0
0
w
Z J
CCQ
F >
OD
U o F-
Z
w w O
(n (n U
w `n
w w
CC mO
U
Z00
O Q 0
H-
D
0
m O
0 0
_p
F-WQ 0
c}-p QWu W
O >Z O
00 (XZO� Z
(nU 1-1-1O - J
> Owe O
N W m m W W 0
Co E- v. 2
II-0 D N
U)
OC
O
F-
2 0
D
I- 0
Z
O
U
O w
• o 0
N Z
O D
0 0
2U)
O
D
00
p0
U
D
0 0
U 0
CD
m
D
U
TO STREET LIGHT
H-
N Q
W
0 <
F-
F- p
U
Z z < pW
00 < D
UO(~n�Z
p ~
J p U) 0 D
J Z C
W
N c W Q U
ZCDm0LL
U
J
J •
O
W < 0
eL 0pmQ(nzeL
ZO 1
wJQQ
0,0zzO�0w(~
J = U
YW
p z Z Lij
(n �� UJ
^p�SN�O
XDN JeF-W J
O 0 < a Z
C ° Z 10>
I-UWO mHW
Z NF -(nJU0
Op '-- Wow
ZXX (nM
C) W�OOW
m mm 0
Do < I I <LO
--) CD -)SCL�
J
w
WW
G-
OO
W
J ct
D W
CL
W <
W
�0
O
o�-
0
J
0
U
SPLICE KIT
3M EPDXY
OR APPROVED EQUAL
TO STREET LIGHT
= BELL END PVC BUSHING
LONG WELDS AT OPPOSITE CORNERS.
REV. APR 2015
ELECTRICAL CODE (NEC)
J
Z
0
aN
Z
W O
- I H
N ~ U
OL
U
Z W
O Om
H w
W Q
(n U p
Z Z
Q- J F-
Q
Z_ _ cn
'L O
cn p
0�
Q wW
I 0
cn Z O
cn
Z
Q
W
m LU ▪ W
0 �Q
o ( J
J Q d
XO WW
a
m 0 0
66 w Q
W _
0 -
z
O
Z
oTt
� M
0
J
H
0
V
w
w
H
z
0
z
2
J
J
U
M 0
Q.
NEMA 5 -15 GROUND FAULT CIRCUIT
INTERRUPTING RECEPTACLE WITH
WATERPROOF COVER SUITABLE FOR
UNATTENDED USE. (FESTOON OUTLET)
SIDEWALK SIDE, AS CLOSE TO
TOP OF POLE AS POSSIBLE.
BASE DETAILS
BOLT
PROJECTION
X = 3 "(76mm).
Comes with 4 anchor bolts.
8 nuts and 8 washers.
- NOT TO SCALE -
X
ANCHOR PLATE
• B.C.: 10 1/2 "0
267mm0
• THICKNESS: 3/4"
19mm
FREE OPENING
5 1/2"0
140mm0
• NOTE;
This anchor plate accepts
a bolt circle from
8 3/4 "0 0 11 1/8"0
222mm0 0 283mm0
- NOT TO SOME -
LUMINAIRE:
CAND1 —PCC —RACE 3D- 240— CN1 -1A
STANDARD:
SM6N- 19— FS(2)— PH7— DR— GN8— TX— LMS12511A
CAST —IN —PLACE CONCRETE BASE DETAIL
BOLT CIRCLE. SEE
DETAIL, ABOVE.
5 — #5 VERT. REBAR
AND 3 — #4 HOOPS
0 9" O.C.
36"
2" CONDUIT_��
PER PLAN
BANNER ARM
24'0
7' -0"
/PLANT SUPPORT
PSS 16 (120 #)
HOLD DOWN &
LEVELING NUTS
Co
N
I%
24'0
LUMEC "CAND 1"
LUMINAIRE OR
APPROVED EQUAL
& SYLVANIA OSRAM
D6 LED KIT OR
APPROVED EQUAL
LUMEC POLE FOR
18' FIXTURE MOUNTING
HEIGHT
CL OF POLE 2' —0"
FROM FACE OF CURB
ANCHORING BOLTS
STEEL, 3/4 "x 27"
(SUPPLIED BY LUMEC INC
OR APPROVED EQUAL)
LUMEC #SM6 POLE BASE
HANDHOLE FOR ACCESS TO
TRAY— MOUNTED BALLASTS
PROVIDE BOLT COVERS. GROUT AFTER
ADJUSTING AND SECURING POLE IN
GRADE —i VERTICAL POSITION.
%r
16'0
•
0
2" CONDUIT'
PER PLAN
CAST —IN —PLACE OR
PRE —CAST
CONCRETE BASE
*0*
#8 GROUND CONDUCTOR
TO BONDING LUG IN
LIGHT STANDARD
EXOTHERMIC WELD
`— GROUND ROD
NOTES:
1) PRE —CAST BASE SHALL BE UTILITY VAULT MODEL 4 —LB OR
APPROVED EQUAL.
2) CHOICE OF CONCRETE BASE STYLE SHALL BE AT CONTRACTOR'S
DISCRETION WITH CITY APPROVAL.
3) REFER TO DETAIL 3 -30 FOR LOCATION.
Rev. APR 2015
CITY OP
Fe 0
Way [ V
° � Way WORKS
CITY CENTER DECORATIVE
LUMINAIRE STANDARD AND BASE
DWG. NO.
3-43
f
t
1
6"
2
80"
2" 2' k-
16"
UL LISTED PER STANDARD #503
s1mA1Da rat 11M IS =BBC! DITERANCS !RUIPAhT
MEETS EUSERC/PSE SPEC.
TOP OF CABINET
ALL CONDUIT TO CLEAR
TOWER CENTER BRACE OF
CABINET BY 1/2" MIN.
SEE NOTE 5
MAX ANCHOR BOLTS & DATA FOR
SPACING TO BE SUPPLIED
BY CABINET MANUFACTURER
SHIM TO PLUMB
/4 HOOPS
COMPONENT SCHEDULE
OMETERBASE: 100 AMP, 4 JAW, AW I114TB, SAFETY SOCKET TYPE, 5TH JAW AT 9:00 POSITION
(CONTRACTOR TO VERIFY WITH SERVING UTILITY)
0 PANELBOARD: 120/240 VAC, 100 AMP, 1 PHASE, 3 WIRE, COPPER BUS
WESTINGHOUSE BAB BOLT -ON BREAKERS:
1- 100 /2 MAIN
3 -15/2 ILLUMINATION BRANCH
1 -50/1 SIGNAL BRANCH
1 -20/1 GROUND FAULT RECEPTACLE BRANCH
1 -15/1 CONTROL CKT BRANCH
0 CONTACTOR: LIGHTING RATED, 2 POLE, 120 VAC COIL, 3- REQUIRED
oTERMINAL BLOCK TO REMOTE CELL
0 PHOTO -CELL BYPASS SWITCH, SPST, 15 AMP, 277 VAC
0 GROUND FAULT RECEPTACLE, 120 VAC, DUPLEX, 20A
CABINET: NEMA 3R, PADMOUNT, 1 /8TH INCH ALUMINUM CONSTRUCTION, TYPE 5052 -H32
2 SCREENED AND GASKETED VENTS
DOORS: HEAVY DUTY CONCEALED HINGES (LIFT -OFF TYPE)
STAINLESS STEEL VAULT HANDLES, PADLOCKABLE METER DOOR
BEST CX LOCK ON DISTRIBUTION DOOR
POLISHED WIRE GLASS WINDOW IN METER DOOR
CLOSED CELL NEOPRENE GASKET, CARD HOLDER
FINISH: BARE ALUMINUM (MILL FINISH) OUTSIDE, WHITE INSIDE
#4 BAR EACH CORNER
I. N
0 0
w
N
BASE DETAIL
3/8" DIAMETER PLASTIC
DRAIN HOLE
NTS
5 r- 16' -I 15"
INSTALL ONE SPARE
2" CONDUIT AND CAP;
OTHERS AS REQUIRED.
#4 BAR EACH
CORNER
LOCATE CONDUITS
CENTRALLY IN FOUNDATION
2" UNDERGROUND SERVICE ENTRANCE
CONDUIT TO BE LOCATED IN CORNER
(WITHIN 4" X 4" SPACE)
120/240 VAC
1' 3W
. HMET
MASER S
,` AWN
I� CONTROL
IGROUND
FAULT
Lit RECEPTACLE
PHOTO
ELECTRIC
TEST
SWITCH
/ SEE DETAIL 3 -41 FOR
GROUNDING REQUIREMENTS
WIRING DIAGRAM
SERVICE CABINET FOUNDATION NOTES
1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS
OTHERWISE NOTED ON THE PLANS.
2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT MOUNT
TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE
TOP AND SIDEWALK ABUT.
3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET
MANUFACTURER'S SPEC'S TO ASSURE PROPER FIT OF CABINET ON BASE
WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT
FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND
ANY RELEVANT SECTION VIEW.
4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED
ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE
AASHTO GRADE A307 HOT - DIPPED GALVANIZED 1/2" x 8" x 2 ".
5. PLACE SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE
CABINET.
OTHER NOTES
ORIENT FACE OF CABINET DOORS PER PLAN.
CONTRACTOR SHALL COORDINATE WITH THE POWER
COMPANY REGARDING THE SERVICE CONNECTION.
CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY
ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT.
WHEN SIGNAL CABINET, SERVICE CABINET AND /OR
UPS /BBS AUXILIARY CABINET ARE INSTALLED NEXT
TO EACH OTHER, SEE DEVELOPMENT STANDARD
DRAWING NUMBER 3 -45C.
Rev FEB 2015
arr OP
Fe
0
�n PUBLIC
M O ay WORKS
STREET LIGHT SERVICE CABINET
DWG. NO.
3-45
r-10,75'_1
10.75'
UPS
MOUNTS
ON SWING
OUT RACK
UPS
RECEPTACLE
CYLINDER
LOCK
BA ERY PA KS
u�
BAT PACKS
I I ;
LF 4KSI
RAVER PA KS
FAN
FRONT VIEW
RIGHT SIDE
CYLINDER
LOCK
FRONT VIEW RIGHT SIDE
UPS /BBS MAIN CABINET DETAIL
UPS /BBS AUXILIARY CABINET DETAIL
UPSIBBS UNITS SHALL BE TESCO MODEL 22 OR APPROVED EQUAL.
ALL CONDUIT TO CLEAR
TOWER CENTER BRACE OF
CABINET BY 1/2" MIN.
SEE NOTE 6
SEE NOTE 5
-SHIM TO PLUMB
E
20" TO 26"
#4 HOOPS
ANCHOR BOLTS & DATA FOR
SPACING TO BE SUPPUED
BY CABINET MANUFACTURER
14 BAR EACH CORNER
1
1" to 2"
/M*'' SEE NOTE 2.
CABINET FOUNDATION NOTES
1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE
NOTED ON THE PLANS.
2" DIAMETER CONDUIT PROVIDING
PATHWAYS BETWEEN UPS /BBS CABINETS.
CONDUIT BENDS PER NEC.
3/6" DIAMETER PLASTIC
DRAIN HOLE
BASE DETAIL
NTS
2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT MOUNT
TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE
TOP AND SIDEWALK ABUT.
3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET
MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER AT OF
CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT.
CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN
WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW.
4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED
ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE
AASHTO GRADE A307 HOT— DIPPED GALVANIZED 1/2" x 8" x 2
5. PLACE A SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE
BOTTOM OF THE CABINET.
6. PLACE A SILICONE SEAL BETWEEN THE MAIN CABINET AND THE
AUXILLARY CABINET.
INSTALL ONE SPARE
2" CONDUIT AND CAP;
OTHERS AS REQUIRED.
;4 HOOPS
_ j4 BAR EACH
CORNER
LOCATE CONDUITS
PER CABINET MANUFACTURERS
RECOMMENDATION
OTHER NOTES
ORIENT FACE OF CABINET DOORS PER PLAN.
CONTRACTOR SHALL COORDINATE WITH THE POWER
COMPANY REGARDING THE SERVICE CONNECTION.
CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY
ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT.
PROVIDE 3 —FOOT (MINIMUM) CLEARANCE ON ALL
SIDES OF CABINET.
WHEN SIGNAL CABINET, SERVICE CABINET AND /OR
UPS /BBS AUXILIARY CABINET ARE INSTALLED NEXT
TO EACH OTHER, SEE DEVELOPMENT STANDARD
DRAWING NUMBER 3 -45C.
JUNE 2012
CJINCIP
0
��/7 PUBLIC
er�ad Way WORKS
UNINTERRUPTABLE POWER SUPPLY
BATTERY BACKUP SYSTEM
(UPSIBBS) CABINETS
DWG. NO.
3 -45A
Firl
BA ERY PA KS
u�
BAT PACKS
I I ;
LF 4KSI
RAVER PA KS
FAN
FRONT VIEW
RIGHT SIDE
CYLINDER
LOCK
FRONT VIEW RIGHT SIDE
UPS /BBS MAIN CABINET DETAIL
UPS /BBS AUXILIARY CABINET DETAIL
UPSIBBS UNITS SHALL BE TESCO MODEL 22 OR APPROVED EQUAL.
ALL CONDUIT TO CLEAR
TOWER CENTER BRACE OF
CABINET BY 1/2" MIN.
SEE NOTE 6
SEE NOTE 5
-SHIM TO PLUMB
E
20" TO 26"
#4 HOOPS
ANCHOR BOLTS & DATA FOR
SPACING TO BE SUPPUED
BY CABINET MANUFACTURER
14 BAR EACH CORNER
1
1" to 2"
/M*'' SEE NOTE 2.
CABINET FOUNDATION NOTES
1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE
NOTED ON THE PLANS.
2" DIAMETER CONDUIT PROVIDING
PATHWAYS BETWEEN UPS /BBS CABINETS.
CONDUIT BENDS PER NEC.
3/6" DIAMETER PLASTIC
DRAIN HOLE
BASE DETAIL
NTS
2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT MOUNT
TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE
TOP AND SIDEWALK ABUT.
3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET
MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER AT OF
CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT.
CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN
WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW.
4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED
ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE
AASHTO GRADE A307 HOT— DIPPED GALVANIZED 1/2" x 8" x 2
5. PLACE A SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE
BOTTOM OF THE CABINET.
6. PLACE A SILICONE SEAL BETWEEN THE MAIN CABINET AND THE
AUXILLARY CABINET.
INSTALL ONE SPARE
2" CONDUIT AND CAP;
OTHERS AS REQUIRED.
;4 HOOPS
_ j4 BAR EACH
CORNER
LOCATE CONDUITS
PER CABINET MANUFACTURERS
RECOMMENDATION
OTHER NOTES
ORIENT FACE OF CABINET DOORS PER PLAN.
CONTRACTOR SHALL COORDINATE WITH THE POWER
COMPANY REGARDING THE SERVICE CONNECTION.
CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY
ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT.
PROVIDE 3 —FOOT (MINIMUM) CLEARANCE ON ALL
SIDES OF CABINET.
WHEN SIGNAL CABINET, SERVICE CABINET AND /OR
UPS /BBS AUXILIARY CABINET ARE INSTALLED NEXT
TO EACH OTHER, SEE DEVELOPMENT STANDARD
DRAWING NUMBER 3 -45C.
JUNE 2012
CJINCIP
0
��/7 PUBLIC
er�ad Way WORKS
UNINTERRUPTABLE POWER SUPPLY
BATTERY BACKUP SYSTEM
(UPSIBBS) CABINETS
DWG. NO.
3 -45A
1
8 —Penny Duplex nails
4" x 4" Post
NOTES:
Marking nail
same side as cleat
Cleat 28 "x3 "x2"
under sign
Direction of travel
4" x 4" Post
Finish Grade
Two double
headed nails
Aluminum cleat attached
directly under sign
SIGN POSTS —
1) ALL GROUND MOUNTED SIGN POSTS SHALL USE WESTERN RED CEDAR
OR PRESSURE TREATED FIR UNLESS APPROVED OTHERWISE BY PUBLIC
WORKS.
2) POST GRADE (FIR) SHALL BE S4S DOUGLAS FIR LUMBER, WEST
COAST INSPECTION BUREAU GRADE #2, STRUCTURAL LIGHT FRAMING,
RULE #16, PARAGRAPH 124 —C, SELECTED FOR STRAIGHTNESS, AND FREE
OF HEART CENTER (FOHC) WOOD TO RESIST TWISTING.
3) PRESSURE TREATED POSTS SHALL BE TREATED WITH A 4 -1/2% TO
5 -1/2% HEAVY PETROLEUM SOLVENT PENTACHLOROPHENOL SOLUTION IN
ACCORDANCE WITH THE APPLICABLE REQUIREMENTS OF AASHTO
DESIGNATION M133, WITH A MINIMUM NET RETENTION OF THE DRY
SALT OF 1/2 POUND PER CUBIC FOOT OF WOOD.
4) POSTS SHALL BE 4 "x 4 ", WITH A MINIMUM LENGTH OF 12 FEET.
LONGER POSTS MAY BE NEEDED TO MAINTAIN 8 —FEET OF VERTICAL
CLEARANCE ABOVE WALKING AREAS. POSTS SHALL BE 14 FEET IF
TRAFFIC CONTROL SIGNS WILL BE INSTALLED ON THE SAME POST.
5) BACKFILL SHALL BE COMPACTED AT SEVERAL LAYERS TO MINIMIZE
SETTLING.
6) ALL POSTS SHALL BE 2 —WAY PLUMB.
TOP OF CLEAT
CLEAT
POST
28"
30"
--I 1- -- 1 " I---
1"
(2) 0. 56" 0 NAIL HOLES
(PUNCHED OR DRILLED)
NTS
CLEATS —
1) ALL POSTS SHALL BE FITTED WITH AN ALUMINUM CLEAT AS SHOWN TO PREVENT SIGNPOST ROTATION AND /OR UNAUTHORIZED
POST REMOVAL.
2) CLEATS SHALL BE ALUMINUM ALLOY, 6061 —T6, CHEMICALLY COATED IN ACCORDANCE WITH ASTM B449-67 CLASS 2.
3) CLEATS SHALL BE 30 INCHES LONG, 3 INCHES WIDE, THICKNESS OF 0.08, WITH A 2 —INCH TURNOUT OF 90'. NAIL HOLES OF
0.156 INCHES DIAMETER SHALL BE PUNCHED OR DRILLED IN THE LOCATIONS AS SHOWN.
4) POSITION CLEAT TURN —OUT AWAY —FROM AND EVEN —WITH THE BOTTOM OF THE POST.
JULY 2014
OT4 O!
Fe()
��/ PUBLIC
M V M, WORKS
SIGN POST
DWG. NO.
3 -51
GRATE OR LID
ID
RING OR FRAME
0
ce
�
0 0I
, ,.
0
§\
\/2 Q
Ei§eo
2Eƒ}
7±UU)
kz2E
cow Cr)
<00E
EXISTING CB OR MANHOLE
w
m
U
m
m
±
U
0
I
m
2
0
H-
0
w
m
z
4 §
z<I <
Dk\ �}
zDz 0
P 7Q
cr <
�00 \
§§I DI-
3
kj 0 o
Una u( z
E 2 u 2 § <
F— z Z 3 /
c 3 2 3 = 5
$ j $ § 0 & < R
o « z
g w a z 4- 0 m§
oEww &2 z
§
00 \ 0 0
W <e &U
k2\ 0 0 5
0 < 0 / 0 §
�e U 0 <a00 <0 t
# k
w<YW 00 0 2
/ 0§ U 0 10
/�I� < 0
LL
e e 0 2 E S U<
0 0 L_§ c 2 E i
Z o o o W u u
Pu < w x u
§ §§ E 0 g k 0 rt
�Uu= <
\ \ § § - j 7 0
z.- o? q IN 3 N)'-
BE RAISED
REV: NOV 2011
J
I
\ 0
E�
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
ij
=zo
00.
2@0
0m<
k 2
z0
ow<
\§ƒ
0O
m m
c'• j
mm2
(R)
§\§
e
0011
CONCRETE SHALL BE
w
6' RISER SECTION
\ (
m § .§ § ) = z .
MO o #� o o 6 ~
�oz p �z c z
DI <W ( ij • / O -I / oe�� §\ 0W F ) 0
&»2§ W
$��) j§ §) W §/ *L3F\ *
W<0w z -§ ° _ _1Wt =E 0 U) I- \/ )@ �j �k \k§ W zg
° z� 3 W<±Zo /g
X< zw w\ 0 0 )0 W)- §
yz� L-z o -u�z
§rl.� (z >-r / as oR§ \® )3
/mow\ %§ t( 3G k� �- <X i§ �k
0 o< (= r} m) ±§ 0w
(e6 °R G� I �E k \� §� §� a�
MY «o® _\ • E@ zu �( «o =o 0
�m ° °0 S\ §_ °° Z53�( o\ )E
/a�M b EE mz
GEE3 j) �§ )2 »��� �G 0<
)�.g= z kE = ® §2% < ° om }}\}_ z< }0 /( /k §([§( k§ §\
=ZU W za oa
12' RISER SECTION
k
oi
#3 BAR EACH WAY
1 13 BAR HOOP
0
f
#3 BAR EACH SIDE
M
F- m
J
¢ 00 o w
2 F m a0
33° o F- rn w N W a
w=c -i a 00 z Hwy - o o zw 3 0
Uow .=N JJ w OW)-1- 0 0 0U 0 2
Z a Q m (n:OZ W W z° O m wJ
QWN Ow2< I(L)01- a N _w, mJ
m,O OUm VI J =OLIW a °a W • W��W o m ~3
oM< 3wo0 UJ_Z 0 2 ¢r` awIR W zz
Q \ w I
¢ Z �mm ¢ZN �N ms ZIM'' • lx_ JQ
O� wQ `` 230 20 v" i_ w~mao a am
Z m 2dww NQIJilO 7m F' ¢� m�z0E _ 2
owi< wocewm o 3 av WZ 3m wW w01-� 3 a mU Yi-
,--in mN33 zo °wa�zr rnY tn0 aw a c¢ioo ° Fo 0.<
OZZ 0 DD- OOQpW 0 N ZY� W2 00 Z WW UI °MNa J w mw
-00 jpWN U ZamWZ N~ ,FO F-F 1-wa�0 I-
<
0 a0
�coUI Q 3" d WNJO� WQ Ja WOZ 2o�w0 z 0 O(Wj
U 3 zw � ¢zw J3 w J U� pp}Z 0 z°
w °'�= MM Z m m N 2Z �2 WQ OU Ja m = OW
co Z Q z j 2= 0 I— J O a I- J O m O W (n N Q U W 2~ Q - Z - y U
¢ wmwm¢o v 2oa °� of mm Wz wwW(n3 �W F-
NmO m¢mvU O NzJY3 DM U }} H� mOW� ~� O z>
o
0)00 dog }pniz U wY¢O- U 44 zw w °(/�0 Om
ZZ W-`�YY m0 Q YO O ow Z�~wz U1 °O
vQQ>(QQna UQ�¢z 00p mFZ F F-S) I(L2 am (QnZWnY °? H . alai
mvO Q o 1 I-O� °O OJ 00 WW mQMVIU Z ae
UOV(�O ,(n ¢Y. occ OYa 00 <cT U) 0ce Q-< ool 0"
F�Z ¢mdmma¢U Ul WOO N 0 O OO ~ 0 DZ I mU xx� wz
UUd wWE50 J QZWWW Z_ ZZ wz Q =WAO Wm QW p2
<0 QYOam YO YY F-Q 03m Z W0 mm WF-
N
W — N M a: m m n m O
z
RISER SECTION
r REDUCING SECTION
a CM
00
a a
8g
aa
aw
m
a
8
a
N
15
= o
0
J
cis
N
'
xxx
U to
J Y:
m
O
a3
1
0p m
N Cl' z O W a d O w Z N
Z O ce Y a
a O o W U-. o N m-- Z H U 2 w a ul �v ovwingWO g ° ?� ' x' Mw Ow ° o
WSiU iUm70 w °NWZm OJoU ' m00 l'AO 0 z W
WO NZ } Z a N
2U2 a'W 2J0 m (n ax a'c �O W O t/I
Q =N r321- J OU_MOw a •u-Oa)s' (n��� Z2 U' Ja Cl)
O °a >J�U'i -' xo D�0�ce amNo �0C alz- °o o F
ocna aoomo oo o °°<a a DLO wZ 0 3
000 M OM 0 n > WO r<i i w
ZZQ 5OZ �N ~w?w QWV)aoo OU� °� .t0. w Q Ui W
—Do i JO o Ww3aa ,cG Qyw 0U wao�w oom .m O�,IIY Iiw 0- Jwaag w N OF
�(�j4 OjV1JZ U(O NJo )- NFx-Qe'Jm V-WOWZ 0m J J U %w
z° ‹0 w=a pW UJ 2n -J UlJ °r U g° :j JZU w OW w0 uize
� N<00 a W0Inw0 p3d'ONOOi DpKO(n NN.'� JjJ f d
U°W wozR ?N col -7az SZaela_ JOZ aUO4d Oa 4 C� 3m
m�H oZm WO0 1yj QYUF -� Omwt0= WmWNc Vox 3a D-
ow H
Jg�Z s)61xao UZ oozaO '3xMt1�wN gpowo LaA z xd o°
130 Q =,(�ZQ 00 0,,YZY UFaa"W0 u_- 3NQUZZ zLL.W n~ N° ° 0 rwr
z'Z ZQU 2 wF 4�NWZ �p Um� O aZwOa Wxm m° Jo WO moo
_ V1 4 Far
(nw NOOZ° OU m7ZJYa OJQ W° m'Q W� Ind OW W3 M y
��_o 9zp� w zw iiw Yacxn�� xz50- mzi o% ao La° Z
o o- lyJ w� NX�N w p>z; w� w 0
02z °Zpi <4x _a Wo JOU oa Wz Nm QO0 J -W (On oow NO 5
UUO . S(�l1Z?i� Q aY�3LLw YO(A <m0 Ua2mE atn0 to
a
n rn o
z bon
IJ C3
� W
0 '
0
i
0 a «/ § •
\ k\ A \ \� / �§ °
3 § \f \\ <_$ S #S >
w0 �40a 2( j70 t )� \
+§» 0}\ §f \$\ \a
{ \} ~\�} 70 \ �6} f \ 0
G *a�\ \> }° % ® ¥
\$} \ 3/ d \3§ e 4( m
z \=3a 'i ,o0
o \>m = m 4
Sow o° \< /o 00 5
?&{ \f ~6 / \ m S
\ I 5�� k} \ \ ¥ _§
_-, o» «) , ko m 2m
ZT- 3 \2{ \\ / \ °- / 0° .\
i--.1(1-
\\ «\ (\ i \\\ \ \ \* $f
4W \ §)± \= i r2 St f6} »}
3 °« $« 6 0 z \ «§ o gg$ oz
\§� %/P « o o« �= aa= E�
n44 *x -/ {& I == S2 i° °�
±i\ }i \Z iZ f »\¥ �� �� °°
}}\ 6�6» °° > a a
•
X
N
X
n
In
0 0
E z
g I
U 0 0
8 s a a
U
in" <
1N)
.tt
.1 r
i u u
J
°O
N
fI n I—I
.9 /L 01
5ia
0/L l
In
0
n
16' X 22' OPENING
N
X
0
h
Cg
X
E MATERIAL IS CAST IRON PER ASTM A48 CLASS 30.
ET FRAME TO GRADE AND CONSTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME.
JULY 2014
U Y
m O
a3
1
t
i
1
1
1
f
J cc
W La
N
C 0
W i
J 0
TC
zQ
NU ? :
0
T
z
REV MAR 2011
0
N-
N
ii
,or
NI
N
9
•
:I:
,L
9
SECTION B -B
zld
HOOD ATTACHES AS SHOWN.
SECTION C -C
M
W
0
O
Z
0
M
ASTM A48 CLASS
Z
0
MATERIAL IS CAST
SEE DWG. NO. 4 -10 FOR VANED GRATE.
SURFACE OF HOOD SHALL BE 3/16" NON -SKID DIAMOND.
PATTERN ON TOP
SHALL BE GALV. OR CORROSION RESISTANT.
I-
z
0
BOLT, WASHER,
N M d
IL__ _
N
N
SECTION A -A
0
0
z M
f1� W'
NLET FRAME
THROUGH -CURB
U Y
IX
m0
a_ 3
amino
MOO '3N00
33Vdans
AvMavoa
-I
V
m
ce
U
SECTION B-
SECTION A -A
w
U-
w
O
0
z
0
0
U
0
I-
0
W
CO -)
• W W
V) U I- O N mf
O
F
L ^�Z 0 Q I- JU)
W F a V)
j I= M D W NN
L, to UO dQ 0 3?
O. O
Z JV)N Q ZW �d ef
mod' 0JV) Q O
z
wW mww z MQ' > CI
ZNU Dm Q twig
ow 0Ma w 6p zo 00
W} OJ U U CLp 0 �W
< OQ_�Q -. O (J) 1- CC 03 V1
> }aa Nc0 OO OO Nw 0
m a 0 -
U �V)2o Jp JJ O
1 a 3 Z w < ul - m J J 3 o
WO V) I- -I a0 Oa �O W
V) I- Ocn�rn Mro P� ?can 1-O
N Ni d In c0
O
z
0
VANED GRATE (FOR USE
U N
J Y
m�
0
a3
i
1
1
1
1
PROTECTION
• a
WOE
U) H m ~ V)
Ow2J��
H�F-QF O
d ? m 0
< Z w W Z aN m m m
v)Z
�QOO
U m z w(-) z
JUpONZOZ03
1- J U
N U F U = J J J F_ ? m Er N O Z H m= )
0Q awz>_
w m Q m
0 U) N J LF" U) U) U
�CC > Q
m J C
ww U)J2w2
F- YYgwFb
Z m Q C) ]C
2
W U2E 2E « o?
O
Z N M d
INSTAL ATION
F-
0
J
0
z_
`J!
0
INSTALLATION
w
I—
I-
CURB AND
0
z
W
2
z
0
r
z
W
Q.
z
0
I-
J
J
0
a.
W
i-
<
2
0
F-
co
11 1/16" FROM CENTER
.e /s
T
s.
a
I C
or
COVER SKID DESIGN
SECTION A -A
MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80 -55 -06
120' AND 9 1/2" RADIUS.
DRILL THREE 1 INCH HOLES SPACED
N
WAY" SHALL BE OMITTED IF COVER
0
N
O
Z N
U r,
ce
W
0
0
Z
Y
U
0
J
Z
0
6i
U N
J
m IX
O
a3
lb
0
1
1
1
0
z M
g0
Ce
w
0
C)
0
Z_
U
0
J
0
Z
m
0
ce
ce
0
w
w
2
Q
cc
w
CLEANOUT
I
1
1
I
I
I
I
1
I
I
I
1
I
I
I
I
I
I
1
12"
6"
i
4" f
40"
PROVIDE 1" COVER MIN. (TYP.)
•
•
•
•
•
•
•
•
36"
#5 HOOP BARS (TYP.)
#5 HOOP BARS (TYP.)
#4 HOOP BARS (TYP.)
APRIL 2015
��p PUBLIC
erred MY WORKS
CONVERSION RISER
(CONVERTS RECTANGULAR LID TO ROUND LID)
DWG. NO.
4 -18