Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 17-110RETURN TO:
PW ADMIN EXT: 2700
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT /DIV: PUBLIC WORKS / STREETS
2. ORIGINATING STAFF PERSON: ChRISTINE MULLEN
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
EXT: x2723
3. DATE REQ. BY: 25 -5E7'-201 7
❑ 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
X OTHER CONTRACT CHANGE ORDER AG# 17- I I 0
4. PROJECT NAME: STEEL LAKE PARK TO DOWNTOWN TRAIL
5. NAME OF CONTRACTOR: CECCANTI, INC.
ADDRESS: 4 I I G BROOKDALE RD EAST
E -MAIL: N/A
SIGNATURE NAME: DONNA MOTLAND
TACOMA, WA 98440
TELEPHONE: (253)307-778G (Ed)
FAx: N/A
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 ❑ PRIOR CONTRACT /AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. / /
7. TERM: COMMENCEMENT DATE: 7/';/.2-01 7 COMPLETION DATE: PROJECT ACCEPTANCE
$81 2,598.56 (ORIG. CONTRACT)
8. TOTAL COMPENSATION: $ + $ 923.02 (THIS CHANGE ORDER) = $813.52 I .58 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR o RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE To: 30G -4400- 200 - 595- 30 -G35
9. DOCUMENT / CONTRACT REVIEW
M PROJECT MANAGER
la) DIVISION MANAGER
X DEPUTY DIRECTOR
)6 DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
LAW DEPT
10. COUNCIL APPROVAL (IF APPLICABLE)
INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
Gyn a°. seep •2014
zrk)
(M /4(y6/l7
N/A
COMMITTEE APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
X SENT TO VENDOR/CONTRACTOR DATE SENT: Z1 • • 2.0
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSE , 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.)
COUNCIL APPROVAL DATE: N/A
DATE REC'D: 4 dal in
❑ FINANCE DEPARTMENT
❑ LAW DEPT
SIGNATORY (i• OR DIRECTOR)
❑ CITY CLERK
:ASSIGNED AG #
SIGNED COPY RETURNED
❑ RETURN ONE ORIGINAL
COMMENTS:
EXECUTE " 2 " ORIGINALS
INITIAL / DATE SIGNED
;M37
i%/ZWGT,iflG't` o .
ALL
DATE SENT: 011-2q .i.-
4/20(7
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG #: 17 -110 1
PROJECT NUMBER CHANGE ORDER NUMBER
EFFECTIVE DATE
Steel Lake Park to Downtown Trail Ceccanti, Inc.
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
1. SPARE FIBER CONDUIT
The original plans do not include a spare conduit for future fiber expansion by the City. This
change adds a spare 2" conduit in the following locations: road crossing (open trench) at STA
19 +00; open trench from STA 13 +36 to 19 +00; and from STA 12 +00 to 13 +36 which is
already planned to be bored.
The costs associated with this change are as follows:
Mobilization
Spare 2" conduit installed in existing open trench (STA 13 +36 to 19 +00)
Type 1 Junction Box, Lockable, Slip Not (Qty. 3)
Spare 2" conduit installed in existing open trench road crossing (STA
19 +00)
Spare 2" conduit pulled in within bore limits per plans (STA 12 +00 to
13 +36)
Ceccanti Subcontractor Markup (12 %)
Ceccanti Bond Fee (1 %)
SUBTOTAL — WEST COAST
TOTAL
$ 300.00
$2,435.00
$1,215.00
$ 455.00
$ 900.00
$5,305.00
$ 636.60
$ 59.42
$6,001.02
This change order adds a new bid item, "Bid Item #69, Spare Fiber Conduit ". This new bid
item will be paid on a lump sum basis.
This modification results in a net increase to the
$6,001.02.
#69: 1 LS X $6,001.02 /LS = $6,001.02
contract amount of
2. STREET TREES
The original plans for the project specified ten Barrett Cole /Apollo Maple 2.5" caliper trees
along with four Paperbark Maple 2" caliper trees. RFI #1 was submitted and approved which
allowed for the substitution of 2" caliper Barrett Cole trees in lieu of the 2.5" trees as the
nursery supplier was unable to locate the larger trees.
This change order reflects a $15 credit per tree. The original unit price for "Bid Item #44,
PSIPE Acer saccharum 'Barrett Cole' / Apollo Maple 2.5" Caliper" was $508.85 per each. The
adjusted unit price per this Change Order is $493.85.
This modification results in a net decrease to the contract amount of
$150.00
#44: 10 EA x $ -15 /EA = $- 150.00
Change Order No. 1 continued 2 of 3
3. PAVEMENT MARKINGS
The pavement markings shown on the plans are plastic. This section of S 312th Street is
planned to be overlaid in 2018, thus painted pavement markings is a more logical choice to be
installed in conjunction with the sidewalk improvements.
This change order reflects the deletion of the plastic pavement markings and a new bid item
for the painted pavement markings. "Bid Item #63, Plastic Line" and "Bid Item #64, Plastic
Crosswalk" are deleted. Two new bid items, "Bid Item #70, Painted Line" (unit price of $1.47
& estimated quantity of 1800 LF) and "Bid Item #71, Painted Crosswalk" (unit price of $5.09
& estimated quantity of 100 LF), are added.
This modification results in a
$4,928.00.
#63: -1800 LF x $4.02 /LF
#64: -100 SF x $8.47/SF
#70: 1800 LF x $1.47 /LF
#71: 100 SF x $5.09 /SF
net decrease to the contract amount of
$- 7,236.00
$- 847.00
$2,646.00
= 509.00
$- 4,928.00
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
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?
(bid item deleted)
(bid item deleted)
(new bid item)
(new bid item)
and all provisions of the
Yes
Yes
x
No
No
THESE ITEMS HAVE MODIFICATIONS TO UNIT PRICES INVOLVED IN THIS CHANGE:
ORIGINAL UNIT PRICE
ITEM UNIT INCREASE /
NO. ITEM PRICE DECREASE
PSIPE Acer saccharum'Barrett Cole/Apollo $508.85/EA $-15.00/EA
14 Maple 2.5" Cal., 12' -14'
THESE ITEMS HAVE MODIFICATIONS TO QUANTITIES INVOLVED IN THIS CHANGE:
QTY.
INCREASE /
DECREASE
-1800 LF
-100 SF
ITEM
NO.
63
64
ITEM
Plastic Line
Plastic Crosswalk
ORIGINAL
QTY.
1800 LF
100 SF
REVISED
UNIT
PRICE
$493.85/ EA
REVISED
QTY.
0 LF
0 SF
THESE NEW ITEMS HAVE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM
NO.
69
70
71
ITEM
Spare Fiber Conduit
Painted Line
Painted Crosswalk
ESTIMATED UNIT
QUANTITY PRICE
1 LS $6,001.02
1800 LF $1.47/LF
100 SF $6.09 /SF
ADDITION
$6,001.02
$2,646.00
$509.00
Change Order No. 1 continued
SUMMARY OF CHANGE ORDER COSTS
1) Spare Fiber Conduit
2) Street Trees
3) Pavement Markings
TOTAL NET CONTRACT:
$ 6,001.02
$ - 150.00
$ - 4,928.00
$ 923.02
INCREASE $ 923.02
DECREASE $
3 of 3
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
$ 812,598.56
$ 0.00
$ 923.02
$ 0.00
$ 813,521.58
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.
MARWA SALLOUM, P.E.
PUBLIC W ) RKS DIRECTOR
RETURN TO: 1W Aaft fl
EXT: 2-Z(57:)
D4. 01233 3to5
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / J -reefs
2. ORIGINATING STAFF PERSON: 0 /hri5 -hrle. t 1.AA Lr1
4. TYPE OF DOCUMENT (CHECK ONE):
-a- CONTRACTOR SELECTION DOCUMENT (E.G.,
X PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT
❑ REAL ESTATE DOCUMENT
❑ ORDINANCE
❑ CONTRACT AMENDMENT (AG #):
❑ OTHER
FtFP, RFQ)
EXT: yC 27 3. DATE REQ. BY: ,,
1\‘() \r--X
4 - \u,ne- 20
❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ MAINTENANCE AGREEMENT
❑ HUMAN SERVICES / CDBG
❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ RESOLUTION
❑ INTERLOCAL
5. PROJECT NAME: 54 ee t. Lome, P C L r ) ' D O
6. NAME OF CONTRACTOR: a CC-Carl-Ai ) _L-(1 C. • �lI 0
ADDRESS: _ 4u' Sr 'OO� dci ie. �Ci E •) 'roC.liiitx, wpc �� TELEPHONE: C 3-) 53 7 2a RD
E -MAIL: FAX:
SIGNATURE NAME: DO r\ ✓1Gl MO-I- MCi
TITLE:�G p • Seer -t'G4.Ir' j
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 # d4 1.00169 BL, EXP. 12/31/17 UBI #1:002t'l' 4 , EXP. 10 /3 l / 17 y,
8. TERM: COMMENCEMENT DATE:_c p 1� cxectAA
C� o /✓1 COMPLETION DATE: f ro e. - C(o rpl Fi ► `0 ()
9. TOTAL COMPENSATION: $ . w Uk 2-, 5-%v o 5W AX �
(INCLUDE EXPENSES AM) SALES T , IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $
PAID BY: ❑ CONTRACTOR ❑ CITY
❑ PURCHASING: PLEASE CHARGE To: W(0- 4-100 2c)D -n95 - — Q 50
12Ft. �ry, �
INITIAL IAL D T
E APPROVEIT
9- url -.0
10. DOCUMENT / CONTRACT REVIEW
PROJECT MANAGER
X DIVISION MANAGER ■
jtl. DEPUTY DIRECTOR
Az DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
LAW DEPT
Q PRO 7
11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: J- PAC-26 .. COUNCIL APPROVAL DATE: 3 J�i-jar)
A u-W o ri�0�-i`iov t -{ r� p� a ,, /J G�
DATES (et v L I7. DATE REC' D: L, /2 1 (i /
TIFICATE LICENSE EXHIBITS
12. CONTRACT SIGNATURE ROUTING
oolt SENT TO VENDOR/CONTRACTOR ✓
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, ,
IN , AL DATE SIGNED
14 LAW DEPT
19� CHIEF OF STAFF
SIGNATORY (MAYOR OR 13HtEle-TeR)
CITY CLERK
ASS IGNED AG #
RETURN OW ORIGINAL
COMMENTS: 2-
EXECUTE "0 ORIGINALS
-i -X-. -- Oiv DOC.S FOR yours (� E ( Aj -V-i c - -ro
mid O pen in# da+es, toca- fio►'1) # oC ��uOd I f1
t _e 11 ‘-‘,‘-‘,1-143e i'1e I to
a
A- T�veen5l Ne=1. � �+e
da s cure h' hli
A ndmetri175
(41'
l
tiled ; n
ks
io L 1/15
(�¢ 1(4t% —rnWcr Ci'1 ruet.Y �2. I►'[T"
- over -.
Proviions, Apx. A o tA. Oe. prri:n+ea or Color tea_:- `c
on one 46te,'- oc , :, V . Ap? eiThd t D (CtetyI h repori,)
is b -irl q --fti61,14ect by cur CoristA- I -ate- Luc cult_ add 1+ be{o►'e
Tu.1:71i3hCro -bid -1/45.--L-- .
thanks) Ch M s-kia6 q21/)7
CECCANTI. INC
UBI Number
Category
Profit/Nonprofit
Active /Inactive
State Of Incorporation
WA Filing Date
Expiration Date
Inactive Date
Duration
Agent Name
Address
City
State
ZIP
Address
City
State
Zip
600219994
REG
Profit
Active
WA
10/01/1976
10/31/2017
Perpetual
RICHARD CECCANTI
4116 BROOKDALE RD E
TACOMA
WA
984460000
Governing Persons (as defined in RCW 23.95.105 (12) ( htgrJ/ appiegwagov/ RCW /supdefaultaspx?dte=23.95.105))
,'tle Name
Address
Governor MOTLAND, DONNA 1113 187TH AVENUE EAST
LAKE TAPPS, WA 98391
Governor VANDERGRIEND, JON 31 COUNTRY CLUB DRIVE S W
LAKEWOOD, WA 98498
Governor CECCANTI, RICHARD 15407 SPANAWAY LOOP ROAD
SPANAWAY, WA 98387
CECC NTI
LETTER OF TRANSMITTAL
WE ARE SENDING YOU: Attached
DATE: June 29, 2017
JOB: 782
RE: Steel Lake Park
Contract — RFB # 17 -002
TO:
Copy
3
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
Description
RECEIVED
JUN 2 9 2017
CITY OF FEDERAL WAY
PUBLIC WORKS DEPT.
Hand Delivered 06 -29 -17
Contract, Performance /Payment Bonds, Retainage Bond & Insurance
REMARKS: If you have any questions please call 253 - 537 -2990, Ext. 25
COPY TO: file
SIGNED: Xrtstie Rojas
Kristie Rojas — Project Administrator
Kristie@ceccantiinc.com
CE CC Al 227CB If enclosures are not as noted, kindly notify us at once.
CECCANTI INC GENERAL CONSTRUCTION 4110 BROOXDALE RD. E. TACOMA WA 90440 12531 537.2990 FAX 12531 5371943
1
1
ri
ri
r
1
1
1
1
1
1
1
f -�L
J
1
l
CERTIFICATES AS TO CORPORATE SEAL
Notary Public of Washington State,Co of Pierce
I hereby certify that I am the 4Assistar}t} Secretary .4 the- C-orporatieAA flarr+ed- 89- Principal -I r the
witbir4 bend+ that Jeffrey Thomas , who signed the said bond on behalf of the Principal, was
Vice President of said Corporation; that I know his or her signature thereto is genuine, and
that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its
governing body.
M
\55gN E ,
• `NOTARY
PUBLIC `C
'•,,"RV• • ',ablic of Washington State, County of Pierce
I hereby certify that I am the �: ��: �� �:•trausteiwi xars
ttondpc that Jennifer L. Snyder who signed the said bond on behalf of the Surety, was
Attorney -in -Fact of the said Corporation; that I know his or her signature thereto is genuine, and
that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its
governing body.
of- Assistants
ear/ Notary Public
APPROVED AS TO FORM:
/Amy Jo Pearsall, City Attorney
City of Federal Way
S 304th St at 28th Ave S
RFB ,er. 1 -15
Page 54
Notary Public
A-43.:e"
�OTAR
PUBL1C :'
= ,, ,,
•
RFB # 15 -004
March 2015
1
Federal Way
ORIGINAL CONTRACT # 1 of 3
CITY CLERK
BID AND CONTRACT DOCUMENTS
AND
SPECIFICATIONS
FOR
Steel Lake Park to Downtown Trail
HLP- 0443(008)
Conformed Bid Document
RFB # 17 -002
City of Federal Way
Public Works Department
33325 Eighth Avenue South
Federal Way, WA 98003
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
Steel Lake Park to Downtown Trail
RFB # 17 -002
Bids Accepted Until 9:00 a.m., May 17, 2017
Bids Opened 9:10 a.m., May 17, 2017
AT:
City of Federal Way
Hylebos Conference Room
33325 Eighth Avenue South
Federal Way, WA 98003
Prepared By:
KPG
3131 Elliot Ave Suite 400
Seattle, WA 98121
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page i
RFB # 17 -002
2017
TABLE OF CONTENTS
PAGE
PUBLIC NOTICE - REQUEST FOR BIDS 1
BIDDER'S CHECKLIST 3
SECTION 1: INSTRUCTIONS TO BIDDERS 5
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 12
ATTACHMENT A: NO BID RESPONSE FORM 18
ATTACHMENT B: BID FORM 19
ATTACHMENT C: BID SCHEDULE 21
ATTACHMENT D: BID SIGNATURE PAGE 24
ATTACHMENT E: BID BOND FORM 25
ATTACHMENT F: SUBCONTRACTOR LIST 26
ATTACHMENT G: COMBINED AFFIDAVIT AND CERTIFICATION FORM 27
ATTACHMENT H: CONTRACTOR'S COMPLIANCE STATEMENT 29
ATTACHMENT I: PROPOSAL FOR INCORPORATING RECYCLED MATERIALS 30
ATTACHMENT 3: PUBLIC WORKS CONTRACT 31
(with Exhibits A -H and Appendices as attached)
Exhibit A
Exhibit B
Exhibit C
Exhibit D
Exhibit E
Exhibit F
Exhibit G
Exhibit H
Notice of Completion
Contract Change Order Agreement
Contractor's Retainage Agreement
Retainage Bond to the City of Federal Way
Notice to Labor Unions of Other Employment Organizations Nondiscrimination
in Employment
Certificate(s) of Insurance
Performance /Payment Bond
Title VI Assurances
AMENDMENTS TO THE STANDARD SPECIFICATIONS GREEN PAGES
SPECIAL PROVISIONS BLUE PAGES
APPENDIX A: PREVAILING WAGES AND BENEFIT CODE KEY PINK PAGES
APPENDIX B: WSDOT STANDARD PLANS WHITE PAGES
APPENDIX C: FEDERAL WAY STANDARD DETAILS WHITE PAGES
APPENDIX D: GEOTECHNICAL REPORT & BORING LOGS WHITE PAGES
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page ii
RFB # 17 -002
2017
CITY OF FEDERAL WAY
PUBLIC NOTICE - REQUEST FOR BIDS
STEEL LAKE PARK TO DOWNTOWN TRAIL RFB # 17 -002
SUBMITTAL OF SEALED BIDS:
Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through
Wednesday, May 17, 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 9:00 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 Wednesday, May 17, 2017, at the
Hylebos Conference Room (City Hall 2nd Floor), 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:
Improvements for the Steel Lake Park to Downtown Trail project are located primarily on the south
side of S 312th Street (24th Avenue S to the entrance to Steel Lake Park). Improvements include,
but are not limited to the following: new asphalt concrete pavement, curb and gutters, sidewalks,
drainage improvements, retaining walls, illumination, landscaping, RRFB modifications, signing,
channelization and other work.
The Contractor shall complete all work within 60 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 email at
Christine .Mullen @citvoffederalway.com, 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
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 1
RFB # 17 -002
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 24th day of April, 2017.
Dates of Publication:
Daily Journal of Commerce: April 26, 2017
May 3, 2017
Federal Way Mirror:
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 2
April 28, 2017
May 5, 2017
RFB # 17 -002
2017
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.
2 Bid Form (Attachment B)
The Bid Form shall be completed and fully executed, including filling in the total bid amount.
R'r Bid Schedule (Attachment C)
The unit prices shall be set forth in the space provided.
L Bid Signature Page (Attachment D)
The Bid Signature Page shall be filled in and fully executed by the bidder.
(� 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.
Subcontractor List (Attachment F)
The Subcontractor List shall be filled in by the bidder.
Combined Affidavit and Certification For (Attachment G)
This form must be subscribed to and sworn before a Notary Public and notarized.
�-�
Contractor s Compliance Statement (Attachment H)
The Contractor's Compliance Statement shall be filled in and fully executed by the bidder.
Proposal for Incorporating Recycled Materials (Attachment I)
The Contractor's Proposal for Incorporating Recycled Materials into the Project shall be filled
in and fully executed by the bidder.
t.d Contractor's Certificate of Registration
The bidder shall provide a copy of Contractor's current registration with the State of
Washington.
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
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 3
RFB # 17-002
2017
ge 6 Bidder's Checklist
vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
SUCCESSFUL BIDDER'S CHECKLIST
The following documents are to be executed and delivered to the City within ten (10) calendar days
after the Bid is awarded:
Public Works Contract (Attachment J)
The successful bidder will fully execute and deliver to the City the Steel Lake Park to
Downtown Trail Public Works Contract ( "Contract ") from these Bid Documents.
❑ Contractor's Retainage Agreement or Retainage Bond (Exhibit C or D)
The successful bidder will fully execute and deliver to the City the Contractor's Retainage
Agreement or Retainage Bond.
Notice to Labor Unions or Other Employment Organizations Nondiscrimination in
Employment (Exhibit E)
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 F)
The successful bidder will provide a Certificate of Insurance evidencing the insurance
requirement set forth in the Contract.
Performance /Payment Bond (Exhibit G)
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
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 4
RFB # 17 -002
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 May 17, 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 Hylebos
Conference Room on May 17, 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.
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.
City of Federal Way RFB # 17 -002
Steel Lake Park to Downtown Trail Page 5 2017
RFB ver. 4 -16
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.
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.
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 6
RFB # 17 -002
2017
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
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:
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 7
RFB # 17 -002
2017
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
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
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 8
RFB # 17 -002
2017
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.
G. Attachment G— Combined Affidavit and Certification Form.
H. Attachment H— Contractor's Compliance Statement.
City of Federal Way
Steel Lake Park to Downtown Trail Page 9
RFB ver. 4 -16
RFB # 17 -002
2017
I. Attachment I— Proposal for Incorporating Recycled Materials
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
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.
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 10
RFB # 17 -002
2017
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 G) 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 G) 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
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
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 11
RFB # 17 -002
2017
Federal Way, Washington 98003
Attention: Bid Protest -- Steel Lake Park to Downtown Trail RFB # 17 -002
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.
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; Combined Affidavit and Certification
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 12
RFB # 17 -002
2017
Form; Contract, Contractor's Compliance Statement; Proposal for Incorporating Recycled
Materials; Public Works Contract; Notice of Completion of Public Works Contract attached as
Exhibit A; Contract Change Order Agreement attached as Exhibit B; Contractor's Retainage
Agreement attached as Exhibit C; Retainage Bond to the City of Federal Way attached as
Exhibit D; Notice to Labor Unions or Other Employment Organizations Nondiscrimination in
Employment attached as Exhibit E; Certificate(s) of Insurance Form attached s Exhibit F;
Performance /Payment Bond attached as Exhibit G; Title VI Assurances attached hereto as
Exhibit H; Project Plans; 2016 WSDOT Standard Specifications for Road, Bridge and
Municipal Construction; Amendments to the Standard Specifications; Contract Special
Provisions; Addenda and Change Orders; Prevailing Wage Rates attached as Appendix A;
WSDOT Standard Plans attached as Appendix B; Federal Way Standard Details attached as
Appendix C; Geotechnical Report and Boring Logs attached as Appendix D; and all other
Appendices attached hereto and incorporated by this reference, (collectively the "Contract
Document)."
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
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.
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 13
RFB # 17 -002
2017
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 Warranty
All materials and equipment sold and labor performed under this contract are warranted by
the Contractor to be free from defects in materials or workmanship for a period of at least
one (1) year from date of delivery and installation; provided, however, that this warranty
may extend beyond this time period pursuant to any attached warranties. If the
merchandise sold or work performed hereunder is defective on account of workmanship or
materials, the Contractor agrees to replace the merchandise or, at the City's sole option,
repair the defective merchandise. All defects in work or materials shall be promptly
corrected.
2 -10 No Waiver of Warranties and Contract Rights
Conducting of tests and inspections, review of specifications or plans, payment for goods or
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 -11 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 -12 Applicable Law and Forum
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 14
RFB # 17 -002
2017
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.
2 -13 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 -14 Delivery and Liquidated Damages
Time is of the essence of the contract and each and all of its provisions in which
performance is a factor. The Contractor will be held to strict compliance with the prescribed
date(s) set forth in these contract documents. For each and every day that delivery is
delayed beyond the specific date(s), damage 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 -15 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 -16 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.
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 15
RFB # 17 -002
2017
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
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 -17 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 -18 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 -19 Recycled Products
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 16
RFB # 17 -002
2017
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.
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
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 17
RFB # 17 -002
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. 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 -002
Bid Title: Steel Lake Park to Downtown Trail
❑ 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
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 18
RFB # 17 -002
2017
1
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
STEEL LAKE PARK TO DOWNTOWN TRAIL
Bidder: e cu)s\.Cl \.o .
Date:
ITEM
BID AMOUNT
A) Schedule A Roadway Improvements
$ 812 S q8 S6
TOTAL BID AMOUNT
(including Washington State sales tax, all other
government taxes, assessments and charges)
$ t a, -gq8 . s 6
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 Steel Lake Park
to Downtown Trail, 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 Steel Lake Park to Downtown Trail, 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 less 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 Steel Lake Park to Downtown Trail 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 61 Dollars ($ )
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.
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 19
RFB # 17 -002
2017
e 22 Attachment B Bid Form
vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
Receipt of the following Addendums is hereby acknowledged:
Addendum No. , Date Issued: 5tCki i
Addendum No. Date Issued:
Addendum No. Date Issued:
Corporation /Partnership /}ndividuat
(Delete Two)
Bidder's State License No.
Bidder's State Tax No.
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
prr r1¶`..
Firm Name
Signature
Donna Motland
Corporate Secretary
Title
Page 20
RFB # 17 -002
2017
e 23
vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
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
Steel Lake Park to Downtown Trail
ROADWAY IMPROVEMENTS
All unit prices in Bid Schedule A shall include applicable sales tax.
ITEM
NO.
ITEM DESCRIPTION
UNIT PRICE IN WORDS
UNIT
APPROX.
QUANTITY
UNIT PRICE
DOLLARS CENTS
AMOUNT
DOLLARS CENTS
1
Unexpected Site Change
CALC
1
$10,000.00
$10.000.00
2
Construction Surveying
LS
1
121F1s5 ctrl
,Z-181.t5•'J'1
3
As -Built Survey and Record Drawings
LS
1
4,12S8.`3 :t
+- 01$, 3 %
4
SPCC Plan
LS
1
95
Mobilization
LS
1
{'�53U.C-
�,{0r0/I/') 00
V
80,000.00
6
Traffic Control Supervisor
LS
_
1
I4r) '
. 5,9l. E1\
7
Flaggers and Spotters
HR
640
1141,
3i %M IX)
8
Other Traffic Control Labor
HR
200
t3C114`
111S3a.c0
9
Other Temporary Traffic Control
LS
1
r\s,S(, .6±)
OIOU 33
10
Construction Signs Class A
SF
280
X5,"1')
—1t DV-1.40
11
Clearing and Grubbing
LS
1
:- 1SC-1 a,0
12
Roadside Cleanup
EST
1
$3,000.00
$3,000.00
13
Removal of Structure and Obstruction
LS
1
'L1 7414.'1
Z L..y
14
Remove Existing Catch Basin
EA
2
1.41.4, 11-6
9kA 1G
15
Remove Existing Storm Sewer Pipe
LF
170
• -
'-I_ .i D .`,
16
Sawcutting
LF
900
.1y
1,9 ap,CIO
17
Gravel Borrow for Trench Backfill Incl. Haul
TN
300
9.09ke.0o
18
Roadway Excavation Incl. Haul
CY
560
aL
1.\ 131.140
19
Unsuitable Foundation Excavation Incl. Haul
CY
100
34.C. 1
-3)401- CO
20
Shoring or Extra Excavation Class B
SF
2,300
I I d l'W
21
Crushed Surfacing Top Course
TN
180
3,1 15
5, (aO3.4 -0
22
Crushed Surfacing Base Course
TN
440
3I.1 a,
;_., (g9 ocNL.
23
HMA Cl. 1/2" PG 64 -22
TN
370
{ S.00
s7 3507
'age 2
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
24
Temporary Pavement
TN
20
:,' ,
3 VCyS,a0
25
Structural Earth Wall
SF
1,300
� J' �/7f
! . S S
3 3 505 :
26
Gravel Borrow for Structural Earth Wall Incl. Haul
TN
990
l..`' ., -. ,
, A 1,n1i` \ "L
27
Reconnect Existing Misc. Drainage
LS
1
11bt13&01-'i
1''5 VS. \)y
28
Drain Pipe 6 Inch Diam.
LF
30
1'3'1,x.5
4WI.50
29
Class IV Reinf. Conc. Storm Sewer Pipe 12 In. Diam.
LF
430
813.'):1
3'1151\0.10
30
Class IV Reinf. Conc. Storm Sewer Pipe 24 In. Diam.
LF
18
1 '3$.fX?J
a1'195_ Jli
31
Catch Basin Type 1
EA
2
11y11,I %
a1 1113 %2
32
Catch Basin Type 1L
EA
2
IVa,,1
Pyg.11a
33
Catch Basin Type 2, 54 Inch Diam.
EA
2
J) Y/310 ..-5
1, O,Q
34
Adjust Existing Storm Drainage Structure
EA
3
uCAU %
a,MCj,klaft
35
Connection to Existing Drainage Structure
EA
1
aivs-Int
a1o3�.�1
36
Stormwater Media Filter (Modular Wetland Unit)
EA
2
aC\ \C45.55
5$8391.10
37
Erosion Control and Water Pollution Prevention
LS
1
ally`i-In
a1, 6241_(J
38
Inlet Protection
EA
11
1S.GS
SaS.55
39
Silt Fence
LF
740
11.1a
� su .. gu
a
40
Topsoil, Type A
CY
40
5-1.4
'a'aC1l1.►krj
41
Bark or Wood Chip Mulch
CY
15
5.12\
g -I9AS
42
Seeded Lawn Installation
SY
50
0-04 EN
i, Otili. O
43
Sod Installation
SY
290
l 3 . 3 q
�tg
3, 8 p o J. to
44
PSI PE Acer saccharum 'Barrett Cole/ Apollo Maple
2.5" Cal., 12' -14' Ht.
EA
10
r
gO 8. 8 J
r
g, 0 °8. 7o
45
PSIPE Acer gnseum /Paperback Maple 2" Cal., 10'-
EA
4
‘17‘.7,2
0°6.6E3
46
Property Restoration
EST
1
$3,000.00
$3,000.00
47
Root Barrier
LF
224
8,15
0, ocx(, Dp 0
48
Automatic Irrigation System Complete
LS
1
(q YZ 7%
1 yl tra7 83
49
Extruded Curb, Type 6
LF
110
c2.,1 . q 3
L,3 t7r 3O
50
Cement Conc. Curb & Gutter
LF
830
)_
(8/C17.7. i
51
Cement Conc. Pedestrian Curb
LF
100
I ,7 7
(, G77,00
ive 25
ided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
52
Integral Curb
SF
70
G2„5 , "l 9f
(,8 t q .30
53
Cement Conc. Driveway Entrance
SY
200
S ( , 85
`0, 3 70,00
54
Raised Pavement Markers, Type 2
HD
2 37 °'
;
'
55
Black Vinyl Coated Chain Link Fence Type 1
LF
230
t..t ; * °
56
Thickened Edge Sidewalk
LF
230
C7,4 q
q60$2.2 , 70
57
Cement Conc. Sidewalk
SY
600
39. Sq
c23, q'' ,�y�
58
Cement Conc. Curb Ramp
EA
1
©
`, G (io..%
(, 6`//(o,8C
59
Detectable Warning Surface
SF
30
3i , 40
f II 5.
60
Illumination System Modifications, Complete
LS
1
7.,a00.00
74(2.000o
61
RRFB Signal Modifications, Complete
LS
1
17, '546, 67
t 7,546,67
62
Permanent Signing
LS
1
tq 1381, 63
1q 138q. 6 3
63
Plastic Line
LF
1,800
44 • a2
7, 2,36.00
64
Plastic Crosswalk
SF
100
g.47
84 7, o0
65
Painted Bicycle Lane Symbol
EA
3
l 32 . 38
3q7. i y
66
Remove Pavement Markings
LS
1
2, 4 88.71
.l468.7q
$10,000.00
67
Potholing
FA
1
$10,000.00
68
Resolution of Utility Conflicts
FA
1
$10.000.00
$10,000.00
TOTAL SCHEDULE A
(bid items include sales tax)
81,21 Q
�` Wage
e 26
vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
ATTACHMENT D: BID SIGNATURE PAGE
Date:
The undersigned bidder hereby proposes and agrees to deliver the equipment and /or
services pursuant to the Steel Lake Park to Downtown Trail and comply with all other terms and
conditions of the contract and bid documents of RFB 17 -002.
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.
A
I nG
Corporation/Partnership/individual Company
(Delete Two)
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
By:
(Signature)
`lA VCOA
(Printed Name)
Its: e5or. Ica Sep re Y
(Title)
y Iltt brDariatild OISi-
&L 11. WA 91ut{(i
(Address)
Page 24
(Telephone Number)
RFB # 17 -002
2017
r
e 27 Attachment D Bid Signature Page
vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
ATTACHMENT E: BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid band 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, Ceccanti, Inc. , as
Principal, and Merchants Bonding Company (Mutual) , as Surety, are held and
firmly bound unto the City of Federal Way, as Obligee, in the penal sum of Five Percent (5 %) of the Total Amount of Bid
and 00 /100 dollars ($ 5% ), 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:
STEEL LAKE PARK TO DOWNTOWN TRAIL
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 17th DAY OF May , 2017. D000a Modand
`sto''' T� ",,,,,� Ceccanti, Inc.
GG .ANC BY:. _ �, ,.,,„ft gat.•,, Capitate Secretary
``ox(r .P?0RAp••, - Principal , "" �Y biNI,
, a
'p 4 , -rc -n Bondi Compan ° � ) ...... 'h,
SEAT-
1g76
•• •
i •• * `iD t
'SHING
Received return of deposit in the sum of $ �. " " " "'''�
Surety Guida McCIsl1;9 piney- ry�acY'..-
6'1NvN�.
i•• ••,gyp a e: 7
City of Federal Way
Steel Lake Park to Downtown Trail Page 25
RFB ver. 4 -16
RFB # 17 -002
2017
'age 28 Attachment E Bid Bond Form
ivided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
MERCHANTS
BONDING COMPANY,
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING,
INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies "),
and that the Companies do hereby make, constitute and appoint, individually,
Curt Dyckman; Darin M Puryear; Guida McClain; Luisa Thom; Martha Reeve; Stuart
O'Farrell
of Tacoma and State of Washington their true and lawful Attorney -in -Fact, with full power
and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety
any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any
such instrument shall not exceed the amount of:
FORTY MILLION ($40,000,000.00) DOLLARS
and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly
authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are
hereby ratified and confirmed.
This Power -of- Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of
Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National
Bonding, Inc., on October 24, 2011.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have
power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the
seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in
the nature thereof.
The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to
any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance,
or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and
effect as though manually fixed."
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 5th day of
STATE OF IOWA
COUNTY OF POLK ss.
. 9 . 0 , 4 7 ) % .
• 00•�o P 099�9y:4 •
►�—: _ -o-
v•^
E..% 1933 c:
' By
March 2015.
MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANTS NATIONAL BONDING, INC.
President
On this 5th day of March , 2015, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did
say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and
that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and
sealed in behalf of the Companies by authority of their respective Boards of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year
first above written.
R0A4 WENDY WOODY
0 3, Commission Number 784654
!° My Commission Expires
June 20. 2017
STATE OF IOWA
COUNTY OF POLK ss.
Notary Public, Polk County, Iowa
I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF- ATTORNEY executed by said Companies,
which is still in full force and effect and has not been amended or revoked.
In Witness Whereof, 1 have hereunto set my hand and affixed the seal of the Companies on
this
17th day of May , 2017 •
POA 0014 (7/14)
•
• �; _ -o- v:3
t''• 1933 : C
.yam•. • �.
Secretary
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ATTACHMENT F: SUBCONTRACTOR LIST
Prepared in Compliance with RCW 3930.060
STEEL LAKE PARK TO DOWNTOWN TRAIL
Failure to list subcontractors who 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, or identify the bidder for the work will result in your bid being non - responsive and
therefore void.
Subcontractors 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,
must be named below, or name the bidder for the work.
The bidder verifies that each first tier subcontractor, and every subcontractor of any tier that hires
other subcontractors, has a current certificate of registration in compliance with chapter 18.27
RCW; a current Washington Unified Business Identifier (UBI) number; has Industrial Insurance
(workers' compensation) coverage for the subcontractor's employees working in Washington, as
required in Title 51 RCW, if applicable; has a Washington Employment Security Department
number, as required in Title 50 RCW, if applicable; has a Washington Department of Revenue state
excise tax registration number, as required in Title 82 RCW, if applicable; has an electrical
contractor license, if required by Chapter 19.28 RCW, if applicable; has an elevator contractor
license, if required by Chapter 70.87 RCW.
The following listed bid items (listed in numerical sequence) for this project have been proposed for
subcontracting to subcontractors as indicated.
SUBCONTRACTOR NAME
ITEM
NUMBERS
ESTIMATED AMOUNT
WMBE QUALIFIED?
(Y /N)
14-54-(04.5 4- 5;,k
Go t
7 i
i 31.00
0
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 26
RFB # 17 -002
2017
e 29 Attachment F Subcontractor List
vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
ATTACHMENT G: COMBINED AFFIDAVIT AND CERTIFICATION FORM
Non - Collusion, Anti - Trust, Prevailing Wage (Non - Federal Aid),
Debarment, Eligibility, and Certification of Lawful Employment
NON - COLLUSION AFFIDAVIT
Being first duly sworn, deposes and says, that he /she is the identical person who submitted the
foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the
interest or on behalf of any person not therein named, and further, that the deponent has not
directly induced or solicited any other Bidder on the foregoing work equipment to put in a sham
bid, or any other person or corporation to refrain from bidding, and that deponent has not in any
manner sought by collusion to secure to himself /herself or to any other person any advantage over
other Bidder or Bidders; and
NOTICE TO ALL BIDDERS ON PROJECTS INVOLVING
THE U.S. DEPARTMENT OF TRANSPORTATION (USDOT)
To report bid 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; and
CERTIFICATION RE: ASSIGNMENT OF ANTI -TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice, overcharges resulting from anti-
trust violations are, in fact, usually borne by the purchaser. Therefore, vendor hereby assigns to
purchaser any and all claims for such overcharges as to goods and materials purchased in
connection with this order or contract, except as to overcharges resulting from anti -trust violations
commencing after the date of the bid, quotation, or other event establishing the price under this
order or contract. In addition, vendor warrants and represents that each of his suppliers and
subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned
exception; and
PREVAILING WAGE AFFADAVIT
I, the undersigned, having duly sworn, deposed say and certify that in connection with the
performance of the work of this project, will pay each classification of laborer, work person, or
mechanic employed in the performance of such work, not Tess than the prevailing rate of wage or
not less than the minimum rate of wage as specified in the principal contract; that I have read the
above and forgoing statement and certificate, know the contents thereof and the substance as set
forth therein, is true to my knowledge and belief; and
DEBARMENT AFFIDAVIT
I certify that, except as noted below, the firm, association or corporation or any person in a
controlling capacity associated therewith or any position involving the administration of federal
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 27
RFB # 17 -002
2017
e 30 Attachment G Combined Affidavit & Certification Form
vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
funds; is not currently under suspension, debarment, voluntary exclusion, or determination of
ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or
determined ineligible by any federal agency within the past three (3) years; does not have a
proposed debarment pending; and has not been indicted, convicted, or had a civil judgment
rendered against said person, firm, association or corporation by a court of competent jurisdiction
in any matter involving fraud or official misconduct within the past three (3) years.
AFFIDAVIT OF ELIGIBILITY
The Contractor certifies that it is properly licensed and registered under the laws of the State of
Washington and has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW
51.16.070(1)(b), or RCW 82.32.070(2) within the last two years. The Contractor further certifies
that it has not been determined, within the last one year, to have committed any combination of
two of the following violations or infractions within a five -year period: (1) Violated RCW
51.48.020(1) or 51.48.103; or (2) Committed an infraction or violation under chapter 18.27 RCW.
CERTIFICATION OF LAWFUL EMPLOYMENT
The contractor hereby certifies that it has complied with all provisions of the Immigration and
Nationality Act, now or as herein after amended, 8 USC Section 1101 et. seq., and that all
employees, including subcontractor employees, are lawfully permitted to perform work in the
United States as provided in this agreement with the City of Federal Way.
FOR: Non - Collusion Affidavit, Assignment of Anti -Trust Claims to Purchaser, Prevailing Wage
Affidavit, Debarment Affidavit, Affidavit Of Eligibility, and Certification of Lawful Employment.
STEEL LAKE PARK TO DOWNTOWN TRAIL
Name of Bidder's Firm
iluto3\NN, Vac.
■
Donna Motland
Corporate Secretary
Signature of Authorized Representative of Bidder
Subscribed and sworn to before me this day of
^.X,`. t.
(printed /typed name of notary)
Notary Public in and for the State of Washington
My commission expires: •
Notary Public
State of Washington
KRISTIE ROJAS
MY COMMISSION EXPIRES
January 15, 2019
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
e31
vided to Builders Exchange of WA; Inc
, 2017.
Page 28
RFB # 17 -002
2017
For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
ATTACHMENT H: CONTRACTOR'S COMPLIANCE STATEMENT
(President's Executive Order #11246)
Date: 51110
This statement relates to a proposal contract with the City of Federal Way named
STEEL LAKE PARK TO DOWNTOWN TRAIL
I am the undersigned bidder or prospective contractor. I represent that:
IU have, U have not, participated in a previous contract or subcontract subject to the President's
Executive Order #11246 (regarding equal employment opportunity) or a preceding similar
Executive Order.
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
By:
Its:
Pt
Name of Bidder
Signature
Doom Modand
Corporate SeCretal7
Title
(MU br otd ts& E&
TUrno,kePc Ti9s1qulp
Address
Page 29
RFB # 17 -002
2017
e 32 Attachment H Contractor's Compliance Statement
vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
ATTACHMENT I: PROPOSAL FOR INCORPORATING RECYCLED MATERIALS
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:
17 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 1-03.1 of the Special
Provisions. Regardless, the Bidders stated proposed percentages will become a goal the
Contractor should do its best to accomplish. Bidders will be required to report on recycled
materials actually incorporated into the Project, in accordance with the APWA GSP in Section
1-06.6 of the Special Provisions.
Bidder:
Signature of Authorized Official:
Date:
Donna Motland
Secretary
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 30
RFB # 17 -002
2017
e 33 Attachment I Proposal for Incorporating Recycled Materials
vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
8.:
z
Etr
a
1..
cm
i =
}1F1
M
N
What went
11. Change
State of Washington
Department of Labor and Industries
PO Box 44140
Olympia WA 98504 -4140
Policyholder
RECEIVED
DEC 13 2016
C CCANT!, 4s1IC
CECCANTI INC
4116 BROOKDALE RD E
TACOMA WA
THIS IS
NOT A
BILL
12-05 -16
98446 v \v ``^
into calculating your 2017 workers' comp rates?
in L &I average 'base' rate:
112. Changes in industry costs:
13
Your Experience Factor:
Rate Notice: WA Workers' Com.ensation
Experience Factor4:
Effective Date:
Januar 1, 2017
0.7526
Experience Period:
July 1, 2012 - June 30, 2015
WA Unified Business Identifier (UBI):
600 219 994
L &I Account ID:
367,252 -00
Account Manager:
DALE MCMASTER
(360)902 -5617
PAC Number:
40353855
0.7% average rate increase for 2017;
industry can be found on our website
rates specific to your
at Ini.wa.gov
Changes in claim costs compared to premiums collected for your
industry ('risk class') in which some or all of your employees
worked.
Based on the medical, wage replacement and disability benefit costs
for worker claims on your account, during the
listed above.
'Find 12 tools to enhance safety and control costs at www.Lni.wa.gov /ControlMyRates
/ay your premiums online: www.Lni.wa.gov /QuarterlyReports
eed help understanding this notice? Call your account manager at the phone number shown above.
Class
Code
0101 -00
0107 -01
0108-01
0201 -01
0217-01
0510 -00
4900 -00
4904 -00
4911 -00
5206 -79
Class Code Description
Road Construction NOC
Pipelaying NOC
Sewer Const /Septic Tank Inst
Bridge /OVHD Crossing Const/Rpr
Concr Found /Flatwork-Wood Bldg
Wood Frame Bldg Construction
Superint /Prof. Mgr - Const
Clerical Office NOC & Draftsmn
Construction Estimators
Contractors Perm Yard or Shop
Your experience
factor history:
What's an experience factor?
ee back for an explanation.
I
1.0000
2.0580
1.7006
1.8295
2.6509
2.3252
3.5215
0.2820
0.0275
0.1017
0.6559
Base
Factor
0.7658
0.6772
0.7578
0.9603
1.0175
1.8904
0.1096
0.0203
0.0577
0.3235
0.0256
0.0211
0.0227
0.0330
0.0287
0.0432
0.0035
0.0003
0.0012
0.0081
0.0960
0.0960
0.0960
0.0960
0.0960
0.0960
0.0960
0.0960
0.0960
0.0960
experience period
Have a payroll service?
Send them a copy of this notice.
Hourly*
Employer
Contribution
$1.89470
$1.59065
$1.71860
$2.41680
02.19160
$3.42590
$0.30285
$0.07645
$0.14675
$0.66640
Hourly* = Your Total
+ Employee Hourly* Rate
Witholding i(1 +? +3)x4) +5
$0.34580
$0.31075
$0.34170
$0.42180
$0.44170
$0.77560
$0.09055
$0.05575
$0.07015
$0.17280
$2.2405
$1.9014
$2.0603
$2.8386
$2.6333
$4.2015
$0.3934
$0.1322
$0.2169
$0.8392
1.0035 This is the Withhold this On the
employer's amount from Quarterly
.7526 contribution employee Report, the
to workers' pay for each employer will
comp coverage. hour* they multiply this
work. It is their number by the
contribution to hours* worked
2016 2017 workers' comp to calculate
Factor Factor coverage. premiums.
F225- 004 -000 [10 -2014] PAGE 1 OF 1
CN: 129,360
* Hours or units.
Employment Security Department
WASHINGTON STATE
CECCANTI INCORPORA
4116 BROOKDALE RD E
TACOMA, WA 98446 -161
Tax Rate Notice
ESD number: 000 - 412312 -00-4
UBI number: 600 - 219 -994
Mailing date: December 12, 2016
If you want us to review your
tax rate, the law says you must
send us a request in writing by
January 11, 2017.
Your tax rate for 2017 will be 5.72 %.
Your new tax rate is the same as last year.
Your tax rate is a regular taxable employer experience rate calculation.
You pay tax on an
employee's wages
only up to the
2017 taxable
wage base:
$45,000
Unemployment Insurance (UI) tax rate based on experience
UI social cost rate
UI Trust Fund solvency surcharge
UI limit deduction (This deduction reduces your rate to the maximum rate.)
Subtotal of ttnen ployment insura.
Employment Administrative Fund (EAF)
Total of the abov,
5.40%
0.30%
0.00%
0.00%
Your tax rate for 2017 is based on the following benefit charges and taxable wages.
Experience Year
07/01/15 - 06/30/16
07/01/14 - 06/30/15
07/01/13 - 06/30/14
07/01/12 - 06/30/13
Benefit Charges*
$325,490.70
$275,182.19
$338,317.27
$244,269.34
Taxable Wages **
$4,777,698.68
$3,724,788.37
$3,248,080.02
$3,684,482.13
Total $1,183,259.50 $15,435,049.20 = 0.076660
Benefit Charges divided by Taxable Wages equals Benefit Ratio
Based on your benefit ratio, you were assigned rate class 40.
*Benefit charges are your share of unemployment benefits that we paid to your former employees.
* *Taxable wages are the total amount of your employees' wages on which you paid taxes.
Please contact us if we can assist you. To learn more about how your tax rate is determined, please visit
esd.wa.gov /tax- rates.
For tax rate questions and corrections:
Employment Security Department
Experience Rating Unit
P.O. Box 9046
Olympia, WA 98507 -9046
360 - 902 -9670 360 - 902 -9202 fax
ID 1028 (12/31/09) EMS 174 Tax rate notice
For account questions:
Employment Security Department
AMC Olympia (Seattle)
PO Box 9046
Olympia, WA 98507 -9046
855- 829 -9243 800 - 794 -7657 fax
5/16/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Corporations: Registration Detail - WA Secretary of State
A Department of Revenue's MyDOR system will be unavailable from 8:OOpm Tuesday the 16th, to 6:OOam
Wednesday the 17th. You will not be able to file annual reports during that time.
CECCAN71, INC
Uel Number 600219994
Category REG
Profit/Nonprofit Profit
Active /Inactive Active
State Of Incorporation WA
WA Filing Date 10/01/1976
Expiration Date 10/31/2017
Inactive Date
Duration Perpetual
Registered Agent Information
Agent Name RICHARD CECCANTI
Address 4116 BROOKDALE RD E
City TACOMA
State WA
ZIP 984460000
Special Address Information
Address
City
State
Zip
Govemig Persons (as defined in RCW23.95.105(T2)(httpi Sapp. legwa. go +rtfcw /supderaultaspx z3.9s.1OSB
Tide Name Address
Governor
Governor
Governor
MOTLAND, DONNA
VANDERGRIEND, JON
CECCANTI, RICHARD
1113 187TH AVENUE EAST
LAKE TAPPS, WA 98391
31 COUNTRY CLUB DRIVE S W
LAKEWOOD, WA 98498
15407 SPANAWAY LOOP ROAD
SPANAWAY, WA 98387
Ihttps: / /www.sos.wa.gov/ corps /search_detail.aspx ?ubi = 600219994 1/1
V/ IWLV 11 wl 1./V1 MAUI I. T\Gttd1W.1 1613/1I IJtltdll — VVP1 OGta tam y VI OtdIV
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
A Department of Revenue's MyDOR system will be unavailable from 8:OOpm Tuesday the 16th, to 6:OOam
Wednesday the 17th. You will not be able to file annual reports during that time.
CECCANTI, INC
U131 Number 600219994
Category RFG
Pro flh/Nonprolit Profit
ARrve /Inactive Active
State 0 /incorporation -WA
WA Filing Date 10/01/1976
Expiration Date 10/31/2017
Inactive Date
Duration Perpetual
Registered Agent information
Agent Name RICHARD CECCANTI
Address -4116 BROOKOALE RD E
Ciry TACOMA
State WA
21P 984460000
Special Addms Irdlarrna*ln
Addt188
Ott
Hale
Zip
Gove n*Persors(asdeflnedh RCWD95.10502Rittp7l 23%.705))
Title Nam Address
Governor 6•011AND. DONNA
Governor AwllllfJtfNO.gM
Governor OFCCANIL8OIAD
1113 187TH AVENUE PAST
LAKE TAPPS, WA 98391
31 COUNTRY CLUB DRIVE S W
LAKEWOOD, WA 98498
15407 SPANAWAY 1001 ROAD
SPANAWAY, WA 98987
ips: / /www.sos.wa.gov /corps /search_detail.aspx ?ubi= 600219994
't 1/1
ATTACHMENT J: PUBLIC WORKS CONTRACT
FOR
STEEL LAKE PARK TO DOWNTOWN TRAIL
THIS PUBLIC WORKS CONTRACT ( "Contract ") is dated effective this J day of
, 2017 and is made by and between the City of Federal Way, a Washington municipal
por. ion ( "City or Owner "), and Ceccanti, 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 Steel Lake Park to Downtown Trail project,
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 Steel Lake Park to Downtown Trail
project, including without limitation: new asphalt concrete pavement, curb and gutters, sidewalks,
drainage improvements, retaining walls, illumination, landscaping, RRFB modifications, signing,
channelization 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;
Combined Affidavit and Certification Form; Contract, Contractor's Compliance Statement; Proposal
for Incorporating Recycled Materials; Public Works Contract; Notice of Completion of Public Works
Contract attached as Exhibit A; Contract Change Order Agreement attached as Exhibit B;
Contractor's Retainage Agreement attached as Exhibit C; Retainage Bond to the City of Federal
Way attached as Exhibit D; Notice to Labor Unions or Other Employment
Organizations Nondiscrimination in Employment attached as Exhibit E; Certificate(s) of Insurance
Form attached as Exhibit F; Performance /Payment Bond attached as Exhibit G; Title VI Assurances
attached hereto as Exhibit H; Project Plans; 2016 WSDOT Standard Specifications for Road,
Bridge and Municipal Construction; Amendments to the Standard Specifications; Contract Special
Provisions; Addenda and Change Orders; Prevailing Wage Rates attached as Appendix A;
WSDOT Standard Plans attached as Appendix B; Federal Way Standard Details attached as
Appendix C; Geotechnical Report and Boring Logs attached as Appendix D; and all other
Appendices attached hereto and incorporated by this reference, (collectively the "Contract
Documents "), which Work shall be completed to the City's satisfaction, within the time period
prescribed by the City and pursuant to the direction of the Mayor or his or her designee.
1.2 Completion Date. The Work shall be commenced within five (5) days of receipt by the
Contractor of the City's Notice to Proceed. The Work shall be completed within 60 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
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 31
RFB # 17 -002
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
supply such supporting documents and analysis for the claims as the City may require to determine
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 32
RFB # 17 -002
2017
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 and the expiration of all warranties contained in the Contract Documents
("Term ").
3. WARRANTY
3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete the
Work, and is appropriately accredited and licensed by all applicable agencies and governmental
entities, including but not limited to being registered to do business in the City of Federal Way by
obtaining a City of Federal Way business registration. Contractor represents that it has visited the
site and is familiar with all of the plans and specifications in connection with the completion of the
Work.
3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all Work
which the City deems to have defects in workmanship and material discovered within one (1) year
after the City's final acceptance of the Work as more fully set forth in the General Conditions of the
Contract. This warranty shall survive termination of this Contract. Conducting of tests and
inspections, review of specifications or plans, payment for goods or services, or acceptance by the
City does not constitute waiver, modification or exclusion of any express or implied warranty or any
right under this Contract or law.
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 Eight Hundred Twelve Thousand, Five
Hundred Ninety-Eight and 56/100 Dollars ($812,598.56), which amount shall constitute full and
complete payment by the City ("Total Compensation ").
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 33
RFB # 17 -002
2017
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.
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.
4.5 Retainage. Pursuant to Chapter 60.28 RCW, five percent (5 %) of the Total
Compensation shall be retained by the City to assure payment of Contractor's state sales tax as well
as payment of subcontractors, suppliers and laborers. Upon execution of this Contract, Contractor
shall complete, execute and deliver to the City the Contractor Retainage Agreement attached
hereto as Exhibit "C" or execute the Retainage Bond attached hereto as Exhibit "D." No payments
shall be made by the City from the retained percentage fund ('Fund ") nor shall the City release any
retained percentage escrow account to any person, until the City has received from the Department
of Revenue a certificate that all taxes, increases, and penalties due from the Contractor and all
taxes due and to become due with respect to the Contract have been paid in full or that they are,
in the Department's opinion, readily collectible without recourse to the State's lien on the retained
percentage. Upon non - payment by the general contractor, any supplier or subcontractor may file a
lien against the retainage funds, pursuant to Chapter 60.28 RCW. Subcontractors or suppliers are
required to give notice of any lien within forty-five (45) days of the completion of the Work and in
the manner provided in RCW 39.08.030. Within sixty (60) days after completion of all Work on this
Contract, the City shall release and pay in full the money held in the Fund, unless the City becomes
aware of outstanding claims made against this Fund.
5. EQUAL OPPORTUNITY EMPLOYER
In all Contractor services, programs or activities, and all Contractor hiring and employment
made possible by or resulting from this Contract, there shall be no discrimination by Contractor or
by Contractor's employees, agents, subcontractors or representatives against any person because
of sex, age (except minimum age and retirement provisions), race, color, creed, national origin,
marital status or the presence of any disability, including sensory, mental or physical handicaps,
unless based upon a bona fide occupational qualification in relationship to hiring and employment,
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
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 34
RFB # 17 -002
2017
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 H.
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.
6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the
contractor agrees to notify the City and complete any required form if the Contractor retired under
a State of Washington retirement system and agrees to indemnify any losses the City may sustain
through the Contractor's failure to do so.
7. 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.
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 35
RFB # 17 -002
2017
(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.
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.
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 36
RFB # 17 -002
2017
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;
(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 "F," which certificate must be executed by a person authorized by the insurer to
bind coverage on its behalf. The City reserves the right to require complete certified copies of all
required insurance policies, at any time.
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 37
RFB # 17 -002
2017
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.
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 "G" and incorporated by this reference, in
a dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the
City's satisfaction; to insure Contractor's performance of all of the provisions of this Contract; and
to guarantee Contractor's payment of all laborers, mechanics, subcontractors and material persons.
Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond.
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
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 38
RFB # 17 -002
2017
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 less 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.
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.
City of Federal Way RFB # 17 -002
Steel Lake Park to Downtown Trail Page 39 2017
RFB ver. 4 -16
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.
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.
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 40
RFB # 17 -002
2017
18.2 Subcontractor Contracts. The Contractor shall include the language of this section in
each of its first tier subcontracts, and shall require each of its subcontractors to include the same
language of this section in each of their subcontracts, adjusting only as necessary the terms used
for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide
documentation to the Owner demonstrating that the subcontractor meets the subcontractor
responsibility criteria below. The requirements of this section apply to all subcontractors regardless
of tier.
18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall
verify that each of its first tier subcontractors meets the following bidder responsibility criteria:
Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have
been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business
Identifier (UBI) number; Not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3); Have Industrial Insurance (workers' compensation) coverage for the
subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; A
Washington Employment Security Department number, as required in Title 50 RCW, if applicable; A
Washington Department of Revenue state excise tax registration number, as required in Title 82
RCW, if applicable; An electrical contractor license, if required by Chapter 19.28 RCW, if applicable;
An elevator contractor license, if required by Chapter 70.87 RCW.
19. GENERAL PROVISIONS
19.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties
with respect to any matter covered or mentioned in this Contract and no prior agreements or
understandings pertaining to any such matters shall be effective for any purpose.
19.2 Modification. No provisions of this Contract, including this provision, may be amended
or added to except by agreement in writing signed by the Parties or their respective successors in
interest.
19.3 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or
illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other
provisions shall remain in full force and effect.
19.4 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all
of its obligations and rights hereunder without the prior written consent of the City. In the event
the City consents to any such assignment or transfer, such consent shall in no way release the
Contractor from any of its obligations or liabilities under this Contract.
19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be
binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns.
19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of
any terms in this Contract, and the Contractor or City places the enforcement of the Contract or
any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of
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
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 41
RFB # 17 -002
2017
default. Failure of the City to declare one breach or default does not act as a waiver of the City's
right to declare another breach or default.
19.8 Governing Law. This Contract shall be made in and shall be governed by and
interpreted in accordance with the laws of the State of Washington.
19.9 Authority. Each individual executing this Contract on behalf of the City and Contractor
represents and warrants that such individuals are duly authorized to execute and deliver this
Contract on behalf of the Contractor or City.
19.10 Notices. Any notices required to be given by the City to Contractor or by the
Contractor to the City shall be delivered to the Parties at the addresses set forth below. Any notices
may be delivered personally to the addressee of the notice or may be deposited in the United
States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United
States mail shall be deemed received three (3) days after the date of mailing.
19.11 Captions. The respective captions of the Sections of this Contract are inserted for
convenience of reference only and shall not be deemed to modify or otherwise affect in any respect
any of the provisions of this Contract.
19.12 Performance. Time is of the essence of this Contract and each and all of its provisions
in which performance is a factor. Adherence to completion dates is essential to the Contractor's
performance of this Contract.
19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91 -54,
as amended, occurs as a result of the formation and /or performance of this Contract, this Contract
may be rendered null and void, at the City's option.
19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions of
any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation of the
controlling document, which interpretation shall be final and binding.
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 42
RFB # 17 -002
2017
DATED the day and year set forth above.
ATTEST:
le Courtney, CMC, !Clerk
APPROVED AS TO FORM:
Ryan CaII, City Attorney
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
]i r• err- ; Mayor
25 :th Avenue South
ederal Way, WA 98003 -6325
Page 43
RFB # 17 -002
2017
CECCANTI, INC.:
By:
STATE OF WASHINGTON )
) ss.
COUNTY OF V XLt- )
(Signature)
Donna Motland
(Name)
4116 Brookdale Rd E.
Tacoma, WA 98446
(253) 537 -2990
On this day personally appeared before me Donna Motland, to me known to be the Corporate
Secretary of Ceccanti, 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 a3 day of . ..X\.4.- , 2017.
Notary Public
State of Washington
KRISTIE ROJAS
MY COMMISSION EXPIRES
January 15, 2019
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
(typed /printed name of notary)
Notary Public in and for the State of Washington.
My commission expires O
Page 44
RFB # 17 -002
2017
THIS PAGE INTENTIONALLY LEFT BLANK
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 45
RFB # 17 -002
2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Date:
EXHIBIT A
❑ Original
n� ❑ Revised #
gy1
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
Contractor's UBI Number:
Name & Mailing Address of Public Agency
I BI Number:
Department Use Only
Assigned to:
Date Assigned:
Notice is hereby given relative to the completion ofcontract or project described below
Project Name
I Contract Number I
Job Order Contracting
• Yes • No
Description of Work Done/Include Jobsite Address(es)
Federall. funded transportation project?
No (if yes, provide Contract Bond Statement below)
• Yes
•
Contr actor's Name
IE -mad Address
Affidavit II)*
('ontractor Address
ephone #
If Retainage is not withheld,
please select one of the following
and
List Surety's Name &
bond (valid for
nd Number.
federally funded transportation projects)
• Retainage Bond
• Contract/Payment
Name: [Bond Number:
Date Contract Awarded
'Date Work Commenced
pate Work Completed -Date
Work Accepted
W ere Subcontracters used on this project? If so, please complete Addendum A. :Nos • No
Affidavit ID" - No L &I release will be granted until all affidavits are listed.
Contract Amount
Additions (+ )
Reductions (- )
Sub -Total
Sales Tax Rate
(If various rates apply, please send a breakdown)
Sales Tax Amount
5
TOTAL $
0.00
Liquidated Damages S
Amount Disbursed 5
Amount Retained 5
N TE: These two totals must be equal
TOTAL $ 0.00
Comments:
Note: The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract.
NO PAYMENT SHALL BE MADE 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:
Deparbnent of Revenue
CPubNc Works Section
(360) 704-5650
PWC©dor.we.gov
REV 31 0020e (10/26/15)
F215 -038 -000 10 -2
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Washington state Department re
Labor & Industries
Contract Release
(855) 545 -8163, option 64
Co ntract ReleaseO L N I. WA. GOV
Reset This Form
Page 46
Title:
Phone Number:
j Employment Security
�� Department
Registration. Inquiry.
Standards & Coordination
Unit
(360) 902 -9450
pubs icwore s @esd.we. gov
Print This Form
RFB # 17 -002
2017
Addendum A: Please List all Subcontractors and Sub -tiers Below
This addendum can be submitted in other formats.
Provide known affidavits at this time No L &I release will be wanted until all affidavits are listed.
Subcontractor's Name:
tBI Number: (Required)
.lflidavit ID*
For tax assistance or to request this doctunent in an alternate format, please call 1- 800 - 647 -7706. Teletype ("Frt.) users may use the
Washington Relay Service by calling 711.
REV 31 0020e Addendum (10/26/15)
F215 -038 -000 10 -2011
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 47
RFB # 17 -002
2017
EXHIBIT B
CITY OF FEDERAL WAY
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 Li 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 n No
n Yes n No
PRICE CHANGE
LUMP SUM: INCREASE $ DECREASE $
UNIT PRICE:
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM
TOTAL NET CONTRACT:
QUANTITY UNIT PRICE ADD OR DELETE
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
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 48
RFB # 17 -002
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
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
❑ INCREASED $
❑ DECREASED $
DEPARTMENT DIRECTOR'S SIGNATURE
Page 49
RFB # 17 -002
2017
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003 -6325
253- 835 -7000
EXHIBIT C
CONTRACTOR'S RETAINAGE AGREEMENT
Bid /Contract Number
IDENTIFICATION AND DESCRIPTION
Project Title
Contractor Representative
Bid No. Date Administering Department
City Representative Funding Source
Project Authority
RETAINAGE FORMULA
In accordance with applicable State Statutes, the following provisions will be made for the disposition of the
retainage held for investment:
1. All investments selected below are subject to City approval.
2. Retainage under this agreement will be held in escrow by the (referred
to herein as the Bank), the terms of which are specified by separate escrow agreement. The cost of the
investment program and the risk thereof is to be borne entirely by the contractor.
3. The final disposition of the contract retainage will be made in accordance with applicable statutes.
CONTRACTOR'S INSTRUCTIONS
Pursuant to RCW 60.28.010 I hereby notify the City of Federal Way of my instructions to invest not to
invest the retainage withheld under the terms of this contract. If the investment option is selected, please
provide the following information:
Name of Bank, Mutual Fund, or Savings & Loan Association:
Address:
Account #: Contact Person:
Contractor: Date:
By: Title:
Address: Phone:
Fed ID #: Est. Completion Date:
CITY APPROVAL
Approval of Investment Program and Retainage Agreement
Finance Director Date
CERTIFICATION FOR RELEASE OF CONTRACT RETAINAGE
Contract No. Project Title:
I hereby certify, as Contract Administrator for this Contract representing the City of Federal Way, that all work required by
the above cited contract was completed on and final acceptance by the City was granted
on
I also certify that no liens have been received within 30 days from the above date from any person, persons, mechanics,
subcontractors or materialman who has performed any work or provided any material of subject contract.
Contract Administrator
Director of Administering Department
Also, please find attached certifications by the applicable state agencies of the receipt of: 1) Washington State Business Taxes
(Washington State Dept. of Revenue); 2) Industrial Insurance Premiums (State Dept. of Labor & Industries); and 3) Employment
Security, Unemployment Insurance Premiums (State of Washington Employment Security Dept.)
City of Federal Way RFB # 17 -002
Steel Lake Park to Downtown Trail Page 50 2017
RFB ver. 4 -16
EXHIBIT D
RETAINAGE BOND TO CITY OF FEDERAL WAY
STEEL LAKE TO DOWNTOWN TRAIL
Bond No. WA 33879
KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Ceccanti. Inc., as principal ("Principal "),
and Merchant Bonding Company (Mutual) a Corporation organized and existing under the laws of the State of
Iowa , as a surety Corporation, and qualified under the laws of the State of Washington to become surety
upon bonds of Contractors with Municipal Corporations, as surety ("Surety"), are jointly and severally held and firmly
bonded to the City of Federal Way ("Crty") in the penal sum of: Forty Thousancl. Six Hundred Twentv -Nine and 931100
($ 10.629.93) for the payment of which sum we bind ourselves and our successors, heirs, administrators or personal
representatives, as the case may be.
A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances,
regulations, standards and polities of the City, as now existing or hereafter amended or adopted.
B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal,
providing for the Steel Lake Park to Downtown Trail Project, which contract is incorporated herein by this reference
("Contract"), and
C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies eamed by the
Principal pursuant to the contract, a sum not to exceed five percent (5 %), said sum to be retained by the City as a trust
fund for the protection and payment of any person or persons, mechanic, subcontractor or material men who shall
perform any labor upon such contract or the doing of such work, and all persons who shall supply such person or persons
or subcontractors with provisions and supplies for the carrying on of such work, and the State with the respect to taxes
imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing labor or furnishing
supplies towards completion of saki improvement or work shall have a lien on said monies so reserved, provided that
such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as
now existing and In accordance with any amendments that may hereafter be provided thereto; and
D. State law further provides that with the consent of the City, the Principal may submit a bond for all or any
portion of the amount of funds retained by the public body In a form acceptable to the public body conditioned upon such
bond any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth
retained percentages pursuant to Chapter 60.28 RCW; and
E. The Prindpal has accepted, or is about to accept, the Contract, and undertake to perform the work therein
provided for in the manner and within the time set forth, for the amount of $812.598.56; and
F. The City is prepared to release any required retainage money previously paid by the Principal prior to
acceptance and successful operation and fulfillment of all other terms of said contract upon being Indemnified by these
presents,
NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the
time period prescribed by the City, or within such extensions of time as may be granted under the Contract, and shall pay
all laborers, mechanics, subcontractors and material men or women, and ail persons who shall supply the Principal or
subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all
taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and In the
event this obligation shall be void; but otherwise it shall be and remain in full force and effect.
And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract or to the work to be performed thereunder or the speclflcations
accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any
change, extension of time, alterations or additions to the terms of the Contract or to the Work.
The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the
Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the
Prindpai shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such Increase,
however, not to exceed twenty-five percent (25 %) of the original amount of this bond without consent of the Surety.
Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the
Contract, the Surety shall make written commitment to the City that it will either; (a) cure the default itself within a
City of Federal Way RFB # 17-002
Steel Lake Park to Downtown Trail Page 51 2017
RFB ver. 4 -16
reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the default, induding 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 Qty estimate, limited to the bond amount.
Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below
paragraph, prior to any interplead action.
In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of
default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with the
mediation procedures of United States Arbitration and Mediation (" USA&M"). The Parties shall proportionately share in the
cost of the mediation. The mediation shall be administered by the Seattle USA&M office, 4300 Two Union Square, 601
Union Street, Seattle, Washington 98101 -2327. The Surety shall not interplead prior to completion of the mediation.
The parties have executed this instrument under their separate seals thls 5th day of July 2017,
the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned
representatives pursuant to authority of its governing body.
00%1111rr,,,,,
CORPORATE SE t C CAN ti p ',
ii, lN/nJGT0 ,0-
''llrrrrro,,,
CORPORATE SEAL:
Ceccanti, Inc.
PRINCIPAL
Donna Motland
Title: Corporate Secretary
Address: 4116 Brookdale Road East
Tacoma, WA 98446
Merchant Bonding Company (Mutual)
SURETY
Tide:
A orney -in -Fact
(Attach Power of Attorney)
Guida McClain, Attorney -in -Fact
Address; P 0 Box 2925
Tacoma, WA 98401 -2925
City of Federal Way RFB # 17 -002
Steel Lake Park to Downtown Trail Page 52 2017
RFB ver. 4 -16
CERTIFICATES AS TO CQ$PORATE SEAL
Notary Public of Washington State in the County of Pierce
I hereby certify that I am the t tile- rpaatiorr-rn+med-as-PrincipaFin-the--
�,rit4 u -bernd; that Donna Motland , who signed the said bond on behalf of the Principal,
was Corporate Secretary of said Corporation; that I know his or her signature
thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said
Corporation by authority of Its governing body.
Notary Public
State of Washington
KRISTIE ROJAS
MY COMMISSION X IRES
January
Kristie Rojas, Notary Not Expiration Date 1/15/2019
Notary of Public of Washington State in the County of Pierce
I hereby, certify that I am the c; tk QOoratieta -r ed-as-Surety- ir4-the
lam; that Guida McClain , who signed the said bond on behalf of the Surety, was
Attorney -in -Fact of the said Corporation; that I know his or her signature thereto is genuine, and
that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its
governing body.
GO��ds910N Fko��(1s,,,I,
NOTARY
N% PURL\
S
1�� Op WA :`e
APPROVED AS TO FORM:
.f 0 /3. Ryan Call, City Attorney
Luisa Thorn, Notary Notary Expiratin Date 6/16/19
City of Federal Way RFB # 17 -002
Steel Lake Park to Downtown Trail Page 53 2017
RFB ver. 4-16
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
MERCHANTS
BONDING COMPANY
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING,
INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies "),
and that the Companies do hereby make, constitute and appoint, individually,
Curt Dyckman; Darin M Puryear; Guida McClain; Luisa Thom; Martha Reeve; Stuart
O'Farrell
of Tacoma and State of Washington their true and lawful Attorney -in -Fact, with full power
and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety
any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any
such instrument shall not exceed the amount of:
FORTY MILLION ($40,000,000.00) DOLLARS
and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly
authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are
hereby ratified and confirmed.
This Power -of- Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of
Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National
Bonding, Inc., on October 24, 2011.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have
power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the
seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in
the nature thereof.
The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to
any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance,
or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and
effect as though manually fixed."
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 5th day of March , 2015 .
STATE OF IOWA
COUNTY OF POLK ss.
.aA� 1014A
4.J
L
••O.. C04...
• 0O• ikP09'•. -o•.
c, q ,A.yA,
• y: ? -0- rr
I.
',.).. 2,003 c> • �
.' 1933 ,
. yJ . •Cb . By •
MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANTS NATIONAL BONDING, INC.
777‘,
President
On this 5th day of March 2015 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did
say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and
that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and
sealed in behalf of the Companies by authority of their respective Boards of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year
first above written.
APR ■AL WENDY WOODY
o
61, Commission Number 784654
z My Commission Expires
/owl- June 20. 2017
STATE OF IOWA
COUNTY OF POLK ss.
Notary Public, Polk County, Iowa
William arner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
d
o 1ri that the above and foregoing is a true and correct copy of the POWER -OF- ATTORNEY executed by said Companies,
:h.tsPstjll,in fulI4o citand effect and has not been amended or revoked.
Witness eiv,pI e hereunto set my hand and affixed the seal of the Companies on
this 5th,oday d .( , 2017 •
*S 1O1,I,44'�'' •
•• \ 6 CO....' ..
'',, ,,........,•` Ww• - x.. - . 1933 . Secretary
POA 0014 (7/14) ';,, ... . ... :0 -N- • ••.ddb, `�a.
••,, ......
:., 11114
TO:
AND TO:
EXHIBIT E
NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS
NONDISCRIMINATION IN EMPLOYMENT
ALL EMPLOYEES
Ock-TC k s \ Q' D-1 L o` r�YS
(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: Christine J. Mullen
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 54
Donna Motland
Corporate Secretary
Ce.0 cc - \ f\c
(Contractor or subcontractor)
Date
RFB # 17 -002
2017
EXHIBIT F
CERTIFICATE OF INSURANCE
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 55
RFB # 17 -002
2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
AC' ORCP
CERTIFICATE OF LIABILITY INSURANCE
DATE (MM /DD/YYYY)
6/29/2017
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 have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
CONTACT Jennifer Greer
PRODUCER
Arthur J. Gallagher Risk Management Services, Inc.
P.O. Box 2925
Tacoma WA 98401 -2925
INSURED
Ceccanti, Inc.
4116 Brookdale Rd. East
Tacoma, WA 98446
PHONE 206- 607 -0946
(A/r, No
_F".
E -MAIL
ADDRESS. Jennifer_greer@ajg.com
reer a com
FAC A/C
(A/C. Not 253- 572 -1430
INSURER(S) AFFORDING COVERAGE
NAIC N
INSURERA:Valley Forge Insurance Company
20508
INSURER B :Transportation Insurance Company
20494
INSURER c :Continental Casualty Company
20443
INSURER D •
INSURER E •
INSURER F :
COVERAGES
CERTIFICATE NUMBER: 952923392
REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
INSR
LTR
TYPE OF INSURANCE
ADDL
INSD
9UBR
WVD
-- - POLICYEFF _POLICY EXP
POLICY NUMBER JMM /DD/YYYY) (MM /DD/YYYY)
LIMITS
C
x
COMMERCIAL GENERALLIABILITY
Y
N
2083202716
11/30/2016
11/30/2017
EACH OCCURRENCE
$1,000,000
CLAIMS -MADE
X
OCCUR
DAMAGE TO
PREMISES EaEoccurrence)
$500,000
X
$5.000 Ded
MED EXP (Any one person)
$15,000
PERSONAL & ADV INJURY
$1,000,000
GEM_ AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$2,000,000
POLICY
x
EC
LOC
PRODUCTS - COMP /OP AGG
$2,000,000
OTHER
$
A
AUTOMOBILE LIABILITY
N
N
2083202666
11/30/2016
11/30/2017
COMBINtD SINGLE LIMIT
(Ea accident)
$
$1,000,000
X
ANY AUTO
BODILY INJURY (Per person)
$
OWNED
AUTOS ONLY
HIRED
AUTOS ONLY
—
SCHEDULED
AUTOS
NON-OWNED
AUTOS ONLY
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
$
6
X
UMBRELLA LIAB
EXCESS LIAB
X
OCCUR
CLAIMS -MADE
N
N
2083202621
11/30/2016
11/30/2017
EACH OCCURRENCE
$9,000,000
AGGREGATE
$9,000,000
DED X RETENT ON $10,000
$
C
WORKERS COMPENSATION
N 1 A
N
2083202716
11/30/2016
11/30/2017
STATUTE X OTH-
ER
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER /EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory In NH)
Y/ N
E.L. EACH ACCIDENT
$1,000,000
E.L. DISEASE - EA EMPLOYEE
$1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE: Steel Lake Park to Downtown Trail Project
The certificate holder is an additional insured per form CNA74705XX 1/15 attached as respects the General Liability policy, pursuant to and
subject to the policy's terms, definitions, conditions and exclusions. The insurance provided in the General Liability policy is primary and any
other insurance shall be excess only, and not contributing per form CNA74705XX 1/15 attached.
CERTIFICATE HOLDER
CANCELLATION
City of Federal Way
33325 8th Avenue South
Federal Way WA 98003 -6325
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 (2016/03)
© 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
NA
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 A Rights Reserved. Includes copyrighted material of Insurance Services Office. Inc. with its permission.
C'NA
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 A.' Rights Reserved. Irdudes copyrighted material of Insurarce Services Office Inc. with its permission.
NA
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,
in the performance of the Named Insured's ongoing operations at the trade show event premises
during the trade show event.
CNA74705XX (1 -15)
Page 3 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA A Rights Reserver. Irdudes copyrighted material of Irsurarce Services Office Inc. with its permissior.
NA
Contractors' General Liability Extension Endorsement
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.
But this BROAD NAMED INSURED provision does not apply to:
(a) any partnership, limited liability company or joint venture; or
CNA74705XX (1 -15)
Page 4 of 17
Policy No'.
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA Ar Rights Reserved. Includes copyrighted material of Insurance Services Office Inc. with its permission.
CNA
Contractors' General Liability Extension Endorsement
(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
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
transfer or sell property held by a trust.
4. With respect to organizations which qualify
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_
1. 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
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
(d) explosion
B. The following paragraph is added to LIMITS OF INSURANCE
as Named Insureds by virtue of
designation power for the
the use of, encumber or
Paragraph 3. above, this
Named
CNA74705XX (1 -15)
Page 5 of 17
Policy No
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA A Rights Reserved. Irdudes copyrighted material of Irsurarce Services Office Inc. with its permissior.
NA
C.
Contractors' General Liability Extension Endorsement
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.
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.
(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
CNA74705XX (1 -15)
Page 6 of 17
Policy No
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA A. Rights Reserved. Includes copyrighted material of Insurance Services Office Inc. with its permission.
NA
Contractors' General Liability Extension Endorsement
(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
properly 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.
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
CNA74705XX (1 -15)
Page 7 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA A, Rights Reserved. Irciudes copyrighted material of Insurance Services Office Inc. with its permissior.
CNA
Contractors' General Liability Extension Endorsement
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
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:
CNA74705XX (1 -15)
Page 8 of 17
Policy No:
Endorsement No:
Effective Date
Insured Name:
Copyright CNA A:! Rights Reserved. Includes copyrighted material of Insurance Services Office Inc. with its permission.
CNA
Contractors' General Liability Extension Endorsement
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:
i. 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
CNA74705XX (1 -15)
Page 9 of 17
Policy No
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA A Rights Reserved. Includes copyrighted material of Insurance Services Office Inc. with its permission.
CNA
Contractors' General Liability Extension Endorsement
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;
i. 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
(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
CNA74705XX (1 -15)
Page 10 of 17
Policy No
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA A Rights Reserved. Ircludes copyrighted material of Irsurarce Services Office Inc. with its permission.
NA
Contractors' General Liability Extension Endorsement
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 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
CNA74705XX (1 -15)
Page 11 of 17
Policy No
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA Ae Rights Reserved. Includes copyrighted material of Insurance Services Office. Inc with its permission.
CNA
Contractors' General Liability Extension Endorsement
(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.
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:
CNA74705XX (1 -15)
Page 12 of 17
Policy No
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA A. Rights Reserved. Irdudes copyrighted material of Insurance Services Office Inc. with its permission.
CNA
Contractors' General Liability Extension Endorsement
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: esvriD(owwodwrorow 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:
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.
CNA74705XX (1 -15)
Page 13 of 17
Policy No
Endorsement No:
Effective Date
Insured Name:
Copyright CNA A Rights Reserved. Includes copyrighted material of Insurance Services Office Inc. with its permission.
CNA
Contractors' General Liability Extension Endorsement
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.
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
CNA74705XX (1 -15)
Page 14 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA A Rights Reserved. Includes copyrighted material of Insurance Services Office Inc. with its permission.
NA
Contractors' General Liability Extension Endorsement
• 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'
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.
CNA74705XX (1 -15)
Page 15 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA Ai Rights Reserve° Includes copyrighted material of Insurance Services Office Inc. with its permission.
CNA
Contractors' General Liability Extension Endorsement
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.
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 (0 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
CNA74705XX (1 -15)
Page 16 of 17
Policy No
Endorsement No:
Effective Date:
Insured Name:
Copyright CNA A;, Rights Reserved. Ircludes copyrighted material of Irsurarce Services Office Inc. with its permissior.
NA
Contractors' General Liability Extension Endorsement
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 A' Rights Reserved. Includes copyrighted material of Insurance Services Office Inc. with its permission.
EXHIBIT G
CITY OF FEDERAL WAY
PERFORMANCE /PAYMENT BOND
KNOW ALL PEOPLE BY THESE PRESENTS:
Bond No. WAC 54609
We, the undersigned Ceccanti, Inc., ( "Principal ") and Merchants Bonding Company (Mutual) s the
undersigned corporation organized and existing under the laws of the State of Iowa and legally
doing business in the State of Washington as a surety ("Surety'), are held and firmly bonded unto the Clty of
Federal Way, a Washington municipal corporation ("City") in the penal sum of Eight Hundred Twelve
Thousand, Five Hundred NInety -Eight Dollars and 56/100 ($812,598.56) 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 polities of the City, as now existing or hereafter amended or adopted.
The Principal has entered into an Agreement with the City dated /LJ 2017 for the Steel Lake
Parkto DQwptown Trail Project.
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 Prindpal 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 RFB # 17 -002
Steel Lake Park to Downtown Trail Page 56 2017
RFB ver. 4-16
In the event a dispute should arise between the Parties to this Bond with respect to the City's dedaration 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 5th day of
July 2017.
CORPORATE SE* l I 154,;,,
C' •oRP CiRq /4'9
'G i'•
if • SEAL
197 ; i
• 1976
•••
.gsHl NG'*G.0% %%
Ceccanti, Inc.
PRINCIPAL
By:
Donna Motiand
Its:
Corporate Secretary
(Title)
4116 Brookdale Rd East
Tacoma, WA 98446
(253) 537 -2990
CERTIFICATE AS TO CORPORATE SEAL
Notary Public of Washington State in the County of Pierce
I hereby certify that I am the the -Corporatioirfamed-as-Prinapat irt-t --
within -bort is that Donna Motland , who signed the said bond on behalf of the Principal, was
Corporate Secretary of the said Corporation; that I know his or her signature
thereto is genuine, and that said bond was duly signed, sealed, and attested for and In behalf of said
Corporation by authority of its governing body.
Notary Public
State of Washington
KRISTIE ROJAS
0 QMMISSION EXPIRES
J nuary 15, 2019
CORPORATE SEAL
APPROVED AS TO FORM:
CO/ J. Ryan Call, City Attorney
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Kristie Rojas, Notary Notary Ex • ration Date 1/15/2019
Merchants Bonding Company (Mutual)
Page 57
Attorney -in -Fact
(Attach Power of Attorney)
Guida McClain
(Name of Person Executing Bond)
P 0 Box 2925
Tacoma, WA 98401 -2925
(Address)
253- 627 -7183
(Phone)
RFB # 17 -002
2017
MERCHANTS
BON DING COMPANY
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING,
INC., both being corporations duly organized under the laws of the State of Iowa ( nerein collectively called the "Companies "),
and that the Companies do hereby make, constitute and appoint, individually,
Curt Dyckman; Darin M Puryear; Guida McClain; Luisa Thom; Martha Reeve; Stuart
O'Farrell
of Tacoma and State of Washington their true and lawful Attorney -in -Fact, with full power
and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety
any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any
such instrument shall not exceed the amount of:
FORTY MILLION ($40,000,000.00) DOLLARS
and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly
authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are
hereby ratified and confirmed.
This Power -of- Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of
Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National
Bonding, Inc., on October 24, 2011.
The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have
power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the
seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in
the nature thereof.
The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to
any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance,
or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and
effect as though manually fixed."
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 5th day of March , 2015 .
STATE OF IOWA
COUNTY OF POLK ss.
1101144 ,, • • DING co47,0• •.
Z1 .. _ MERCHANTS BONDING COMPANY (MUTUAL)
��i:••Vo 4,. • %...0 POA4 • y.'. MERCHANTS NATIONAL BONDING, INC.
x- 2003 > �' 1933 ;'c
.S J. Y. By
",,,,,,,,,,,,+++,,,
President
On this 5th day of March , 2015 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did
say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and
that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and
sealed in behalf of the Companies by authority of their respective Boards of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year
first above written.
WENDY WOODY
Commission Number 784654
My Commission Expires
June 20, 2017
STATE OF IOWA
COUNTY OF POLK ss.
Notary Public, Polk County, Iowa
I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF- ATTORNEY executed by said Companies,
which is sti!I in full force and effect and has not been amended or revoked.
this
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on
5th day of
POA 0014 (7/14)
July ' 2017
" 101144
20 3 >_
•• \NG CO,;,...
• •• 1933 ; c;
• C:.
Secretary
THIS PAGE INTENTIONALLY LEFT BLANK
City of Federal Way
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 58
RFB # 17 -002
2017
EXHIBIT H
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
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 59
RFB # 17 -002
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
Steel Lake Park to Downtown Trail
RFB ver. 4 -16
Page 60
RFB # 17 -002
2017
AMENDMENTS TO THE STANDARD SPECIFICATIONS
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 INTRO.AP1
2 INTRODUCTION
3 The following Amendments and Special Provisions shall be used in conjunction with the
4 2016 Standard Specifications for Road, Bridge, and Municipal Construction.
5
6 AMENDMENTS TO THE STANDARD SPECIFICATIONS
7
8 The following Amendments to the Standard Specifications are made a part of this contract
9 and supersede any conflicting provisions of the Standard Specifications. For informational
10 purposes, the date following each Amendment title indicates the implementation date of the
11 Amendment or the latest date of revision.
12
13 Each Amendment contains all current revisions to the applicable section of the Standard
14 Specifications and may include references which do not apply to this particular project.
15
16 1- 01.AP1
17 Section 1 -01, Definitions and Terms
18 August 1, 2016
19 1 -01.3 Definitions
20 The following new term and definition is inserted after the eighth paragraph:
21
22 Cold Weather Protection Period — A period of time 7 days from the day of concrete
23 placement or the duration of the cure period, whichever is longer.
24
25 1- 02.AP1
26 Section 1 -02, Bid Procedures and Conditions
27 April 4, 2016
28 1- 02.4(1) General
29 The first sentence of the last paragraph is revised to read:
30
31 Any prospective Bidder desiring an explanation or interpretation of the Bid Documents,
32 shall request the explanation or interpretation in writing by close of business on the
33 Thursday preceding the bid opening to allow a written reply to reach all prospective
34 Bidders before the submission of their Bids.
35
36 1 -02.9 Delivery of Proposal
37 The last sentence of the third paragraph is revised to read:
38
39 The Contracting Agency will not open or consider any Proposal when the Proposal or
40 Bid deposit is received after the time specified for receipt of Proposals or received in a
41 location other than that specified for receipt of Proposals unless an emergency or
42 unanticipated event interrupts normal work processes of the Contracting Agency so that
43 Proposals cannot be received.
44
45 The following new paragraph is inserted before the last paragraph:
46
47 If an emergency or unanticipated event interrupts normal work processes of the
48 Contracting Agency so that Proposals cannot be received at the office designated for
49 receipt of bids as specified in Section 1 -02.12 the time specified for receipt of the
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 Proposal will be deemed to be extended to the same time of day specified in the
2 solicitation on the first work day on which the normal work processes of the Contracting
3 Agency resume.
4
5 1 -02.12 Public Opening of Proposals
6 This section is supplemented with the following new paragraph:
7
8 If an emergency or unanticipated event interrupts normal work processes of the
9 Contracting Agency so that Proposals cannot be opened at the time indicated in the call
10 for Bids the time specified for opening of Proposals will be deemed to be extended to
11 the same time of day on the first work day on which the normal work processes of the
12 Contracting Agency resume.
13
14 1- 04.AP1
15 Section 1 -04, Scope of the Work
16 January 3, 2017
17 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions,
18 Specifications, and Addenda
19 The following new paragraph is inserted before the second to last paragraph:
20
21 Whenever reference is made in these Specifications or the Special Provisions to codes,
22 rules, specifications, and standards, the reference shall be construed to mean the code,
23 rule, specification, or standard that is in effect on the Bid advertisement date, unless
24 otherwise stated or as required by law.
25
26 1 -04.3 Reference Information
27 This section is supplemented with the following new sentence:
28
29 If a document that is provided as reference information contains material also included
30 as a part of the Contract, that portion of the document shall be considered a part of the
31 Contract and not as Reference Information.
32
33 1- 06.AP1
34 Section 1 -06, Control of Material
35 January 4, 2016
36 This section is supplemented with the following new section and subsections:
37
38 1 -06.6 Recycled Materials
39 The Contractor shall make their best effort to utilize recycled materials in the
40 construction of the project; the use of recycled concrete aggregate as specified in
41 Section 1- 06.6(1)A is a requirement of the Contract.
42
43 The Contractor shall submit a Recycled Material Utilization Plan as a Type 1 Working
44 Drawing within 30 calendar days after the Contract is executed. The plan shall provide
45 the Contractor's anticipated usage of recycled materials for meeting the requirements of
46 these Specifications. The quantity of recycled materials will be provided in tons and as
47 a percentage of the Plan quantity for each material listed in Section 9- 03.21(1)E Table
48 on Maximum Allowable Percent (By Weight) of Recycled Material. When a Contract
49 does not include Work that requires the use of a material that is included in the
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 requirements for using materials the Contractor may state in their plan that no recycled
2 materials are proposed for use.
3
4 Prior to Physical Completion the Contractor shall report the quantity of recycled
5 materials that were utilized in the construction of the project for each of the items listed
6 in Section 9- 03.21. The report shall include hot mix asphalt, recycled concrete
7 aggregate, recycled glass, steel furnace slag and other recycled materials (e.g.
8 utilization of on -site material and aggregates from concrete returned to the supplier).
9 The Contractor's report shall be provided on DOT Form 350 -075 Recycled Materials
10 Reporting.
11
12 1- 06.6(1) Recycling of Aggregate and Concrete Materials
13
14 1- 06.6(1)A General
15 The minimum quantity of recycled concrete aggregate shall be 25 percent of the total
16 quantity of aggregate that is incorporated into the Contract for those items listed in
17 Section 9- 03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled
18 Material that allow the use of recycled concrete aggregate. The percentage of recycled
19 material incorporated into the project for meeting the required percentage will be
20 calculated in tons based on the quantity of recycled concrete used on the entire
21 Contract and not as individual items.
22
23 If the Contractor's total cost for Work with recycled concrete aggregate is greater than
24 without the Contractor may choose to not use recycled concrete aggregate. When the
25 Contractor does not meet the minimum requirement of 25 percent recycled concrete
26 aggregate for the Contract due to costs or any other reason the following shall be
27 submitted:
28
29 1. A cost estimate for each material listed in Section 9- 03.21(1)E that is utilized
30 on the Contract. The cost estimate shall include the following:
31
32 a. The estimated costs for the Work for each material with 25 percent
33 recycled concrete aggregate. The cost estimate shall include for each
34 material a copy of the price quote from the supplier with the lowest total
35 cost for the Work.
36
37 b. The estimated costs for the Work for each material without recycled
38 concrete aggregate.
39
40 The Contractor's cost estimates shall be submitted as an attachment to the Recycled
41 Materials Reporting form.
42
43 1- 07.AP1
44 Section 1 -07, Legal Relations and Responsibilities to the Public
45 January 3, 2017
46 1 -07.1 Laws to be Observed
47 In the second to last sentence of the third paragraph, "WSDOT" is revised to read
48 "Contracting Agency ".
49
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 1- 07.2(2) State Sales Tax: WAC 458 -20 -170 — Retail Sales Tax
2 The last three sentences of the first paragraph are deleted and replaced with the following
3 new sentence:
4
5 The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase
6 or rental of tools, machinery, equipment, or consumable supplies not integrated into the
7 project, in the unit bid prices.
8
9 1- 07.3(1) Forest Fire Prevention
10 This section is supplemented with the following new subsections:
11
12 1- 07.3(1)A Fire Prevention Control and Countermeasures Plan
13 The Contractor shall prepare and implement a project- specific fire prevention, control,
14 and countermeasures plan (FPCC Plan) for the duration of the project. The Contractor
15 shall submit a Type 2 Working Drawing no later than the date of the preconstruction
16 conference.
17
18 1- 07.3(1)A1 FPCC Plan Implementation Requirements
19 The Contractor's FPCC Plan shall be fully implemented at all times. The
20 Contractor shall update the FPCC Plan throughout project construction so that the
21 plan reflects actual site conditions and practices. The Contractor shall update the
22 FPCC Plan at least annually and maintain a copy of the updated FPCC Plan that is
23 available for inspection on the project site. Revisions to the FPCC Plan and the
24 Industrial Fire Precaution Level (IFPL) shall be discussed at the weekly project
25 safety meetings.
26
27 1- 07.3(1)A2 FPCC Plan Element Requirements
28 The FPCC Plan shall include the following:
29
30 1. The names, titles, and contact information for the personnel responsible
31 for implementing and updating the plan.
32
33 2. The names and telephone numbers of the Federal, State, and local
34 agencies the Contractor shall notify in the event of a fire.
35
36 3. All potential fire causing activities such as welding, cutting of metal,
37 blasting, fueling operations, etc.
38
39 4. The location of fire extinguishers, water, shovels, and other firefighting
40 equipment.
41
42 5. The response procedures the Contractor shall follow in the event of a fire.
43
44 Most of Washington State is covered under the IFPL system which, by law, is
45 managed by the Department of Natural Resources (DNR). It is the Contractor's
46 responsibility to be familiar with the DNR requirements and to verify whether or not
47 IFPL applies to the specific project.
48
49 If the Contractor wishes to continue a work activity that is prohibited under an
50 industrial fire precaution level, the Contractor shall obtain a waiver from the DNR
51 and provide a copy to the Engineer prior to continuation of work on the project.
52
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 If the IFPL requirements prohibit the Contractor from performing Work the
2 Contractor may be eligible for an unworkable day in accordance with Section 1-
3 08.5.
4
5 The Contractor shall comply with the requirements of these provisions at no
6 additional cost to the Contracting Agency.
7
8 1 -07.8 High - Visibility Apparel
9 The last paragraph is revised to read:
10
11 High - visibility garments shall be labeled as, and in a condition compliant with the
12 ANSI /ISEA 107 (2004 or later version) and shall be used in accordance with
13 manufacturer recommendations.
14
15 1- 07.8(1) Traffic Control Personnel
16 In this section, references to "ANSI /ISEA 107 - 2004" are revised to read "ANSI /ISEA 107 ".
17
18 1- 07.8(2) Non - Traffic Control Personnel
19 In this section, the reference to "ANSI /ISEA 107 - 2004" is revised to read "ANSI /ISEA 107 ".
20
21 1- 07.9(2) Posting Notices
22 Items 1 and 2 are revised to read:
23
24 1. EEOC - P /E -1 (revised 11/09, supplemented 09/15) — Equal Employment
25 Opportunity IS THE LAW published by US Department of Labor. Post for projects
26 with federal -aid funding.
27
28 2. FHWA 1022 (revised 05/15) — NOTICE Federal -Aid Project published by Federal
29 Highway Administration (FHWA). Post for projects with federal -aid funding.
30
31 Items 5, 6 and 7 are revised to read:
32
33 5. WHD 1420 (revised 02/13) — Employee Rights and Responsibilities Under The
34 Family And Medical Leave Act published by US Department of Labor. Post on all
35 projects.
36
37 6. WHD 1462 (revised 01/16) — Employee Polygraph Protection Act published by
38 US Department of Labor. Post on all projects.
39
40 7. F416- 081 -909 (revised 09/15) — Job Safety and Health Law published by
41 Washington State Department of Labor and Industries. Post on all projects.
42
43 Items 9 and 10 are revised to read:
44
45 9. F700- 074 -909 (revised 06/13) — Your Rights as a Worker in Washington State
46 by Washington State Department of Labor and Industries (L &I). Post on all projects.
47
48 10. EMS 9874 (revised 10/15) — Unemployment Benefits published by Washington
49 State Employment Security Department. Post on all projects.
50
51 1- 07.15(1) Spill Prevention, Control, and Countermeasures Plan
52 The second sentence of the first paragraph is deleted.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
2 The first sentence of the second paragraph is revised to read:
3
4 The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and
5 other materials defined in Chapter 447 of the WSDOT Environmental Manual M 31 -11.
6
7 Item number four of the fourth paragraph (up until the colon) is revised to read:
8
9 4. Potential Spill Sources — Describe each of the following for all potentially
10 hazardous materials brought or generated on -site, including but not limited to
11 materials used for equipment operation, refueling, maintenance, or cleaning:
12
13 The first sentence of item 7e of the fourth paragraph is revised to read:
14
15 BMP methods and locations where they are used to prevent discharges to ground or
16 water during mixing and transfer of hazardous materials and fuel.
17
18 The last paragraph is deleted.
19
20 1- 08.AP1
21 Section 1 -08, Prosecution and Progress
22 January 3, 2017
23 1 -08.1 Subcontracting
24 The second sentence of the second to last paragraph is revised to read:
25
26 Whenever the Contractor withholds payment to a Subcontractor for any reason
27 including disputed amounts, the Contractor shall provide notice within 10 calendar days
28 to the Subcontractor with a copy to the Contracting Agency identifying the reason for the
29 withholding and a clear description of what the Subcontractor must do to have the
30 withholding released.
31
32 The fourth sentence of the second to last paragraph is revised to read:
33
34 The Monthly Payment Summary shall include all Subcontractors that performed work
35 that was paid on the progress estimate by the Contracting Agency.
36
37 1- 08.1(1) Prompt Payment, Subcontract Completion and Return of Retainage
38 Withheld
39 In item number 5 of the first paragraph, "WSDOT" is revised to read "Contracting Agency ".
40
41 The last sentence in item number 11 of the first paragraph is revised to read:
42
43 The Contractor may also require any documentation from the Subcontractor that is
44 required by the subcontract or by the Contract between the Contractor and Contracting
45 Agency or by law such as affidavits of wages paid, and material acceptance
46 certifications to the extent that they relate to the Subcontractor's Work.
47
48 Item number 12 of the first paragraph is revised to read:
49
50 12. If the Contractor fails to comply with the requirements of the Specification and the
51 Subcontractor's retainage or retainage bond is wrongfully withheld, the Contractor
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 will be subject to the actions described in No. 7 listed above. The Subcontractor
2 may also seek recovery against the Contractor under applicable prompt pay
3 statutes in addition to any other remedies provided for by the subcontract or by law.
4
5 1 -08.5 Time for Completion
6 In item 2c of the last paragraph, "Quarterly Reports" is revised to read "Monthly Reports ".
7
8 1- O9.AP1
9 Section 1 -09, Measurement and Payment
10 April 4, 2016
11 1 -09.6 Force Account
12 The second sentence of item number 4 is revised to read:
13
14 A "specialized service" is a work operation that is not typically done by worker
15 classifications as defined by the Washington State Department of Labor and Industries
16 and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and
17 municipal construction.
18
19 1- 10.AP1
20 Section 1 -10, Temporary Traffic Control
21 January 3, 2017
22 1- 10.1(2) Description
23 The first paragraph is revised to read:
24
25 The Contractor shall provide flaggers and all other personnel required for labor for traffic
26 control activities that are not otherwise specified as being furnished by the Contracting
27 Agency.
28
29 In the third paragraph, "Project Engineer" is revised to read "Engineer ".
30
31 The following new paragraph is inserted after the third paragraph:
32
33 The Contractor shall keep lanes, on- ramps, and off - ramps, open to traffic at all times
34 except when Work requires closures. Ramps shall not be closed on consecutive
35 interchanges at the same time, unless approved by the Engineer. Lanes and ramps
36 shall be closed for the minimum time required to complete the Work. When paving hot
37 mix asphalt the Contractor may apply water to the pavement to shorten the time
38 required before reopening to traffic.
39
40 1- 1O.3(2)C Lane Closure Setup /Takedown
41 The following new paragraph is inserted before the last paragraph:
42
43 Channelization devices shall not be moved by traffic control personnel across an open
44 lane of traffic. If an existing setup or staging of traffic control devices require crossing
45 an open lane of traffic, the traffic control devices shall be taken down completely and
46 then set up in the new configuration.
47
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 2- 03.AP2
2 Section 2 -03, Roadway Excavation and Embankment
3 August 1, 2016
4 2- 03.3(7)C Contractor - Provided Disposal Site
5 The second paragraph is revised to read:
6
7 The Contractor shall acquire all permits and approvals required for the use of the
8 disposal sites before any waste is hauled off the project. The Contractor shall submit a
9 Type 1 Working Drawing consisting of copies of the permits and approvals for any
10 disposal sites to be used. The cost of any such permits and approvals shall be included
11 in the Bid prices for other Work.
12
13 The third paragraph is deleted.
14
15 2- 06.AP2
16 Section 2 -06, Subgrade Preparation
17 January 3, 2017
18 2- 06.3(2) Subgrade for Pavement
19 The second sentence in the first paragraph is revised to read:
20
21 The Contractor shall compact the Subgrade to a depth of 6 inches to 95 percent of
22 maximum density as determined by the compaction control tests for granular materials.
23
24 3- 04.AP3
25 Section 3 -04, Acceptance of Aggregate
26 January 3, 2017
27 3 -04.5 Payment
28 In Table 1, the Contingent Unit Price Per Ton value for the item HMA Aggregate is revised
29 to read "$15.00 ".
30
31 4- 04.AP4
32 Section 4 -04, Ballast and Crush Surfacing
33 January 3, 2017
34 4- 04.3(5) Shaping and Compaction
35 The first sentence is revised to read:
36
37 Immediately following spreading and final shaping, each layer of surfacing shall be
38 compacted to at least 95 percent of maximum density determined by the requirements
39 of Section 2- 03.3(14)D before the next succeeding layer of surfacing or pavement is
40 placed.
41
42 5- 01.AP5
43 Section 5 -01, Cement Concrete Pavement Rehabilitation
44 January 3, 2017
45 In this section, "portland cement" is revised to read "cement ".
46
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 5 -01.2 Materials
2 In the first paragraph, the following item is inserted after the item "Joint Sealants ":
3
4 Closed Cell Foam Backer Rod 9- 04.2(3)A
5
6 5- 01.3(1)A Concrete Mix Designs
7 This section, including title, is revised to read:
8
9 5- 01.3(1)A Mix Designs
10 The Contractor shall use either concrete patching materials or cement concrete for the
11 rehabilitation of cement concrete pavement. Concrete patching materials shall be used
12 for spall repair and dowel bar retrofitting and cement concrete shall be used for concrete
13 panel replacement.
14
15 5- 01.3(1)A1 Concrete Patching Materials
16 Item number 1 is revised to read:
17
18 1. Materials — The prepackaged concrete patching material and the aggregate
19 extender shall conform to Section 9 -20.
20
21 5- 01.3(1)A2 Portland Cement Concrete
22 This section, including title, is revised to read:
23
24 5- 01.3(1)A2 Cement Concrete for Panel Replacement
25 Cement concrete for panel replacement shall meet the requirements of Sections 5-
26 05.3(1) and 5- 05.3(2) and be air entrained with a design air content of 5.5 percent.
27 Cement concrete for panel replacement may use rapid hardening hydraulic cement
28 meeting the requirements of Section 9- 01.2(2). Rapid hardening hydraulic cement will
29 be considered a cementitious material for the purpose of calculating the
30 water / cementitious materials ratio and the minimum cementitious materials requirement.
31
32 5- 01.3(1)B Equipment
33 This section's title is revised to read:
34
35 Equipment for Panel Replacement
36
37 5- 01.3(2)B Portland Cement Concrete
38 This section's title is revised to read:
39
40 Cement Concrete for Panel Replacement
41
42 This section is supplemented with the following new subsection:
43
44 5- 01.3(2)B1 Conformance to Mix Design
45 Acceptance of cement concrete pavement for panel replacement shall be in accordance
46 with Section 5- 01.3(2)B. The cement, coarse, and fine aggregate weights shall be within
47 the tolerances of the mix design in accordance with Section 5- 05.3(1).
48
49 5- 01.3(2)B1 Rejection of Concrete
50 This section is renumbered as follows:
51
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 5- 01.3(2)B2 Rejection of Concrete
2
3 5- 01.3(4) Replace Portland Cement Concrete Panel
4 This section's title is revised to read:
5
6 Replace Cement Concrete Panel
7
8 5- 01.3(8) Sealing Existing Transverse and Longitudinal Joints
9 This section's title is revised to read:
10
11 Sealing Existing Longitudinal and Transverse Joint
12
13 The first paragraph is revised to read:
14
15 The Contractor shall clean and seal existing longitudinal and transverse joints where
16 shown in the Plans or as marked by the Engineer.
17
18 The first sentence of the second paragraph is revised to read:
19
20 Old sealant and incompressible material shall be completely removed from the joint to
21 the depth of the new reservoir with a diamond blade saw in accordance with the detail
22 shown in the Standard Plans.
23
24 The fifth paragraph is revised to read:
25
26 Immediately prior to sealing, the cracks shall be blown clean with dry oil -free
27 compressed air. If shown in the Plans, a backer rod shall be placed at the base of the
28 sawn reservoir. The joints shall be completely dry before the sealing installation may
29 begin. Immediately following the air blowing and backer rod placement, if required, the
30 sealant material shall be installed in conformance to manufacturer's recommendations
31 and in accordance with Section 5- 05.3(8)B.
32
33 5- 01.3(9) Portland Cement Concrete Pavement Grinding
34 This section's title is revised to read:
35
36 Cement Concrete Pavement Grinding
37
38 5- 01.3(11) Concrete Slurry and Grinding Residue
39 The last sentence of the first paragraph is revised to read:
40
41 Slurry shall not be allowed to drain into an area open to traffic, off of the paved surface,
42 into any drainage structure, water of the state, or wetlands.
43
44 The following new sentence is inserted at the end of the second paragraph:
45
46 The Contractor shall submit copies of all disposal tickets to the Engineer within 5
47 calendar days.
48
49 5 -01.4 Measurement
50 The fourth paragraph is revised to read:
51
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Sealing existing longitudinal and transverse joint will be measured by the linear foot,
2 measured along the line of the completed joint.
3
4 5 -01.5 Payment
5 The Bid item "Sealing Transverse and Longitudinal Joints ", per linear foot and the paragraph
6 following Bid item are revised to read:
7
8 "Sealing Existing Longitudinal and Transverse Joint ", per linear foot.
9
10 The unit Contract price per linear foot for "Sealing Existing Longitudinal and Transverse
11 Joint ", shall be full payment for all costs to complete the Work as specified, including
12 removing incompressible material, preparing and sealing existing transverse and
13 longitudinal joints where existing transverse and longitudinal joints are cleaned and for
14 all incidentals required to complete the Work as specified.
15
16 5- 02.AP5
17 Section 5 -02, Bituminous Surface Treatment
18 April 4, 2016
19 5- 02.3(2) Preparation of Roadway Surface
20 This section is supplemented with the following new subsection:
21
22 5- 02.3(2)E Crack Sealing
23 Where shown in the Plans, seal cracks and joints in the pavement in accordance with
24 Section 5- 04.3(4)A1 and the following:
25
26 1. Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant.
27
28 2. Cracks greater than 1 inch in width — fill with sand slurry.
29
30 5- 04.AP5
31 Section 5 -04, Hot Mix Asphalt
32 April 3, 2017
33 This section (and all subsections) is revised to read:
34
35 This Section 5 -04 is written in a style which, unless otherwise indicated, shall be
36 interpreted as direction to the Contractor.
37
38 5 -04.1 Description
39 This Work consists of providing and placing one or more layers of plant -mixed hot mix
40 asphalt (HMA) on a prepared foundation or base, in accordance with these
41 Specifications and the lines, grades, thicknesses, and typical cross - sections shown
42 in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes
43 in accordance with these Specifications.
44
45 HMA shall be composed of asphalt binder and mineral materials as required, and may
46 include reclaimed asphalt pavement (RAP) or reclaimed asphalt shingles (RAS), mixed
47 in the proportions specified to provide a homogeneous, stable, and workable mix.
48
49 5 -04.2 Materials
50 Provide materials as specified in these sections:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
2 Asphalt Binder 9- 02.1(4)
3 Cationic Emulsified Asphalt 9- 02.1(6)
4 Anti - Stripping Additive 9 -02.4
5 Warm Mix Asphalt Additive 9 -02.5
6 Aggregates 9 -03.8
7 Reclaimed Asphalt Pavement (RAP) 9- 03.8(3)B
8 Reclaimed Asphalt Shingles (RAS) 9- 03.8(3)B
9 Mineral Filler 9- 03.8(5)
10 Recycled Material 9 -03.21
11 Joint Sealants 9 -04.2
12 Closed Cell Foam Backer Rod 9- 04.2(3)A
13
14 5- 04.2(1) How to Get an HMA Mix Design on the QPL
15 Comply with each of the following:
16
17 Develop the mix design in accordance with WSDOT SOP 732.
18
19 Develop a mix design that complies with Sections 9- 03.8(2) and 9- 03.8(6).
20
21 Develop a mix design no more than 6 months prior to submitting it for QPL
22 evaluation.
23
24 Submit mix designs to the WSDOT State Materials Laboratory in
25 Tumwater, including WSDOT Form 350 -042.
26
27 Include representative samples of the materials that are to be used in the
28 HMA production as part of the mix design submittal.
29
30 Identify the brand, type, and percentage of anti - stripping additive in the
31 mix design submittal.
32
33 Include with the mix design submittal a certification from the asphalt
34 binder supplier that the anti - stripping additive is compatible with the crude
35 source and the formulation of asphalt binder proposed for use in the mix
36 design.
37
38
39
40
41
42
43
44
45
46
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
Basis for Contracting
Agency Approval of
Contracting Agency
Materials Testing for
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
HMA Mixture (see
Section 5- 04.3(9))
Mix Design for
Placement on QPL
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
with WSDOT Standard
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% <_ 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.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 2. The asphalt binder grade shall be the grade indicated in the Bid
2 item name or as otherwise required by the Contract.
3
4 3. Submit samples of RAP if used in development of the mix
5 design.
6
I
7 4. Testing RAP or RAS stockpiles is not required for obtaining
8 approval for placing these mix designs on the QPL.
9
10 5- 04.2(1)A2 High RAP /Any RAS - Mix Design Submittals for
11 Placement on QPL
12 For High RAP /Any RAS mix designs, comply with the following additional
13 requirements:
14
15 1. For mix designs with any RAS, test the RAS stockpile (and RAP
16 stockpile if any RAP is in the mix design) in accordance with
17 Table 3.
18
19 2. For High RAP mix designs with no RAS, test the RAP stockpile
I
20 in accordance with Table 3.
21
22 3. For mix designs with High RAP /Any RAS, construct a single I
23 stockpile for RAP and a single stockpile for RAS and isolate
24 (sequester) these stockpiles from further stockpiling before
25 beginning development of the mix design. Test the RAP and
26 RAS during stockpile construction as required by item 1 and 2
27 above. Use the test data in developing the mix design, and report
28 the test data to the Contracting Agency on WSDOT Form 350-
29 042 as part of the mix design submittal for approval on the QPL.
30 Account for the reduction in asphalt binder contributed from RAS
31 in accordance with AASHTO PP 78. Do not add to these
32 stockpiles after starting the mix design process.
33
1
1
1
1
34
35
36
37
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
27/1- 11
' "tons ", in this table, refers to tons of the reclaimed material
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.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
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
2
3
4
5
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
'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 6. Extract, recover, and test the asphalt residue from the RAP and
7 RAS stockpiles to determine the percent of recycling agent
8 and /or grade of new asphalt binder needed to meet but not
9 exceed the performance grade (PG) of asphalt binder required
10 by the Contract.
11
12 a. Perform the asphalt extraction in accordance with AASHTO
13 T 164 or ASTM D 2172 using reagent grade solvent.
14
15 b. Perform the asphalt recovery in accordance with AASHTO R
16 59 or ASTM D 1856.
17
18 c. Test the recovered asphalt residue in accordance with
19 AASHTO R 29 to determine the asphalt binder grade in
20 accordance with Section 9- 02.1(4).
21
22 d. After determining the recovered asphalt binder grade,
23 determine the percent of recycling agent and /or grade of
24 new asphalt binder in accordance with ASTM D 4887.
25
26 e. Test the final blend of recycling agent, binder recovered
27 from the RAP and RAS, and new asphalt binder in
28 accordance with AASHTO R 29. The final blended binder
29 shall meet but not exceed the performance grade of asphalt
30 binder required by the Contract and comply with the
31 requirements of Section 9- 02.1(4).
32
33 7. Include the following test data with the mix design submittal:
34
35 a. All test data from RAP and RAS stockpile construction.
36
37 b. All data from testing the recovered and blended asphalt
38 binder.
39
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
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.
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.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 b. For Low RAP /No RAS mix designs developed with RAP,
2 changes to the percentage of material from a stockpile will be
3 calculated based on the total aggregate weight including the
4 weight of RAP.
5
6 c. For High RAP /Any RAS mix designs, changes in the percentage
7 of material from a stockpile will be based on total aggregate
8 weight including the weight of RAP (and /or RAS when included
9 in the mixture).
10
11 Prior to making any change in the amount of RAS in an approved mix design,
12 notify the Engineer for determination of whether a new mix design is required,
13 and obtain the Engineer's approval prior to implementing such changes.
14
15 5- 04.2(2) Mix Design — Obtaining Project Approval
16 Use only mix designs listed on the Qualified Products List (QPL). Submit WSDOT
17 Form 350 -041 to the Engineer to request approval to use a mix design from the
18 QPL. Changes to the job mix formula (JMF) that have been approved on other
19 contracts may be included. The Engineer may reject a request to use a mix design
20 if production of HMA using that mix design on any contract is not in compliance with
21 Section 5- 04.3(11)D, E, F, and G for mixture or compaction.
22
23 5- 04.2(2)A Changes to the Job Mix Formula
24 The approved mix design obtained from the QPL will be considered the
25 starting job mix formula (JMF) and shall be used as the initial basis for
26 acceptance of HMA mixture, as detailed in Section 5- 04.3(9).
27
28 During production the Contractor may request to adjust the JMF. Any
29 adjustments to the JMF will require approval of the Engineer and shall be
30 made in accordance with item 2 of Section 9- 03.8(7). After approval by the
31 Engineer, such adjusted JMF's shall constitute the basis for acceptance of the
32 HMA mixture.
33
34 5- 04.2(2)B Using Warm Mix Asphalt Processes
35 The Contractor may, at the Contractor's discretion, elect to use warm mix
36 asphalt (WMA) processes for producing HMA. WMA processes include
37 organic additives, chemical additives, and foaming. The use of WMA is
38 subject to the following:
39
40 • Do not use WMA processes in the production of High RAP /Any RAS
41 mixtures.
42 • Before using WMA processes, obtain the Engineer's approval using
43 WSDOT Form 350 -076 to describe the proposed WMA process.
44
45 5 -04.3 Construction Requirements
46 5- 04.3(1) Weather Limitations
47 Do not place HMA for wearing course on any Traveled Way beginning October 1St
48 through March 31St of the following year, without written concurrence from the
49 Engineer.
50
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
2
3
4
5
6
7
8
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
5- 04.3(2) Paving Under Traffic
These requirements apply when the Roadway being paved is open to traffic.
9 In hot weather, the Engineer may require the application of water to the pavement
10 to accelerate the finish rolling of the pavement and to shorten the time required
11 before reopening to traffic.
12
13 During paving operations, maintain temporary pavement markings throughout the
14 project. Install temporary pavement markings on the Roadway prior to opening to
15 traffic. Temporary pavement markings shall comply with Section 8 -23.
16
17 5- 04.3(3) Equipment
18 5- 04.3(3)A Mixing Plant
19 Equip mixing plants as follows.
20
21 1. Use tanks for storage and preparation of asphalt binder which:
22
23 • Heat the contents by means that do not allow flame to contact
24 the contents or the tank, such as by steam or electricity.
25
26 • Heat and hold contents at the required temperatures.
27
28 • Continuously circulate contents to provide uniform temperature
29 and consistency during the operating period.
30
31 • Provide an asphalt binder sampling valve, in either the storage
32 tank or the supply line to the mixer.
33
34 2. Provide thermometric equipment:
35
36 In the asphalt binder feed line near the charging valve at the
37 mixer unit, capable of detecting temperature ranges expected in
38 the HMA and in a location convenient and safe for access by
39 Inspectors.
40
41 • At the discharge chute of the drier to automatically register or
42 indicate the temperature of the heated aggregates, and situated
43 in full view of the plant operator.
44
45 3. When heating asphalt binder:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
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
1
2 • Do not exceed the maximum temperature of the asphalt binder
3 recommended by the asphalt binder supplier.
4
5 • Avoid local variations in heating.
6
7 • Provide a continuous supply of asphalt binder to the mixer at a
8 uniform average temperature with no individual variations
9 exceeding 25°F.
10
11 4. Provide a mechanical sampler for sampling mineral materials
12 that:
13
14 • Meets the crushing or screening requirements of Section 1 -05.6.
15
16 5. Provide HMA sampling equipment that complies with WSDOT
17 T168.
18
19 • Use a mechanical sampling device installed between the
20 discharge of the silo and the truck transport, approved by the
21 Engineer, or
22
23 • Platforms or devices to enable sampling from the truck transport
24 without entering the truck transport for sampling HMA.
25
26 6. Provide for setup and operation of the Contracting Agency's
27 field testing:
28
29 • As required in Section 3- 01.2(2).
30
31 7. Provide screens or a lump breaker:
32
33 • When using any RAP or any RAS, to eliminate oversize RAP or
34 RAS particles from entering the pug mill or drum mixer.
35
36 5- 04.3(3)B Hauling Equipment
37 Provide HMA hauling equipment with tight, clean, smooth metal beds and a
38 cover of canvas or other suitable material of sufficient size to protect the HMA
39 from adverse weather. Securely attach the cover to protect the HMA whenever
40 the weather conditions during the work shift include, or are forecast to include,
41 precipitation or an air temperature less than 45 °F.
42
43 Prevent HMA from adhering to the hauling equipment. Spray metal beds with
44 an environmentally benign release agent. Drain excess release agent prior to
45 filling hauling equipment with HMA. Do not use petroleum derivatives or other
46 coating material that contaminate or alter the characteristics of the HMA. For
47 hopper trucks, operate the conveyer during the process of applying the release
48 agent.
49
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 5- 04.3(3)C Pavers
2 Use self- contained, power - propelled pavers provided with an internally heated
3 vibratory screed that is capable of spreading and finishing courses of HMA in
4 lane widths required by the paving section shown in the Plans.
5
6 When requested by the Engineer, provide written certification that the paver is
7 equipped with the most current equipment available from the manufacturer for
8 the prevention of segregation of the coarse aggregate particles. The
9 certification shall list the make, model, and year of the paver and any
10 equipment that has been retrofitted to the paver.
11
12 Operate the screed in accordance with the manufacturer's recommendations
13 and in a manner to produce a finished surface of the required evenness and
14 texture without tearing, shoving, segregating, or gouging the mixture. Provide
15 a copy of the manufacturer's recommendations upon request by the
16 Contracting Agency. Extensions to the screed will be allowed provided they
17 produce the same results, including ride, density, and surface texture as
18 obtained by the primary screed. In the Travelled Way do not use extensions
19 without both augers and an internally heated vibratory screed.
20
21 Equip the paver with automatic screed controls and sensors for either or both
22 sides of the paver. The controls shall be capable of sensing grade from an
23 outside reference line, sensing the transverse slope of the screed, and
24 providing automatic signals that operate the screed to maintain the desired
25 grade and transverse slope. Construct the sensor so it will operate from a
26 reference line or a mat referencing device. The transverse slope controller
27 shall be capable of maintaining the screed at the desired slope within plus or
28 minus 0.1 percent.
29
30 Equip the paver with automatic feeder controls, properly adjusted to maintain a
31 uniform depth of material ahead of the screed.
32
33 Manual operation of the screed is permitted in the construction of irregularly
34 shaped and minor areas. These areas include, but are not limited to, gore
35 areas, road approaches, tapers and left -turn channelizations.
36
37 When specified in the Contract, provide reference lines for vertical control.
38 Place reference lines on both outer edges of the Traveled Way of each
39 Roadway. Horizontal control utilizing the reference line is permitted.
40 Automatically control the grade and slope of intermediate lanes by means of
41 reference lines or a mat referencing device and a slope control device. When
42 the finish of the grade prepared for paving is superior to the established
43 tolerances and when, in the opinion of the Engineer, further improvement to
44 the line, grade, cross - section, and smoothness can best be achieved without
45 the use of the reference line, a mat referencing device may be substituted for
46 the reference line. Substitution of the device will be subject to the continued
47 approval of the Engineer. A joint matcher may be used subject to the approval
48 of the Engineer. The reference line may be removed after completion of the
49 first course of HMA when approved by the Engineer. Whenever the Engineer
50 determines that any of these methods are failing to provide the necessary
51 vertical control, the reference lines will be reinstalled by the Contractor.
52
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Furnish and install all pins, brackets, tensioning devices, wire, and accessories
2 necessary for satisfactory operation of the automatic control equipment.
3
4 If the paving machine in use is not providing the required finish, the Engineer
5 may suspend Work as allowed by Section 1 -08.6.
6
7 5- 04.3(3)D Material Transfer Device or Material Transfer Vehicle
8 Use a material transfer device (MTD) or material transfer vehicle (MTV) to
9 deliver the HMA from the hauling equipment to the paving machine for any lift
10 in (or partially in) the top 0.30 feet of the pavement section used in traffic
11 lanes. However, an MTD /V is not required for HMA placed in irregularly
12 shaped and minor areas such as tapers and turn lanes, or for HMA mixture
13 that is accepted by Visual Evaluation. At the Contractor's request the Engineer
14 may approve paving without an MTD /V; the Engineer will determine if an
15 equitable adjustment in cost or time is due. If a windrow elevator is used, the
16 Engineer may limit the length of the windrow in urban areas or through
17 intersections.
18
19 To be approved for use, an MTV:
20
21 1. Shall be a self - propelled vehicle, separate from the hauling vehicle or
22 paver.
23
24 2. Shall not connected to the hauling vehicle or paver.
25
26 3. May accept HMA directly from the haul vehicle or pick up HMA from a
27 windrow.
28
29 4. Shall mix the HMA after delivery by the hauling equipment and prior
30 to placement into the paving machine.
31
32 5. Shall mix the HMA sufficiently to obtain a uniform temperature
33 throughout the mixture.
34
35 To be approved for use, an MTD:
36
37 1. Shall be positively connected to the paver.
38
39 2. May accept HMA directly from the haul vehicle or pick up HMA from a
40 windrow.
41
42 3. Shall mix the HMA after delivery by the hauling equipment and prior
43 to placement into the paving machine.
44
45 4. Shall mix the HMA sufficiently to obtain a uniform temperature
46 throughout the mixture.
47
48 5- 04.3(3)E Rollers
49 Operate rollers in accordance with the manufacturer's recommendations.
50 When requested by the Engineer, provide a Type 1 Working Drawing of the
51 manufacturer's recommendation for the use of any roller planned for use on
52 the project. Do not use rollers that crush aggregate, produce pickup or
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 washboard, unevenly compact the surface, displace the mix, or produce other
2 undesirable results.
3
4 5- 04.3(4) Preparation of Existing Paved Surfaces
5 Before constructing HMA on an existing paved surface, the entire surface of the
6 pavement shall be clean. Entirely remove all fatty asphalt patches, grease
7 drippings, and other deleterious substances from the existing pavement to the
8 satisfaction of the Engineer. Thoroughly clean all pavements or bituminous
9 surfaces of dust, soil, pavement grindings, and other foreign matter. Thoroughly
10 remove any cleaning or solvent type liquids used to clean equipment spilled on the
11 pavement before paving proceeds. Fill all holes and small depressions with an
12 appropriate class of HMA. Level and thoroughly compact the surface of the patched
13 area.
14
15 Apply a uniform coat of asphalt (tack coat) to all paved surfaces on which any
16 course of HMA is to be placed or abutted. Apply tack coat to cover the cleaned
17 existing pavement with a thin film of residual asphalt free of streaks and bare spots.
18 Apply a heavy application of tack coat to all joints. For Roadways open to traffic,
19 limit the application of tack coat to surfaces that will be paved during the same
20 working shift. Equip the spreading equipment with a thermometer to indicate the
21 temperature of the tack coat material.
22
23 Do not operate equipment on tacked surfaces until the tack has broken and cured.
24 Repair tack coat damaged by the Contractor's operation, prior to placement of the
25 HMA.
26
27 Unless otherwise approved by the Engineer, use cationic emulsified asphalt CSS -1,
28 CSS -1 h, STE -1, or Performance Graded (PG) asphalt for tack coat. The CSS -1
29 and CSS -1 h may be diluted with water at a rate not to exceed one part water to one
30 part emulsified asphalt. Do not allow the tack coat material to exceed the maximum
31 temperature recommended by the asphalt supplier.
32
33 When shown in the Plans, prelevel uneven or broken surfaces over which HMA is
34 to be placed by using an asphalt paver, a motor patrol grader, or by hand raking, as
35 approved by the Engineer.
36
37 5- 04.3(4)A Crack Sealing
38 5- 04.3(4)A1 General
39 When the Proposal includes a pay item for crack sealing, seal all cracks 1/4
40 inch in width and greater.
41
42 Cleaning: Ensure that cracks are thoroughly clean, dry and free of all
43 loose and foreign material when filling with crack sealant material. Use a
44 hot compressed air lance to dry and warm the pavement surfaces within
45 the crack immediately prior to filling a crack with the sealant material. Do
46 not overheat pavement. Do not use direct flame dryers. Routing cracks is
47 not required.
48
49 Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly
50 mix the components and pour the mixture into the cracks until full. Add
51 additional CSS -1 cationic emulsified asphalt to the sand slurry as needed
52 for workability to ensure the mixture will completely fill the crack. Strike off
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 the sand slurry flush with the existing pavement surface and allow the
2 mixture to cure. Top off cracks that were not completely filled with
3 additional sand slurry. Do not place the HMA overlay until the slurry has
4 fully cured.
5
6 Hot Poured Sealant: For cracks that are to be filled with hot poured
7 sealant, apply the material in accordance with these requirements and the
8 manufacturer's recommendations. Furnish a Type 1 Working Drawing of
9 the manufacturer's product information and recommendations to the
10 Engineer prior to the start of work, including the manufacturer's
11 recommended heating time and temperatures, allowable storage time and
12 temperatures after initial heating, allowable reheating criteria, and
13 application temperature range. Confine hot poured sealant material within
14 the crack. Clean any overflow of sealant from the pavement surface. If, in
15 the opinion of the Engineer, the Contractor's method of sealing the cracks
16 with hot poured sealant results in an excessive amount of material on the
17 pavement surface, stop and correct the operation to eliminate the excess
18 material.
19
20 5- 04.3(4)A2 Crack Sealing Areas Prior to Paving
21 In areas where HMA will be placed, use sand slurry to fill the cracks.
22
23 5- 04.3(4)A3 Crack Sealing Areas Not to be Paved
24 In areas where HMA will not be placed, fill the cracks as follows:
25
26 1. Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant.
27
28 2. Cracks greater than 1 inch in width — fill with sand slurry.
29
30 5- 04.3(4)B Soil Residual Herbicide
31 Where shown in the Plans, apply one application of an approved soil residual
32 herbicide. Comply with Section 8- 02.3(3)B. Complete paving within 48 hours of
33 applying the herbicide.
34
35 Use herbicide registered with the Washington State Department of Agriculture
36 for use under pavement. Before use, obtain the Engineer's approval of the
37 herbicide and the proposed rate of application. Include the following
38 information in the request for approval of the material:
39
40 1. Brand Name of the Material,
41
42 2. Manufacturer,
43
44 3. Environmental Protection Agency (EPA) Registration Number,
45
46 4. Material Safety Data Sheet, and
47
48 5. Proposed Rate of Application.
49
50 5- 04.3(4)C Pavement Repair
51 Excavate pavement repair areas and backfill these with HMA in accordance
52 with the details shown in the Plans and as staked. Conduct the excavation
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
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.
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- 04.3(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.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Anti -strip is not required for temporary work that will be removed prior to
2 Physical Completion.
3
4 Use asphalt binder of the grade, and from the supplier, in the approved mix
5 design.
6
7 Prior to introducing reclaimed materials into the asphalt plant, remove wire,
8 nails, and other foreign material. Discontinue use of the reclaimed material if
9 the Engineer, in their sole discretion, determines the wire, nails, or other
10 foreign material to be excessive.
11
12 Size RAP and RAS prior to entering the mixer to provide uniform and
13 thoroughly mixed HMA. If there is evidence of the RAP or RAS not breaking
14 down during the heating and mixing of the HMA, immediately suspend the use
15 of the RAP or RAS until changes have been approved by the Engineer.
16
17 After the required amount of mineral materials, RAP, RAS, new asphalt binder
18 and recycling agent have been introduced into the mixer, mix the HMA until
19 complete and uniform coating of the particles and thorough distribution of the
20 asphalt binder throughout the mineral materials, RAP and RAS is ensured.
21
22 Upon discharge from the mixer, ensure that the temperature of the HMA does
23 not exceed the optimum mixing temperature shown on the approved Mix
24 Design Report by more than 25 °F, or as approved by the Engineer. When a
25 WMA additive is included in the manufacture of HMA, do not heat the WMA
26 additive (at any stage of production including in binder storage tanks) to a
27 temperature higher than the maximum recommended by the manufacturer of
28 the WMA additive.
29
30 A maximum water content of 2 percent in the mix, at discharge, will be allowed
31 providing the water causes no problems with handling, stripping, or flushing. If
32 the water in the HMA causes any of these problems, reduce the moisture
33 content.
34
35 During the daily operation, HMA may be temporarily held in approved storage
36 facilities. Do not incorporate HMA into the Work that has been held for more
37 than 24 hours after mixing. Provide an easily readable, low bin -level indicator
38 on the storage facility that indicates the amount of material in storage. Waste
39 the HMA in storage when the top level of HMA drops below the top of the cone
40 of the storage facility, except as the storage facility is being emptied at the end
41 of the working shift. Dispose of rejected or waste HMA at no expense to the
42 Contracting Agency.
43
44
45
46
47
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
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
3/a and 1/2 inch
0.30 feet
0.35 feet
% 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.
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
two methods as determined from the criteria in Table 7.
Table 7
Basis of Acceptance for HMA Mixture
Visual Evaluation
Statistical Evaluation
Criteria
for
Selecting
the
•
•
Commercial HMA
placed at any
location
Any HMA placed in:
o sidewalks
• All HMA mixture
other than that
accepted by Visual
Evaluation
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
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
1
2
3
4
5
Evaluation
o road approaches
Low RAP /No
RAS
Method
Mandatory'
o ditches
o slopes
o paths
o trails
o gores
o prelevel
o temporary
pavement'
o pavement repair
Waiting period after
paving the test
section.
4 calendar days2
•
Other nonstructural
applications of HMA
as approved by the
Meet "Results
Required to Stop
Performing Test
Sections" in Table 9
Provide samples
and respond to
WSDOT test
results required by
Engineer
'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.
6 The purpose of a test section is to determine whether or not the
7 Contractor's mix design and production processes will produce HMA
8 meeting the Contract requirements related to mixture. Construct HMA
9 mixture test sections at the beginning of paving, using at least 600 tons
10 and a maximum of 1,000 tons or as specified by the Engineer. Each test
11 section shall be constructed in one continuous operation.
12
13
14
15
16
17
18
19
20
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 Mixture Test
Sections
(For HMA Mixture Accepted by Statistical Evaluation)
High RAP /Any RAS
Low RAP /No
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
Provide samples
and respond to
WSDOT test
results required by
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
' If 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.
Table 9
Results Required to Stop Performing HMA Mixture Test
Sections'
(For HMA Mixture Accepted by Statistical Evaluation)
for High RAP /Any
Table 9 for Low
High RAP /Any RAS
RAS.
RAP /No RAS.
' If 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.
Table 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-
04.3(9)B42
None4
Asphalt Binder
Minimum PF; of 0.95
based on the criteria
in Section 5-
04.3(9)B42
None4
Va
Minimum PF; of 0.95
based on the criteria
in Section 5-
04.3(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.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
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
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
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
Table 9a using the data generated from the testing required by Table
9. Each test section shall be considered a separate lot.
Table 9a
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
'Failure 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- 04.3(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 lots, 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.
20 Each mixture lot comprises a maximum of 15 mixture sublots, except:
21
22 • The final mixture lot of each mix design on the Contract will
23 comprise a maximum of 25 sublots.
24 • A mixture lot for a test section will consist of three sublots.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
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
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
1"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.
25 5- 04.3(9)B2 Mixture Statistical Evaluation — Sampling
26 Comply with Section 1- 06.2(1).
27
28 Samples of HMA mixture which is accepted by Statistical Evaluation
29 will be randomly selected from within each sublot, with one sample
30 per sublot. The Engineer will determine the random sample location
31 using WSDOT Test Method T 716. The Contractor shall obtain the
32 sample when ordered by the Engineer. The Contractor shall sample
33 the HMA mixture in the presence of the Engineer and in accordance
34 with FOP for WAQTC T 168.
35
36 5- 04.3(9)B3 Mixture Statistical Evaluation — Acceptance Testing
37 Comply with Section 1- 06.2(1).
38
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
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
2
3
4
5
6
7
8
9
10
11
12
13
14 The Contracting Agency will determine a pay factor (PF;) for each of
15 the properties in Table 11, for each mixture lot, using the quality level
16 analysis in Section 1- 06.2(2)D. For Gradation, a pay factor will be
17 calculated for each of the sieve sizes listed in Table 11 which is equal
18 to or smaller than the maximum allowable aggregate size (100
19 percent passing sieve) of the HMA mixture. The USL and LSL shall
20 be calculated using the Job Mix Formula Tolerances (for Statistical
21 Evaluation) in Section 9- 03.8(7).
22
23 If a constituent is not measured in accordance with these
24 Specifications, its individual pay factor will be considered 1.00 in
25 calculating the Composite Pay Factor (CPF).
26
27 5- 04.3(9)B5 Mixture Statistical Evaluation — Composite Pay
28 Factors (CPF)
29 Comply with Section 1- 06.2(2).
30
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
Gradation: Percent Passing
11/2', 1" 3/4', 1', % ", No. 4,
No. 8, No. 200
FOP for
WAQTC
T 27/T 11
Engineer
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).
31
32
33
34
35
36
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 ", 1/2',
%" and No.4 sieves
2
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
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
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
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
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
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
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.
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.
22 The Contracting Agency will endeavor to provide written notification (via
23 email to the Contractor's designee) of acceptance test results through its
24 web -based materials testing system Statistical Analysis of Materials
25 (SAM) within 24 hours of the sample being made available to the
26 Contracting Agency. However, the Contractor agrees:
27
28 1. Quality control, defined as the system used by the Contractor to
29 monitor, assess, and adjust its production processes to ensure
30 that the final HMA mixture will meet the specified level of quality,
31 is the sole responsibility of the Contractor.
32
33 2. The Contractor has no right to rely on any testing performed by
34 the Contracting Agency, nor does the Contractor have any right
35 to rely on timely notification by the Contracting Agency of the
36 Contracting Agency's test results (or statistical analysis thereof),
37 for any part of quality control and /or for making changes or
38 correction to any aspect of the HMA mixture.
39
40 3. The Contractor shall make no claim for untimely notification by
41 the Contracting Agency of the Contracting Agency's test results
42 or statistical analysis.
43
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
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:
Table 14
Criteria for Determining Method of Evaluation for HMA Compaction'
Statistical Evaluation
of HMA Compaction is
Required For:
Visual Evaluation of
HMA Compaction is
Required For:
Test Point
Evaluation of HMA
Compaction is
Required For:
• Any HMA for which
the specified course
thickness is greater
than 0.10 feet, and
the HMA is in:
o traffic lanes,
including but not
limited to:
• ramp lanes
• truck climbing
lanes
• weaving
lanes
• speed change
lanes
• "HMA for
Preleveling..."
• "HMA for
Pavement
Repair..."
•
Any HMA not
meeting the
criteria for
Statistical
Evaluation or
Visual Evaluation
'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.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
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 The type of rollers to be used and their relative position in the compaction
2 sequence shall generally be the Contractor's option, provided the
3 specified densities are attained. An exception shall be that pneumatic tired
4 rollers shall be used for compaction of the wearing course beginning
5 October 1St of any year through March 31St of the following year. Coverage
6 with a steel wheel roller may precede pneumatic tired rolling. Unless
7 otherwise approved by the Engineer, operate rollers in the static mode
8 when the internal temperature of the mix is less than 175 °F. Regardless of
9 mix temperature, do not operate a roller in a mode that results in checking
10 or cracking of the mat.
11
12 On bridge decks and on the five feet of roadway approach immediately
13 adjacent to the end of bridge /back of pavement seat, operate rollers in
14 static mode only.
15
16 5- 04.3(10)B HMA Compaction — Cyclic Density
17 Low cyclic density areas are defined as spots or streaks in the pavement
18 that are less than 90 percent of the theoretical maximum density. At the
19 Engineer's discretion, the Engineer may evaluate the HMA pavement for
20 low cyclic density, and when doing so will follow WSDOT SOP 733. A
21 $500 Cyclic Density Price Adjustment will be assessed for any 500 -foot
22 section with two or more density readings below 90 percent of the
23 theoretical maximum density.
24
25 5- 04.3(10)C HMA Compaction Acceptance — Statistical Evaluation
26 HMA compaction which is accepted by Statistical Evaluation will be based
27 on acceptance testing performed by the Contracting Agency, and
28 statistical analysis of those acceptance tests results. This will result in a
29 Compaction Price Adjustment.
30
31 5- 04.3(10)C1 HMA Compaction Statistical Evaluation — Lots and
32 Sublots
33 HMA compaction which is accepted by Statistical Evaluation will be
34 evaluated by the Contracting Agency dividing the project into
35 compaction lots, and each compaction lot will be evaluated using
36 stratified random sampling by the Contracting Agency sub - dividing
37 each compaction lot into compaction sublots. All mixture in any
38 individual compaction lot shall be of the same mix design. The
39 compaction sublots will be numbered in the order in which the mixture
40 (of a particular mix design) is paved.
41
42 Each compaction lot comprises a maximum of 15 compaction sublots,
43 except for the final compaction lot of each mix design on the Contract,
44 which comprises a maximum of 25 sublots.
45
46 Each compaction sublot shall be uniform in size as shown in Table
47 15, except that the last compaction sublot of each day may be
48 increased to a maximum of two times the compaction sublot quantity
49 calculated. Minor variations in the size of any sublot shall not be
50 cause to invalidate the associated test result.
51
Table 15
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
2
3
4
5 For a compaction lot in progress with a compaction CPF
6 less than 0.75, a new compaction lot will begin at the
7 Contractor's request after the Engineer is satisfied that
8 material conforming to the Specifications can be produced.
9 See also Section 5- 04.3(11)F.
10
11 All HMA which is paved on a bridge and accepted for compaction by
12 Statistical Evaluation will compose a bridge compaction lot. If the
13 contract includes such HMA on more than one bridge, compaction will
14 be evaluated on each bridge individually, as separate bridge
15 compaction Tots.
16
17 Bridge compaction sublots will be determined by the Engineer subject
18 to the following:
19
20 • All sublots on a given bridge will be approximately the same
21 size.
22
23 • Sublots will be stratified from the lot.
24
25 • In no case will there be less than 3 sublots in each bridge
26 compaction lot.
27
28 • No sublot will exceed 50 tons.
29
30 • Compaction test locations will be determined by the
31 Engineer in accordance with WSDOT FOP for AASHTO
32 T716.
33
34 5- 04.3(10)C2 HMA Compaction Statistical Evaluation —
35 Acceptance Testing
36 Comply with Section 1- 06.2(1).
37
38 The location of HMA compaction acceptance tests will be randomly
39 selected by the Contracting Agency from within each sublot, with one
40 test per sublot. The Contracting Agency will determine the random
41 sample location using WSDOT Test Method T 716.
42
43 Use Table 16 to determine compaction acceptance test procedures
44 and to allocate compaction acceptance sampling and testing
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
1 In determining the plan quantity tonnage, do not include any
tons accepted by test point evaluation.
The following will cause one compaction lot to end prematurely and a
new compaction lot to begin:
1
1
1
1
1
1
1
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
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
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 "
Basis for Test:
Cores
Cores'
Nuclear
Density
Gauge3
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
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
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
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
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.
1
2 When using the nuclear density gauge for acceptance testing of
3 pavement density, the Engineer will follow WSDOT SOP 730 for
4 correlating the nuclear gauge with HMA cores. When cores are
5 required for the correlation, coring and testing will be by the
6 Contracting Agency. When a core is taken for gauge correlation at the
7 location of a sublot, the relative density of the core will be used for the
8 sublot test result and is exempt from retesting.
9
10 5- 04.3(10)C3 HMA Statistical Compaction — Price Adjustments
11 For each HMA compaction lot (that is accepted by Statistical
12 Evaluation) which has less than three compaction sublots, for which
13 all compaction sublots attain a minimum of 91 percent compaction
14 determined in accordance with WSDOT FOP for AASHTO T 355 (or
15 WSDOT SOP 736 when provided by the Contract), the HMA will be
16 accepted at the unit Contract price with no further evaluation.
17
18 For each HMA compaction lot (that is accepted by Statistical
19 Evaluation) which does not meet the criteria in the preceding
20 paragraph, the compaction lot shall be evaluated in accordance with
21 Section 1- 06.2(2) to determine the appropriate Compaction Price
22 Adjustment (CPA). All of the test results obtained from the
23 acceptance samples from a given compaction lot shall be evaluated
24 collectively. Additional testing by either a nuclear density gauge or
25 cores will be completed as required to provide a minimum of three
26 tests for evaluation.
27
28 For the statistical analysis in Section 1 -06.2, use the following values:
29
30 x = Percent compaction of each sublot
31 USL = 100
32 LSL= 91
33
34 Each CPA will be determined as follows:
35
36 CPA = [0.40 x (CPF — 1.00)] x Q x UP
37
38 Where
39
40 CPA = Compaction Price Adjustment for the compaction lot
41 ($)
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 CPF = Composite Pay Factor for the compaction lot
2 (maximum is 1.05)
3 Q = Quantity in the compaction lot (tons)
4 UP = Unit price of the HMA in the compaction lot ($ /ton)
5
6 5- 04.3(10)C4 HMA Statistical Compaction — Requests for
7 Retesting
8 For a compaction sublot that has been tested with a nuclear density
9 gauge that did not meet the minimum of 91 percent of the theoretical
10 maximum density in a compaction lot with a CPF below 1.00 and thus
11 subject to a price reduction or rejection, the Contractor may request
12 that a core, taken at the same location as the nuclear density test, be
13 used for determination of the relative density of the compaction
14 sublot. The relative density of the core will replace the relative density
15 determined by the nuclear density gauge for the compaction sublot
16 and will be used for calculation of the CPF and acceptance of HMA
17 compaction lot. When cores are taken by the Contracting Agency at
18 the request of the Contractor, they shall be requested by noon of the
19 next workday after the test results for the compaction sublot have
20 been provided or made available to the Contractor. Traffic control
21 shall be provided by the Contractor as requested by the Engineer.
22 Failure by the Contractor to provide the requested traffic control will
23 result in forfeiture of the request for retesting. When the CPF for the
24 compaction lot based on the results of the cores is less than 1.00, the
25 Contracting Agency will deduct the cost for the coring from any
26 monies due or that may become due the Contractor under the
27 Contract at the rate of $200 per core and the Contractor shall pay for
28 the cost of the traffic control.
29
30 5- 04.3(10)D HMA Compaction — Visual Evaluation
31 Visual Evaluation will be the basis of acceptance for compaction of the Bid
32 items "HMA for Pavement Repair Cl. PG "and "HMA for
33 Prelevelling Class PG ". This HMA shall be thoroughly compacted
34 to the satisfaction of the Engineer. HMA that is used to prelevel wheel
35 ruts shall be compacted with a pneumatic tire roller.
36
37 5- 04.3(10)E HMA Compaction — Test Point Evaluation
38 When compaction acceptance is by Test Point Evaluation, compact HMA
39 based on a test point evaluation of the compaction train. Perform the test
40 point evaluation in accordance with instructions from the Engineer. The
41 number of passes with an approved compaction train, required to attain
42 the maximum test point density, shall be used on all subsequent paving.
43
44 5- 04.3(10)F HMA Compaction Acceptance — Notification of
45 Acceptance Test Results
46 The obligations and responsibilities for notifying the Contractor of
47 compaction acceptance test results are the same as for mixture
48 acceptance test results. See Section 5- 04.3(9)E.
49
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 5- 04.3(11) Reject Work
2 This Section applies to HMA and all requirements related to HMA (except
3 aggregates prior to being incorporated into HMA). For rejection of aggregate
4 prior to its incorporation into HMA refer to Section 3 -04.
5
6 5- 04.3(11)A Reject Work — General
7 Work that is defective or does not conform to Contract requirements shall
8 be rejected. The Contractor may propose, in writing, alternatives to
9 removal and replacement of rejected material. Acceptability of such
10 alternative proposals will be determined at the sole discretion of the
11 Engineer.
12
13 5- 04.3(11)B Rejection by Contractor
14 The Contractor may, prior to acceptance sampling and testing, elect to
15 remove any defective material and replace it with new material. Any such
16 new material will be sampled, tested, and evaluated for acceptance.
17
18 5- 04.3(11)C Rejection Without Testing (Mixture or Compaction)
19 The Engineer may, without sampling, reject any batch, Toad, or section of
20 Roadway that appears defective. Material rejected before placement shall
21 not be incorporated into the pavement.
22
23 No payment will be made for the rejected materials or the removal of the
24 materials unless the Contractor requests the rejected material to be
25 tested. If the Contractor requests testing, acceptance will be by Statistical
26 Evaluation, and a minimum of three samples will be obtained and tested.
27 When uncompacted material is required for testing but not available, the
28 Engineer will determine random sample locations on the roadway in
29 accordance with WSDOT Test Method T 716, take cores in accordance
30 with WSDOT SOP 734, and test the cores in accordance with WSDOT
31 SOP 737.
32
33 If the CPF for the rejected material is less than 0.75, no payment will be
34 made for the rejected material; in addition, the cost of sampling and
35 testing shall be borne by the Contractor. If the CPF is greater than or
36 equal to 0.75, the cost of sampling and testing will be borne by the
37 Contracting Agency. If the material is rejected before placement and the
38 CPF is greater than or equal to 0.75, compensation for the rejected
39 material will be at a CPF of 0.75. If rejection occurs after placement and
40 the CPF is greater than or equal to 0.75, compensation for the rejected
41 material will be at the calculated CPF with an addition of 25 percent of the
42 unit Contract price added for the cost of removal and disposal.
43
44 5- 04.3(11)D Rejection — A Partial Sublot (Mixture or Compaction)
45 In addition to the random acceptance sampling and testing, the Engineer
46 may also isolate from a mixture or compaction sublot any material that is
47 suspected of being defective in relative density, gradation or asphalt
48 binder content. Such isolated material will not include an original sample
49 location. The Contracting Agency will obtain a minimum of three random
50 samples of the suspect material and perform the testing. When
51 uncompacted material is required for testing but is not available, the
52 Engineer will select random sample locations on the roadway in
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 accordance with WSDOT Test Method T 716, take cores samples in
2 accordance with WSDOT SOP 734, and test the material in accordance
3 with WSDOT SOP 737. The material will then be statistically evaluated as
4 an independent lot in accordance with Section 1- 06.2(2).
5
6 5- 04.3(11)E Rejection — An Entire Sublot (Mixture or Compaction)
7 An entire mixture or compaction sublot that is suspected of being defective
8 may be rejected. When this occurs, a minimum of two additional random
9 samples from this sublot will be obtained. When uncompacted material is
10 required for the additional samples but the material has been compacted,
11 the Contracting Agency will take and test cores from the roadway as
12 described in Section 5- 04.3(11)D. The additional samples and the original
13 sublot will be evaluated as an independent lot in accordance with Section
14 1- 06.2(2).
15
16 5- 04.3(11)F Rejection - A Lot in Progress (Mixture or Compaction)
17 The Contractor shall shut down operations and shall not resume HMA
18 placement until such time as the Engineer is satisfied that material
19 conforming to the Specifications can be produced when:
20
21 1. the Composite Pay Factor (CPF) of a mixture or compaction lot
22 in progress drops below 1.00 and the Contractor is taking no
23 corrective action, or
24
25 2. the Pay Factor (PF;) for any constituent of a mixture or
26 compaction lot in progress drops below 0.95 and the Contractor
27 is taking no corrective action, or
28
29 3. either the PF; for any constituent (or the CPF) of a mixture or
30 compaction lot in progress is less than 0.75.
31
32 5- 04.3(11)G Rejection — An Entire Lot (Mixture or Compaction)
33 An entire lot with a CPF of Tess than 0.75 will be rejected.
34
35 5- 04.3(12) Joints
36 5- 04.3(12)A HMA Joints
37 5- 04.3(12)A1 Transverse Joints
38 Conduct operations such that placement of the top or wearing course
39 is a continuous operation or as close to continuous as possible.
40 Unscheduled transverse joints will be allowed, but the roller may pass
41 over the unprotected end of the freshly laid HMA only when the
42 placement of the course is discontinued for such a length of time that
43 the HMA will cool below compaction temperature. When the Work is
44 resumed, cut back the previously compacted HMA to produce a
45 slightly beveled edge for the full thickness of the course.
46
47 Construct a temporary wedge of HMA on a 50H:1V where a
48 transverse joint as a result of paving or planing is open to traffic.
49 Separate the HMA in the temporary wedge from the permanent HMA
50 upon which it is placed by strips of heavy wrapping paper or other
51 methods approved by the Engineer. Remove the wrapping paper and
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 trim the joint to a slightly beveled edge for the full thickness of the
2 course prior to resumption of paving.
3
4 Waste the material that is cut away and place new HMA against the
5 cut. Use rollers or tamping irons to seal the joint.
6
7 5- 04.3(12)A2 Longitudinal Joints
8 Offset the longitudinal joint in any one course from the course
9 immediately below by not more than 6 inches nor less than 2 inches.
10 Locate all longitudinal joints constructed in the wearing course at a
11 lane line or an edge line of the Traveled Way. Construct a notched
12 wedge joint along all longitudinal joints in the wearing surface of new
13 HMA unless otherwise approved by the Engineer. The notched
14 wedge joint shall have a vertical edge of not less than the maximum
15 aggregate size nor more than 1/2 of the compacted lift thickness, and
16 then taper down on a slope not steeper than 4H:1 V. Uniformly
17 compact the sloped portion of the HMA notched wedge joint.
18
19 On one -lane ramps a longitudinal joint may be constructed at the
20 center of the traffic lane, subject to approval by the Engineer, if:
21
22 1. The ramp must remain open to traffic, or
23
24 2. The ramp is closed to traffic and a hot -lap joint is
25 constructed.
26
27 a. Two paving machines shall be used to construct the
28 hot -lap joint.
29
30 b. The pavement within 6 inches of the hot -lap joint will not
31 be excluded from random location selection for
32 compaction testing.
33
34 c. Construction equipment other than rollers shall not
35 operate on any uncompacted HMA.
36
37 When HMA is placed adjacent to cement concrete pavement,
38 construct longitudinal joints between the HMA and the cement
39 concrete pavement. Saw the joint to the dimensions shown on
40 Standard Plan A -40.10 and fill with joint sealant meeting the
41 requirements of Section 9 -04.2.
42
43 5- 04.3(12)B Bridge Paving Joint Seals
44 5- 04.3(12)B1 HMA Sawcut and Seal
45 Prior to placing HMA on the bridge deck, establish sawcut alignment
46 points at both ends of the bridge paving joint sealsto be placed at the
47 bridge ends, and at interior joints within the bridge deck when and
48 where shown in the Plans. Establish the sawcut alignment points in a
49 manner that they remain functional for use in aligning the sawcut after
50 placing the HMA overlay.
51
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Submit a Type 1 Working Drawing consisting of the sealant
2 manufacturer's application procedure.
3
4 Construct the bridge paving joint seal as specified in the Plans and in
5 accordance with the detail shown in the Standard Plans. Construct
6 the sawcut in accordance with Section 5- 05.3(8). Apply the sealant in
7 accordance with Section 5- 05.3(8)B and the manufacturer's
8 application procedure.
9
10 5- 04.3(12)B2 Paved Panel Joint Seal
11 Construct the paved panel joint seal in accordance with the
12 requirements specified in Section 5- 04.3(12)B1 and the following
13 requirement:
14
15 1. Clean and seal the existing joint between concrete panels in
16 accordance with Section 5- 01.3(8) and the details shown in
17 the Standard Plans.
18
19 5- 04.3(13) Surface Smoothness
20 The completed surface of all courses shall be of uniform texture, smooth,
21 uniform as to crown and grade, and free from defects of all kinds. The
22 completed surface of the wearing course shall not vary more than % inch from
23 the lower edge of a 10 -foot straightedge placed on the surface parallel to the
24 centerline. The transverse slope of the completed surface of the wearing
25 course shall vary not more than 1/4 inch in 10 feet from the rate of transverse
26 slope shown in the Plans.
27
28 When deviations in excess of the above tolerances are found that result from
29 a high place in the HMA, correct the pavement surface by one of the
30 following methods:
31
32 1. Remove material from high places by grinding with an approved
33 grinding machine, or
34
35 2. Remove and replace the wearing course of HMA, or
36
37 3. By other method approved by the Engineer.
38
39 Correct defects until there are no deviations anywhere greater than the
40 allowable tolerances.
41
42 Deviations in excess of the above tolerances that result from a low place in the
43 HMA and deviations resulting from a high place where corrective action, in the
44 opinion of the Engineer, will not produce satisfactory results will be accepted
45 with a price adjustment. The Engineer shall deduct from monies due or that
46 may become due to the Contractor the sum of $500.00 for each and every
47 section of single traffic lane 100 feet in length in which any excessive
48 deviations described above are found.
49
50 When portland cement concrete pavement is to be placed on HMA, the
51 surface tolerance of the HMA shall be such that no surface elevation lies
52 above the Plan grade minus the specified Plan depth of portland cement
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 concrete pavement. Prior to placing the portland cement concrete pavement,
2 bring any such irregularities to the required tolerance by grinding or other
3 means approved by the Engineer.
4
5 When utility appurtenances such as manhole covers and valve boxes are
6 located in the Traveled Way, pave the Roadway before the utility
7 appurtenances are adjusted to the finished grade.
8
9 5- 04.3(14) Planing Bituminous Pavement
10 Plane in such a manner that the underlying pavement is not torn, broken, or
11 otherwise damaged by the planing operation. Delamination or raveling of the
12 underlying pavement will not be construed as damage due to the Contractor's
13 operations. Pavement outside the limits shown in the Plans or designated by
14 the Engineer that is damaged by the Contractor's operations shall be repaired
15 to the satisfaction of the Engineer at no additional cost to the Contracting
16 Agency.
17
18 For mainline planing operations, use equipment with automatic controls and
19 with sensors for either or both sides of the equipment. The controls shall be
20 capable of sensing the grade from an outside reference line, or a mat -
21 referencing device. The automatic controls shall have a transverse slope
22 controller capable of maintaining the mandrel at the desired transverse slope
23 (expressed as a percentage) within plus or minus 0.1 percent.
24
25 Remove all loose debris from the planed surface before opening the planed
26 surface to traffic. The planings and other debris resulting from the planing
27 operation shall become the property of the Contractor and be disposed of in
28 accordance with Section 2- 03.3(7)C, or as otherwise allowed by the Contract.
29
30 5- 04.3(15) Sealing Pavement Surfaces
31 Apply a fog seal where shown in the Plans. Construct the fog seal in
32 accordance with Section 5 -02.3. Unless otherwise approved by the Engineer,
33 apply the fog seal prior to opening to traffic.
34
35 5- 04.3(16) HMA Road Approaches
36 Construct HMA approaches at the locations shown in the Plans or where
37 staked by the Engineer, in accordance with Section 5 -04.
38
39 5 -04.4 Measurement
40 HMA Cl. PG , HMA for Cl. PG , and Commercial HMA will
41 be measured by the ton in accordance with Section 1 -09.2, with no deduction being
42 made for the weight of asphalt binder, mineral filler, or any other component of the HMA.
43 If the Contractor elects to remove and replace HMA as allowed by Section 5- 04.3(11),
44 the material removed will not be measured.
45
46 Roadway cores will be measured per each for the number of cores taken.
47
48 Crack Sealing -LF will be measured by the linear foot along the line of the crack.
49
50 Soil residual herbicide will be measured by the mile for the stated width to the nearest
51 0.01 mile or by the square yard, whichever is designated in the Proposal.
52
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Pavement repair excavation will be measured by the square yard of surface marked
2 prior to excavation.
3
4 Asphalt for fog seal will be measured by the ton, as provided in Section 5 -02.4.
5
6 Longitudinal joint seals between the HMA and cement concrete pavement will be
7 measured by the linear foot along the line and slope of the completed joint seal.
8
9 HMA sawcut and seal, and paved panel joint seal, will be measured by the linear foot
10 along the line and slope of the completed joint seal.
11
12 Planing bituminous pavement will be measured by the square yard.
13
14 Temporary pavement marking will be measured by the linear foot as provided in Section
15 8 -23.4.
16
17 Water will be measured by the M gallon as provided in Section 2 -07.4.
18
19 5 -04.5 Payment
20 Payment will be made for each of the following Bid items that are included in the
21 Proposal:
22
23 "HMA Cl. PG ", per ton.
24 "HMA for Approach Cl. PG ", per ton.
25 "HMA for Preleveling Cl. PG ", per ton.
26 "HMA for Pavement Repair Cl. PG ", per ton.
27 "Commercial HMA ", per ton.
28 The unit Contract price per ton for "HMA Cl. PG ", "HMA for Approach Cl.
29 PG ", "HMA for Preleveling Cl. PG ", "HMA for Pavement Repair Cl.
30 PG ", and "Commercial HMA" shall be full compensation for all costs,
31 including anti - stripping additive, incurred to carry out the requirements of Section 5-
32 04 except for those costs included in other items which are included in this
33 Subsection and which are included in the Proposal.
34
35 "Crack Sealing -FA ", by force account.
36 "Crack Sealing -FA" will be paid for by force account as specified in Section 1 -09.6.
37 For the purpose of providing a common Proposal for all Bidders, the Contracting
38 Agency has entered an amount in the Proposal to become a part of the total Bid by
39 the Contractor.
40
41 "Crack Sealing -LF ", per linear foot.
42 The unit Contract price per linear foot for "Crack Sealing -LF" shall be full payment
43 for all costs incurred to perform the Work described in Section 5- 04.3(4)A.
44
45 "Soil Residual Herbicide ft. Wide ", per mile, or
46 "Soil Residual Herbicide ", per square yard.
47 The unit Contract price per mile or per square yard for "Soil Residual Herbicide"
48 shall be full payment for all costs incurred to obtain, provide and install herbicide in
49 accordance with Section 5- 04.3(4)B.
50
51 "Pavement Repair Excavation Incl. Haul ", per square yard.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
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)0 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- 04.3(12)B.
"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.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 "Cyclic Density Price Adjustment ", by calculation.
3 "Cyclic Density Price Adjustment" will be calculated and paid for as described in
4 Section 5- 04.3(10)B.
5
6 5- 05.AP5
7 Section 5 -05, Cement Concrete Pavement
8 January 3, 2017
9 5- 05.3(1) Concrete Mix Design for Paving
10 In last sentence of the second paragraph of item number 1, the reference to "Section 9-
11 01.2(4)" is revised to read "Section 9- 01.2(1)B ".
12
13 The following is inserted after item number 2:
14
15
16
17
18
19
20
21 Item number 3 is renumbered to 4 and revised (up until the table) to read:
22
23
24
25
26
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.
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%
27
28 5- 05.3(3)B Mixing Equipment
29 The last sentence of item number 4 is revised to read:
30
31 Plant -mixed concrete may be transported in nonagitated vehicles provided that the
32 concrete is in a workable condition when placed and:
33
34 a. discharge is completed within 45 minutes after the introduction of mixing water
35 to the cement and aggregates, or
36
37 b. discharge is completed within 60 minutes after the introduction of mixing water
38 to the cement and aggregates, provided the concrete mix temperature is 70 °F
39 or below during placement, or
40
41 c. discharge is completed within 60 minutes after the introduction of mixing water
42 to the cement and aggregates, provided the mix contains an approved set
43 retarder at the manufacturer's minimum dosage rate.
44
45 5- 05.3(6) Subgrade
46 This section, including title, is revised to read:
47
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 5- 05.3(6) Surface Preparation
2 The Subgrade surface shall be prepared and compacted a minimum of 3 feet beyond
3 each edge of the area which is to receive concrete pavement in order to accommodate
4 the slip -form equipment.
5
6 Concrete shall not be placed during a heavy rainfall. Prior to placing concrete:
7
8 1. The surface shall be moist;
9
10 2. Excess water (e.g., standing, pooling or flowing) shall be removed from the
11 surface.
12
13 3. The surface shall be clean and free of any deleterious materials.
14
15 4. The surface temperature shall not exceed 120 °F or be frozen.
16
17 5- 05.3(7)A Slip -Form Construction
18 The second sentence of the first paragraph is revised to read:
19
20 The alignment and elevation of the paver shall be regulated from outside reference lines
21 established for this purpose, or by an electronic control system capable of controlling
22 the line and grade within required tolerances.
23
24 6- 02.AP6
25 Section 6 -02, Concrete Structures
26 April 3, 2017
27 6- 02.3(2) Proportioning Materials
28 In the sixth paragraph, the reference to "Section 9- 01.2(4)" is revised to read "9- 01.2(1)B ".
29
30 6- 02.3(2)A Contractor Mix Design
31 The following new sentence is inserted after the first sentence of the third paragraph:
32
33 The mix design submittal shall also include test results no older than one year showing
34 that the Aggregates do not contain Deleterious Substances in accordance with Section
35 9 -03.
36
37 6- 02.3(2)A1 Contractor Mix Design for Concrete Class 4000D
38 The following new sentence is inserted after the second sentence of the last paragraph:
39
40 Mix designs using shrinkage reducing admixture shall state the specific quantity
41 required.
42
43 The following new sentence is inserted before the last sentence of the last paragraph:
44
45 Testing samples of mixes using shrinkage reducing admixture shall use the admixture
46 amount specified in the mix design submittal.
47
48 6- 02.3(2)B Commercial Concrete
49 The last sentence of the first paragraph is revised to read:
50
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Commercial concrete does not require mix design or source approvals for cement,
2 aggregate, and other admixtures.
3
4 6- 02.3(6)A1 Hot Weather Protection
5 This section is revised to read:
6
7 The Contractor shall provide concrete within the specified temperature limits. Cooling of
8 the coarse aggregate piles by sprinkling with water is permitted provided the moisture
9 content is monitored and the mixing water is adjusted for the free water in the
10 aggregate. Shading or cooling aggregate piles (sprinkling of fine aggregate piles with
11 water is not allowed). If sprinkling of the coarse aggregates is to be used, the piles
12 moisture content shall be monitored and the mixing water adjusted for the free water in
13 the aggregate. In addition, when removing the coarse aggregate, it shall be removed
14 from at least 1 foot above the bottom of the pile. Refrigerating mixing water; or replacing
15 all or part of the mixing water with crushed ice, provided the ice is completely melted by
16 placing time.
17
18 If air temperature exceeds 90 °F, the Contractor shall use water spray or other accepted
19 methods to cool all concrete - contact surfaces to Tess than 90 °F. These surfaces include
20 forms, reinforcing steel, steel beam flanges, and any others that touch the mix.
21
22 6- 02.3(6)A2 Cold Weather Protection
23 This section is revised to read:
24
25 Concrete shall be maintained at or above a temperature of 40°F during the first seven
26 days of the Cold Weather Protection Period and at or above a temperature of 35 °F
27 during the remainder of the Cold Weather Protection Period. Cold weather protection
28 requirements do not apply to concrete in shafts and piles placed below the ground line.
29
30 Prior to placing concrete in cold weather, the Contractor shall submit a Type 2 Working
31 Drawing with a written procedure for cold weather concreting. The procedure shall detail
32 how the Contractor will adequately cure the concrete and prevent the concrete
33 temperature from falling below the minimum temperature. Extra protection shall be
34 provided for areas especially vulnerable to freezing (such as exposed top surfaces,
35 corners and edges, thin sections, and concrete placed into steel forms). Concrete
36 placement will only be allowed if the Contractor's cold weather protection plan has been
37 accepted by the Engineer.
38
39 Prior to concrete placement, the Contractor shall review the 7 -day temperature
40 predictions for the job site from the Western Region Headquarters of the National
41 Weather Service (www.wrh.noaa.gov). When temperatures below 35 °F are predicted,
42 the Contractor shall:
43
44 1. Install temperature data loggers in each concrete pour. One data logger shall
45 be installed for every 100 yards of concrete placed. Data loggers shall be
46 installed at locations directed by the Engineer, and shall be placed 1.5 inches
47 from the face of concrete.
48
49 2. Immediately after concrete placement, temperature data loggers shall be
50 installed on the concrete surface at locations directed by the Engineer. One
51 data logger shall be installed for every 100 yards of concrete placed.
52
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 The data loggers shall be operated continuously during the Cold Weather Protection
2 Period. Temperatures shall be measured, recorded and stored a minimum of every 30
3 minutes. Temperature data shall be submitted to the Engineer as a Type 1 Working
4 Drawing within three days following the end of the Cold Weather Protection Period.
5
6 For each day that the concrete temperature falls below 40 °F during the first seven days
7 of the Cold Weather Protection Period, no curing time is awarded for that day and the
8 Cold Weather Protection Period is extended for one additional day. If the concrete
9 temperature falls below 35 °F during Cold Weather Protection Period, the concrete may
10 be rejected by the Engineer.
11
12 6- 02.3(7) Concrete Exposed to Sea Water
13 This section including title is revised to read:
14
15 6- 02.3(7) Vacant
16
17 6- 02.3(8) Concrete Exposed to Alkaline Soils or Water
18 This section including title is revised to read:
19
20 6- 02.3(8) Vacant
21
22 6- 02.3(17)K Concrete Forms on Steel Spans
23 In the last paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ".
24
25 6- 02.3(17)N Removal of Falsework and Forms
26 The fifth paragraph is deleted.
27
28 6- 02.3(25) Prestressed Concrete Girders
29 Under the heading "Prestressed Concrete Slab Girder ", the second sentence is deleted.
30
31 6- 02.3(25)A Shop Drawings
32 The sixth paragraph is deleted.
33
34 6- 02.3(25)F Prestress Release
35 The last two sentences of the last paragraph are deleted and replaced with the following
36 single sentence:
37
38 This request shall be submitted as a Type 2E Working Drawing analyzing changes in
39 vertical deflection, girder lateral stability and concrete stresses in accordance with
40 Section 6- 02.3(25)L2.
41
42 6- 02.3(25)H Finishing
43 Item number 2 in the first paragraph is revised to read:
44
45 2. The bottoms, sides, and tops of the lower flanges on all girders, including the top of
46 the bottom slab between the tub girder webs.
47
48 6- 02.3(25)1 Fabrication Tolerances
49 Items 4 and 5 in the first paragraph are revised to read:
50
51 4. Flange Depth: ± 1/4 inch
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 5. Strand Position:
3
4 Individual strands: ± 1/4 inch
5
6 Bundled strands: ± 1/2 inch
7
8 Harped strand group center of gravity at the girder ends: ± 1 inch
9
10 Items 7, 8 and 9 in the first paragraph are revised to read:
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
7. Position of an Interior Void, vertically and horizontally: ± 1/2 inch.
8. Bearing Recess (center of recess to girder end): ± 5 inch.
9. Girder Ends (deviation from square or designated skew):
Horizontal: ± % inch per foot of girder width, up to a maximum of ± 1/2 inch
Vertical: ± /16 inch per foot of girder depth, up to a maximum of ± 11/2 inch
Items 14 and 15 in the first paragraph are revised to read:
14. Local smoothness of any surface: ± 1/4 inch in 10 feet.
15. Differential Camber between Girders in a Span (measured in place at the job site):
For wide flange deck and deck bulb
tee girders with a cast -in -place
reinforced concrete deck:
Cambers shall be equalized when
the differences in cambers between
adjacent girders exceeds ± 3/4 inch
For wide flange deck, deck bulb tee
and slab girders without a cast -in-
place reinforced concrete deck:
Cambers shall be equalized when
the differences in cambers between
adjacent girders exceeds ±1/4 inch
28
29 Item 17 in the first paragraph is revised to read:
30
31 17. Position of Lifting Embedments: ± 3 inches longitudinal, ± 1/4 inch transverse.
32
33 6- 02.3(25)J Horizontal Alignment
34 This section is revised to read:
35
36 The Contractor shall check and record the horizontal alignment (sweep) of each girder
37 at the following times:
38
39 1. Initial — Upon removal of the girder from the casting bed
40
41 2. Shipment — Within 14 days prior to shipment; and
42
43 3. Erection — After girder erection and cutting temporary top strands but prior to
44 any equalization, welding ties or placement of diaphragms.
45
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 Horizontal alignment of the top and bottom flanges shall be checked and recorded.
2 Alternatively, the Contractor may check and record the horizontal alignment of the web
3 near mid - height of the girder. Each check shall be made by measuring the maximum
4 offset at mid -span relative to a chord that starts and stops at the girder ends. The
5 Contractor shall check and record the alignment at a time when the girder is not
6 influenced by temporary differences in surface temperature. Records for the initial check
7 (item 1 above) shall be included in the Contractor's prestressed concrete certificate of
8 compliance. Records for all other checks shall be submitted as a Type 1 Working
9 Drawing.
10
11 For each check (Items 1 to 3 above), the alignment shall not be offset more than % inch
12 for each 10 feet of girder length. Girders not meeting this tolerance for the shipment
13 check (Item 2 above) shall require an analysis of girder lateral stability and stresses in
14 accordance with Section 6- 02.3(25)L1. The Contractor shall perform this analysis and
15 submit it as a Type 2E Working Drawing prior to shipment of the girder. Any girder that
16 exceeds an offset of 1/8 inch for each 10 feet of girder length for the erection check (Item
17 3 above) shall be corrected at the job site to the 1/8 inch maximum offset per 10 feet of
18 girder length before concrete is placed into the diaphragms. The Contractor shall submit
19 a Type 2 Working Drawing for any required corrective action.
20
21 The maximum distance between the side of a prestressed concrete slab girder, or the
22 edge of the top flange of a wide flange deck, wide flange thin deck or deck bulb tee
23 girder, and a chord that extends the full length of the girder shall be ±1/2 inch after
24 erection (Item 3 above).
25
26 6- 02.3(25)K Vertical Deflection
27 Items 2 and 3 in the first paragraph are revised to read:
28
29 2. Shipment — Within 14 days prior to shipment;
30
31 3. Erection — After girder erection and cutting temporary top strands but prior to any
32 equalization, welding ties or placement of diaphragms.
33
34 The following new paragraph is inserted after the second paragraph:
35
36 Girders with vertical deflections not meeting the limit shown in the Plans for the
37 shipment check (Item 2 above) shall require an analysis of girder lateral stability and
38 stresses in accordance with Section 6- 02.3(25)L1. The Contractor shall perform this
39 analysis and submit it as a Type 2E Working Drawing prior to shipment.
40
41 The following new sentence is inserted after the second sentence of the fourth to last
42 paragraph:
43
44 Any diaphragms are assumed to be placed.
45
46 The last three paragraphs are deleted and replaced with the following:
47
48 If the girder vertical deflection measured for the erection check (Item 3 above) is not
49 between the lower "D" dimension bound shown in the Plans and the upper "D"
50 dimension bound shown in the Plans plus 3/4 inches, the Engineer may require
51 corrective action. The Contractor shall submit a Type 2 Working Drawing for any
52 required corrective action.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 6- 02.3(25)L Handling and Storage
3 The second paragraph is revised to read:
4
5 For strand lift loops, only 1/2-inch diameter or 0.6 -inch diameter strand conforming to
6 Section 9 -07.10 shall be used, and a minimum 2 -inch diameter straight pin of a shackle
7 shall be used through the loops. Multiple loops shall be held level in the girder during
8 casting in a manner that allows each loop to carry its share of the load during lifting. The
9 minimum distance from the end of the girder to the centroid of the strand lift loops shall
10 be 3 feet. The loops for all prestressed concrete girders, with the exception of
11 prestressed concrete slab girders, shall project a minimum of 1' -6" from the top of the
12 girder. The loops for prestressed concrete slab girders shall project a minimum of 4
13 inches. Loops shall extend to within 3 inches clear of the bottom of the girder,
14 terminating with a 9 -inch long 90- degree hook. Loads on individual loops shall be limited
15 to 12 kips, and all girders shall be picked up at a minimum angle of 60 degrees from the
16 top of the girder.
17
18 The third sentence of the fourth paragraph is revised to read:
19
20 Alternatively, these temporary strands may be post- tensioned provided the strands are
21 stressed on the same day that the permanent prestress is released into the girder and
22 the strands are tensioned prior to lifting the girder.
23
24 The second to last sentence of the fourth paragraph is revised to read:
25
26 When the post- tensioned alternative is used, the Contractor shall be responsible for
27 properly sizing the anchorage plates, and configuring the reinforcement adjacent to the
28 anchorage plates, to prevent bursting or splitting of the concrete in the top flange.
29
30 The second to last pargraph is deleted.
31
32 This section is supplemented with the following new subsections:
33
34 6- 02.3(25)L1 Girder Lateral Stability and Stresses
35 The Contractor shall be responsible for safely lifting, storing, shipping and erecting
36 prestressed concrete girders.
37
38 The Contract documents may provide shipping and handling details for girders including
39 lifting embedment locations (L), shipping support locations (L1 and L2), minimum
40 shipping support rotational spring constants (Ke), minimum shipping support center -to-
41 center wheel spacings (Wm), vertical deflections and number of temporary top strands.
42 These shipping and handling details have been determined in accordance with Section
43 6- 02.3(25)L2.
44
45 The Contractor shall submit a Type 2E Working Drawing analyzing girder lateral stability
46 and concrete stresses during lifting, storage, shipping and erection in accordance with
47 Section 6- 02.3(25)L2 in the following cases:
48
49 1. Any of the analysis assumptions listed in Section 6- 02.3(25)L2 are invalid.
50 Determination of validity shall be made by the Contractor, except that analysis
51 assumptions shall be considered invalid if the actual values are outside of the
52 provided tolerances.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
2 2. The Contractor intends to alter the shipping and handling details provided in
3 the Contract documents.
4
5 3. The Contract documents do not provide shipping and handling details.
6
7 6- 02.3(25)L2 Lateral Stability and Stress Analysis
8 Analysis for girder lateral stability and concrete stresses during lifting, storage, shipping
9 and erection shall be in accordance with the PCI Recommended Practice for Lateral
10 Stability of Precast, Prestressed Concrete Bridge Girders, First Edition, Publication CB-
11 02 -16 -E and the AASHTO LRFD Bridge Design Specifications edition identified in the
12 Contract documents. The following design criteria shall be met:
13
14 1. Factor of Safety against cracking shall be at least 1.0
15
16 2. Factor of Safety against failure shall be at least 1.5
17
18 3. Factor of Safety against rollover shall be at least 1.5
19
20 4. Allowable concrete stresses shall be as specified in Section 6- 02.3(25)L3
21
22 The analysis shall address any effects on girder vertical deflection (camber), "A"
23 dimensions at centerline of bearings and deck screed cambers (C).
24
25 Shipping and handling details provided in the Contract documents have been
26 determined using the following analysis assumptions:
27
28 1. Girder dimensions, strand locations and lifting embedment locations are within
29 the tolerances specified in Section 6- 02.3(25)1
30
31 2. Girder horizontal alignment (sweep) is within the tolerance specified in Section
32 6- 02.3(25)J
33
34 3. Girder vertical deflection (camber) at midspan is less than or equal to the value
35 shown in the Plans for shipping
36
37 4. Minimum concrete compressive strength at release (f',;) has been reached
38 before initial lifting from casting bed. Minimum concrete compressive strength
39 at 28 days (f'c) has been reached before shipping.
40
41 5. Height of girder bottom above roadway at shipping supports is less than or
42 equal to 72 inches
43
44 6. Height of shipping support roll center above roadway is 24 inches, ± 2 inches
45
46 7. Shipping support longitudinal placement (Li and L2) tolerance is ± 6 inches
47
48 8. Shipping support lateral placement tolerance is ±1 inches
49
50 9. Shipping supports provide the minimum shipping support rotational spring
51 constant (Ke) and minimum shipping support center -to- center wheel spacings
52 (Wcc) shown in the Plans
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2
3
4
5
6
7
8
9
10
11
12
13
10. For shipping at highway speeds a ± 20% dynamic load allowance (impact) is
included with a typical roadway superelevation of 2%
11. For turning at slow speeds, no dynamic load allowance (impact) is included
with a maximum roadway superelevation of 6%
12. Wind, centrifugal and seismic forces are not considered
6- 02.3(25)L3 Allowable Stresses
Prestressed concrete girder stresses shall be limited to the following values at all stages
of construction and in service:
Condition
Stress
Location
Allowable Stress (ksi)
Temporary
Stress at
Transfer
and Lifting
from
Casting
Bed
Tensile
In areas without bonded
reinforcement sufficient
to resist the tensile force
in the concrete
0.0948.1 fci < 0.2
In areas with bonded
reinforcement sufficient
to resist the tensile force
in the concrete
0 24.1 f�i
-V I
Compressive
All locations
0.65fci
Temporary
Stress at
Shipping
and
Erection
Tensile
In areas without bonded
reinforcement sufficient
to resist the tensile force
in the concrete
0.0948.1 Z <_ 0.2
In areas with bonded
reinforcement sufficient
to resist the tensile force
in the concrete
,
0.19.1 f�
In areas with bonded
reinforcement sufficient
to resist the tensile force
in the concrete when
shipping at 6%
superelevation, without
impact
0.24.1 0
Compressive
All locations
0.65 fc '
Final
Stresses
at Service
Load
Tensile
Precompressed tensile
zone
0.0
Compressive
Effective prestress and
permanent loads
0.45f
Effective prestress,
permanent loads and
transient (live) loads
0.60f,"
Final
Stresses
at Fatigue
Load
Compressive
Fatigue I Load
Combination plus one-
half effective prestress
and permanent loads
0.40f,'
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
Variables are as defined in the AASHTO LRFD Bridge Design Specifications.
1
2 6- 02.3(25)M Shipping
3 The last four paragraphs are deleted and replaced with the following:
4
5 Girder lateral stability and stresses during shipping shall be in accordance with Section
6 6- 02.3(25)L1.
7
8 If the Contractor elects to assemble spliced prestressed concrete girders into shipping
9 configurations not shown in the Contract documents, the Contractor shall submit a Type
10 2E Working Drawing analyzing girder lateral stability and concrete stresses in
11 accordance with Section 6- 02.3(25)L2 before shipping.
12
13 6- 02.3(25)N Prestressed Concrete Girder Erection
14 The second sentence of the first paragraph is revised to read:
15
16 The erection plan shall conform to Section 6- 02.3(25)L1.
17
18 The last paragraph is revised to read:
19
20 Stop plates and dowel bars for prestressed concrete girders shall be set with either
21 epoxy grout conforming to Section 9 -26.3 or type IV epoxy bonding agent conforming to
22 Section 9 -26.1.
23
24 6- 02.3(25)0 Girder to Girder Connections
25 The second paragraph is revised to read:
26
27 Prestressed concrete girders shall be constructed in the following sequence:
28
29 1. If required, deflections shall be equalized in accordance with the Contractor's
30 equalization plan.
31
32 2. Any intermediate diaphragms shall be placed and any weld ties shall be
33 welded in accordance with Section 6- 03.3(25). Welding ground shall be
34 attached directly to the steel plates being welded when welding the weld -ties.
35
36 3. Any keyways between adjacent girders shown in the Plans to receive grout
37 shall be filled flush with the surrounding surfaces using a grout conforming to
38 Section 9- 20.3(2).
39
40 4. Equalization equipment shall not be removed and other construction
41 equipment shall not be placed on the structure until intermediate diaphragms
42 and keyway grout have attained a minimum compressive strength of 2,500 psi.
43
44 6- 02.3(26)D2 Test Block Dimensions
45 The first sentence is revised to read:
46
47 The dimensions of the test block perpendicular to the tendon in each direction shall be
48 the smaller of twice the minimum edge distance or the minimum spacing specified by
49 the special anchorage device manufacturer, with the stipulation that the concrete cover
50 over any confining reinforcing steel or supplementary skin reinforcement shall be
51 appropriate for the project- specific application and circumstances.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 6- 02.3(26)E2 Ducts for External Exposed Installation
3 In the first paragraph, "ASTM D3350" is revised to read "ASTM D3035 ".
4
5 In the fourth paragraph, "ASTM D3505" is revised to read "ASTM D3035 ".
6
7 6- 02.3(26)G Tensioning
8 Item number 1 of the second paragraph is revised to read:
9
10 1. All concrete has reached a compressive strength of at least 4,000 psi or the
11 strength specified in the Plans. When tensioning takes place prior to 28 -day
12 compressive strength testing on concrete sampled in accordance with Section 6-
13 02.3(25)H, compressive strength shall be verified on field cured cylinders in
14 accordance with the FOP for AASHTO T23.
15
16 6- 02.3(27)A Use of Self- Consolidating Concrete for Precast Units
17 Item number 2 of the first paragraph is revised to read:
18
19 2. Precast reinforced concrete three -sided structures, box culverts and split box
20 culverts in accordance with Section 7- 02.3(6).
21
22 6- 03.AP6
23 Section 6 -03, Steel Structures
24 January 3, 2017
25 6- 03.3(33) Bolted Connections
26 In this section, "AASHTO M253" is revised to read "ASTM F3125 Grade A490 ", "ASTM
27 F1852" is revised to read "ASTM F3125 Grade F1852 ", and "ASTM A325" is revised to read
28 "ASTM F3125 Grade A325 ".
29
30 In the headings of Table 3, "A 325" is revised to read "ASTM F3125 Grade A325 ".
31
32 In the headings of Table 3, "M 253" is revised to read "ASTM F3125 Grade A490 ".
33
34 6- 05.AP6
35 Section 6 -05, Piling
36 August 1, 2016
37 In this section, the words "capacity" and "capacities" are replaced with "resistance" and
38 "resistances ", respectively.
39
40 6- 05.3(1) Piling Terms
41 The third paragraph is revised to read:
42
43 Overdriving — Over - driving of piles occurs when the ultimate bearing resistance
44 calculated from the equation in Section 6- 05.3(12), or the wave equation driving criteria
45 if applicable, exceeds the ultimate bearing resistance required in the Contract in order to
46 reach the minimum tip elevation specified in the Contract, or as required by the
47 Engineer.
48
49 The first sentence of the last paragraph is revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
2 Minimum Tip Elevation — The minimum tip elevation is the elevation to which the pile
3 tip shall be driven.
4
5 6- 05.3(3)A Casting and Stressing
6 The last sentence of the third paragraph is revised to read:
7
8 If the corrective action is not acceptable to the Engineer, the piling(s) will be subject to
9 rejection by the Engineer.
10
11 6- 05.3(5) Manufacture of Steel Piles
12 This section is supplemented with the following new paragraph:
13
14 At least 14 -days prior to the start of production of the piling, the Contractor shall advise
15 the Engineer of the production schedule. The Contractor shall give the Inspector safe
16 and free access to the Work. If the Inspector observes any nonspecification Work or
17 unacceptable quality control practices, the Inspector will advise the plant manager. If the
18 corrective action is not acceptable to the Engineer, the piling(s) will be subject to
19 rejection by the Engineer.
20
21 6- 05.3(9)A Pile Driving Equipment Approval
22 The first sentence of the second paragraph is revised to read:
23
24 The Contractor shall submit Type 2E Working Drawings consisting of a wave equation
25 analysis for all pile driving systems used to drive piling with required maximum driving
26 resistances of greater than 300 tons.
27
28 6- 07.AP6
29 Section 6 -07, Painting
30 April 3, 2017
31 6- 07.3(10)A Containment
32 The first sentence of the fourth paragraph is replaced with the following two new sentences:
33
34 The containment system shall ensure no discharge into waters of the state. When there
35 is no threat of discharging to the waters of the state, emissions shall not exceed the
36 Level 2 Emissions standard in SSPC Technology Guide No. 6, Section 5.5, and
37 assessed by Method A, Visible Emissions.
38
39 6- 07.3(10)F Collecting, Testing, and Disposal of Containment Waste
40 The third, fourth and fifth paragraphs are deleted and replaced with the following two new
41 paragraphs:
42
43 Containment waste is defined as all paint chips and debris removed from the steel
44 surface and all abrasive blast media, as contained by the containment system. After all
45 waste from the containment system has been collected, the Contractor shall collect
46 representative samples of the components that field screening indicates are lead -
47 contaminated material. The Contractor shall collect at least one representative sample
48 from each container. The Contractor may choose to collect a composite sample of each
49 container, but the composite sample must consist of several collection points (a
50 minimum of 3 random samples) that are representative of the entire contents of the
51 container and representative of the characteristics of the type of waste in the container.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 In accordance with WAC 173 - 303 -040, a representative sample means "a sample
2 which can be expected to exhibit the average properties of the sample source."
3
4 The debris shall be tested for metals using the Toxicity Characteristics Leaching
5 Procedure (TCLP) and EPA Methods 1311 and 6010. At a minimum, the materials
6 should be analyzed for the Resource Conservation and Recovery Act (RCRA) 8 Metals
7 (arsenic, barium, cadmium, chromium, lead, mercury, selenium, and silver). Pursuant
8 to the Dangerous Waste (DW) Regulations Chapter 173 - 303- 90(8)(c) WAC, "Any waste
9 that contains contaminants which occur at concentrations at or above the DW threshold
10 must be designated as DW." All material within each individual container or
11 containment system that designates as DW shall be disposed of at a legally permitted
12 Subtitle C Hazardous Waste Landfill. All material within each individual container or
13 containment system that designate below the DW threshold, will be designated as
14 "Solid Waste" and shall be disposed of at a legally permitted Subtitle D Landfill.
15 Disposal shall be in accordance with WAC 173 -303 for waste designated "Dangerous
16 Waste" and pursuant to WAC 173 -350 for waste designated as "Solid Waste ".
17
18 6- 08.AP6
19 Section 6 -08, Waterproofing
20 January 3, 2017
21 This section and all subsections, including title, is revised to read:
22
23 6 -08 Bituminous Surfacing on Structure Decks
24 6 -08.1 Description
25 This Work consists of removing and placing Hot Mix Asphalt (HMA) or Bituminous
26 Surface Treatment (BST) directly on or over a Structure. This Work also includes
27 performing concrete bridge deck repair, applying waterproofing membrane, and
28 sealing paving joints.
29
30 6 -08.2 Materials
31 Materials shall meet the requirements of the following sections:
32
33 Bituminous Surface Treatment 5 -02.2
34 Hot Mix Asphalt 5 -04.2
35 Joint Sealants 9 -04.2
36 Closed Cell Foam Backer Rod 9- 04.2(3)A
37 Waterproofing Membrane (Deck Seal) 9 -11
38 Bridge Deck Repair Material 9 -20.5
39
40 6 -08.3 Construction Requirements
41 6- 08.3(1) Definitions
42 Adjusted Removal Depth — the Bituminous Pavement removal depth
43 specified by the Engineer to supersede the Design Removal Depth after
44 review of the Contractor survey of the existing Bituminous Pavement grade
45 profile.
46
47 Bituminous Pavement — the surfacing material containing an asphalt binder.
48
49 Design Removal Depth — the value shown in the "pavement schedule" or
50 elsewhere in the Plans to indicate the design thickness of Bituminous
51 Pavement to be removed.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
2 Final Grade Profile — the compacted finished grade surface of completed
3 Bituminous Pavement surfacing consisting of a vertical profile and
4 superelevation cross - slope, developed by the Engineer for Grade Controlled
5 Structure Decks based on the Contractor survey.
6
7 Grade Controlled — a Structure Deck requiring restriction of Bituminous
8 Pavement work, including restriction of pavement removal methods and
9 restriction of overlay pavement thicknesses.
10
11 Structure Deck — the bridge deck (concrete or timber), bridge approach slab,
12 top of concrete box culvert, or other concrete surfaces over or upon which
13 existing Bituminous Pavement is removed and new Bituminous Pavement is
14 applied.
15
16 6- 08.3(2) Contractor Survey for Grade Controlled Structure Decks
17 Prior to removing existing Bituminous Pavement from a Grade Controlled
18 Structure Deck, the Contractor shall complete a survey of the existing surface
19 for use in establishing the existing cross section and grade profile elevations.
20 When removal of Bituminous Pavement is to be achieved by rotary
21 milling /planing, the Contractor's survey shall also include the depths of the
22 existing surfacing at each survey point.
23
24 The Contractor is responsible for all calculations, surveying, installation of
25 control points, and measuring required for setting, maintaining and resetting
26 equipment and materials necessary for the construction of the overlay to the
27 Final Grade Profile.
28
29 6- 08.3(2)A Survey Requirements
30 The Contractor shall establish at least two primary survey control points
31 for controlling actual Bituminous Pavement removal depth and the Final
32 Grade Profile. Horizontal control shall be by station and offset which shall
33 be tied to either the Roadway centerline or the Structure centerline.
34 Vertical control may be an assumed datum established by the Contractor.
35
36 Primary control points shall be described by station or milepost and offset
37 on the baseline selected by the Contractor. The Contractor may expand
38 the survey control information to include secondary horizontal and vertical
39 control points as needed for the project.
40
41 Survey information collected shall include station or milepost, offset, and
42 elevation for each lane line and curb line. Survey information shall be
43 collected at even 20 foot station intervals, and along the centerline of each
44 bridge expansion joint. The survey shall extend 300' -0" beyond the bridge
45 back of pavement seat or end of Structure Deck. The survey information
46 shall include the top of Bituminous Pavement elevation and, when rotary
47 milling /planing equipment is used, the corresponding depth of Bituminous
48 Pavement to the Structure Deck. The Contractor shall ensure a surveying
49 accuracy to within ± 0.01 feet for vertical control and ± 0.2 feet for
50 horizontal control.
51
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Voids in HMA created by the Contractor's Bituminous Pavement depth
2 measurements shall be filled by material conforming to Section 9 -20 or
3 another material acceptable to the Engineer.
4
5 6- 08.3(2)B Survey Submittal
6 The Contractor's survey records shall include descriptions of all survey
7 control points including station /milepost, offset, and elevations of all
8 secondary control points. The Contractor shall maintain survey records of
9 sufficient detail to allow the survey to be reproduced. The Contractor shall
10 submit a Type 2 Working Drawing consisting of the compiled survey
11 records and information. Survey data shall be submitted as an electronic
12 file in Microsoft Excel format.
13
14 6- 08.3(2)C Final Grade Profile and Adjusted Removal Depth
15 Based on the results of the survey, the Engineer may develop a Final
16 Grade Profile and Adjusted Removal Depth. If they are developed, the
17 Final Grade Profile and Adjusted Removal Depth will be provided to the
18 Contractor within three working days after receiving the Contractor's
19 survey information. When provided, the Adjusted Removal Depth
20 supersedes the Design Removal Depth to become the Bituminous
21 Pavement removal depth for that Structure Deck.
22
23 6- 08.3(3) General Bituminous Pavement Removal Requirements
24 The Contractor shall remove Bituminous Pavement and associated deck repair
25 material from Structure Decks to the horizontal limits shown in the Plans and to
26 either the specified or adjusted Bituminous Pavement removal depth as
27 applicable.
28
29 Removal of Bituminous Pavement within 12- inches of existing permanent
30 features that limit the reach of the machine or the edge of the following items
31 shall be by hand or by hand operated (nominal 30- pounds class) power tools:
32 existing bridge expansion joint headers; steel expansion joint assemblies;
33 concrete butt joints between back of pavement seats and bridge approach
34 slabs, bridge drain assemblies; thrie beam post steel anchorage assemblies
35 fastened to the side or top of the Structure Deck.
36
37 When removing Bituminous Pavement with a planer, Section 5- 04.3(14) shall
38 apply. If the planer contacts the Structure Deck in excess of the specified
39 planing depth tolerance, or contacts steel reinforcing bars at any time, the
40 Contractor shall immediately cease planing operations and notify the Engineer.
41 Planing operations shall not resume until completion of the appropriate
42 adjustments to the planing machine and receiving the Engineer's concurrence
43 to resume.
44
45 6- 08.3(4) Partial Depth Removal of Bituminous Pavement from Structure
46 Decks
47 The depth of surfacing removal, as measured to the bottom of the lowest
48 milling groove generated by the rotary milling /planing machine shall be +0.01, -
49 0.02 -feet of the specified or Adjusted Removal Depth as applicable.
50
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 6- 08.3(5) Full Depth Removal of Bituminous Pavement from Structure
2 Decks
3 6- 08.3(5)A Method of Removal
4 The Contractor shall perform full depth removal by a method that does not
5 damage or remove the Structure Deck in excess of the specified
6 Bituminous Pavement removal tolerance. The Contractor shall submit a
7 Type 2 Working Drawing consisting of the proposed methods and
8 equipment to be used for full depth removal.
9
10 6- 08.3(5)B Planer Requirements for Full Depth Removal
11 The final planed surface shall have a finished surface with a tolerance of
12 +0.01, -0.02 feet within the planed surface profile, as measured from a 10-
13 foot straight edge. Multiple passes of planing to achieve smoothness will
14 not be allowed.
15
16 In addition to Section 6- 08.3(3), the planing equipment shall conform to
17 the following additional requirements:
18
19 1. The cutting tooth spacing on the rotary milling head shall be less
20 than or equal to 1/4 inch.
21
22 2. The rotary milling /planing machine shall have cutting teeth that
23 leave a uniform plane surface at all times. All teeth on the mill
24 head shall be kept at a maximum differential tolerance of 3/s -inch
25 between the shortest and longest tooth, as measured by a
26 straight edge placed the full width of the rotary milling head.
27
28 3. Cutting tips shall be replaced when 30 percent of the total length
29 of the cutting tip material remains.
30
31 Prior to each day's Bituminous Pavement removal operations, the
32 Contractor shall confirm to the satisfaction of the Engineer that the rotary
33 head cutting teeth are within the specified tolerances.
34
35 6- 08.3(5)C Structure Deck Cleanup after Bituminous Pavement
36 Removal
37 Waterproofing membrane that is loose or otherwise not firmly bonded to
38 the Structure Deck shall be removed as an incidental component of the
39 Work of surfacing removal. Existing waterproofing membrane bonded to
40 the Structure Deck need not be removed.
41
42 6- 08.3(6) Repair of Damage due to Bituminous Pavement Removal
43 Operations
44 All concrete bridge deck, pavement seat, and steel reinforcing bar damage due
45 to the Contractor's surfacing removal operations shall be repaired by the
46 Contractor in accordance with Section 1- 07.13, and as specified below.
47
48 Damaged concrete in excess of the specified Bituminous Pavement removal
49 tolerance shall be repaired in accordance with Section 6- 08.3(7), with the
50 bridge deck repair material placed to the level of the surrounding bridge deck
51 and parallel to the final grade paving profile.
52
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Damaged steel reinforcing bar shall be repaired as follows:
2
3 1. Damage to steel reinforcing bar resulting in a section loss less than
4 20- percent of the bar with no damage to the surrounding concrete
5 shall be left in place and shall be repaired by removing the concrete
6 to a depth 3/4- inches around the top steel reinforcing bar and placing
7 bridge deck repair material accepted by the Engineer to the level of
8 the bridge deck and parallel to the final grade paving profile.
9
10 2. Damage to steel reinforcing bar resulting in a section loss of 20-
11 percent or more in one location, bars partially or completely removed
12 from the bridge deck, or where there is a lack of bond to the concrete,
13 shall be repaired by removing the adjacent concrete and splicing a
14 new bar of the same size. Concrete shall be removed to provide a 3/4-
15 inch minimum clearance around the bars. The splice bars shall
16 extend a minimum of 40 bar diameters beyond each end of the
17 damage.
18
19 6- 08.3(7) Concrete Deck Repair
20 This Work consists of repairing the concrete deck after Bituminous Pavement
21 has been removed.
22
23 6- 08.3(7)A Concrete Deck Preparation
24 The Contractor, with the Engineer, shall inspect the exposed concrete
25 deck to establish the extent of bridge deck repair in accordance with
26 Section 6- 09.3(6), except item 4 in Section 6- 09.3(6) does not apply.
27 Areas of Structure Deck left with existing well bonded waterproof
28 membrane after full depth Bituminous Pavement removal are exempt from
29 this inspection requirement.
30
31 All loose and unsound concrete within the repair area shall be removed
32 with jackhammers or chipping hammers no more forceful than the nominal
33 30 pounds class, or other mechanical means acceptable to the Engineer,
34 and operated at angles less than 45 degrees as measured from the
35 surface of the deck to the tool. If unsound concrete exists around the
36 existing steel reinforcing bars, or if the bond between concrete and steel
37 reinforcing bar is broken, the Contractor shall remove the concrete to
38 provide a 3/4 inch minimum clearance to the bar. The Contractor shall take
39 care to prevent damage to the existing steel reinforcing bars and concrete
40 to remain.
41
42 After removing sufficient concrete to establish the limits of the repair area,
43 the Contractor shall make 3/4 inch deep vertical saw cuts and maintain
44 square edges at the boundaries of the repair area. The exposed steel
45 reinforcing bars and concrete in the repair area shall be abrasive blasted
46 and blown clean just prior to placing the bridge deck repair material.
47
48 6- 08.3(7)B Ultra -Low Viscosity, Two -Part Liquid, Polyurethane- Hybrid
49 Polymer Concrete
50 The ultra -low viscosity, two -part liquid, polyurethane- hybrid polymer
51 concrete shall be mixed in accordance with the manufacturer's
52 recommendations.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
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 1/8 inch of a straight edge placed across the full width and
breadth of the repair area.
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 1/8 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
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 surface imperfections greater than 1/4 inch in width shall be corrected prior
2 to application of the membrane.
3
4 6- 08.3(8)B Applying Primer
5 The primer shall be applied to the cleaned deck surfaces at the rate
6 according to the procedure recommended by the membrane
7 manufacturer. All surfaces to be covered by the membrane shall be
8 thoroughly and uniformly coated with primer. Structure Deck areas left
9 with existing well bonded waterproof membrane after bituminous surfacing
10 removal shall receive an application of primer in accordance with the
11 membrane manufacturer's recommendations. Precautionary measures
12 shall be taken to ensure that pools and thick layers of primer are not left
13 on the deck surface. The membrane shall not be applied until the primer
14 has cured or volatile material has substantially dissipated, in accordance
15 with the membrane manufacturer's recommendations.
16
17 The primer and waterproof membrane shall extend from the bridge deck
18 up onto the curb face and expansion joint header face the thickness of the
19 HMA overlay. The membrane shall adhere to the vertical surface.
20
21 6- 08.3(8)C Placing Waterproof Membrane
22 Membrane application shall begin at the low point on the deck, and
23 continue in a lapped shingle pattern. The overlap shall be a minimum of
24 six inches or greater if recommended by the membrane manufacturer.
25 Membrane seams shall be sealed as recommended by the membrane
26 manufacturer. Hand rollers or similar tools shall be used on the applied
27 membrane to assure firm and uniform contact with the primed Structure
28 surfaces.
29
30 The fabric shall be neatly cut and contoured at all expansion joints and
31 drains. The cuts at bridge drains shall be two right angle cuts made to the
32 inside diameter of the bridge deck drain outlet, after which the corners of
33 the waterproof membrane shall be turned down into the drains and laid in
34 a coating of primer.
35
36 6- 08.3(8)D Membrane Repair and Protection
37 The waterproof membrane will be visually inspected by the Engineer for
38 uniformity, tears, punctures, bonding, bubbles, wrinkles, voids and other
39 defects. All such deficiencies shall be repaired in accordance with the
40 membrane manufacturer's recommendations prior to placement of the
41 HMA overlay.
42
43 The membrane material shall be protected from damage due to the paving
44 operations in accordance with the membrane manufacturer's
45 recommendations. No traffic or equipment except that required for the
46 actual waterproofing and paving operations will be permitted to travel or
47 rest on the membrane until it is covered by the HMA overlay. The use of
48 windrows is not allowed for laydown of HMA on a membrane.
49
50 Where waterproofing membrane is placed in stages or applied at different
51 times, a strip of temporary paper shall be used to protect the membrane
52 overlap from the HMA hand removal methods.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
2 6- 08.3(9) Placing Bituminous Pavement on Structure Decks
3 HMA overlay shall be applied on Grade Controlled Structure Decks using
4 reference lines for vertical control in accordance with Section 5- 04.3(3)C.
5
6 The compacted elevation of the HMA overlay on Structure Decks shall be
7 within ± 0.02 feet of the specified overlay thickness or Final Grade Profile as
8 applicable. Deviations from the final grade paving profile in excess of the
9 specified tolerance and areas of non - conforming surface smoothness shall be
10 corrected in accordance with Section 5- 04.3(13).
11
12 Final grade Roadway transitions to a Structure Deck with Bituminous
13 Pavement shall not exceed a 0.20 percent change in grade in accordance with
14 the bridge deck transition for HMA overlay Standard Plan, unless shown
15 otherwise in the Plans.
16
17 Final grade compacted HMA elevations shall be higher than an adjacent
18 concrete edge by 1/4 inch ±' /8 inch at all expansion joint headers and concrete
19 butt joints as shown in the concrete to asphalt butt joint details of the bridge
20 paving joint seals Standard Plan. This also applies to steel edges within the
21 limits of the overlay such as bridge drain frames and steel joint riser bars at
22 bridge expansion joints.
23
24 6- 08.3(9)A Protection of Structure Attachments and Embedments
25 The Contractor is responsible for protecting all Structure attachments and
26 embedments from the application of BST and HMA.
27
28 Drainage inlets that are to remain open, and expansion joints, shall be
29 cleaned out immediately after paving is completed. Materials passing
30 through expansion joints shall be removed from the bridge within 10
31 working days.
32
33 All costs incurred by the Contractor in protective measures and clean up
34 shall be included in the unit Contract prices for the associated Bid items of
35 Work.
36
37 6- 08.3(10) HMA Compaction on Structure Decks
38 Compaction of HMA on Structure Decks shall be in accordance with Section 5-
39 04.3(10).
40
41 Work rejected in accordance with Section 5- 04.3(11) shall include the
42 materials, work, and incidentals to repair an existing waterproof membrane
43 damaged by the removal of the rejected work.
44
45 6- 08.3(11) Paved Panel Joint Seals and HMA Sawcut and Seal
46 Bridge paving joint seals shall be installed in accordance with Section 5-
47 04.3(12)B and the details shown in the Plans and Standard Plans.
48
49 When concrete joints are exposed after removal of Bituminous Pavement, the
50 joints shall be cleaned and sealed in accordance with Section 5- 01.3(8) and
51 the paved panel joint seal details of the bridge paving joint seals Standard
52 Plan, including placement of the closed cell backer rod at the base of the
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 cleaned joint. If waterproofing membrane is required, the membrane shall be
2 slack or folded at the concrete joint to allow for Structure movements without
3 stress to the membrane. After placement of the HMA overlay, the second
4 phase of the paved panel joint seal shall be completed by sawing the HMA and
5 sealing the sawn joint in accordance with Section 5- 04.3(12)B2.
6
7 6 -08.4 Measurement
8 Removing existing Bituminous Pavement from Structure Decks will be measured by
9 the square yard of Structure Deck surface area with removed overlay.
10
11 Bridge deck repair will be measured by the square foot surface area of deck
12 concrete removed with the measurement taken at the plane of the top mat of steel
13 reinforcing bars.
14
15 Waterproof membrane will be measured by the square yard surface area of
16 Structure Deck and curb and header surface area covered by membrane.
17
18 6 -08.5 Payment
19 Payment will be made for each of the following Bid items when they are included in
20 the Proposal:
21
22 "Structure Surveying ", lump sum.
23
24 "Removing Existing Overlay From Bridge Deck ", per square yard.
25 The unit Contract price per square yard for "Removing Existing Overlay From
26 Bridge Deck ", shall be full pay for performing the Work as specified for full
27 removal of Bituminous Pavement on Structure Decks, including the removal of
28 existing waterproof membrane and disposing of materials.
29
30 "Bridge Deck Repair Br. No. ", per square foot.
31 The unit Contract price per square foot for "Bridge Deck Repair Br. No."
32 shall be full pay for performing the Work as specified, including removing and
33 disposing of the concrete within the repair area and furnishing, placing,
34 finishing, and curing the repair concrete.
35
36 "Waterproof Membrane Br. No. ", per square yard.
37 The unit Contract price per square yard for "Waterproof Membrane Br. No. "
38 shall be full pay for performing the Work as specified, including repairing any
39 damaged or defective waterproofing membrane and repair of damaged HMA
40 overlay.
41
42 6- 09.AP6
43 Section 6 -09, Modified Concrete Overlays
44 April 4, 2016
45 6- 09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified
46 Concrete Overlays
47 The first sentence of the first paragraph is revised to read the following two new sentences:
48
49 The Engineer will perform slump, temperature, and entrained air tests for acceptance in
50 accordance with Section 6- 02.3(5)D and as specified in this Section after the Contractor
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 has turned over the concrete for acceptance testing. Concrete samples for testing shall
2 be supplied to the Engineer in accordance with Section 6- 02.3(5)E.
3
4 The last paragraph is deleted.
5
6 6- 09.3(8)B Quality Assurance for Latex Modified Concrete Overlays
7 The first two paragraphs are deleted and replaced with the following:
8
9 The Engineer will perform slump, temperature, and entrained air tests for acceptance in
10 accordance with Section 6- 02.3(5)D and as specified in this Section after the Contractor
11 has turned over the concrete for acceptance testing. The Engineer will perform testing
12 as the concrete is being placed. Samples shall be taken on the first charge through
13 each mobile mixer and every other charge thereafter. The sample shall be taken after
14 the first 2 minutes of continuous mixer operation. Concrete samples for testing shall be
15 supplied to the Engineer in accordance with Section 6- 02.3(5)E.
16
17 The second to last sentence of the last paragraph is revised to read:
18
19 Recommendations made by the technical representative on or off the jobsite shall be
20 adhered to by the Contractor.
21
22 6- 10.AP6
23 Section 6 -10, Concrete Barrier
24 August 1, 2016
25 6- 10.3(5) Temporary Concrete Barrier
26 This section title is revised to read:
27
28 Temporary Barrier
29
30 The first paragraph is revised to read:
31
32 For temporary barrier, the Contractor may use precast concrete barrier or temporary
33 steel barrier. Temporary concrete barrier shall comply with Standard Plan requirements
34 and cross - sectional dimensions, except that: (1) it may be made in other lengths than
35 those shown in the Standard Plan, and (2) it may have permanent lifting holes no larger
36 than 4 inches in diameter or lifting loops. Temporary steel barrier shall be certified that it
37 meets NCHRP 350 or MASH crash test requirements and shall be installed in
38 accordance with the manufacturer's recommendations.
39
40 6 -10.4 Measurement
41 The first sentence of the second paragraph is revised to read:
42
43 Temporary barrier will be measured by the linear foot along the completed line and
44 slope of the barrier, one time only for each setup of barrier protected area.
45
46 6 -10.5 Payment
47 The Bid item "Temporary Conc. Barrier ", per linear foot, and the paragraph following this Bid
48 item, is revised to read:
49
50 "Temporary Barrier ", per linear foot.
51
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 The unit Contract price per linear foot for "Temporary Barrier" shall be full pay for all
2 costs, including furnishing, installing, connecting, anchoring, maintaining, temporary
3 storage, and final removal of the temporary barrier.
4
5 6- 12.AP6
6 Section 6 -12, Noise Barrier Walls
7 January 3, 2017
8 6- 12.3(9) Access Doors and Concrete Landing Pads
9 The first sentence of the last paragraph is revised to read:
10
11 The Contractor shall construct concrete landing pads for each access door location as
12 shown in the Plans.
13
14 6 -12.5 Payment
15 In the paragraph following the bid item "Noise Barrier Wall Access Door ", per each,
16 "concrete landing pad" is revised to read "concrete landing pads ".
17
18 6- 14.AP6
19 Section 6 -14, Geosynthetic Retaining Walls
20 January 3, 2017
21 6- 14.3(2) Submittals
22 The first sentence of the first paragraph is revised to read:
23
24 The Contractor shall submit Type 2E Working Drawings consisting of detailed plans for
25 each wall.
26
27 6 -14.5 Payment
28 The bid item "Concrete Fascia Panel ", per square foot, and the paragraph following this bid
29 item are revised to read:
30
31 "Concrete Fascia Panel For Geosynthetic Wall ", per square foot.
32
33 All costs in connection with constructing the concrete fascia panels as specified shall be
34 included in the unit Contract price per square foot for "Concrete Fascia Panel For
35 Geosynthetic Wall ", including all steel reinforcing bars, premolded joint filler,
36 polyethylene bond breaker strip, joint sealant, PVC pipe for weep holes, exterior surface
37 finish, and pigmented sealer (when specified), constructing and placing the concrete
38 footing, edge beam, anchor beam, anchor rod assembly, and backfill.
39
40 6- 19.AP6
41 Section 6 -19, Shafts
42 January 3, 2017
43 6 -19.3 Construction Requirements
44 This section is supplemented with the following new subsection:
45
46 6- 19.3(10) Engineer's Final Acceptance of Shafts
47 The Engineer will determine final acceptance of each shaft, based on the
48 nondestructive QA test results and analysis for the tested shafts, and will provide a
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 response to the Contractor within 3 working days after receiving the test results and
2 analysis submittal.
3
4 6- 19.3(1)B Nondestructive Testing of Shafts
5 This section's content is deleted and replaced with the following new subsections:
6
7 6- 19.3(1)B1 Nondestructive Quality Assurance (QA) Testing of Shafts
8 Unless otherwise specified in the Special Provisions, the Contractor shall perform
9 nondestructive QA testing of shafts, except for those constructed completely in the dry.
10 Either crosshole sonic log (CSL) testing in accordance with ASTM D 6760 or thermal
11 integrity profiling (TIP) testing in accordance with ASTM D 7949 shall be used.
12
13 6- 19.3(1)B2 Nondestructive Quality Verification (QV) Testing of Shafts
14 The Contracting Agency may perform QV nondestructive testing of shafts that have
15 been QA tested by the Contractor. The Contracting Agency may test up to ten percent
16 of the shafts. The Engineer will identify the shafts selected for QV testing and the
17 testing method the Contracting Agency will use.
18
19 The Contractor shall accommodate the Contracting Agency's nondestructive testing.
20
21 6- 19.3(2) Shaft Construction Submittal
22 This section is revised to read:
23
24 The shaft construction submittal shall be comprised of the following four components:
25 construction experience; shaft installation narrative; shaft slurry technical assistance;
26 and nondestructive QA testing personnel. The submittals shall be Type 2 Working
27 Drawings, except the shaft slurry technical assistance and nondestructive QA testing
28 personnel submittals shall be Type 1.
29
30 This section is supplemented with the following new subsection:
31
32 6- 19.3(2)D Nondestructive QA Testing Organization and Personnel
33 The Contractor shall submit the names of the testing organizations, and the names of
34 the personnel who will conduct nondestructive QA testing of shafts. The submittal shall
35 include documentation that the qualifications specified below are satisfied. For TIP
36 testing, the testing organization is the group that performs the data analysis and
37 produces the final report. The testing organizations and the testing personnel shall meet
38 the following minimum qualifications:
39
40 1. The testing organization shall have performed nondestructive tests on a
41 minimum of three deep foundation projects in the last two years.
42
43 2. Personnel conducting the tests for the testing organization shall have a
44 minimum of one year experience in nondestructive testing and interpretation.
45
46 3. The experience requirements for the organization and personnel shall be
47 consistent with the testing methods the Contractor has selected for
48 nondestructive testing of shafts.
49
50 4. Personnel preparing test reports shall be a Professional Engineers, licensed
51 under Title 18 RCW, State of Washington, and in accordance with WAC 196-
52 23 -020.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 6- 19.3(3) Shaft Excavation
3 The second paragraph is revised to read:
4
5 Shaft excavation shall not be started until the Contractor has received the Engineer's
6 acceptance for the reinforcing steel centralizers required when the casing is to be pulled
7 during concrete placement.
8
9 This section is supplemented with the following:
10
11 Except as otherwise noted, the Contractor shall not commence subsequent shaft
12 excavations until receiving the Engineer's acceptance of the first shaft, based on the
13 results and analysis of the nondestructive testing for the first shaft. The Contractor may
14 commence subsequent shaft excavations prior to receiving the Engineer's acceptance
15 of the first shaft, provided the following condition is satisfied:
16
17 The Engineer permits continuing with shaft construction based on the Engineer's
18 observations of the construction of the first shaft, including, but not limited to,
19 conformance to the shaft installation narrative in accordance with Section 6-
20 19.3(2)B, and the Engineer's review of Contractor's daily reports and Inspector's
21 daily logs concerning excavation, steel reinforcing bar placement, and concrete
22 placement.
23
24 6- 19.3(5)B Steel Reinforcing Bar Cage Centralizers
25 This section is supplemented with the following new sentence:
26
27 The Contractor shall furnish and install additional centralizers as required to maintain
28 the specified concrete cover throughout the length of the shaft.
29
30 6- 19.3(5)C Concrete Cover Over Steel Reinforcing Bars
31
32
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'/2
4, -2
4, -2
6, -3
33
34 The following new paragraph is inserted after the table:
35
36 The concrete cover tolerances specified above apply to the concrete cover specified in
37 the Plans, even if it exceeds the minimum concrete cover.
38
39 6- 19.3(6) Access Tubes for Crosshole Sonic Log (CSL) Testing
40 This section title is revised to read:
41
42 6- 19.3(6) Contractor Furnished Accessories for Nondestructive QA Testing
43
44 This section is supplemented with the following three new subsections:
45
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 6- 19.3(6)D Shafts Requiring Thermal Wire
2 The Contractor shall furnish and install thermal wire in all shafts receiving the thermal
3 wire method of TIP testing, except as otherwise noted in Section 6- 19.3(1)B1.
4
5 6- 19.3(6)E Thermal Wire and Thermal Access Points (TAPs)
6 The thermal wire and associated couplers shall be obtained from the source specified in
7 the Special Provisions.
8
9 The Contractor shall securely attach the thermal wire to the interior of the reinforcement
10 cage of the shaft in conformance with the supplier's instructions. At a minimum, one
11 thermal wire shall be furnished and installed for each foot of shaft diameter, rounded to
12 the nearest whole number, as shown in the Plans. The number of thermal wires for
13 shaft diameters specified as "X feet 6 inches" shall be rounded up to the next higher
14 whole number. The thermal wires shall be placed around the shaft, inside the spiral or
15 hoop reinforcement, and tied to the vertical reinforcement with plastic "zip" ties at a
16 maximum spacing of 2 -feet. Steel tie wire shall not be used.
17
18 The thermal wire shall be installed in straight alignment and taut, but with enough slack
19 to not be damaged during reinforcing cage lofting. The wires shall be as near to parallel
20 to the vertical axis of the reinforcement cage as possible. The thermal wire shall extend
21 from the bottom of the reinforcement cage to the top of the shaft, with 15 -feet of slack
22 wire provided above the top of shaft. Care shall be taken to prevent damaging the
23 thermal wires during reinforcement cage installation and concrete placement operations
24 in the shaft excavation.
25
26 After completing shaft reinforcement cage fabrication at the site and prior to installation
27 of the cage into the shaft excavation, the Contractor shall install and connect thermal
28 access points (TAPs) to the thermal wires. The TAPs shall record data for at least one
29 hour after the cage is placed in the excavation to measure the slurry temperature and
30 enable the steel and slurry temperatures to equilibrate prior to placing concrete in the
31 shaft. The TAPs shall record and store data every 15 minutes. The TAPs shall remain
32 active for a minimum of 36 hours.
33
34 Prior to beginning concrete placement the TAPs shall be checked to ensure they are
35 recording data and that the wires have not been damaged. If a TAP unit is not
36 functioning due to a damaged wire, the Contractor shall repair or replace the wire. If a
37 TAP unit fails or a wire breaks after concrete placement has started, the Contractor
38 shall not stop the concrete placement operation to repair the wire.
39
40 6- 19.3(6)F Use of Access Tubes for TIP Testing Under the Thermal Probe Method
41 The Contractor may use access tubes for TIP testing under the thermal probe method.
42 Access tubes shall be cared for in accordance with Section 6- 19.3(6)C. Prior to TIP
43 testing under the thermal probe method, the water in each tube shall be removed,
44 collected, and stored in an insulated container. The access tube shall be blown dry and
45 swabbed to remove residual water. After TIP testing, the collected and stored tube
46 water shall be introduced back into the access tube. New potable water may be used,
47 provided the water temperature is not more than 10 °F cooler than the average concrete
48 temperature measured by the probe.
49
50 6- 19.3(6)A Shafts Requiring CSL Access Tubes
51 This section, including title, is revised to read:
52
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 6- 19.3(6)A Shafts Requiring Access Tubes
2 The Contractor shall furnish and install access tubes in all shafts receiving CSL testing
3 or the thermal probe method of TIP testing, except as otherwise noted in Section 6-
4 19.3(1)B1.
5
6 6- 19.3(6)B Orientation and Assembly of the CSL Access Tubes
7 This section's title is revised to read:
8
9 6- 19.3(6)B Orientation and Assembly of the Access Tubes
10
11 6- 19.3(6)C Care for CSL Access Tubes from Erection through CSL Testing
12 This section's title is revised to read:
13
14 6- 19.3(6)C Care for Access Tubes from Erection Through Nondestructive QA
15 Testing
16
17 The second sentence is revised to read:
18
19 The Contractor shall keep all of a shaft's access tubes full of water through the
20 completion of nondestructive QA testing of that shaft.
21
22 6- 19.3(7)A Concrete Class for Shaft Concrete
23 This section is revised to read:
24
25 Shaft concrete shall be Class 5000P conforming to Section 6 -02.
26
27 6- 19.3(7)B Concrete Placement Requirements
28 The last sentence of the last paragraph is revised to read:
29
30 The Section 6- 02.3(6) restriction for 5 feet maximum free fall shall not apply to
31 placement of concrete into a shaft.
32
33 6- 19.3(7)1 Requirements for Placing Concrete Above the Top of Shaft
34 This section is revised to read:
35
36 Concrete shall not be placed above the top of shaft (for column splice zones, columns,
37 footings, or shaft caps) until the Contractor receives the Engineer's acceptance of
38 nondestructive QA testing, if performed at that shaft, and acceptance of the shaft.
39
40 6- 19.3(9) Nondestructive Testing of Shafts (Crosshole Sonic Log (CSL)
41 Testing)
42 This section, including title, is revised to read:
43
44 6- 19.3(9) Nondestructive QA Testing of Shafts
45 The Contractor shall provide nondestructive QA testing and analysis on all shafts with
46 access tubes or thermal wires and TAPs facilitating the testing (See Section 6-
47 19.3(1)B). The testing and analysis shall be performed by the testing organizations
48 identified by the Contractor's submittal in accordance with Section 6- 19.3(2)D.
49
50 The Engineer may direct that additional testing be performed at a shaft if anomalies or a
51 soft bottom are detected by the Contractor's testing. If additional testing at a shaft
52 confirms the presence of a defect(s) in the shaft, the testing costs and the delay costs
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 resulting from the additional testing shall be borne by the Contractor in accordance with
2 Section 1 -05.6. If the additional testing indicates that the shaft has no defect, the testing
3 costs and the delay costs resulting from the additional testing will be paid by the
4 Contracting Agency in accordance with Section 1 -05.6, and, if the shaft construction is
5 on the critical path of the Contractor's schedule, a time extension equal to the delay
6 created by the additional testing will be granted in accordance with Section 1 -08.8.
7
8 6- 19.3(9)A Schedule of CSL Testing
9 This section, including title, is revised to read:
10
11 6- 19.3(9)A TIP Testing Using Thermal Probes or CSL Testing
12 If selected as the nondestructive QA testing method by the Contractor, TIP testing using
13 thermal probes, or CSL testing shall be performed after the shaft concrete has cured at
14 least 96 hours. Additional curing time prior to testing may be required if the shaft
15 concrete contains admixtures, such as set retarding admixture or water - reducing
16 admixture, added in accordance with Section 6- 02.3(3). The additional curing time prior
17 to testing required under these circumstances shall not be grounds for additional
18 compensation or extension of time to the Contractor in accordance with Section 1 -08.8.
19
20 6- 19.3(9)B Inspection of CSL Access Tubes
21 This section's title is revised to read:
22
23 6- 19.3(9)B Inspection of Access Tubes
24
25 6- 19.3(9)C Engineer's Final Acceptance of Shafts
26 This section, including title, is revised to read:
27
28 6- 19.3(9)C TIP Testing With Thermal Wires and TAPs
29 If selected as the nondestructive QA testing method by the Contractor, TIP testing with
30 thermal wires and TAPs (See Section 6- 19.3(6)E) shall be performed. The TIP testing
31 shall commence at the beginning of the concrete placement operation, recording
32 temperature readings at 15- minute intervals until the peak temperature is captured in
33 the data. Additional curing time may be required if the shaft concrete contains
34 admixtures, such as set retarding admixture or water - reducing admixture, added in
35 accordance with Section 6- 02.3(3). The additional curing time required under these
36 circumstances shall not be grounds for additional compensation or extension of time to
37 the Contractor in accordance with Section 1 -08.8.
38
39 TIP testing shall be conducted at all shafts in which thermal wires and TAPs have been
40 installed for thermal wire analysis (Section 6- 19.3(6)A).
41
42 6- 19.3(9)D Requirements to Continue Shaft Excavation Prior to Acceptance of
43 First Shaft
44 This section, including title, is revised to read:
45
46 6- 19.3(9)D Nondestructive QA Testing Results Submittal
47 The Contractor shall submit the results and analysis of the nondestructive QA testing for
48 each shaft tested. The Contractor shall submit the test results within three working days
49 of testing. Results shall be a Type 1 Working Drawing presented in a written report.
50
51 TIP reports shall include:
52
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 1. A map or plot of the wire /tube location within the shaft and their position
2 relative to a known and identifiable location, such as North.
3
4 2. Graphical displays of temperature measurements versus depth of each wire or
5 tube for the analysis time selected, overall average temperature with depth,
6 shaft radius or diameter with depth, concrete cover versus cage position with
7 depth, and effective radius.
8
9 3. The report shall identify unusual temperatures, particularly significantly cooler
10 local deviations from the overall average.
11
12 4. The report shall identify the location and extent where satisfactory or
13 questionable concrete is identified.
14
15 a. Satisfactory (S) - 0 to 6% Effective Radius Reduction and Cover Criteria
16 Met
17
18 b. Questionable (Q) - Effective Local Radius Reduction > 6 %, Effective Local
19 Average Diameter Reduction > 4 %, or Cover Criteria Not Met
20
21 5. Variations in temperature between wire /tubes (at each depth) which in turn
22 correspond to variations in cage alignment.
23
24 6. Where shaft specific construction information is available (e.g. elevations of
25 the top of shaft, bottom of casing, bottom of shaft, etc.), these values shall be
26 noted on all pertinent graphical displays.
27
28 CSL reports shall include:
29
30 1. A map or plot of the tube location within the shaft and their position relative to
31 a known and identifiable location, such as North.
32
33 2. Graphical displays of CSL Energy versus Depth and CSL signal arrival time
34 versus depth or velocity versus depth.
35
36 3. The report shall identify the location and extent where good, questionable, and
37 poor concrete is identified, where no signal was received, or where water is
38 present.
39
40 a. Good (G) - No signal distortion and decrease in signal velocity of 10% or
41 less is indicative of good quality concrete.
42
43 b. Questionable (Q) - Minor signal distortion and a lower signal amplitude
44 with a decrease in signal velocity between 10% and 20 %.
45
46 c. Poor (P) - Severe signal distortion and much lower signal amplitude with a
47 decrease in signal velocity of 20% or more.
48
49 d. No Signal (NS) - No signal was received.
50
51 e. Water (W) - A measured signal velocity of nominally V = 4,800 to 5,000
52 fps.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
2 All QA test reports will provide a recommendation to accept the shaft as -is,
3 recommendation for further review by the Engineer, or will provide a plan for further
4 testing, investigation or repair to address any deficiencies identified by the testing.
5
6 6- 19.3(9)E Additional CSL Testing
7 This section, including title, is revised to read:
8
9 6- 19.3(9)E Vacant
10
11 6- 19.3(9)1 Requirements for CSL Access Tubes and Cored Holes After CSL
12 Testing
13 This section's title is revised to read:
14
15 6- 19.3(9)1 Requirements for Access Tubes and Cored Holes After CSL Testing
16
17 6 -19.4 Measurement
18 This section is revised to read:
19
20 Constructing shafts will be measured by the linear foot. The linear foot measurement
21 will be calculated using the top of shaft elevation and the bottom of shaft elevation for
22 each shaft as shown in the Plans.
23
24 Rock excavation for shaft, including haul, will be measured by the linear foot of shaft
25 excavated. The linear feet measurement will be computed using the top of the rock line,
26 defined as the highest bedrock point within the shaft diameter, and the bottom elevation
27 shown in the Plans.
28
29 QA shaft test will be measured once per shaft tested.
30
31 6 -19.5 Payment
32 This section is revised to read:
33
34 Payment will be made for the following Bid items when they are included in the
35 Proposal:
36
37 "Constructing Diam. Shaft ", per linear foot.
38 The unit Contract price per linear foot for "Constructing Diam. Shaft" shall be full
39 pay for performing the Work as specified, including:
40
41 1. Soil excavation for shaft, including all costs in connection with furnishing,
42 mixing, placing, maintaining, containing, collecting, and disposing of all
43 mineral, synthetic and water slurry, and disposing of groundwater
44 collected by the excavated shaft.
45
46 2. Furnishing and placing temporary shaft casing, including temporary casing
47 in addition to the required casing specified in the Special Provisions, and
48 including all costs in connection with completely removing the casing after
49 completing shaft construction.
50
51 3. Furnishing permanent casing for shaft.
52
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 4. Placing permanent casing for shaft.
2
3 5. Casing shoring, including all costs in connection with furnishing and
4 installing casing shoring above the specified upper limit for casing shoring
5 but necessary to provide for sufficient water head pressure to resist
6 artesian water pressure present in the shaft excavation, removing casing
7 shoring, and placing seals when required.
8
9 6. Furnishing and placing steel reinforcing bar and epoxy- coated steel
10 reinforcing bar, including furnishing and installing steel reinforcing bar
11 centralizers.
12
13 7. Installation of CSL tubes or thermal wires.
14
15 8. Furnishing, placing and curing concrete to the top of shaft or to the
16 construction joint at the base of the shaft - column splice zone as
17 applicable.
18
19 Payment for "Constructing Diam. Shaft" will be made upon Engineer acceptance
20 of the shaft, including completion of satisfactory QA shaft tests as applicable.
21
22 "Rock Excavation For Shaft Including Haul ", per linear foot.
23 When rock excavation is encountered, payment for rock excavation is in addition to
24 the unit Contract price per linear foot for "Constructing Diam. Shaft"
25
26 "Shoring Or Extra Excavation Cl. A - ", lump sum.
27 The lump sum Contract price for "Shoring Or Extra Excavation Cl. A - " shall be
28 full pay for performing the Work as specified, including all costs in connection with
29 all excavation outside the limits specified for soil and rock excavation for shaft
30 including haul, all temporary telescoping casings, and all temporary casings beyond
31 the limits of required temporary casing specified in the Special Provisions.
32
33 "QA Shaft Test ", per each.
34 The unit Contract price per each for "QA Shaft Test" shall be full pay for performing
35 the Work as specified, including operating all associated accessories necessary to
36 record and process data and develop the summary QA test reports. Section 1 -04.6
37 does not apply to this bid item.
38
39 "Removing Shaft Obstructions ", estimated.
40 Payment for removing, breaking -up, or pushing aside shaft obstructions, as defined
41 in Section 6- 19.3(3)E, will be made for the changes in shaft construction methods
42 necessary to deal with the obstruction. The Contractor and the Engineer shall
43 evaluate the effort made and reach agreement on the equipment and employees
44 utilized, and the number of hours involved for each. Once these cost items and
45 their duration have been agreed upon, the payment amount will be determined
46 using the rate and markup methods specified in Section 1 -09.6. For the purpose of
47 providing a common proposal for all Bidders, the Contracting Agency has entered
48 an amount for the item "Removing Shaft Obstructions" in the Bid Proposal to
49 become a part of the total Bid by the Contractor.
50
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 If drilled shaft tools, cutting teeth, casing or Kelly bar is damaged as a result of the
2 obstruction removal work, the Contractor will be compensated for the costs to
3 repair this equipment in accordance with Section 1 -09.6.
4
5 If shaft construction equipment is idled as a result of the Work required to deal with
6 the obstruction and cannot be reasonably reassigned within the project, then
7 standby payment for the idled equipment will be added to the payment calculations.
8 If labor is idled as a result of the Work required to deal with the obstruction and
9 cannot be reasonably reassigned within the project, then all labor costs resulting
10 from Contractor labor agreements and established Contractor policies will be added
11 to the payment calculations.
12
13 The Contractor shall perform the amount of obstruction Work estimated by the
14 Contracting Agency within the original time of the Contract. The Engineer will
15 consider a time adjustment and additional compensation for costs related to the
16 extended duration of the shaft construction operations, provided:
17
18 1. The dollar amount estimated by the Contracting Agency has been
19 exceeded, and
20
21 2. The Contractor shows that the obstruction removal Work represents a
22 delay to the completion of the project based on the current progress
23 schedule provided in accordance with Section 1 -08.3.
24
25
26 7- 02.AP7
27 Section 7 -02, Culverts
28 January 3, 2017
29 7 -02.2 Materials
30 The following three new items are inserted after the item "Aggregate for Portland Cement
31 Concrete:
32
33 Gravel Backfill for Pipe Zone Bedding 9- 03.12(3)
34 Butyl Rubber Sealant 9 -04.11
35 External Sealing Band 9 -04.12
36
37 The last paragraph is deleted.
38
39 7- 02.3(6) Precast Reinf. Conc. Three Sided Structures, Box Culverts and Split
40 Box Culverts
41 This section is supplemented with the following new paragraph:
42
43 When the Plans include a complete set of design details for a Structure (defining panel
44 shapes and dimensions, concrete strength requirements, and steel reinforcing bar, joint,
45 and connection details), the design and load rating preparation and calculation submittal
46 requirements of Sections 7- 02.3(6)A1 and 7- 02.3(6)A2 do not apply for the components
47 shown in the Plans, but all other requirements of this Section remain in effect. The
48 Contractor may propose alternate concrete culvert designs, accommodating the same
49 rise, span, and length as shown in the Plans, to replace the Structure details shown in
50 the Plans. If an alternate concrete culvert design is proposed, all of the requirements of
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 this Section, including design and load rating preparation and calculation submittal,
2 apply.
3
4 7- 02.3(6)A General
5 This section is supplemented with the following two new paragraphs:
6
7 Tolerances for PRCTSS shall be as follows:
8
9 1. Internal Dimensions — The internal dimension shall not vary more than 1
10 percent or 2 inches, whichever is less, from the Plan dimensions. The haunch
11 dimensions shall not vary more than 3/4 inch from the Plan dimensions.
12
13 2. Slab and Wall Thickness — The slab and wall thickness shall not be less than
14 that shown in the Plans by more than 5 percent or 1/2 inch, whichever is
15 greater. A thickness more than that required in the Plans will not be a cause
16 for rejection if proper joining is not affected.
17
18 3. Length of Opposite Surfaces — Variations in lengths of two opposite surfaces
19 of the three -sided section shall not be more than 3/4 inch unless beveled
20 sections are being used to accommodate a curve in the alignment.
21
22 4. Reinforcing steel placement shall meet the tolerances specified in Section 6-
23 02.3(24)C.
24
25 Tolerances for PRCBC and PRCSBC shall be as follows:
26
27 1. Internal Dimensions — The internal dimensions shall not vary more than 1
28 percent from the Plan dimensions. If haunches are used, the haunch
29 dimensions shall not vary more than 1/4 inch from the Plan dimensions.
30
31 2. Slab and Wall Thickness — The slab and wall thickness shall not be less than
32 that shown in the Plans by more than 5 percent or 3/6 inch, whichever is
33 greater. A thickness more than that required in the Plans will not be a cause
34 for rejection.
35
36 3. Length of Opposite Box Segments — Variations in lengths of two opposite
37 surfaces of the box segments shall not be more than 1/8 inch per foot of internal
38 span, with a maximum of % inch for all sizes through 7 feet internal span, and
39 a maximum of 3/4 inch for internal spans greater than 7 feet, except where
40 beveled sections are being used to accommodate a curve in the alignment.
41
42 4. Length of Box Segments — The underrun in length of a segment shall not be
43 more than 1/8 inch per foot of length with a maximum of inch in any box
44 segment.
45
46 5. Length of Legs and Slabs — The variation in length of the legs shall not be
47 more than 1/2 inch per foot of the rise of the leg per leg with a maximum of 5/8
48 inches. The differential length between opposing legs of the same segment
49 shall not be more than 1/2 inch. Length of independent top slab spans shall not
50 vary by more than 1/8 inch per foot of span of the top slab, with a maximum of
51 % inches.
52
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 6. Reinforcing steel placement shall meet the tolerances specified in Section 6-
2 02.3(24)C.
3
4 This section is supplemented with the following new subsection:
5
6 7- 02.3(6)A5 Wingwalls and Retaining Walls
7 Wingwalls and retaining walls (including cutoff walls and headwalls) shall be
8 constructed in accordance with the Contractor's design and Working Drawing submittal
9 or when the Plans include a complete set of design details for a wall (defining panel
10 shapes and dimensions, concrete strength requirements, and steel reinforcing bar, joint,
11 and connection details),the details shown in the Plans.
12
13 Precast concrete construction shall conform to Sections 6- 02.3(28) and 6- 11.3(3).
14
15 Culvert bedding material shall be furnished, placed, and compacted in accordance with
16 Section 7- 02.3(6)A4.
17
18 7- 02.3(6)A1 Design Criteria
19 The first sentence of the last paragraph is revised to read:
20
21 Whenever the minimum finished backfill or surfacing depth above the top of the
22 Structure is less than 1' -0" (except when the top of the Structure is directly exposed to
23 vehicular traffic), either all steel reinforcing bars in the span unit shall be epoxy- coated
24 with 2" minimum concrete cover from the face of concrete to the face of the top mat of
25 steel reinforcing bars, or the minimum concrete cover shall be 21/2'.
26
27 The last sentence of the last paragraph is revised to read:
28
29 Concrete cover from the face of any concrete surface to the face of any steel
30 reinforcement shall be 1 -inch minimum end clearance at all joints, and 2- inches
31 minimum at all other locations.
32
33 7- 02.3(6)A2 Submittals
34 The first paragraph is revised to read:
35
36 The Contractor shall submit shop drawings of the precast Structures. Fabrication shop
37 drawings replicating complete design details when shown in the Plans shall be Type 2
38 Working Drawings. Submittals completing the design based on the schematic
39 geometric requirements shown in the Plans, or proposing a Contractor designed
40 alternative concrete culvert Structure shall be Type 2E Working Drawings with
41 supporting design calculations.
42
43 The last paragraph is revised to read:
44
45 For precast Structures with a span length greater than 20 -feet (as defined in Section 7-
46 02.3(6)A1), except when the depth of fill above the top of culvert exceeds the Structure
47 span length, a Type 2E Working Drawing shall be submitted consisting of a load rating
48 report prepared in accordance with the AASHTO Manual for Bridge Evaluation and
49 WSDOT Bridge Design Manual LRFD M 23 -50 Chapter 13. Soil pressures used shall
50 include effects from the backfill material and compaction methods, and shall be in
51 accordance with the WSDOT Geotechnical Design Manual M 46 -03 and the
52 geotechnical report prepared for the project.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 7- 02.3(6)A3 Casting
3 This section is revised to read:
4
5 Concrete shall conform to Section 6- 02.3(28)B, with a 28 -day compressive strength as
6 specified in the Plans or the Working Drawings submittal.
7
8 7- 02.3(6)A4 Excavation and Bedding Preparation
9 The last paragraph is revised to read:
10
11 The upper layer of bedding course shall be a 6 -inch minimum thickness layer of culvert
12 bedding material, defined as granular material either conforming to Section 9- 03.12(3)
13 or to AASHTO Grading No. 57 as specified in Section 9- 03.1(4)C. The plan limits of the
14 culvert bedding material shall extend 1 -foot beyond the plan limits of the culvert or the
15 Structure footing as applicable. The culvert bedding material shall be compacted in
16 accordance with the Section 2- 09.3(1)E requirements for gravel backfill for drains. After
17 compaction, the culvert bedding material shall be screeded transversely to the specified
18 line and grade. Voids in the screeded culvert bedding material shall be filled and then
19 rescreeded prior to erecting the precast Structure.
20
21 7- 02.3(6)B3 Erection
22 The last paragraph is revised to read:
23
24 Adjacent precast sections shall be connected by welding the weld -tie anchors in
25 accordance with Section 6- 03.3(25). Welding ground shall be attached directly to the
26 steel plates being welded when welding the weld -ties. The weld -tie anchor spacing shall
27 not exceed 6' -0 ". After connecting the weld -tie anchors, the Contractor shall paint the
28 exposed metal surfaces with one coat of field primer conforming to Section 9- 08.1(2)F.
29 Keyways shall be filled with grout conforming to Section 9- 20.3(2).
30
31 7- 02.3(6)C1 Casting
32 This section is revised to read:
33
34 PRCSBC shall consist of lid elements and "U" shaped base elements. The vertical legs
35 of the "U" shaped base elements shall be full height matching the rise of the culvert,
36 except as otherwise specified for culvert spans greater than 20 -feet. For PRCSBC
37 spans greater than 20 -feet (as defined in Section 7- 02.3(6)A1), the lid elements may
38 include vertical legs of a maximum length of 4 -feet.
39
40 All vertical and horizontal joints of PRCBC and PRCSBC elements shall be tongue and
41 groove type joints, except PRCBC and PRCSBC of 20 -foot span or less may have
42 keyway joints connected by weld -tie anchors in accordance with Section 6- 02.3(25)0.
43 The weld -tie anchor spacing shall not exceed 6' -0 ". There shall be at least two
44 galvanized steel tie plates across each top unit tongue and groove joint and each
45 tongue and groove joint between upper and lower units, unless otherwise shown in the
46 Plans or required by the seismic designed completed in accordance with Section 7-
47 02.3(6)A1.
48
49 7- 02.3(6)C3 Erection
50 This section is revised to read:
51
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 PRCBC and PRCSBC shall be erected and backfilled in accordance with the erection
2 sequence specified in the Working Drawing submittal, and the construction equipment
3 restrictions specified in Section 6- 02.3(25)0.
4
5 The Contractor shall install a continuous strip of butyl rubber sealant within all tongue
6 and groove joints prior to connecting the precast elements together. The butyl rubber
7 sealant shall have a minimum cross section of by 11/2-inch, unless otherwise
8 shown in the Plans.
9
10 After connecting the joints with weld -tie anchors, the Contractor shall paint the exposed
11 metal surfaces with one coat of field primer conforming to Section 9- 08.1(2)F. Keyways
12 shall be filled with grout conforming to Section 9- 20.3(2).
13
14 The Contractor shall wrap all exterior joints along the top and sides of the PRCBC and
15 PRCSBC with a 12 -inch wide strip of external sealing band centered about the joint and
16 adhesively bonded to the concrete surface.
17
18 Backfill beside the PRCBC and PRCSBC shall be brought up in sequential layers,
19 compacted concurrently. The difference in backfill height on opposing sides of the
20 Structure shall not exceed 2 -feet.
21
22 7 -02.4 Measurement
23 This section is supplemented with the following:
24
25 Culvert bedding material will be measured by the cubic yard of material placed.
26
27 7 -02.5 Payment
28 This section is supplemented with the following:
29
30 "Culvert Bedding Material ", per cubic yard.
31
32 7- 08.AP7
33 Section 7 -08, General Pipe Installation Requirements
34 January 3, 2017
35 7- 08.3(1)A Trenches
36 The second sentence of the last paragraph is revised to read:
37
38 The embankment material shall be compacted to 95 percent of maximum density and
39 the moisture content at the time of compaction shall be between optimum and 3
40 percentage points below optimum as determined by the Compaction Control Tests
41 specified in Section 2- 03.3(14)D.
42
43 7- 09.AP7
44 Section 7 -09, Water Mains
45 April 3, 2017
46 7- 09.3(24)D Dry Calcium Hypochlorite
47 The second paragraph is revised to read:
48
49 The number of grams of 70 percent test calcium hypochlorite required for a 20 -foot
50 length of pipe equals 0.238 x d2, in which "d" is the diameter in inches.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 8- 01.AP8
3 Section 8 -01, Erosion Control and Water Pollution Control
4 August 1, 2016
5 8 -01.2 Materials
6 This section is supplemented with the following new paragraph:
7
8 Recycled concrete, in any form, shall not be used for any Work defined in Section 8 -01.
9
10 8- 01.3(7) Stabilized Construction Entrance
11 The last sentence of the first paragraph is revised to read:
12
13 Material used for stabilized construction entrance shall be free of extraneous materials
14 that may cause or contribute to track out.
15
16 8- 01.3(8) Street Cleaning
17 This section is revised to read:
18
19 Self- propelled street sweepers shall be used to remove and collect sediment and other
20 debris from the Roadway, whenever required by the Engineer. The street sweeper shall
21 effectively collect these materials and prevent them from being washed or blown off the
22 Roadway or into waters of the State. Street sweepers shall not generate fugitive dust
23 and shall be designed and operated in compliance with applicable air quality standards.
24
25 Material collected by the street sweeper shall be disposed of in accordance with Section
26 2- 03.3(7)C.
27
28 Street washing with water will require the concurrence of the Engineer.
29
30 8- 09.AP8
31 Section 8 -09, Raised Pavement Markers
32 January 3, 2017
33 8 -09.5 Payment
34 In the last paragraph, "flaggers and spotters" is revised to read "flaggers ".
35
36 8- 10.AP8
37 Section 8 -10, Guide Posts
38 January 4, 2016
39 8 -10.3 Construction Requirements
40 The last sentence of the second paragraph is deleted.
41
42 8- 11.AP8
43 Section 8 -11, Guardrail
44 January 17, 2017
45 8- 11.3(1)C Terminal and Anchor Installation
46 This section is supplemented with the following new paragraph:
47
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 Beam Guardrail Non - flared Terminals for Type 1 guardrail shall meet the crash test and
2 evaluation criteria of NCHRP 350 or the Manual for Assessing Safety Hardware
3 (MASH). Beam Guardrail Non - flared Terminals for Type 31 guardrail shall meet the
4 crash test and evaluation criteria of MASH.
5
6 8- 11.3(1)F Removing and Resetting Beam Guardrail
7 The last sentence of the first paragraph is deleted.
8
9 8 -11.5 Payment
10 The paragraph following the Bid item "Removing and Resetting Beam Guardrail ", per linear
11 foot is revised to read:
12
13 The unit Contract price per linear foot for "Removing and Resetting Beam Guardrail"
14 shall be full payment for all costs to perform the Work as described in Section 8-
15 11.3(1)F, except for replacement posts and blocks.
16
17 The paragraph following the Bid item "Raising Existing Beam Guardrail ", per linear foot is
18 revised to read:
19
20 The unit Contract price per linear foot for "Raising Existing Beam Guardrail" shall be full
21 payment for all costs to perform the Work as described in Section 8- 11.3(1)E, except for
22 replacement posts and blocks.
23
24 8- 20.AP8
25 Section 8 -20, Illumination, Traffic Signal Systems, Intelligent Transportation
26 Systems, and Electrical
27 January 3, 2017
28 8- 20.1(1) Regulations and Code
29 The second paragraph is revised to read:
30
31 Wherever reference is made in these Specifications or in the Special Provisions to the
32 Code, the rules, or the standards mentioned above, the reference shall be construed to
33 mean the code, rule, or standard that is in effect on the Bid advertisement date.
34
35 8- 20.3(5)A General
36 The last paragraph is revised to read:
37
38 Immediately after the sizing mandrel has been pulled through, install an equipment
39 grounding conductor if applicable (see Section 8- 20.3(9)) and any new or existing wire
40 or cable as specified in the Plans. Where conduit is installed for future use, install a
41 200 -pound minimum tensile strength pull string with the equipment grounding
42 conductor. The pull string shall be attached to duct plugs or caps at both ends of the
43 conduit.
44
45 8- 20.3(5)A1 Fiber Optic Conduit
46 The last paragraph is deleted.
47
48 8- 20.3(5)B Conduit Type
49 The second and third paragraphs are deleted and replaced with the following new
50 paragraph:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 PVC and HDPE conduits shall be Schedule 80 unless installed as innerduct.
3
4 8- 2O.3(5)D Conduit Placement
5 Item number 2 is revised to read:
6
7 2. 24- inches below the top of the untreated surfacing on a Roadbed.
8
9 8- 20.3(9) Bonding, Grounding
10 The following two new paragraphs are inserted after the first paragraph:
11
12 Install an equipment grounding conductor in all new conduit, whether or not the
13 equipment grounding conductor is called for in the wire schedule.
14
15 For each new conduit with innerduct install an equipment grounding conductor in only
16 one of the innerducts unless otherwise required by the NEC or the Plans.
17
18 The fourth paragraph (after the preceding Amendments are applied) is revised to read:
19
20 Bonding jumpers and equipment grounding conductors meeting the requirements of
21 Section 9- 29.3(2)A3 shall be minimum #8 AWG, installed in accordance with the NEC.
22 Where existing conduits are used for the installation of new circuits, an equipment
23 grounding conductor shall be installed unless an existing equipment ground conductor,
24 which is appropriate for the largest circuit, is already present in the existing raceway.
25 The equipment ground conductor between the isolation switch and the sign lighter
26 fixtures shall be minimum #14 AWG stranded copper conductor. Where parallel circuits
27 are enclosed in a common conduit, the equipment - grounding conductor shall be sized
28 by the largest overcurrent device serving any circuit contained within the conduit.
29
30 The second sentence of the fifth paragraph (after the preceding Amendments are applied) is
31 revised to read:
32
33 A non - insulated stranded copper conductor, minimum #8 AWG with a full circle crimp
34 on connector (crimped with a manufacturer recommended crimper) shall be connected
35 to the junction box frame or frame bonding stud, the other end shall be crimped to the
36 equipment bonding conductor, using a "C" type crimp connector.
37
38 The last two sentences of the sixth paragraph (after the preceding Amendments are applied)
39 are revised to read:
40
41 For Tight standards, signal standards, cantilever and sign bridge Structures the
42 supplemental grounding conductor shall be #4 AWG non - insulated stranded copper
43 conductor. For steel sign posts which support signs with sign lighting or flashing
44 beacons the supplemental grounding conductor shall be #6 AWG non insulated
45 stranded copper conductor.
46
47 The fourth to last paragraph is revised to read:
48
49 Install a two grounding electrode system at each service entrance point, at each
50 electrical service installation and at each separately derived power source. The service
51 entrance grounding electrode system shall conform to the "Service Ground" detail in the
52 Standard Plans. If soil conditions make vertical grounding electrode installation
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 impossible an alternate installation procedure as described in the NEC may be used.
2 Maintain a minimum of 6 feet of separation between any two grounding electrodes
3 within the grounding system. Grounding electrodes shall be bonded copper, ferrous
4 core materials and shall be solid rods not Tess than 10 feet in length if they are 1/2 inch in
5 diameter or not less than 8 feet in length if they are % inch or larger in diameter.
6
7 8- 20.3(13)A Light Standards
8 The first sentence in the second to last paragraph is revised to read:
9
10 All new and relocated metal light standards shall be numbered for identification using
11 painted 4 inch block gothic letters (similar to series C highway lettering) and numbers
12 installed 3 feet above the base facing the Traveled Way.
13
14 The numbered list in the second to last paragraph is deleted and replaced with the following:
15
16 NN
17 CC -SSSS
18 VVV
19
20 Where:
21 NN — Is the pole number as identified in the Plans. May be one or more characters.
22 CC — Is the circuit letter as identified in the Plans. May be one or more characters.
23 SSSS — Is he service cabinet number as identified in the Plans. Do not include the
24 two or three letter prefix. Up to four digits - do not include leading zeros.
25 VVV — Is the operating voltage of the luminaire. Always three digits.
26
27 8- 20.3(13)C Luminaires
28 The first paragraph is revised to read:
29
30 The Contractor shall mark the installation date on the inside of the luminaire ballast or
31 driver housing using a permanent marking pen.
32
33 8- 22.AP8
34 Section 8 -22, Pavement Marking
35 January 4, 2016
36 8 -22.4 Measurement
37 The first two sentences of the fourth paragraph are revised to read:
38
39 The measurement for "Painted Wide Lane Line ", "Plastic Wide Lane Line ", "Profiled
40 Plastic Wide Lane Line ", "Painted Barrier Center Line ", "Plastic Barrier Center Line ",
41 "Painted Stop Line ", "Plastic Stop Line ", "Painted Wide Dotted Entry Line ", or "Plastic
42 Wide Dotted Entry Line" will be based on the total length of each painted, plastic or
43 profiled plastic line installed. No deduction will be made for the unmarked area when the
44 marking includes a broken line such as, wide broken lane line, drop lane line, wide
45 dotted lane line or wide dotted entry line.
46
47 8 -22.5 Payment
48 The following two new Bid items are inserted after the Bid item "Plastic Crosshatch Marking ",
49 per linear foot:
50
51 "Painted Wide Dotted Entry Line ", per linear foot.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 "Plastic Wide Dotted Entry Line ", per linear foot.
3
4 9- 01.AP9
5 Section 9 -01, Portland Cement
6 January 3, 2017
7 This section's title is revised to read:
8
9 Cement
10
11 9 -01.1 Types of Cement
12 This section is revised to read:
13
14 Cement shall be classified as portland cement, blended hydraulic cement, or rapid
15 hardening hydraulic cement.
16
17 9- 01.2(2) Vacant
18 This section, including title, is revised to read:
19
20 9- 01.2(2) Rapid Hardening Hydraulic Cement
21 Rapid hardening hydraulic cement shall meet the requirements of ASTM C 1600.
22
23 9- 01.2(3) Low Alkali Cement
24 This section is renumbered as follows:
25
26 9- 01.2(1)A Low Alkali Cement
27
28 9- 01.2(4) Blended Hydraulic Cement
29 This section is renumbered as follows:
30
31 9- 01.2(1)B Blended Hydraulic Cement
32
33 In the first paragraph, the last two sentences of item number 3 are revised to read:
34
35 Separate testing of each source of fly ash at each proposed replacement level shall be
36 conducted in accordance with ASTM C1012 at the storage temperature prescribed in
37 Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or Tess.
38
39 In the first paragraph, the last two sentences of item number 4 are revised to read:
40
41 Separate testing of each source of slag at each proposed replacement level shall be
42 conducted in accordance with ASTM C1012 at the storage temperature prescribed in
43 Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or less.
44
45 In the first paragraph, the last two sentences of item number 5 are revised to read:
46
47 Separate testing of each source of fly ash or slag at each proposed replacement level
48 shall be conducted in accordance with ASTM C1012 at the storage temperature
49 prescribed in Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10
50 percent or less.
51
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 9 -01.3 Tests and Acceptance
2 The second paragraph is revised to read:
3
4 Cement producers /suppliers that certify portland cement or blended hydraulic cement
5 shall participate in the Cement Acceptance Program as described in WSDOT Standard
6 Practice QC 1. Rapid hardening hydraulic cement producers /suppliers are not required
7 to participate in WSDOT Standard Practice QC 1.
8
9 9- 03.AP9
10 Section 9 -03, Aggregates
11 January 3, 2017
12 9- 03.1(1) General Requirements
13 In this section, each reference to "Section 9- 01.2(3)" is revised to read "Section 9- 01.2(1)A ".
14
15 This first paragraph is supplemented with the following:
16
17 Reclaimed aggregate may be used if it complies with the specifications for Portland
18 Cement Concrete. Reclaimed aggregate is aggregate that has been recovered from
19 plastic concrete by washing away the cementitious materials.
20
21 9- 03.1(2) Fine Aggregate for Portland Cement Concrete
22 This section is revised to read:
23
24 Fine aggregate shall consist of natural sand or manufactured sand, or combinations
25 thereof, accepted by the Engineer, having hard, strong, durable particles free from
26 adherent coating. Fine aggregate shall be washed thoroughly to meet the specifications.
27
28 9- 03.1(2)A Deleterious Substances
29 This section is revised to read:
30
31 The amount of deleterious substances in the washed aggregate shall be tested in
32 accordance with AASHTO M 6 and not exceed the following values:
33
34 Material finer than No. 200 Sieve 2.5 percent by weight
35 Clay lumps and friable particles 3.0 percent by weight
36 Coal and lignite 0.25 percent by weight
37 Particles of specific gravity less than 2.00 1.0 percent by weight.
38
39 Organic impurities shall be tested in accordance with AASHTO T 21 by the glass
40 color standard procedure and results darker than organic plate no. 3 shall be
41 rejected. A darker color results from AASHTO T 21 may be used provided that
42 when tested for the effect of organic impurities on strength of mortar, the relative
43 strength at 7 days, calculated in accordance with AASHTO T 71, is not less than 95
44 percent.
45
46 9- 03.1(4) Coarse Aggregate for Portland Cement Concrete
47 This section is revised to read:
48
49 Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone, or
50 combinations thereof having hard, strong, durable pieces free from adherent coatings.
51 Coarse aggregate shall be washed to meet the specifications.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 9- 03.1(4)A Deleterious
3 This section, including title, is revised to read:
4
5 9- 03.1(4)A Deleterious Substances
6 The amount of deleterious substances in the washed aggregate shall be tested in
7 accordance with AASHTO M 80 and not exceed the following values:
8
9 Material finer than No. 200 1.01 percent by weight
10 Clay lumps and Friable Particles 2.0 percent by weight
11 Shale 2.0 percent by weight
12 Wood waste 0.05 percent by weight
13 Coal and Lignite 0.5 percent by weight
14 Sum of Clay Lumps, Friable Particles, and
15 Chert (Less Than 2.40 specific gravity SSD) 3.0 percent by weight
16
17 11f the material finer than the No. 200 sieve is free of clay and shale, this
18 percentage may be increased to 1.5.
19
20 9- 03.1(4)C Grading
21 The following new sentence is inserted at the beginning of the last pargraph:
22
23 Where coarse aggregate size 467 is used, the aggregate may be furnished in at least
24 two separate sizes.
25
26 9- 03.1(5) Combined Aggregate Gradation for Portland Cement Concrete
27 This section is revised to read:
28
29 As an alternative to using the fine aggregate sieve grading requirements in Section 9-
30 03.1(2)B, and coarse aggregate sieve grading requirements in Section 9- 03.1(4)C, a
31 combined aggregate gradation conforming to the requirements of Section 9- 03.1(5)A
32 may be used.
33
34 9- 03.1(5)A Deleterious Substances
35 This section is revised to read:
36
37 The amount of deleterious substances in the washed aggregates 3/8 inch or larger shall
38 not exceed the values specified in Section 9- 03.1(4)A and for aggregates smaller than
39 3/8 inch they shall not exceed the values specified in Section 9- 03.1(2)A.
40
41 9- 03.1(5)B Grading
42 The first paragraph is deleted.
43
44 9- 03.8(2) HMA Test Requirements
45 In the table in item number 3, the heading "Statistical and Nonstatistical" is revised to read
46 "Statistical ".
47
48 9- 03.8(7) HMA Tolerances and Adjustments
49 In the table in item number 1, the column titled "Nonstatistical Evaluation" is deleted.
50
51 In the table in item 1, the last column titled "Commercial Evaluation" is revised to read
52 "Visual Evaluation ".
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
2 9- 03.11(1) Streambed Sediment
3 The following three new sentences are inserted after the first sentence of the first paragraph:
4
5 Alternate gradations may be used if proposed by the Contractor and accepted by the
6 Engineer. The Contractor shall submit a Type 2 Working Drawing consisting of 0.45
7 power maximum density curve of the proposed gradation. The alternate gradation shall
8 closely follow the maximum density line and have Nominal Aggregate Size of no Tess
9 than 11/2 inches or no greater than 3 inches.
10
11 9- 03.12(4) Gravel Backfill for Drains
12 The following new sentence is inserted at the beginning of the second paragraph:
13
14 As an alternative, AASHTO grading No. 57 may be used in accordance with Section 9-
15 03.1(4)C.
16
17 9- 03.12(5) Gravel Backfill for Drywells
18 The following new sentence is inserted at the beginning of the second paragraph:
19
20 As an alternative, AASHTO grading No. 4 may be used in accordance with Section 9-
21 03.1(4)C.
22
23 9- 03.21(1)B Concrete Rubble
24 This section, including title, is revised to read:
25
26 9- 03.21(1)B Recycled Concrete Aggregate
27 Recycled concrete aggregates are coarse aggregates manufactured from hardened
28 concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate or
29 blended with coarse aggregate for Commercial Concrete. Recycled concrete aggregate
30 shall meet all of the requirements for coarse aggregate contained in Section 9- 03.1(4)
31 or 9- 03.1(5). In addition to the requirements of Section 9- 03.1(4) or 9- 03.1(5), recycled
32 concrete shall:
33
34 1. Contain an aggregated weight of less than 1 percent of adherent fines,
35 vegetable matter, plastics, plaster, paper, gypsum board, metals, fabrics,
36 wood, tile, glass, asphalt (bituminous) materials, brick, porcelain or other
37 deleterious substance(s) not otherwise noted;
38 2. Be free of harmful components such as chlorides and reactive materials unless
39 mitigation measures are taken to prevent recurrence in the new concrete;
40 3. Have an absorption of less than 10 percent when tested in accordance with
41 AASHTO T 85.
42
43 Recycled concrete aggregate shall be in a saturated condition prior to mixing.
44
45 Recycled concrete aggregate shall not be placed below the ordinary high water mark of
46 any water of the State.
47
48 9- 03.21(1)D Recycled Steel Furnace Slag
49 This section title is revised to read:
50
51 Steel Slag
52
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 9- 03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled
2 Material
3
4 In the Hot Mix Asphalt column, each value of "20" is revised to read "25 ".
5
6 The last column heading "Steel Furnace Slag" is revised to read "Steel Slag ".
7
8 The following new row is inserted after the second row:
9
10
11
12
13
14
Coarse Aggregate for Commercial Concrete
9- 03.1(4)
0
100
0
0
9- 04.AP9
Section 9 -04, Joint and Crack Sealing Materials
January 3, 2017
15 This section is supplemented with the following two new subsections:
16
17 9 -04.11 Butyl Rubber Sealant
18 Butyl rubber sealant shall conform to ASTM C 990.
19
20 9 -04.12 External Sealing Band
21 External sealing band shall by Type III B conforming to ASTM C 877.
22
23 9- 04.1(2) Premolded Joint Filler for Expansion Joints
24 This section is supplemented with the following:
25
26
27
28
29
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 1
Physical Property
Requirement
Test Method
Water Absorption
< 1.0%
AASHTO T 42
Compression Recovery
> 80%
< 0.1 in.
AASHTO T 42
AASHTO T 42
Extrusion
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
30
31 9- 04.2(1) Hot Poured Joint Sealants
32 This section's content is deleted and replaced with the following new subsections:
33
34 9- 04.2(1)A Hot Poured Sealant
35 Hot poured sealant shall be sampled in accordance with ASTM D5167 and tested in
36 accordance with ASTM D5329.
37
38 9- 04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement
39 Hot poured sealant for cement concrete pavement shall meet the requirements of
40 ASTM D6690 Type IV, except for the following:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
2 1. The Cone Penetration at 25°C shall be 130 maximum.
3
4 2. The extension for the Bond, non - immersed, shall be 100 percent.
5
6 9- 04.2(1)A2 Hot Poured Sealant for Bituminous Pavement
7 Hot poured sealant for bituminous pavement shall meet the requirements of ASTM
8 D6690 Type I or Type II.
9
10 9- 04.2(1)B Sand Slurry for Bituminous Pavement
11 Sand slurry is mixture consisting of the following components measured by total weight:
12
13 1. Twenty percent CSS -1 emulsified asphalt,
14
15 2. Two percent portland cement, and
16
17 3. Seventy -eight percent fine aggregate meeting the requirements of 9- 03.1(2)B
18 Class 2. Fine aggregate may be damp (no free water).
19
20 9- 04.2(2) Poured Rubber Joint Sealer
21 The last paragraph is deleted.
22
23 9- 04.4(1) Rubber Gaskets for Concrete Pipes and Precast Manholes
24 "AASHTO M 198" is revised to read "ASTM C 990 ".
25
26 9- 04.4(3) Gaskets for Aluminum or Steel Culvert or Storm Sewer Pipe
27 In the last sentence, "AASHTO M 198" is revised to read "ASTM C 990 ".
28
29 9- 06.AP9
30 Section 9 -06, Structural Steel and Related Materials
31 January 3, 2017
32 9- 06.5(3) High- Strength Bolts
33 In this section, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ", "ASTM A490" is
34 revised to read "ASTM F3125 Grade A490 ", and "ASTM F1852" is revised to read "ASTM
35 F3125 Grade F1852 ".
36
37 In the fifth paragraph, "ASTM -A325" is revised to read "ASTM F3125 ".
38
39 9 -06.12 Bronze Castings
40 In this section, "AASHTO M107" is revised to read "ASTM B22 ".
41
42 9 -06.16 Roadside Sign Structures
43 In the first paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ".
44
45 9- 07.AP9
46 Section 9 -07, Reinforcing Steel
47 August 1, 2016
48 9- 07.1(1)A Acceptance of Materials
49 The first sentence of the first paragraph is revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 Reinforcing steel rebar manufacturers shall comply with the National Transportation
3 Product Evaluation Program (NTPEP) Work Plan for Reinforcing Steel (rebar)
4 Manufacturers.
5
6 The first sentence of the second paragraph is revised to read:
7
8 Steel reinforcing bar manufacturers use either English or a Metric size designation while
9 stamping rebar.
10
11 9- 07.1(2) Bending
12 The first two sentences of the first paragraph are deleted and replaced with the following two
13 new sentences:
14
15 Steel reinforcing bars shall be cut and bent cold to the shapes shown on the Plans.
16 Fabrication tolerances shall be in accordance with ACI 315.
17
18 9- 10.AP9
19 Section 9 -10, Piling
20 August 1, 2016
21 9 -10.3 Cast -In -Place Concrete Piling
22 This section is revised to read:
23
24 Reinforcement for cast -in -place concrete piles shall conform to Section 9 -07.2.
25
26 9- 11.AP9
27 Section 9 -11, Waterproofing
28 January 3, 2017
29 This section (and all subsections), including title, is revised to read:
30
31
32
33
34
35
36
37
38
39
40
9 -11 Waterproof Membrane
9 -11.1 Asphalt for Waterproofing
Waterproof membrane shall be a sheet membrane conforming to ASTM D 6153
Type III, 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
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.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 9 -11.2 Primer for Waterproof Membrane
2 The primer for the waterproof membrane shall be appropriate for bonding the sheet
3 membrane to the bridge deck surface and shall be compatible with the membrane
4 in accordance with the waterproof membrane manufacturer's recommendations.
5
6 9- 16.AP9
7 Section 9 -16, Fence and Guardrail
8 January 17, 2017
9 9- 16.3(3) Galvanizing
10 The first three sentences are deleted and replaced with the following single sentence:
11
12 W -beam or thrie beam rail elements and terminal sections shall be galvanized in
13 accordance with AASHTO M 180, Class A, Type II.
14
15 9- 20.AP9
16 Section 9 -20, Concrete Patching Material, Grout, and Mortar
17 January 3, 2017
18 This section is supplemented with the following new subsection:
19
20 9 -20.5 Bridge Deck Repair Material
21 Bridge deck repair material shall be either an ultra -low viscosity, two -part liquid,
22 polyurethane- hybrid polymer concrete, or a pre - packaged cement based repair mortar,
23 conforming to the following requirements:
24
25 1. Minimum compressive strength of 2,500 psi, in accordance with ASTM C 109.
26
27 2. Total soluble chloride ion content by mass of product shall conform to the limits
28 specified in Section 6- 02.3(2) for reinforced concrete.
29
30 3. Permeability of less than 2,000 coulombs at 56 -days in accordance with
31 AASHTO T 277.
32
33 If pre - packaged deck repair material does not include coarse aggregate, the Contractor
34 shall extend the mix with coarse aggregate as recommended by the manufacturer.
35
36 9- 23.AP9
37 Section 9 -23, Concrete Curing Materials and Admixtures
38 January 3, 2017
39 9 -23.9 FIy Ash
40 The first paragraph is revised to read:
41
42 FIy ash shall conform to the requirements of AASHTO M295 Class C or F including
43 supplementary optional chemical requirements as set forth in Table 2.
44
45 The last sentence of the last paragraph is revised to read:
46
47 The supplementary optional chemical limits in AASHTO M295 Table 2 do not apply to
48 fly ash used in Controlled Density Fill.
49
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 9 -23.12 Metakaolin
2 This section, including title, is revised to read:
3
4 9 -23.12 Natural Pozzolan
5 Natural Pozzolans shall be either Metakaolin or ground Pumice and shall conform to the
6 requirements of AASHTO M295 Class N, including supplementary optional chemical
7 requirements as set forth in Table 2.
8
9 9- 28.AP9
10 Section 9 -28, Signing Materials and Fabrication
11 April 3, 2017
12 9- 28.14(3) Aluminum Structures
13 This section is revised to read:
14
15 Welding of aluminum shall be in accordance with AWS D1.2 /D1.2M, latest edition,
16 Structural Welding Code — Aluminum.
17
18 Aluminum alloy filler metals utilized on anodized structures shall result in color matching
19 to base metals.
20
21 9- 29.AP9
22 Section 9 -29, Illumination, Signal, Electrical
23 January 3, 2017
24 9 -29.2 Junction Boxes, Cable Vaults, and Pull Boxes
25 This section is supplemented with the following new subsections:
26
27 9- 29.2(5) Testing Requirements
28 The Contractor shall provide for testing of junction boxes, cable vaults and pull boxes.
29 Junction boxes, cable vaults and pull boxes shall be tested by an independent materials
30 testing facility, and a test report issued documenting the results of the tests performed.
31
32 For each junction box, vault and pull box type, the independent testing laboratory shall
33 meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test
34 Equipment. The test shall be conducted in the presence of a Professional Engineer,
35 licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural,
36 and each test sheet shall have the Professional Engineer's original signature, date of
37 signature, original seal, and registration number. One copy of the test report shall be
38 furnished to the Contracting Agency certifying that the box and cover meet or exceed
39 the loading requirements for that box type, and shall include the following information:
40
41 1. Product identification.
42
43 2. Date of testing.
44
45 3. Description of testing apparatus and procedure.
46
47 4. All Toad deflection and failure data.
48
49 5. Weight of box and cover tested.
50
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
6. Upon completion of the required test(s) the box shall be loaded to failure or to
the maximum load 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 Toad 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 load 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 load 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:
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.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 c. The security lid shall be cooled to and held at -30 °F for 15 minutes.
2 The locking mechanism shall then be cycled once to verify operation
3 at this temperature.
4
5 d. The security lid shall be heated to and held at 120 -122 °F for 15
6 minutes. The locking mechanism shall then be cycled once to verify
7 operation at this temperature.
8
9 e. The security lid shall be temperature adjusted to and held at 110 °F
10 and 95% humidity for 15 minutes. The locking mechanism shall then
11 be cycled once to verify operation at this temperature and humidity.
12
13 9- 29.2(5)C Standard Duty Non - Concrete Junction Boxes
14 Non - concrete Junction Boxes shall be tested as defined in the ANSI /SCTE 77 Tier
15 15 test method using the test load of 22,500 pounds (minimum) in place of the
16 design load during testing. In addition, the Contractor shall provide a Manufacturer
17 Certificate of Compliance for each non - concrete junction box installed.
18
19 9- 29.2(5)D Heavy -Duty Boxes and Vaults
20 Heavy -Duty Junction Boxes, Cable Vaults, and Pull Boxes shall be load tested to
21 46,000 pounds. The test load shall be applied vertically through a 10 by 20 by 1-
22 inch steel plate centered on the lid with an orientation both on the long axis and the
23 short axis of the junction box. The test load shall be applied and released ten times
24 on each axis. The deflection at the test Toad and released state shall be recorded
25 for each interval. At each interval the test box shall be inspected for lid deformation,
26 failure of the lid or frame welds, vertical and horizontal displacement of the lid
27 frame, cracks, and concrete spalling. After the twentieth loading interval the test
28 shall be terminated with a 60,000 pound load being applied vertically through the
29 steel plate centered on the lid and with the long edge of steel plate orientated
30 parallel to the long axis of the box.
31
32 Heavy -Duty Junction Boxes will be considered to have withstood the 46,000 pound
33 test if none of the following conditions are exhibited:
34
35 1. Permanent deformation of the lid or any impairment to the function of the
36 lid.
37
38 2. Vertical or horizontal displacement of the lid frame.
39
40 3. Cracks wider than 0.012 inches that extend 12 inches or more.
41
42 4. Fracture or cracks passing through the entire thickness of the concrete.
43
44 5. Spalling of the concrete.
45
46 Heavy -Duty Junction Boxes will be considered to have withstood the 60,000 pound
47 test if all of the following conditions are exhibited:
48
49 1. The lid is operational.
50
51 2. The lid is securely fastened.
52
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 3. The welds have not failed.
2
3 4. Permanent dishing or deformation of the lid is 1/4 inch or less.
4
5 5. No buckling or collapse of the box.
6
7 9- 29.2(1) Standard Duty and Heavy Duty Junction Boxes
8 This section, including title, is revised to read:
9
10 9- 29.2(1) Junction Boxes
11 For the purposes of this Specification concrete is defined as portland cement concrete
12 and non - concrete is all others.
13
14 The Contractor shall provide shop drawings for all components, hardware, lid, frame,
15 reinforcement, and box dimensions. The shop drawings shall be prepared by (or under
16 the supervision of) a Professional Engineer, licensed under Title 18 RCW, State of
17 Washington, in the branch of Civil or Structural. Each sheet shall carry the following:
18
19 1. Professional Engineer's original signature, date of signature, original seal, and
20 registration number. If a complete assembly drawing is included which
21 references additional drawing numbers, including revision numbers for those
22 drawings, then only the complete assembly drawing is required to be stamped.
23
24 2. The initials and dates of all participating design professionals.
25
26 3. Clear notation of all revisions including identification of who authorized the
27 revision, who made the revision, and the date of the revision.
28
29 Design calculations shall carry on the cover page, the Professional Engineer's original
30 signature, date of signature, original seal, and registration number.
31
32 For each type of junction box, or whenever there is a change to the junction box design,
33 a proof test, as defined in this Specification, shall be performed and new shop drawings
34 submitted.
35
36 9- 29.2(1)A Standard Duty Junction Boxes
37 This section is revised to read:
38
39 Standard Duty Junction Boxes are defined as Type 1, 2 and 8 junction boxes and shall
40 have a minimum load rating of 22,500 pounds and be tested in accordance with Section
41 9- 29.2(5). A complete Type 8 Junction Box includes the spread footing shown in the
42 Standard Plans. All Standard Duty Junction Boxes placed in sidewalks, walkways, and
43 shared use paths shall have slip resistant surfaces. Non -slip lids and frames shall be
44 hot dip galvanized in accordance with AASHTO M111.
45
46 9- 29.2(1)A1 Concrete Junction Boxes
47 The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be
48 painted with a black paint containing rust inhibiters or painted with a shop applied,
49 inorganic zinc primer in accordance with Section 6 -07.3, or hot -dip galvanized in
50 accordance with AASHTO M 111.
51
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
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 III
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
(or higher)
Handle & Handle support
ASTM A36 steel, or ASTM A1011 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.
19 Type 1, 2, and 8 non - concrete junction boxes shall have a Design Load of 22,500
20 pounds and shall be tested in accordance with Section 9- 29.2(5). Non - concrete
21 junction boxes shall be gray in color and have an open bottom design with
22 approximately the same inside dimensions, and present a Toad to the bearing
23 surface that is less than or equal to the loading presented by the concrete junction
24 boxes shown in the Standard Plans. Non - concrete junction box lids shall include a
25 pull slot and embedded 6 by 6 by 1/4 -inch steel plate, and shall be secured with two
26 1 inch stainless steel Penta -head bolts recessed into the cover. The tapped holes
27 for the securing bolts shall extend completely through the box to prevent
28 accumulation of debris. Bolts shall conform to ASTM F593, stainless steel.
29
30 9- 29.2(1)B Heavy -Duty Junction Boxes
31 The first paragraph is revised to read:
32
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 Heavy -Duty Junction Boxes are defined as Type 4, 5, and 6 junction boxes and shall be
2 concrete and have a minimum vertical load rating of 46,000 pounds without permanent
3 deformation and 60,000 pounds without failure when tested in accordance with Section
4 9- 29.2(5).
5
6 9- 29.2(1)C Testing Requirements
7 This section is deleted in its entirety.
8
9 9- 29.2(2) Small Cable Vaults, Standard Duty Cable Vaults, Standard Duty Pull
10 Boxes, and Heavy Duty Pull Boxes
11 This section, including title, is revised to read:
12
13 9- 29.2(2) Cable Vaults and Pull Boxes
14 Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete
15 lid. The lids for Cable Vaults and Pull Boxes shall be interchangeable and both shall fit
16 the same box as shown in the Standard Plans.
17
18 The Contractor shall provide shop drawings for all components, including concrete box,
19 Cast Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings
20 shall show placement of reinforcing steel, knock outs, and any other appurtenances.
21 The shop drawing shall be prepared by or under the direct supervision of a Professional
22 Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or
23 Structural. Each sheet shall carry the following:
24
25 1. Professional Engineer's original signature, date of signature, original seal, and
26 registration number. If a complete assembly drawing is included which
27 references additional drawing numbers, including revision numbers for those
28 drawings, then only the complete assembly drawing is required to be stamped.
29
30 2. The initials and dates of all participating design professionals.
31
32 3. Clear notation of all revisions including identification of who authorized the
33 revision, who made the revision, and the date of the revision.
34
35 Design calculations shall carry on the cover page, the Professional Engineer's original
36 signature, date of signature, original seal, and registration number.
37
38 For each type of box or whenever there is a change to the Cable Vault or Pull box
39 design, a proof test, as defined in this Specification, shall be performed and new shop
40 drawings submitted.
41
42 9- 29.2(2)A Small Cable Vaults, Standard Duty Cable Vaults, and Standard Duty
43 Pull Boxes
44 This section's title is revised to read:
45
46 9- 29.2(2)A Standard Duty Cable Vaults and Pull Boxes
47
48 The first paragraph is revised to read:
49
50 Standard Duty Cable Vaults and Pull Boxes shall be concrete and have a minimum load
51 rating of 22,500 pounds and be tested in accordance with Section 9- 29.2(5). For the
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 purposes of this Section, Small Cable Vaults are considered a type of Standard Duty
2 Cable Vault.
3
4 The first sentence of the second paragraph is revised to read:
5
6 Concrete for Standard Duty Cable Vaults and Pull Boxes shall have a minimum
7 compressive strength of 4,000 psi.
8
9 The first sentence of the third paragraph is revised to read:
10
11 All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways, and
12 shared -use paths shall have slip- resistant surfaces.
13
14 The fourth paragraph (up until the colon) is revised to read:
15
16 Materials for Standard Duty Cable Vaults and Pull Boxes shall conform to the following:
17
18 9- 29.2(2)B Heavy -Duty Cable Vaults and Pull Boxes
19 The first paragraph is revised to read:
20
21 Heavy -Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a
22 minimum compressive strength of 4,000 psi, and have a minimum vertical load rating of
23 46,000 pounds without permanent deformation and 60,000 pounds without failure when
24 tested in accordance with Section 9- 29.2(5).
25
26 9- 29.2(3) Structure Mounted Junction Boxes
27 The first and second paragraphs are revised to read:
28
29 Surface mounted junction boxes and concrete embedded junction boxes installed in
30 cast -in -place structures shall be stainless steel NEMA 4X.
31
32 Concrete embedded junction boxes installed in structures constructed by slip forming
33 shall be stainless steel NEMA 3R and shall be adjustable for depth, with depth
34 adjustment bolts, which are accessible from the front face of the junction box with the lid
35 installed.
36
37 9- 29.3(1) Fiber Optic Cable
38 This section is revised to read:
39
40 All fiber optic cables shall be single mode fiber optic cables unless otherwise specified
41 in the Contract. All fiber optic cables shall meet the following requirements:
42
43 1. Compliance with the current version of ANSI /ICEA S -87 -640. A product data
44 specification sheet clearly identifying compliance or a separate letter from
45 manufacturer to state compliance shall be provided.
46
47 2. Cables shall be gel free, loose tube, low water peak, and all dielectric with no
48 metallic component.
49
50 3. Cables shall not be armored unless specified in the Contract.
51
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1 4. Cables shall be approved for mid -span entries and be rated by the
2 manufacturer for outside plant (OSP) use, placement in underground ducts,
3 and aerial installations.
4
5 5. Fiber counts shall be as specified in the Contract.
6
7 6. Fibers and buffer tubes shall be color coded in accordance with the current
8 version of EIA/TIA -598.
9
10 7. Fibers shall not have any factory splices.
11
12 8. Outer Jacket shall be Type M (Medium Density Polyethylene). Outer jacket
13 shall be free from holes, splits, blisters, or other imperfections and must be
14 smooth and concentric as is consistent with the best commercial practice.
15
16 9. A minimum of one (1) rip cord is required for each cable.
17
18 10. Cable markings shall meet the following additional requirements:
19
20 a. Color shall be white or silver.
21
22 b. Markings shall be approximately 3 millimeters (118 mils) in height, and
23 dimensioned and spaced to produce good legibility.
24
25 c. Markings shall include the manufacturer's name, year of manufacture, the
26 number of fibers, the words "OPTICAL CABLE ", and sequential length
27 marks.
28
29 d. Sequential length markings shall be in meters or feet, spaced at intervals
30 not more than 1 meter or 2 feet apart, respectively.
31
32 e. The actual cable length shall not be shorter than the cable length marking.
33 The actual cable length may be up to 1% longer than the cable length
34 marking.
35
36 f. Cables with initial markings that do not meet these requirements will not
37 be accepted and may not be re- marked.
38
39 11. Short term tensile strength shall be a minimum of 600 pounds (1 bs). Long
40 term tensile strength shall be a minimum of 180 pounds (1 bs). Tensile
41 strength shall be achieved using a fiberglass reinforced plastic (FRP) central
42 member and / or aramid yarns.
43
44 12. All cables shall be new and free of material or manufacturing defects and
45 dimensional non - uniformity that would:
46
47 a. Interfere with the cable installation using accepted cable installation
48 practices;
49
50 b. Degrade the transmission performance or environmental resistance after
51 installation;
52
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 c. Inhibit proper connection to interfacing elements;
2
3 d. Otherwise yield an inferior product.
4
5 13. The fiber optic cables shall be shipped on reels with a drum diameter at least
6 20 times the diameter of the cable, in order to prevent damage to the cable.
7 The reels shall be substantial and constructed so as to prevent damage during
8 shipment and handling. Reels shall be labeled with the same information
9 required for the cable markings, with the exception that the total length of cable
10 shall be marked instead of incremental length marks. Reels shall also be
11 labeled with the type of cable.
12
13 This section is supplemented with the following new subsection:
14
15 9- 29.3(1)B Multimode Optical Fibers
16 Where multimode fiber optic cables are specified in the Contract, the optical fibers shall
17 be one of the following types, as specified in the Contract:
18
19 a. Type OM1, meeting the requirements of EIA/TIA 492 - AAAA -A or ISO /IEC
20 11801. The fiber core diameter shall be 62.5 pm.
21
22 b. Type 0M2, meeting the requirements of EIA/TIA 492 - AAAB -A or ISO /IEC
23 11801. The fiber core diameter shall be 50 pm.
24
25 All multimode optical fibers shall have a maximum attenuation of 3.0 dB /km at 850nm
26 and 1.0 dB /km at 1300nm. Completed cable assemblies shall be rated for 1000BaseLX
27 Ethernet communications.
28
29 9- 29.3(1)A Singlemode Fiber Optic Cable
30 This section is revised to read:
31
32 Single -Mode optical fibers shall be EIA/TIA 492 -CAAB or ISO /IEC 11801 Type 0S2, low
33 water peak zero dispersion fibers, meeting the requirements of ITU -T G.652.D.
34
35 9 -29.6 Light and Signal Standards
36 The third paragraph is revised to read:
37
38 Light standard, signal standards, slip base hardware and foundation hardware shall be
39 hot dip galvanized in accordance with AASHTO M 111 and AASHTO M 232. Where
40 colored standards are required, standards shall be powder- coated after galvanizing in
41 accordance with Section 6- 07.3(11). The standard color shall be as specified in the
42 Contract.
43
44 9- 29.6(1) Steel Light and Signal Standards
45 In the first paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ".
46
47 9- 29.6(2) Slip Base Hardware
48 In this section, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ".
49
50 9- 29.7(2) Fused Quick- Disconnect Kits
51 The table is supplemented with the following new row:
52
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
LED*
10A
10A
20A
1
2 The following footnote is inserted after the table:
3
4
5
6
7 9 -29.10 Luminaires
8 The first sentence of the third paragraph is revised to read:
9
10
11
12
13
14
15
16
* Applies to all LED luminaires, regardless of wattage. Fuses for LED luminaires shall
be slow blow.
All luminaires shall be provided with markers for positive identification of light 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
Wattage
Conventional Wattage
Legend
Equivalent LED
Legend
70
7
7E
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
17
18 9 -29.25 Amplifier, Transformer, and Terminal Cabinets
19 Item 2C is revised to read:
20
21 c. Transformer up to 12.5 KVA 20" 48" 24"
22 Transformer 12.6 to 35 KVA 30" 60" 32"
23
24 The following new sentence is inserted before the last sentence of item number 10:
25
26 There shall be an isolation breaker on the input (line) side of the transformer, and a
27 breaker array on the output (load) side.
28
29 9- 35.AP9
30 Section 9 -35, Temporary Traffic Control Materials
31 August 1, 2016
32 9 -35.12 Transportable Attenuator
33 The second sentence of the first paragraph is revised to read:
34
35 The transportable attenuator shall be mounted on, or attached to, a host vehicle that
36 complies with the manufacturer's recommended weight range.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 4/3/17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SPECIAL PROVISIONS
SPECIAL PROVISIONS
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)
(May 1, 2013 City of Federal Way 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
• National Electric Code, current edition
• King County Road Standards — 2007
• City of Federal Way Public Works Development Standards
Contractor shall obtain copies of these publications, at Contractor's own expense.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -1
SPECIAL PROVISIONS
DIVISION 1: GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995 WSDOT GSP)
This Contract provide for the improvement of Steel Lake to Downtown Trail and other work,
all in accordance with the attached Contract Plans, these Contract Provisions, and the
Standard Specifications.
1 -01 DEFINITIONS AND TERMS
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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -2
SPECIAL PROVISIONS
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 ".
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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -3
SPECIAL PROVISIONS I
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.
1 -02 BID PROCEDURES AND CONDITIONS
1 -02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1 -02.1 Qualifications of Bidder
(January 24, 2011 APWA GSP)
Before award of a public works contract, a bidder must meet at least the minimum
qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to
be awarded a public works project.
1 -02.2 Plans and Specifications
(June 27, 2011 APWA GSP)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed can be found in the
Call for Bids (Advertisement for Bids) for the work.
After award of the contract, plans and specifications will be issued to the Contractor at
no cost as detailed below:
To Prime Contractor
No. of Sets
Basis of Distribution
Reduced plans (11" x 17 ")
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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail
Page SP -4
BID DOCUMENT — April 2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SPECIAL PROVISIONS
1 -02.4 Examination of Plans, Specifications, and Site of Work
1- 02.4(2) Subsurface Information
(March 8, 2013 APWA GSP)
The second sentence in the first paragraph is revised to read:
The Summary of Geotechnical Conditions and the boring logs, if and when included as
an appendix to the Special Provisions, shall be considered as part of the Contract.
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.
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).
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -5
SPECIAL PROVISIONS
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.
1- 02.6(1) Recycled Materials Proposal
(January 4, 2016 APWA GSP)
Add the following new section:
The Bidder shall submit with the Bid, its proposal for incorporating recycled materials
into the project, using the form provided in the Contract Provisions.
1 -02.7 Bid Deposit
(March 8, 2013 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency- assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official statements. The signature
of the person authorized to submit the bid should agree with the signature on the
bond, and the title of the person must accompany the said signature;
6. The signature of the surety's officer empowered to sign the bond and the power of
attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.
1 -02.9 Delivery of Proposal
(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 Call for Bids clearly marked on the outside of the
envelope, or as otherwise required in the Bid Documents, to ensure proper handling and
delivery.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -6
SPECIAL PROVISIONS
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
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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -7
SPECIAL PROVISIONS
1 -02.12 Public Opening Of Proposal
Section 1 -02.12 is supplemented with the following:
Date of Opening Bids
Sealed bids are to be received at the following location prior to the time specified:
1. In the City of Federal Way Purchasing Office, 33325 8th Avenue South,
Federal Way, WA 98003, until 9:00 A.M. of the bid opening date. Bids
delivered in person will be received only in the Bid Room on the bid opening
date.
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;
g. The Bidder fails to submit or properly complete a Subcontractor list, if
applicable, as required in Section 1 -02.6;
h. The Bidder fails to submit or properly complete 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;
j The Bidder fails to submit DBE Good Faith Effort documentation, if
applicable, as required in Section 1 -02.6, or if the documentation that is
submitted fails to demonstrate that a Good Faith Effort to meet the Condition
of Award was made;
k. The 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;
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -8
SPECIAL PROVISIONS
c. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint venture or
partnership submit Proposals for the same project (in such an instance, both
Bids may be rejected); or
e. If Proposal form entries are not made in ink.
1 -02.14 Disqualification of Bidders
(March 8, 2013 APWA GSP, Option B)
Delete this Section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory
bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet 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.
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
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -9
SPECIAL PROVISIONS
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 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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -10
SPECIAL PROVISIONS
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 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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -11
SPECIAL PROVISIONS ,
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 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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -12 1
SPECIAL PROVISIONS
1 -03 AWARD AND EXECUTION OF CONTRACT
1 -03.1 Consideration of Bids
(January 23, 2006 APWA GSP)
Revise the first paragraph to read:
After opening and reading proposals, the Contracting Agency will check them for
correctness of extensions of the prices per unit and the total price. If a discrepancy
exists between the price per unit and the extended amount of any bid item, the price per
unit will control. If a minimum bid amount has been established for any item and the
bidder's unit or lump sum price is less than the minimum specified amount, the
Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum
specified amount and recalculate the extension. The total of extensions, corrected
where necessary, including sales taxes where applicable and such additives and /or
alternates as selected by the Contracting Agency, will be used by the Contracting
Agency for award purposes and to fix the Awarded Contract Price amount and the
amount of the contract bond.
1- 03.1(1) Identical Bid Totals
(January 4, 2016 APWA GSP)
Revise this section to read:
After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then
the tie - breaker will be the Bidder with an equal lowest bid, that proposed to use the
highest percentage of recycled materials in the Project, per the form submitted with the
Bid 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 m aterials 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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -13
SPECIAL PROVISIONS
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
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
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -14
SPECIAL PROVISIONS
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 -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):
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
(WSDOT GSP)
Section 1- 04.4(2) is added as follows:
1- 04.4(2) Unexpected Site Changes (New Section)
Unanticipated site Work, as ordered by the Engineer, shall consist of Work not otherwise
provided for in the Contract and paid in accordance with Section 1 -09.6. Such Work
may include:
1. Design changes to address field conflicts or adjustments needed to complete the
Work;
2. Miscellaneous Work, directed by the Contracting Agency, not covered in the
Contract and not exceeding $15,000 per change;
3. Removal of unexpected Structures or obstructions.
Measurement
No specific unit of measurement will apply to the force account item "Unexpected Site
Changes ".
Payment
"Unexpected Site Changes ", by force account as provided in Section 1 -09.6.
To provide a common Proposal for all Bidders, the Contracting Agency has entered an
amount in the Proposal to become a part of the Contractor's total Bid.
City of Federal Way
Steel Lake Park to Downtown Trail
Page SP -15
RFB 17 -002
BID DOCUMENT — April 2017
SPECIAL PROVISIONS
1 -04.6 Variation in Estimated Quantities
(July 23, 2015 APWA GSP, Option B)
Revise the first paragraph to read:
Payment to the Contractor will be made only for the actual quantities of Work performed
and accepted in conformance with the Contract. When the accepted quantity of Work
performed under a unit item varies from the original Proposal quantity, payment will be at
the unit Contract price for all Work unless the total accepted quantity of any Contract
item, adjusted to exclude added or deleted amounts included in change orders accepted
by both parties, increases or decreases by more than 25 percent from the original
Proposal quantity, and if the total extended bid price for that item at time of award is
equal to or greater than 10 percent of the total contract price at time of award. In that
case, payment for contract work may be adjusted as described herein:
1 -05 CONTROL OF WORK
1 -05.4 Conformity With and Deviations from Plans and Stakes
(April 4, 2011 WSDOT GSP)
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. 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
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -16
SPECIAL PROVISIONS
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.
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
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -17
SPECIAL PROVISIONS
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
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.
Primary survey control data provided by the Contracting Agency is indicated on the
Plans. All costs associated with Structure Surveying shall be measured and paid under
the item "Construction Surveying" per 1 -05.4 herein.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -18
SPECIAL PROVISIONS
(April 1, 2013 WSDOT GSP)
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:
1. Verify the primary horizontal and vertical control furnished by the Contracting
Agency, and expand into secondary control by adding stakes and hubs as well
as additional survey control needed for the project. Provide descriptions of
secondary control to the Contracting Agency. The description shall include
coordinates and elevations of all secondary control points.
2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks
on centerline or on offsets to centerline at all curve points (PCs, PTs, and Pls)
and at points on the alignments spaced no further than 50 feet.
3. Establish clearing limits, placing stakes at all angle points and at intermediate
points not more than 50 feet apart. The clearing and grubbing limits shall be 5
feet beyond the toe of a fill and 10 feet beyond the top of a cut unless
otherwise shown in the Plans.
4. Establish grading limits, placing slope stakes at centerline increments not
more than 50 feet apart. Establish offset reference to all slope stakes. If
Global Positioning Satellite (GPS) Machine Controls are used to provide grade
control, then slope stakes may be omitted at the discretion of the Contractor
5. Establish the horizontal and vertical location of all drainage features, placing
offset stakes to all drainage structures and to pipes at a horizontal interval not
greater than 25 feet.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -19
SPECIAL PROVISIONS
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.
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:
Slope stakes
Subgrade grade stakes set
0.04 feet below grade
Vertical Horizontal
±0.10 feet ±0.10 feet
±0.01 feet
±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -20
SPECIAL PROVISIONS
Stationing on roadway N/A ±0.1 feet
Alignment on roadway N/A ±0.04 feet
Surfacing grade stakes ±0.01 feet ±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
Roadway paving pins for
surfacing or paving ±0.01 feet
±0.2 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
The Contracting Agency may spot -check the Contractor's surveying. These spot -
checks will not change the requirements for normal checking by the Contractor.
When staking roadway alignment and stationing, the Contractor shall perform
independent checks from different secondary control to ensure that the points staked
are within the specified survey accuracy tolerances.
The Contractor shall calculate coordinates for the alignment. The Contracting Agency
will verify these coordinates prior to issuing approval to the Contractor for commencing
with the work. The Contracting Agency will require up to seven calendar days from the
date the data is received.
Contract work to be performed using contractor - provided stakes shall not begin until the
stakes are approved by the Contracting Agency. Such approval shall not relieve the
Contractor of responsibility for the accuracy of the stakes.
Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are
needed that are not described in the Plans, then those stakes shall be marked, at no
additional cost to the Contracting Agency as ordered by the Engineer.
( * * * * * *)
Primary survey control data provided by the Contracting Agency is indicated on the
Plans. All costs associated with Roadway Surveying shall be measured and paid under
the item "Construction Surveying" per 1 -05.4 herein.
1 -05.4 Conformity With and Deviations from Plans and Stakes
( * * * * **)
Section 1 -05.4 is supplemented with the following:
Major items of work shall be defined to include the following items:
Manholes Catch Basins and Inlets
Valves Vertical and Horizontal Bends
Junction Boxes Cleanouts
Side Sewers Illumination Systems
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -21
SPECIAL PROVISIONS
Hydrants Major Changes in Design Grade(s)
Vaults Culverts
Curb, Gutter and Sidewalk Signal Systems and Equipment
Retaining Walls Curb lines and sidewalks
Irrigation Sleeves under Roadways
After the completion of the work covered by this contract, the Contractor's surveyor
shall provide to the City the hard cover field book(s) containing the construction staking
and as -built notes, and one set of white prints of the construction drawings upon which
he has plotted the notes of the Contractor locating existing utilities, and one set of white
prints of the construction drawings upon which he has plotted the as -built location of the
new work as recorded in the field book(s). This drawing shall bear the surveyors seal
and signature certifying its accuracy.
The Contractor shall be responsible for reestablishing or locating legal survey markers
such as GLO monuments or property corner monuments, conduct boundary surveys to
determine Contracting Agency right -of -way locations, and obtain, review and analyze
deeds and records as necessary to determine these boundaries. The Contracting
Agency will provide "rights of entry" as needed by the Contractor to perform the work.
The Contractor shall brush out or clear and stake or mark the right -of -way lines as
designated by the Engineer.
When required, the Contractor shall prepare and file a Record of Survey map in
accordance with RCW 58.09 and provide a recorded copy to the Contracting Agency.
The Contracting Agency will provide all existing base maps, existing horizontal and
vertical control, and other material available with Washington State Plane Coordinate
information to the Contractor. The Contracting Agency will also provide maps, plan
sheets, and /or aerial photographs clearly identifying the limits of the areas to be
surveyed. The Contractor shall establish Washington State Plane Coordinates on all
points required in the Record of Survey and other points designated in the Contract
documents.
In accordance with RCW 58.24.040(8), No cadastral or geodetic survey monument may
be disturbed without a valid permit to remove or destroy a survey monument, issued by
the Washington State Department of Natural Resources. Permit applications can be
obtained by calling the Public Land Survey Office at (360)902 -1194. The permit
application must be stamped by a registered Washington State land Surveyor.
Existing right of way documentation, existing base maps, existing horizontal and vertical
control descriptions, maps, plan sheets, aerial photographs and all other available
material may be viewed by prospective bidders at the office of the Project Engineer.
The Contractor shall perform all of the necessary calculations for the contracted survey
work and shall provide copies of these calculations to the Contracting Agency.
Electronic files of all survey data shall be provided and in a format acceptable to the
Contracting Agency.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -22
SPECIAL PROVISIONS
All survey work performed by the Contractor shall conform to all applicable sections of
the Revised Code of Washington and the Washington Administrative Code.
The Contractor shall provide all traffic control, signing, and temporary traffic control
devices in order to provide a safe work zone.
As -Built Survey and Record Drawings
After construction has been completed the Contractor shall perform an as -built survey
and provide the information in (1) full -size paper copy and AutoCAD 2011 or later
version file to the Engineer. This as -built survey shall consist of the following:
Survey of rim elevation, sump elevations, and invert elevations of all storm drainage
structures installed, modified or left in place within the limits of this contract. Storm pipe
diameter and material; drainage structure type, size, lid type (solid cover or grate,
standard or heavy duty), and lid shape; model No. of CB water quality treatment inserts
installed, flowline of open channel conveyance systems at 50 -foot max. intervals, and
retaining wall footing drains, including cleanouts.
Finished grade shots on all utility appurtenances within the limits of this contract,
including, but not limited to vaults, handholes, valves, fire hydrants, water meters,
junction boxes, signal poles, etc. Appurtenances with round covers should have one
survey shot in the center of the manhole or valve cover, or at the center of the fire
hydrant. Utility handholes and boxes shall have two shots on opposite corners of the
cover.
■ Final curb elevations, with a minimum of 5 shots at each curb return. Also, final
shots along all curb and gutter, block curb, integral curb and extruded curb
installed in this contract (at flowline of the curbs).
• Final elevations at the front and back of walk throughout the project limits.
• Final wall elevations at the face and top of all walls installed in this contract.
• Shots of all signs, trees, illumination and signal equipment installed as part of
this contract.
• Shots to delineate all channelization installed in this contract.
Throughout construction, the Contractor shall keep a set of redline drawings that record
as -built information at the project site. This set of drawings shall be provided to the
Engineer at the end of the project. This record drawing information shall, at a minimum,
consist of the following:
• All changes to the Contract Plans.
■ Pothole information gathered by the Contractor.
• Actual location of utility trenches, including depth to top of conduits at a
minimum of 100' spacing.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -23
SPECIAL PROVISIONS
• Existing utility information not included in the Contract Plans, or that differs from
the Contract Plans.
Payment
Payment will be made in accordance with Section 1 -04.1 for the following bid items
when included in the proposal:
"Construction Surveying ", lump sum.
The lump sum contract price for "Construction 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, structure surveying, roadway surveying and coordination efforts.
"As -Built Survey and Record Drawings ", lump sum.
The lump sum contract price for "As -Built Survey and Record Drawings " shall be full
pay for all labor, equipment, materials, and supervision utilized to perform the work
specified, including any 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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -24
SPECIAL PROVISIONS
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 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
therefor.
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
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -25
SPECIAL PROVISIONS
necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously,
diligently, and without interruption until physical completion of the listed deficiencies.
This process will continue until the Engineer is satisfied the listed deficiencies have been
corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
written notice listing the deficiencies, the Engineer may, upon written notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1 -05.7.
The Contractor will not be allowed an extension of contract time because of a delay in
the performance of the work attributable to the exercise of the Engineer's right
hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered
physically complete. That date shall constitute the Physical Completion Date of the
contract, but shall not imply acceptance of the work or that all the obligations of the
Contractor under the contract have been fulfilled.
1- 05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a
complete and operable system. There fore 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 can not 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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -26
SPECIAL PROVISIONS
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:
1. Puget Sound Energy — PSE will relocate pole(s) and associated aerial wire
relocations where indicated on the Plans.
2. Comcast — Comcast will relocate vault(s) and associated conduit where
indicated on the Plans as well as aerial wire relocations associated with PSE
pole relocations as required.
3. CenturyLink — CenturyLink will relocate vault(s) and associated conduit where
indicated on the Plans as well as perform aerial wire relocations associated with
PSE pole relocations as required.
4. Lakehaven Water and Sewer District (LWSD) — LWSD will perform manhole
adjustment and water meter relocations as indicated on the Plans. The
Contractor shall provide a minimum of 3 weeks notification to LWSD and provide
all required horizontal and vertical staking required for the relocations and
adjustments.
1- 05.14(A) Notifications Relative to Contractor's Activities
Section 1- 05.14(A) is a new section:
( * *,,,,,1
Notification shall be written, with a copy delivered to the Engineer within a minimum of
ten (10) working days prior to the commencement of work, including any work impacting
utilities, and must be in such detail as to give the time of the commencement and
completion of work, names of streets to be closed, schedule of operations, routes of
detours where possible. The Contractor shall also notify the agencies listed below of the
name(s) of the construction superintendent in responsible charge or other individuals
having full authority to execute the orders or direction of the Engineer, in the event of an
emergency. Failure to comply with this requirement will result in a stop work order.
City of Federal Way Police
Police Department
33325 -8th Ave S
Federal Way, WA 98003
Tel: (253) 835 -6701 (To schedule officer
traffic control support);
Tel: (253) 835 -6767 (For traffic /road
closure issues)
South King Fire & Rescue
31617 1st Ave. South
Federal Way, WA 98003
Tel: (253) 946 -7253
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -27
SPECIAL PROVISIONS
King County Metro
1270 Sixth Avenue South, Bldg. 2
MS:QS Seattle, WA 98134
Tel: (206) 684 -2732
Email: construction.coord @metrokc.gov
Comcast
410 Valley Ave NW, Suite 12 -C
Puyallup, WA 98371
Attn: Bill Walker
CenturyLink
23315 66th Ave S
Kent, WA 98032
Attn: Jason Tesdal
Tel: (206) 345 -3488
Lakehaven Utility District
31623 First Ave South
Federal Way, WA 98063
Attn: Wes Hill
ZAYO Group
Attn: Scott Morrison
Email: scott.morrison @zayo.com
Add the following new Sections:
Federal Way School District
1066 South 320th St
Federal Way, WA 98003
jboyerPfwps.org
mturnerPfwps.orq
Puget Sound Energy (Gas)
3130 S. 38th St.
Tacoma, WA 98409
Attn: Chang Pak
Tel: (253) 395 -6988
Puget Sound Energy (Power)
3130 S 38th St
Tacom, WA 98409
Attn: Dennis Booth
Tel: (425) 417 -9188
King County Traffic Operations
155 Monroe Ave NE
Renton, WA 98056
Attn: Mark Parrett
Tel: 206 - 296 -8153
1- 05.14(6) Coordination of Work with City
( * * * * **)
At least a three (3) working days 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
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -28
SPECIAL PROVISIONS
furnished under the Contract, must be in paper format, hand delivered or sent via mail
delivery service to the Project Engineer's office. Electronic copies such as e-mails or
electronically delivered copies of correspondence will not constitute such notice and will
not comply with the requirements of the Contract.
1 -05.16 Water and Power
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power
and water necessary for the performance of the work, unless the contract includes
power and water as a pay item.
1 -05.17 Contractor's Daily Diary
Section 1 -05.17 is a new section:
( * * * * **)
The Contractor and subcontractors, as additional consideration for payment for this
contract work, hereby agree to maintain and provide to the Owner and the Engineer a
Daily Diary Record of this Work. This diary will be created by pen and ink entries in a
hardbound diary book of the type that is commonly available by the commercial outlets.
The diary must be kept and maintained by the Contractor's designated project
superintendent. Entries must be made on a daily basis and must accurately represent
all of the project activities on each day.
At a minimum, the diary shall show on a daily basis:
• The day and date.
• The weather conditions, including changes throughout the day.
• A complete description of work accomplished during the day with adequate
references to the Plans and Specifications so that the reader can easily and
accurately identify said work on the Plans.
• An entry for each and every changed condition, dispute or potential dispute,
incident, accident, or occurrence of any nature whatsoever which might affect
the Contract, Owner, or any third party in any manner.
• Listing of any materials received and stored on or off-site by the Contractor for
future installation, to include the manner of storage and protection of the same.
• Listing of materials installed during each day.
• List of all subcontractors working on -site during each day.
• Listing of the number of Contractor's employees working during each day by
category of employment.
• Listing of Contractor's equipment working on the site during each day. Idle
equipment on the site shall be listed and designated as idle.
• Notations to explain inspections, testing, stake -out, and all other services
furnished to the Contractor by the Owner or other during each day.
• Entries to verify the daily (including non -work days) inspection and maintenance
of traffic control devices and condition of the traveled roadway surfaces. The
Contractor shall not allow any conditions to develop that would be hazardous to
the public.
• Any other information that serves to give an accurate and complete record of the
nature, quantity, and quality of the Contractor's progress on each day.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -29
SPECIAL PROVISIONS
• Summary of total number of working days to date, and total number of delay
days to date.
All pages of the diary must be numbered consecutively with no omissions in page
numbers.
The Contractor shall utilize additional sheets separate from the diary book, if necessary,
to provide a complete diary record. However, the Owner's senior representative must
sign separate sheets on each day and a copy furnished at the time of signing to the
Owner. The Contractor must provide a copy of the diary to the Owner and the Engineer
each morning for the preceding workday. All copies must be legible.
It is expressly agreed between the contractor and the owner that the daily diary
maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the
documentation of any potential claims or disputes that might arise during this contract.
Failure of the Contractor to maintain this diary in the manner described above will
constitute a waiver of any such claims or disputes by the Contractor. The daily diary
maintained by the Contractor does not constitute the official record of the project. The
official record of the project is prepared and maintained exclusively by the engineer.
1 -06 CONTROL OF MATERIAL
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:
In cases of conflict between different safety regulations, the more stringent regulation
shall apply.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -30
SPECIAL PROVISIONS
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.
(April 3, 2006 WSDOT GSP)
Section 1 -07.1 is supplemented with the following:
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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -31
SPECIAL PROVISIONS
1 -07.2 State Taxes
Delete this section, including its sub - sections, in its entirety and replace it with the following:
1 -07.2 State Sales Tax
(June 27, 2011 APWA GSP)
The Washington State Department of Revenue has issued special rules on the State
sales tax. Sections 1- 07.2(1) through 1- 07.2(3) are meant to clarify those rules. The
Contractor should contact the Washington State Department of Revenue for answers to
questions in this area. The Contracting Agency will not adjust its payment if the
Contractor bases a bid on a misunderstood tax liability.
The Contractor shall include all Contractor -paid taxes in the unit bid prices or other
contract amounts. In some cases, however, state retail sales tax will not be included.
Section 1- 07.2(2) describes this exception.
The Contracting Agency will pay the retained percentage (or release the Contract Bond if
a FHWA- funded Project) only if the Contractor has obtained from the Washington State
Department of Revenue a certificate showing that all contract - related taxes have been
paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the
Contractor any amount the Contractor may owe the Washington State Department of
Revenue, whether the amount owed relates to this contract or not. Any amount so
deducted will be paid into the proper State fund.
1- 07.2(1) State Sales Tax — Rule 171
WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets,
roads, etc., which are owned by a municipal corporation, or political subdivision of the
state, or by the United States, and which are used primarily for foot or vehicular traffic.
This includes storm or combined sewer systems within and included as a part of the
street or road drainage system and power lines when such are part of the roadway
lighting system. For work performed in such cases, the Contractor shall include
Washington State Retail Sales Taxes in the various unit bid item prices, or other contract
amounts, including those that the Contractor pays on the purchase of the materials,
equipment, or supplies used or consumed in doing the work.
1- 07.2(2) State Sales Tax — Rule 170
WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or
existing buildings, or other structures, upon real property. This includes, but is not
limited to, the construction of streets, roads, highways, etc., owned by the state of
Washington; water mains and their appurtenances; sanitary sewers and sewage
disposal systems unless such sewers and disposal systems are within, and a part of, a
street or road drainage system; telephone, telegraph, electrical power distribution lines,
or other conduits or lines in or above streets or roads, unless such power lines become a
part of a street or road lighting system; and installing or attaching of any article of
tangible personal property in or to real property, whether or not such personal property
becomes a part of the realty by virtue of installation.
For work performed in such cases, the Contractor shall collect from the Contracting
Agency, retail sales tax on the full contract price. The Contracting Agency will
automatically add this sales tax to each payment to the Contractor. For this reason, the
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -32
SPECIAL PROVISIONS
Contractor shall not include the retail sales tax in the unit bid item prices, or in any other
contract amount subject to Rule 170, with the following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor
or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or
consumable supplies not integrated into the project. Such sales taxes shall be included
in the unit bid item prices or in any other contract amount.
1- 07.2(3) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any
contract wholly for professional or other services (as defined in Washington State
Department of Revenue Rules 138 and 244).
1 -07.5 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 treatement
system is prohibited without the approval of the Engineer.
1 -07.6 Permits and Licenses
( * * * * *,4)
Survey Monuments
In accordance with RCW 58.24.040(8), no cadastral or geodetic survey monument may be
disturbed without a valid permit to remove or destroy a survey monument, issued by the
Washington State Department of Natural Resources. Permit applications can be obtained by
calling the Public Land Survey Office at (360) 902 -1194. The permit application must be
stamped by a registered Washington State Land Surveyor.
1 -07.7 Load Limits
(March 13, 1995 WSDOT GSP)
Section 1 -07.7 is supplemented with the following:
If the source of materials provided by the Contractor necessitates hauling over roads
other than State Highways, the Contractor shall, at the Contractor's expense, make all
arrangements for the use of the haul routes.
1 -07.11 Requirements for Nondiscrimination
(July 18, 2016 APWA GSP, Option C)
Supplement this section with the following:
Voluntary Minority, Small, Veteran and Women's Business Enterprise (MSVWBE)
Participation
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -33
SPECIAL PROVISIONS
General Statement
Voluntary goals for minority, small, veteran and women business enterprises are
included in this Contract. The Contractor is encouraged to utilize MSVWBEs in
accordance with these Specifications, RCW 39.19 and Executive Order 13 -01
(issued by the Governor of Washington on May 10, 2013).
No preference will be included in the evaluation of the Contractor's Proposal or Bid;
no minimum level of MSVWBE participation is required as a condition of award or
completion of the Contract; and a Proposal or Bid will not be rejected or considered
non - responsive on that basis.
The goals are voluntary and outreach efforts to provide MSVWBEs maximum
practicable opportunities are encouraged.
Non - Discrimination
Contractors shall not create barriers to open and fair opportunities for all
businesses, including MSVWBEs, to participate in the Work on this Contract. This
includes the opportunity to compete for subcontracts as sources of supplies,
equipment, construction or services.
The Contractor shall make Voluntary MSVWBE Participation a part of all
subcontracts and agreements entered into as a result of this Contract.
Voluntary MSVWBE Participation Goals
Goals for voluntary MSVWBE participation have been established as a percentage
of Contractor's total Bid amount.
The Contracting Agency has established the following voluntary goals:
Minority
Small
Veteran
Women
10%
5%
5%
6%
Amounts paid to an MSVWBE will be credited to every voluntary goal in which they
are eligible. In other words participation may be credited for participation in more
than one category. If the Contractor is a MSVWBE their Work will be credited to
the voluntary goals in which they are eligible.
Definitions
Minority Business Enterprise (MBE) — A minority owned business meeting
the requirements of RCW 39.19 and WAC 326 -20 and certified by the
Washington State Office of Minority & Women's Business Enterprises.
Small Business — A business meeting the Washington State requirements for
a "Small business ", "Minibusiness" or "Microbusiness as defined in RCW
39.26.010 and included on the WSDOT Office of Equal Opportunity list of
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -34
SPECIAL PROVISIONS
Small Businesses
http://www.wsdot.wa.gov/equalopportunity/bddirectory.htm
at
Veteran Business — A veteran owned business meeting the requirements of
RCW 43.60A.010 and included on the WSDOT Office of Equal Opportunity list
of Veteran Businesses at
http: / /www.wsdot.wa.gov /equalopportu nity /bddirectory. htm
Women Business Enterprise (WBE) — A women owned business meeting
the requirements of RCW 39.19 and WAC 326 -20 and certified by the
Washington State Office of Minority & Women's Business Enterprises.
MSVWBE Inclusion Plan
A MSVWBE Inclusion Plan shall be submitted to the Engineer prior to the start of
Work on the project. The plan is submitted for the Contracting Agency's
information. Approval of the plan is not required; an incomplete plan will be
returned for correction and resubmittal. The plan shall include the information
identified in the guidelines at
http: / /www.wsdot.wa.gov /EqualOpportunity /MSVWBE.htm.
MSVWBE Reporting
An end of project Report of Amounts Paid to MSVWBEs shall be submitted to the
Engineer after Physical Completion of the Contract. The end of project report is
due 20 calendar days after the physical completion of the project has been issued.
The end of project report shall include payments to all eligible businesses
regardless of their listing on the MSVWBE Inclusion Plan. If the Contractor is a
MSVWBE the amounts paid by the Contracting Agency for Work performed by the
Contractor shall also be reported.
MSVWBE Payment
All costs for implementation of the requirements for Voluntary MSVWBE
Participation shall be included in the associated items of Contract Work.
1 -07.13 Contractor's Responsibility for Work
(August 6, 2001 WSDOT GSP)
1- 07.13(4) Repair of Damage
Section 1- 07.13(4) is revised to read:
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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -35
SPECIAL PROVISIONS
1 -07.15 Temporary Water Pollution / Erosion Control
1- 07.15(1) Spill Prevention, Control and Countermeasures Plan
( * * * * *,)
Payment will be made under the following bid item(s) when it appears in the Proposal:
"SPCC Plan ", per lump sum.
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.
The addresses and telephone numbers included in Section 1- 05.14(A) are of utility
companies or agencies known or suspected of having facilities or services within the
project limits and are supplied for the Contractor's convenience:
( * * * * *,)
Section 1 -07.17 is supplemented with the following:
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.
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 17, 2017 City of Federal Way)
1- 07.18(1) General Requirements
A. The Contractor shall procure and maintain the insurance described in all subsections
of section 1 -07.18 of these Special Provisions, from insurers with a current A. M.
Best rating of not less than A -: VII and licensed to do business in the State of
Washington. The Contracting Agency reserves the right to approve or reject the
insurance provided, based on the insurer's financial condition.
B. The Contractor shall keep this insurance in force without interruption from the
commencement of the Contractor's Work through the term of the Contract and for
thirty (30) days after the Physical Completion date, unless otherwise indicated
below.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -36
SPECIAL PROVISIONS
C. If any insurance policy is written on a claims made form, its retroactive date, and that
of all subsequent renewals, shall be no later than the effective date of this Contract.
The policy shall state that coverage is claims made, and state the retroactive date.
Claims- made form coverage shall be maintained by the Contractor for a minimum of
36 months following the Completion Date or earlier termination of this Contract, and
the Contractor shall annually provide the Contracting Agency with proof of renewal. If
renewal of the claims made form of coverage becomes unavailable, or economically
prohibitive, the Contractor shall purchase an extended reporting period ( "tail ") or
execute another form of guarantee acceptable to the Contracting Agency to assure
financial responsibility for liability for services performed.
D. The Contractor's Automobile Liability, Commercial General Liability and Excess or
Umbrella Liability insurance policies shall be primary and non - contributory insurance
as respects the Contracting Agency's insurance, self- insurance, or self- insured pool
coverage. Any insurance, self- insurance, or self- insured pool coverage maintained
by the Contracting Agency shall be excess of the Contractor's insurance and shall
not contribute with it.
E. The Contractor shall provide the Contracting Agency and all additional insureds with
written notice of any policy cancellation, within two business days of their receipt of
such notice.
F. The Contractor shall not begin work under the Contract until the required insurance
has been obtained and approved by the Contracting Agency
G. Failure on the part of the Contractor to maintain the insurance as required shall
constitute a material breach of contract, upon which the Contracting Agency may,
after giving five business days' notice to the Contractor to correct the breach,
immediately terminate the Contract or, at its discretion, procure or renew such
insurance and pay any and all premiums in connection therewith, with any sums so
expended to be repaid to the Contracting Agency on demand, or at the sole discretion
of the Contracting Agency, offset against funds due the Contractor from the
Contracting Agency.
H. All costs for insurance shall be incidental to and included in the unit or lump sum
prices of the Contract and no additional payment will be made.
1- 07.18(2) Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional
Liability and Builder's Risk (if required by this Contract) shall name the following listed
entities as additional insured(s) using the forms or endorsements required herein:
• The Contracting Agency and its officers, elected officials, employees, agents,
and volunteers
• KPG Inc, P.S. and its officers, employees, agents, and subconsultants.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -37
SPECIAL PROVISIONS
• 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.
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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -38
SPECIAL PROVISIONS
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 in Section 9 of
the Public Works Contract for this period. 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.
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.
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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -39
SPECIAL PROVISIONS
1- 07.18(5)J Pollution Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide a Contractors Pollution Liability policy, providing coverage
for claims involving bodily injury, property damage (including loss of use of tangible
property that has not been physically injured), cleanup costs, remediation, disposal or
other handling of pollutants, including costs and expenses incurred in the investigation,
defense, or settlement of claims, arising out of any one or more of the following:
1. Contractor's operations related to this project.
2. Remediation, abatement, repair, maintenance or other work with lead -
based paint or materials containing asbestos.
3. Transportation of hazardous materials away from any site related to this project.
All entities listed under 1- 07.18(2) of these Special Provisions shall be named by
endorsement as additional insureds on the Contractors Pollution Liability insurance
policy.
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.
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
Revise the second paragraph to read:
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass
through the work with the least possible inconvenience or delay. The Contractor shall
maintain existing roads, streets, sidewalks, and paths within the project limits, keeping
them open, and in good, clean, safe condition at all times. Deficiencies caused by the
Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not
caused by the Contractor's operations shall be repaired by the Contractor when
directed by the Engineer, at the Contracting Agency's expense. The Contractor shall
also maintain roads, streets, sidewalks, and paths adjacent to the project limits when
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -40
SPECIAL PROVISIONS
affected by the Contractor's operations. Snow and ice control will be performed by the
Contracting Agency on all projects. Cleanup of snow and ice control debris will be at
the Contracting Agency's expense. The Contractor shall perform the following:
1. Remove or repair any condition resulting from the work that might impede
traffic or create a hazard.
2. Keep existing traffic signal and highway lighting systems in operation as the
work proceeds. (The Contracting Agency will continue the route maintenance
on such system.)
3. Maintain the striping on the roadway at the Contracting Agency's expense.
The Contractor shall be responsible for scheduling when to renew striping,
subject to the approval of the Engineer. When the scope of the project does
not require work on the roadway, the Contracting Agency will be responsible
for maintaining the striping.
4. Maintain existing permanent signing. Repair of signs will be at the Contracting
Agency's expense, except those damaged due to the Contractor's operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of
existing drainage structures will be at the Contracting Agency's expense when
approved by the Engineer, except when flow is impaired due to the
Contractor's operations.
(January 2, 2012 WSDOT GSP)
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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -41
SPECIAL PROVISIONS
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 less
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
Section 1- 07.23(1) is supplemented with the following:
( * * * * *,4)
Pedestrian Access
The Contractor shall keep all pedestrian routes and access points (including sidewalks,
and crosswalks when located within the project limits) open and clear at all times unless
permitted otherwise by the Engineer in an approved traffic control plan.
Signs and Traffic Control Devices
All signs and traffic control devices for the permitted closures shall only be installed
during the specified hours. Construction signs, if placed earlier than the specified hours
of closure, shall be turned or covered so as not to be visible to motorists.
Hours of Darkness
The Contractor shall, at no additional cost to the Contracting Agency, make all
arrangements for operations during hours of darkness. Flagger stations shall be
illuminated using a minimum 150 -watt floodlight.
Lighting used for nighttime work shall, whenever possible, be directed away from, or
shielded from, residences and oncoming traffic.
Night Work
Working at night (10:00 p.m. to 7:00 a.m. weekdays, 10:00 p.m. to 9:00 a.m. weekends
and holidays) is not mandated by the Contracting Agency. Should the Contractor
schedule project work during the nighttime closure hours allowed below, it shall be the
Contractor's responsibility to obtain any required noise variance or exemption for such
work.
Closure Restrictions
The traffic closures listed above will not be allowed during the following time periods:
Holidays - from noon the day prior to a holiday or holiday weekend through noon the
day following a holiday or holiday weekend. Holidays that occur on Friday, Saturday,
Sunday, or Monday are considered a holiday weekend.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -42
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SPECIAL PROVISIONS
1- 07.23(2) Construction and Maintenance of Detours
Revise the first paragraph to read:
* * * * *,1)
Unless otherwise approved, the Contractor shall maintain two -way traffic during
construction. The Contractor shall build, maintain in a safe condition, keep open to
traffic, and remove when no longer needed:
1. Detours and detour bridges that will accommodate traffic diverted from the
roadway, bridge, sidewalk, or path during construction,
2. Detour crossings of intersecting highway, and
3. Temporary approaches.
1 -07.24 Rights Of Way
(July 23, 2015 APWA GSP)
Delete this section and replace it with the following:
Street Right of Way lines, limits of easements, and limits of construction permits are
indicated in the Plans. The Contractor's construction activities shall be confined within
these limits, unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of
way and easements, both permanent and temporary, necessary for carrying out the
work. Exceptions to this are noted in the Bid Documents or will be brought to the
Contractor's attention by a duly issued Addendum.
Whenever any of the work is accomplished on or through property other than public
Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any
easement agreement obtained by the Contracting Agency from the owner of the private
property. Copies of the easement agreements may be included in the Contract
Provisions or made available to the Contractor as soon as practical after they have been
obtained by the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising,
these areas are so noted in the Plans. The Contractor shall not proceed with any portion
of the work in areas where right of way, easements or rights of entry have not been
acquired until the Engineer certifies to the Contractor that the right of way or easement is
available or that the right of entry has been received. If the Contractor is delayed due to
acts of omission on the part of the Contracting Agency in obtaining easements, rights of
entry or right of way, the Contractor will be entitled to an extension of time. The
Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor.
This includes entry onto easements and private property where private improvements
must be adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may
desire for temporary construction facilities, storage of materials, or other Contractor
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -43
SPECIAL PROVISIONS
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.
Add the following New Section:
1 -07.28 Communication with Businesses and Property Owners
( * * * * **)
The Contractor will be responsible for communicating all work activities with the
property owners. The Contractor, along with the City's inspector, shall have one formal
meeting with the managers of the business corridor. It will be the Contractor's
responsibility to initiate and set up the meeting.
Thereafter, the Contractor shall keep the businesses informed of their general work
locations and activities for the upcoming two (2) months by distributing a monthly
status /schedule memo to the businesses. The memo shall be approved by the Engineer
prior to distribution.
Payment for said meetings and communication shall be considered incidental to the unit
contract price paid for Mobilization and no additional payment will be made.
1 -08 PROSECUTION AND PROGRESS
Add the following new sections:
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.;
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -44
SPECIAL PROVISIONS
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 conference 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.
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 submitted for review no
later than noon on the working day 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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -45
SPECIAL PROVISIONS
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- 08.3(2)A Type A Progress Schedule
(March 13, 2012 APWA GSP)
Revise this section to read:
The Contractor shall submit 2 copies of a Type A Progress Schedule no later than at the
preconstruction conference, or some other mutually agreed upon submittal time. The
schedule may be a critical path method (CPM) schedule, bar chart, or other standard
schedule format. Regardless of which format used, the schedule shall identify the critical
path. The Engineer will evaluate the Type A Progress Schedule and approve or return
the schedule for corrections within 15 calendar days of receiving the submittal.
1 -08.4 Prosecution of the Work
Delete this section in its entirety, 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
Section 1 -08.5 is supplemented with the following:
( * * * *,,,,)
This project shall be physically completed within 60 working days. The working days
includes time to accomplish all force account work in the bid schedules.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -46
SPECIAL PROVISIONS
(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.
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
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -47
SPECIAL PROVISIONS
1 -08.6
( * * * *)
Suspension of Work
Supplement Section 1 -08.6 with the following:
Contract time may be suspended for procurement of critical materials (Procurement
Suspension). In order to receive Procurement Suspension, the Contractor shall, within 14
calendar days after execution by the Contracting Agency, place purchase orders for all
materials deemed critical by the Contracting Agency for the 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 activites in the
Progress Schedule. If the approved Progress Schedule indicated that the material
procurement are critical activites, 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:
* ** Luminaire Poles * **
Procurement Suspension shall be a maximum of 30 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:
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -48
SPECIAL PROVISIONS
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 -09.7 Mobilization
Section 1 -09.7 is supplemented with the following:
Obtaining a site for the Contractor's mobilization, field office(s), storage of materials,
and other general operations shall be the responsibility of the Contractor. All costs
associated with securing sites shall be included in the other bid items on the project and
no other compensation will be made for this item. The Contractor will provide City with
copy(s) of agreement(s).
Payment is made under the following bid item:
"Mobilization" per lump sum.
The lump sum bid price for 'Mobilization" shall include, but not limited to, the following
items: the movement of the Contractor's personnel, equipment, supplies and incidentals
to the project site; the establishment of the Contractor's office, buildings, and other
facilities necessary for work on the project; providing sanitary facilities for the
Contractor's personnel; obtaining permits or licenses required to complete the project
not furnished by the Owner; and other work and operations which must be performed or
costs that must be incurred.
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.
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
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -49
SPECIAL PROVISIONS
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- 09.11(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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -50
SPECIAL PROVISIONS
1 -09.13 Claims Resolution
1- 09.13(3) Claims $250,000 or Less
(October 1, 2005 APWA 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
Revise the first paragraph to read:
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 implementation. These plans
shall supplement Construction Staging Plans. The plans as provided by the Contractor
shall include and not be limited to the following information:
• Stop line locations with station and offset to verify safety of intersection turning
radius for vehicles.
• Minimum lane widths provided for vehicular travel.
• Turn pocket length, gap, and tapers in conformance with the City of Federal Way
Standard Detail DWG 3 -19A, and WSDOT standard plans.
The Contractor shall provide flaggers, signs, and other traffic control devices not
otherwise specified as being furnished by the Contracting Agency. The Contractor shall
erect and maintain all construction signs, warning signs, detour signs, and other traffic
control devices necessary to warn and protect the public at all times from injury or
damage as a result of the Contractor's operations which may occur on highways, roads,
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -51
SPECIAL PROVISIONS
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.
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 per the detail provided by the City. Signs
shall include funding partners as provided by the City.
1 -10.2 Traffic Control Management
General
(January 13, 2017 WSDOT GSP)
Section 1- 10.2(1) is supplemented with the following:
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:
The Northwest Laborers - Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297 -3035
Evergreen Safety Council
12545 135' Ave. N.
Kirkland, WA 98034 -8709
1- 800 - 521 -0778
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406 -1022
Training Dept. Toll Free (877) 642 -4637
Phone: (540) 368 -1701
1- 10.2(2), Traffic Control Plans
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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -52
SPECIAL PROVISIONS
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. Any asphalt concrete pavement, crushed surfacing, or gravel base for
maintaining traffic during the life of this contract shall be placed by the
Contractor immediately upon request by the Engineer. In addition, cuts made in
the traveled lanes or on walkways that are paved will be temporarily patched
with hot mix and maintained daily until such time as a permanent patch can be
made. Payment for crushed surfacing, gravel and asphalt will be paid at their
respective bid items, as included in the contract.
6. Detours will not be allowed except as noted herein or Section 1- 07.23(2) as
amended.
7. Drivers of motor vehicles used in connection with the construction shall obey
traffic rules posted for such location in the same manner and under the same
restrictions as provided for the drivers of private vehicles.
8. 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.
9. The Contractor shall provide traffic cones, barricades and drums, with warning
lights in sufficient number and in good condition as required to protect the work
and the public throughout the length of the job. Traffic Safety Drums with
flashers in addition to temporary striping will be used to channelize traffic
through construction zones. Opposing lanes of traffic will be separated by pylons
when clearance for drums is not adequate. All signing and channelization shall
be per current MUTCD standards.
10. Temporary paint striping, reflective marking tape, and /or retroreflective tubular
markers shall be required for each shift of traffic control. The Contractor shall
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -53
SPECIAL PROVISIONS
provide temporary striping, reflective marking tape, and /or retroreflective tubular
markers as required at the direction of the Engineer. Paint, reflective marking
tape, and /or retroreflective tubular markers used for temporary striping shall
meet the requirement of Section 8 -23 of these Special Provisions.
11. 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
• At least one lane in each direction on S 312th St shall remain open at all times,
except as modified below
• If a lane closure is required, at least one lane of traffic (alternating directions /
flagger controlled) shall be maintained at all times. Such lane closure will
require prior written approval by the Engineer at least 48 hours in advance. All
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 shall remain ADA accessible to pedestrians at all times throughout the
project.
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.
4) Before 7:00 AM on the day after the holiday or holiday weekend.
1 -10.3 Traffic Control Labor, Procedures and Devices
1- 10.3(1) Traffic Control Labor
Section 1- 10.3(1) is supplemented with the following:
( * * * * *,)
The City shall reimburse the Contractor for the use of off-duty uniformed police officers
at the invoiced cost per Standard Specifications 1 -09.6 Force Account.
The Contractor shall request uniformed off-duty police officers from the City of Federal
Way Public Safety Department, (253) 835 -6701. The request shall be made forty -eight
(48) hours before the use of the off-duty police officers on the project site. A minimum
of three (3) hours call out time shall be paid for each request for off -duty police officers.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -54
SPECIAL PROVISIONS
It shall be the Contractors responsibility to arrange a work schedule to minimize any
additional costs incurred by the minimum three (3) hour call out requirement. No
reimbursement of any portion of the minimum callout will be allowed where Contractor -
made schedule revisions occur after an off-duty officer has been procured.
Off-duty Uniformed Police Officer will be required only when the signal system is in
flashing mode or is not operational or otherwise approved by the project engineer.
1- 10.3(3) Traffic Control Devices
Section 1- 10.3(3) is supplemented with the following:
( * * * * *,)
The following devices are deemed compliant with the crashworthiness requirements of
NCHRP 350 and are approved for use on the project:
Approved Category II Devices
Type I & II Barricades
Manufacturer
WLI Industries
Bent Manufacturing
Bent Manufacturing
Bent Manufacturing
Eastern Metal
Plasticade Products
Plasticade Products
Dicke Tool Company
TrafFix Devices, Inc.
The Roadmaker Company
Three D Traffic Works, Inc.
Protection Services, Inc.
Flex -O -Lite
United Rentals Highways
Bureau of Highway Safety
The Cortina Companies
Type III Barricades
Manufacturer
Bent Manufacturing
Recycled Plastic Products
Yodock Wall Company
Centel of Medford, Inc.
Davidson Plastics Corp.
Approved Portable Signs and Stands
Manufacturer
City of Federal Way
Steel Lake Park to Downtown Trail
Model Number
Safety Cade Type II
Unicade
Waffle Barricade
Type II Plywood or Plastic Panel
Type I & II Barricades
Fibercade Type II
Plasticade Type II
Type I Plastic Barricade
Plastic Folding Type I Barricade
Type II Plastic Barricade
TD2000 Works Barricade
Type I & II Barricades
Type I Barricade
Type I & II Barricades
Penn. Type III Barricade
Type I Plastic Barricades
Model Number
Type III Barricade
Hollow Core Plastic Barricade
Yodock 2001 m Type III Barricade
EZ -UP Type III Barricade
T3B Type III Barricade
Model Number
Page SP -55
RFB 17 -002
BID DOCUMENT — April 2017
SPECIAL PROVISIONS
Montana DOT
WLI
Texas DOT
Reflexite /Eastern Metals
DWG# 618 -02 (Plywood)
SafetyCor Sign System (Plastic)
Skid Mounted Sign Support (Plywood)
DF 400 & DF 4700 TX (Endurance plastic)
(Aluminum signs are not approved for use with the above listed stands at this time
Wood Sign Posts
Use the below charts to determine post size for Class A construction signs.
One Post Installation
Min. Sign Sq. Ft.
Post Size
4x4
4x6
6x6
6x8
4x4
4x6
6x6
6x8
17.0
21.0
26.0
Max. Sign Sq. Ft.
16.0
20.0
25.0
31.0
Two Post Installation
(For signs 5 feet or greater in width)
17.0
37.0
47.0
16.0
36.0
46.0
75.0 *
* The Engineer shall determine post size for signs greater than 75 square feet.
Section 1- 10.3(3) of the Standard Specifications are revised to read as follows:
All signs required by the approved traffic control plan(s) as well as any other
appropriate signs prescribed by the Engineer shall be furnished by the Contractor. The
Contractor shall provide the posts or supports and erect and maintain the signs in a
clean, neat, and presentable condition until the necessity for them has ceased. All non -
applicable signs shall be removed or completely covered with metal, plywood, or an
Engineer approved product specifically manufactured for sign covering during periods
when they are not needed. When the need for these signs has ceased, the Contractor
upon approval of the Engineer, shall remove all signs, posts, and supports from the
project and they shall remain the property of the Contractor.
All orange background signs shall utilize materials, and be fabricated in accordance
with, Section 9 -28. All new orange background signs and all W20 -7a "Flagger Ahead"
signs shall be fabricated with Type IV or Type VII fluorescent orange sign sheeting.
All post mounted signs with Type IV or VII sheeting shall use a nylon washer between
the twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting.
There shall be no intermixing of signs with non - fluorescent orange reflective sign
sheeting and signs with fluorescent orange reflective sign sheeting on the same sign
post.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -56
SPECIAL PROVISIONS
Construction signs will be divided into two classes. Class A construction signs are
those signs that remain in service throughout the construction or during a major phase
of the work. They are mounted on posts, existing fixed structures, or substantial
supports of a semi - permanent nature. Sign and support installation for Class A signs
shall be in accordance with the Contract Plans or the Standard Plans. Class B
construction signs are those signs that are placed and removed daily, or are used for
short durations which may extend for one or more days. They are mounted on portable
or temporary mountings. In the event of disputes, the Engineer will determine if a
construction sign is considered as a Class A or B construction sign.
If it is necessary to add weight to signs for stability, only a bag of sand that will rupture
on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2)
have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from
the ground.
Payment for setup and take down of Class B signs will be limited to the labor cost to do
the work described in Section 1- 10.3(1), and for transportation described in Section 1-
10.3(2).
Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the
Engineer deems to be unacceptable while their use is required on the project, shall be
replaced by the Contractor without additional compensation.
Traffic Safety Drums used to delineate driveways and access locations to private
properties within the work zone shall be yellow in color.
1- 10.3(7) Temporary Pavement Marking
Section 1- 10.3(7) is a new section:
( * * * * **)
All costs in connection with the use of reflective traffic tape as temporary pavement
markings shall be incidental to other bid items. All costs for paint lines and reflective
pavement markers used for temporary traffic control shall be paid under other bid items.
Description
The Contractor shall install and remove approved 4- inch -wide reflective traffic tape,
paint line, RPMs and pavement markings per City of Federal Way Standard Details
DWG - 3 -17, DWG - 3 -18, and DWG - 3 -19, as shown on the Plans, specified in the
Special Provisions for this Contract, or as directed by the Engineer. Temporary
pavement markings shall be removed after the installation of permanent lane marking is
approved in writing by the Engineer.
Materials
Materials for temporary pavement markings shall be selected from approved materials
listed in the Special Provisions of this Contract.
Preliminary Spotting
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -57
SPECIAL PROVISIONS
The Contractor is responsible for preliminary spotting (layout work) of the lines before
marking begins. The City may provide pavement marking layout work for the
Contractor if existing work loads permit, but all costs incurred by the City in providing
layout work at the Contractor's request shall be charged to the Contractor.
Temporary Pavement Markings
Temporary pavement markings shall be installed and maintained by the Contractor
whenever permanent pavement markings are included in the Contract and traffic is
released onto public streets or roadways prior to installation of permanent pavement
markings. The Contractor shall perform preliminary layout work to the satisfaction of
the Engineer prior to installation of the temporary pavement markings. The temporary
pavement markings shall be installed and maintained to the satisfaction of the Engineer
until the permanent pavement markings are installed and approved in writing by the
Engineer. After approval of permanent lane markings, the Contractor shall remove the
temporary lane markings to the satisfaction of the Engineer.
Appropriately colored 4- inch -wide reflective traffic tape shall be installed with a skip
pattern based on a 10 -foot unit consisting of a 1 -foot line of tape and a 9 -foot gap,
unless otherwise specified on the Plans or in the Special Provisions for this Contract.
Reflective traffic tape markings shall generally follow the alignment for the permanent
pavement markings and double lines shall be used when specified for the permanent
pavement markings. Reflective tape shall not be used when the temporary pavement
markings are to be exposed to traffic for more than two weeks without the written
approval of the Engineer.
The Contractor shall provide paint lines per sections 8 -22 and 9 -34, and RPMs per
sections 8 -09 and 9 -21, at the direction of the Engineer for temporary pavement
markings for construction staging. Paint lines shall be provided for temporary pavement
markings for any conditions not applicable for reflective tape. Paint lines for temporary
pavement markings shall be paid under "Paint Line ", "Raised Pavement Marker Type 1",
and Raised Pavement Marker Type 2 ".
1- 10.4(2) Item Bids with Lump Sum for Incidentals
(August 2, 2004 WSDOT GSP)
Section 1- 10.4(2) is supplemented with the following:
The bid proposal does not contain the item "Project Temporary Traffic Control," lump
sum. The provisions of section 1- 10.4(2) shall apply.
1 -10.5 Payment
( * * * * *,()
Payment will be made under the following bid item(s) when appearing in the Proposal:
"Traffic Control Supervisor ", lump sum
"Flaggers and Spotters ", per hour
"Other Traffic Control Labor ", per hour
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -58
SPECIAL PROVISIONS
"Other Temporary Traffic Control ", per lump sum
"Construction Signs Class A ", per square foot
END OF DIVISION 1
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -59
SPECIAL PROVISIONS
DIVISION 2
EARTHWORK
2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2 -01.1 Description
(Special Provision)
Section 2 -01.1 is supplemented with the following:
( * * * * *A)
Clearing and grubbing on this project shall be performed within the limits shown in the plans.
2 -01.5 Payment
(Special Provision)
Section 2 -01.5 is supplemented with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid item(s) when
included in the proposal:
"Clearing and Grubbing ", per lump sum
"Roadside Cleanup ", force account
2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2 -02.1 Description
(Special Provision)
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:
Sheet
Station /Offset
Structure /Obstruction
Quantity
5
-
Force Main
85 ft
5
-
Guardrail
165 ft
5
-
Lift Station
1
5
-
Lift Station Power Supply
1
City of Federal Way
Steel Lake Park to Downtown Trail
Page SP -60
RFB 17 -002
BID DOCUMENT — April 2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SPECIAL PROVISIONS
2 -02.1 Description
(March 18, 2002 NWR)
Section 2 -02.1 is supplemented with the following:
Roadside Restoration
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- 02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
(Special Provision)
Section 2- 02.3(3) is supplemented with the following:
Prior to removal of pavement, the Contractor shall make a full -depth sawcut to delineate the
areas of pavement removal from those areas of pavement to remain. The Engineer shall
approve the equipment and procedures used to make the full -depth sawcut. No wastewater
from the sawcutting operation shall be released directly to any stream or storm sewer system.
2- 02.3(4) Removal of Drainage Structures
(Special Provision)
( * * * * **)
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 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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -61
SPECIAL PROVISIONS
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) Remove Pavement Markings
(Special Provision)
( * * * * **)
Section 2- 02.3(7) is a new section:
Pavement markings shall be removed per 8- 22.3(6) of the Standard Specifications.
2 -02.4 Measurement
(Special Provision)
Section 2 -02.4 is supplemented with the following:
( * * * * **)
Sawcutting will be measured by the linear foot.
Remove Existing Catch Basin by each.
Remove Existing Storm Sewer Pipe will be measured by the linear foot.
2 -02.5 Payment
(Special Provision)
Section 2 -02.5 is supplemented with the following:
( * * * * **)
Payment will be made in accordance with Section 1 -04.1 for the following bid items when included
in the proposal:
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -62
SPECIAL PROVISIONS
"Removal of Structures and Obstructions ", lump sum.
"Sawcutting ", per linear foot
"Remove Existing Catch Basin ", per each.
"Remove Existing Storm Sewer Pipe ", per linear foot.
Payment for Remove Pavement Markings shall include removal of all existing and temporary
pavement markings for construction staging and for final permanent pavement marking.
2 -03 ROADWAY EXCAVATION AND EMBANKMENT
2 -03.2 Pavement Removal
(Special Provision)
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, and /or Portland cement concrete pavement. The approximate thickness of
the pavement is shown in the appendicies, if available.
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.
2- 03.3(10) Selected Material
(Special Provision)
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(4) for Gravel Borrow for Structural Earth Wall.
2- 03.3(14)C Compacting Earth Embankments
(Special Provision)
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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -63
SPECIAL PROVISIONS
2- 03.3(14)D Compaction and Moisture Control Tests
(Special Provision)
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.
2- 03.3(14)E Unsuitable Foundation Excavation
(Special Provision)
Section 2- 03.3(14)E is supplemented with the following:
( * * * * * *)
All embankments, utilities, utility structures, and retaining walls 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, retaining walls, or utilitiy installations.
Installing construction geotextile for separation on the base and sides of unsuitable excavation
as indicated on the Plans shall be included in the unit price per cubic yard for unsuitable
foundation excavation incl. haul. Backfill of unsuitable foundation areas shall be measured
and paid separately as Crushed Surfacing Base Course.
2- 03.3(14)G Backfilling
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
for Structural Earth Wall 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. Control stakes will be set during
construction to provide the Contractor with all essential information for the construction of
excavation and embankments.
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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -64
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SPECIAL PROVISIONS
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.
2 -03.4 Measurement
(Special Provision)
Section 2 -03.4 is supplemented with the following:
( * * * * *,4)
Roadway Excavation shall not be measured for payment for the removal of "Temporary
Pavement" to required subgrade depth per the provisions of 5- 04.3(22) herein.
"Gravel Borrow for Trench Backfill" shall be measured and paid when backfilling subsequent to
Structure Excavation Class B. "Gravel Borrow for Trench Backfill Incl. Haul" will be measured
per neatlines, less volumes for structures, pipes, and bedding.
Gravel backfill subsequent to the removal of structures and obstructions shall be measured
and paid under the "Gravel Borrow for Trench Backfill" bid item.
Gravel Borrow for Structural Earth Wall required for embankment construction to achieve the
subgrade elevations indicated on the Plans will be measured and paid per ton in accordance
with Section 6 -13 herein.
2 -03.5 Payment
(Special Provision)
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:
"Gravel Borrow for Trench Backfill Incl. Haul ", per ton.
"Roadway Excavation Incl. Haul ", per cubic yard.
"Unsuitable Foundation Excavation Incl. Haul ", per cubic yard.
2 -03.5 Payment
(March 13, 1995 WSDOT GSP)
Section 2 -03.5 is supplemented with the following:
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -65
SPECIAL PROVISIONS
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
(Special Provision)
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(1)E Backfilling
(Special Provision)
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 Incl.
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 the
approval of the Engineer. Use of native material for backfill, when approved, shall be
incidental to the various items in the Contract and no additional payment will be made.
2 -09.4 Measurement
The second sentence of the eleventh paragraph of Section 2 -09.4 is replaced with the following:
( * * * * *,4)
Shoring or Extra Excavation Class B will be measured for payment only when structure
excavation is four -feet (4') or deeper measured from existing ground surface to the bottom of
pipe zone bedding.
Shoring or Extra Excavation Class B will measured and paid per square foot based upon the
following calculation:
Depth: Actual trench depth from existing ground to bottom of pipe zone bedding, only when
this dimension is four -feet (4') or greater.
Length: Linear foot of trench excavated to a depth of four -feet (4') or greater along the
centerline of the structure installed.
Depth shall be measured only once, not for both sides of the excavation.
Area (sf): Depth x Length
Section 2 -09.4 is supplemented with the following:
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -66
SPECIAL PROVISIONS
"Structure Excavation Class B Incl. Haul for Structural Earth Walls ", shall not be measured and
is considered incidental to the Structural Earth Wall bid item.
2 -09.5 Payment
Paragraphs nine, ten, and eleven of Section 2 -09.5 are replaced with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Shoring or Extra Excavation Class B ", per linear foot of trench excavated to a depth of 4 feet
or more.
The unit contract price per linear foot shall be full pay for all excavation, backfill, compaction,
and other work required when extra excavation is used in lieu of constructing shoring. If select
backfill material is required for backfilling within the limits of the structure excavation, it shall
also be required as backfill material for the extra excavation at the Contractor's expense.
Section 2 -09.5 is supplemented with the following:
(*****1
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Shoring or Extra Excavation Class B" per square foot.
All costs for "Structure Excavation Class B incl. Haul ", except for "Shoring or Extra Excavation
Class B ", shall be included in the unit contract price for the installation of each type and size of
culvert, pipe, structure, or conduit as specified.
END OF DIVISION 2
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -67
SPECIAL PROVISIONS
DIVISION 3
PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING
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:
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -68
SPECIAL PROVISIONS
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 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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -69
SPECIAL PROVISIONS
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.
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.
END OF DIVISION 3
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -70
SPECIAL PROVISIONS
DIVISION 4
BASES
4 -04 BALLAST AND CRUSHED SURFACING
4 -04.1 Description
(Special Provision)
Section 4 -04.1 is supplemented with the following:
( * * * * *,)
Crushed Surfacing shall be placed where shown in the Plans, as a base for sidewalks,
pathways, pavement, in areas of unsuitable foundation excavation, or for any other purposes
deemed necessary by the Engineer.
4 -04.3 Construction Requirements
4- 04.3(4) Placing and Spreading
(Special Provision)
Item 2 of Section 4- 04.3(3) and Section 4- 04(4), is replaced with the following:
( * * * * * *)
2. Road Mix Method. The road mix method of mixing surfacing material will not be allowed.
4 -04.5 Payment
(Special Provision)
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 Base Course ", per ton.
The unit contract price per ton for "Crushed Surfacing Base Course" shall also include
compacting, and removing and hauling to waste when required by the Engineer.
"Crushed Surfacing Top Course ", per ton.
The unit contract price per ton for "Crushed Surfacing Top Course" shall also include
compacting, and removing and hauling to waste when required by the Engineer.
END OF DIVISION 4
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -71
SPECIAL PROVISIONS
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5 -04 HOT MIX ASPHALT
5 -04.1 Description
(Special Provision)
Section 5 -04.1 is supplemented with the following:
( * * * * * *)
Asphalt concrete pavement shall be used at the following locations on the project:
1. HMA CI 1/2 ", PG 64 -22: For all asphalt concrete roadway construction and
reconstruction per the Typical Roadway section details on the Plans.
2. Temporary Pavement: For all temporary asphalt concrete construction and patching as
directed by the Engineer.
5 -04.2 Materials
(January 3, 2011 WSDOT GSP)
Section 5 -04.2 is supplemented with the following:
ESAL'S
The number of ESAL'S for the design and acceptance of the HMA shall be 2.5 million.
5 -04.3 Construction Requirements
5- 04.3(3)D Material Transfer Device / Vehicle
(August 3, 2009 WSDOT GSP)
Section 5- 04.3(5)D is deleted in its entirety.
5- 04.3(4) Preparation Of Existing Surfaces
(Special Provision)
Section 5- 04.3(4) 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)A2 Statistical or Nonstatistical Evaluation
Delete this section and replace it with the following:
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -72
SPECIAL PROVISIONS
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).
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
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -73
SPECIAL PROVISIONS
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:
i. 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(12) Joints
(January 5, 2004 WSDOT GSP)
Section 5- 04.3(12) is supplemented with the following:
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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -74
SPECIAL PROVISIONS
5- 04.3(14) Planing Bituminous Pavement
(January 5, 2004 WSDOT GSP)
Section 5- 04.3(14) is supplemented with the following:
The Contractor shall perform the planing operations no more than * ** three (3) " ** calendar
days ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by
the Engineer in writing.
(August 3, 2009 WSDOT GSP)
Section 5- 04.3(14) is supplemented with the following:
Beveled Edge Planing
A beveled edge shall be constructed in areas that will not be paved during the same work shift.
The Contractor shall use a beveled cutter on the mandrel of the planing equipment, or other
approved method(s), to eliminate the vertical edge(s). The beveled edge(s) shall be
constructed at a 4:1 slope.
(Special Provision)
Section 5- 04.3(14) is supplemented with the following:
( * * * * **)
Equipment
For traveled lane areas, the Contractor shall use asphalt concrete planing equipment with a
Triple Wrap Head or an approved equal. The milling head shall be a minimum 72 inches in
width, with a maximum tooth spacing of 5/8 inch or as approved by the Engineer.
Transverse Joints
The full depth end of each lane of planing shall be squared off to form a uniform transverse
joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with
Section 5- 04.3(12) across the entire width of the transverse edge when traffic is allowed on the
planed surface prior to paving. The wedge shall be constructed before opening the lane to
traffic. The Contractor shall remove the wedge immediately prior to paving.
5- 04.3(16) 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(22) Temporary Pavement (NEW SECTION)
(Special Provision)
Section 5- 04.3(22) is added:
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -75
SPECIAL PROVISIONS
Temporary pavement is required to open areas to traffic during construction. These areas include
the voids created by the removal of existing traffic islands and curbing, paving over excavated
roadway and utility trenches to provide paved access to private properties, and ramps for property
access during cement concrete approach construction. Temporary pavement shall be hot mix
asphalt concrete pavement. All temporary paving shall be placed with a minimum thickness of 2
inches. 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 before
placement. This work shall also include the removal of the temporary pavement prior to paving of
final asphalt concrete pavement.
Temporary Pavement, Hot mix asphalt will be used for any trench restoration within the traveled
way. Whether temporary or permanent, saw cut and treat edges with CSS -1 asphalt emulsion and
apply a minimum 3 -inch pavement depth or match existing, whichever is greater. Also, fill voids
created by the removal of existing traffic islands and curbing, paving over excavated roadway to
temporary access to adjacent properties, and ramps for property access during concrete approach
construction.
Temporary Pavement, cold mix asphalt is allowed for any temporary paving outside the traveled
way. The cold mix shall be approved by the Engineer and placed in a 2 -inch minimum thickness.
Placement of temporary pavement without prior approval of the Engineer shall be considered as a
benefit of the Contractor and no cost to the owner. Any areas of temporary pavement to be
removed and replaced require prior approval by the Engineer. This work shall include the removal
of the temporary pavement prior to paving of final asphalt concrete pavement.
The Contractor shall excavate and remove temporary pavement to the required subgrade depth to
construct and install the proposed pavement section. Excavation and removal of temporary
pavement, to subgrade depth, shall be considered included in the unit cost for "Temporary
Pavement."
5 -04.4 Measurement
(Special Provision)
Section 5 -04.4 is supplemented with the following:
(* * * * * *)
Temporary Pavement will be measured by the ton of material actually placed, with no
deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other
component of the mixture.
Temporary Pavement is defined as pavement placed and subsequently removed prior to the
final hot mix asphalt and base course required by the typical sections on the Plans.
5 -04.5 Payment
(Special Provision)
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:
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -76
SPECIAL PROVISIONS
"Temporary Pavement ", per ton.
Included in the cost per ton for "Temporary Pavement" shall be placement & compaction of hot
mix asphalt, cold mix asphalt, roadway excavation to proposed subgrade depths and disposal
of temporary pavement.
"HMA Cl. ' /2" PG 64 -22 ", per ton.
END OF DIVISION 5
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -77
SPECIAL PROVISIONS
DIVISION 6
STRUCTURES
6 -13 STRUCTURAL EARTH WALLS
6 -13.1 Description
Section 6 -13.1 is supplemented with the following:
( * * * * * *)
Construction and installation must conform to the manufacturer's specific requirements.
6 -13.2 Materials
Section 6 -13.2 is supplemented with the following:
(August 3, 2015 WSDOT GSP)
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.
Mortar
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
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -78
SPECIAL PROVISIONS
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.
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 Tint 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 RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -79
SPECIAL PROVISIONS I
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
following requirements:
Property
Value
Specification
Specific Gravity
1.4 minimum
ASTM D 792
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
Specification
ASTM D 4101
Group 1 Class 1 Grade 2
ASTM D 2584
ASTM D 4218
STM D 792
ASTM D 638
Value
73 ± 2 percent
25 ± 3 percent
2 percent minimum
1.08 ± 0.04
8,700 ± 1,450 psi
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -80
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SPECIAL PROVISIONS
Melt Flow Rate
ASTM D 1238 0.37 ± 0.16 oz. /10 min.
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
ASTM D 1238
Section 6 -13.2 is supplemented with the following:
UNIT FILL
Value
68 ± 3 percent
30 ± 3 percent
2 percent minimum
1.16 ± 0.06
8,700 ± 725 psi
0.11 ± 0.07 oz. /10 min.
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
3/4 inch
No. 4
No. 50
100
75 -100
0 -10
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, between, and behind units to meet this requirement.
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 elvels of the wall has been constructed will not be allowed.
6 -13.3 Construction Requirements
Section 6 -13.3 is supplemented with the following:
( * * * * * *)
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 or Structural Earth Wall.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -81
SPECIAL PROVISIONS
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.
6 -13.3 Construction Requirements
(August 3, 2015 WSDOT GSP)
Concrete Block Faced Structural Earth Wall
Concrete block faced structural earth walls shall be constructed of only one of the following wall
systems. 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:
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
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
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -82
SPECIAL PROVISIONS
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) Submittals
Section 6- 13.3(2) is supplemented with the following:
(January 3, 2011 WSDOT GSP)
The following geotechnical design parameters shall be used for the design of the structural
earth wall(s):
Wall Name or No.: All Walls
Soil Properties Wall Backfill
Unit Weight (pcf)
Friction Angle (deg)
Cohesion (psf)
135
36
0
Retained Soil Foundation Soil
Cut/Fill Cut/Fill
125/125 135/135
34/34 36/36
0 0
For the Service Limit State, the wall shall be designed to accommodate a differential
settlement of * * *'/2 inch ' per 100 feet of wall length.
For the Extreme Event I Limit State, the wall shall be designed for a horizontal seismic
acceleration coefficient kh of * ** 0.412 * ** g and a vertical seismic acceleration coefficient kv
of * ** $$0$$ * ** g.
6- 13.3(5) Precast Concrete Facing Panel and Concrete Block Erection
Section 6- 13.3(5) is supplemented with the following:
(April 2, 2012 WSDOT GSP)
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -83
SPECIAL PROVISIONS
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 less 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 block
groove, with the butt ends being placed at a center of a concrete block.
6 -13.4 Measurement
Section 6 -13.4 is supplemented with the following:
(* * * * * *)
"Gravel Borrow for Structural Earth Wall incl. Haul ", will be measured per ton for material
placed and compacted behind the structural earth wall as well as for general embankment
construction to achieve the subgrade elevations indicated on the Plans.
6 -13.5 Payment
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:
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -84
SPECIAL PROVISIONS
"Structural Earth Wall ", per square foot
The unit contract price per square foot for the Structural Earth 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, modular block units, cap units, end /corner
units, unit fill, shear connectors, tie - back /geogrid system, base leveling pad, gravel backfill for
drain, and wall drainpipe system including cleanout.
"Gravel Borrow for Structural Earth Wall incl. Haul", per ton
The unit contract price per ton for Gravel Borrow Structural Earth Wall incl. Haul shall be full
compensation to perform the work in connection with furnishing, placing, and compacting
backfill for structural earth wall and embankments as required to achieve the subgrade
elevations indicated on the Plans.
END OF DIVISION 6
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -85
SPECIAL PROVISIONS
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY
SEWERS, WATER MAINS, AND CONDUITS
7 -01 DRAINS
7 -01.2 Materials
(Special Provision)
Section 7 -01.2 is supplemented with the following:
The only acceptable material for drain pipe shall be Polyvinyl Chloride (PVC) Drain Pipe Drain
Pipe, Couplings, and Fittings, meeting the requirements of ASTM D3034 SDR 35.
The only acceptable material for underdrain pipe shall be Perforated Polyvinyl Chloride (PVC)
Underdrain Pipe, meeting the requirements of the Standard Specifications.
7 -01.4 Measurement
(Special Provision)
Section 7 -01.4 is supplemented with the following:
( * * * * **)
No specific unit of measurement applies to the bid item "Reconnect Existing Misc. Drainage"
"Drain Pipe 6 In. Diam ", will be measured per linear foot.
Excavation, backfill, pipe bedding, compaction of the pipe trench backfill (with native
material), connections between dissimilar existing, new pipe materials and to new or existing
storm drainage structures, and testing will not be measured as these items are incidental to
the drainage pipe pay item.
7 -01.5 Payment
(Special Provision)
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:
"Reconnect Existing Misc. Drainage" shall be paid on a lump sum basis and shall include all
labor, tools, equipment, and materials necessary to re- establish miscellaneous drainage
connections from existing roof leaders, existing pipe outfalls to new catch basins, underdrains
and footing drains to a suitable outfall point and existing control structure (vertical riser stem,
horizontal outlet, shear gates and supports) to new pipe outlet as shown on plans.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -86
SPECIAL PROVISIONS
Connections shall be made to the nearest catch basin as indicated on the plans or as
approved by the Engineer.
"Drain Pipe 6 In. Diam ", 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, laying pipe, pipe bedding, backfill (with native material), compaction,
connection to new or existing storm sewers or drainage structures, surface restoration, haul
and disposal of trench material to be wasted including unsuitable material, and cleaning.
7 -04 STORM SEWERS
7 -04.2 Materials
(Special Provision)
Section 7 -04.2 is supplemented with the following:
( * * * * * *)
Storm sewer pipe used in this project shall consist of Class IV reinforced concrete storm sewer
pipe for 12 -inch through 24 -inch diameter storm sewer pipes. Concrete pipe material, gaskets,
and couplings shall be in accordance with Section 9 -05.7 of the Standard Specifications and as
modified in these special provisions.
The Contractor shall require the pipe suppliers to furnish certificates signed by their authorized
representatives stating the specifications to which the materials or products were
manufactured. Certificates indicating non - conformance with these Specifications shall be
sufficient evidence for rejection. Materials shall not be shipped until pipe suppliers have
provided documentation that materials have been properly cured.
Approval of certificates shall be considered only as tentative acceptance of the materials or
products, and such action by the Engineer will not relieve the Contractor of its responsibility to
perform field tests and to replace or repair faulty materials, equipment, and /or workmanship.
7 -04.3 Construction Requirements
(Special Provision)
Section 7 -04.3 is supplemented with the following:
( * * * * * *)
Pipe Joints:
All concrete pipe joints shall be 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(14)C "Method B" of the Standard Specifications.
Existing storm sewer facilities:
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -87
SPECIAL PROVISIONS
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.
7- 04.3(1) Cleaning and Testing
(Special Provision)
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- 04.3(2) Coordination with Utility Companies
(Special Provision)
Section 7- 04.3(2) is added:
It is anticipated that minor adjustments will need to be made by the utility companies to avoid
the proposed storm drainage system. Known relocations not to be performed by the Contractor
have been shown on the Plans to be performed "by others ". The Contractor shall identify any
additional utility crossings that may conflict with the storm drainage system and notify the
Engineer immediately prior to construction in vicinity of conflicts.
The Contractor is responsible for coordinating anticipated relocation work with the respective
utility companies. This coordination shall include contacting the utility company representative
listed in Section 1- 05.14(A) of these Special Provisions at least fifteen (15) working days prior
to installing storm drain pipe that may conflict with the utility companies' respective facilities;
and coordinating the construction of the storm drainage system with the respective utility
construction crews.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -88
SPECIAL PROVISIONS
Coordination with utility companies shall be considered incidental to the Contract and no
additional compensation will be made.
7 -04.4 Measurement
(Special Provision)
Section 7 -04.4 is supplemented with the following:
"Class IV Reinf. Conc. Storm Sewer Pipe 12 In. Diam. ", shall be measured per linear foot.
Excavation, backfill, pipe zone bedding, compaction of the pipe trench backfill (with native
material), connections between dissimilar existing and new pipe materials, outlet protection
and testing will not be measured as these items are incidental to the drainage pipe pay items.
"Class IV Reinf. Conc. Storm Sewer Pipe 24 In. Diam. ", shall be measured per linear foot.
Excavation, backfill, pipe zone bedding, compaction of the pipe trench backfill (with native
material), connections between dissimilar existing and new pipe materials, outlet protection
and testing will not be measured as these items are incidental to the drainage pipe pay items.
7 -04.5 Payment
(Special Provision)
Section 7 -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:
"Class IV Reinf. Conc. Storm Sewer Pipe 12 In. Diam. ", shall be measured per linear foot.
The unit contract price per linear foot of storm sewer 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, but not limited to, all pavement removal, trench excavation, dewatering
(if required), temporary flow bypass, laying pipe, pipe bedding, backfill (with native material),
compaction, connection to new or existing storm sewers or drainage structures, outlet
protection surface restoration, haul and disposal of trench material to be wasted including
unsuitable material, cleaning and testing, costs related to maintaining existing drainage system
during construction or to provide temporary drainage systems, and temporary patching hot mix
to allow for the passage of traffic.
If the Engineer determines that the native material is not satisfactory for trench backfill, Gravel
Borrow For Trench Backfill Including Haul shall be used and paid for under Section 2 -03 in
these Special Provisions.
"Class IV Reinf. Conc. Storm Sewer Pipe 24 In. Diam. ", shall be measured per linear foot.
The unit contract price per linear foot of storm sewer 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, but not limited to, all pavement removal, trench excavation, dewatering
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -89
SPECIAL PROVISIONS
(if required), temporary flow bypass, laying pipe, pipe bedding, backfill (with native material),
compaction, connection to new or existing storm sewers or drainage structures, outlet
protection surface restoration, haul and disposal of trench material to be wasted including
unsuitable material, cleaning and testing, costs related to maintaining existing drainage system
during construction or to provide temporary drainage systems, and temporary patching hot mix
to allow for the passage of traffic.
If the Engineer determines that the native material is not satisfactory for trench backfill, Gravel
Borrow For Trench Backfill Including Haul shall be used and paid for under Section 2 -03 in
these Special Provisions.
7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
7 -05.1 Description
(Special Provision)
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.
Type 1L Catch Basins shall be constructed per City of Federal Way Standard Dwg 4 -2.
Type 2 Storm Manholes shall be constructed in accordance with City of Federal Way Standard
Dwgs 4 -3 and 4 -4.
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.
Where shown on the plans, through curb inlets shall be installed (Federal Way Dwgs. 4 -8 and
4 -9) at roadway sag locations.
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.
7 -05.2 Materials
Section 9- 05.15(2) is supplemented with the following:
(January 3, 2017 WSDOT GSP)
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -90
SPECIAL PROVISIONS
Slip Resistant Lid shall meet ASTM A36 steel. The slip- resistant lid shall be treated with
Mebac #1 as manufactured by IKG Industries, or SIipNOT Grade 3- coarse as manufactured by
W.S. Molnar Co. The slip- resistant lid shall be identified with the 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 B- inch line
thickness formed with a mild steel weld bead. Slip- resistant lids shall be galvanized after
fabrication in accordance with AASHTO M 111.
(Special Provision)
Section 7 -05.2 is supplemented with the following:
( * * * * * *)
Heavy -Duty Hinged Style Frame and Cover shall be:
ERGO Assembly, Product Number 00104040L01, Manufactured by EJ Group, Inc., 301
Spring Street, PO Box 439, East Jordan, MI 49727 (800) 626 -4653, www.ejco.com.
High Impact Adjustment Riser shall be Infra - Riser® Multi- purpose Rubber Composite
Adjustment Riser, EJ Group, Inc., 301 Spring Street, PO Box 439, East Jordan, MI 49727 (800)
626 -4653, www.ejco.com.
7 -05.3 Construction Requirements
Section 7 -05.3 is supplemented with the following:
(January 3, 2017 WSDOT GSP)
Grate inlets, cast metal inlets, drop inlets and other structures installed in sidewalks, walkways,
and shared -use paths shall have slip- resistant surfaces, be flush with the surface, and match
the grade of the sidewalk, walkway, and shared -use path.
(Special Provision)
( * * * * * *)
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 and located within the travelled way shall include
round solid locking lids; except rectangular solid locking lids shall be used where indicated on
the plans or directed by the Engineer. (Reference City of Federal Way Standard Drawings No.
4 -12 for solid cover and 4 -13 for standard frame). 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).
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -91
SPECIAL PROVISIONS
7- 05.3(1) Adjusting Manholes, Valve Boxes and Catch Basins to Grade
(Special Provision)
Section 7- 05.3(1) 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 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 be filled with Commercial HMA, placed and compated 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
(Special Provision)
Section 7- 05.3(3) is supplemented with the following:
( * * * * * *)
The requirements of this section shall also apply to connections to existing catch basins.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -92
SPECIAL PROVISIONS
7- 05.3(5) Connection to Existing Pipe
(Special Provision)
Section 7- 05.3(5) is added:
( * * * * * *)
The contractor shall connect (or reconnect) existing pipes to the new manholes or catch basins
without obstructing flow from upstream locations.
7- 05.3(6) Heavy Duty Frame and Cover with High Impact Riser
Section 7- 05.3(6) is added:
Heavy duty hinged style frame and covers with high- impact adjustment risers, shall be installed
in accordance with the requirements of Section 7- 05.3(1) and manufacturer installation
instructions, for all solid -lid drainage structures located within the traveled roadway as noted in
the plans.
Install a rectangular to round conversion riser per Section 7- 05.3(7) of these Special Provisions
and City of Federal Way Standard Drawing 4 -18 for existing or proposed Type 1 or Type 1L
catch basins where required by the plans.
High impact adjustment risers with a maximum 2 -inch thickness shall be used for all heavy -duty
frames and covers within the travelled roadway.
7- 05.3(7) Conversion Risers
(Special Provision)
Section 7- 05.3(7) is added:
Where indicated on the Plans, install Type 1 and Type 1L catch basins with a round solid cover
by installing a conversion riser per City of Federal Way Standard Drawing 4 -18. If the catch
basin will be located within the thru lane, install heavy duty frame and cover with high impact
riser in accordance with Section 7- 05.3(6) of these Special Provisions. Final adjustment to
grade shall be in accordance with Section 7- 05.3(1) of the Standard Plans and these Special
Provisions.
7 -05.4 Measurement
(Special Provision)
Section 7 -05.4 is supplemented with the following:
( * * * * **)
"Catch Basin Type 1", will be measured per each.
"Catch Basin Type 1 L ", will be measured per each.
"Catch Basin Type 2 54 In. Diam. ", will be measured per each.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -93
SPECIAL PROVISIONS
"Adjust Existing Storm Drainage Structure ", will be measured per each.
"Connection to Existing Drainage Structure ", will be measured per each.
7 -05.5 Payment
(Special Provision)
Section 7 -05.5 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:
"Catch Basin Type 1", per each.
"Catch Basin Type 1 L ", per each.
"Catch Basin Type 2 54 In. Diam. ", per each.
The unit contract price per each for all bid items above 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, 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.
"Adjust Existing Storm Drainage Structure ", per each.
The bid item "Adjust Storm Drainage Structure per each, applies to existing storm drainage
catch basins and storm drainage /sanitary sewer manholes that require adjustment to grade by
addition or removal of adjustment risers. The unit contract price for "Adjust Existing Storm
Drainage Structure per Each, includes all labor, tools, equipment, and materials necessary to
adjust drainage /sewer structures to finished grade, temporary patching hot mix to allow for the
passage of traffic, restoration of the area around the adjusted structure, and providing new
rings and covers or frames and grates. Grade rings and adjustment risers (concrete or high -
impact) shall be considered incidental to this bid item and will not be measured for separate
payment.
"Connection to Existing Drainage Structure ", per each.
The unit contract price for "Connection to Existing Drainage Structure ", per each, applies to
connecting new storm drain pipe to existing storm drainage catch basins and manholes and
includes all labor, tools, equipment, and materials necessary to core drill the existing drainage
structure and provide the necessary pipe connection.
7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS
7 -08.3 Construction Requirements
(Special Provision)
Section 7 -08.3 is supplemented with the following:
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -94
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SPECIAL PROVISIONS
Dewatering
See appendix D for groundwater conditions at time of geotechnical investigations. The
Contractor shall assess the situation and develop a plan to accommodate construction in
groundwater. The Contractor shall be solely responsible for this groundwater /trench
excavation control plan. All costs related to trench dewatering shall be included in the related
items of work.
For bidding purposes the Contractor shall assume that the basic trench dewatering method is
to be by sheet piling and sump pumping from the excavation with portable pumps. If advanced
methods become necessary, compensation for such work shall be per 1 -04.4 of the Standard
Specifications.
7- 08.3(3) Backfilling
(Special Provision)
Section 7- 08.3(3) is supplemented with the following:
( * * * * * *)
Initial backfilling shall be performed only after inspection and approval of the installed pipe.
Backfill shall be accomplished in such a manner that the pipe is not damaged by impact or
overloading.
All backfill for pipe trenches shall be mechanically compacted by a power operated mechanical
tamper(s) as specified in Sections 7- 08.3(3) of the Standard Specifications or other mechanical
compaction device approved by the Engineer.
If there is an excess of acceptable backfill material obtained from trench excavation at one
location on the project, it shall be used at other locations on the project as directed by the
Engineer. Native backfill stockpiles shall be protected to prevent excessive wetting. The cost of
transporting the excess backfill material shall be considered incidental to the pipe or structure
backfilled.
*****1
7-22 7 -22 STORMWATER MEDIA FILTERS
(Special Provision)
Section 7 -22 is added:
7 -22.1 Description
This work shall consist of installing MWS Linear Modular Wetland Units for water quality treatment
as shown on the Plans.
7- 22.1(1) Submittals
A. Submittals for the stormwater filters shall include the following items in accordance with
Division 1, GENERAL REQUIREMENTS.
1. Shop Drawings for each stormwater media filter system installation including size,
location, inlet and outlet inverts, appurtenant piping; bedding, backfill, concrete top slab,
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -95
SPECIAL PROVISIONS
lid details, and anchorage tiedown system details. The concrete top slab design shall
provide H -20 loading for each system.
2. Complete materials list.
3. Manufacturer's recommended installation and maintenance procedures.
4. Manufacturer's certificate of satisfactory installation and warranty.
7 -22.2 Materials
7- 22.2(1) Modular Wetland Units
Modular Wetland stormwater media filter units shall consist of MWS Linear Modular Subsurface
Flow Wetland Systems, as manufactured by Bio Clean Enviornmental Services, Inc., 2972
San Luis Rey Road, Oceanside, CA 92058, (760) 433 -7640, or Modular Wetland Systems, Inc.,
P.O. Box 869, Oceanside, CA 92049, (760) 433 -7650.
Modular Wetland units shall have a General Use Level Designation (GULD) for Enhanced Basic
treatment from the State of Washington Department of Ecology through the TAPE program.
Each Modular Wetland unit consists of a precast concrete vault containing a pretreatment chamber,
biofiltration chamber, internal bypass system and discharge chamber. The pretreatment chamber
houses perforated cartridge media filters, and is used for pretreating stormwater before it enters the
biofiltration chamber. The pretreatment chamber has a pervious floor connected to the underdrain
system, to function as a drain down system. The biofiltration chamber has a periphial void area
around the filtration media cells and a centralized and vertically extending underdrain to collect
filtered water from each cell. Treatment media within the biofiltration chamber consists of a sorptive
media mix which does not contain any organic material and a layer of plant establishment media.
Pretreated stormwater flows horizontally through the biofiltration material from the exterior void to
the underdrain at the center. Treated water collected by the underdrain flows horizontally to the
discharge chamber, which houses a flow control orifice plat that restrictes flows greater than the
treatment flow rate. The discharge chamber also contains a drain down filter to treat drain down
flows that are not treated by the biofiltration chamber.
Supplied Modular Wetland units shall include inspection and maintenance by the supplier, or a
supplier- approved contractor, for a minimum period of one year, consisting of two scheduled visits.
The maintenance visits shall include the following tasks:
1. Modular Wetland® unit inspection.
2. Cleaning pretreatment chamber.
3. Pretreatment media evaluation and replacement as necessary.
4. Disposal of all maintenance refuse items.
5. Maintenance records updated, stored, and submitted to the City of Federal Way Surface
Water Management Division.
Prior to each maintenance visit, the Federal Way Surface Water Utility shall be notified and allowed
to inspect the facility and observe the maintenance of the Modular Wetland unit by the supplier or
supplier- approved contractor (contact Theresa Thurlow, Surface Water Management Division:
253 - 835 - 2750).
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -96
SPECIAL PROVISIONS
7- 22.2(2) Stormwater Treatment System Bedding and Backfill
A. Bedding and backfill materials for stormwater media filter unit installation shall be in accordance
with Section 7 -05.3.
7- 22.2(3) Warranties
A. Manufacturer shall warrant all products to be free from defects in materials and workmanship
for a minimum of 1 year from the date of installation. Manufacturer shall inspect and repair or
replace defective parts during warranty period at no additional cost to Owner.
7 -22.3 Construction Requirements
7- 22.3(1) Modular Wetland Unit Installation
Modular Wetland units shall be constructed as detailed in the Plans and in accordance with these
Special Provisions and the manufacturer's installation instructions.
Each unit shall be constructed at the locations and elevations according to the sizes shown on the
approved Plans. Any modifications to the elevation or location shall be at the direction of and
approved by the Engineer.
The contractor shall exercise care in the storage and handling of the Modular Wetland unit and all
components prior to and during installation. Any repair or replacement costs associated with
events occurring after delivery is accepted and unloading has commenced shall be born by the
contractor.
The unit shall be placed on a compacted sub -grade with a minimum 6 -inch gravel base. The unit
shall be placed such that the unit and top slab match the grade of the curb in the area of the unit.
Compact undisturbed sub -grade materials to 95% of maximum density at +1- 2% of optimum
moisture. Unsuitable material below sub -grade shall be replaced to the site Engineer's approval.
Once the unit is set, the internal wooden forms and protective silt fabric cover must be left intact (if
Wetland Media pre - installed). The top lid(s) shall be sealed onto the box section before backfilling,
using a non - shrink grout, butyl rubber or similar waterproof seal. The boards on the top of the lid
and boards sealed in the unit's throut must not be removed. The supplier will remove these
sections at the time of activation.
Outlet connections shall be aligned and sealed in accordance with the Plans and approved shop
drawings. The correct outlet will be marked on the Modular Wetland unit.
Backfilling shall be performed in a careful manner, bringing the appropriate fill material up in 6 -inch
lifts on all sides. Precast sections shall be set in a manner that will result in a watertight joint.
Installation of the Modular Wetland unit shall conform to ASTM specification C891 "Standard
Practice for Installation of Underground Precast Utility Structures ".
If not pre - installed, the contractor shall install Wetland Media in accordance with the manufacturer's
insallation instructions. Plants for Modular Wetland units (where specificed) shall be supplied and
installed by the Contractor.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -97
SPECIAL PROVISIONS
The curb and gutter adjacent to each Modular Wetland unit shall be cast in place following
installation of the Modular Wetland unit, constructing a depressed gutter section and fabricated
steel curb hood as detailed in the Plans. It is the responsibility of the Contractor to provide curb and
gutter transition to the Modular Wetland unit for positive stormwater flow into the system through
the thoat, pipe or grate opening.
7- 22.3(3) Installation Warranty
Manufacturer's representative shall observe installation of the stormwater filters and shall provide a
certificate of satisfactory installation to Owner prior to operation.
7- 22.3(4) Operational Testing
The manufacturer's representative shall participate in and observe operational testing of the
stormwater treatment systems for design performance. All observed problems shall be rectified
prior to Owner acceptance.
7 -22.4 Measurement
Stormwater Media Filter (Modular Wetland Unit) will be measured per each.
7 -22.5 Payment
Payment will be made in accordance with Section 1 -04.1 for the following bid items when included
in the proposal:
"Stormwater Media Filter (Modular Wetland Unit) ", per each
The unit contract price per each for Stormwater Media Filter (Modular Wetland Unit) shall be full
pay for furnishing all labor, tools, equipment, and materials necessary to install a Modular Wetland
unit of the size indicated on the Plans, at locations where the Plans indicate that either a Modular
Wetland unit is acceptable, in accordance with the Plans and Specifications. One manufacturer
shall provide all stormwater media filters paid for by the Stormwater Media Filter (Modular Wetland
Unit) bid item.
The unit contract price per each for Stormwater Media Filter (Modular Wetland Unit) shall also
include excavation, plant material (where applicable), gravel base, grates and lids, backfill,
compaction, adjustment to finished grade, depressed gutter, curb hood (for Modular Wetland),
facility activation, and one year of inspection and maintenance by supplier.
Shoring shall be paid as specified in 2 -09.5.
Gravel borrow used for backfill when the engineer has determined that native material is not
satisfactory for backfill shall be paid in accordance with 2 -03.5.
END OF DIVISION 7
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -98
SPECIAL PROVISIONS
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL
8 -01.3 Construction Requirements
8- 01.3(1)A Submittals
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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -99
SPECIAL PROVISIONS
As a minimum, the SWPPP shall include all the SWPPP requirements identified in the General
Permit, including:
Narrative discussing and justifying erosion control decisions (12 elements)
Drawings illustrating BMPs types and locations
Engineering calculations for ponds and vaults used for erosion control
A schedule for phased installation and removal of the proposed BMPs, including:
A. BMPs that will be installed at the beginning of project startup.
B. BMPs that will be installed at the beginning of each construction season.
C. BMPs that will be installed at the end of each construction season.
D. BMPs that will be removed at the end of each construction season.
E. BMPs that will be removed upon completion of the project.
An Ecology template is available to the Contractor for producing the SWPPP, using project -
specific information added by the Contractor. The template and instructions are available at:
http: / /www.ecy .wa.gov /programs /wq /stormwater /construction/
Turbidity and pH Exceedances
Following any exceedances of the turbidity or pH benchmarks, the Contractor shall provide the
following at no additional cost to the Contracting agency:
1. The necessary SWPPP revisions and on -site measures /revisions including additional
source control, BMP maintenance, and /or additional stormwater treatment BMPs that
are necessary to prevent continued exceedance of turbidly and /or pH benchmarks.
2. The regulatory notification to the Dept of Ecology and to the Engineer of any
monitoring results requiring regulatory notification.
3. The additional daily sampling and reporting measures described in the General Permit
to verify when project site runoff is in compliance.
8- 01.3(1)C Water Management
Section 8- 01.3(1)C is supplemented with the following:
(August 6, 2012 WSDOT GSP)
Offsite Storm water
Storm water is known to enter the project site but not limited to the following locations:
* **
13 +15 RT Public Storm Drain
16 +16 RT Existing Detention Vault Outfall
16 +87 LT Existing Culvert Crossing
18 +10 RT Private Storm Drain
19 +30 RT Private Storm Drain
20 +12 RT Annex Parking Lot Storm Drain
20 +30 RT Existing Ditch
* **
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -100
SPECIAL PROVISIONS
(City of Federal Way)
The Contractor shall, prior to disruption of the normal water course, intercept the offsite
storm water and pipe it either through or around the project so it is discharged at its pre -
construction outfall point in such a manner that there is no increase in erosion below the site.
The method for performing this work shall be included in the Contractor's temporary erosion
control plan.
8 -01.5 Payment
Section 8 -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:
"Inlet Protection ", per each.
"Silt Fence ", per lineal foot.
"Erosion Control and Water Pollution Prevention ", lump sum.
The lump sum Contract price for "Erosion Control and Water Pollution Prevention" shall be full
payment to perform the Work as specified in Section 8 -01 except for items specifically identified
in the bid proposal. Progress payments for the lump sum item "Erosion Control and Water
Pollution Prevention" will be made as follows:
1. The Contracting Agency will pay 25 percent of the bid amount for the initial set up for
the item. Initial set up includes the following:
a. Acceptance of the TESC Plan provided by the Contracting Agency or
submittal of a new TESC Plan,
b. Submittal of a schedule for the installation of theBMP's,
c. Identifying water quality sampling locations, and
d. Initial installation of BMP's associated with sensitive areas delineation,
clearing /grubbing and perimeter control.
2. The remaining seventy -five percent of the bid amount shall be paid in accordance
with Section 1 -09.9.
8 -02 ROADSIDE RESTORATION
8 -02.1 Description
The first paragraph of Section 8 -02.1 is revised to read:
( * * * * * *)
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -101
SPECIAL PROVISIONS
This work shall consist of furnishing and placing topsoil, sod, mulch, seeding restoration, and
planting trees in accordance with these Specifications and as shown in the Plans or as directed
by the Engineer.
8 -02.2 Materials
Section 8 -02.2 is supplemented with the following:
( * * * * * *)
Topsoil Type A 9- 14.1(1)
Seed 9 -14.2
Bark or Wood Chip Mulch 9- 14.4(3)
Sod 9- 14.6(8)
Root Barrier 9 -14.9
8 -02.3 Construction Requirements
Section 8- 02.3(1) is supplemented with the following:
( * * * * * *)
Landscape construction is anticipated to begin after all curbs, sidewalks, walls, and associated
roadside work is completed. Landscape materials shall not be installed until weather permits
and installation has been authorized by the Engineer. If water restrictions are anticipated or in
force, planting of landscape materials may be delayed until the restrictions are lifted.
Throughout planting operations, the Contractor shall keep the premises clean, free of excess
soils, plants, and other materials, including refuse and debris, resulting from the Contractor's
work. At the end of each work day, and as each planting area is completed, it shall be neatly
dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of the
Engineer. No flushing will be allowed. At the conclusion of work, the Contractor shall remove
surplus soils, materials, and debris from the construction site and shall leave the project in a
condition acceptable to the Engineer.
8- 02.3(3) Roadside Work Plan
Section 8- 02.3(2) is supplemented with the following:
( * * * * * *)
The Roadside Work Plan shall be submitted to the Engineer one week prior to initiating
proposed work. The use of chemical herbicides shall be considered on a case -by -case basis.
The contractor must submit, as part of the Work Plan, the intent to use chemical herbicides to
the Engineer for approval prior to use.
8- 02.3(4)A Topsoil Type A
Section 8- 02.3(4) A 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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -102
SPECIAL PROVISIONS
8- 02.3(5) Planting Area Preparation
Section 8- 02.3(5) is supplemented with the following:
( * * * * * *)
Thoroughly scarify subgrade in sod lawn areas to a minimum depth of six inches (6 "). For sod
lawn areas that become compacted due to construction use, such as staging areas and
access roads, the Contractor shall loosen and cultivate to a minimum depth of twelve inches
(12 ") prior to planting operations. Remove all construction debris and rocks over two inches
(2 ") in diameter prior to the placement of topsoil.
Scarified subgrade shall be inspected and approved by the Engineer prior to placement of
topsoil.
Upon approval of subgrades by the Engineer, Topsoil Type A shall be placed to a compacted
depth of four inches (4 ") in sod lawn areas or as indicated on Plans.
Lightly compact soil and establish a smooth and uniform finished grade that protects against
obstruction to surface drainage and ponding. Materials shall be placed so that after settlement
of finished grades the top of the sod soil level will be even and half inch (1/2 ") below the top of
sidewalks in lawn areas. For bark - mulched areas, finish grade of bark mulch shall be one one
inch (1") plus the specified depth of mulch below top of curb or sidewalk.
No cultivation shall occur in areas within the drip line of existing vegetation scheduled to
remain or any other areas which appear to have a significant number of existing tree roots.
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
Section 8- 02.3(8) is supplemented with the following:
( * * * * * *)
Bare root stock shall be planted only from October to February.
All trees shall be planted as detailed on the Plans.
Loosen tree planting pit subsurface to a depth of eight to twelve inches (8" - 12 "), then scarify
sides prior to planting. Backfill around root ball with Topsoil Type A, as detailed on the Plans.
Sufficient soil shall be placed around the plant and compacted so as to insure that the location
of the ground line at the top of the rootball is the same as the nursery
Plant trees upright and face to give best appearance or relationship to adjacent structures and
hold rigidly in position until planting soil has been backfilled and tamped firmly around the
rootball or roots.
Plant trees in planting pits as detailed on Plans.
Balled and burlapped trees shall be placed in the planting pits with the burlap intact; the binding
shall be removed and all of the burlap or cloth wrapping materials shall be removed from the
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -103
SPECIAL PROVISIONS
root ball. Remove all plastic, twine and ropes. The tree shall be rejected if the root ball is
cracked or broken during removal of wrapping or the planting process.
When the pit is backfilled halfway, place the specified quantity of fertilizer, unless otherwise
specified on the plans. Evenly spread fertilizer adjacent to, the root system at a depth that is
between the middle and the bottom of the root system. Do not injure root system. Place and
compact planting topsoil carefully to avoid injury to roots; fill all voids.
When pit is three - quarters (3/4) backfilled, completely fill with water and allow water to soak
away. If water does not drain within '/z hour notify Engineer; tree planting pits which do not
drain properly may require drainrock sump to facilitate drainage. Fill pits with additional soil to
finish grade and continue backfilling as detailed on plans.
The Contractor shall assemble and install root barrier in accordance with the manufacturer's
requirements and per City Standard Detail 3 -29.
8- 02.3(10) Fertilizers
Section 8- 02.3(10) is supplemented with the following:
( * * * * * *)
Fertilizer shall be a standard commercial grade of organic or inorganic fertilizer as specified in
Section 9 -14.3. 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.
Trees shall be fertilized at a rate according to manufacturer's recommendations. Fertilizer shall
be considered incidental to and included in the lump sum contract prices in the Contract.
8- 02.3(11) Bark or Wood Chip Mulch
Section 8- 02.3(11) is supplemented with the following:
( * * * * * *)
Bark Mulch shall be placed over all tree planting pits to a depth no less than two (2) inches, as
detailed on the Plans. Thoroughly water and hose down plants with a fine spray to wash the
leaves of the plants immediately after application.
Bark Mulch shall meet the requirements of Section 9- 14.4(3) Bark or Wood Chips of these
Special Provisions.
8 -02.3 (13) Plant Establishment
Section 8- 02.3(13) is supplemented with the following:
( * * * * * *)
Plant establishment shall consist of insuring resumption and continued growth of all planted
material including trees, sod lawn, and seeded areas for a period of one (1) year. This shall
include, but is not limited to, labor and materials necessary for removal and replacement of
any rejected plant material planted under this contract.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -104
SPECIAL PROVISIONS
8- 02.3(17) Protection of Private Property and Property Restoration
(Special Provision) New Section
Property restoration shall consist of fine grading and restoration of adjacent landscaped areas;
adjustment and /or replacement of private irrigation systems; slope restoration behind
sidewalks; timber edgings; installing and replacing private wood and chain link fencing, and
other work not currently identified on the plans, as directed by the Engineer.
The Contractor is specifically reminded that any unnecessary damage caused by construction
activities will be repaired at the Contractor's expense.
Restore all disturbed areas to original condition or better. Grass areas shall be restored with
hydroseed where directed.
Removal of tree roots outside the limits of construction, as directed by the Engineer and under
the supervision of a certified arborist, shall be paid for under "Property Restoration ".
Topsoil shall be Type A and mulch shall be Bark or Wood Chip Mulch, per these Special
Provisions.
All materials shall conform to Sections 9 -14 Erosion Control and Roadside Planting and 9 -15
Irrigation System of the Standard Specifications.
The force account provided for property restoration also includes any adjustments and or
replacements of existing irrigation systems not covered under Section 8 -03 Irrigation Systems
of the Special Provisions. This work shall also consist of modifying existing landscape lighting
systems as may become necessary by these improvements.
The Contractor is advised that protecting existing private irrigation and lighting systems from
damage does not constitute a basis for claim or extra work. "Property Restoration" has been
provided as a basis for modifications or improvements to private lighting systems and irrigation
systems that may become necessary, but could not be foreseen prior to construction.
8 -02.4 Measurement
Section 8 -02.4 is supplemented with the following:
The pay quantities for the plant materials will be determined by count of the number of
satisfactory installed trees, shrubs, groundcover and other landscape materials accepted by
the Engineer.
"Topsoil Type A" and "Bark or Wood Chip Mulch" and will be measured by the cubic yard in the
haul conveyance at the point of delivery.
"Root barrier" will be measured per linear foot of installed root barrier.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -105
SPECIAL PROVISIONS
8 -02.5 Payment
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:
"Topsoil Type A ", per cubic yard
"Bark or Wood Chip Mulch ", per cubic yard
"Seeded Lawn Installation ", per square yard
"Sod Installation ", per square yard
"Root Barrier ", per linear foot.
"PSIPE, Acer Saccharum ' Barrett Cole' / Apollo Maple 2'/2" Cal., 12' -14' ht. ", per each
"PSIPE, Acer Griseum / Paperbark Maple 2" Cal., 10' -12' ht. ", per each
Payment will be made in accordance with Section 1 -09.6 for the following bid items when
included in the proposal:
"Property Restoration ", by force account
8 -03 IRRIGATION SYSTEMS
8 -03.1 Description
Section 8 -03.1 is supplemented with the following:
The work shall consist of installing a fully functioning and complete landscape irrigation
system, including tree watering bags.
Some private irrigation systems exist within the project limits which will 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 to ensure satisfactory
operation upon completion of the improvements.
8 -03.3 Construction Requirements
Section 8 -03.3 is supplemented with the following:
( * * * * *,)
The Contractor shall tie into existing relocated irrigation meter as shown on Plans.
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
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -106
SPECIAL PROVISIONS
the Standard Specifications and Amendments shall be replaced with Schedule 80 PVC or other
Engineer accepted pipe material.
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 systems remain in operation
during the construction of this project. The Contractor shall furnish temporary water to
disconnected existing irrigation systems. 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. Payment will be by force account
for Property Restoration per Section 8 -02 these Special Provisions.
8- 03.3(7) Flushing and Testing
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 drip emitter water coverage test to determine if the water coverage
and operation of the system is complete and satisfactory. This test will take place prior to the
placement of bark mulch in drip irrigation areas. 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- 03.3(14) Irrigation Electrical Service
Section 8- 03.3(14) is supplemented with the following:
( * * * * **)
Furnish and install the irrigation controller, in an Engineer approved single sided 12" x 24" x 36"
height, vandal resistant locking, 12 gauge pre - galvanized steel, NEMA 3R pad -mount
enclosures complete with 120V power source, and 28" x 28" x 12" thick concrete pad complete
with all fasteners, hardware, bolts, nuts and washers of stainless steel or galvanized if
accepted by the Engineer and sized per manufacturer's instructions. Install pad, pedestal,
controller, 120V control wire, conduits at locations staked by Contractor and approved by
Engineer.
Contractor shall furnish conduit, wiring, labor, equipment, and materials, and connect to power
source in location as shown on the Illumination Plans.
8 -03.4 Measurement
Section 8 -03.4 is supplemented with the following:
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -107
SPECIAL PROVISIONS I
(* * * * * *)
Measurement for Automatic Irrigation System, Complete will be by lump sum for the installation
of the new irrigation system including tree watering bags as necessary, within the City's right -
of -way outlined in the contract documents, complete and in full operating condition.
8 -03.5 Payment
Section 8 -03.5 is supplemented with the following:
( * * * * *,I)
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
The lump sum contract price for Automatic Irrigation System, Complete 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 as 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 -04 CURBS, GUTTERS, AND SPILLWAYS
8 -04.1 Description
(Special Provision)
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 -04.2 Materials
(Special Provision)
Section 8 -04.2 is supplemented with the following:
(* * * * * *)
Materials for Integral Curb shall meet the requirements of the following sections:
Portland Cement 9 -01
Aggregates 9 -03
Premolded Joint Filler 9 -04.1
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -108
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SPECIAL PROVISIONS
Reinforcing Steel 9 -07
8 -04.3 Construction Requirements
(Special Provision)
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.
Integral Curb
The concrete in the integral curb retaining walls shall be of the same mix and shall conform in
all respects to the specifications for the cement concrete sidewalk and shall be cured for the
same period and in the same manner as the concrete sidewalk.
The sidewalk as constructed shall extend to the back of the curb line. The sidewalk where the
curb is to be placed shall be roughened or otherwise treated so that a permanent bond will be
secured between the curb and the sidewalk. The curb forms shall be securely fastened so that
the finished curb has a true, uniform alignment. The face of the finished curb shall have a
smooth, uniform appearance. The top shall be troweled smooth, and the edge between the
face and the top shall be rounded with an edging tool to a radius of one inch, and the top and
face of the curb shall receive a light brush finish. All expansion joints in the sidewalk shall
extend entirely through the curb. Wherever contraction joints occur in the sidewalk,
construction joints conforming to Section 8- 04.3(1) shall be constructed in the curb.
8 -04.4 Measurement
(Special Provision)
Section 8 -04.4 is supplemented with the following:
( * * * * * *)
All curbs and curb and gutter will be measured by the linear foot along the line and slope of the
completed curb and gutter.
Painting of curbs will not be measured and is considered incidental to the unit price of the type
of curb.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -109
SPECIAL PROVISIONS
Measurement of Integral Curb will be by the square foot. The curb shall be only that portion
above the sidewalk; the concrete below the curb shall be included in the measurement in
square yards of sidewalk.
8 -04.5 Payment
(Special Provision)
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.
"Cement Conc. Curb and Gutter ", per linear foot.
"Cement Conc. Pedestrian Curb ", per linear foot.
"Integral Curb ", per square foot.
8 -06 CEMENT CONCRETE DRIVEWAY ENTRANCES
8 -06.5 Payment
(Special Provision)
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 Entrance ", per square yard.
8 -09 RAISED PAVEMENT MARKERS
8 -09.3 Construction Requirements
Section 8 -09.3 is supplemented as follows:
( * * * * * *)
RPMs shall be installed per City of Federal Way Standard Details
1
1
1
1
1
1
1
1
1
1
1
1
1
1
8 -09.5 Payment
Section 8 -09.5 is supplemented as follows: 1
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Raised Pavement Markers, Type 2 ", per Hundred.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -1 10
1
1
1
1
SPECIAL PROVISIONS
8 -12 CHAIN LINK FENCE AND WIRE FENCE
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
(Special Provision)
Section 8 -12.4 is supplemented with the following:
( * * * * **)
Black Vinyl Coate Chain link fence installed will be measured per lineal foot.
8 -12.5 Payment
(Special Provision)
Section 8 -12.5 is supplemented with the following:
( * * * * *,4)
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
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -111
SPECIAL PROVISIONS
8 -14.3 Construction Requirements
(Special Provision)
Section 8 -14.3 is supplemented with the following:
(April 4, 2011 WSDOT GSP)
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
8 -14.4 Measurement
The second paragraph is deleted and replaced with the following:
(Special Provision)
( * * * * * *)
Cement Concrete Curb ramps shall be measured separately from sidewalks. Cement Conc.
Curb Ramp will be measured per each for the complete curb ramp installed, regardless of
type, including landing, adjacent curb and gutter and /or depressed curb and gutter; does not
include the installation of detectable warning surface or pedestrian curb.
8 -14.5 Payment
(Special Provision)
Section 8 -14.5:
( * * * * * *)
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -112
SPECIAL PROVISIONS
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Thickened Edge Sidewalk ", per linear foot
Payment for `Thickened Edge Sidewalk' per linear foot will be made in addition to any payment
per square yard for `Cement Conc. Sidewalk'.
"Cement Conc. Sidewalk ", per square yard
"Cement Conc.Curb Ramp ", per each
"Detectable Warning Surface ", per square foot.
8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION
SYSTEMS, AND ELECTRICAL
8 -20.1 Description
Section 8 -20.1 is replaced with the following:
( * * * * * *)
Work includes furnishing and installing all materials necessary to provide:
1. Illumination system along S 312th St from 24th Ave S to Steel Lake Park east entrance.
2. RRFB modifications at the midblock crossing located on S 312th St, near Steel Lake Park
east entrance.
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.
The work involves, but shall not be limited to, the following:
1. Solar powered RRFB system
2. RRFB pole foundations
3. RRFB pole relocations
4. Junction boxes
5. Conduit and wire
6. Irrigation controller power connection in existing electrical service cabinet
7. Directional boring under sidewalk and driveway
8. LED Luminaires
9. Luminaire poles and foundations
8- 20.1(1) Regulations and Code
Section 8- 20.1(1) is supplemented with the following:
(March 13, 2012 City of Federal Way)
Where applicable, materials shall conform to the latest requirements of the Washington State
Department of Labor and Industries and Puget Sound Energy.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -113
SPECIAL PROVISIONS
8- 20.1(2) Industry Codes and Standards
The following is added at the end of the first paragraph of this section:
(March 13, 2012 City of Federal Way)
National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office
Box 1331445 Hoes Lane, Piscataway, NJ 08855 -1331.
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 1
1
1
1
1
1
1
1
1
The first paragraph is deleted and replaced with the following:
(January 26, 2012 City of Federal Way)
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.
Section 8- 20.2(1) is supplemented with the following:
( * * * * * *)
Shop drawing for lighting standards shall be provided in an electronic format (AUTOCAD), as
well as complying with Section 6- 03.3(7).
Manufacturer's technical information shall be submitted for all poles, luminaires, wire, conduit,
junction boxes, control equipment, cabinets, video detection system and all other items to be
used on the Project. All approvals by the Engineer must be received by the Contractor before
material will be allowed on the job site. Materials not approved will not be permitted on the job
site. Final ground and roadway cross sections at the locations of the standards shall be
submitted for approval along with the shop drawings.
A material staging plan, should the Contractor propose Contracting Agency -owned property for
staging areas, should be submitted before any materials are allowed on that site.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -114
1
1
1
1
1
1
1
1
1
1
SPECIAL PROVISIONS
Manufacturer's data for all materials proposed for use in the contract which require
approval shall be submitted in one complete package.
All shop drawings for luminaire poles shall be stamped by a State of Washington registered
Civil or Structural Engineer.
The Engineer shall have 14 calendar days to review information for each submittal that is
made. The actual time required for approval is dependent upon the completeness and
appropriateness of the Shop Drawings as submitted.
Any deficiencies will require additional time for approval based on the degree of the deficiency
and the additional review time required. If the Shop Drawings are returned to the Contractor to
correct deficiencies, an additional 14 calendar days may be required for the approval process.
Approval of shop drawings does not constitute final acceptance or guarantee of the material,
but is solely to assist the Contractor in providing the specified materials.
8 -20.3 Construction Requirements
8- 20.3(1) General
Section 8- 20.3(1) is supplemented with the following:
(November 14, 2014 City of Federal Way)
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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -115
SPECIAL PROVISIONS
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 I
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.
3. Remove abandoned conduit encountered during excavation 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.
1
b. Backfilling and compaction shall be performed in accordance with Section 2 -19
09.3(1)E.
8- 20.3(2) Excavating and Backfilling
Section 8- 20.3(2) is supplemented with the following:
(January 8, 2013 City of Federal Way)
The Contractor shall supply all trenching necessary for the complete and proper installation of I
the RRFB system, 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 1
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 t
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 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 within the right -of -way and
outside the traveled way shall be backfilled with bedding material two inches (2 1) I
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.
4. 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.
5. Contractor shall use joint trench where possible.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -116 1
SPECIAL PROVISIONS
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 Trench Backfill shall conform to Section 9 -03.19 of the Standard
Specifications.
Gravel Backfill for Pipe Zone Bedding material shall conform to Section 9- 03.12(3) 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.
(* * * * * *)
Underground utilities of record are shown on the construction plans insofar as information is
available. These, however, are shown for convenience only and the City assumes no
responsibility for improper locations or failure to show utility locations on the construction
plans.
The location of existing underground utilities, when shown on the plans, is approximate only,
and the Contractor shall be responsible for determining their exact location. The Contractor
shall check with the utility companies concerning any possible conflict prior to commencing
excavation in any area, as not all utilities may be shown on the plans.
The Contractor shall be responsible for potholing for conflicts with underground utility locations
prior to determining exact locations of signal and luminaire pole 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.
Excavation for foundations shall be completed by vactor excavation. This excavation shall be
incidental to the signal or illumination bid items.
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:
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -117
SPECIAL PROVISIONS
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
Section 8- 20.3(4) is supplemented with the following:
(* * * * *)
Foundations for luminaire and RRFB poles shall be constructed using vactor excavation
method and with the use of sonotube or steel culvert.
Foundations for luminaire poles shall conform to City of Federal Way Drawing Number 3 -39
except use round 3' diameter foundation and concrete class shall be 4000P.
Foundations for RRFB poles shall be per WSDOT Standard Plan J -20.11 and J -21.10 except
anchor bolt circle pattern shall match existing anchor bolt configuration. RRFB bolt configuration
to be verified in the field prior to foundation construction.
Pole foundations within the sidewalk area shall be constructed in a single pour to the bottom of
the cement concrete sidewalk. The sidewalk shall be constructed in a separate pour.
Pole foundations not within the sidewalk area shall incorporate a 3 -foot by 3 -foot by 4- inch -thick
cement concrete pad set flush with the adjacent ground. Where the pad abuts a sidewalk, the
pad shall extend to the sidewalk and the top of the pad shall be flush with the sidewalk. A
construction joint shall be provided between the two units.
The void between the foundation and the pole flange shall be no larger than 4 inches and shall
be completely filled around the conduit(s) with dry pack mortar and neatly troweled. A plastic
drain, 1/2 inch diameter, shall be placed in the mortar to provide drainage from the interior of
the pole to the exterior. The plastic drain pipe shall be neatly trimmed flush with the surfaces.
For additional foundation and soils information see geotechnical report in the appendix of these
Special Provisions.
8- 20.3(5) Conduit
8- 20.3(5)A General
Section 8- 20.3(5)A is supplemented with the following:
(* * * * * *)
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -1 18
1
SPECIAL PROVISIONS
All conduit trenches shall be straight and as narrow in width as is practical to provide a
minimum of pavement disturbance.
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:
City Spare — City spares
Cobra — COBRA luminaire system
All conduit installed underground shall have polyethylene underground hazard marking tape, 6
inches wide, red, legend "Caution- Electric Line Buried Below," placed approximately 12 inches
above the conduit.
8- 20.3(5)E3 Boring
Section 8- 20.3(5)E3 is supplemented with the following:
(October 16, 2006 WSDOT NWR)
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
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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -119
SPECIAL PROVISIONS
Junction boxes shall not be located within the traveled way, wheelchair ramps, or driveways, or
interfere with any other previous or relocated installation. The lid of the junction box shall be
flush with the surrounding area and be adequately supported by abutting pavements or soils.
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.
Approved slip resistant surfaces shall have coefficient of friction of no Tess than 0.6 and have a
proven track record of outdoor application which lasts for at least 10 years.
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.
Types 1 and 2 streetlight junction box lids shall be welded shut after final inspection and
approval by King County.
Wiring shall not be pulled into any conduit until all associated junction boxes have been
adjusted to, or installed in, their final grade and location, unless installation is necessary to
maintain system operation. If wire is installed for this reason, sufficient slack shall be left to
allow for future adjustment.
Wiring shall be replaced for full length if sufficient slack as specified in Section 8- 20.3(8) is not
maintained. No splicing will be permitted.
Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard Plan J- 40.10.
Junction boxes shall be inscribed based upon system per WSDOT Standard Plan J- 40.30.
Junction box lids and frames shall be grounded per Section 8- 20.3(9).
8- 20.3(8) Wiring
Section 8- 20.3(8) is modified as follows:
(March 6, 2012 City of Federal Way)
The 8th paragraph of this section is deleted and replaced with the following:
Fused quick disconnect kits shall be of the SEC type or equivalent. Underground illumination
splices shall be epoxy or underground service buss /lighting connector kits. Installation shall
conform to details in the Standard Plans.
Section 8- 20.3(8) is supplemented with the following:
(March 13, 1995 WSDOT NWR)
Wire Splices
All splices shall be made in the presence of the Engineer.
(May 1, 2006 WSDOT NWR)
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -120
SPECIAL PROVISIONS
Illumination Circuit Splices
Temporary splices shall be the heat shrink type.
8- 20.3(9) Bonding, Grounding
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 Tugs.
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.
(August 21, 2006 WSDOT NWR)
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) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets
Section 8- 20.3(10) is supplemented with the following:
( * * * * * *)
The existing electrical service cabinet located at S 312th St & 23rd Ave S shall remain
operational throughout the duration of construction.
New wiring for irrigation controller power shall be installed per the Plans and these Special
Provisions. Wiring shall be per the Plans and shall be connected to one existing spare 120V
circuit breaker to power the irrigation controller.
The Contractor shall coordinate all work with the King County Maintenance Representative
prior to electrical service circuit modifications.
8- 20.3(13) Illumination Systems
8- 20.3(13)A Light Standards
The 8th paragraph of this section is deleted and replaced with the following:
(March 15, 2012 City of Federal Way)
All new and relocated metal light 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:
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -121
SPECIAL PROVISIONS
( * * * * * *)
Each roadway luminaire shall be installed with a shorting cap on each individual luminaire
fixture.
8- 20.3(13)C Luminaires
Section 8- 20.3(13)C is supplemented with the following:
( * * * * * *)
All luminaires shall be provided with markers for positive identification of light source type and
wattage. Markers shall conform to ANSI C136.15 -2011 "American National Standard for
Roadway and Area Lighting Equipment — Luminaire Field Identification"
8- 20.3(14) Signal Systems
Section 8- 20.3(14) is supplemented with the following:
(* * * * * *)
All existing RRFB equipment shall be removed from the existing RRFB signal pole prior to
relocation of the RRFB signal pole, except RRFB signs shall remain or shall be adjusted.
All new RRFB equipment shall be mounted on existing relocated poles per manufacturer's
recommendations or as directed by the Engineer in the field.
All existing RRFB pole modifications shall be verified with the Engineer in the field prior to
installing new RRFB equipment.
All existing RRFB signs shall be wiped cleaned once the relocation of the RRFB signal poles
has been completed.
All existing RRFB equipment, poles and bases to be relocated shall be protected during
construction.
All unused holes shall be covered with galvanized steel plugs.
8- 20.3(14)F Pedestrian Push Button Assembly
Add the following new Section:
(* * * * * *)
The position and orientation of the pedestrian push buttons shall be determined by the
Engineer in the field. The pedestrian push button shall have voice message indicating that
lights are flashing.
8- 20.3(17) "As Built" Plans
Section 8- 20.3(17) is deleted and replaced with the following:
(* * * * * *)
Upon completion of the project, the Contractor shall furnish an "as- built" drawings of the
project showing all RRFBs, pole locations, junction boxes, illumination system showing
luminaire locations, miscellaneous equipment, conductors, cable wires up to the existing
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -122
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SPECIAL PROVISIONS
service cabinet, and with a special symbol identifying those items that have been changed
from the original contract drawings. All items shall be located to within one foot (1') horizontally
and six inches (6 ") vertically above or below the finished surface grade.
8- 20.3(18) Removal of Existing Electrical Equipment
Add the following new Section:
(* * * * * *)
Where noted on the Plans, existing signal equipment shall be removed by the Contractor. The
Engineer shall decide the ownership of all salvaged signal equipment materials. All salvaged
signal materials not directed by the Engineer to remain property of the City shall be the
property of the Contractor.
All other material removed shall become the property of the Contractor and shall be disposed
of off -site at a legal disposal site.
Where junction boxes are removed, the conduit and wire shall also be removed to the bottom
of the trench and the resulting hole backfilled with gravel borrow meeting the requirements of
Section 9- 03.14(1), unless the Engineer has approved the use of native material.
Removals associated with the electrical system shall not be stockpiled within the jobsite
without the Engineer's approval.
8 -20.4 Measurement
Section 8 -20.4 is replaced with the following:
(* * * * * *)
"Illumination System Modifications, Complete ", & "RRFB System Modifications, Complete"
shall be per lump sum and no specific unit of measurement will apply, but measurement will be
for the sum total of all items for a complete system to be furnished.
8 -20.5 Payment
Section 8 -20.5 is deleted and replaced with the following:
( * * * * * *)
Payment will be made in accordance with Section 1 -09.1 for each of the following Bid Items:
"Illumination System Modifications, Complete "; per lump sum.
"Illumination System Modifications, Complete" shall be measured per lump sum for the total of
all items for complete illumination system. All items and labor necessary to supply, install, and
test: luminaire poles and arms, LED luminaires, excavation, foundations, conduit, wiring,
junction boxes, connections with existing junction boxes, splicing to existing illumination circuit,
trenching, directional boring, connecting irrigation controller cabinet to existing breaker,
installing irrigation power wiring and conduit, backfiiling and compacting, restoring facilities
destroyed or damaged during construction, salvaging existing materials, removal of existing
conduit and wiring, utility coordination, testing, electrical inspection, as -built plans and all other
components necessary to make a complete system shall be included within the lump sum
measurement.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -123
SPECIAL PROVISIONS
"RRFB System Modifications, Complete "; per lump sum.
"RRFB System Modifications, Complete" shall be measured per lump sum for the total of all
items for complete RRFB system. All items and labor necessary to supply, install, and test:
installation of new RRFB equipment, removal and salvaging of existing RRFB equipment,
relocation of existing RRFB poles, excavation, constructing foundations, conduit, wiring,
junction boxes, trenching, backfilling and compacting, RRFB foundation grinding or removal,
restoring facilities destroyed or damaged during construction, salvaging existing materials,
removal of existing conduit and wiring, testing, electrical inspection, as -built plans and all other
components necessary to make a complete system shall be included within the lump sum
measurement.
8 -21 PERMANENT SIGNING
8 -21.1 Description
Section 8 -21.1 is deleted and replaced with the following:
(March 13, 2012 City of Federal Way)
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 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- 213(2) Placement of Signs
Section 8- 21.3(2) is supplemented with the following:
(December 18, 2009 City of Federal Way)
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.
Signs to be removed as shown on the Plans, shall be returned to the Owner.
8 -21.4 Measurement
Section 8 -21.4 is deleted and replaced with the following:
(December 18, 2009 City of Federal Way)
Permanent signing will be measured per lump sum for the total of all items for complete signage
to be furnished and installed.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -124
SPECIAL PROVISIONS
Measurement will be for the sum total of all items including labor, materials, tools, and
equipment necessary to the furnishing and installing 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
(Special Provision)
Section 8 -21.5 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:
"Permanent Signing ", per lump sum
This work shall consist of furnishing and installing permanent signing, sign removal, sign
relocation, and the project sign installations and removals, in accordance with the Plans, these
Specifications, the Standard Plans, MUTCD, and the City of Federal Way Standard Details at
the locations shown in the Plans or where designated by the Engineer.
8 -22 PAVEMENT MARKING
8 -22.1 Description
Section 8 -22.1 is supplemented with the following:
(December 18, 2009 City of Federal Way)
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
Section 8 -22.2 Sentence #3 is deleted and replaced with the following:
(October 23, 2014 City of Federal Way)
Glass beads for Type A plastic shall be as recommended by the manufacturer.
Section 8 -22.2 is supplemented with the following:
(October 23, 2014 City of Federal Way)
Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section 9-
34.4.
8 -22.3 Construction Requirements
8- 22.3(3)E Installation
Section 8- 22.3(3)E is supplemented with the following:
(March 13, 2012 City of Federal Way)
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -125
SPECIAL PROVISIONS
Type D material must be applied using a two -part process in a single pass. The first process
consists of spraying of catalyzed material to form a solid continuous baseline. The second
process consists of extruding a curtain of catalyzed material onto a rotating spindle to create
the structure or agglomerates. The structure is applied on top of the baseline prior to the
application of reflective media.
Profiled Type D lines shall be installed per WSDOT Standard Plan M20.20 -01.
8- 22.3(3)G Glass Beads
Section 8- 22.3(3)G is supplemented with the following:
(March 13, 2012 City of Federal Way)
Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10) pounds per
one hundred square feet.
Bonded core elements shall be applied to Type D markings at a rate of ten (10) grams per four
(4) inch wide by one (1) linear foot of marking.
8- 22.3(6) Removal of Pavement Markings
(Special Provision)
Section 8- 22.3(6) is supplemented with the following:
(December 13, 2012 City of Federal Way)
As indicated on the plans, the Contractor shall remove existing pavement markings consisting
of paint, plastic and raised pavement markings.
8 -22.4 Measurement
Section 8 -22.4 is supplemented with the following:
(December 13, 2012 City of Federal Way)
Measurement for the removal of all pavement markings will be per lump sum.
8 -22.5 Payment
(Special Provision)
Section 8 -22.5 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:
"Remove Pavement Markings ", per lump sum.
"Plastic Line ", per linear foot.
"Plastic Crosswalk ", per linear foot.
"Painted Bicycle Lane Symbol ", per each.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -126
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SPECIAL PROVISIONS
8 -31 RESOLUTION OF UTILITY CONFLICTS
(Special Provision)
Section 8 -31 is a new section:
8 -31.1 Description
This work involves the identification and resolution of utility conflicts not identified in the plans
between proposed improvements and existing utilities. The Contracting Agency will pay these
costs by force account if the work proves to be acceptable and the Contractor had performed the
work with the authority of and due notice to the Engineer.
8 -31.3 Construction Requirements
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 CSBC
compacted to 95 %, or with CDF, as directed by the Engineer. In areas subject to public traffic, the
HMA patch shall match the depth of the surrounding pavement.
In the event that a conflict arises between the proposed improvements and an existing utility, the
Resolution of Utility Conflicts item will compensate the Contractor for standby time and additional
work in the following manner:
1. Standby time resulting from existing utility conflicts
a) 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:
(1) 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.
(2) 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:
(1) 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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -127
SPECIAL PROVISIONS
(2) 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 -31.4 Vacant
8 -31.5 Payment
Payment will be made in accordance with Section 1 -04.1 for the following bid items when included
in the proposal:
"Resolution of Utility Conflicts" will be paid by force account as provided in section 1 -09.6.
"Potholing ", will be paid by force account as provided in Section 1 -09.6.
All costs for resolving utility conflicts and potholing will be paid for by force account in accordance
with section 1 -09.6. 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. Utility conflicts due to the
Contractor's actions or operations shall be resolved by the Contractor at no expense to the
Contracting Agency.
END OF DIVISION 8
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -128
SPECIAL PROVISIONS
DIVISION 9
MATERIALS
9 -03 AGGREGATES
9 -03.12 Gravel Backfill
(Special Provision)
( * * * * * *)
9- 03.12(6) Pit Run Sand
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
(Special Provision)
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 extend 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
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -129
SPECIAL PROVISIONS
U.S. No. 4
U.S. No. 40
U.S. No 200
50 - 80
50 max.
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.
9 -13 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR EROSION AND
SCOUR PROTECTION AND ROCK WALLS
Section 9 -13 is supplemented with the following:
9 -13.8 Rock Lining
( * * * * * *)
Rock lining shall meet the following requirements for grading:
Sieve Size Percent Passing
12"
8"
2"
100
40 max.
2 max.
9 -14 EROSION CONTROL AND ROADSIDE PLANTING
9- 14.1(1) Topsoil Type A
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) Compost 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 characteristic of Topsoil Type A shall comply with the following:
Screen Size 7/16" Maximum
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -130
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SPECIAL PROVISIONS
(Approximate Particle Size)
Total Nitrogen 0.25% Minimum
Organic Matter 10% Minimum
pH Range 5.5 to 7.5
Conductivity 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
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:
Seeded Lawn Mix
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 11', 'Prelude 11', Palmer /l', `Commander'
30%
95%
90%
Apply at manufacturer's recommended rate.
9 -14.3 Fertilizer
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(3) Bark or Wood Chips
Section 9- 14.4(3) is supplemented with the following:
( * * * * * *)
City of Federal Way
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -131
RFB 17 -002
SPECIAL PROVISIONS
Bark 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 no 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
Section 9- 14.6(2) is supplemented with the following:
( * * * * * *)
Plant material shall be free from disfiguring knots, swollen grafts, sunscale injuries, bark
abrasions, evidence of improper pruning or other objectionable disfigurement.
Potted and container stock shall be well rooted and vigorous enough to ensure survival and
healthy growth. Shrubs shall have full foliage (not leggy). Container stock shall be grown in its
delivery container for not less than six (6) months, but not for more than two (2) years. Root
bound or broken containers will not be accepted. Bare root, liner and root stock with dried or
shriveled roots from exposure will not be accepted.
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
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 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 1
Section 9- 14.6(4) is supplemented with the following:
1
1
1
1
1
1
1
1
1
1
1
1
1
1
( * * * * * *)
All plant material except ground cover 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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -132
1
1
1
1
SPECIAL PROVISIONS
9- 14.6(5) Inspection
(Special Provision)
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
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 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- 14.6(8) Sod
Section 9- 14.6(8) is supplemented with the following:
( * * * * * *)
Sod Lawn shall be three -way Tall Fescue Blend Sod, 33.33% Firecracker LS Tall Fescue,
33.33% Spyder LS Tall Fescue, 33.33% Raptor II Tall Fescue with degradable netting, or
approved equal.
9 -14.7 Stakes, Guys, and Wrapping
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 -14.9 Root Barrier
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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -133
SPECIAL PROVISIONS
9 -15 IRRIGATION SYSTEM
9 -15.1 Pipe, Tubing And Fittings
Section 9 -15.1 is supplemented 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- 15.1(2) Polyvinyl Chloride Pipe And Fittings
Section 9- 15.1(2) is supplemented with the following:
( * * * * * *)
PVC pipe shall be Schedule 40 PVC pipe for the main, laterals and sleeves (purple non -
potable pipe for lateral and mainlines).
9 -15.5 Valve Boxes And Protective Sleeves
Section 9 -15.5 is supplemented with the following:
( * * * * * *)
Valve boxes for automatic control valve with extensions as necessary and bypass assemblies
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 quick coupler shall be light duty HDPE with UV inhibitors, 10" diameter flared
box with bolt down cover.
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, 8,0001bs. Box shall be alkaline, acid and
weather resistant, with flush locking polymer concrete cover. Verify size to fit Double Check
Valve Assembly.
9 -15.6 Gate Valves
(Special Provision)
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 stem,
solid wedge disc and integral seats.
9 -15.8 Quick Coupling Equipment
Section 9 -15.8 is supplemented with the following:
( * * * * * *)
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -134
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
SPECIAL PROVISIONS
Quick coupling valves shall be two piece brass body design, with corrosion resistant steel
springs. The quick coupler shall be rated for 5 to 125psi, 10 -125 GPM, with non - potable
purple, locking, thermoplastic cover.
9 -15.17 Electrical Wire And Splices
Section 9 -15.17 is supplemented with the following:
Electrical Wire shall be #14 OF wire. Direct bury splice kits shall be premium moisture - resistant
connectors, max wire gauge 10AWG minimum wire gauge 18AWG, flame retardant.
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.
Galvanizing repair paint requirements for conduit couplings shall also apply to end bushings.
9 -28 SIGNING MATERIALS AND FABRICATION
9 -28.8 Sheet Aluminum Signs
Section 9 -28.8 table is deleted and replaced with the following:
(January 8, 2013 City of Federal Way)
Maximum Dimension
Blank Thickness
Less than 30 inches
0.080 inches
Greater than 30 inches, less than 48 inches
0.100 inches
Greater than 48 inches
0.125 inches
Section 9 -28.8 is supplemented with the following:
( * * * * *)
All permanent signs shall be constructed from aluminum sign blanks unless otherwise approved
by the Engineer. Sign -blank minimum thicknesses, based on maximum dimensions, shall be as
follows:
9 -28.12 Reflective Sheeting
(Special Provision)
Section 9 -28.12 is supplemented with the following:
(* * * * * *)
All roadside mounted signs shall use High Intensity Encapsulated Lens sheeting.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -135
SPECIAL PROVISIONS
9 -28.14 Sign Support Structures
9- 28.14(1) Timber Sign Posts
Section 9- 28.14(1) is supplemented with the following:
(December 18, 2009 City of Federal Way)
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
Section 9- 28.14(2) is supplemented with the following:
(December 18, 2009 City of Federal Way)
Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be timber
sign posts.
9 -29 ILLUMINATION, SIGNAL, ELECTRICAL
9 -29.2 Junction Boxes, Cable Vaults and Pull Boxes
9- 29.2(1)A Standard Duty Junction Boxes
Section 9- 29.2(1) is supplemented with the following:
(January 7, 2013 WSDOT GSP)
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. 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 stainless steel weld bead.
9 -29.6 Light and Signal Standards
Section 9 -29.6 is supplemented with the following:
(December 18, 2009 City of Federal Way)
Light Standards
Light standards shall be tapered round aluminum tube C -wall alloy 6063 satin brushed finish
with Davit bracket arm, as shown in Federal Way Standard Detail 3 -39, except that luminaire
mounting height shall be as shown on the Illumination Pole Schedule on the Plans.
9- 29.7(2) Fused Quick- Disconnect Kits
Delete the second paragraph and replace with the following:
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -136
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SPECIAL PROVISIONS
Illumination fuses shall be slow burn, rated 10 amps.
Section 9- 29.7(2) is supplemented with the following:
(March 13, 2012 City of Federal Way)
Fused quick- disconnect kits shall be of the SEC type. 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(3) Vacant
Section 9- 29.10(3) is deleted and replaced with the following:
9- 29.10(3) LED Roadway Luminaires
( * * * * *)
All new roadway luminaire installations shall be LED luminaires.
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. Wattage and spacing shall be per the Plans. The Contractor shall provide computer
printouts of the systems for multiple roadway widths in order to substantiate the
performance levels.
(July 14, 2015 City of Federal Way)
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.
(March 15, 2012 City of Federal Way)
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.
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.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -137
SPECIAL PROVISIONS
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
U11598 specifications for wet operation.
9- 29.11(2) Photoelectric Control
Section 9- 29.11(2) is supplemented with the following:
( * * * * * *)
All new luminaires shall have shorting caps installed.
9 -29.22 Vacant
Section 9 -29.22 is deleted and replaced with the following:
9- 29.10(3) Rectangular Rapid Flashing Beacon (RRFB) Equipment
( * * * * * *)
The RRFB assembly, per pole, shall include one control cabinet, two light bars with
confirmation lights, two solar panels (top mount and side mount), one 35AH battery, and one
RRFB APS style pedestrian push button assembly.
The rapid rectangular flashing beacons (RRFB) assembly lights and controller shall be model
Solar Powered SC315 by Carmanah.
The rapid rectangular flashing beacon (RRFB) APS style pedestrian push button assemblies
shall be Model -X by Polara. APS Push Style Pedestrian Push buttons shall be black in color
with one 9" x 12" R10 -25 sign (PUSH BUTTON TO TURN ON WARNING LIGHTS), and shall
have a voice message indicating that the RRFB lights are flashing.
SECTION 9 -34, PAVEMENT MARKING MATERIAL
9- 34.3(4) Type D — Liquid Cold Applied Methyl Methacrylate
Section 9- 34.3(4) is supplemented with the following:
(March 13, 2012 * * * * * *)
The methyl methacrylate (MMA) material shall be formulated as a long -life durable pavement
marking system capable of providing a minimum of two years of continuous performance. The
material shall be a catalyzed methyl methacrylate (MMA), wet - continuous reflective product and
placed shall have a dry time (cure) to the touch of no more than 30 minutes. The material shall
be capable of retaining reflective glass beads and ceramic micro - crystalline elements of the
drop -on or spray -on type as specified by the manufacturer. The binder shall be lead free and
suitable for bituminous and concrete pavements.
9 -34.4 Glass Beads for Pavement Marking Materials
Section 9 -34.4 is supplemented with the following:
(March 13, 2012 * * * * * *)
Methyl Methacrylate Pavement Markings Optics
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -138
SPECIAL PROVISIONS
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Glass Beads
Surface -drop glass beads shall be the "Utah Blend" with a Methacrylate compatible coupling
agent approved by the material manufacturer.
Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred square
feet.
Bonded Core Elements
Surface -drop ceramic elements shall be the Series 50M or 70M with a Methacrylate compatible
coupling agent approved by the material manufacturer. Elements shall meet or exceed a
minimum initial value of 150 mcd for white and 125 mcd for yellow per ASTM 2176.
The bonded core reflective elements shall contain either clear or yellow tinted microcrystalline
ceramic beads bonded to the opacified core. These elements shall not be manufactured using
lead, chromate or arsenic. All "dry- performing" microcrystalline ceramic beads bonded to the
core shall have a minimum index of refraction of 1.8 when tested using the liquid oil immersion
method. All "wet performing" microcrystalline ceramic beads bonded to the core shall have a
minimum index of refraction of 2.30 when tested using the liquid oil immersion method.
There are two gradations for the bonded core elements, standard size and "S" series. "S" series
is a slightly finer gradation of elements compared to standard.
Element Gradations
Mass Percent Passing (ASTM D1214)
US Mesh
Micron
Standard Elements
"S" Series
12
1700
80 -100
85 -100
14
1410
45 -80
70 -96
16
1180
5 -40
50 -90
18
1000
0 -20
5 -60
20
850
0 -7
0 -25
30
600
0 -7
A sample of bonded core reflective elements supplied by the manufacturer shall show
resistance to corrosion of their surface after exposure to a 1% solution (by weight) of sulfuric
acid. The 1% acid solution shall be made by adding 5.7 cc of concentrated acid into 1000cc of
distilled water. CAUTION: Always add the concentrated acid into the water, not the reverse.
The bonded core elements are surface treated to optimize embedment and adhesion to the
MMA binder. Elements treated for use with MMA shall have identification on packaging or label
to indicate use with the MMA binder.
Bonded core elements shall be applied at a rate of ten (10) grams per four (4) inch wide by one
(1) linear foot of marking.
Reflectance
Typical initial retro reflectance values are shown in the Table below. Typical retro reflectivity is
averaged over many readings. Minimum Retro reflectivity results represent average
performance for smooth pavement surfaces. Values represent both standard and "S" Series
elements. Results may vary due to differences in pavement type and surface roughness.
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -139
SPECIAL PROVISIONS
Increased element drop rate may be necessary to compensate for increased surface area
characteristic of rough pavement surfaces. The initial retro reflectance of a single installation
shall be the average value determined by the measurement procedures outlined in ASTM E
1710, using a 30 -meter (98.4 feet) retro - reflectometer. RL shall be expressed in units of
millicandelas per square foot per foot - candle [mcd(ft- 2)(fc -1)].
The optics incorporated into the pavement marking system shall be tested and certified by an
independent laboratory to meet ASTM E2177 for wet - recovery and ASTM E2176 for wet -
continuous performance levels.
The pavement marking system installed shall meet a minimum Dry reflectance value of 700
MCD /M2 /LX for white pavement markings and 500 MCD /M2 /LX for yellow pavement markings
and wet - recovery (as described by ASTM 2177) reflectance value of 375 MCD /M2 /LX for white
pavement markings and 280 MCD /M2 /LX for yellow pavement markings, and wet - continuous
(as described by ASTM 2176 testing) reflectance values of 150 MCD /M2 /LX for white pavement
markings and 125 MCD /M2 /LX for yellow pavement markings as measured with a 30 meter
device approved by the Traffic Engineering Division (TED).
The Contractor will be required to take and record readings every 500 feet utilizing a 30 meter
device approved by the Traffic Engineering Division. These readings shall be recorded on the
daily report and submitted to the project engineer at the end of each work day or shift.
Minimum Initial Retro Reflectance Values
White
Yellow
Dry (ASTM E1710)
700
500
Wet recovery (ASTM E2177)
375
280
Wet continuous (ASTM E2176)
150
125
END OF DIVISION 9
City of Federal Way RFB 17 -002
Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017
Page SP -140
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
APPENDIX A
PREVAILING WAGES AND BENEFIT CODE KEY
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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: 4/24/2017
Count
Trade
Job Classification
Wage
Holiday
Overtime
Note
King
Asbestos Abatement Workers
Journey Level
$45.25
5D
1H
King
Boilermakers
Journey Level
$64.54
5N
1C
King
Brick Mason
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
King
Building Service Employees
Traveling Waxer /Shampooer
$23.29
5S
2F
King
Building Service Employees
Window Cleaner (Non-
Scaffold)
$24.54
5S
2F
King
Building Service Employees
Window Cleaner (Scaffold)
$27.33
5S
2F
King
Cabinet Makers (In Shop)
Journey Level
$22.74
1
King
Carpenters
Acoustical Worker
$55.51
5D
4C
King
Carpenters
Bridge, Dock And Wharf
Carpenters
$55.51
5D
4C
King
Carpenters
Carpenter
$55.51
5D
4C
King
Carpenters
Carpenters on Stationary Tools
$55.64
5D
4C
King
Carpenters
Creosoted Material
$55.61
5D
4C
King
Carpenters
Floor Finisher
$55.51
5D
4C
King
Carpenters
Floor Layer
$55.51
5D
4C
King
Carpenters
Scaffold Erector
$55.51
5D
4C
King
Cement Masons
Journey Level
$55.56
7A
1M
King
Divers a Tenders
Diver
$108.77
5D
4C
8A
King
Divers 8 Tenders
Diver On Standby
$66.05
5D
4C
King
Divers a Tenders
Diver Tender
$59.88
5D
4C
King
Divers 8 Tenders
Surface Rcv a Rov Operator
$59.88
5D
4C
King
Divers Ft Tenders
Surface Rcv a Rov Operator
Tender
$55.76
5A
4C
King
Dredge Workers
Assistant Engineer
$56.44
5D
3F
King
Dredge Workers
Assistant Mate (Deckhand)
$56.00
5D
3F
King
Dredge Workers
Boatmen
$56.44
5D
3F
King
Dredge Workers
Engineer Welder
$57.51
5D
3F
King
Dredge Workers
Leverman, Hydraulic
$58.67
5D
3F
King
Dredge Workers
Mates
$56.44
5D
3F
King
Dredge Workers
Oiler
$56.00
5D
3F
King
Drywall Applicator
Journey Level
$55.51
5D
1H
King
Drywall Tapers
Journey Level
$55.66
5P
1E
King
Electrical Fixture Maintenance
Journey Level
$27.99
5L
1E
Workers
King
Electricians - Inside
Cable Splicer
$73.20
7C
4E
King
Electricians - Inside
Cable Splicer (tunnel)
$78.59
7C
4E
King
Electricians - Inside
Certified Welder
$70.75
7C
4E
King
Electricians - Inside
Certified Welder (tunnel)
$75.89
7C
4E
King
Electricians - Inside
Construction Stock Person
$38.69
7C
4E
King
Electricians - Inside
Journey Level
$68.30
7C
4E
King
Electricians - Inside
Journey Level (tunnel)
$73.20
7C
4E
King
Electricians - Motor Shop
Craftsman
$15.37
1
King
Electricians - Motor Shop
Journey Level
$14.69
1
King
Electricians - Powerline
Cable Splicer
$71.85
5A
4D
Construction
King
Electricians - Powerline
Certified Line Welder
$65.71
5A
4D
Construction
King
Electricians - Powerline
Groundperson
$44.12
5A
4D
Construction
King
Electricians - Powerline
Heavy Line Equipment
Operator
$65.71
5A
4D
Construction
King
Electricians - Powerline
Journey Level Lineperson
$65.71
5A
4D
Construction
King
Electricians - Powerline
Line Equipment Operator
$55.34
5A
4D
Construction
King
Electricians - Powerline
Pole Sprayer
$65.71
5A
4D
Construction
King
Electricians - Powerline
Powderperson
$49.16
5A
4D
Construction
King
Electronic Technicians
Journey Level
$31.00
1
King
Elevator Constructors
Mechanic
$85.45
7D
4A
King
Elevator Constructors
Mechanic In Charge
$92.35
7D
4A
King
Fabricated Precast Concrete
All Classifications - In- Factory
Work Only
$17.20
5B
1R
Products
King
Fence Erectors
Fence Erector
$15.18
1
King
Flaggers
Journey Level
$38.36
7A
31
King
Glaziers
Journey Level
$59.31
7L
1Y
King
Heat Et Frost Insulators And
Journeyman
$65.68
5J
4H
Asbestos Workers
King
Heating Equipment Mechanics
Journey Level
$75.46
7F
1E
King
Hod Carriers 8 Mason Tenders
Journey Level
$46.66
7A
31
King
Industrial Power Vacuum
Journey Level
$11.00
1
Cleaner
King
Inland Boatmen
Boat Operator
$59.86
5B
1K
King
Inland Boatmen
Cook
$56.18
5B
1K
King
Inland Boatmen
Deckhand
$56.18
5B
1K
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
King
Inland Boatmen
Deckhand Engineer
$57.26
5B
1K
King
Inland Boatmen
Launch Operator
$58.59
5B
1K
King
Inland Boatmen
Mate
$58.59
5B
1K
King
Inspection /Cleaning /Sealing
Cleaner Operator, Foamer
Operator
$31.49
1
Of Sewer & Water Systems By
Remote Control
King
Inspection /Cleaning /Sealing
Grout Truck Operator
$11.48
1
Of Sewer & Water Systems By
Remote Control
King
Inspection /Cleaning /Sealing
Head Operator
$24.91
1
Of Sewer & Water Systems By
Remote Control
King
Inspection /Cleaning /Sealing
Technician
$19.33
1
Of Sewer & Water Systems By
Remote Control
King
Inspection /Cleaning /Sealing
Tv Truck Operator
$20.45
1
Of Sewer & Water Systems By
Remote Control
King
Insulation Applicators
Journey Level
$55.51
5D
4C
King
Ironworkers
Journeyman
$65.48
7N
10
King
Laborers
Air, Gas Or Electric Vibrating
Screed
$45.25
7A
31
King
Laborers
Airtrac Drill Operator
$46.66
7A
31
King
Laborers
Ballast Regular Machine
$45.25
7A
31
King
Laborers
Batch Weighman
$38.36
7A
31
King
Laborers
Brick Pavers
$45.25
7A
31
King
Laborers
Brush Cutter
$45.25
7A
31
King
Laborers
Brush Hog Feeder
$45.25
7A
31
King
Laborers
Burner
$45.25
7A
31
King
Laborers
Caisson Worker
$46.66
7A
31
King
Laborers
Carpenter Tender
$45.25
7A
31
King
Laborers
Caulker
$45.25
7A
31
King
Laborers
Cement Dumper - paving
$46.09
7A
31
King
Laborers
Cement Finisher Tender
$45.25
7A
31
King
Laborers
Change House Or Dry Shack
$45.25
7A
31
King
Laborers
Chipping Gun (under 30 Lbs.)
$45.25
7A
31
King
Laborers
Chipping Gun(30 Lbs. And
Over)
$46.09
7A
31
King
Laborers
Choker Setter
$45.25
7A
31
King
Laborers
Chuck Tender
$45.25
7A
31
King
Laborers
Clary Power Spreader
$46.09
7A
31
King
Laborers
Clean -up Laborer
$45.25
7A
31
King
Laborers
Concrete Dumper /chute
Operator
$46.09
7A
31
King
Laborers
Concrete Form Stripper
$45.25
7A
31
King
Laborers
Concrete Placement Crew
$46.09
7A
31
King
Laborers
Concrete Saw Operator /core
Driller
$46.09
7A
31
King
Laborers
Crusher Feeder
$38.36
7A
31
King
Laborers
Curing Laborer
$45.25
7A
31
King
Laborers
Demolition: Wrecking &t
Moving (incl. Charred
Material)
$45.25
7A
31
King
Laborers
Ditch Digger
$45.25
7A
31
King
Laborers
Diver
$46.66
7A
31
King
Laborers
Drill Operator
(hydraulic,diamond)
$46.09
7A
31
King
Laborers
Dry Stack Walls
$45.25
7A
31
King
Laborers
Dump Person
$45.25
7A
31
King
Laborers
Epoxy Technician
$45.25
7A
31
King
Laborers
Erosion Control Worker
$45.25
7A
31
King
Laborers
Falter Et Bucker Chain Saw
$46.09
7A
31
King
Laborers
Fine Graders
$45.25
7A
31
King
Laborers
Firewatch
$38.36
7A
31
King
Laborers
Form Setter
$45.25
7A
31
King
Laborers
Gabian Basket Builders
$45.25
7A
31
King
Laborers
General Laborer
$45.25
7A
31
King
Laborers
Grade Checker Et Transit
Person
$46.66
7A
31
King
Laborers
Grinders
$45.25
7A
31
King
Laborers
Grout Machine Tender
$45.25
7A
31
King
Laborers
Groutmen (pressure)including
Post Tension Beams
$46.09
7A
31
King
Laborers
Guardrail Erector
$45.25
7A
31
King
Laborers
Hazardous Waste Worker
(level A)
$46.66
7A
31
King
Laborers
Hazardous Waste Worker
(level B)
$46.09
7A
31
King
Laborers
Hazardous Waste Worker
(level C)
$45.25
7A
31
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 - mudman
$46.09
7A
31
King
Laborers
Material Yard Person
$45.25
7A
31
King
Laborers
Motorman -dinky Locomotive
$46.09
7A
31
King
Laborers
Nozzleman (concrete Pump,
Green Cutter When Using
Combination Of High Pressure
Air Et Water On Concrete a
Rock, Sandblast, Gunite,
Shotcrete, Water Bla
$46.09
7A
31
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
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
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 - Power
$46.09
7A
31
King
Laborers
Raker - Asphalt
$46.66
7A
31
King
Laborers
Re- timberman
$46.66
7A
31
King
Laborers
Remote Equipment Operator
$46.09
7A
31
King
Laborers
Rigger /signal Person
$46.09
7A
31
King
Laborers
Rip Rap Person
$45.25
7A
31
King
Laborers
Rivet Buster
$46.09
7A
31
King
Laborers
Rodder
$46.09
7A
31
King
Laborers
Scaffold Erector
$45.25
7A
31
King
Laborers
Scale Person
$45.25
7A
31
King
Laborers
Sloper (over 20 ")
$46.09
7A
31
King
Laborers
Sloper Sprayer
$45.25
7A
31
King
Laborers
Spreader (concrete)
$46.09
7A
31
King
Laborers
Stake Hopper
$45.25
7A
31
King
Laborers
Stock Piler
$45.25
7A
31
King
Laborers
Tamper Et Similar Electric, Air
Et Gas Operated Tools
$46.09
7A
31
King
Laborers
Tamper (multiple Et Self-
propelled)
$46.09
7A
31
King
Laborers
Timber Person - Sewer
(lagger, Shorer Et Cribber)
$46.09
7A
31
King
Laborers
Toolroom Person (at Jobsite)
$45.25
7A
31
King
Laborers
Topper
$45.25
7A
31
King
Laborers
Track Laborer
$45.25
7A
31
King
Laborers
Track Liner (power)
$46.09
7A
31
King
Laborers
Traffic Control Laborer
$41.02
7A
31
8R
King
Laborers
Traffic Control Supervisor
$41.02
7A
31
8R
King
Laborers
Truck Spotter
$45.25
7A
31
King
Laborers
Tugger Operator
$46.09
7A
31
King
Laborers
Tunnel Work- Compressed Air
Worker 0 -30 psi
$83.12
7A
31
King
Laborers
Tunnel Work- Compressed Air
Worker 30.01 -44.00 psi
$88.15
7A
31
N
King
Laborers
Tunnel Work- Compressed Air
Worker 44.01 -54.00 psi
$91.83
7A
31
N.
King
Laborers
Tunnel Work- Compressed Air
Worker 54.01 -60.00 psi
$97.53
7A
31
King
Laborers
Tunnel Work- Compressed Air
Worker 60.01 -64.00 psi
$99.65
7A
31
8Q,
King
Laborers
Tunnel Work- Compressed Air
Worker 64.01 -68.00 psi
$104.75
7A
31
IQ
King
Laborers
Tunnel Work- Compressed Air
Worker 68.01 -70.00 psi
$106.65
7A
31
i
King
Laborers
Tunnel Work- Compressed Air
Worker 70.01 -72.00 psi
$108.65
7A
31
8D
King
Laborers
Tunnel Work- Compressed Air
Worker 72.01 -74.00 psi
$110.65
7A
31
n,
King
Laborers
Tunnel Work -Guage and Lock
Tender
$46.76
7A
31
n,
King
Laborers
Tunnel Work -Miner
$46.76
7A
31
in
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 Sewer
General Laborer a Topman
$45.25
7A
31
a Water
King
Laborers - Underground Sewer
Pipe Layer
$46.09
7A
31
a Water
King
Landscape Construction
Irrigation Or Lawn Sprinkler
Installers
$13.56
1
King
Landscape Construction
Landscape Equipment
Operators Or Truck Drivers
$28.17
1
King
Landscape Construction
Landscaping or Planting
Laborers
$17.87
1
King
Lathers
Journey Level
$55.51
5D
1H
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
King
Modular Buildings
Cabinet Assembly
$11.56
1
King
Modular Buildings
Electrician
$11.56
1
King
Modular Buildings
Equipment Maintenance
$11.56
1
King
Modular Buildings
Plumber
$11.56
1
King
Modular Buildings
Production Worker
$11.00
1
King
Modular Buildings
Tool Maintenance
$11.56
1
King
Modular Buildings
Utility Person
$11.56
1
King
Modular Buildings
Welder
$11.56
1
King
Painters
Journey Level
$40.60
6Z
2B
King
Pile Driver
Journey Level
$55.76
5D
4C
King
Plasterers
Journey Level
$53.20
Z
1R
King
Playground a Park Equipment
Journey Level
$11.00
1
Installers
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
King
Plumbers 8 Pipefitters
Journey Level
$76.69
6Z
1G
King
Power Equipment Operators
Asphalt Plant Operators
$58.69
7A
3C
8P
King
Power Equipment Operators
Assistant Engineer
$55.21
7A
3C
8P
King
Power Equipment Operators
Barrier Machine (zipper)
$58.17
7A
3C
8P
King
Power Equipment Operators
Batch Plant Operator,
Concrete
$58.17
7A
3C
8P
King
Power Equipment Operators
Bobcat
$55.21
7A
3C
8P
King
Power Equipment Operators
Brokk - Remote Demolition
Equipment
$55.21
7A
3C
8P
King
Power Equipment Operators
Brooms
$55.21
7A
3C
8P
King
Power Equipment Operators
Bump Cutter
$58.17
7A
3C
8P
King
Power Equipment Operators
Cableways
$58.69
7A
3C
8P
King
Power Equipment Operators
Chipper
$58.17
7A
3C
8P
King
Power Equipment Operators
Compressor
$55.21
7A
3C
8P
King
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Over
42 M
$58.69
7A
3C
8P
King
Power Equipment Operators
Concrete Finish Machine -laser
Screed
$55.21
7A
3C
8P
King
Power Equipment Operators
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$57.72
7A
3C
8P
King
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$58.17
7A
3C
8P
King
Power Equipment Operators
Conveyors
$57.72
7A
3C
8P
King
Power Equipment Operators
Cranes Friction: 200 tons and
over
$60.47
7A
3C
8P
King
Power Equipment Operators
Cranes: 20 Tons Through 44
Tons With Attachments
$58.17
7A
3C
8P
King
Power Equipment Operators
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom
(Including Jib With
Attachments)
$59.28
7A
3C
8P
King
Power Equipment Operators
Cranes: 200 tons- 299 tons, or
250' of boom including jib
with attachments
$59.88
7A
3C
8P
King
Power Equipment Operators
Cranes: 300 tons and over or
300' of boom including jib
with attachments
$60.47
7A
3C
8P
King
Power Equipment Operators
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$58.69
7A
3C
8P
King
Power Equipment Operators
Cranes: A -frame - 10 Tons And
Under
$55.21
7,4
3C
8P
King
Power Equipment Operators
Cranes: Friction cranes
through 199 tons
$59.88
7A
3C
8P
King
Power Equipment Operators
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$57.72
7A
3C
8P
King
Power Equipment Operators
Crusher
$58.17
7A
3C
8P
King
Power Equipment Operators
Deck Engineer /deck Winches
(power)
$58.17
7A
3C
8P
King
Power Equipment Operators
Derricks, On Building Work
$58.69
7A
3C
8P
King
Power Equipment Operators
Dozers D -9 & Under
$57.72
7A
3C
8P
King
Power Equipment Operators
Drill Oilers: Auger Type, Truck
Or Crane Mount
$57.72
7A
3C
8P
King
Power Equipment Operators
Drilling Machine
$59.28
7A
3C
8P
King
Power Equipment Operators
Elevator And Man -lift:
Permanent And Shaft Type
$55.21
7A
3C
8P
King
Power Equipment Operators
Finishing Machine, Bidwell
And Gamaco & Similar
Equipment
$58.17
7A
3C
8P
King
Power Equipment Operators
Forklift: 3000 Lbs And Over
With Attachments
$57.72
7A
3C
8P
King
Power Equipment Operators
Forklifts: Under 3000 Lbs.
With Attachments
$55.21
7A
3C
8P
King
Power Equipment Operators
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$58.17
7A
3C
8P
King
Power Equipment Operators
Gradechecker /stakeman
$55.21
7A
3C
8P
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. & Over
$58.69
7A
3C
8P
King
Power Equipment Operators
Hard Tail End Dump
Articulating Off -road
Equipment Under 45 Yards
$58.17
7A
3C
8P
King
Power Equipment Operators
Horizontal /directional Drill
Locator
$57.72
7A
3C
8P
King
Power Equipment Operators
Horizontal /directional Drill
Operator
$58.17
7A
3C
8P
King
Power Equipment Operators
Hydralifts /boom Trucks Over
10 Tons
$57.72
7A
3C
8P
King
Power Equipment Operators
Hydralifts /boom Trucks, 10
Tons And Under
$55.21
7A
3C
8P
King
Power Equipment Operators
Loader, Overhead 8 Yards. &
Over
$59.28
7A
3C
8P
King
Power Equipment Operators
Loader, Overhead, 6 Yards.
But Not Including 8 Yards
$58.69
7A
3C
8P
King
Power Equipment Operators
Loaders, Overhead Under 6
Yards
$58.17
7A
3C
8P
King
Power Equipment Operators
Loaders, Plant Feed
$58.17
7A
3C
8P
King
Power Equipment Operators
Loaders: Elevating Type Belt
$57.72
7A
3C
8P
King
Power Equipment Operators
Locomotives, All
$58.17
7A
3C
8P
King
Power Equipment Operators
Material Transfer Device
$58.17
7A
3C
8P
King
Power Equipment Operators
Mechanics, All (leadmen -
$0.50 Per Hour Over
Mechanic)
$59.28
7A
3C
8P
King
Power Equipment Operators
Motor Patrol Graders
$58.69
7A
3C
8P
King
Power Equipment Operators
$58.69
7A
3C
8P
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And /or Shield
King
Power Equipment Operators
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$55.21
7A
3C
8P
King
Power Equipment Operators
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$57.72
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$58.17
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type: 100
Tons And Over
$59.28
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type: 45
Tons Through 99 Tons
$58.69
7A
3C
8P
King
Power Equipment Operators
Pavement Breaker
$55.21
7A
3C
8P
King
Power Equipment Operators
Pile Driver (other Than Crane
Mount)
$58.17
7A
3C
8P
King
Power Equipment Operators
Plant Oiler - Asphalt, Crusher
$57.72
7A
3C
8P
King
Power Equipment Operators
Posthole Digger, Mechanical
$55.21
7A
3C
8P
King
Power Equipment Operators
Power Plant
$55.21
7A
3C
8P
King
Power Equipment Operators
Pumps - Water
$55.21
7A
3C
8P
King
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$58.69
7A
3C
8P
King
Power Equipment Operators
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$55.21
7A
3C
8P
King
Power Equipment Operators
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$58.69
7A
3C
8P
King
Power Equipment Operators
Rigger And Bellman
$55.21
7A
3C
8P
King
Power Equipment Operators
Rigger /Signal Person, Bellman
(Certified)
$57.72
7A
3C
8P
King
Power Equipment Operators
Roltagon
$58.69
7A
3C
8P
King
Power Equipment Operators
Roller, Other Than Plant Mix
$55.21
7A
3C
8P
King
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
Materials
$57.72
7A
3C
8P
King
Power Equipment Operators
Roto -mill, Roto - grinder
$58.17
7A
3C
8P
King
Power Equipment Operators
Saws - Concrete
$57.72
7A
3C
8P
King
Power Equipment Operators
Scraper, Self Propelled Under
45 Yards
$58.17
7A
3C
8P
King
Power Equipment Operators
Scrapers - Concrete Et Carry
All
$57.72
7A
3C
8P
King
Power Equipment Operators
Scrapers, Self - propelled: 45
Yards And Over
$58.69
7A
3C
8P
King
Power Equipment Operators
Service Engineers - Equipment
$57.72
7A
3C
8P
King
Power Equipment Operators
Shotcrete /gunite Equipment
$55.21
7A
3C
8P
King
Power Equipment Operators
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric
Tons.
$57.72
7A
3C
8P
King
Power Equipment Operators
$58.69
7A
3C
8P
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$58.17
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$59.28
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$59.88
7A
3C
8P
King
Power Equipment Operators
Slipform Pavers
$58.69
7A
3C
8P
King
Power Equipment Operators
Spreader, Topsider if
Screedman
$58.69
7A
3C
8P
King
Power Equipment Operators
Subgrader Trimmer
$58.17
7A
3C
8P
King
Power Equipment Operators
Tower Bucket Elevators
$57.72
7A
3C
8P
King
Power Equipment Operators
Tower Crane Up To 175' In
Height Base To Boom
$59.28
7A
3C
8P
King
Power Equipment Operators
Tower Crane: over 175'
through 250' in height, base
to boom
$59.88
7A
3C
8P
King
Power Equipment Operators
Tower Cranes: over 250' in
height from base to boom
$60.47
7A
3C
8P
King
Power Equipment Operators
Transporters, All Track Or
Truck Type
$58.69
7A
3C
8P
King
Power Equipment Operators
Trenching Machines
$57.72
7A
3C
8P
King
Power Equipment Operators
Truck Crane Oiler /driver - 100
Tons And Over
$58.17
7A
3C
8P
King
Power Equipment Operators
Truck Crane Oiler /driver
Under 100 Tons
$57.72
7A
3C
8P
King
Power Equipment Operators
Truck Mount Portable
Conveyor
$58.17
7A
3C
8P
King
Power Equipment Operators
Welder
$58.69
7A
3C
8P
King
Power Equipment Operators
Wheel Tractors, Farman Type
$55.21
7A
3C
8P
King
Power Equipment Operators
Yo Yo Pay Dozer
$58.17
7A
3C
8P
King
Power Equipment Operators-
Asphalt Plant Operators
$58.69
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Assistant Engineer
$55.21
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Barrier Machine (zipper)
$58.17
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Batch Plant Operator,
Concrete
$58.17
7A
3C
8P
Underground Sewer 8 Water
King
Power Equipment Operators-
Bobcat
$55.21
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Brokk - Remote Demolition
Equipment
$55.21
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Brooms
$55.21
7A
3C
8P
Underground Sewer >* Water
King
Power Equipment Operators-
Bump Cutter
$58.17
7A
3C
8P
Underground Sewer a Water
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
King
Power Equipment Operators-
Cableways
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Chipper
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Compressor
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Over
42 M
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Finish Machine -laser
Screed
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$57.72
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Conveyors
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes Friction: 200 tons and
over
$60.47
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 20 Tons Through 44
Tons With Attachments
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom
(Including Jib With
Attachments)
$59.28
7A
3C
8P
Underground Sewer &t Water
King
Power Equipment Operators-
Cranes: 200 tons- 299 tons, or
250' of boom including jib .
with attachments
$59.88
7A
3C
8P
Underground Sewer &t Water
King
Power Equipment Operators-
Cranes: 300 tons and over or
300' of boom including jib
with attachments
$60.47
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: A -frame - 10 Tons And
Under
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: Friction cranes
through 199 tons
$59.88
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$57.72
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Crusher
$58.17
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Deck Engineer /deck Winches
(power)
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Derricks, On Building Work
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Dozers D -9 Et Under
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Drill Oilers: Auger Type, Truck
Or Crane Mount
$57.72
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Drilling Machine
$59.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Elevator And Man lift:
Permanent And Shaft Type
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Finishing Machine, Bidwell
And Gamaco Et Similar
Equipment
$58.17
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Forklift: 3000 Lbs And Over
With Attachments
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Forklifts: Under 3000 Lbs.
With Attachments
$55.21
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$58.17
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Gradechecker /stakeman
$55.21
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Guardrail Punch
$58.17
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. & Over
$58.69
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Hard Tail End Dump
Articulating Off -road
Equipment Under 45 Yards
$58.17
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Horizontal /directional Drill
Locator
$57.72
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Horizontal /directional Drill
Operator
$58.17
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Hydralifts /boom Trucks Over
10 Tons
$57.72
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Hydralifts /boom Trucks, 10
Tons And Under
$55.21
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Loader, Overhead 8 Yards. &
Over
$59.28
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Loader, Overhead, 6 Yards.
But Not Including 8 Yards
$58.69
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Loaders, Overhead Under 6
Yards
$58.17
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Loaders, Plant Feed
$58.17
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Loaders: Elevating Type Belt
$57.72
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Locomotives, All
$58.17
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Material Transfer Device
$58.17
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Mechanics, All (leadmen -
$0.50 Per Hour Over
Mechanic)
$59.28
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Motor Patrol Graders
$58.69
7A
3C
8P
Underground Sewer & Water
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
King
Power Equipment Operators-
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And /or Shield
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators
Overhead, Bri• • - Type
20 Tons Through •
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type: 100
Tons And Over
$59.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type: 45
Tons Through 99 Tons
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Pavement Breaker
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Pile Driver (other Than Crane
Mount)
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Posthole Digger, Mechanical
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Power Plant
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Pumps - Water
$55.21
7A
3C
8P
Underground Sewer £t Water
King
Power Equipment Operators-
Quad 9, Hd 41, D10 And Over
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Rigger And Be Liman
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Rigger /Signal Person, Bellman
(Certified)
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Rollagon
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Other Than Plant Mix
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Or
Materials
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Roto -mill, Roto - grinder
$58.17
7A
3C
8P
Underground Sewer 8 Water
King
Power Equipment Operators-
Saws - Concrete
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Scraper, Self Propelled Under
45 Yards
$58.17
7A
3C
8P
Underground Sewer Et Water
King
$57.72
7A
3C
8P
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Power Equipment Operators-
Scrapers - Concrete Et Carry
All
Underground Sewer Et Water
King
Power Equipment Operators-
Scrapers, Self - propelled: 45
Yards And Over
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Service Engineers - Equipment
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shotcrete /gunite Equipment
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric
Tons.
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$59.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$59.88
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Slipform Pavers
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Spreader, Topsider Et
Screedman
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Subgrader Trimmer
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Bucket Elevators
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Crane Up To 175' In
Height Base To Boom
$59.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Crane: over 175'
through 250' in height, base
to boom
$59.88
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Cranes: over 250' in
height from base to boom
$60.47
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Transporters, All Track Or
Truck Type
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Trenching Machines
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Crane Oiler /driver - 100
Tons And Over
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Crane Oiler /driver
Under 100 Tons
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Mount Portable
Conveyor
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Welder
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Wheel Tractors, Farmall Type
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Yo Yo Pay Dozer
$58.17
7A
3C
8P
Underground Sewer Et Water
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
King
Power Line Clearance Tree
Journey Level In Charge
$47.08
5A
4A
Trimmers
King
Power Line Clearance Tree
Spray Person
$44.64
5A
4A
Trimmers
King
Power Line Clearance Tree
Tree Equipment Operator
$47.08
5A
4A
Trimmers
King
Power Line Clearance Tree
Tree Trimmer
$42.01
5A
4A
Trimmers
King
Power Line Clearance Tree
Tree Trimmer Groundperson
$31.65
5A
4A
Trimmers
King
Refrigeration at Air
Journey Level
$75.36
6Z
1G
Conditioning Mechanics
King
Residential Brick Mason
Journey Level
$54.32
5A
1M
King
Residential Carpenters
Journey Level
$28.20
1
King
Residential Cement Masons
Journey Level
$22.64
1
King
Residential Drywall
Journey Level
$41.69
5D
4C
Applicators
King
Residential Drywall Tapers
Journey Level
$55.66
5P
1 E
King
Residential Electricians
Journey Level
$30.44
1
King
Residential Glaziers
Journey Level
$39.40
7L
1H
King
Residential Insulation
Journey Level
$26.28
1
Applicators
King
Residential Laborers
Journey Level
$23.03
1
King
Residential Marble Setters
Journey Level
$24.09
1
King
Residential Painters
Journey Level
$24.46
1
King
Residential Plumbers &
Journey Level
$34.69
1
Pipefitters
King
Residential Refrigeration & Air
Journey Level
$75.36
6Z
1G
Conditioning Mechanics
King
Residential Sheet Metal
Journey Level (Field or Shop)
$45.99
7F
1R
Workers
King
Residential Soft Floor Layers
Journey Level
$45.86
5A
3D
King
Residential Sprinkler Fitters
Journey Level
$44.98
5C
2R
(Fire Protection)
King
Residential Stone Masons
Journey Level
$54.32
5A
1M
King
Residential Terrazzo Workers
Journey Level
$50.26
5A
1M
King
Residential Terrazzo /Tile
Journey Level
$21.46
1
Finishers
King
Residential Tile Setters
Journey Level
$25.17
1
King
Roofers
Journey Level
$47.51
5A
3H
King
Roofers
Using Irritable Bituminous
Materials
$50.51
5A
3H
King
Sheet Metal Workers
Journey Level (Field or Shop)
$75.46
7F
1 E
King
Shipbuilding & Ship Repair
Boilermaker
$41.72
7M
1H
King
Shipbuilding & Ship Repair
Carpenter
$41.06
7T
2B
King
Shipbuilding & Ship Repair
Electrician
$41.09
7T
4B
King
Shipbuilding & Ship Repair
Heat & Frost Insulator
$65.68
5J
4H
King
Shipbuilding & Ship Repair
Laborer
$41.08
7T
4B
King
Shipbuilding Et Ship Repair
Machinist
$41.32
7T
4B
King
Shipbuilding Et Ship Repair
Operator
$41.03
7T
4B
King
Shipbuilding E Ship Repair
Painter
$41.05
7T
4B
King
Shipbuilding E Ship Repair
Pipefitter
$41.05
7T
4B
King
Shipbuilding Et Ship Repair
Rigger
$41.12
7T
4B
King
Shipbuilding Et Ship Repair
Sheet Metal
$41.04
7T
4B
King
Shipbuilding a Ship Repair
Shipfitter
$41.12
7T
4B
King
Shipbuilding a Ship Repair
Trucker
$41.26
7T
4B
King
Shipbuilding & Ship Repair
Warehouse
$41.02
7T
4B
King
Shipbuilding & Ship Repair
Welder /Burner
$41.12
7T
4B
King
Sign Makers & Installers
Sign Installer
$22.92
1
(Electrical)
King
Sign Makers & Installers
Sign Maker
$21.36
1
(Electrical)
King
Sign Makers & Installers (Non-
Sign Installer
$27.28
1
Electrical)
King
Sign Makers & Installers (Non-
Sign Maker
$33.25
1
Electrical)
King
Soft Floor Layers
Journey Level
$45.86
5,4
3D
King
Solar Controls For Windows
Journey Level
$12.44
1
King
Sprinkler Fitters (Fire
Journey Level
$72.89
5C
1X
Protection)
King
Stage Rigging Mechanics (Non
Journey Level
$13.23
1
Structural)
King
Stone Masons
Journey Level
$54.32
5A
1M
King
Street And Parking Lot
Journey Level
$19.09
1
Sweeper Workers
King
Surveyors
Assistant Construction Site
Surveyor
$57.72
7A
3C
8P
King
Surveyors
Chainman
$57.17
7A
3C
8P
King
Surveyors
Construction Site Surveyor
$58.69
7A
3C
8P
King
Telecommunication
Journey Level
$22.76
1
Technicians
King
Telephone Line Construction -
Cable Splicer
$38.84
5A
2B
Outside
King
Telephone Line Construction -
Hole Digger /Ground Person
$21.45
5A
2B
Outside
King
Telephone Line Construction -
Installer (Repairer)
$37.21
5A
2B
Outside
King
Telephone Line Construction -
Special Aparatus Installer I
$38.84
5A
2B
Outside
King
Telephone Line Construction -
Special Apparatus Installer II
$38.03
5A
2B
Outside
King
Telephone Line Construction -
Telephone Equipment
Operator (Heavy)
$38.84
5A
2B
Outside
King
Telephone Line Construction -
Telephone Equipment
Operator (Light)
$36.09
5A
2B
Outside
King
Telephone Line Construction -
Telephone Lineperson
$36.09
5A
2B
Outside
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
King
Telephone Line Construction -
Television Groundperson
$20.33
5A
2B
Outside
King
Telephone Line Construction -
Television
Lineperson /Installer
$27.21
5A
2B
Outside
King
Telephone Line Construction -
Television System Technician
$32.55
5A
2B
Outside
King
Telephone Line Construction -
Television Technician
$29.18
5A
2B
Outside
King
Telephone Line Construction -
Tree Trimmer
$36.09
5A
2B
Outside
King
Terrazzo Workers
Journey Level
$50.26
5A
1M
King
Tile Setters
Journey Level
$21.65
1
King
Tile, Marble & Terrazzo
Finisher
$41.09
5A
1B
Finishers
King
Traffic Control Stripers
Journey Level
$44.85
7A
1K
King
Truck Drivers
Asphalt Mix Over 16 Yards (W.
WA -Joint Council 28)
$52.70
5D
3A
8L
King
Truck Drivers
Asphalt Mix To 16 Yards (W.
WA -Joint Council 28)
$51.86
5D
3A
8L
King
Truck Drivers
Dump Truck &Trailer
$52.70
5D
3A
8L
King
Truck Drivers
Dump Truck (W. WA -Joint
Council 28)
$51.86
5D
3A
8L
King
Truck Drivers
Other Trucks (W. WA -Joint
Council 28)
$52.70
5D
3A
8L
King
Truck Drivers
Transit Mixer
$43.23
1
King
Well Drillers & Irrigation Pump
Irrigation Pump Installer
$17.71
1
Installers
King
Well Drillers & Irrigation Pump
Oiler
$12.97
1
Installers
King
Well Drillers & Irrigation Pump
Well Driller
$18.00
1
Installers
Benefit Code Key — Effective 3/3/2017 thru 8/30/2017
***************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
ON ertime 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.
1. 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
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.
Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on
Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10)
hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall
be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one -half
times the hourly rate of wage.
R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.
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
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.
3
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.
I. 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
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
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
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. 1. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day. and Christmas Day
(6).
J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day,
Christmas Eve Day, And Christmas Day (7).
K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9).
L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8).
N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9).
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday.
Q.
Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas
Day (6).
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
Washington State Department of Labor and Industries
Policy Statement
(Regarding the Production of "Standard" or "Non- standard" Items)
Below is the department's (State L &I's) list of criteria to be used in determining whether a
prefabricated item is "standard" or "non- standard ". For items not appearing on WSDOT's
predetermined list, these criteria shall be used by the Contractor (and the Contractor's
subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to
determine coverage under RCW 39.12. The production, in the State of Washington, of
non - standard items is covered by RCW 39.12, and the production of standard items is not.
The production of any item outside the State of Washington is not covered by RCW 39.12.
1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12.
If it is. go to question 2.
2. Is the item fabricated on the public works jobsite? If it is, the work is covered under
RCW 39.12. If not, go to question 3.
3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated
primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not,
go to question 4.
4. Does the item require any assembly, cutting, modification or other fabrication by the
supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5.
5. Is the prefabricated item intended for the public works project typically an inventory
item which could reasonably be sold on the general market? If not, the work is covered
by RCW 39.12. If yes. go to question 6.
6. Does the specific prefabricated item, generally defined as standard, have any unusual
characteristics such as shape, type of material, strength requirements, finish, etc? If yes,
the work is covered under RCW 39.12.
Any firm with questions regarding the policy. WSDOT's Predetermined List, or for
determinations of covered and non - covered workers shall be directed to State L &I at (360)
902 -5330.
Supplemental to Wage Rates 1
03/02/2017 Edition, Published February 1St, 2017
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
Below is a list of potentially prefabricated items, originally furnished by WSDOT to
Washington State Department of Labor and Industries, that may be considered non-
standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked
with an X in the "YES" column should be considered to be non - standard and therefore
covered by RCW 39.12. Items marked with an X in the "NO" column should be
considered to be standard and therefore not covered. Of course, exceptions to this
general list may occur, and in that case shall be evaluated according to the criteria
described in State and L &I's policy statement.
ITEM DESCRIPTION
2.
3.
Metal rectangular frames, solid metal covers, herringbone grates.
and bi- directional vaned grates for Catch Basin
Types 1, 1 L, 1P, and 2 and Concrete Inlets. See Std. Plans
Metal circular frames (rings) and covers, circular grates,
and prefabricated ladders for Manhole Types 1, 2, and 3,
Drywell Types 1, 2, and 3 and Catch Basin Type 2.
See Std. Plans
Prefabricated steel grate supports and welded grates,
metal frames and dual vaned grates, and Type 1, 2, and
3 structural tubing grates for Drop Inlets. See Std. Plans.
4. Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter.
5. Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes larger than 60 inch diameter.
6. Corrugated Steel Pipe - Steel lock seam corrugated
pipe for culverts and storm sewers, sizes 30 inch
to 120 inches in diameter. May also be treated, 1 thru 5.
YES NO
X
X
7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated
pipe
for culverts and storm sewers, sizes 30 inch to 120 inches in
diameter. May also be treated, #5.
Supplemental to Wage Rates 2
03/02/2017 Edition, Published February 1st, 2017
ITEM DESCRIPTION YES NO
Anchor Bolts & Nuts - Anchor Bolts and Nuts, for
mounting sign structures, luminaries and other items, shall be
made from commercial bolt stock.
See Contract Plans and Std. Plans for size and material type.
9. Aluminum Pedestrian Handrail - Pedestrian handrail
conforming to the type and material specifications set forth in
the
contract plans. Welding of aluminum shall be
in accordance with Section 9- 28.14(3).
10. Major Structural Steel Fabrication - Fabrication of major steel
items such as trusses, beams, girders, etc., for bridges.
11. Minor Structural Steel Fabrication - Fabrication of minor steel
Items such as special hangers, brackets, access doors for
structures, access ladders for irrigation boxes, bridge expansion
joint systems, etc., involving welding, cutting, punching and /or
boring of holes. See Contact Plans for item description and
shop
drawings.
12. Aluminum Bridge Railing Type BP - Metal bridge railing
conforming to the type and material specifications set forth
in the Contract Plans. Welding of aluminum shall be in
accordance with Section 9- 28.14(3).
13. Concrete Piling -- Precast - Prestressed concrete piling for use as
55
and 70 ton concrete piling. Concrete to conform to
Section 9 -19.1 of Std. Spec..
14. Precast Manhole Types 1, 2, and 3 with cones, adjustment
sections and flat top slabs. See Std. Plans.
15. Precast Drywell Types 1, 2, and with cones and adjustment
Sections.
See Std. Plans.
X
X
X
X
16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2
With adjustment sections. See Std. Plans.
X
Supplemental to Wage Rates
03/02/2017 Edition, Published February 1st, 2017
3
ITEM DESCRIPTION YES NO
17. Precast Concrete Inlet - with adjustment sections,
See Std. Plans
18. Precast Drop Inlet Type 1 and 2 with metal grate supports.
See Std. Plans.
19. Precast Grate Inlet Type 2 with extension and top units.
See Std. Plans
20. Metal frames, vaned grates, and hoods for Combination
Inlets. See Std. Plans
21. Precast Concrete Utility Vaults - Precast Concrete utility vaults
of
various sizes. Used for in ground storage of utility facilities and
controls. See Contract Plans for size and construction
requirements. Shop drawings are to be provided for approval
prior to casting
22. Vault Risers - For use with Valve Vaults and
Utilities
X
Vaults.
23. Valve Vault - For use with underground utilities.
See Contract Plans for details.
24. Precast Concrete Barrier - Precast Concrete Barrier for
use as new barrier or may also be used as Temporary Concrete
Barrier. Only new state approved barrier may be used as
permanent barrier.
25. Reinforced Earth Wall Panels -. Reinforced Earth Wall Panels in
size and shape as shown in the Plans. Fabrication plant has
annual approval for methods and materials to be used.
See Shop Drawing.
Fabrication at other locations may be approved, after facilities
inspection, contact HQ. Lab.
26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall
panel in size and shape as shown in Plans.
Fabrication plant has annual approval for methods and materials
to be used
x
x
Supplemental to Wage Rates 4
03/02/2017 Edition, Published February 1St, 2017
ITEM DESCRIPTION
27. Precast Railroad Crossings - Concrete Crossing Structure
Slabs.
28. 12, 18 and 26 inch Standard Precast Prestressed Girder —
Standard Precast Prestressed Girder for use in structures.
Fabricator plant has annual approval of methods and materials
to
be used. Shop Drawing to be provided for approval prior to
casting girders.
See Std. Spec. Section 6- 02.3(25)A
29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete
Girders for use in structures. Fabricator plant has annual
approval
of methods and materials to be used. Shop Drawing to be
provided for approval prior to casting girders.
See Std. Spec. Section 6- 02.3(25)A
30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for
use in structures. Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be
provided
for approval prior to casting girders.
See Std. Spec. Section 6- 02.3(25)A
31, Prestressed Precast Hollow -Core Slab — Precast Prestressed
Hollow -core slab for use in structures. Fabricator plant has
annual
approval of methods and materials to be used. Shop Drawing to
be provided for approval prior to casting girders.
See Std. Spec. Section 6- 02.3(25)A.
32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for
use in structures. Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be
provided
for approval prior to casting girders.
See Std. Spec. Section 6- 02.3(25)A
33. Monument Case and Cover
See Std. Plan.
Supplemental to Wage Rates
03/02/2017 Edition, Published February 15t, 2017
ITEM DESCRIPTION YES NO
34. Cantilever Sign Structure - Cantilever Sign Structure
fabricated from steel tubing meeting AASHTO -M -183. See Std.
Plans, and Contract Plans for details. The steel structure
shall be galvanized after fabrication in accordance with
AASHTO -M -111.
35. Mono -tube Sign Structures - Mono -tube Sign Bridge
fabricated to details shown in the Plans. Shop drawings for
approval are required prior to fabrication.
36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel
tubing meeting AASHTO -M -138 for Aluminum Alloys.
See Std. Plans, and Contract Plans for details. The steel
structure
shall be galvanized after fabrication in accordance
with AASHTO -M -111.
37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std
Plans. Shop drawings for approval are to be provided prior to
fabrication
X
X
X
38. Light Standard - Prestressed - Spun, prestressed, hollow
concrete poles. X
39. Light Standards - Lighting Standards for use on highway
illumination systems, poles to be fabricated to conform with
methods and materials as specified on Std. Plans. See Specia X
Provisions for pre- approved drawings.
40. Traffic Signal Standards - Traffic Signal Standards for use on
highway and /or street signal systems. Standards to be
fabricated
to conform with methods and material as specified on Std.
Plans.
See Special Provisions for pre- approved drawings
41. Precast Concrete Sloped Mountable Curb (Single and
DualFaced)
See Std. Plans.
X
X
X
Supplemental to Wage Rates 6
03/02/2017 Edition, Published February 1st, 2017
ITEM DESCRIPTION YES NO
42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs,
the sources of the following materials must be submitted and
approved for reflective sheeting, legend material, and
aluminum
sheeting.
NOTE: '"t't Fabrication inspection required. Only signs tagged
"Fabrication Approved" by WSDOT Sign Fabrication Inspector
to be installed
43. Cutting & bending reinforcing steel
44. Guardrail components
45. Aggregates /Concrete mixes
46. Asphalt
47. Fiber fabrics
48. Electrical wiring /components
49. treated or untreated timber pile
50. Girder pads (elastomeric bearing)
51. Standard Dimension lumber
52. Irrigation components
X X
Custom Std
Message Signing
Message
X
X X
Custom Standard
End Sec Sec
Covered by
WAC 296- 127 -018
Covered by
WAC 296- 127 -018
X
X
X
X
X
Supplemental to Wage Rates 7
03/02/2017 Edition, Published February 1St, 2017
ITEM DESCRIPTION
53. Fencing materials
54. Guide Posts
55. Traffic Buttons
56. Epoxy
57. Cribbing
58. Water distribution materials
59. Steel "H" piles
60. Steel pipe for concrete pile casings
61. Steel pile tips, standard
62. Steel pile tips, custom
YES NO
X
X
X
X
X
X
Prefabricated items specifically produced for public works projects that are prefabricated in a
county other than the county wherein the public works project is to be completed, the wage for
the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual
prefabrication takes place.
It is the manufacturer of the prefabricated product to verify that the correct county wage rates are
applied to work they perform.
See RCW 39.12.010
(The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department
interprets this phrase to mean the actual work site.
Supplemental to Wage Rates 8
03/02/2017 Edition, Published February 1st, 2017
WSDOT's List of State Occupations not applicable to Heavy and
Highway Construction Projects
This project is subject to the state hourly minimum rates for wages and fringe benefits in
the contract provisions, as provided by the state Department of Labor and Industries.
The following list of occupations, is comprised of those occupations that are not normally
used in the construction of heavy and highway projects.
When considering job classifications for use and / or payment when bidding on, or building
heavy and highway construction projects for, or administered by WSDOT, these
Occupations will be excepted from the included "Washington State Prevailing Wage Rates
For Public Work Contracts" documents.
• Building Service Employees
• Electrical Fixture Maintenance Workers
• Electricians - Motor Shop
• Heating Equipment Mechanics
• Industrial Engine and Machine Mechanics
• Industrial Power Vacuum Cleaners
• Inspection, Cleaning, Sealing of Water Systems by Remote Control
• Laborers - Underground Sewer & Water
• Machinists (Hydroelectric Site Work)
• Modular Buildings
• Playground & Park Equipment Installers
• Power Equipment Operators - Underground Sewer & Water
• Residential '`'' ALL ASSOCIATED RATES * **
• Sign Makers and Installers (Non - Electrical)
• Sign Makers and Installers (Electrical)
• Stage Rigging Mechanics (Non Structural)
The following occupations may be used only as outlined in the preceding text concerning
"WSDOT's list for Suppliers - Manufacturers - Fabricators"
• Fabricated Precast Concrete Products
• Metal Fabrication (In Shop)
Definitions for the Scope of Work for prevailing wages may be found at the Washington
State Department of Labor and Industries web site and in WAC Chapter 296 -127.
Supplemental to Wage Rates 9
03/02/2017 Edition, Published February 1St, 2017
Washington State Department of Labor and Industries
Policy Statements
(Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.)
WAC 296 - 127 -018 Agency filings affecting this section
Coverage and exemptions of workers involved in the production and delivery of
gravel, concrete, asphalt, or similar materials.
(1) The materials covered under this section include but are not limited to: Sand, gravel,
crushed rock, concrete, asphalt, or other similar materials.
(2) All workers, regardless of by whom employed, are subject to the provisions of
chapter 39.12 RCW when they perform any or all of the following functions:
(a) They deliver or discharge any of the above - listed materials to a public works project
site:
(i) At one or more point(s) directly upon the location where the material will be
incorporated into the project; or
(
At multiple points at the project; or
(iii) Adjacent to the location and coordinated with the incorporation of those materials.
(b) They wait at or near a public works project site to perform any tasks subject to this
section of the rule.
(c) They remove any materials from a public works construction site pursuant to
contract requirements or specifications (e.g., excavated materials, materials from
demolished structures, clean -up materials, etc.).
(d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry,
etc.,) which is established for a public works project for the specific, but not necessarily
exclusive, purpose of supplying materials for the project.
(e) They deliver concrete to a public works site regardless of the method of
incorporation.
(f) They assist or participate in the incorporation of any materials into the public works
project.
Supplemental to Wage Rates 10
03/02/2017 Edition, Published February 1st, 2017
(3) All travel time that relates to the work covered under subsection (2) of this section
requires the payment of prevailing wages. Travel time includes time spent waiting to load,
loading, transporting, waiting to unload, and delivering materials. Travel time would
include all time spent in travel in support of a public works project whether the vehicle is
empty or full. For example, travel time spent returning to a supply source to obtain another
load of material for use on a public works site or returning to the public works site to obtain
another Toad of excavated material is time spent in travel that is subject to prevailing wage.
Travel to a supply source, including travel from a public works site, to obtain materials for
use on a private project would not be travel subject to the prevailing wage.
(4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver
materials to a stockpile.
(a) A "stockpile" is defined as materials delivered to a pile located away from the site
of incorporation such that the stockpiled materials must be physically moved from the
stockpile and transported to another location on the project site in order to be incorporated
into the project.
(b) A stockpile does not include any of the functions described in subsection (2)(a)
through (f) of this section; nor does a stockpile include materials delivered or distributed
to multiple locations upon the project site; nor does a stockpile include materials dumped
at the place of incorporation, or adjacent to the location and coordinated with the
incorporation.
(5) The applicable prevailing wage rate shall be determined by the locality in which the
work is performed. Workers subject to subsection (2)(d) of this section, who produce such
materials at an off -site facility shall be paid the applicable prevailing wage rates for the
county in which the off -site facility is located. Workers subject to subsection (2) of this
section, who deliver such materials to a public works project site shall be paid the
applicable prevailing wage rates for the county in which the public works project is located.
[Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08 -24 -101, §
296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12
RCW and RCW 43.22.270. 92 -01 -104 and 92 -08 -101, § 296- 127 -018, filed 12/18/91 and
4/1/92, effective 8/31/92.]
Supplemental to Wage Rates 11
03/02/2017 Edition, Published February 1st, 2017
APPENDIX B
WSDOT STANDARD PLANS
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
9)
Em.-2
=s"
(0 yc Q
ao o 2
11w
.-0
c 112
O
G
`p 0.
• ! $2
��t o
- G .c
atExz
8trU E
. 7187g
H m w
0
2. Refer to Standard Specification 9-05.16(2) for additional requirements.
021OdA0 VSfl :AS NMdil0
0
W
co
a
O
J
7
Ow
W
W
N
0
410100.011.1•~071.711.0. 1112.11700
MO LA.. ,IlknalFrit fir140.1"tiiey.W.P.A.
. .1001. S. al .,
SHEET 1 OF 1 SHEET
`4•
i
F.
i
-r
.9 1
I
.E
w
.E
.S
.s
-4
.9
021OdA0 VSfl :AS NMdil0
0
W
co
a
O
J
7
Ow
W
W
N
0
410100.011.1•~071.711.0. 1112.11700
MO LA.. ,IlknalFrit fir140.1"tiiey.W.P.A.
. .1001. S. al .,
SHEET 1 OF 1 SHEET
FACE OF CURB
=w
6
A 0123
Woad S3111VA
.
ggf
of
�g'ab
lEll
E$
O 15111
v W
(0 o W
12
al • El
O • du'
m <
W 0m
• �2
u <0
0.
W
0
W
F
W0
Q' 0
Z
0<
Uz
ZU
2U
V it
re
EE
1— s
O W
Z < RC'
080
• o
z
_
°w 0
z
EC a in
L, Wi g
�a
0.gW
W
d
2
'
O < <
U
F
Z
W
a
Y o£ W
U
E
v2o
61
W
UJ
- W
2 =
V 0
• <
W ▪ ce
00
Q LL
J
0
. 0 - . 3
CEMENT CONCRETE PEDESTRIAN CURB
STANDARD PLAN F- 10.12.03
SHEET 1 OF 1 SHEET
1 1 3 0 0 1 1 Nd3d :AS NMVaO
1
1
1
1
1
F �
uJ
Z= '
0 0.
J g
Ca
F '
z UJ
0
�Z
O
1
1
1
li'
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
co
m
t.. pp m C
L y c� (p �0
c 0)
m c 0)
q d
EEc o° g:
EE o
` °
N o Q Y {
83 � C N W
m N =� O we
s
E It �U
ij�j .1 C y O
C i")1 � m�i
� c� � Eft �C7
N 9211 V .9 C
Y� m .'t2
O C
3 (3 m `° =,§ r3-8
LI 8 0.E ga ag'e
�UU
..FF ' c
mE E8' .6 u3) Unto
E>.
0 oCC u. O.
0
z r N O) R 6
c
LL),(0
2 y
th
v U
U
ce
£g
U
11;4
go
Uc
C. m
N
E0Y
U
Um
m
X1 c0`
038.6
1- co()
6
DEPRESSED CURB AND GUTTER
SLOPE IN EITHER DIRECTION
0 z
W l
Z
W w
J
re
gw
5 Um
z w ~
a%
00
0.0
FN
S
0
N
OZ
on.
00
z6
gU
bW
. N
SS
00
ma
gang
CCM
00
00
wo
oz
Ow
Uy
W
U N
mtc
Www
CO.) -0
03w
000)
rEZ
Ua
1
U
N
U =
Z
<0
0
RR
FACE OF CU
0
1NZ
i
W b
.Qt° t. / ' 6w�sj
C 0 Z...t.., t� N 1 m
i E. w �4j
W Zy W ¢t G7, 1 .F.w
N WG X322 Ut2
W wO g O
` O m p co o V) U n Q
FACE OF CURB
GRADE BREAK
(
a
0
N
0
00
00
TOP OF ROADWAY
W 0
mw
r~O
z
gW
N
-
U,
EQ
0a
vm
t z
0. O
6; w °z
Oa 00
Q
2
m e
U 0
0<
W Z
L10-
mw
ON
b
1�30an N1334 :A9 NMVaa
2
5
z
0
U
W
H
0
0
reQ
m
U
pw°
N
NO
wz
ON
ME
0
1NZ
i
W b
.Qt° t. / ' 6w�sj
C 0 Z...t.., t� N 1 m
i E. w �4j
W Zy W ¢t G7, 1 .F.w
N WG X322 Ut2
W wO g O
` O m p co o V) U n Q
FACE OF CURB
GRADE BREAK
(
a
0
N
0
00
00
TOP OF ROADWAY
W 0
mw
r~O
z
gW
N
-
U,
EQ
0a
vm
t z
0. O
6; w °z
Oa 00
Q
2
m e
U 0
0<
W Z
L10-
mw
ON
b
1�30an N1334 :A9 NMVaa
2
5
z
0
U
W
H
0
0
reQ
m
U
pw°
N
NO
wz
ON
O 0
E
meu
c
020
Yca
�
153.:
3=8
_ c
� a i
Y p.N
C W
4 O
m .�pp
mac
iSIN C
f00= m y m
E°
?Aggo
074
w 22 N W
l- !A z o
0)
0
a
2
c
c
S
N
N
E
1,' a
`o2
m
Y
1m
Ha
See Standard Plana for sidewalk and curb ramp details.
2,
==
U O
d
fn
wg
0,
am
w
cn
mma
-o2
a
m22
p4-' m
E8rn
Ei
L5
L0
O
C W T
pie
°E
r62
m
9�B
O0
2g
2'§
L0.0
z
m p
0
V N N
Li,41
w
Oz
Y
m N
Ninaretm
"pr.
SHEET 1 OF 1 SHEET
MEDIAN CUT- THROUGH
re
NADTH OF CUT
ISLAND CUT - THROUGH
cc
J
N0
Me
� J
0
U
J
_zca
go
<0
0
0
.xw 81
z
d
0
0
W
0
1
0
U
0
0
W
H
TRUNCATED DOME DETAILS
0
z
W W
2 W
2 )
39
wp
mW
0<
WU-
00)
1130an Na3d :A6 NMdao
1
�0
Uz
ow
Uy
SHARED -USE PATH CONNECTION
PLACEMENT GUIDELINES
ROAD CROSSING
a
H
0
w
a
fencing parallel to mapped contour lines.
SILT FENCE
STANDARD PLAN 1- 30.15 -02
0
APPROVED FOR PUBLICATION
0
\m
q §2
� |§
;B»
__ :AB __
k
`
)
q
22
0
q
111! il c
V E g
c r 2 c
i
g e �
ci $ o g E
gm m iI 8
co co_ 0
1 g8 a
z
1_
0d0 AS VSII 4A13 NMVtlO
OVERFLOW BYPASS
wi
3
SEDIMENT AND DEBRIS
S
z
0 0
0 O
N z
0
4
z
0
!JI
z z
0
SHEET 1 OF 1 SHEET
4
I
I
lit
(9 310N 336)
.9U6 of .9
s °Law!
2'i 1'
Se
0
0
Zit
TOP OF POST
O
1
0 °o
Vg -cc
O
U °
0
z Uf w i
0 4�
z
D
0
cc
0
1-
z
w
< WO
1—
0f�+
Z)2
O �
l= g
Oz
oW
cow
O
=0
0 °
0
0.
2
F
J
2
0
Z
a
cc
N80
zcsecto-
diE
qR
=s2
h a5
x
mmi3,
aw��O
gag=
'LEER LC,
Z 9
Q �
zi (AF N w
Z "' W
WO Z
W1'm d $
dim�w
cow 4
-MD 13
I-
19
,Iil wimi UIN
2
0
112 (IN) STEEL BASE PLATE
11
31ON 336 - .9 Sl-id .H.
HO.0-.9 -.H.
to
?w
-a
a
a$
ww
J
00
?i
° =
2
8
D JOINT FILLER
ant
wz
._—
1
KLg
�0
1730011 N7I3d :AB NMMUO
w
1)
W
0.
J
w
0
G
z
N
m
w
a
z
O
J
W
REINFORCING STEEL BENDING DIAGRAM
DIMENSIONS ARE OUT TO OUT
(
§
0
§
)
/
!q f
§§
Liz
o.
S2
§§
Ag
§g
zo
}}
w§
(K
IttO
.
PERSPECTIVE VIEW
TYPE 1 SIGNAL STANDARD DETAILS
;
\(
P
a
i.
§t
ou
,__. :AEI __
TEMPLATE
ANCHOR BO
�z
REINFORCING STEEL BENDING DIAGRAM
\
DIMENSIONS ARE OUT TO OUT
burr threads to prevent
m
CO
=
0
0
c
O
N
c
N
a
a
N
0
D
0
0
6
rn
C
m
m
rn
:Go
w
{p N
m 7
mm
5a
vc
o
aai
0
z
0
z
2
r0
zr
we
so
0=
w0
2" (IN) PVC STUBOUT
TOP OF FOUNDATION
z c o
ad r
—egg
111
dam z 5
t4- o
x
�u z a
goz
ILO z
au' a
1—
On'
rr
02
2W
O
U�
U'
2
0
z
_
0
O
2
W
N
ONVONVIS 40 114013H
zl
01
11
SIGNAL STANDARD
3/4" (IN) CHAMFER
UNPAVED
FIXED BASE
J
d1J} 11- -
.VLZ
0
6
0
2
0 63
w w
w w
Zre
v
O
z
0
REINFORCING STEEL BENDING DIAGRAM
STD. SPEC. 9-07.1(2) FOR BENDING DIAM.
DIMENSIONS ARE OUT TO OUT
0
w
8
3/4" (IN) CHAMFER (TYP.)
UNPAVED SURFACE
52
LL W
a
0
O
0
0
z
❑
z
2
K
zo
wr
U
a8
WU
5
a
4
w
w
w
a.
a
SIGNAL STANDARD
0
F
U
w
M
81E L
A
h
BASE PLATE DETAIL
b
H
1 114" (IN) ANCHOR PLATE
z❑
4
00
_a
ow
7/8" (IN) DIAM, HOLE (TYP.)
Sib
6
❑
r
0
0
1-z
2Q
2
<X
m
ELECTRICAL CONDUIT
J
F
5
3
a
714" (IN) CHAM
d
r-
SLIP BASE
wvia
J
1-
(IN) DIAM. HOLE (TYP,)
.OZL
P H
OW
ECTRICAL CONDUIT
z
i
SLIP
-moan N233A A9 NMVlfa
'NM
❑
W
z
0
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
th N N 1
daa6mm r 2_ m
e 2.
U7 .ay E - :_rg o
lx L [
—.ay E
3 E yy U
n E
x
n(5 O C D
a L N ° 2. 2 Is C
E Sg a .. s
y
E m ; N E n
rn g L li B ,
l3 (5a_ c [!1 N o c mafi�3 L
c p LL 't H
> Yg2€ EE a
C e E, 4 -2 EE=� m I
•O 7(5 re- a Y a L H 2 O a
N s C a
o 3N,- Esx z N w' tc E
c O N a o C Uo C a
(5vEEz f 4 E 2 N c
H �maO(5 € c- a 0 Eo
x c a€ . S ; E� ti w
m o = E a - N m e
=gLLaYC 2 ON m 3
U1I
(5 = N O'- a Nac G
i0 2 `D l 6:4 C
E� � V � (5,� >, t� m 3 m
F Nt p0�1_ d y Cv N C : x N -
ppi. E E 1/ L •y p m a
W L of C a C N L L N g E y 20...4'2 p C ,G
m N ;:c= E o N �^c� 2 E fj as 142 e
�'" ai0 `o c - c - rn xod Inc - c
N = a t my L R- N C da t Y 7 a
C'+A 8 ai —2 07 ,it ; � Q -43 ON 6 !hi N N s.
:9 E `i4 20" y€ a °a z g • m« N g f' U H
�{{pp c y
O ON gcOofL N.E N g. EaN CN C W
a E g - N :4-e' '> V EE (5• a
C
�' a �a �m aV m w �iZ$ = rn
2 ni ei v ui ai �'l,H i e m (5
iE81 j42 co
r; 1m of o
JUNCTION BOX DIMENSION TABLE
BOX TYPE
011111011
,
ilill OBI
REM
[OUTSIDE LENGTH OF JUNCTION BOX
OUTSIDE WIDTH OF JUNCTION BOX
INSIDE LENGTH OF JUNCTION BOX
INSIDE WIDTH OF JUNCTION BOX
LID LENGTH
LID WIDTH
r- CAPACITY - CONDUIT DIAMETER
=DOC
CIO
3 mig
cam oE(5
° N $ > C N+L•
N 5�� a E v i'i
CNN CpW
a N yNZ <O U
.E ' Uyy (5 y c e
L N s N
Ufa xjL_ ao1e°�
Ego gat xmy�
:If* 5 bi-G m°=o°ip°
E E =7.E• c F a
•»e �8i; oucy c
>.cg 7(0ci cum
t w U ' 62 a
E N C c N 4 (5y y)
2m ENd =a
oE> pm pac8
a
N p
L U a(5 Nc (5 w
qq•g(5(5 > lO Y
EL`tq o yy a `o
01 0 aN = ErN
(5 10 O
Ia� O =(5 a.Q fi:
(5 V N. -� COrj CO
am 3220
O C
ac E to rco
.c o
C' ` °
Ec_2
0E
<.c> 0u-a=
CV_
a
a'.<41 8 077 B��H
Vim__
O O �c
�ritiy of
N (1 C
GROUND STUD (SEE NOTE 4) 3OS pp
1Q Equipment Grounding - B COUPLING NUT FOR ALTERNATIVE 2 - Q�F' y
Conductor SEE DETAIL "E" ALTERNATIVE 2
t 112 MIN. ©d 0g. F 7,,
iA
© Copper SO)dedess 3/9' (IN) STEEL y 9118' 0 - UD SUPPORT P£ ORT (TYP ) - z fi t> �1
Crimp Connector COVER LIP PLATE
(ryp,) (SEE NOTE 3) E" * `�
O Equipment Bonding 3/S" (IN) • 3 " (IN) HEADED ANCHOR ' Jumper (See Note 6) 1 SHEAR STUD (TYP.) ap 'RS es20�d9 2'� O See Contract for conduit V _ WELDED WIRE c°�. ) STB 6t size and number FABRIC (TYP.) 'rIONAL 6�
o (WWF) 4t4-W2 9.1A/2.9
(6 GAGE) (SEE NOTE 10) j�g� ricr.Tcd
COVER MARKING DETAIL 'd'"' �/ +pr +s ib9 1 4n1
Y WELDED WIRE HOOP
�-„. N, p - (TYP.) W2.9 (6 GAGE) LOCKING LID STANDARD
_:::..r.____„).1 1 S-. P (SEE NOTE 10) DUTY JUNCTION BOX
"' %'';e''" TYPES 1 S 2
,� STANDARD PLAN J- 40.10-04
IIT CTVP i r-- }
F..7t :'.. SHEET 1 OF 2 SHEETS
fs �,'e* r..t?'�'i'.� APPROVED FOR PUBLICATION
4�'i�Od4�> < 1 /A' GEAR
O nom' Cap,.. Jeff
of 0 0/l % 7`DC .Apr 23 3016 3:12 PM
SECTION OB tuoeonsale>a.®1
SEE NOTE
W Wmhinybr 5300. 009 0011610011 M Tnlspor6vlion
(CONDUITS NOT SHOWN)
3Sbf10O 324'840 d01
Mil M0'138 MUWWNM$I.1Z
1
1
r
minx
zm
cc-
w =6
nag
am,
ma
atic
4.g
Eg
m
02tOdA3 VSl :AB NMVUO
0
LL
0
pmz
2 0
Z
I- 0
1-
-z
t <
o
z)O
V = O
00
J
A
m
m
In
30VdEl03MS li 3H1
M0138 ',immure .1$
Z8o
J
z
z
0
W
Jzd
SHEET 2 OF 2 SHEETS
Z
6
.ZhE
1X' LID LIFTING NOTCH
(SEE NOTE 6)
gr
(SEE
611
(SEE NOTE 12)
.vie .vrt
LID LIFTING NOTCH - 114' (IN) • 314' (IN)
oton
OW
9
WI
o
0
z Zzm
2
J O 3~
Z J
3
W
6 `134w
1 3/8" (IN) DIAM. HOLE
6w
20
< wa
b
A3
mt->c
Zm�Z
?00
mzzuj
ab
2
6009
S00W
z
m
J LL
s
SHWA° Vsn AS NMVdO
5.
N O D
Z QW
O2N
W uuuuuu =111111
Fog
5g
MZ
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
6)
t
v£ E m
a�>, 23 . 3
m y 1 u_ a C
MMYs
3oo o vi
YY O V 87
a c
E Y N E E.L.. m
8a a n 33
O D— �CQO ^'N N C
N a m C H 0)
c m v € V " >
p N a �W m ° d7 Kt
> O)nC Ol J
c y«LN3Va. v a
° C °O w0 aj = ." z
1 °
` y a�LL C
7 y D1� � — N O
v, o`L cFt' t` v
app C
c m(JE74 g:En Ey L
a cqn Ea c 7 m
u c_ � 'E v a
T, c m�acc �°-
w 11.72 L a 16 C 7 O
a N,�O c Ti. ,.c E
0 ▪ c . o. m a - 10 0
0= Qw c D
E LNG' oam c�c
O da� 2g.-5 2E y DC
n m % t3 cL'r 2 mm O m R
E N1E...g m N 8
m L D7 � > a pp
C
�
.O Y LL a3 N a
y
c "a scE E7 D
LL
E
a 7.3)1Z-07'05"6 O L ▪ m
> >Tg�v a8 v m 9
g g >^
W @ m p 3 N in c v
D a E
O o ° 8
Z tV M
COVER MARKING DETAIL
SEE HINGE DETAIL
w
6)0
z
w 0
0
O
6 N
C m
uj m a
c
To t
X
y
V N �
Z N C
o m c
0a
• L N
a H m
o ui
0 C
0)
C to
aL
am
7 a
WR-a
a
X08
n v a
°
5 v) 0
C C d
8`C
. '0
O
70 �
O Z
°�N x
06,
E
o'
� m�> L�
Em�
tri
N O • N
Q C I
a L
0/ E
0 0 -7
.. al
N 8'0
- " o
j C m
O w
rnaa
° -a
ij9=
EdW
T U N
Ol
V
C 3
0 n m N
—o �a
L
d V1
aa'�n
QE-8
W ' m
z c”a
C N
C C V
Um m
N.
N
C
E
m
m
In
c
8 2
(▪ f
Si_
u c
▪ Q
m
a ami
E
C
C m
6, c
• Q
E
O
R
!E
CO
120'
9
a • 8
V) CP,
05
08OJAO VSII AS NMV80
.9C
LOCKING LID STANDARD DUTY JUNCTION BOX
SHEET 1 OF 2 SHEETS
TOP OF BASE COURSE
TI
GRS CONDUIT
N • a
E E E I.
a U 0
8
C
m
S c
2 15 o
O L
0 -5 m is py_
C Q a (2 C o b D
E d m E m 0
"� c a E '� V 0
WO 00 w w°. 0m
0 O 000
N
y
O
0
.Z s s
30V8O 034808.13H1
M0138 VQIWINIW ,P
Pdu3 !OMM
14045'
.` co
0
z
w
7
�
Imo,'
r
�
---
•
�,- - — --
C
IN
1
'
iii
ill
•
11(:)
NOl1Y W1p3
IuaM 30lSM
Z
WZ
08OJAO VSII AS NMV80
.9C
LOCKING LID STANDARD DUTY JUNCTION BOX
SHEET 1 OF 2 SHEETS
TOP OF BASE COURSE
TI
GRS CONDUIT
N • a
E E E I.
a U 0
8
C
m
S c
2 15 o
O L
0 -5 m is py_
C Q a (2 C o b D
E d m E m 0
"� c a E '� V 0
WO 00 w w°. 0m
0 O 000
N
y
O
0
.Z s s
30V8O 034808.13H1
M0138 VQIWINIW ,P
HINGE DETAIL
HANDLE DETAIL
\ V.471.
� y/r
01= CLIC= -- --
oaodAO VSn :A8 NMVao
BOLT PLATE CHANNEL
EDGE OF SHOULDER
O
w
CIRCULAR SAWCUT (T'P.)
W
0
z
af
O J
r
J O
7
S
i
a
mm E
Tao �� 09
8 E ai $ c
A
H ! M mN
.6$ `o
LL C O O LL N LL N
< u1 I0
0
io
W 5 W
W � N
roq,5
1130011 MA4 :A8 NMVMO
z
a
TYPE 3 ADVANCE LOOPS
TYPE 3 STOP LINE LOOPS
Atl • x1,3 m
N .„U__
.tlr. 6'11911LbO3N1n
t
3t VIQN 6i NM S. 3I0W
TYPE 3 INDUCTION LOOP
APPROVED FOR PUBLICATION
Pasco Bakotich
1
r�
3
1I)
b
b
z
d
ENTRANCE SAWCUT DETAIL
TYPE 3 SAMPLING LOOPS
K
LGHPS TAMP 3111 11..7 701.10 7 2,014{1
0iSX/00.brYtiN Iofta.Y .1W iM
z
W g
✓ 0
z a
D • (1
aZ
M re
W5.
0
)-a
0
-J
TYPE 3 INDUCTION LOOP
S
O
N
z
5
0.
o°c
1-
VS
SHEET 2 OF 3 SHEETS
• ior OB. 41111, .....
r
IIIP • f Lip . •
2C(SH) CABLE
1130011 N233d :AS WORM
3N11 dOlS
001
NZ
0
O
TYPE 3 SAMPLING LOOP WIRING DIAGRAM
PHASE NUMBER
LANE NUMBER
LOOP NUMBER MARKING DETAIL
41031011.00000100.003100400• 000100
' 4WY11C4401wO r0Y0MI7.0001011PISWIM
IA M 1 W 101111%1110 (Y l W YY bnMM A! M
Oman TletNe0 1.1M11,00 ONRI.M10v 3 WM r1M VMIU S. 31077
TYPE 3 INDUCTION LOOP
STANDARD PLAN J- 50.12 -00
SHEET 3 OF 3 SHEETS
APPROVED FOR PUBLICATION
K
0
0
Z
N
3 3
3NV1 3NV1
(� RUOIM
1 3WY7 U11
3NV1 4100-13A NV1 3(10#43A
0
p
0
G.
G.
0
0
w
z
z
5 C
a
u)
I
W
1130011 Ni13d AS NMVMO
3N11 dOLS
1-
1E.
N
bi
TYPE 3A STOP LINE LOOP WIRING DIAGRAM
3N11 dOlS
SERIES SPLICE SHOWN
co
yy 0
S 0$ `o
w3 d$ S�_ g c
£ G c Eli p E it
cgpl m"�' ,� 0
0p y
o -2 IC C E1 NO N
W
d a..
dUy a Ora Bo
�yE mm O1em �
�Ua prQ 2 6 o
�.
C C
P. >UA S a o a
o a
'O ac 0 ypap L U !0 a
33 —N -g g bfg yw am
CO "$ gym o C .— So
i.� � •� te a$ Q o 'u. m U) m
o
z N 6 Y 1n
313HON0O IN3W33
uJ
HO 11VHdSV 40 H1d30
VAN .E- Nal.8/SZ
iflOMV9 10 H1.130
I
LAI
1.4
313i1ONO31N31130
2 U011VFWSYAOH1d30
0
-11111.11/9 Z
1f1OMVS d0 H1d30
m
•
F 6
�r �r
0- Q„
02 02
a0 S0
00
LOOP LEAD -IN SAWCUT
..3 ,,, �«.,. 3a „9 a. . NOLLY �n.
..» 3an.,mrvo*y 4,uff33Hi
."'S,011,0111.11/0, 0at.,« 0�.3 ,
i►mws•aw�w11a fl PJO S WWIJn.mN
ManMerme ranwnsmian+rcr.a :vav
0
LL
9
Ki
000
Z0
20 7U
INDUCTION LOOP DETAILS
0
ay
3OV4dfS 03AVd 40 dOl
0
0
U
W 0g
z
W6 rlw
0A
3 ci z �0
�S
zm 2aa
w
re,
'NIW
SHEET 1 OF 3 SHEETS
APPROVED FOR PUBUCATION
LEAD -IN CONDUIT SECTION
z
0
y H
w 0
w
JUNCTION BOX PLACEMENT
SEE NOTE S
0 •0
,N - • O v C
m� . m m la a� . 3 0 am
o
U
c N c m 1 iL -c j NC y am o w o j 8 Q e 4> Q a e go m .c ac 8 ag E Z1 F w L_ C _ E 2 O
• h 1@ > -y O N 0
F � ' P.-1 O { N
s
m y g p
§E 0 a N gE= Eo3 cilf m g
amm ii 74"f 3 al E mi 3� l f ct
3;10 2E N c l N Ca m ` b Vg mN
-SYMil 40 IWT1111V670 31.5.10.1.
U.0 S1 HOUV l9.1tl03W.10WIV PN1■33410,133IY
uo3w.10001sui AVYWKI ruw
30.42 wMIINIMIVNi+Dr3WflrsO
SON
H O
.J 9
W
a 19
d w
p Z
O g^
LL
Zd O
O 12
F /
ci
Z
DETAIL "A"
NIW .8
SPLICE DETAIL
-il/A
kricyd
= w
5
z
0
O
2
0
0
0 W
Z
2
0
Oz 1-
- x 7
zm Z
a-
1 o
p cp3 W U
- W m 0
pJ a z <
Fr Luce w
w 3
Aga 0
�j N
wga.
N om
x SO N
N
Ow0
qts
U ',fog
E Op
U g
w
Vl
APPROVED FOR PUBUCATION
Pasco Bakotich III
DETAIL "B"
4/1■0•00190MAIIN44104/Xt• WAWA,
1.21.1 40 NEMIII.909.018 17010101..1.1.0'1,4
INDUCTION LOOP DETAILS
STANDARD PLAN J- 50.15.00
SHEET 3 OF 3 SHEETS
APPROVED FOR PUBLICATION
B
|!
|
�
,
} ||
CO
o
▪ ;f
O.
40
STUBOUT CONDUIT PLACEMENT DETAILS
-J
B
§c
`
0
7
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
(is-2g
o g m
U OZ 60 E
ts m E
8=r'E
8'��
.6000
2182z
rnm ZS qq 0
mm
Eo5w
aC.o
N N
W
C1,7 )U.1
m
w pN
PI
ztnw Q �
Zw ZW
80 oz
O
WI-
iw
)-
t0 z
1
0
O
0
z =
50)
d O
460
4
z
1-
z
O
EE
o
3
•
O
u avwnna-
it D 33s)
N
Z
O ❑ OF °
O UZ Z 2
U 3 OJr I 1
LL ~ Z x Z P m mOo o U
^
❑ V6.
0. ;6§"is f O0 z O a a'� U ~ W yy ck Q Il om t J am O)- O i ~ U a t Q ap=5r > LL p 0 °z a z 0 ? �r0 mi ° v�-i 0 7 w O z
00 = NQWO mmo
O 2R (1,2 n❑ 8 m w.1 J J a w LL
sce
" ® 0 ® 0 0 000000
J
Oj 2� pa p= z x m U
I-W 600 ,(1110—, wZ o i Z m cai'a 1 60 0-
2
y U a 00
W w N K
as
Z d L°'2 U
J Z 0
Q (7 Z U m'� U' to 0 N 3
c.:11
U U H �I1-Z 2 O
a w waa� w F
a U2Q� )Zmr� ? j
O OZ 02 Z p m
to o >a0
cJ7 l `
a$y w N z ona,� brn LLrn0 Z Ox� U w
O mO 60 w
N U
0 LL O z0-0
W z O z a 2 0
00aO O W O 88,0
0000 0000 00
AA
K
U
a60
00
min-lAn VC!, :A{7 NMVHn
ZS
o ci
o
min-lAn VC!, :A{7 NMVHn
1-
z
w
cc
w
w
U
SS
OW
LLN
STANDARD PLAN J- 60.05 -01
SHEET 2 OF 3 SHEETS
,712g
WO<
2
Dzu
J tc%
O0•
OZt
zog
1g
f
030
WOZ
Fit
z
W0,9
GOOD
��iog
Zf..W0
>>OmZ
(UQs
EggOg
OcipMn
mo
0
tri52
OdO3AO ` SI1 4.13 NMY210
0
N J t 2
mo-
00-0&
WEtt
—
Wok
pooR-
O
—
I—
w
w
x
co
z co
0 Ljj<
w re
w 0
u) w
0
OHOJA9 vsn AB NMV80
RIGID PVC CONDUIT (PVC) APPLICATION
SERVICE GR
N
m
OI
z
z
g6
gm
CI
z
II 11/111111 s Y IKi!
mumumassammomemmomma EMU
•
.. 111111M N.. ■H.�
■�■y�■NBy. HuW.
r...p■■p
immanell .rS..::u
N .
win ■■ ■
■N■
mIl
40,
ENO
.Hs
1
m.■.N:u :uu ::w:
......N.........■■.■
ME NM MMMMM IONE IMO NM 111100 UM
: u: u.■....:.■ ..,u. .. *.0
■ .H . ■.H ..H.. .q.■H■
014 MU.
MVrn* 1111141111 • In NUM,. !
z
w
z
KEY NOTES
Bike Rider Symbol.
0 e e
APPENDIX C
FEDERAL WAY STANDARD DETAILS
•
•
•
—
•
•
• •
•
•
•
•
• Z
.Z• .
• •
AVM AIaa
ao
olVIVI 9680
W
O
t7
q <
ZW 20
O
iTno
zZ Ox
aw *�
W (urn \®
_ - Alk
I I
I I
I I
I I
I I
0
N W
F--1 r< w = - a
z z(n O
Oo Z �''�
Z - Z
Oa OHW w ° oQ
O m
N U < _ OOZ J W W o W Z W Q Z 0~a =<
0< w
0 0 0 0 0 0 w M N W o w
W W 0 H O (/)M MI-
IX/-:
c,0t.7 ,xUO = U Q OZ w W
az- a?ww p3� X-
0 a
n 0m <
0 O< aoNN r CYO- - ao
\< ,t H< m�<n >j �m
M J (•7W <M JOe a' rn
lL� W d0 <00 UH L-
OtL OOZZ 20 ZZ 011- Li
WO <C11 cn ZOW ZSfn 0 LII Y<D I ~ ZOI
t-J(n
(nn F7N 1-JZ ' J0
i J
� < < o W O 7w �� ?� D= w 0W (—
RBI- O WO � 7
z,_ 00
WO W
xi- pa 0
Z Z O Z ~ N Z
O d U (ZZ on-OE Z< O
a
W ,,...0-1-2 O W
J ZN U w
0
zJ z 0 _ ~; O �_O J= 0J— nnz z
z = — ZJ cc = 0 m< W
o n O w — to w
W J< w J Y ZZ ' Y Z 0 W J Z
— N W
cii g5 vi z�3�� x =3ri owz zE0
•<0 a�wWa w�w� HOa <rw- -�
O <O <o J W <0)- <U QO
Z Md tVM(nZO MMC /50 4mw om<
THE REQUIREMENTS
O
H
0
z
0
0
J
J
2
J
E''
W m
Z
o-
Z ▪ Q)
O 0
•�
w
(o 0
7. MONOLITHIC POURS OF CURB AND SIDEWALK ARE NOT ALLOWED.
CC
W
D 1-
0 Z
0
10
ar < Q o z
v =Zr7 ZYa,
W 0N0 Q W-.
}} 15
a
t c' WOt>
b
cc(7)_1 H N
a w
O w U O
Ma 0wo Ow <z
N 0 J m
Z )yj J J lY W
• OW W
' Li U(
W 33 m n
O
r
0 nH ♦`
o -�O
UJ
w
=_
= O tr
ow
w NO
o ww
Ow
O 0
O ix
m M F-
1 /4" 'V'- GROOVE
0
m
Z Y
Z
O
O On
Z O W
O<<0
Z Z
dm
0 W
W O VW)
1
•
LL
Oa
Q
0
N
Ce
wZ
Z
w
in a
1-
Z=
0 (/}
LL
o
0 j
aw
-
J U)
Q
W <
0
1 I/2"R
L
mmimm.
• • . OYP) _
1-23/4R 2.-0"
10"
I(TYP)
51".
_ .
3/8 -
(TYP) _
r4"(rIT) L
.02 FT./FT.•
1
L-5"----1--12 1 1
—5"
• TO CONFORM TO CROWN
2" --------A OR 11%"---1 SLOPE OR 0.02 FT./FT.
SECTION ELEVATION MOUNTABLE CEMENT CONCRETE CURB3
.--"-----•
411 .- lo
F-H 0.02 FT:PANSION JOINT
FT.
---..— —
-...: , . .
C•4
..", '''' 1.;:.**•,:.:1"•-•••■!*:•-• ...
4c) CEMENT CONCRETE
SIDEWALX
...„.„..„.„. ...",..„
2" CRUSHED SURFACING
TOP COURSE (CSTC)
ISOMETRIC
* NOTE: TOP OF UP AT DRIVEWAYS.
TYPE 'C' BLOCK TRAFFIC CURB NEW CEMENT CONCRETE CURB & GUTTER
5 1/2" R = 1/2"
NOTES:
aD •••... : • Ai,
1. SEE DWG. 3-3 FOR JOINT REQUIREMENTS. PAVEMENT
2. ROLL GUTTER TO MATCH POSMVE SUPERELEVAT1ON.
2*.- ...-: .4
3. TO BE USED ONLY AS APPROVED BY THE PUBUC WORKS DEPT. . — . 4, • e,
TOP OF CURB •*, ...:::.;•••.:-.
AT APPROACH - s*:-•••-•'•:•.:
.t.! ;I. ,
1
CEMENT CONCRETE BARRIER CURB
REV: FEB 2011
CEMENT CONCRETE CURB
t:
0
EXTRUDED ASPHALT
1
REPLACEMENT
IN PRIVATE PARKING AREAS ONLY
.ki
CO
X
D
0
CEMENT CONC
a
CO
0
_1
>
0
w
Lu
w
5
0
w
ce
_J
- 0
Ct
I- LI_
Z
LLJ
N
LIJ •-
0
OLL
a_
LJ M
C3C D
CO
X Z
D --
C_)
CD <
Z I-
F= -I
<
V)
r-, 1
><Q
(/) 1.1 0
ILI <
I-
0 . IJ
Z ,-0
FACE OF GUTTER.
EXTRUDED CEMENT CONCRETE CURB
FOR USE IN PUBLIC RIGHT OF WAY
APRIL 2012
ci
z<
(.6 I
0,)
0
1--
z
w
2
w
O °3
< W
_i n
0- 0
LL1 in
Ce w
W 0
LL1 n
1- CL
I- I-
D
C9 W
0 CI
Z Z
< <
CO
ce
0
SEE CURB DETAIL DRAWING 3 -4
Z
}
tr
Z
w
LA
LA
z
0
w O
� F
cc 0
0 v)
Z
Q'
o0
w�
m
w
Z�
J o
I-
Z
3 U3
V))w
J 0
Q I- F
CC 0 w 0 w
Li
WI
M 0
0? 0 tJ/
z
o o
CC ww Q
W • CO ix t
J O
Q Q
J H ? M
ID <t
▪ Nco 3 o
z
CEMENT CONCRETE DRIVEWAY 6' THICK
z
O
FEBRUARY 2014
U to
J Y
M
M O
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
§
\
ce
SEE CURB DETAIL DRAWING 3 -4
G
ow
p
0 /z
( \o } 0W
\ \ §1I} E$
z ze <LJE � �V.
§ «o.y� /o
/ Ezn=� 0 00
)) 0§§�� E�
>/ $)�6'/ 0
0 0 & «_
0o ( °{C\ / /k
E §[ \§$ <0
CC\ § \2kc 2 #¥
}/ ¥L22§ 0 )B
\\ $ § / \( Kj
x== uu
H 0 ) =)2% 2 §§
op _L-- -
UJJ •uu
70 H / \ 00 cr- B {¥\ m 00
3LJ «0X 0 §}
0cz0W z 00
z
DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15' OR GREATER.
0
LENGTH OF RAMP SHALL VARY AS NEEDED TO MEET ADA SLOPE REQUIREMENTS.
• W ¥ a
CEMENT CONCRETE DRIVEWAY 8' THICK•
EXPANSION JO
• BASED ON TYPE OF EXPECTED VEHICLE USE
SECTION A -A
FEBRUARY 2014
COMMERCIAL CURB AND GUTTER SECTION DRIVEWAY
N
E
>
PLANTER STRIP
AS REQUIRED
Y
N
La
K
>
SEE FEDERAL WAY STANDARD FOR SIDEWALK SPACING, EXPANSION JOINTS,
CONCRETE THROUGH DRIVEWAY SECTIONS.
2
0
z
CO
Z
4
2
1—
w
tx
0
m
w
1-
a
w
0
1-
0
z
J
-J
a
2
V)
w=
p 0
a Z
CY -
w
0
CI Z
w a
F- 2
2F-
0
a w
i
1_ 0
(r)c
0 cc
0 j
0 -
0
Z
Z cao a J
0 1 J
N M � 2
Y 3v,
0
•■
Zc 0I-
< 1 w Z
Y W
F- w w Z
Z a 2 CD
p0 0
-,0 Za
ix w =°
,;; °Q N <
I-
0 .
Z,— N M 4
WSDOT SPEC. 8 -14.
CONCRETE SHALL BE CLASS 3000,
REV. MAR 2011
z
0
H
0
w
cn
—J
Q
w
0
in
O Y
J W
m0
a3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
r
Q
N
cl
2
cr
r
'
r
r
r
'
W
m w O Q J H 0 Z_ Z
= Q CO 6 _ IX 6 ins = O J U
O E
L D� �~ O 0 U)w0 W Ow Q ULI]Q wI-1v) CL vi 0 W
QgU)Z z O. ZW m 0 F- 0 1 N
WCL a_W i �r Oc Z0 m W1- LL W~W Iii
CC U w� O W O W N
Q =mm 0 �� 0 J z �z w
ZWwJ W va ,�� DQ = �N O �O w
OU _IQ= z OWz m� _z� O�w O�w IY
Z =0U) D W W J O mwD g Q = Q�� J Cr
Z m - I- D D o_
���U 1 C Q0 D<0 o� o Z
1- 0Z F-O �U) �W 0Q UJN W NNW
0 W
�DZ� §Q Qz J U w Q CL
EE 2w cn0 WW DW H. OWF- U Z
U) Z}m}--Q� Z� �w 0U mm0 U) U)f- H m1-H m_
IW- OF- >� n �W �° >- LA H �w� �w� 0 W
w C (n - cn O u, O
0 H-0 I F-U Qm NQ WDm O Q WO- WDm O
_J ZU)WO _jU) _jw mJ wcpcp 0 W00 ai0U 0 0 I
W °i�J Qg QU i- �I_y_ 0- �U)Z_ V) s' w m
'
_
Z QQ z F- cFE w D U DU W
a e W .W W Cr I- 1- W Q Q
0 •-- CO F- Q N CO r7 d- 4 < to U U U) cfl 1--: (Li a0 (n W
1
1
1
LOW LII
DTE 6
4" YEL
SEE N(
-4" WI-
4" YELI
SEE NC
C
1
1
1 1 1 J 1 1
1
r
\ITER LI
n'
RPM
VEL)
(YEL)
'M (Tyr
7
r
'
'
L
Li
0
.a.
....
=
_
w
v
b
u
--
N7
r
Z
M
Y
Q
2
1-
z
w
w
a
0)
6
6
z 00
3 or)
0
RAISED PAVEMENT MARKERS
0 (/)
J
n] IY
0
P
1
a
i'
A
vq
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1W % 4"
1 I <1> 1 I
\ \ % 4"
< Lv
/EE NOTE 6
_8" WHITE LINE
SEE NOTE 6
Z
J
Q
LANE LINE (LL)
10' _ 15' 15'
8\_4" WH
SEE N
N 0
W Z
a LJ
N
\
J
NN
W
Z
Z
W
�,
W
W W
j
N
cJ
`��
-
_
W
J
CL
-
0
N
W W
LJ
a
I-
W
Z N
n, 4 N O
W
1 d W
W
n
0
c
(n
6
z 00
3 or)
0
RAISED PAVEMENT MARKERS
0 (/)
J
n] IY
0
P
1
a
i'
A
vq
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Lane width
m
J
w
0
END TWO -WAY LEFT TURN LANE
OUOI
40' RPM spacing
J_
Q
W
0
Rev. NOV 2014
RAISED PAVEMENT MARKERS
w
0
z
See Table 3
m
o
A2 t
o
°a
m~
0
3
a) o
o T
0. J
_o o 8 c
ar
x 0
L
0)
a)
4)
a
v
N N
a a.)
0
a • 0)
NW
O I " )
✓ o
L i
>
O 0 6
o
9,
• m
a0
c
a9,
0
3
L
O
O
a
a
3
3
3
{
0 v
a
m
0
L E 0
• E k
O c c
Eco)
o ▪ Ea
= - 6
N 0
c
O -0
0 a)
CD
a a 0 • O
v, .-
Cci
CD 0 'p
0 'N
a a
O 0
z
3
0)
_a • a)
O 0
a)�
• O
Z.
N O
Oz
aoi;
N Q
Taper length = T, x taper rate
o
� a)
• D-
E c
CD
E c
o O
0 a• 00
-0
„O; v c
re g0
U
LEFT TURN LANE
•E r)
0 O
z
O
o ap
O O D N
Z D
- 0
N o a
• 3
Ot
O
+1
8
a)
.0
•0
0
J
Two -way left turn lane, see Dwg. No 3 -18
TWO -WAY LEFT TURN LANE
LEFT TURN LANE
U
pcp E 0
0.-
O O Z
O Z a 0 a) u
•
a)
ocl
n3
y O
N
TWO -WAY LEFT TURN LANE
O O
a
L a) a) w
c O c O c
0 0 N O v
E E u
mcwt m +
c�1 �0w 0�
Ol O O'p +
of O aO a
2 o L a a) � +
a at0-p0O
ao - c•- c
<0303 o,2, --
4 4 4 44
ALE 3 1
- L E
CL 0) E
Z N�
Ll tp o
N. O u c'1 c -
TABI
0 U
0 a)
d
dta
L L L L L L L
aa Cl. aaaa
EppE E E EpOE E
Ul U) VV M c+)N
ALE 2
r) a)
..............
TABI
-FEL
O
o
o Si-
�h
•0 17
0m
on
L L L L L L L
0.0.0.0.0.0.0.
EEEEEEE
d N
hU
co c MN
z O
d
o M
PAVEMENT MARKING - TURN LANE
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
r) a)
..............
TABI
-FEL
O
o
o Si-
�h
L L L L L L
a a a a a a a
EEEEEEE
pp:? 'non
N�nvg�f7N
z O
d
o M
PAVEMENT MARKING - TURN LANE
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
0
-°
CD Cr) O
i ▪ cn c >,
Q) O =
U CD -D
• 0
U • c
a
0 E
c
c
(ll
U
If
ir)
W
Z
J
0
0
CO
CROSSWALK
WSDOT STANDARD PLAN M -24.40
w
w
N
u)
0
z
V)
N
M
J
N
M
ARROWS TYPE 1S, 2SL, 2SR,
0
L
fi
1-
H
"SHARKS TOOTH" YIELD LINE SYMBOL - SEE WSDOT STANDARD PLAN M -24.60
HANDICAPPED PARKING STALL SYMBOL - SEE WSDOT STANDARD PLAN M -24.60
BIKE LANE SYMBOL - SEE WSDOT STANDARD PLAN M -9.50
PREFERENTIAL LANE SYMBOL - SEE WSDOT STANDARD PLAN M -7.50
Rev. NOV 2014
MISCELLANEOUS PAVEMENT MARKINGS
0
0
/ \
0
}
\
:16
■
3 . &b #o
o §) Mr ow
/ 7 /§f .'F 1- o
u. o 6 } //§ \L\ <0
0 / 0i- I° Om
O 2§»f/ °g/ -
5m em
m owon §n$ §e
\ ® 0,, #§
m • w bm\}� 0 W jm
5 § k
k� / TO-z \} o0
e5 bzo
ifiW m <o_ «° #E
b 2 S m0- a@ TA 3w)o\� ° J /' W0 2 6G6 3$ o / &g
3/64'
DETAIL OF GROOVE
$250 FINE FOR 1/4' LETTERS
FOR DISTURBING n
1/8' DIAM.
1.11/2 L 11/2. �Ji /4'L
TS A343 J
61) BM A1362 ��
MO
NOTE:
ONLY THE ASSIGNED DETAIL OF GROOVE
IDENTIFICATION NUMBERS FOR 3/16' LETTERS AND LJNES
ARE TO APPEAR ON THE
BRASS DISC. DI AAI
/ F
.9/1
1
�
.L
n,
_«
:f
BRASS DISC
OFF - ROADWAY SURVEY MONUMENT
4/2" O.D. ALUM. TUBE
188" WALL ALLOY
6063 —T6 SATIN
GROUND FINISH
4Y2" O.D.
2" N.P.S.
SLIPFITTER
N
N
oci
ro
r7
GI)
c
3
v
v L
a)
a)
0
w
0
z
1-
z
D
0
M
ti
6' -10" Tess than
4)i" O.D.
L. (2)— 1/2" 13 N.C.
STAINLESS STEEL
THRU— 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 '100 MPH
ISOTACH / 130 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 1 1 " TO 12"
BOLT CIRCLE.
5. (4) 1"— 8 NC STEEL ANCHOR BOLTS ASTM 2" 11Y2" DIA.
A 576, AISI GRADE 1021 -1046, 50,000
PSI = MIN. YIELD MEAN DIA. OF ROD
STOCK 0.908 ± .01 1 ", OUT OF ROUND
TOLERANCE : ± 0.012" ROLLED OR CUT
THREADS PER A307, CLASS 2A, TOP 10
GALVANIZED PER ASTM A153, COMPLETE 8 — #7 REBAR AND
WITH (8) '1" 8NC GALVANIZED STEEL HEX #4 HOOP REBAR
NUTS & (8) 1" GALVANIZED STEEL FLAT 1'-0" CENTERS
WASHERS.
HANDHOLE (4" X 6" NOMINAL)
NON —FLUSH TYPE, COMPLETE
WITH REINFORCING FRAME ALLOY
356 —T6, COVER AND S.S.
HEX HD. SCREWS
11Y"
4
— 13 NC S.S.
OLT W/ S.S.
SPLIT WASHER
AND S.S. FLAT
WASHER
SECTION THRU HANDHOLE
2" SCH. 40
PVC CONDUIT
1Y"
2
BOLT CIRCLE
eY "
a
4"
CLASS 5 (1)) PORTLAND CEMENT
CONCRETE (3000 psi ). 3'x 3' SQUARE
OR 3' DIAMETER BASE.
JULY 2014
Mat] �D Way Way � PUBLIC WORKS
LUMINAIRE POLE
DWG. NO.
3 -39
LUMINAIRE BASE LOCATION DETAIL
FOR 6' PLANTER STRIP FOR 4' PLANTER STRIP
H 8' SIDEWALK' PLANTER-
PLAN
SIDEWALK4PLANTER31
UNLESS SPECIFIED, BASE
FOUNDATION CAN BE EITHER
3' DIAMETER OR 3' SQUARE.
(CONC. PAD NOT SHOWN FOR CLARITY)
TOP OF PAD TO BE
FLUSH WITH SIDEWALK
SECTION
GROUT UNDER
POLE BASE FLANGE
PLAN
ri i II I•11ssarrAssau,
SECTION
LUMINAIRE BASE AND J -BOX CONCRETE PAD ENCASEMENT DETAIL
FOR 6' PLANTER STRIP
(STREET LIGHT IN FRONT OF SIDEWALK)
FOR 4' PLANTER STRIP
(STREET LIGHT BEHIND SIDEWALK)
12' iMIN.
CONCRETE PAD
FINISH
DETAIL 3 -3
*'STREET LIGHT
• .'OLE BASE �'.• e' .
FULL DEPTH
ADPANPION JOIN'[
•
12 MIN.
6" MIN.
Box,
•
W V• W
W W i
W W W
W i W
i
W W
z
MQ
W i W U
W 4. W
W i i
APRIL 2013
PUBLIC
ra Way WORKS
STREET LIGHT POLE BASE PLACEMENT
AND CONCRETE PAD AROUND
J -BOXES AND POLE BASES
DWG. NO.
3 -39A I
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
6"
1
.'.
X
X
X
X
Y
Y
-
A
A
z
z
B
B
/1
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
p� PUBLIC
00 ay WORKS
LUMINAIRE POLE NUMBERING
DWG. NO.
3 -39B
LUMINAIRE POLE
0
W
W
W
z
w
2E
w
0
CL
W
J
0
m
0
W
w
w o
O W z _
0(/)u W
2E I I a i
W Q Q b]
U O) (n D
W (2(C1N
V) (i_ O W •-•
]elIVNIwm
01
w
J
0
0
Z
_
w
mw
OZ
CLJ
W W
Qmm\
0 0 Cn
Q � �
- Z 2
0 X
cL
00
m
D lL
0
J
D
Q H
X w
Om m 0
Q CO m
w
o1-1-1w1_
U m 0 w
Z ZJ
DO OM
- H U Q
W
IGha IrCUW V,V AWriMNA.ArAmm∎
GROUND LUG
Z
O_
W f J •
w CL
0z =W
LJ m p U
>oozo�oO
zz0_ ct
W 0 0H o <
O H- LO Ey
I 00 O
W-J W �I-
0 < Lo uJ
m U Q 3 m
W
0
tztti
CO
U
STREET LIGHT OR SIGNAL
O lL
ZOIX
0 Li—
0
�Q�
000
W
0 I 0
Z 0
w�
CO
-IUJX1O
O N O m 1=
Q m(n Y
Z '- >) IX V)
J w
—1Z-1-0=a-00
U)
X1— 1--(r)O H
CD 00 OYU =Z
m 0 Z < ~
ZO wZ WQ
O 0 w w< 0 0
U�w��� Nw
Z W
cn >
w
o (
O
W H-
J �
0
O Z
W 0
= U
U
(n
>
N
ct
00
z 0
Z
00
U
G W
0 0
WW
O
z�
QQ
I0
(n =
W U
Q Q
m
0
laadv
3M EPDXY SPLICE KIT
TO STREET LIGHT
TO STREET LIGHT
Z
(n
CO
U
m
0
Z
W
CO
EDJ
J
w
en
N
Wm
LL
2
v)
Et
Li]
z
OC
0
U
W
O
0
0
(n
0
J
W
CD
z
0
J
LID TO BE WELDED SHUT AFTER FINAL INSPECTION W/2
F-
0
Z
UNIFORM LUMINAIRE WIRING DETAIL
O Y
m0
a3
0
w
LLQJ
Li
vq
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
POSTED
SPEED (MPH)
*
S1(FT)
*
S2(FT)
25
-
105
30
-
140
35
-
185
40
115
230
45
155
285
50
195
340
* ADVANCE LOOPS ARE NOT
REQUIRED FOR TURNING LANES
& MINOR THROUGH LANES
DETECTOR LEAD INS
3A
3B
2A
r
2B
1A
TO INTERMEDIATE LOOP
TO ADVANCE LOOP
'- N
SERIES CONNECTED
LOOP 1 -2
COUNT DETECTOR LOOP 3
(DRAWING NOT TO SCALE)
NOTES:
1. USE XYZ LOOP NUMBERING
SCHEMATIC, WHERE:
X IS THE PHASE #
Y IS LANE # FROM INSIDE
Z IS LOOP # FROM STOPBAR
2. USE 3' X 25' LOOP FOR BIKE
LANES
3. PHASE 2 IS ALWAYS
NORTHBOUND THRU DIRECTION
4. ALL LOOPS SHALL BE CIRCULAR
STOP LINE
REV MAR 2011
agar
Fe d
PUBLIC
and Way WORKS
SIGNAL LOOP SCHEMATIC
DWG. NO.
3-44
F
2'41- I.--
4
16"
UL LISTED PER STANDARD #503
SUITABLE FOR MR 69 SOIT1Q EFTRANtE TQIJIPYQR
MEETS EUSERC/PSE SPEC.
ALL CONDUIT TO CLEAR
TOWER CENTER BRACE OF
CABINET BY 1/2" MIN.
80° MAX SEE NOTE 5
PEDESTAL - HEIGHT
AS NECESSARY SO
AS NOT TO EXCEED 4 HOOPS
80° MAX. TO TOP ,w j4 BAR EACH CORNER
OF CABINET )
1° to 2° (SEE NOTE 2)
SHIM TO PLUMB
ANCHOR BOLTS & DATA FOR
SPACING TO BE SUPPUED
BY CABINET MANUFACTURER
OMETERBASE: 100 AMP, 4 JAW, AW •114TB, SAFETY SOCKET TYPE, 5TH JAW AT 9:00 POSIRON
(CONTRACTOR TO VERIFY WITH SERVING UTILITY)
OPANELBOARD: 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
NOTE ADDITIONAL BREAKERS MAY BE NECESSARY
OCONTACTOR: UGHTING RATED, 2 POLE, 120 VAC COIL 3- REQUIRED
® PHOTO -CELL BYPASS SWITCH, SPST, 15 AMP, 277 VAC
OGROUND 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 (UFT -OFF TYPE)
STAINLESS STEEL VAULT HANDLES, PADLOCKABLE METER DOOR
BEST CX LOCK ON DISTRIBUTION DOOR
POUSHED WIRE GLASS WINDOW IN METER DOOR
CLOSED CELL NEOPRENE GASKET, CARD HOLDER
FINISH: BARE ALUMINUM (MILL FINISH) OUTSIDE, WHITE INSIDE
L
LILT
BASE DETAIL
3/8" DIAMETER PLASTIC
DRAIN HOLE
El 6" I- 20 "- 1- 1'8 " -1
INSTALL ONE SPARE
2° CONDUIT AND CAP;
OTHERS AS REQUIRED.
14 BAR EACH
CORNER
LOCATE CONDUITS SO AS
TO CLEAR BOTTOM FLANGE
OF CABINET.
2" UNDERGROUND SERVICE ENTRANCE
CONDUIT TO BE LOCATED IN CORNER
(WITHIN 4" X 4" SPACE)
120/240 VAC
r 3W
WIRING DIAGRAM
CABINET FOUNDATION NOTES
1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE
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 TO ASSURE PROPER FTT 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
5. PLACE SIUCONE SEAL BETWEEN THE CABINET FOUNDATION AND THE
CABINET.
OTHER
ORIENT FACE OF CABINET TOWARDS PUBLIC ROADWAY.
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 SERVICE CABINET, SIGNAL CABINET, AND /OR
UPS /BBS AUXILIARY CABINET ARE INSTALLED NEXT
TO EACH OTHER, SEE DEVELOPMENT STANDARDS
DETAIL DRAWING NUMBER 3 -45C.
REV. NOV 2012
p�� PUBLIC
1 V 539 WORKS
STREET LIGHT SERVICE CABINET
DWG. NO.
3-45
1
UPS
RECEPTACLE
CYLINDER
LOCK
FRONT VIEW RIGHT SIDE
UPSJ BBS MAIN CABINET DETAIL
46'
FRONT VIEW
10.75'
■
CYLINDER
LOCK
■
■
46'
RIGHT SIDE
UPS /BBS AUXILIARY CABINET DETAIL
UPS /BBS 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
ANCHOR BOLTS & DATA FOR
SPACING TO BE SUPPLIED
BY CABINET MANUFACTURER
#4 BAR EACH CORNER
1" to 2"
SEE NOTE 2.
2" DIAMETER CONDUIT PROVIDING
PATHWAYS BETWEEN UPS /BBS CABINETS.
CONDUIT BENDS PER NEC.
3/8" DIAMETER PLASTIC
DRAIN HOLE
BASE DETAIL
NTS
L-I s "r— 16" —I 9 "r
6"
r
20"
6"
INSTALL ONE SPARE
2" CONDUIT AND CAP;
OTHERS AS REQUIRED.
#4 HOOPS
#4 BAR EACH
CORNER
LOCATE CONDUITS
PER CABINET MANUFACTURERS
RECOMMENDATION
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 RECOMMENDATIONS 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 A SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE
BOTTOM OF THE CABINET.
6. PLACE A SILICONE SEAL BETWEEN THE MAIN CABINET AND THE
AUXILIARY 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.
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
UNINTERRUPTABLE POWER SUPPLY
BATTERY BACKUP SYSTEM
(UPS /BBS) CABINETS
DWG. NO.
3-45A
8 —Penny Duplex nails
4" x 4" Post
NOTES:
Marking nail
same side as cleat
10"
30"
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
28"
30"
(2) 0.156" 0 NAIL HOLES
POST — (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
an CO
Fed
�/�p PUBLIC
rag ay WORKS
SIGN POST
DWG. NO.
3 -51
Z�
Q
gw
w
~ O N M *t LI t0 I� aJ Oi O
z
V>
aZ0 a
x0� N
LZ6 m Z w
W =V 2W' JO co O X: O '2)F
()ow 3�Jm w °YOZ o �� U 0z0
Z a w Q m m V) W O W a W N
�oO 7ZUW Q 0I-L 0 Z ~ �w„ ON�wa'
O a 3Wm3 VI 0-1- I-- O Vl0 O Me ZxawZ
z0Q �?� 3n /- <N o� N� w ~za~
N� m00 a' 3aJY Ow V)= < mwOO�N
00< W N a N U W<0 W Z *H V W W H O
FJ3 ZN3NN WQNZ� NY W a)') Q ow
a
00� �OW�y OV V) zYH W� a WW V)Q V(/)w
1-00 wli _1O� 0 �Qm OWZ NJ z> Z H1_ 0V) a Z°
zoo ~ °3mY 0 U Lfli)J�1- wQ O� 0 WZ QZV) 00, 000 z a QzW J3 0 w O KKm0mz
m��aw�o zj m =�D of QO ~ ox z�i�Q=
V) } W Q co W J
J 0, z Q Q U Q Q -IOW d 7 =O m U 0 N W 0W2-
3 WZ
=�0 J m g O mpa03 �x �Z w;,., xO Qaw F-
cn -w mQ �a 0 YJU OF OY 2 ~1 aoOWli
V)p0 FV'QQW W w a0�-` aU Ox• aN ZW �'' cV)Qo
WZ� m ap V) Z° o V O W om zai-w Z_
<,X N U a 0 0 W O m F z YW O Z N O w ▪ MX (7,W D Y
m¢O Z�0JZ WN Ln 0 OOa 0 aZ a- momum
UaO QZQ Qa aJ aao 00N >0 U Z 1- x =z1
Q�J V)gw02 _in �Zw�W Za Oa wa WO Q ~wao
000- <U0-0U) <0 a00-a] y0 a 0 a Q o a z
INSTALLED WITH FLANGE DOWN
w
m
mw
W N
a
co
o
Z
Q �
w<
m0
wo
6" RISER SECTION
uJ
W
O
m
N
z
x
w
O
w
o-'
Z3
J Z
_<
0 m
Y z
00
m U
Mu_
00
a W
W0
CT W
W Q
O U
ww
0 w
0>
6
2
1 #3 BAR HOOP
2 #3 BAR HOOPS
O
J Y
mce
O
a3
0
O
a vi
zz o0 am
N W I.
33� W UO N L. Z U Z J 0
0- a Z WO O o Z? 3 M
?wvai °wx< 0° o_opz w 3 vwi awo o mDI
aaNO ooNm J orQ.w a °a w o �w o w o3
�W°d w?�� vazi 0 < - 0 �zz ov=i �� awiv�i Lg zz
ZOQ Qm¢ w °� a �Q �� w�KQO w a
-0° mw °aw U 3QQU aW 3� WO mWOO NO 3 a NU
H4W1 33 zo oa�Z Y No aw -J <0Q o o cY�a
J aN VI H (n a Q UW W U
7j� �pp� 0 N =?YQ WU OM WW M..- OW J w mW
O~ WW9^ U ZJmW N� NQ i_w QQWZa H a0
z.- y Q3N a �0_1 WQ -a OZ a' ON w - - U z0
U 16 QZJ J3 �� J of m2 W ° OW
diW as - Z m 0 2Z (,) wa co"-1 Q Q m W P
m ^F JQln�� -0w N SQ OW °= Q�OQ= } N WQ
m QZ� =~ IN- JYa_ J m VIN UWSC Q Z wo
-, 0 m Q m Q Y U Z a 3 S= m m H qa MCL
NOW W WO O Z W
Q U Ua } }
Z Z w j a Y p Y Q O D O U ZO N Z i Z O W °w
N U QZ 00 mN-0D vl N� as NZWOY ° ~ EEL,
�o ado 0 zg (�(��o�°o oa 00 aw ��w 'o al(, - WO W�
S V) ZOO(� W DUI QY� °a Y YY Ha S(fl 0 WQ 01 ON
OMZ Qa' QU U0ci5c U 00 OM
�Z U l!] W2
O-N. ma J
WO 0 O� 00 w° r OFZ R
UUa <wWI -a <0 aYOam Y0 ZZ �¢ 03 z LSO Mm °w�
N r7 4 N rD r rD QI O
RISER SECTION
6' REDUCING SECTION
#3 BAR EACH WAY
i
N
z
0
2
#3 BAR EACH SIDE
JULY 2014
O
N
N
J
m
o
a3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
z w
0
,-zN zooQx o 1 0 vi
=N0 w g
wwg_Wo N N �zu, X Y Q 0
3 Q Uoo ao g wo zW ,H o�Z ?(1 0 w o
w ww i w
m 0.
wNM ZWmH 0 O' } JO w`d mQ mW 1 0W H
Zwa_ mzJOa CO U —`Om WOmO d' -i00 w= Z Z W
Q U Z dxm. 0 QI-NZ > O Q to
moo w60ww J ooUwti> d O��• (n2Licc Z= 0 J 0
2O J NCO f/� I f-
O� =Upm� t/i0 V ~OQa j�aOm �O�U=1 �Z O 0
z ZQ JZO w~° x��v~i< 0 w0 >a—a Q_ M 0 a
ZZ J�2Z WN _Q Z (fZ4Qw 0 •z WO rj Q U_
D� = o� CYO 33mWUw Jw�Qm• Uv p� <Q0 �`
00<p '"coa_ >WWw ZS p >�m3 =Zm •m m�QO 2SU - fn W
jUQ O> "'~
0 2x2Jw MUU�jm NYMi2 <wg • N
InJ <1 W WW sC
`p
OX-0W Wm Z��~Q N QN m ~�WZ to W J N d'�
N Q w Q w v mQw nJUn�d dwz J0J < Qw
z xZ 0 J x �� zU 2 0 OM
o FQpoLl 0. �0 wcn �3aom� OoJWO wQ cn o zw
0o zx zm cno w a mE Z 0 Qor
WZW 0 Z� Z� mS��Z =z �wQ1 Zn aJN (nN� 0 mm
m< NZm00 00Y O aO0pz QWO¢d 0 Q O Qw
�rnz 0 x <rL QY0I c) om oZa wcn��o �a°� > z ao:
QOM— -,m2w0 pU xoOaIS ~ t0 'z• 2 mom 0 34 QF-
��n Q2Q0Q Qp NZY?Y cOi �'"�mWn act) 0c51= 3 z �� I-0
V700 ?F0.UZ2 UU WY0 U �QW� 3Q ?wW� 0O 0�
N f!)U1p<Z Oa mU7NWY ONm�m� NVWja �0Q m0 -1Z 3O
Q CC OZO • w0 HOJ • J QZmNz WXm -ILL- QU Ww MAW m�tn zcnr,WOO wal. aY=NceZ , ,oz-
(,_ 2��ZC QmZ2 O� R� ��
owz 00_ x UU J _ O Q ._ 0,0 =z wl- Q
F-n1 QZQ QZ J wOJVU' Omwe h001- J�.' Z7 0.W WO
<* 011 2 Z?MM QQ la. WW Y0fnd0o 0<0. <W0 MW WON CI"'
NW 0
~O - N ri a, 1n n m 6 O •
litiAl
z
4 Sno
pEnt
ww LL1
W0:0 O:K¢
a 551556
O W
N U4
o Z 0 <
: 11 •
ink' I
ME
Egggii
Z Z 2 2 Z
5
jpppp0000
O(N000c(0
La Le cE ix
m Z Z Z Z Z
00000
QqEEEEE
4 W W W W W
',WOO O 100
14101.9
,Z t 11-1013H "XVII
0
d
z M
'
CATCH BASIN TYPE 2 (48 ", 54 ", 60 ",72 ", & 96 ")
V) ii 0 00 )- •
��� o ap o ac
L„
• ON mo-
o= W�Q OrZ
m�0 `��°'° �(n 30 m Qo
<0w wo E } w w °z
w� Em oA woo o Z0
poi' wwu�O� �° g wa» ▪ �i�Qw
�3 m?a ° 3WM z Wwm
o N 5° co wiz da m<o ow
NZ w NxW W
�O Z0J �Q O WdM
U Or- Ct_ - ZOO
W
I} Om °Q QO 0<0 0 §00
° ° W O ,- x F O 0 0 z fC z m
Q < J m W X ^ m Ui a m Q
Zk�� o z 77 z W W m° W
, 21..--- -3 (n§ WOw Q -,V8 PW
N ow
w� Q''W� dm m a03 (x!� JKW (�,
m00 \O �n � W Om 1V
HO� ~ <JO Q Jcw a Qaw �
am(n JW QQ TQO 0 Li-w
00.1 (n - < 0 z � c� H •w (n - wp (/( m tl (n
r zW� z ° z (ar5 3 �z z�a
N 0 OI/ �O� <_
La..- oa a aQ °w nm c�c�� z�
zz o
Ww V0w 00 m a?m 000 3Lx F�
oop ra c�z zz > °�- zzdo °�
°0
IN VERY DEEP
aaQ caia�a 10 (n <mm 56 1x16
N ri .p N 1D 1z OD
X
77 1
.9
'NM
.Z /l 6
a
C
Nr
J-
JULY 2014
1-
w
z
0
1—
0
W
1-
V
2
Y
ct
m0
a=. 3
1
1
1
1
1
1
1
1
1
1
1
1
1
vg(
1
1
1
1
1
1
SLAB OPENING MAY BE 24" X 20" OR 24" DIAM.
0 wO } •
LA_ O D U ce
z
SON m <0
OQ , oz
O
0 Lu-
c
W J Ulp,^
Z li a
(no_
0 mm
QUU t >- CID
M Z 3 H W—
Lai Z
OQ�
ZQ 0
.= o U O
00 Z W Z m
F NO w 41 co
Q LL J CO W
Ww� _ Lt
')j
Ul =rew
cJ' %w a gaw cn
Hw
az_w 0Ulm
U�3 ova 9z
aQW Ulm 0 O I
ZUN W= ZZ
Q; O Q F Z U
aim 3o ==cn
N M 4 N
0
>
0
z
m
5
W
w
4
re
W
W
1` U
Q =
Z`�
=
O
Ez
Ct
Q O
m r
8
j
abca
.111.4)
.6
1
1
NE
JULY 2014
co
F
0
Z
V)
co
2
U
H
V
W
a
1-
2
25'
7 7/8' I 1/2' 1 - -- LEVEL PAD 16 - 3/4' X 2 1/4" X 1/8' CEMENT CONCRETE CURB
U �' 1.1111.1111.1.11/111111,_____ .�::: •
A A s.:' _ ..
ac 4. , L_
•�, ," GLITTER __7_ ••� !• CATCH BASIN WALL
• - J:i-,• j ; • "
• 1 `i. •
n
0
— ∎
VERTICAL CURB
2.1.9N EXTRUDED CURB
18' X 24' 9 16' /
( +1/32'. -0' TYP.) \ j%
■ 11.11.0111111111111111111 67 .
I moil —
inv_____1 1 tt A
1
16'x22. OPENING 1 '41
L- _ ,_
17 3/4' X 23 3/4' GUTTER CATCH BASIN WALL
( +1/32', -0' TYP)
25'
SECTION A —A
PI 11111
NOTES:
EXTRUDED CURB
1. DRILL AND TAP FOR, AND PROVIDE, TWO LOCKING BOLTS 5/8";-11 NC STAINLESS
TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) CAP SCR 2' LONG WHEN USED
WITH SCUD COVER (DWG. NO. 4 -7) OR WHEN SPECIFIED BY ENGINEER.
2. FRAME MATERIAL IS CAST IRON PER ASTM A48 CLASS 30.
3. SET FRAME TO GRADE AND CONSTRUCT ROAD AND GUTTER TO BE FLUSH WTTI -1 FRAME.
JULY 2014
0(1
..7_i
mix
n o
13_3
1
1
g
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
J OC
W W
w Vi >
N 0
z N C
QQ O
U M
In 0
LL Z = CO ill
O i Z ' O uj
Ill - J
a.
a �'- 3
r-
0 N
~ 0 Q 0 z Ld
0 m d O
ill W
0 J Z u_ fn
D U� Ofrn
o
M in
M N N Q cc
HC9 �_00 "� ct Q
3Y 3w_I 30
w0 w }a w
O� OF- N N
N
N
W
1- N '
d'
Z
REV MAR 2011
I.I
0
U
-J
[11
V
Z
V
W
-J
0
,Z
SECTION B -B
SECTION C -C
N
0
z
Z
MATERIAL IS CAST IRON ASTM A48 CLASS 30.
FOR VANED GRATE.
0
O
z
0
0
w
w
N
HOOD SHALL BE 3/16" NON -SKID DIAMOND.
PATTERN ON TOP SURFACE
N r�
BOLT, WASHER, AND NUT SHALL BE GALV. OR CORROSION RESISTANT.
SECTION A -A
JULY 2014
0
zoo
THROUGH -CURB INLET FRAME
U (n
_.I Y
m�
O
a3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
6
g
g
R
i13J.1.110 V
B8113 'ONOO
3ouans
ASYMCIV021
m
v
z
SECTION B -B
SECTION A -A
6
LAJI
I-
0
Z
SET TO GRADE AND CONSTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME.
REV MAR 2011
6
z
. (7)
LI '
)
z
0
]
G z ( § CO �a
X 7 n ° , \ } §
) z. m
0
\ an _1
\ �� 0 �\
/§2% % 2z ° 2ƒ
§ g§® z §j Z 0
}§ z�0 �� k §
°3 00 w <0 0 5-
w» 5 °a -J
°° B • §(
>; c�0 D �\ K) Rƒ
3\ = II ©0 §/ m( u) L,-
k §zo %J .. a§ $°
IL B / \§ <0 LO /» <2 �(
*e D��� Mc , ?m (0
w w ¥ a a §
(?
:E6
s¢
e
)
q
AVM 1V213G3.j
2
FOUNDRY NAME
[
2.
LEVELING PAD 1/8" X 3/4" X 2 1/4'
}
z
k�
VANED GRATE (FOR USE IN PUBLIC ROADWAYS)
PROTECTION
3
INSTALLATION
CURB AND GUTTER INSTALLATION
0
N
Y
CL
5Q
0
r
Z
CLW
W
0
Z
0
J
J
0
a_
ce
W
cL
0
H
11 1/16' FROM CENTER
.9 /s
.9 /£
T
N
DRILLED IJFTING HOLE 3
L
or
COVER SKID DESIGN DETAIL
(n
O
z
SECTION A -A
MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80 -55 -06
DRILL THREE 1 INCH HOLES SPACED AT 120' AND 9 1/2" RADIUS.
WAY" SHALL BE OMITTED IF COVER
REV MAR 2011
ROUND LOCKING COVER
U N
J Y
1D
a_ 3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
0
zM
O
FRAME FOR ROUND LOCKING COVER
0 N
J Y
03 IX
O
D
1
1
0
ti
A
vq
CLEANOUT
00
m ce
0
,T_
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
4"
1
12"
L
6"
PROVIDE 1" COVER MIN. (TYP.)
r
•
•
•
•
•
•
•
36"
40"
8" TYP
0
H
(D
#5 HOOP BARS (TYP.)
#5 HOOP BARS (TYP.)
#4 HOOP BARS (TYP.)
APRIL 2015
Way PUBLIC
Grail V ay WORKS
CONVERSION RISER
(CONVERTS RECTANGULAR LID TO ROUND LID)
DWG. NO.
4 -18
APPENDIX D
GEOTECHNICAL REPORT AND BORING LOGS
Geotechnical Engineering Report
Steel Lake Park to Downtown Trail Project
Federal Way, Washington
February 28, 2017
Prepared for
KPG, Inc.
3131 Elliott Avenue, Suite 400
Seattle, Washington
IA LANDAU
ASSOCIATES
130 2nd Avenue South
Edmonds, WA 98020
(425) 778 -0907
Landau Associates
Geotechnical Engineering Report
Steel Lake Park to Downtown Trail Project
Federal Way, Washington
This document was prepared by, or under the direct supervision of, the undersigned, whose seal is
affixed below.
Document prepared by:
Staff EIT
Document reviewed by:
Quality Reviewer
Date: February 28, 2017
Project No.: 326088.010.011
File path: P: \326 \088 \R
Project Coordinator: AGM
can Gertz, EIT
Steven Wright, PE
IALANDAU
ASSOCIATES
Landau Associates
TABLE OF CONTENTS
PAGE
1.0 INTRODUCTION 1 -1
1.1 Project Description 1 -1
1.2 Scope of Services 1 -1
2.0 SITE CONDITIONS 2 -1
2.1 General Geologic Conditions 2 -1
2.2 Surface Conditions 2 -1
2.3 Subsurface Soil Conditions 2 -1
2.4 Existing Pavement Conditions 2 -2
2.5 Groundwater 2 -2
3.0 SEISMIC CONSIDERATIONS 3 -1
4.0 CONCLUSIONS AND RECOMMENDATIONS 4 -1
4.1 Site Preparation and Earthwork 4 -1
4.2 Reuse of Site Soil 4 -1
4.3 Temporary and Permanent Slopes 4 -2
4.4 Wet Weather Earthwork Considerations 4 -2
4.5 Pavement Subgrade Preparation 4 -3
4.6 Fill Placement and Compaction 4 -3
4.7 Structural Earth Walls 4 -4
4.7.1 Internal Wall Design 4 -4
4.7.2 Wall Subgrade and Foundation Recommendations 4 -5
4.7.3 Resistance to Lateral Loads 4 -6
4.7.4 Global Stability 4 -6
4.7.5 Wall Backfill and Drainage Considerations 4 -7
4.7.6 Construction Dewatering 4 -8
4.8 Luminaire Foundations 4 -8
4.9 Stormwater Infiltration Rates 4 -9
5.0 GEOTECHNICAL CONSULTATION AND CONSTRUCTION MONITORING 5 -1
6.0 USE OF THIS REPORT 6 -1
7.0 REFERENCES 7 -1
Figure Title
1 Vicinity Map
2a and 2b Boring Location and Designation
Steel Lake Park to Downtown Trail Project 0326088.010
iii February 28, 2017
Landau Associates 1
APPENDICES
Appendix Title
A Field Explorations
B Laboratory Soil Testing
Steel Lake Park to Downtown Trail Project 0326088.010
iv February 28, 2017
Landau Associates
This page intentionally left blank.
Steel Lake Park to Downtown Trail Project 0326088.010
v February 28, 2017
Landau Associates
1.0 INTRODUCTION
This report summarizes the results of geotechnical engineering services conducted for the proposed
Steel Lake Park to Downtown Trail project in Federal Way, Washington. The general project location is
shown on the Vicinity Map (Figure 1). The general configuration of the project alignment is shown on
the Site and Exploration Plan (Figures 2a and 2b).
This report has been prepared based on Landau Associates' (LAI) discussions with KPG, Inc. (KPG) and
the City of Federal Way (City); a base map of the project alignment provided by KPG; data collected
during our field exploration and laboratory testing programs; our familiarity with geologic conditions
within the vicinity of the project alignment; and our experience on similar projects.
1.1 Project Description
We understand that the proposed project includes constructing a pedestrian connection between
Steel Lake Park and the downtown area in Federal Way, Washington. The focus of this report is the
proposed segment located along the south side of South 312th Street between 24th Avenue South and
the entrance to Steel Lake Park. We understand the proposed improvements will consist of a new
concrete sidewalk, a structural earth retaining wall (up to approximately 8 ft in exposed height), new
street lighting (luminaires), and a new asphalt paved surface to widen the roadway and accommodate
the proposed improvements.
1.2 Scope of Services
KPG retained LAI to provide geotechnical engineering services to support design of the proposed Steel
Lake to Downtown Trail segment from 24th Avenue South to the entrance to Steel Lake Park. Our
services were provided in general accordance with the scope of services outlined in the subconsultant
agreement between KPG and LAI dated February 22, 2016. Written authorization to proceed was
provided by KPG on August 15, 2016. Our scope of services included the following specific tasks:
• Compiling and reviewing readily available geologic and geotechnical information and other
relevant data for the project area
• Completing a geologic reconnaissance to collect information on the general nature and
physical features of the project area
• Obtaining utility clearances prior to performing field explorations
• Excavating three exploratory hang auger borings to characterize the nature of the subsurface
soil and groundwater conditions along the project alignment
• Collecting representative soil samples
• Logging the exploratory hand auger borings and recording pertinent information, including
soil sample depths, stratigraphy, soil engineering characteristics, and groundwater occurrence
• Conducting limited geotechnical laboratory testing
Steel Lake Park to Downtown Trail Project
1 -1
0326088.010
February 28, 2017
Landau Associates
• Performing geotechnical engineering analyses and evaluating data derived from the
subsurface investigation and laboratory testing programs
• Preparing and submitting this written report summarizing the results of our findings,
conclusions, and recommendations for the project. This report includes:
- a site plan showing pertinent existing site features and the approximate locations of
the explorations completed for this project
- descriptive Togs of the explorations and the results of the geotechnical laboratory
testing
— a summary of surface and subsurface soil and groundwater conditions observed
during our field exploration program
— recommendations for site preparation and earthwork, including temporary and
permanent slope configurations, reuse of site soil, and criteria for selection,
placement, and compaction of structural fill
- recommendations for retaining wall design
— recommendations for the design and construction of luminaire foundations
— an estimate of the short -term infiltration rate of the near surface soils along the
project alignment
— recommendations for geotechnical monitoring and consultation during construction.
Steel Lake Park to Downtown Trail Project 0326088.010
1 -2 February 28, 2017
Landau Associates
2.0 SITE CONDITIONS
This section discusses the general geologic setting of the project area and describes the surface and
subsurface conditions observed along the project alignment at the time of our field investigation.
Interpretations of the site conditions are based on the results of our review of available information,
and the results of our site reconnaissance, subsurface explorations, and laboratory testing.
2.1 General Geologic Conditions
General geologic information for the project area was obtained from the Geologic Map of the Poverty
Bay 7.5' Quadrangle, King and Pierce Counties, Washington (Booth, et al. 2004), published by the US
Geological Survey. According to this source, the project area is underlain by glacial till. Soil defined as
glacial till typically consists of a heterogenous, non - sorted mixture of subrounded boulders, cobbles,
gravel, and sand in a matrix of silt and clay. The heterogeneous nature of the till is a result of it being
mixed and transported before being deposited, overridden, and compacted by the weight of an
advancing glacier. This unit typically exhibits very low permeability and high shear strength.
Though not shown on the above - referenced geologic map, fill associated with past grading activities
along the project alignment should be anticipated.
2.2 Surface Conditions
The project site, which is located east of the intersection of 24th Avenue South and South 312th Street
in Federal Way, Washington, is currently occupied by the existing South 312th Street. The
improvements are proposed along the south side of South 312th Street, which bisects Steel Lake Park.
A portion of the proposed alignment passes through what is currently a drainage ditch. Structures in
the vicinity of the project site include apartments, single - family residences, and Steel Lake Park, which
includes restroom and picnic structures, sports fields, and bleachers. The project site is generally
located within a topographical depression with the ground surface sloping up to the east and west
and elevations ranging from about 456 to 469 ft.
During a site visit on December 19, 2016 to perform site infiltration tests, we observed standing
surface water along the south side of the roadway alignment in the vicinity of borings HA -2 and HA -3.
2.3 Subsurface Soil Conditions
Subsurface conditions along the project alignment were explored by advancing and sampling four
exploratory hand auger borings (HA -1 through HA -3, including HA -1A) on November 28, 2016. The
hand auger borings were advanced to depths ranging from about 1%2 to 6 ft below the ground surface
(bgs). The approximate locations of the hand auger borings are shown on Figure 2. A discussion of
field exploration procedures, together with edited logs of the exploratory borings, is presented in
Appendix A. A discussion of laboratory test procedures and the laboratory test results are presented
in Appendix B.
Steel Lake Park to Downtown Trail Project
2 -1
0326088.010
February 28, 2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Landau Associates
With the exception of boring HA -2, subsurface conditions along the project alignment were observed
to generally consist of approximately 2 to 4 ft of medium dense to dense weathered glacial till that is
underlain by dense to very dense glacial till that extends to the maximum depths of our hand auger
borings.
In boring HA -2, we observed soft to loose alluvial deposits extending to the maximum depth of the
hand auger exploration. These deposits were interpreted to extend to about 3.5 ft bgs based on
dynamic cone penetrometer (DCP) testing. Based on the results of the DCP testing, we interpreted the
presence of weathered glacial till underlying the alluvial deposits at the location of boring HA -2.
The weathered glacial till that was encountered in our explorations generally consisted of dark brown,
silty sand with varying amounts of gravel. The glacial till soil encountered beneath the weathered
glacial till was observed to generally consist of Tight brown, very gravelly, silty sand to sandy gravel
with silt. The upper portion of the alluvial deposits that were encountered generally consisted of dark
brown, sandy silt with gravel and trace organics; the lower portion generally consisted of light brown,
very gravelly, silty sand.
2.4 Existing Pavement Conditions
Pavement thicknesses were estimated by digging directly adjacent to the existing edge of pavement.
The thicknesses measured are shown in the table below.
Measured Pavement Thicknesses
Exploration
designation
Location
Asphalt Thickness,
inches
Base Course
Thickness, inches
HA -1
South Side Edge
2
Unable to Determine
HA -2
South Side Edge
N/E
N/E
HA -3
South Side Edge
5.5
Unable to Determine
N/E = Not Encountered
2.5 Groundwater
At the time of our subsurface investigation on November 28, 2016 and infiltration testing on
December 19, 2016, groundwater was observed in hand auger borings HA -2 and HA -3, ranging in
depths from about 0 to 2 ft bgs and at 0.25 ft in the hole advanced for infiltration testing. The
groundwater conditions reported herein and on the boring logs are for the specific locations and
dates indicated, and therefore may not necessarily be indicative of other locations and /or times.
Furthermore, it is anticipated that groundwater conditions will vary depending on local subsurface
conditions, the weather, and other factors. It is likely that these groundwater levels represent
seasonal highs that typically occur in the winter /spring months.
Steel Lake Park to Downtown Trail Project
2 -2
0326088.010
February 28, 2017
Landau Associates
3.0 SEISMIC CONSIDERATIONS
The Pacific Northwest is seismically active and the project area could be subject to ground shaking
from a moderate to major earthquake. Consequently, moderate levels of earthquake shaking should
be anticipated during the design life of the project, and the proposed improvements should be
designed to resist earthquake loading using appropriate design methodology.
We understand that seismic design of the proposed improvements will be in accordance with the
2012 American Association of State Highway and Transportation Officials (AASHTO) LRFD Bridge
Design Specifications. Based on the conditions observed in the explorations advanced for the project,
the site would classify as Site Class C per the 2012 AASHTO LRFD Bridge Design Specifications.
Seismic hazard maps based on a 7 percent probability of exceedance in a 75 -year period
(1 -in -975 year event) were used to estimate the design acceleration for the project area. Based on the
seismic hazard maps that were reviewed (USGS website 2016), the maximum peak horizontal ground
acceleration in the project area for a seismic event with a 975 -year return period (design level
earthquake) is approximately 41.2 percent of gravity (0.412g). For a site that classifies as Site Class C,
the following table summarizes the spectral accelerations and seismic coefficients that should be
utilized to determine the design response spectrum per Figure 3.10.4.1 -1 of the 2012 AASHTO LRFD
Bridge Design Specifications.
Spectral Accelerations and Seismic Coefficients
Soil liquefaction is generally limited to granular soils located below the water table that are in a
relatively loose, unconsolidated condition at the time of a large, nearby earthquake. The dense,
glacially consolidated deposits that underlie the project alignment are anticipated to have a low
susceptibility to soil liquefaction. Consequently, it is our opinion that no special liquefaction - related
design or construction procedures will be necessary for this project.
Steel Lake Park to Downtown Trail Project
3 -1
0326088.010
February 28, 2017
' Landau Associates
4.0 CONCLUSIONS AND RECOMMENDATIONS
t Based upon evaluation of the data collected during this investigation, it is our opinion that subsurface
conditions along the project alignment are suitable for the proposed project, provided the
recommendations contained herein are incorporated into the project design. The following sections
present conclusions and recommendations regarding site preparation and earthwork, reuse of onsite
soils, wet weather earthwork, fill placement and compaction, subgrade preparation, retaining wall
design, luminaire foundation support, and infiltration testing results.
4.1 Site Preparation and Earthwork
Site preparation and earthwork will include excavating within the footprint of the proposed retaining
wall and surrounding areas, backfilling around foundations, and preparing subgrades for sidewalks
and pavements.
All existing topsoil, organic and man -made debris, and other deleterious material should be cleared
' and stripped from all areas to be occupied by the proposed improvements. Prior to placement of any
structural fill, the exposed subgrade under all areas to be occupied by retaining wall footings and
' pavement subgrades should be compacted to a firm, dense, and unyielding condition. The subgrade
should be sufficiently compacted such that the upper 12 inches of the subgrade is compacted to at
least 95 percent of the maximum dry density as determined using ASTM International (ASTM) test
1 method D1557 (modified Proctor). Overexcavated areas should be backfilled with compacted granular
material, in accordance with subsequent recommendations for structural fill that are presented in this
report.
4.2 Reuse of Site Soil
Soils generated from shallow cuts and /or excavations along the project alignment are likely to
generally consist of silty sand and /or sandy silt with varying amounts of gravel and organics and silty
gravel. These soil types are considered to be moisture sensitive. Furthermore, at the time of our
fieldwork, some of the soils encountered in our explorations were observed to be wet of optimum,
' which could make it difficult to achieve adequate compaction. Therefore, due to the relatively high
moisture content and moisture sensitivity of the soils along the project alignment, it is our opinion
that it would be impractical to reuse the onsite soil for embankment material or retaining wall backfill,
' especially during periods of wet weather or under wet conditions. If the onsite soil generated from
cuts and /or excavations along the project alignment are not suitable for use as fill, it should be
disposed of at an offsite location or placed in landscaped areas of the site where several inches of
' post- construction settlement would be tolerable. Imported fill material, if needed, should meet the
requirements of Gravel Borrow in Section 9- 03.14(1) of the 2016 WSDOT Standard Specifications for
1 Road, Bridge and Municipal Construction (WSDOT 2016).
Steel Lake Park to Downtown Trail Project 0326088.010
4 -1 February 28, 2017
Landau Associates
4.3 Temporary and Permanent Slopes
Actual temporary slope configurations and maintenance of safe working conditions should be the
responsibility of the contractor, who is able to monitor the construction activities and has direct
control over the means and methods of construction. All applicable local, state, and federal safety
codes pertaining to temporary excavation safety should be followed. If instability is detected, the
contractor should flatten the side slopes or install temporary shoring.
Temporary excavations in excess of 4 ft should be sloped in accordance with Safety Standards for
Construction Work Part N, WAC 296 - 155 -657, or shored. In the absence of groundwater seepage, any
fill soil and alluvial soils encountered along the alignment classify as Type C soil. Glacial till classifies as
a Type B soil per Chapter 296 -155 of the WAC. The prescriptive maximum excavation slope in Type C
soil is 1Y2H:1V according to WAC 296 - 155 -657. The prescriptive maximum excavation slope for Type B
soils is 1H:1V. Flatter slopes, dewatering, or temporary shoring may be required in areas where
groundwater flow is present or unstable soil conditions develop.
We recommend that permanent cut and fill slopes be designed for inclinations of 2H:1V or flatter. All
permanent cut and fill slopes should be vegetated or otherwise protected to limit the potential for
erosion as soon as practical after construction. Permanent slopes requiring immediate protection
from the effects of erosion should be covered with either mulch or erosion control netting /blankets.
Areas requiring permanent stabilization should be seeded with an approved grass seed mixture, or
hydroseeded with an approved seed - mulch - fertilizer mixture.
4.4 Wet Weather Earthwork Considerations
As described above, the onsite soil is considered to be moisture sensitive. As a result, it may be
difficult to control the moisture content of the onsite soil during periods of wet weather. If
construction is accomplished during wet weather, we recommend the use of structural fill consisting
of an imported, clean, well - graded sand, or sand and gravel containing less than 5 percent passing the
U.S. Standard No. 200 sieve, based on a wet sieve analysis of that portion passing the % -inch sieve. In
addition, if fill is to be placed or earthwork is to be performed in wet weather or under wet
conditions, the contractor may be able to reduce soil disturbance by:
• Accomplishing earthwork in small sections
• Sloping excavated surfaces to promote runoff
• Limiting construction traffic over unprotected soil
• Limiting the size and type of construction equipment used
• Providing gravel "working mats" over areas of prepared subgrade
• Removing wet surficial soil prior to commencing fill placement each day
• Sealing the exposed ground surface by rolling it with a smooth drum compactor or rubber -
tired roller at the end of each working day
Steel Lake Park to Downtown Trail Project 0326088.010
4 -2 February 28, 2017
Landau Associates
• Providing upgradient perimeter ditches or low earthen berms and using temporary sumps to
collect runoff and prevent water from ponding and damaging exposed subgrades
• Stabilizing the soil with an additive (such as lime, cement, or cement kiln dust) to allow its use
in wet weather.
4.5 Pavement Subgrade Preparation
After clearing, stripping, and any required overexcavation to remove any unsuitable subgrade soil, and
before placement of any structural fill, the upper 9 to 12 inches of exposed soil should be scarified,
moisture- conditioned, and compacted as described in Section 4.1 of this report. Overexcavation of
unsuitable subgrade soil should be in accordance with Section 2- 03.3(14)E of the 2016 WSDOT
Standard Specifications for Road, Bridge and Municipal Construction. If feasible, the prepared
subgrade should be proof - rolled with a loaded dump truck, large self - propelled vibrating roller, or
equivalent piece of equipment in the presence of a qualified geotechnical or civil engineer to check
for the presence of soft, loose, and /or disturbed areas. If any soft, loose, and /or disturbed areas are
revealed during proof - rolling, these areas should either be moisture - conditioned and recompacted to
the required density, or removed and replaced with select borrow meeting the requirements in
Section 9- 03.14(2) of the 2016 WSDOT Standard Specifications for Road, Bridge and Municipal
Construction, and compacted to the required density (see Section 4.6 of this report).
4.6 Fill Placement and Compaction
Structural fill used to obtain final elevations for retaining wall footings and pavement subgrades must
be properly placed and compacted. In general, any suitable, non - organic, predominately granular soil
may be used for fill material, provided the material is properly moisture conditioned prior to
placement and compaction, and the specified degree of compaction is obtained. Excavated site
material containing topsoil, wood, trash, organic material, or construction debris will not be suitable
for reuse as structural fill and should be properly disposed offsite or placed in landscaped areas of the
site where several inches of post- construction settlement would be tolerable. Furthermore, the
majority of the near surface soils along the project alignment are considered moisture sensitive due to
their high fines content. As a result, these materials are not considered to be suitable for reuse as
structural fill.
The suitability of imported soil for use as compacted structural fill will depend on the gradation and
moisture content of the soil when it is placed. As the amount of fines (that portion passing the US
Standard No. 200 sieve) increases, the soil becomes increasingly sensitive to small changes in
moisture content and adequate compaction becomes more difficult to achieve. Soil containing more
than about 5 percent fines cannot consistently be compacted to a dense, nonyielding condition when
the water content is greater than about 2 to 3 percent above optimum. Optimum moisture content is
defined as the moisture content at which the greatest compacted dry density can be achieved.
Steel Lake Park to Downtown Trail Project 0326088.010
4 -3 February 28, 2017
Landau Associates
Structural fill should be placed in loose, horizontal lifts less than 8 to 10 inches in thickness and
thoroughly compacted. All structural fill under retaining walls should be compacted to at least 95
percent of its maximum dry density, as determined in accordance with Section 2- 03.3(14)D of the
2016 WSDOT Standard Specifications for Road, Bridge and Municipal Construction or by the ASTM
D1557 test procedure. To avoid overstressing the wall during placement and compaction, backfill
placed within 3 ft of the wall face should be compacted to between 90 and 92 percent of the
maximum dry density as determined in accordance with Section 2- 03.3(14)D of the 2016 WSDOT
Standard Specifications for Road, Bridge and Municipal Construction or by the ASTM D1557 test
procedure.
4.7 Structural Earth Walls
We understand a structural earth wall (SEW) is proposed for this project. The SEW should be designed
in accordance with the 2012 AASHTO LRFD Bridge Design Specifications and the manufacturer's
recommendations. SEWs are often contractor designed. The design should include an evaluation of
the internal stability, bearing capacity, foundation settlement, and external stability (i.e., sliding,
overturning, and global stability) and be completed by a licensed engineer. The design should also
take into account any slopes that are present either behind or in front the wall. The design should be
submitted to the City for review prior to construction.
4.7.1 Internal Wall Design
The parameters outlined in the following table can be used for contractor design of the proposed
SEW. To limit the potential for excessive facing deflection, which may lead to elevated stresses in the
facing and the connection between the facing and the soil reinforcement, the maximum vertical
spacing between reinforcement layers should be limited to twice the width of the segmental concrete
facing block unit or 2.7 ft, whichever is less (AASHTO 2012).
Recommended SEW Soil Design Parameters
Soil Properties Wall BackfiII 1
Unit Weight (pcf)
Friction Angle (degrees)
135
36
Foundation Soil Retained Soil
135 125
36 34
Cohesion (psf) 0 0
Acceleration Coefficient AS (g)
Strength Limit
State
Extreme Event Limit
State
N/A 0.412g
Notes:
(1) Assumes wall backfill consists of Gravel Borrow for Structural Earth Wall meeting the requirements of Section
9- 03.14(4) of the 2016 WSDOT Standard Specifications for Road, Bridge and Municipal Construction
(Geosynthetic Reinforcement) or Gravel Backfill for Walls meeting the requirements of Section 9- 03.12(2) of the
2016 WSDOT Standard Specifications for Road, Bridge and Municipal Construction. Further assumes that wall
backfill is compacted to at least 92 percent of the ASTM D 1557 maximum dry density.
(2) The acceleration coefficient AS is taken as FPGA x PGA (see Section 3.0 of this report).
Steel Lake Park to Downtown Trail Project 0326088.010
4 -4 February 28, 2017
Landau Associates
Design of SEWs should include lateral earth pressures caused by any surcharge loads adjacent to the
wall. We recommend establishing a minimum vertical surcharge pressure of 250 pounds per square
foot (psf; equivalent to typical loads from vehicular traffic) where vehicle traffic is anticipated behind
the wall. Where larger surcharge Toads, such as heavy trucks, a crane, or other construction
equipment are anticipated in close proximity to the wall, the wall should be designed to
accommodate the additional lateral pressures resulting from the larger surcharge load. A smaller
surcharge loading may be considered if the wall will not be subjected to large surcharge loads or
vehicular traffic. Several of the proposed luminaire foundations will be installed adjacent to and
behind the proposed SEW. The wall designer should be aware of these foundations and account for
their potential influence on the SEW in their design.
The internal stability of SEW systems should be designed in accordance with the requirements of
Section 11.10 of the 2012 AASHTO LRFD Bridge Design Specifications. Resistance factors for internal
stability of design of SEWs are provided on Table 11.5.7 -1 of the 2012 AASHTO LRFD Bridge Design
Specifications.
For SEWs, the minimum soil reinforcement length should be taken as 70 percent of the wall height
(the wall height includes the embedded depth of the wall) or 6 ft, whichever is greater. SEWs
constructed on or near the top of a slope must be built on a minimum 4 -ft -wide horizontal bench at
the base of the wall (AASHTO 2012). Section 4.7.4 of this report provides recommended minimum
embedment depths of SEW facing, depending on the slope of the ground below the wall.
4.7.2 Wall Subgrade and Foundation Recommendations
The subgrade for the proposed SEW should be prepared in general accordance with the
recommendations contained in Section 4.1 of this report, and per the manufacturer's requirements
and the project plans and specifications. It is estimated that localized overexcavation of approximately
3.5 ft (or more depending on actual depth to bottom of the wall) of the overlying soft and loose
alluvial soils present along portions of the SEW alignment will be required.
A minimum 6 -inch layer of crushed surfacing base course or crushed surfacing top course should be
placed on the properly prepared subgrade to act as a leveling pad. Crushed surfacing should meet the
requirements of Section 9- 03.9(3) of the 2016 WSDOT Standard Specifications for Road, Bridge and
Municipal Construction and should be compacted to at least 95 percent of the maximum dry density
determined in accordance with Section 2- 03.3(14)D of the 2016 WSDOT Standard Specifications for
Road, Bridge and Municipal Construction. The maximum dry density may also be determined by the
ASTM D 1557 test procedure.
All prepared foundation - bearing surfaces should be free of any loose soil and water. Prepared footing
subgrades should be observed by the geotechnical engineer of record to check that suitable bearing
soils are present prior to the placement of any wall fill.
Steel Lake Park to Downtown Trail Project
4 -5
0326088.010
February 28, 2017
Landau Associates
Provided that the subgrade is prepared as recommended above and consists of the weathered or
unweathered till observed in our borings, the proposed SEW should settle less than about 1 inch, with
estimated differential settlement on the order of about %2 inch per 30 horizontal feet of wall. This
settlement will be mostly elastic settlement and occur during and shortly after wall construction.
4.7.3 Resistance to Lateral Loads
Friction developed between the base of the SEW foundation and the supporting subgrade will resist
lateral loads transmitted from the wall to its foundation. Passive pressure should not be included in
lateral load resistance calculations.
For SEWs constructed from precast concrete units, a nominal sliding coefficient of 0.55 (NAVFAC
1982) may be used to compute the nominal sliding resistance between the soil and foundation. If the
SEW is constructed with continuous reinforcement, such as grids or sheets, the nominal sliding
coefficient should be taken as tan (p), where p is the soil reinforcement friction angle. The angle p
should not exceed 23 degrees. The nominal sliding coefficient should be applied to vertical dead loads
only.
For SEWs, a resistance factor of 1.00 should be applied to the above nominal sliding resista nce for
both the strength and extreme limit states.
4.7.4 Global Stability
Design of SEWs should include a global stability assessment. A global factor of safety (FOS) of 1.0
indicates that the calculated forces driving instability are equal to the forces resisting instability (i.e.,
stress equals strength). Retaining walls are typically considered to be stable under permanent or
sustained loading conditions (i.e., static loading conditions) if the calculated FOS is 1.3 or greater.
Under seismic loading conditions, retaining walls are typically considered to be stable if the calculated
FOS is 1.1 or greater.
The soil parameters provided in Section 4.7.1 of this report can be utilized in the global stability
assessment. The depth to groundwater can be assumed at an elevation equal to the proposed finished
grade at the downhill side of the wall. Load factors for static and seismic stability analyses should be
taken as 1.0 for both static and seismic stability analysis. The pseudo- static seismic coefficient, kh,
should be taken as one -half the maximum wall acceleration, A5, (equal to FPGA x PGA), provided in
Section 3.0 of this report.
The 2012 AASTHO LRFD Bridge Design Specifications require minimum embedment depths of SEW
facing, depending on slope of ground below the wall. Recommended minimum embedment depths
are reproduced in the table below. In addition to minimum embedment, the AASTHO specifications
require a minimum 4 -ft level bench in front of the wall facing for walls founded on slopes.
Steel Lake Park to Downtown Trail Project 0326088.010
4 -6 February 28, 2017
Landau Associates
SEW Minimum Embedment Depths
pe of Ground Below Wall Minimum Embedment Depth (H is exposed height of wall)(1)
Horizontal H /20
3H : 1V H /10
H/7
2H: 1V
1.5H : 1V
H/5
Note:
(1) On sloping ground (4H:1V or steeper) or where there is potential for removal of the soil in front of the wall toe due to
erosion or future excavation, the embedment depth should be 2 ft or the value shown in this table, whichever is
greater. On level ground where there is no potential for erosion or future excavation of the soil in front of the wall toe,
the embedment depth should be 1 ft or the value shown in this table, whichever is greater
As part of this study, a global stability check was performed on one idealized wall cross section with
an exposed wall height of 8 feet, a downhill slope below the wall of 3H:1V, wall backfill geometry
consistent with that recommended in this report, and material properties identified in Section 4.7.1.
Results suggest factors of safety of about 1.6 and 1.1 for static and seismic conditions, respectively.
Additional global stability checks should be performed once the SEW design is completed.
4.7.5 Wall Backfill and Drainage Considerations
The proposed SEW design includes a through -wall storm drain outfall. Positive drainage away from
the wall, prevention of water ponding at the toe of the wall, and proper erosion protection at the toe
of the wall is paramount to the internal, local, and global stability of the wall. Wall failure could occur
if these items are not properly addressed during design and construction of the SEW.
For SEWs, wall backfill within the reinforced zone should consist of Gravel Borrow for Structural Earth
Wall meeting the requirements of Section 9- 03.14(4) of the 2016 WSDOT Standard Specifications for
Road, Bridge and Municipal Construction. Backfill located greater than 3 ft from the facing elements
should be placed and compacted in accordance with Section 4.6 of this report. To avoid overstressing
of the wall during placement and compaction, backfill placed within 3 ft of the facing elements should
be compacted to between 90 and 92 percent of the maximum dry density as determined in
accordance with Section 2- 03.3(14)D of the 2016 WSDOT Standard Specifications for Road, Bridge and
Municipal Construction, or by the ASTM D1557 test procedure.
An underdrain pipe should be provided for SEWs that abut existing native soils. Underdrain pipe
should be 6 inches in diameter and conform to Section 9- 05.2(6) of the 2016 WSDOT Standard
Specifications for Road, Bridge and Municipal Construction. The underdrain pipe should be located
behind the reinforced zone. The pipe should be placed with the perforations downward. The pipe
should be placed in a minimum 12 -inch thick envelope of gravel meeting the requirements for Gravel
Backfill for Drains in Section 9- 03.12(4) of the 2016 WSDOT Standard Specifications for Road, Bridge
Steel Lake Park to Downtown Trail Project 0326088.010
4 -7 February 28, 2017
Landau Associates
and Municipal Construction. The drain gravel should completely surround the perforated drainpipe
and the gravel should be completely surrounded by a non -woven geotextile material with a minimum
12 -inch overlap. The geotextile should meet the requirements for Moderate Survivability in Table 1
and for Class B in Table 2 of Section 9- 33.2(1) of the 2016 WSDOT Standard Specifications for Road,
Bridge and Municipal Construction. The drain line should discharge into the storm drainage system or
other approved location.
4.7.6 Construction Dewatering
Groundwater was encountered at the time of exploration (November 28, 2016) in borings HA -2 and
HA -3, at depths of 0 and 2 ft bgs, respectively. These groundwater depths are likely near seasonal high
levels. Based on the anticipated depth of overexcavation needed for the retaining wall foundation, the
contractor should be prepared to handle groundwater seepage into the trench, particularly during the
winter and early spring months.
It is expected that open sump pumping from the excavation where minor amounts of groundwater
seepage are encountered will be sufficient, assuming the excavation walls remain stable. Well points
may be necessary if substantial pockets of groundwater are encountered and /or the excavation walls
become unstable. The contractor should be responsible for the design, installation, monitoring, and
maintenance of any required dewatering system(s). If well points are necessary, the contractor should
be required to submit a dewatering plan prepared by a registered professional engineer or
hydrogeologist for review by the City prior to implementation.
4.8 Luminaire Foundations
Luminaire foundations will be constructed in accordance with City Standard Detail 3 -39. We
understand that the City requires the excavations for luminaire foundations to be excavated with a
vacuum truck. Several feet of the foundation excavation required for the luminaires may encounter
glacial till. Excavation of glacial till with vacuum truck methods is usually possible, but the contractor
should be aware that this method of excavation can be time consuming. In addition, several of the
proposed luminaire foundations appear to be adjacent to and behind the proposed SEW. The wall
designer should be aware of these foundation elements and their wall design should account for the
presence of the luminaire foundations.
Due to relatively high groundwater conditions that may be encountered (0 to 2 ft bgs), we anticipate
that the excavations for the proposed luminaire foundations will need to be temporarily cased, and
the concrete placed by a tremie pipe and filled from the bottom. If temporary casing is used, it should
be pulled as concrete is placed and a sufficient head of concrete should be maintained inside the
casing to prevent caving and sloughing of the hole. Alternatively, the casing could be pulled
immediately after the placement of the concrete, provided the hole is topped off after the casing has
been removed.
Steel Lake Park to Downtown Trail Project
4 -8
0326088.010
February 28, 2017
Landau Associates
4.9 Stormwater Infiltration Rates
We completed infiltration rate analysis on soils in the vicinity of hand auger borings HA -1A, HA -2, and
HA -3, in general accordance with the EPA falling head test method as described in the 2009 King
County Surface Water Design Manual (King County 2009). The purpose of this testing was to support
design of porous sidewalks, which we understand are no longer being considered for this project. At
the time the infiltration tests were performed, standing surface water was observed along the
majority of the alignment, which forced us to relocate the infiltration tests to areas having extensive
fill soils that are not representative of the infiltration conditions along the alignment. As a result, the
results of the falling head infiltration tests are not presented herein.
In addition to the falling head tests described above, we estimated the short -term (i.e., unfactored)
infiltration rates of the near - surface soil underlying the project alignment in the vicinity of hand auger
borings HA -1A, HA -2, and HA -3 in accordance with the 2012 Washington State Department of Ecology
Stormwater Management Manual for Western Washington, as amended in 2014 (Ecology 2014) based
on grain -size analysis. The correlated short -term infiltration rates are presented in the following table.
Correlated Short -Term Infiltration Rates
Depth to
Groundwater
Location Soil Type (ft)
HA -1 GM N/E
HA -2 j SM 0
HA -3 E SM 2
D10 (mm)
0.012
0.006
0.015
Short Term
Infiltration
Rate
(inches /hr)
6.5*
6.3*
7.0*
N/E = Not Encountered
*based on grain -size analysis
Even though the rates in the table above suggest the soils underlying potential infiltration sites along
a portion of the alignment may be suitable for infiltration of stormwater, the depth to groundwater
along the alignment ranges from about 0 to 2 ft bgs in some areas. Standing surface water was also
observed along the majority of the alignment when we performed our field investigation. This
condition makes infiltration infeasible as any infiltration features that extend below grade will not be
able to maintain sufficient distance between the seasonal high groundwater level and the bottom of
the infiltration facility.
Steel Lake Park to Downtown Trail Project 0326088.010
4 -9 February 28, 2017
Landau Associates
5.0 GEOTECHNICAL CONSULTATION AND CONSTRUCTION
MONITORING
LAI recommends that a geotechnical engineer familiar with the project design review the earthwork
and foundation portions of the design drawings and specifications. The purpose of the review is to
verify that the recommendations presented in this report have been properly interpreted and
incorporated in the design and specifications.
We recommend that geotechnical construction monitoring services be provided. These services
should include observation by geotechnical personnel during fill placement /compaction activities and
subgrade preparation operations to verify that the recommended subgrade conditions are obtained
beneath the proposed improvements. We also recommend that periodic field density testing be
performed to verify that an appropriate degree of compaction is obtained. Subgrades for SEWs should
be observed by geotechnical personnel prior to wall construction, to verify that subgrade conditions
are in accordance with the recommendations of this report. The purpose of these services would be
to observe compliance with the design concepts, specifications, and recommendations of this report,
and in the event subsurface conditions differ from those anticipated before the start of construction,
provide revised recommendations appropriate to the conditions revealed during construction. LAI
would be pleased to provide these services for you.
Steel Lake Park to Downtown Trail Project 0326088.010
5 -1 February 28, 2017
Landau Associates
1 6.0 USE OF THIS REPORT
' LAI prepared this report for the exclusive use of KPG and the City of Federal Way for specific
application to the design of the Steel Lake Trail in Federal Way, Washington. Use of this report by
others or for another project is at the user's sole risk. Within the limitations of scope, schedule, and
budget, our services have been conducted in accordance with generally accepted practices of the
geotechnical engineering profession; no other warranty, express or implied, is made as to the
professional advice included in this report.
The conclusions and recommendations contained in this report are based in part upon the subsurface
data obtained from the explorations completed for this study. There may be some variation in
subsurface soil and groundwater conditions at the site, and the nature and extent of the variations
may not become evident until construction. Accordingly, a contingency for unanticipated conditions
should be included in the construction budget and schedule.
' If variations in subsurface conditions are encountered during construction, LAI should be notified for
review of the recommendations of this report, and revision of such if necessary. If there is a
substantial lapse of time between submission of this report and the start of construction, or if
conditions change due to construction operations at or adjacent to the project alignment, we
recommend that we review this report to determine the applicability of the conclusions and
' recommendations contained herein.
We appreciate the opportunity to provide geotechnical services on this project and look forward to
assisting you during the construction phase. If you have any questions or comments regarding the
information contained in this report, or if we may be of further service, please call.
SMG /CE /SZW /DCS /rgm
1
1
1
1
1
1
Steel Lake Park to Downtown Trail Project 0326088.010
6 -1 February 28, 2017
Landau Associates
7.0 REFERENCES
AASHTO. 2012. LRFD Bridge Design Specifications. American Association of State Highway and
Transportation Officials.
Booth, D. B.; Waldron, H. H.; & Troost, K. G. 2004. Geologic Map of the Poverty Bay 7.5' Quadrangle,
King and Pierce Counties, Washington. U.S. Geological Survey.
Ecology. 2012. Stormwater Management Manual for Western Washington. State of Washington
Department of Ecology.
King County. 2009. King County, Washington Surface Water Design Manual. King County Department
of Natural Resources and Parks.
NAVFAC. 1982. Foundations and Earth Structures — Design Manual 7.2. Department of the Navy,
Facilities Engineering Command. May.
USGS website. 2016. U.S. Seismic Design Maps Application.
http: // earthquake. usgs. gov /designmaps /us /application.php. Accessed December 14.
WSDOT. 2016. Standard Specifications for Road, Bridge and Municipal Construction. M41 -10.
Washington State Department of Transportation.
Steel Lake Park to Downtown Trail Project 0326088.010
7 -1 February 28, 2017
SW 320Th St
S 288Th
Lakeland
North
a
in
u,
-S 320Th St Fe
Pa_ nther
Lake
Par
E
ri
2
0
CO
0
I4 LANDAU
ASSOCIATES
0
Celebration
Park
0.5
eral Way
The Commons
at Federal
Way
1
Miles
Data Source: Esri 2012
Steel Lake Park
to Downtown
Federal Way, Washington
Project
Location
Everett
Seattle
Federal Way
acoma
Olympia
Washington
Spokane
Vicinity Map
Figure
1
l7
9Z 3Nf19IH 0S +9T V.S 3NI I HJ1VV
Z
Legend
HA -1 0 Approximate Boring Location and Designation
Infil -1 8 Approximate Location and Designation of Infiltration Test
Boring Location and Designation
Data Source: KPG, City of Federal Way
Steel Lake Park
to Downtown
Federal Way, Washington
0
0
0
V1
0
Scale in Feet
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
00
0
-o
0
E
O
O
XX
.0
V
C
N
N
0
0
O
0
o
000
0
ry
v
z
33NVlLLN3 M?1Vd
VZ 31111911 0S +9t V15 3N11 HJ1VW
Legend
O Approximate Boring Location and Designation
B Approximate Location of Infiltration Test
Boring Location and Designation
Federal Way, Washington
0
0
0
Lf,
0
Scale in Feet
APPENDIX A
Field Explorations
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Landau Associates
APPENDIX A
FIELD EXPLORATIONS
Subsurface conditions along a portion of the project alignment were explored by advancing and
sampling 4 exploratory borings (HA -1 through HA -3, including HA -1A). The approximate locations of
the geotechnical exploratory borings are shown on Figure 2 of this report. Borings HA -1 through HA -3
were completed by an LAI representative using a hand auger, shovel, and /or post -hole digger on
November 28, 2016 to depths ranging from 1.5 to 6 ft bgs.
The field exploration program was coordinated and monitored by an LAI representative, who also
obtained representative soil samples, maintained a detailed record of the observed subsurface soil
and groundwater conditions, and described the soil encountered by visual and textural examination.
Each representative soil type observed in our exploratory borings was described using the soil
classification system shown on Figure A -1, in general accordance with ASTM International (ASTM)
D2488, Standard Practice for Description and Identification of Soils (Visual - Manual Procedure). The
logs of the exploratory borings are provided on Figures A -2 through A -5. These logs represent LAI's
interpretation of subsurface conditions identified during the field exploration program. The
stratigraphic contacts shown on the individual logs represent the approximate boundaries between
soil types; actual transitions may be more gradual. The soil and groundwater conditions depicted are
only for the specific dates and locations reported and, therefore, are not necessarily representative of
other locations and times. A further discussion of the soil and groundwater conditions observed is
provided in the text portion of this report.
Disturbed samples of the soil encountered in the exploratory borings were obtained at intervals
determined by the LAI representative from soil cuttings generating by the excavation process and
placed in plastic bags. Soil samples collected in this manner were taken to our laboratory for further
examination and testing. A discussion of laboratory test procedures and the laboratory test results is
provided in Appendix B. Upon completion of drilling and sampling, the boreholes were backfilled with
excavated soil cuttings.
A Dynamic Cone Penetrometer (DCP) was used to continually test the soils' relative density or
consistency. The number of blows of the 4 or 8.2 kilogram hammer to drive the penetrometer each
6 -inch increment was recorded. The results of the DCP soundings produce a blow count that was
correlated to the Standard Penetration Test (N- value).
Geotechnical Engineering Report Project No. 0326088.010
Steel Lake Park to Downtown Trail Project
A -1 February 28, 2017
Soil Classification System
uscs
MAJOR GRAPHIC LETTER TYPICAL
DIVISIONS SYMBOL SYMBOL DESCRIPTIONS (2X3)
COARSE - GRAINED SOIL
(More than 50% of material is
larger than No. 200 sieve size)
GRAVEL AND
GRAVELLY SOIL
(More than 50% of
coarse fraction retained
on No. 4 sieve)
CLEAN GRAVEL
(Little or no fines)
• •
• c
• • •
GW
Well- graded gravel; gravel/sand mixture(s); little or no fines
Poorly graded gravel; graveVsand mixture(s); little or no fines
Silty gravel; graveVsand/sik mixture(s)
Clayey gravel; graveVsand/clay mixture(s)
s .' o ' o '
GP
GRAVEL WITH FINES
(Appreciable amount of
fines)
` . ` .
` .
GM
iv. .-
° • ` •
GC
SAND AND
SANDY SOIL
(More than 50% of
coarse fraction passed
through No. 4 sieve)
CLEAN SAND
(Little or no fines)
SW
Well- graded sand; gravelly sand; little or no fines
Poorly graded sand; gravelly sand; little or no fines
Silty sand; sand /silt mixture(s)
Clayey sand; sand/clay mixture(s)
SP
SAND WITH FINES
(Appreciable amount of
fines)
SM
;g SC
FINE- GRAINED SOIL
(More than 50% of
material is smaller than
No. 200 sieve size)
SILT AND CLAY
(Liquid limit less than 50)
ML
Inorganic silt and very fine sand; rock flour; silty or clayey fine
sand or clayey silt with slight plasticity
Inorganic clay of low to medium plasticity; gravelly clay; sandy
clay; silty clay; lean clay
Organic silt; organic, silty clay of low plasticity
/ ,
CL
RIM
0
SILT AND CLAY
(Liquid limit greater than 50)
I
MC
Inorganic silt; micaceous or diatomaceous fine sand
Inorganic clay of high plasticity; fat day
Organic clay of medium to high plasticity; organic silt
jH
OH
HIGHLY ORGANIC SOIL
,�
vwww1M■ A
PT
Peat; humus; swamp soil with high organic content
GRAPHIC LETTER
OTHER MATERIALS SYMBOL SYMBOL TYPICAL DESCRIPTIONS
PAVEMENT
'
AC or PC
Asphalt concrete pavement or Portland cement pavement
ROCK
1
RK
Rock (See Rock Classification)
WOOD
FA.. ...n
weir�, 1yd.�.!v�1�
WD
Wood, lumber, wood chips
DEBRIS
r
0. o 0 4
DB
Construction debris, garbage
Notes: 1. USCS letter symbols correspond to symbols used by the Unified Soil Classification System and ASTM classification methods. Dual letter symbols
(e.g., SP -SM for sand or gravel) indicate soil with an estimated 5-15% fines. Multiple letter symbols (e.g., ML/CL) indicate borderline or multiple soil
classifications.
2. Soil descriptions are based on the general approach presented in the Standard Practice for Description and Identification of Soils (Visual - Manual
Procedure), outlined in ASTM D 2488. Where laboratory index testing has been conducted, soil classifications are based on the Standard Test
Method for Classification of Soils for Engineering Purposes, as outlined in ASTM D 2487.
3. Soil description terminology is based on visual estimates (in the absence of laboratory test data) of the percentages of each soil type and is defined
as follows:
Primary Constituent: > 50% - "GRAVEL," "SAND," "SILT," "CLAY," etc.
Secondary Constituents: > 30% and < 50% - "very gravelly," "very sandy," "very silty," etc.
> 15% and < 30% - "gravelly," "sandy," "silty," etc.
Additional Constituents: > 5% and < 15% - "with gravel," "with sand," "with silt," etc.
< 5% - "with trace gravel," "with trace sand," "with trace sift," etc., or not noted.
4. Soil density or consistency descriptions are based on judgement using a combination of sampler penetration blow counts, drilling or excavating
conditions, field tests, and laboratory tests, as appropriate.
Drilling and Sampling Key
SAMPLER TYPE SAMPLE NUMBER & INTERVAL
Field and Lab Test Data
Code Description
a 3.25 -inch O.D., 2.42 -inch I.D. Split Spoon
b 2.00 O.D., 1.50 I.D. Split Spoon
Code Description
PP = 1.0 Pocket Penetrometer, tsf
TV = 0.5 Torvane, tsf
PID = 100 Photoionization Detector VOC screening, ppm
W = 10 Moisture Content, %
D = 120 Dry Density, pct
-200 = 60 Material smaller than No. 200 sieve,
GS Grain Size - See separate figure for data
AL Atterberg Limits - See separate figure for data
GT Other Geotechnical Testing
CA Chemical Analysis
-inch -inch
c Shelby Tube
d Grab Sample
e Single -Tube Core Barrel
f Double -Tube Core Barrel
g 2.50 -inch O.D., 2.00 -inch I.D. WSDOT
h 3.00 -inch O.D., 2.375 -inch I.D. Mod. California
i Other - See text if applicable
1 300-lb Hammer, 30 -inch Drop
�I
1 J
Sample Identification Number
Recovery Depth Interval
F Sample Depth Interval
Portion of Sample Retained
for Archive or Analysis
2 140-lb Hammer, 30 -inch Drop
3 Pushed
4 Vibrocore (Rotosonic/Geoprobe)
5 Other - See text if a • • licable
Groundwater
E_ Approximate water level at time of drilling (ATD)
Y Approximate water level at time other than ATD
14 LANDAU
ASSOCIATES
Steel Lake Park
to Downtown Trail
Federal Way, Washington
Soil Classification System and Key
Figure
A _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
I1�
1
1
1
1
1
1
1
1
1
1
1
1
1
IL BORING LOG WIT
•
0
co
C
HA -1
LAI Project No: 326088.010.0' 1
SAMPLE DATA
SOIL PROFILE
w
a
0
—0
—4
— 470
a
Ts.
E
co
m
(o
co
0
2
m
U
Drilling Method' Hand Auger
Ground Elevation (ft)* 471
Logged By: DSB Date 11/28/16
roundwater
Moisture Content (%)
Plastic Liquid
Limit ) • I Limit
20 40 60 80
• SPT N -Value •
A Non - Standard N -Value
20 40 60 80
/ Fines Content ( %) X
20 40 60 80
S-1
S -2
i5
d5
i5
d5
32
64
//
O/(
DB
Grass and leaves
SM
Dark brown, gravelly, silty SAND with trace
organics (dense, moist)
(WEATHERED GLACIAL TILL)
3 c
3,d'G
3 c C
3 c
GP-
GM
Boring Completed 11/28/16
Total Depth of Boring = 1.5 ft.
Light brown, sandy GRAVEL with silt (very
dense, moist to wet)
(GLACIAL TILL)
Hand auger refusal on gravels at 1.4 ft
SPT correlated from dynamic cone
\penetrometer (DCP) test
0
0
a
z
N
o_
° Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate.
2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions.
3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols.
LANDAU
ASSOCIATES
Groundwater Not Encountered
H
Steel Lake Park
to Downtown Trail
Federal Way, Washington
Log of Boring HA -1
Figure
A -2
cs
L BORING LOG WIT
rn
a.
0
0
0
0
w
a
z
.010.011 2/
SAMPLE DATA
HA-1A
SOIL PROFILE
L
0
0
—4
0
c Z m
a)
'3a a a)
> EE'
W v)o
472 -
—470
5-1
S-2
a
IT
ti
0 0
m
a)
1-
Graphic Symbol
USCS Symbol
Drilling Method: Hand Auger
Ground Elevation (ft). 472
Logged By • DSB Date 11/28/16
Groundwater
LAI Project No: 326088.010.0' 1'
Moisture Content ( %)
pi Moisture Lipuitl
Limit �� Limit
20 40 60 80
• SPT N -Value •
A Non-Standard N -Value A
20 40 60 80
X Fines Content ( %) X
20 40 60 80
d5
d5
W = 17
GS
Dark brown, gravelly, silty SAND (medium
dense to dense, moist to wet)
(WEATHERED GLACIAL TILL)
Light brown, very sandy, silty, fine to coarse
GRAVEL (dense, moist)
(GLACIAL TILL)
Groundwater Not E
•X
Boring Completed 11/28/16
Total Depth of Boring = 3.5 ft.
Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate.
2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions.
3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols.
IA LANDAU
ASSOCIATES
Steel Lake Park
to Downtown Trail
Federal Way, Washington
Log of Boring HA -1A
Figure
A -3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
IL BORING LOG WI
8.010.011.GPJ S
co
w
0
cc
CL_
z
8.010.011 2
HA -2
LAI Project No: 326088.010.0' 1
SAMPLE DATA
-c
a
a�
0
—0
—4
—6
iv
a a)
E a
c Z ~ ▪ o
u
o oZ m LL
> E c E 3
W mats u) m
460
—458
— 456
—454
ca
m
0
t—
S-1
S-2
S -3
1
i
1
1
d5
i5
d5
d5
i5
i5
i5
i5
i5
i5
11
15
19
31
47
W =13
GS
SOIL PROFILE
Drilling Method. Hand Auger
Ground Elevation (ft). 460
Logged By: DSB Date. 11/28/16
Dark brown, sandy SILT with gravel and
trace organics (soft, wet)
(ALLUVIUM)
Light brown, very gravelly, silty SAND (very
loose, wet)
grades to with gravel (loose, moist to wet)
Hand auger refusal on gravels at 3.5 ft
Interpreted Weathered Glacial Till based on
DCP resistance
SPT correlated from dynamic cone
penetrometer (DCP) test
ATDKGfOUndWater
Moisture Content ( %)
Plastic Liquid
Lunit I.1 Limit
20 40 60 80
• SPT N -Value •
L Non- Standard N -Value
20 40 60 80
X Fines Content ( %) X
20 40 60 80
_ •
X
A
A
Boring Completed 11/28/16
Total Depth of Boring = 6.0 ft.
Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate.
2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions.
3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols.
IA LANDAU
ASSOCIATES
Steel Lake Park
to Downtown Trail
Federal Way, Washington
Log of Boring HA -2
Figure
A -4
326088.010.011 2/28/17 N: \PROJECTS \326088.010.011.GPJ SOIL BORING LOG WITH GRAPH
HA -3
LAI Project No: 326088.010.0'
SAMPLE DATA
SOIL PROFILE
to
0
—0
0
a�
W
462
—2 —460
—4 —458
0
H
a�
0.
E
0)
8
u_
m
m
0
Graphic Symbol
USCS Symbol
Drilling Method' Hand Auger
Ground Elevation (ft)- 462
Logged By: DSB Date: 11/28/16
Groundwater
Moisture Content ( %)
Plastic Liquid
Limit 1 -1 Limit
20 40 60 80
• SPT N -Value •
A Non- Standard N -Value A
20 40 60 80
X Fines Content ( %) X
20 40 60 80
S-1
S-2
i
1
i5
i5
d5
i5
d5
i5
15
i5
15
15
15
10
14
16
22
42
W = 14
GS
SM
Brown, silty SAND with gravel (medium
dense, moist)
(WEATHERED GLACIAL TILL)
SM
Brown, very gravelly, very silty SAND
(medium dense to dense, wet)
(GLACIAL TILL)
Hand auger refusal on gravels at 3.8 ft
SPT correlated from dynamic cone
penetrometer (DCP) test
•
X
Boring Completed 11/28/16
Total Depth of Boring = 4.2 ft.
Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate.
2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions.
3. Refer to "Soil Classification System and Key' figure for explanation of graphics and symbols.
14 LANDAU
ASSOCIATES
Steel Lake Park
to Downtown Trail
Federal Way, Washington
Log of Boring HA -3
Figure
A -5
APPENDIX B
Laboratory Soil Testing
Landau Associates
APPENDIX B
LABORATORY SOIL TESTING
The laboratory testing program, which was conducted in general accordance with the ASTM
International (ASTM) standard test procedures described below, was limited to visual inspection to
confirm our field soil descriptions and determinations of the natural moisture content and grain -size
distribution of selected soil samples. The natural moisture contents of selected soil samples obtained
from our exploratory borings were determined in general accordance with ASTM D 2216 test
procedures. The results from the natural moisture content determinations are indicated adjacent to
the corresponding samples on the summary logs presented in Appendix A. The grain size distributions
of selected soil samples obtained from our exploratory borings were determined in general
accordance with ASTM D 422 test procedures. The results are presented in the form of grain size
distribution curves on Figure B -1.
Geotechnical Engineering Report Project No. 0326088.010
Steel Lake Park to Downtown Trail Project B -1
February 28, 2017
326088.010.011 2/28/17 N: \PROJECTS \326088.010.011.GPJ GRAIN SIZE FIGURE
U.S. Sieve Numbers
U.S. Sieve Opening in Inches
8
N
0
0
0
0
0
CD
0
CO
CO
m
N
Ih
N
M
m
0
0
00) co N- c0 L 0 O M
It- m )(q Jauld auaaJad
0
O
•
O
O
O
0
8
a)
a)
E
i
C
N_
U)
C
0
C
as
a)
C
LL
E
as
as
U
a)
>
CD
a)
C
LL
a)
0
0
_ C
.2
C a)
-a U
• N
C
0U
0
U7
Soil Description
J
W
0
y
T
V
C
c6
W
r
3
0
r
rn
J
0
z
U)
N
T
N
O)
>
0
m
as
as -4
z
cO
L
0
O
N
l0
O
N
N N
0.�
E E
as 7
U) z
N
U)
N
co
N
U)
C
O
cu .0
O E
z
W
S
N
2
M
Q
2
0
Q
E
T
•
8
1
Grain Size Distribution
c,
S