Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 18-050RETURN TO: PW ADMIN EXT: 2700 ID #:plZ
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / STI?Err
2. ORIGINATING STAFF PERSON: ,I —FF N 1) Y N ('1 EXT: 2721 3. DATE REQ. BY:
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
)4: PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT
o' PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT
o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE o RESOLUTION
o CONTRACT AMENDMENT (AG#): 18 t) 50 0 INTERLOCAL
OTHER 0(4N61E OA. M,,�
4. PROJECT NAME: o9 O I O A mph a I+ l V arl 424 ---pr-9)a;
5. NAME OF CONTRACTOR: 0 • y _ A "'
_
�� �r,
ADDRESS: _ [MPI:41 �' ! _ 1 '" : TELEPHONE: i�P4 - 6
E-MAIL: FAX: (2c') 414.- 2(.1(0
SIGNATURE NAME: TITLE:
6. EXHIBITS AND ATTACHMENTS: SCOPE, WORK OR SERVICES 0 COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE
REFERENCED EXHIBITS 0 PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. / /_
❑ ALL OTHER
n
7. TERM: COMMENCEMENT DATE: 14/1 % 1�% I g COMPLETION DATE: 1 0/3 l 12 61
8. TOTAL COMPENSATION:• $ ( ���•l UD (t5Pg 4 C UDE EXPENSES AND SALES TAX, IF ANY)
OF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYE S TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: 0 YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES - o NO IF YES, $ PAID BY: o CONTRACTOR
❑ CITY
PROVIDED
AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND
RETAINAGE: RETAINAGE AMOUNT: RETAINAGEj�
���❑ %
PURCHASING: PLEASE CHARGE TO: 1. LjL /t . S1-7- . 31)-(P35
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
PROJECT MANAGER 1 51'i 111<
o DIVISION MANAGER -
❑ DEPUTY DIRECTOR
A DIRECTOR i5 1 i. � lb
o RISK MANAGEMENT (IF APPLICABLE)
LAW DEPT �,�,� �%
�/1( i'7S
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: 3)51.9 of g COMMITTEE APPROVAL DATE: 5/ 5C) 120i k
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING J IL1� i I
SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC D:
I
•��, ����
\
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
o 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
INITIAL / DATE SIGNED
IS NEEDED.)
ENT
LAA LnPT \_ .1•
Se .( i - s' IGNATORY ._-- 4••-r �' 7
o CITY CLERK r.PRO �1.[�
ASSIGNED AG # AG# , Kra ""A JO
o SIGNED COPY RETURNED DATE SENT: -✓i •
o RETURN ONE ORIGINAL
COMMENTS:
EXECUTE " " ORIGINALS
1/2018
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG# 18-050
PROJECT NUMBER
2018 Asphalt Overlay Project
PROJECT TITLE
2 May 10, 2018
CHANGE ORDER NUMBER EFFECTIVE DATE
SUMMARY OF PROPOSED CHANGES:
Tucci and Sons, Inc.
CONTRACTOR
The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by Calendar
Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage?
If "Yes" Will the Policies Be Extended?
❑ Yes ® No
❑ Yes ❑ No
SUMMARY OF PROPOSED CHANGES:
Change Order No. 2 provides to add all the 2018 Asphalt Overlay Project Schedule D — S 328th St
Pavement Repair back to the Contract as shown on the attached plans.
Schedule D Bid Items will be added back to the Contract as follows:
Item
Description
Quantity
Unit
Unit Price
Total Bid
1
Mobilization
1
LS
$6000
$6000
2
Traffic Control Labor
120
HR
$52.00
$6,240.00
3
Other Traffic Control Labor
6
HR
$52.00
$312.00
4
Portable Changeable Message Sign
6
DAY
$80.00
$480.00
5
Asphalt/Cement Conc. Sawcutting
1,338
LF
$0.01
$13.38
6
Roadway Excavation Incl. Haul
45
CY
$160.00
$7,200.00
7
Construction Geosynthetic for
Separation
50
SY
$0.50
$25.00
8
CSTC for Pavement Repair &
Roadway Widening, Incl. Haul
30
TN
$16.00
$480.00
9
HMA Class 1" PG 64-22 for Pavement
Repair & Roadway Widening
90
TN
$155.00
$13,950.00
10
Raised Pavement Marker, Type 2
0.25
HUND
$333.00
$83.25
11
Hydrant Marker, Type 2B
2
EA
$8.00
$16.00
12
Paint Line
1,050
LF
$1.00
$1,050.00
Total =
$35,849.63
The total contract amount increased by the change order is $35,849.63. The changes included in
this change order will not affect the critical path schedule for this project; therefore, no working
days will be added to the project per this change order.
TOTAL NET CONTRACT:
INCREASE $35,849.63 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.
DEPARTMENT RECAP TO DATE:
CHANGE ORDER AGREEMENT 1 5/10/2018
ORIGINAL CONTRACT AMOUNT $ 1,384,071.00
PREVIOUS CHANGE ORDERS $ -35,720.00
THIS CHANGE ORDER $ 35,849.63
*ADJUSTMENTS $ 0.00
NEW CONTRACT AMOUNT $ 1,384,200.63
Mh.. - cci Presidents— /F
$. T BR'S SIGNAL URE
i
L.. \l-
5/241 g
DATE
DIREC OR'S SIGNATURE
DATE
CHANGE ORDER AGREEMENT 2 5/10/2018
S 3AV H16£
S 328TH ST
cri
Eo
C•)
BEGIN PAVEMENT REPAIR
9
EXTRUDED CONC. CURB
CONSTRUCTION NOTES:
CEMENT CONC. CURB AND GUTTER
M
CEMENT CONC. SIDEWALK
_Uz
0 O
Z1
zU)
o<LU
-w
H W
0
U z
000
J z z
W W
0
zm
o=o
W
a I -
<HO
z=0
0WZ
<
H Q)
JE
m n
<
!3AVH18£
5/8" MINUS CSTC, COMPACTED 3'
U)
H
Q
H
a
Lu
0
J
J
LL
LL
o
W
H
U_
0
z
Q W
= H
H H
O
ww
z0
g W
a0
ii u_
N
WIDE MAX. BY OVERLAY DEPTH
HYDRANT MARKER, TYPE 2B
•
40,
WIDEN ASPHALT ROADWAY
Tr
DETECTOR LOOP
SAWCUT ASPHALT PAVEMENT OR CONCRETE
Cn
PLASTIC TRAFFIC ARROW
= PRELEVEL WITH HMA CL 1/2" PG 64-22
CO
PLASTIC STOP LINE
0)
PAVING FABRIC
PLASTIC CROSSWALK LINE
C
N
ADJUST MANHOLE
C0
ASPHALT CONC. SPEED HUMP
ADJUST CATCH BASIN
N N
s AN
co
N
S A�
CEMENT CONC. APPROACH
N
N
0
z
0
0
H
W
Q
w
as
00
��
W (7
?0
�w
><
0<
a
2
W
O)
e,
0
z
0'w^
W
J
(
PRECAST DUAL FACED SLOPED MOUNTABLE CURB
C.)
N
W
Ca
co
ce
0
O
z
SOD, INCL. 4" TOPSOIL
N
LU a
O
U a
O
ct a
Ili 2
✓ co
W U
0 0
Z Z0
O U
I- H
H z
Co W
Q 0
Q fn
O
H
z
w
2
Lu
a_
U-
0
W
0
0
W
z
w
0
w
0
W
z
w
U
H
0
z
ASPHALT TRANSITION OR RAMP. 12:1 MAX. SLOPE.
U)
N
CEMENT CONC. CURB RAMP TYPE 2 PARALLEL
H
CO
H
U)
H
U)
w
it
X
LU
O W
w
= MONUMENT CASE
H
z
0
>-
2
W
cc
W
U'
z
z
Q
m
z
0
0
z
0
2
0
H
0
z
0
c
ASPHALT APRON
(0
CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION
U
LU
-J
0
2
z
a
2
O
z
W
J
0
z
Q
z
Q
0
0
H
Co
z
CEMENT CONC. CURB RAMP TYPE 1 PERPENDICULAR
0
X
0
z
0
I-
U
z
O
z
H
U)
H
co
W w W
u II II
X w
u
0
0
as
LL
0
x..40 aF44
❑
11.1 up
❑ I—
W Cy
= co
r ri
0
F— W
J �
< 00N
fx
VJ
co J
r
O W
0
0
0
z
0
Lu
ccz
0
0)
W
0
z
0
F-
0
U
W
0
z
C,
0
z
H
Es2'
0
VERIFY SCALE
z
OZ
_g
U
WO
o<
m0
O
Z J
0 (4 0
=p'z
Z < CC
W W O
Z
0z<
0wJ
LL F U
PROJECT ENG -
I
w
z
a
Jeff. huynh6cilyollederavay corn
ll
iv U
F,.§1
0 o
O _
!• 5 M
u U. 4pJ
b*P'.M049Qof'P•aS A.tc,Gil
YLOtS1�3rOM�l4S33biSSMU9fId�thADQeaMoadrwm,DaTtife,
l3'Y3"M7� VPd V 1/p Wal
NdOYCGID6/1 'PWI
C �414d/q!
".4 Yttakt
ASPHALT PVMT OVERLAY (THICKNESS VARIES)
J
-J
=m
cn
0
Z
1-1-
w w
z0
U
wwuwi
W z
a 0 I—
O w =
Z CO F-
EXISTING GRAVEL BASE
U
52
20
O w H
I
COMPACTED SUBGRADE
0
z
U
Q
b a
2 z
WI
Q w
W
0 <
W
W0
J O
0 K
co a
OZ
UO'
y
(O H
ASPHALT PVMT OVERLAY (THICKNESS VARIES)
EXISTING GRAVEL BASE
W_
2
oz
a H
0
W0
WCC
CO Z
W
N
y
0 W
LL S
w0z
O
O n <
}' U
aLo
CL
V) Z
jw
CL
-J
a'
W
H
2
w
co
m
0
Z
co (f)
J
W Q
U-
0
O w
H
0Q
0 0
H LL
W H
O w0
2 O)
z
W
m
O j
¢_
H ~
W Z
0)
w
w
> w
d 2
0 0
Z
x
co 1—
wW
Z ()
Ei Z
ALTERNATE PAVEMENT PATCHING DETAIL
ARTERIAL PAVEMENT PATCHING DETAIL
Y /
5 I
W
2
Or
Z I
5 I
o a I
��-
z
O
Q z
F-2x}O
W Q O J
w a0
>wOQF-
U 2
w
wOz°-
1- a D 0 a2
001-23
< U 0O Li U
W 2 LL COQ
to M w (n a
F 2 2
o z a' W J
> OO O
o
�0 Q
W 2 2 J w
2 LL O 0 a
EXISTING CURB
ASPHALT PVMT OVERLAY (THICKNESS VARIES)
J
=m
p
0 J
Z w
sLL
U w
x
a Z O
Z
F- 0 U
Z W W
W
wUa
> Z
2
a o i-
O w S
z m F
2
0
LL
z
w
w
U
5
a
w
a
a
EXISTING GRAVEL BASE
U)
} <
20
w
O w Q
OH z O
00x
H
(O
a a
wF
cnyC? 0
W U_ W LL
Z U LU
F1.=o
F WO Iw-U
W a. Oww
Z > F- 0''
N a Z O Q 0
N(9Upp-" Q
LL W(J CO2LLa 022
a X 7 z a
W U — CO u_
O U W W O O W
¢�xUU2U
0) 0 0 0
s"aaU1
U o a— a
m 0
U
z
w
w
0
oa
w0
wa-
2
D O
as
oZ
�O
y
CO
RESIDENTIAL PAVEMENT PATCHING DETAIL
0
9 1
co
a
H
Z(/)
J_
Q
J ~
a W
0
C0
d Z
W Q
CC
Z W
W >>
>z
0
0
r
a_
a'
0
w
0
INITIAL. DESIGN
VERIFY SCALE
z O
0Z
U ¢
Z�
w
ZJ
OQ
n?
a-
00
0
>-
Z F J
O 0
Z
U O
Z tx
-0
ww
0=¢
H- co m
O�w
LL ~U
PROJECT ENG
4
LU
Z N
O tO
a N
Q
Ui
W
jef hoynh(djc4yofledefelwey corn
Igt Von
4pJ
lIV/30OuMtl+•e414X-
nsasiaarobe caatlis s
xmarkmak$44acaramdMYA4Vv
t311IAMM .vwe •d MVP4M
waysssw¢Te1moon
aIN -19
AW.OYIDL M iM18 W+tia
4/2017
RETURN TO: PW ADMIN EXT: 2700 ID #: p
4i k ,Iii
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / S I LCjS
2. ORIGINATING STAFF PERSON: JE.: Fe- f l UYN•4I EXT: 7 1 3. DATE REQ. BY:
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
it] PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
o REAL ESTATE DOCUMENT 0 SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE 0 RESOLUTION
30 CONTRACT AMENDMENT (AG#): i u- 0cr) ❑ INTERLOCAL
t OTHER (I-tANLtr, i/�rlNctz
4. PROJECT NAME: 2Ot``(4 X15NAL" cVE 2LAY PI20.-m1',
5. NAME OF CONTRACTOR: TULG c;. v' 4 oi 1s. i- (7
ADDRESS: L �c� L (fes 12 (UGI G� KIA LI L TELEPHONE:_____________
- 24x76
ATG
E-MAIL: FAX: :263 - 422
SIGNATURE NAME: TITLE:
6. EXHIBITS AND ATTACHMENTS11 SCOPE, WORK OR SERVICES ❑ COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN o REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. / /
0 ALL OTHER
7. TERM: COMMENCEMENT DATE: COMPLETION DATE:
8. TOTAL COMPENSATION: $ I) 3)4 ;,, 5-1 (I, :1)50-1-, % 7 I - :0, ...
2L (INCLUDE EXPENSES AND SALES TAX, IF ANY)
r
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES//TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES 0 NO IF YES, $ PAID BY: 0 CONTRACTOR
0 CITY
PROVIDED
RETAINAGE: RETAINAGE AMOUNT: RETAINAGE AGREEMENT (SEE CONTRACT) OR c RETAINAGE BOND
.URCHASING: PLEASE CHARGE TO: V®� 44ki).-7 ‘
£3 a �0 3 5
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
. PROJECT MANAGER 1 14 2.71 :4,1 K
i
ADIVISION MANAGER `
/ .y,%
¢L DEPUTY DIRECTOR / "1 �l
r DIRECTOR f i t
o RISK MANAGEMENT (IF APPLICABLE)
304 LAW DEPT C{ , ���/ ��
j
10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: 3 5 I )-OI k COUNCIL APPROVAL DATE: 3 / 30 1..Z0I g
I
11. CON❑ SE6 NT TO VET OR/CONTRACTOR DATE SENT: 5 DATE REC'D:
2,4-41
o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LIC NSES, EXHIBITS
o 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
INITIAL / DATE SIGNED
IS NEEDED.)
T _:�
SIGNATORY •' -3 - iR •[RECTOR_ , '' ' /S
o CITY CLERK V `' 11'
yASSIGNED AG # AG# 1i3 A-
Ilic SIGNED COPY RETURNED DATE SENT: .- 50//8- .i?'
2 RETURN ONE ORIGINAL
COMMENTS:
EXECUTE " " ORIGINALS
#- 1f4's 'diff Zile i./ dilly, dc( anur� � 0P '✓P P
d,U�
5'''-i '
,�Q✓' Sir2-eili(2 %l2P4f er ,l•� ,�; Ii1
4/2017
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG# 18-050
PROJECT NUMBER
2018 Asphalt Overlay Project
PROJECT TITLE
1 April 27, 2018
CHANGE ORDER NUMBER EH±CTIVE DATE
SUMMARY OF PROPOSED CHANGES:
Tucci and Sons, Inc.
CONTRACTOR
The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by Calendar
Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage?
If "Yes" Will the Policies Be Extended?
111 Yes ® No
❑ Yes ❑ No
SUMMARY OF PROPOSED CHANGES:
Change Order No. 1 provides to delete forty-seven (47) Detector Loops from the 2018 Asphalt
Overlay Project as shown on the attached plans.
The reason for deleting 47 Detector Loops from the 2018 Asphalt Overlay Project is the City of
Federal Way Traffic Division is using a new cost effective alternative GridSmart Video Detection
that will perform vehicle tracking, detection, and data collection.
The total quantities will be deleted as follows:
Item
Description
Quantity
Unit
Unit Price
Total Bid
A 32
Detector Loop
40
EA
$760.00
$30,400.00
B 26
Detector Loop
7
EA
$760.00
$5,320.00
Total =
$35,720.00
The total contract amount decreased by the change order is $35,720.00. The changes included in
this change order will not affect the critical path schedule for this project; therefore, no working
days will be added to the project per this change order.
TOTAL NET CONTRACT:
INCREASE DECREASE $35,720.00
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.
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $ 1,384,071
PREVIOUS CHANGE ORDERS $ 0
THIS CHANGE ORDER $ - 35,720
*ADJUSTMENTS $ 0
NEW CONTRACT AMOUNT $ 1,348.351
Michae Vii, President 4,_5 =22-4?
DATE
CHANGE ORDER AGREEMENT
DATE
1 4/27/2018
ZO`d ±3 HS 33S
3NI1HO LWI
in
X
S AMH OIIIOVd
CEMENT CONC. CURB AND GUTTER
CEMENT CONC. SIDEWALK
nr
ci O
QO
U_
00
Z�
Z(
oZQ
w
QHw
Z
-10Zz
trQW
O Z >.
J m
Q I-01-
ce
Q Q 0
Z=0
OHz
WFQ-
U)
D J
CI? U<
u
0
7
m
a)
E
a)
m
a
w
O
c
E
3
0)
c
c
m
EC
c
U
00
5/8" MINUS CSTC, COMPACTED 3'
10
r
WIDE MAX. BY OVERLAY DEPTH
HYDRANT MARKER, TYPE 2B
H
I cr
I- d
w0 Z
OV -
IL
w0
0 Nv
w
O
Q
H
O
w
< x_
0 re U)
Z Q (I)
Qce ceF-
0D <o
O
wLL. JZ
.5Z
w
z 0 OOH
CL Q (0 0w
II w II V)
N
s;.;.
.❖.
.❖.
WIDEN ASPHALT ROADWAY
DETECTOR LOOP
I-
r
SAWCUT ASPHALT PAVEMENT OR CONCRETE
U,
PLASTIC TRAFFIC ARROW
1°1
= PRELEVEL WITH HMA CL 1/2" PG 64-22
CO
PLASTIC STOP LINE
0)
r
PLASTIC CROSSWALK LINE
N
PAVING FABRIC
ADJUST MANHOLE
nn
ASPHALT CONC. SPEED HUMP
N
ADJUST CATCH BASIN
CO CO �
COcn (0M �
SAV 9Z Cr)
Cl)
SAV VZ S
SAVZZ
S AV OZ
Sid61.
U
co
co M
SAV81.
SAV OZ
S is
Ni 5Z
Z Z
J J
tt) CO
C+) M
CO N
V £Z
WI I?i'A.d
C]
U)
M U)
•
A
SAMi-
CEMENT CONC. APPROACH
N
N
O
Z
O
0
W
00
J Q
W [[ALL
<0
0 1-
u) co
0
O z
UQ
0
2
>w
0
Z
W
(9
W
J
PRECAST DUAL FACED SLOPED MOUNTABLE CURB
CV
N
ADJUST MONUMENT CASE AND COVER
O
SOD, INCL. 4" TOPSOIL
CEMENT CONC. CURB RAMP TYPE 1 PARALLEL
ASPHALT TRANSITION OR RAMP. 12:1 MAX. SLOPE.
t
N
CEMENT CONC. CURB RAMP TYPE 2 PARALLEL
ASPHALT APRON
CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION
CEMENT CONC. CURB RAMP TYPE 1 PERPENDICULAR
Q CO 0 0
W
T:
a
O•
icy
t
aE-
0
2
I 1 II
2
z
J
= O
Z U Z
W w Q
r Q W z Z Z m
D o w g§ w g
0 IL z 0 0 z
J 0 z
0,50wUw)=20E-
cowUQW o!ZQ0
O- O O O Z
U w F=- Z U. U~) 2 UU))
z Z z 2 z Z Z z z
H H H H H H R H
V) U) U) Z U1 U) U) U) V)
W W W. W W W W W
II II II II II II II II II
0 aw�,�L ��
W H ()CDR
J _v
I DSImw5Wnl'b'+OSM1+MD11IO2".+C10C• A14WWWX/rw'O CI Of3133t0tMSl3311V7S)w MI ++CVGV21C1.MIWuwne00r,I ICIMi]n and M'd P^1.4. ISa Cl it CIOOMP:0. 0.0
O
O
c6
cc
v
r 1
<co
0
a
Q
LLJ
J (/)
D
N
W
2 ch
0 u)
F-
U
W
J
<
vJ
c0 J
N \W
0
0
z
0
w
cc
z
0
cc
U'
cc
DESCRIPTION
INITIAL DESIGN
F
0
3k
VERIFY SCALE
0 0U)0
I— - ice?
G z < C
E5.
wo cu
Z o=Q
N H u) co
(7 — O W
o Z—
m0 1r0
to
PROJECT EN
u
W
Z
i A
8
I
1
.wm)4CN M1C16wN
•�uMOC10C 1•H 105$ 0d
C
o
C
Ca
n
CU
E o
a) >
> LL
SIN
7
o c
c a)
>
m a
C H
C
CCI O
.-
E
C
W m
CT
C
C
co
a
C
C)
a)
m
C7)
C
C
(a
a
C
.C5
CO
C C)
Ca
E
m t
a
aci
E
>
a rIN
7
c y
CO ca
a
C
C 0
C
a
C
w m
COV 133HS 33S
3NI1HO1WW
n
u# '
uo
1.4k
+
N
N
CA
o)
o
03
Ej
CD CO
-0 "r
w�
EN
a)a
co
a
y C
E
O
C
Em
O
•m
C m
a
cca c
E
m
M
8
N
CV Z13 S
0$oCCad*
ETSoN
I$o=m
_ O
O
N
d
x
Cf 1 M
EXTRUDED CONC. CURB
N
CEMENT CONC. CURB AND GUTTER
C.)
CEMENT CONC. SIDEWALK
5/8" MINUS CSTC, COMPACTED 3'
CC)
WIDE MAX. BY OVERLAY DEPTH
$ w O
i
1 rc8 QO
ss 0Z <
0 0
zH H w
N� Z( a a
OZre 0 Z
w 0_ '4'Q0RZ J F-�
0a 5 u- w0
CO CV
o
CY
0Z» 1 aw
Z Jm < cc_
0=w 0 cc u)
< 0 �H 0LU
Z=0 0� Q°8
O -Z (.9 I --co
'-o ZO 00
DJO -IV 0V
mii LLQ ii a� ii ou)
O J
S 3AV QNZZ
S 312TH ST
M
tn
v
it
It
M N
N
a)
Q
cL
y
U)
C
m
-C
a N.
C +'
O
d @
VCO
a
CA
CO
CA c
C
M
CAI
a
M
HYDRANT MARKER, TYPE 2B
x-
Co I—
M
M
M
CD
Q
CONSTRUCTION NOTES:
CT
C
C
-a a.-
-o a)
�w
co
aE
E >
a)
0-
0_c
rn O
.cC.c
E
E
•••m
m O
•C)C
C CC
ca a 0)
a C
C a) fa O
wm E
C 3
rnm
C
a)
E
C:1)
CO
e)
o
E
E
m 0I
co C C
mE
E c
iWm
CV
I a S 3AV H10Z
D
mss:} E.:
'HIM le ..... sr,-
�' bc E
In \\�C�\�. OSS
7,7 =1 .*co 1
IN.it&
-
LOV 133HS 33S
3NIlHO1VIN
N
M
CO
WIDEN ASPHALT ROADWAY
DETECTOR LOOP
SAWCUT ASPHALT PAVEMENT OR CONCRETE
U)
PLASTIC TRAFFIC ARROW
03
= PRELEVEL WITH HMA CL 1/2" PG 64-22
co
PLASTIC STOP LINE
C)
1
PAVING FABRIC
PLASTIC CROSSWALK LINE
O
N
ADJUST MANHOLE
m
ASPHALT CONC. SPEED HUMP
N
ADJUST CATCH BASIN
o)
CEMENT CONC. APPROACH
N
0
z
0
re
0
I-
0,5
w
O a
J q
cL W [[0LL
<1
0
U
0
0Z
0<
N N fil
U) (0� co(
S AV 9Z )
Cl)`v)
S AVVZ S l�
40'
SAVZZ
SAY OZ
S ld 61.
1-
0
co
SAY81.
H
0
m
Cn
SAV8Z
S 1`d6Z
S lc
Ni SZ
Z Z
J J
/C) CO
cO m
CO CO
M C/)
•
M '8'Nd A
co
Cn
SAMI-
rn
0
>
w
0
Z
w
0
w
J
PRECAST DUAL FACED SLOPED MOUNTABLE CURB
M
N
ADJUST MONUMENT CASE AND COVER
O
SOD, INCL. 4" TOPSOIL
no -
N
CEMENT CONC. CURB RAMP TYPE 1 PARALLEL
ASPHALT TRANSITION OR RAMP. 12:1 MAX. SLOPE.
U)
CEMENT CONC. CURB RAMP TYPE 2 PARALLEL
ASPHALT APRON
Co
N
CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION
CEMENT CONC. CURB RAMP TYPE 1 PERPENDICULAR
co U 0
�L.
30
e
u
b
a)
F-
2 0
>w
0 a w
0,5 0 w
wre cD
U w
Z Z Z
0�
0
0
Z
< w
Co O
= Z
U
Z
H U X
Z Z
Q m
w Q z0
2021=
_ D U
co 2 u)
0 0 0 0 0
Z Z Z Z Z
(n U)
I– I– I– F' F-
(/) V) 0)
w W W W W W W W
II II II II II II II 11 11
0 a
��
_
L J N e
0
9
0
u.
u. r
iC
SITE PREPARATION & PAVING PLAN
12+00 TO 22+50
0
J
Z
0
U)
w
cc
Z
O
DESCRIPTION
5
LU
0
m
VERIFY SCALE
PROJECT ENG:
m
# n
W
z m
a
.2
s
e+.
e..vsv.env.r+s •.44.00IOCA.U.wa.00 otoca.L33r0u.5133 usa»xeneOu ears+n.aev.ro...sr+....4 rwnVa+ 4.4 ire wvtl SI nota. ,•e ••y
..«a nAir. b VwT*If
co
0
M
N
CO
N
S 312TH ST
—i'-,„ 170V 133HS 33S
3 3N11HO1VW
Eo
+J
+
co
C
C
C
Ca
El_ "'
0)
-o0
w
Ems°
> co
a
U)
O
C
E
co
C
co
a
C
W
a)
0)
R
OJi
CV
CV
T
03
<
CV
v
c0 CO
N e -
CC
a)N-
a)
C
C
a
a)
w
c
a)
E
a)
co
CL
Cn
0
C
E
CO
0)
C
C
CO
C
w
>'
--
co la
J D
in 0
c°) !n
M
+
C
C cy
c
a
.c
0.
a) c
"o
Li g
.IN m
vw
c
d
EE
>
> m
co
aLI)
0 C
E
w 0)
C C
as
c
•0
W
Ln
r
+-
N rCO
x S 3AV H1IZ
(A X
$
7c I MI
N
X
4.1
S 3AV Q2IEZ
C_
N a�
N
a/V
mN
0=
ov
co)
C
co
ca
0)
W
m E
E
a) >
coa
a u,
o�
G
°c_ 'E
E
ffl C
0)E
(d
oa
d c
C 2)
wco
LL.
ZOV 133HS 33S
3NI-1HO1VW
EXTRUDED CONC. CURB
N
CONSTRUCTION NOTES:
CEMENT CONC. CURB AND GUTTER
M
CEMENT CONC. SIDEWALK
5/8" MINUS CSTC, COMPACTED 3'
WIDE MAX. BY OVERLAY DEPTH
HYDRANT MARKER, TYPE 2B
d W�
0 Q
Z2 CC
O a a
0zw 0z
�w O.
Q ,_ Z J H
O ° (9 LL w 0
Q w w 0 �
Ow W a~
z?m a Ow
J U
<UH z x co
:Cl)
<0 iF- o
HQI0 w
Q Qas
paZ O F -co
Hoy) zo 00
OJ0 _10 -0
III LCID=L < III u. 1111 C/)
N
4„4
P•••••
♦•♦
M
CD
T-
WIDEN ASPHALT ROADWAY
DETECTOR LOOP
r
SAWCUT ASPHALT PAVEMENT OR CONCRETE
U)
PLASTIC TRAFFIC ARROW
CO
= PRELEVEL WITH HMA CL 1/2" PG 64-22
CO
PLASTIC STOP LINE
PAVING FABRIC
ti
PLASTIC CROSSWALK LINE
O
N
I
I- I- HI t-
Cn CO ON (f)
0) _ TI
0
M M Co r) co I ,_
SAV 9Z I r^
SAVtZ SI')
S AV ZZ
SAVOZ
S 6
I-
0
co
0
SAV84
U)
SAV9Z
S lc
t•7
Ni SZ
zz z
t0 m
M f7
Co Co
ADJUST MANHOLE
CO
ASPHALT CONC. SPEED HUMP
N
ADJUST CATCH BASIN
0)
CEMENT CONC. APPROACH
N
N
0
z
D
0
0
I-
cW
o
J
CC
wU
<O
V
W 0
><
0 Z
0)
PRECAST DUAL FACED SLOPED MOUNTABLE CURB
M
N
ADJUST MONUMENT CASE AND COVER
0
SOD, INCL. 4" TOPSOIL
N
CEMENT CONC. CURB RAMP TYPE 1 PARALLEL
ASPHALT TRANSITION OR RAMP. 12:1 MAX. SLOPE.
U)
N
CEMENT CONC. CURB RAMP TYPE 2 PARALLEL
ASPHALT APRON
V—C(.1
CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION
CEMENT CONC. CURB RAMP TYPE 1 PERPENDICULAR
Q CO U 0
;i1
N
0
u)
N
F-
d
V
0
=N
N
M '4))
N
N
24+00 to 39+48
I-
z
W w
Q W
t 0 a. W
C7
CO od O W
m m W
O w H
SAMI-
Z Z Z
0
z
W
W
-J
w
x
CO
onCe
Wb�
< J
U
Z
U)
m J
= O
U =
U
z Z Z X
00
2
202 R-
_ CC 0
0 0
0 0 0 0 0
Z z Z Z Z
V/ V/
'F'-^ F -F'--^ F-'^ 'H'^
V) Cl)V/ v/ U) V)
XX UXXXXX
WWWWLUWWW
II II II II II II II II II
(7 �(� �-r
0 W F—� V(L ON �R[}y
Cv
O
.4 -
CO
O
<Lc)
0
z
a.
0
z
0
0
W
‘0'11-
Z
0
N<
L.L
W
a-
a -
LU a -
W
H
C
U
F- W
J
<0
2 Q
rnLL 0_
Q
C0
r A/
0
DESCRIPTION
INITIAL DESIGN
VERIFY SCALE
o
oZ_
0
W 0
0cca
cn?
S2
AV
6',7) Co'
r.
0o�
z< 2
L.11 1.71
6w<
O co
O LL x <
~ 0
PROJECT ENG:
a A
x
5 a
8
m
01
<<0
ti
W
te
tl..45V 4~S .1."0Pt
OCMAIIca
PIOQ • u...1V.64a....PIOA91)3FObe8/33Nizsmsold•. W'••0 C)Y•1dCf1111.�VV
1.31pouraa :Cd 111 I..VWV.I ryd roc' ILWn Asti ...mks.). is ted/.)3 •V•'OPI oc CK w.ne
Z08133HS 33S
3NI1HOiVW
N
['7
Si
C C_
f0 'O
a�
a)
-o
C
E
a) >
>
co0-
0- u) au)
o
oo
°__ 'E
E w N
L
113,
C
ma
0 c
SI)
W
in
x
•E X
CL M
a
0
C 5
LU
SIN
N
aa)i E
E
>
>
CO a
a N
N 0
o
0
c_ E
E
w m
m o)
ma
a c
To
W m
0)
C
'C
C a
-7 0)
mW
C
(1)
a) E
E
0 f6
oa
0
S O
C
c E
E
+� m
co cm
c)'c
f0
E
a
ac
C
W CO
311.1.11111 V'.
0
X
Si
C
C
C0
CT.
-c
a
NC
0 'o
LL
�NO3 N
(. r
C
(1)
aciE
E m
>
>
co EL
a cn
c
C C
E
wm
'm rn
c) C
•C6
Na
0_ c
W m
EXTRUDED CONC. CURB
Mem 1S Hltib£ S
+ N
=N
23RD AVE S
BEGIN OVERLAY
N
N
X
C')
N
c
e
C1
0)N
0)
N X
0))
CoD
pa a;enpd
C
0
aa)) E
E >
0
> a
ca
a o,
cn 0
c
O
C E
E 3
Lt-,
co c) 0)
C •C
C
moa a
a Ca)
0)
D)-,,,
W m m w
Co
N
0
•
C
N
co
N
0
f6
U)
1S $ .LZ 6 £ S
C
'0
co'
C
a)
E
CO
a
U)
0
C
E
m
c
C
C
m
a
C
a,
co
CONSTRUCTION NOTES:
CEMENT CONC. CURB AND GUTTER
M
CEMENT CONC. SIDEWALK
5/8" MINUS CSTC, COMPACTED 3'
WIDE MAX. BY OVERLAY DEPTH
HYDRANT MARKER, TYPE 2B
H I-- W
oga a
w o 0 .
H Z LL.
O
J
U � U
000 LL_ w
cc w 0 0�
Z
?m Q 0w
J C) cc _
O=w o cc co
w2X Q(X XIa-
< 0 =H 0 W
I0 a� <.5
-,511z�0 )-(/)
-3W1 WLI- 0Z
H0i <Z Ow 00
��O -I0 0U
IIL=L< uI U 1cco
N
M
CO
r
WIDEN ASPHALT ROADWAY
DETECTOR LOOP
PLASTIC TRAFFIC ARROW
h CC)
r r
SAWCUT ASPHALT PAVEMENT OR CONCRETE
= PRELEVEL WITH HMA CL 1/2" PG 64-22
• ui CO
PLASTIC STOP LINE
0)
PAVING FABRIC
r--
PLASTIC CROSSWALK LINE
O
N
ADJUST MANHOLE
ASPHALT CONC. SPEED HUMP
309 309
U
a 310
N
S
311
S 312
ADJUST CATCH BASIN
CEMENT CONC. APPROACH
N
N
0
z
0
cc
0
I—
W
00
J Q
Wtt U
<0
0
z0
<
0) CA
a_
2
W
0
z
W
0
W
-J
PRECAST DUAL FACED SLOPED MOUNTABLE CURB
SOD, INCL. 4" TOPSOIL
M
N N
ADJUST MONUMENT CASE AND COVER
CEMENT CONC. CURB RAMP TYPE 1 PARALLEL
ASPHALT TRANSITION OR RAMP. 12:1 MAX. SLOPE.
ASPHALT APRON
CO
N N
CEMENT CONC. CURB RAMP TYPE 2 PARALLEL
CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION
CEMENT CONC. CURB RAMP TYPE 1 PERPENDICULAR
Q m U 0
0 r
0
m 0
0
0es0
+, Y
Z =
al-
0
m
0
a7
co 0
WN
>
0 O
cc co
N
c.1
}
H
z
W
a
0
W
CD
0
W
0
z
W
0
0
W
0
W
z
W
0
H
C9
z
(OAU)
W W W
II II II
0
= MONUMENT CASE
H
z
}
W
ce
IL
0
z
z
m
0
Q
0
z_
0
0
I-
U)
C9
z
0
O
v
W
-J
0
2
CD
z
W
J
0
Z
z_
0
cc
O
0
z
0
m
z
0
I-
0
Z
0
z
H H H H H
0 0 0 Cl) N
W
I I
XXXX
W LU LU W
II II II II
LU H���((r 1
V(L J
= INLET PROTECTION
co
K
0
9
co
T"'"
CS
m
v
ti
l^
w w
J >
Q
00
2 LL
(n N
SITE PREPARATION & PAVING PLAN
0+26 TO 12+00
Cy:1.
_y
F-
W
CL
Q
co J
O
N W
0
0
z
0
()
W
Cl:
z
0
aUJ
0
z
0
DESCRIPTION
5
Z
LU
0
VERIFY SCALE
z�
oz
OZ
_
00
O+n CMVSBM�I.V�6 An.00IOLuNMo It),: • An.W'i.IMLCO KOZ,C,03/0f ) MLIVANMRIl d+*C+Q,' YA.HM.iwecAd'd 31,iW0o, :VPI MLC ImPIWUI CCI SOMI IIOCIU'L
...m .w>, www..0
PROJECT ENG:
1
I
I
C
0
x
0
o
C §
a
UC I
I10 lK PNS
I
RETURN TO: PW ADMIN EXT: 2700 ID #: i z., ;/)
CITY OF FEDERAL WAY LAW DEPARTMENT RROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / SfMej-S
�% /J
2. ORIGINATING STAFF PERSON: (f:F 4.11A8 �► 1 EXT: 272 1 3. DATE REQ. BY:
3. TYPE OF DOCUMENT (CHECK ONE):
o CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
o PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC
o PROFESSIONAL SERVICE AGREEMENT 0 MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT
o ORDINANCE ❑ RESOLUTION
❑ CONTRA AMENDMENT (AG#): ❑ INTERLOCAL
WORKS CONTRACT
(E.G. BOND RELATED DOCUMENTS)
OTHER illi 1�W ti Q it1 Wf\f
f
4. PROJECT NAME: 21) LAS AIII 4 V * a l.A . / 11 .
5. NAME OF CONTRACTORf LkCCA 13 SDYI5
ADDRESS: TELEPHONE:
E-MAIL:_ FAX:
11 ' ,' r
SIGNATURE NAME: k,1 ` f T TITLE: frt6itient-
Pt
6. EXHIBITS AND ATTACHMENTS: 0 SCOPE, WORK OR SERVICES ❑ COMPENSATION o INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS o PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. / /
7. TERM: COMMENCEMENT DATE: COMPLETION DATE:
8. TOTAL COMPENSATION: $ (INCLUDE
EXPENSES AND SALES TAX, IF ANY)
TITLES AND HOLIDAY RATES)
$
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES
REIMBURSABLE EXPENSE: ❑ YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT:
IS SALES TAX OWED: ❑ YES 0 NO IF YES, $
PAID BY: 0 CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: c RETAINAGE AGREEMENT
(SEE CONTRACT) OR =i RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE To:
9. DOCUMENT / CONTRACT REVIEW INITIA / DATEVIE ED INITIAL / DATE APPROVED
APROJECT MANAGER / 3130I it
❑ DIVISION MANAGER / 1/(\k `; all
%�7 DEPUTY DIRECTOR �/ ` (�
Xf DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
X1 LAW DEPT U 13//€
10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 'W L
II' DATE REC'D: jQ ` ! —I f
o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
') LAW DEPT 4-��TI PRL
ASIGNATORY (R�U CTORI_D \''-s/
I '
/�1R
CITY CLERK tir] f VUL
( — k.ilc(* ie, -c
.��-�#t- AG# �/
//�.'
o SIGNED COPY RETURNED DATE SENT: num
t�RETURNORIGINAIS
COMMENTS: /
,✓"
'.
`. tm. W► %lA "`�'-�' tun,/v o pip r
EXECUTE " " ORIGINALS 1 15 Y7 O Cit", cr l ra ose
��j
4/2017
RETAINAGE BANK ACCEPTANCE AGREEMENT
The undersigned financial institution ("Bank") hereby accepts that certain Contractor's Retainage
Option provided to the City of Federal Way ("City") by Tucci & Sons, Inc., ("Contractor") dated
March 27, 2018, a copy of which is attached hereto as Exhibit "A" and incorporated by this reference,
providing Contractor's instructions to invest retainage equal to five percent (5%) of the total contract
amount ("Retainage Funds").
The Retainage Funds shall be on deposit at the cSei-t-emik- branch, under
account no. 300tifiC € ("Account"), payment of which shall be made upon demand by the City
with no other conditions of release of the Account. The Bank agrees to hold the Account, without
deduction or withdrawal, until it receives a written notice from the City authorizing the release of the
Retainage Funds to either the City and/or the Contractor. The Bank acknowledges that it has no duty to
evaluate any dispute which may exist between the City and Contractor regarding the Account and shall
not interplead or in any manner delay payment of the Account to the City, upon its demand. The Bank
hereby agrees to bind itself, and its heirs, executors, administrators and assigns, jointly and severally.
STATE OF WASHINGTON )
) ss.
COUNTY OF A ,r.lh )
04,564,„ -roA --1 e -t --41
(BANK
BY:
Signature/outhorized ersonnel, (To be notarized below)
ITS: Cr,, K.aT See'/u-&
(TITLE)
•
/05o0 AIE P'T &ir 1100
c U. LVLL€ , OA_ 9 koc` l
(ADDRESS)
Liz --6- '7 o9 — (p
(PHONE)
On this day personally appeared before me Urc /- ALSS , to me
known to be the Cue erSZi-+x I4 KL -of tO•Ku .17-14-5-r— c5r,J lG , the corporation
that executed the within and 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 he/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 hereto affixed t ' ( day of 4 t , 20 It, .
-4.4411-04
N ALF ,i Printed Name of Notary: ,j' ,OA)A SOt�.
P 0sioN FXA, • 019
Rev: Z ▪ 8 j NOTARY 's
B () s PUBLIC r
1;"0>• 1:* •'. �4- j 1-0.0._‘.•+ � ��
di
'ill, iW;S• N.0
Notary Public in and for the State of Washin ton.
My commission expires: Oy— 1 1
1
3/18
CITY OF DERAL W
By:
ATTEST:
S'p ie Courtney, C ity Clerk
APPROVED AS TO FORM:
f p (J. Ryan Call, City Attorney
Marwan alloum, Public Works Director
33325 8th Ave S
Federal Way, Washington 98003-6325
2
3/18
EXHIBIT A
EXHIBIT C
CONTRACTOR'S RETAINAGE OPTION
IDENTIFICATION AND DESCRIPTION
Project Title: 2018 Asphalt Overlay Project
RFB No: 18-001
Contractor: ]joci & Sons. Inc.
GENERAL REQUIREMENTS
1. In accordance with applicable State Statutes, a contract retainage not to exceed five percent of the moneys
earned by the contractor will be reserved by the City.
2. All investments selected are subject to City approval.
3. The final disposition of the contract retainage will be made in accordance with applicable State Statutes.
CONTRACTOR'S INSTRUCTIONS
Pursuant to RCW 60.28.011 I hereby notify the City of Federal Way of my instructions for the retainage withheld under
the terms of this contract:
El Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor.
fl
Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and loan
association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a separate "City of
Federal Way Retainage Bank Acceptance Agreement" upon contract award. The City will provide the agreement
to the Contractor if this option is selected.
El Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have escrow account
holder execute a separate "City of Federal Way Construction Retainage Escrow Agreement" upon contract
award. The City will provide the agreement to the Contractor if this option is selected. All investments are
subject to City approval. The cost of the investment program, and risk thereof, is to be borne entirely by the
contractor.
Cl Option 4: Contractor shall submit a "Retainage Bond" on City -provided form (Exhibit D of this Agreement).
Contracto
ichael F Tucci President
Signature Date
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
53
RFB # 18-001
2018
3
3/18
RETURN TO: PW ADMIN EXT: 2700 ID #: 01 q 8 + .323-/
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / S I RI Ci
�j
2. ORIGINATING STAFF PERSON: j G F F t{ UYt I FI EXT: ;2721 3. DATE REQ. BY: -t/ i ( 6( CLS
3. TYPE OF DOCUMENT (CHECK ONE): -V
� (��
K CONTRACTOR SELECTION DOCUMENT (E.G., RFB RFP, RFQ) 1/1,7,4
71. PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT (51/0--
✓ yr 1,
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT G() 4)4 -r
o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
o ORDINANCE o RESOLUTION
o CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL
❑ OTHER
AL-1 O V E I� LA �f pRo 5 c
4. PROJECT NAME: 2.O I-VIK
SAS
5. NAME OFCOONTRACTOR: I} WI £ SDM9 (NC/
t�
ADDRESS: 42-2-44UJ IP.Y 4 � TQC:YYlci , I/VA qB+4'3 TELEPHONE: 2.3 9Z2-(A(WI(p
E-MAIL: FAX: r2-3 9 22' ZAD7 (p
SIGNATURE NAME: MiCI'IL1t F. TtCL TITLE: 1 rtsC".4eI \i'
6. EXHIBITS AND ATTACHMENTS: Ty1 SCOPE, WORK OR SERVICES ❑ COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS 0 PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES � 0 PRIORR CONTRACT/AMENDMENTS
CFWLICENSE#D9 IofL{'(-( BL, EXP. 12/31/lg [Hof 1f (72-k 315,EXP. 3 /31/1.-I
IIS7. TERM: COMMENCEMENT DATE: if COMPLETION DATE: �%c W OY�I �G
8. TOTAL COMPENSATION: (INCLUDE EXPENSES AND SALES TAX, IF NY
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES IO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: 0 YE O IF Y $ PAID BY: 0 CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: (L �J', AGREEMENT (SEE CONTRACT) OR RETAINAGEABOND PROVIDED
/�/�XRE/TA/INAGE
(❑
PURCHASING: PLEASE CHARGE TO: ) G c _ LILY ei-✓ 7 - GC-I(b - 3o - "' v/
.,}��i �6
Avract-
1•TTJ co V
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
-4/41,2,44k
1S1 PROJECT MANAGER / 12ii-i-tz.UI-3 -13--i -
X DIVISION MANAGER 1
X DEPUTY DIRECTOR _ �tr�ji7 i 7 (`(�
Ix DIRECTOR �- 111 s (S $ 46� :.. "72 0,
❑RISK MANAGEMENT (IF APPLICABLE)
! //'O�
Q IA LAW DEPT 1 /3/,aJJ VIS ®720e/16
G
10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: 1 I $ I o COUNCIL APPROVAL DATE: el F /(7 4
3 12 l: Away 3 2-0 I IS wau-
11. CONTRACT SIGNATURE ROUTING �j
ENT TO V ENDOR/CONTRACTOR DATE SENT: DATE REC'D: ` 1 g
6 ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, NSES, EXHIBITS
o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE .
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
I . , TIAL / DATE SIGNED
r
T 1 ' ./.IE
'LAW
DEPT -
IK
SIGNATORY (MAYOR ���I��,y�
CITY CLERK ��1��lr�I & .
ASSIGNED AG # AG i r%
SIGNED COPY RETURNED DATE SENT: iZ1EEIREfI
»ETURN GiQE'ORIGINALS
COMMENTS: Z-
XECUTE " " ORIGINALS
.
PISS ivx Fess. Rova)4- c tree ► �I""""- •
- + �11e1 OokC a d 1 ii nMe 1n! 5v".
( Mee � 4d e ii 1 P <✓ d (.✓ Ity/eta v�Vt �c �'� tea- �� to-0,4
4/2017
1
F 0.0448.0„
Federal Way
ORIGINAL CONTRACT #1 OF 3
CITY CLERK
1
BID AND CONTRACT DOCUMENTS
' AND
1
SPECIFICATIONS
' FOR
2018 ASPHALT OVERLAY PROJECT
1
1 RPB # 18-001
1
City of Federal Way
City Hall Hylebos Conference Room
33325 Eighth Avenue South
Federal Way, WA 98003
Mailing Address:
City of Federal Way
PUBLIC WORKS DEPARTMENT
Federal Way, WA 98003-6325
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
2018 ASPHALT OVERLAY PROJECT
RFB # 18-001
Bids Accepted Until 10:00 a.m., January 31, 2018
Bids Opened 10:10 a.m., January 31, 2018
AT:
City of Federal Way
City Hall Hylebos Conference Room
33325 Eighth Avenue South
Federal Way, WA 98003
Prepared By:
PUBLIC WORKS DEPARTMENT
CITY OF FEDERAL WAY, WASHINGTON
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
2
RFB # 18-001
2018
TABLE OF CONTENTS
PAGE
PUBLIC NOTICE — REQUEST FOR BIDS 4
BIDDER'S CHECKLIST 6
SECTION 1: INSTRUCTIONS TO BIDDERS 8
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 15
NO BID RESPONSE FORM (Attachment A) 21
BID FORM (Attachment B) 22
BID SCHEDULE (Attachment C) 24
BID SIGNATURE PAGE (Attachment D) 29
BID BOND FORM (Attachment E) 30
SUBCONTRACTOR LIST (Attachment F) 31
COMBINED AFFIDAVIT AND CERTIFICATION FORM (Attachment G) 32
CONTRACTOR'S COMPLIANCE STATEMENT (Attachment H) 34
CONTRACTOR CERTIFICATION — WAGE LAW COMPLIANCE (Attachment I) 35
PUBLIC WORKS CONTRACT (Attachment )) 36
(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 Option
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
INTRODUCTION TO SPECIAL PROVISIONS BLUE PAGES
STANDARD PLANS AND DETAILS (Appendix A) WHITE PAGES
PREVAILING WAGES AND BENEFIT CODE KEY (Appendix B) YELLOW PAGES
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
3
RFB # 18-001
2018
CITY OF FEDERAL WAY
REQUEST FOR BIDS
2018 ASPHALT OVERLAY PROJECT RFB # 18-001
SUBMITTAL OF SEALED BIDS:
Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through
January 31, 2018 at 10:00 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 10:00 a.m. on said date will not be considered.
BID OPENING:
All bids will be opened and read publicly aloud at 10:10 a.m. on January 31, 2018 at City Hall
Hylebos Conference Room, 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.
Furnishing all materials, equipment, tools, labor, and other work or items incidental thereto
(excepting any materials, equipment, utilities or service, if any, specified herein to be furnished by
the Owner or others), for the construction, sequencing and traffic control plan for overlaying
existing asphalt concrete pavement in up to four (4) different locations within the City of Federal
Way. The work shall include, but is not limited to: Hot Mix Asphalt (HMA Cl. 1/2" PG 64 -22)
pavement overlay (approximately 6,580 tons), roadway excavation, planing bituminous pavement,
pavement repair, removal and replacement of curb and gutter, sidewalk, concrete approach, curb
ramps, traffic curb, repairing or re -aligning manholes and catch basins, traffic signal detection
loops, pedestrian push button, channelization, restoration, utility adjustments, and all items
necessary to complete the work as described in the Contract Documents.
The Contractor shall complete all work within 65 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 now on file in the Purchasing Office of the City of Federal Way. Any questions
concerning the description of the work contained in the contract documents must be directed to
Jeff Huynh, Street Systems Engineer, by email at jeff.huynh©acityoffederalway.com, or by letter
addressed to Jeff Huynh, Street Systems 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
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
4
RFB # 18-001
2018
addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303
should you require assistance with access or registration.
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 by 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 10th day of January, 2018.
Dates of Publication:
Daily Journal of Commerce: January 13, 2018
January 20, 2018
Federal Way Mirror:
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
5
January 12, 2018
January 19, 2018
RFB # 18-001
2018
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.
Bid Form (Attachment B)
The Bid Form shall be completed and fully executed, including filling in the total bid amount.
Bid Schedule (Attachment C)
The unit prices shall be set forth in the space provided.
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. (This section may/may not apply)
Combined Affidavit and Certification Form (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.
Contractor Certification Wage Law Compliance (Attachment I)
The Contractor's Compliance Statement shall be filled in and fully executed by the bidder.
Contractor's Certificate of Registration
The bidder shall provide a copy of Contractor's current registration with the State of
Washington.
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
2018 Asphalt Overlay Project
RFB ver. 4-17
6
RFB # 18-001
2018
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 .3)
The successful bidder will fully execute and deliver to the City the 2018 ASPHALT OVERLAY
PROJECT Public Works Contract ("Contract") from these Bid Documents.
Contractor's Retainage Option (Exhibit C)
The successful bidder will fully execute and deliver to the City the Contractor's Retainage
Option.
Retainage Bond (Exhibit D) — If Applicable
The successful bidder will fully execute and deliver to the City the Contractor's Retainage
Bond) (if applicable)
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
2018 Asphalt Overlay Project
RFB ver. 4-17
7
RFB # 18-001
2018
SECTION 1: INSTRUCTIONS TO BIDDERS
1-1 Time and Place for Submission and Opening of Bids
Sealed bids must be submitted by 10:00 a.m. local time on January 31, 2018, 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 City
Hall Hylebos Conference Room on January 31, 2018 at 10:10 a.m. local time.
The City's Purchasing Coordinator must receive the sealed bid before the time and date
specified in order to be considered. Telex or facsimile bids will not be accepted. The bidder
accepts all risks of late delivery of mailed bids or of misdelivery regardless of fault. Late bids
will be returned unopened.
If, after reviewing this document the bidder chooses not to submit a bid, the bidder may
complete and return the "No Bid Response Form" provided as Attachment "A" by the date
and time indicated above.
1-2 Bid Form
Bids shall be made on the "Bid Form" (Attachment "B") issued by the City as part of these
contract documents, without reservation or amendment. Bids must be typewritten or printed
in ink. Upon completion, the Bid Form and the bid bond or certified check and any
requested information shall be placed in a sealed envelope. On the outside of the envelope,
place the bid name, bid number and the time bids are due.
1-3 Bid Signature
All bids shall give the total bid price and shall be signed in ink by the bidder or their
authorized representative, with the address. If the bid is made by an individual, the name,
signature, and address must be shown. If the bid is made by a firm or partnership, the
name and address of the firm or partnership and the signature of at least one of the general
partners must be shown. If the bid is made by a corporation, the bid shall show the title of
the person authorized to sign on behalf of the corporation, his or her title and the address.
The City reserves the right to request documentation showing the authority of the individual
signing the bid to execute contracts on behalf of anyone, or any entity, other than
himself/herself. Refusal to provide such information upon request may cause the bid to be
rejected as nonresponsive.
1-4 Bid Withdrawal Due to Error
Bids may not be withdrawn due to a claim of error in a bid unless written notice of such
claim and supporting evidence for such claim including cost breakdown sheets are delivered
to the City within forty-eight (48) hours prior to the opening of bids.
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
8
RFB # 18-001
2018
1-5 Modification of Bid
A modification of a bid already received will be considered only if the modification is
received prior to the time announced for bid opening. All modifications shall be made in
writing, executed, and submitted in the same form and manner as the original bid.
1-6 Examination of Bid and Contract Documents — Bidder Responsibilities
The submission of a bid shall constitute an acknowledgment upon which the City may rely
that the bidder has thoroughly examined and is familiar with the bid and contract
documents and has reviewed and inspected all applicable federal, state and local statutes,
regulations, ordinances and resolutions dealing with or related to the equipment and/or
services to be provided herein. The failure or neglect of a bidder to examine such
documents, statutes, regulations, ordinances or resolutions shall in no way relieve the
bidder from any obligations with respect to the bidder's bid or the contract documents. No
claim for additional compensation will be allowed which is based upon a lack of knowledge
of any contract documents, statutes, regulations, ordinances or resolutions. Bidders shall
visit delivery and service locations(s) as required. Bidders shall become familiar with and
verify any environmental factors, which may impact current or future prices for this
requirement.
1-7 Interpretation of Bid and Contract Documents
No oral interpretations will be made to any bidder as to the meaning of the bid or contract
documents and no oral communications will be binding upon the City. Requests for an
interpretation shall be made by email, or by mail, and delivered to the Engineer listed in the
Request for Bids at the address indicated in Section 1-1, at least three (3) days before the
date announced for opening the bids. Any interpretation deemed necessary by the City will
be in the form of an addendum to the bid documents and when issued will be sent as
promptly as is practical to all parties to whom the bid documents have been issued. All such
addenda shall become part of the bid.
1-8 Addenda
Each bid shall include acknowledgment of receipt and review of all addenda issued during
the bidding period on the Bid Form.
1-9 Bid Price
The bid price shall include everything necessary for the completion of the contract including,
but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all
management, superintendence, labor and service, except as may be provided otherwise in
the contract documents. All Washington State sales tax and all other government
taxes, assessments and charges shall be included in the various Bid item prices
as required by law. The offer shall remain in effect ninety (90) days after the bid opening.
In the event of a discrepancy between a unit price and an extended amount and/or the total
price, the unit price will govern and the extended amount and/or total price will be
corrected accordingly; however, downward correction of a bid, which would displace the
apparent low bidder, will only be permitted if the error made and the intended bid price can
be determined solely from the bid documents.
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
9
RFB # 18-001
2018
1-10 Postponement of Bid Opening
The City reserves the right to postpone the date and time for the opening of bids by
announcing such postponement at any time prior to the date and time announced in these
documents.
1-11 Rejection of Bids
A. The City reserves the right to reject any bid for any reason including, but not limited to,
the following: any bid which is incomplete, obscure, irregular or lacking necessary detail
and specificity; any bid which omits a price on any one or more items on the Bid Form
and Bid Schedule; any bid in which prices are unbalanced in the opinion of the City; any
bid accompanied by insufficient or irregular bid bond; any bid from bidders who (in the
sole judgment of the City) lack the qualifications and/or responsibility necessary to
perform the work after considering the elements in Section 1-14.B; any bid for which a
bidder fails or neglects to complete and submit any qualifications information within the
time specified by the City and as may be otherwise required herein; and, any bid
submitted by a bidder who is not registered or licensed as may be required by the laws
of the State of Washington.
B. The city further reserves the right to reject any portion of any bid and/or to reject all
bids. In consideration for the City's review and evaluation of its bid, the bidder waives
and releases any claims against the City arising from any rejection of any or all bids.
1-12 Alterations to Documents Prohibited
Any addition, limitation or provision attached to the bid may render it informal or
nonresponsive and cause its rejection. Alteration by erasure or interlineations must be
explained or noted in the bid form over the signature of the bidder. No oral, telegraphic or
telephonic bids or modifications will be considered.
1-13 Disqualification of Bidder
If, in the opinion of the City, there is reason to believe that collusion exists among bidders,
none of the bids of the participants in such collusion will be considered. All bidders are
required to submit the Affidavit of Non -Collusion (Attachment G) with their bids.
1-14 Evaluation of Bids
It is the intent of City to award a contract to the lowest responsive bid by a responsible
bidder as evaluated by the City. The bidder may be required by the City to submit
documentation demonstrating compliance with the criteria.
A. Responsiveness — The bidder must complete all required forms and bid documents and
provide all required and requested information. Refusal to provide such information may
cause the bid to be rejected. The City will consider all the material submitted by the
bidder to determine whether the bid is in compliance with the bid terms and documents
and responsive to the requested work.
B. Responsibility — The City will consider all the material submitted by the bidder, and other
evidence it may obtain including information from previous project owners, to determine
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
10
RFB # 18-001
2018
whether the bidder is responsible. The bidder must meet the following bidder
responsibility criteria and supplemental bidder responsibility criteria to be considered a
responsible bidder:
1. Mandatory Bidder Responsibility Criteria
a. Have a current certificate of registration as a contractor in compliance with
Chapter 18.27 RCW, which must have been in effect at the time of bid
submittal;
b. Have a current Washington Unified Business Identifier (UBI) number;
c. If applicable:
i. Have Industrial Insurance (workers' compensation) coverage for the
bidder's employees working in Washington, as required in Title 51
RCW;
ii. Have a Washington Employment Security Department number, as
required in Title 50 RCW;
iii. Have a Washington Department of Revenue state excise tax registration
number, as required in Title 82 RCW;
d. Not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3).
e. Within a three-year period immediately preceding the date of the bid
solicitation, the bidder shall not be a willful violator, as defined in RCW
49.48.082, of any provision of Chapters 49.46, 49.48, or 49.52 RCW, as
determined by a final and binding citation and notice of assessment issued by
the Department of Labor and Industries or through a civil judgment entered
by a court of limited or general jurisdiction.
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.
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
11
RFB # 18-001
2018
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
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.
d. Under penalty of perjury, the bidder shall provide certification that the bidder
is in compliance with the responsible bidder criteria in section 1-14(B)(2)(d)
and referenced wage payment statutes under RCW 39.04.350(1)(g) and (2).
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. Attachment A— No Bid Response Form, if applicable.
B. Attachment B- Bid Form.
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
12
RFB # 18-001
2018
C. Attachment C— Bid Schedule.
D. Attachment D— Bid Signature Page.
E. Attachment E— Bid Bond Form.
F. Attachment F— Subcontractor List. (May Not Apply)
G. Attachment G— Combined Affidavit and Certification Form.
H. Attachment H— Contractor's Compliance Statement.
I. Attachment/ —Contractor Certification - Wage Law Compliance
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
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
13
RFB # 18-001
2018
(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.
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.
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
14
RFB # 18-001
2018
' 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
Federal Way, Washington 98003-6325
Attention: Bid Protest -- 2018 Asphalt Overlay Project RFB# 18-001
' 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.
1 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 Jeff
Huynh, Street Systems Engineer. Questions by the Contractor regarding interpretation of
' the terms, provisions and requirements of this contract shall be addressed to Jeff Huynh,
Street Systems 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,
City of Federal Way RFB # 18-001
' 2018 Asphalt Overlay Project 15 2018
RFB ver. 4-17
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;
Bid Form; Bid Signature Page; Instructions to Bidders; Bid Bond; 2018 Asphalt Overlay
Project Contract; General Contractual Terms and Conditions; Contractor's Compliance
Statement; Combined Affidavit and Certification Form; Technical Specifications; Notice of
Completion of Public Works Contract attached s Exhibit A; Contract Change Order
Agreement attached as Exhibit B; Notice to Labor Unions or Other Employment
Organizations Nondiscrimination in Employment attached as Exhibit C; Certificate(s) of
Insurance Form attached hereto as Exhibit D; Performance/Payment Bond attached hereto
as Exhibit E; Title VI Assurances attached as Exhibit F; Addenda and Change Orders; 2018
Asphalt Overlay Project Special Provisions; 2016 WSDOT / APWA Standard Specifications for
Road, Bridge and Municipal Construction; Contract Special Provisions; Standard Plans and
Details attached as Appendix A; Current Prevailing Wage Rates and Benefit Code Key
attached as Appendix B; and all other Appendices attached hereto and incorporated by this
reference, (collectively the "Contract Documents").
The contract documents are intended to be complementary so that what is required by any
one of them shall be as binding as if called for by all of them. In the event of any conflicting
provisions or requirements within the several parts of the contract documents, the City will
issue an interpretation regarding the controlling provision, which interpretation shall be
binding.
2-4 Charges to Contractor
Charges which are the obligation of the Contractor under the terms of the contract shall be
paid by the Contractor to the City on demand and may be deducted by the City from any
money due or to become due to the Contractor under the contract and may be recovered
by the City from the Contractor or its surety.
2-5 Change Orders
The City may, at any time, without notice to the sureties, by written order designated or
indicated to be a change order, make any change in the specifications within the scope of
this contract. Oral orders will not be binding on the City unless confirmed in writing by the
City. Except as provided herein, no order, statement, or conduct of the City will be treated
as a change hereunder or will entitle the Contractor to an equitable adjustment.
If any change hereunder causes an increase or decrease in the Contractor's cost of, or time
required for, the performance or any part of the work under this contract, an equitable
adjustment will be made and the contract modified in writing accordingly. However, no
claim will be allowed for any costs incurred more than five (5) days before the Contractor
gives written notice as required.
If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall,
within five (5) days after receipt of a written change order form from the City or after giving
the City the written notice required above, as the case may be, submit to the City a written
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
16
RFB # 18-001
2018
statement setting forth the general nature and monetary extent of such claim; provided the
' City, in its sole discretion, may extend such five (5) day submittal period upon request by
the Contractor. The Contractor shall supply such supporting documents and analysis for the
claims as the City may require to determine if the claims and costs have merit.
No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted
after final payment under this contract.
2-6 Work and Materials Omitted
' The Contractor shall, when directed in writing by the City, omit work, services and materials
to be furnished under the contract and the value of the omitted work and materials will be
deducted from the contract price and the delivery schedule will be reviewed if appropriate.
' The value of the omitted work, services and materials will be a lump sum or unit price, as
mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree
on an appropriate deduction, the City reserves the right to issue a unilateral change order
adjusting the price and the delivery schedule.
2-7 Washington State Sales Tax
' The Contractor shall make payment directly to the State for all applicable Washington State
sales taxes and all other governmental taxes, assessments and charges.
' 2-8 Shipping Charges
' All prices shall include freight. Requests for additional compensation for freight charges will
be rejected by the City.
1 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
1 City shall assign any interest, obligation or benefit under or in this contract or transfer any
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project 17 2018
' RFB ver. 4-17
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
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 Section 1.3 of Attachment I, 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.
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
18
RFB # 18-001
2018
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.
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.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project 19 2018
RFB ver. 4-17
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
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
2018 Asphalt Overlay Project
RFB ver. 4-17
20
RFB # 18-001
2018
Attachment A
NO BID RESPONSE FORM
When submitting a "No Bid," mail this completed form to Federal Way Purchasing, 33325 8th
Avenue South, Federal Way, Washington 98003-6325. Be sure the form is in a sealed envelope with
the bid number and bid title indicated on the outside of the envelope. The form must be received
by the date and time specified for the bid opening as indicated in Section 1-1. Failure to return this
form if not submitting a formal bid, may result in your firm being removed from the City's master
bidder's mailing list.
Bid Number:
Bid Title:
RFB No. 18-001
2018 Asphalt Overlay Project
❑ Cannot comply with specifications.
o 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:
a 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
2018 Asphalt Overlay Project
RFB ver. 4-17
21
RFB # 18-001
2018
Attachment B
BID FORM
CITY OF FEDERAL WAY
2018 ASPHALT OVERLAY PROJECT
BID FORM
Bidder: TUCCI & SONS, INC.
Date: JANUARY 31, 2018
ITEM
BID AMOUNT
A) Schedule A — 5 312`h St
$'184 6514.75
Schedule B — 23rd Ave S
$ Tit. 423.90
C) Schedule C — Weyerhaeuser Way S Pavement
Repair
$
I`S1g31.54
D) Schedule D — S 328th St Pavement Repair
$ 35, 84'i . (03
TOTAL BID AMOUNT
(including Washington State sales tax, all other
•overnment taxes assessments and charges)
$419 91 c 35
1
To City Council Members
City of Federal Way
33325 8th Ave South
Federal Way, Washington 98003-6325
Pursuant to and in compliance with your advertisement for bids for construction of 2018 Asphalt
Overlay Project, and other documents relating thereto, the undersigned has carefully examined all
of the bid and contract documents as the premises and conditions affecting the delivery, supply and
maintenance of 2018 Asphalt Overlay Project, and hereby proposes to furnish all labor, materials
and perform all work as required in strict accordance with the contract documents, for the above -
referenced amount, inclusive of Washington State sales tax and all other government taxes,
assessments and charges as required by law.
The required bid security consisting of a certified check, bid bond, or cashier's check in an amount
of not less than five percent (5%) of the total amount bid is attached hereto, which it is agreed
shall be collected and retained by the City as liquidated damages in the event this bid is accepted
by the City within forty-five (45) calendar days after the day of the bid opening and the
undersigned fails to execute the 2018 Asphalt Overlay Project Public Works Contract and to provide
the required certificate of insurance to the City, under the conditions thereof, within ten (10)
calendar days after the Notice of Award; otherwise said Bid Security will be returned to the
undersigned.
Bond or Certified Check BID BOND Dollars ($ 5% )
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 RFB # 18-001
2018 Asphalt Overlay Project 22 2018
RFB ver. 4-17
Receipt of the following Addendums is hereby acknowledged:
Addendum No. Date Issued: O1/2q/20)
Addendum No. Date Issued:
Addendum No. Date Issued:
CORPORATION TUCCI & SONS, INC.
Corporation/Partnership/Individual Firm Name
(Delete Two)
TUCCIS*379N0 1,
Bidder's State License No. Signature
278-021-315 MICHAEL F. TUCCI, PRESIDENT
Bidder's State Tax No. Title
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
23
RFB # 18-001
2018
NOTE:
ATTACHMENT C
CITY OF FEDERAL WAY
2018 ASPHALT OVERLAY PROJECT
BID SCHEDULE
Unit Prices for all iters, all extensions, and the total amount of the bid must be shown. Show unit prices in legible figures. Where
conflict occurs between the unit price and the total amount named for any item, the unit price shall prevail, and the totals shall be
corrected to conform thereto.
SCHEDULE A - S 312TH ST (PACIFIC HWY S TO 28TH AVE S)
ITEM
NO.
ITEM DESCRIPTION
APPROX.
QUANTITY
UNIT
UNIT
PRICE
TOTAL
BID
1
1-09
Mobilization
1
LS
10 r 000•°
—7011)30.60
2
1-10
Flaggers and Spotters
1,100
HR
$52.00
$57,200.00
3
1-10
Other Traffic Control Labor
100
HR
$52.00
$5,200.00
4
1-10
Off Duty Uniformed Police Officer
288
HR
$75.00
$21,600.00
5
1-10
Portable Changeable Message Sign
32
DAY
Q O."
25(90.°
6
2 01
Roadside Cleanup
1
FA
$3,000.00
$3,000.00
7
2-02
Asphalt/Cement Concrete Sawcutting
10,568
LF
0.01
0.
105 jog
8
2-03
Roadway Excavation Incl. Haul
350
CY
A
124.0°
43,400.c°
9
2-12
Construction Geosynthetic for Separation
1,200
SY
0•50
4�•�
10
4-04
CSTC for Pavement Repair & Roadway Widening, Incl. Haul
200
TN
110. Od
3 20 0. DO
11
4 04
Maintenance Rock for Shoulder Reconstruction, Incl. Haul
55
TN
p 00
O�•
4+00_
12
5 04
Planing Bituminous Pavement
8,472
SY
4.1-03%,Z7i0.go
13
5 04
HMA Class 1/2" PG 64-22
3,096
TN
la O00OD
2�2rq) 2.
14
5-04
HMA Class 1/2" PG 64-22 for Pavement Repair & Roadway
Widening
700
TN
11-D.00
84, 000 • cc)
15
7-05
Adjust Manhole
g
EA
g5o.OD
gsso• D°
16
7-05
Adjust Catch Basin
10
EA
960•DO
—�y
! 5 00.
17
7-05
Install Conversion Riser for Type I Catch Basin
3
EA
1000.00
3pCID, OO
18
7 05
Repair or Rebuild Manhole
2
EA
DO
1500.
VU
3000.
19
7-05
Adjust Existing Utility to Grade
1
EA
1000,°°
1000. O
20
8.02
Sod Lawn, Incl. 4 In Topsoil
SY
SQ
0020
/00 0.
21
8-04
Cement Conc. Curb and Gutter
26
LF
(00. p0
2b00.- 07 p
22
8 07
Precast Sloped Mountable Curb
5
LF
22.00
1/0-6°
City of Federal Way
2018 Asphalt Overlay Project
PWC ver. 415
2:f
RFB # 18-001
2018
23
8.07
Precast Dual Faced Sloped Mountable Curb
APPROX.
QUANTITY
LF
00
260.°49115
24
8-09
Raised Pavement Marker, Type 2
6.4
HUND
450.°O
2980 .00
2
25
8-09
Hydrant Marker, Type 2B
8
EA
Is.00
120.00
26
8-13
Adjust Monument Case & Cover
3
EA
400.0°
1200.00
27
8-14
Cement Conc. Sidewalk
80
SY
I00,°°
$000.0°
28
8-14
Cement Conc. Approach
32
SY
125.00
40490.00
29
8-14
Cement Conc. Curb Ramp Type 1 Parallel
5
EA
5200.0°
2-4000.00
30
8-14
Cement Conc. Curb Ramp Type 2 Parallel
2
EA
520.0°
10, 40°. DO
31
8-14
Cement Conc. Curb Ramp Type 1 Perpendicular
9
EA
4500. a°
40, 500. 00
32
8-14
MMA -Style Truncated Dome Detectable Waming Surface
10
SF
1b0. p0
1000. 00
33
8_20
Pedestrian Push Button
2
EA
5000. 00
10, 000. 00
34
8-22
Detector Loop
43
EA
760.00
32, 680.0°
35
8-22
R3 -9A and R3 -9B L Sign and Post
2
EA
600.0°
1.000. O0
36
8-22
Painted Traffic Arrow
3
EA
'l Q a 00
270. OO
37
8-225
Painted Bike Symbol
EA
.50. 00
7 S 0. "
38
8 22
Plastic Shared Lane Marking
28
EA
35G, Op
9 S ao. 00
39
8-22
Profiled Plastic Line
14,220
LF
1.90
27, ol?. °O
40
8-22
Plastic Edge Line
2,914
LF
I. 30
3788.20
41
8-22
Profiled Plastic Wide Line
1,071
LF
340
3745. SD
42
8-22
Profiled Plastic Dotted Wide Line
300
LF
5. SO
I6 0.00
43
8 22
Plastic Crosswalk Line
1,290
LF
�'• 20
5918, 00
44
8-22
Plastic Stop Line
177
LF
/
6.go
1203.40
45
9-29
Plastic Traffic Arrow
26
EA
134,0°
3484. 00
SUBTOTAL SCHEDULE A 7 1i 65q.-18.
SCHEDULE B - 23RD AVE S (S 312TH ST TO S 319TH PL
ITEM
NO.
ITEM DESCRIPTION
APPROX.
QUANTITY
UNIT
UNIT
PRICE
TOTAL
BID
1
1 09
Mobilization
1
LS
a0
4 �, OOo.
' i 00
2
1-10
Flaggers and Spotters
670
HR
$52.00
$34,840.00
3
1-10
Other Traffic Control Labor
50
HR
$52.00
$2,600.00
City of Federal Way
2018 Asphalt Overlay Project
PWC ver. 4-15
25
RFB # 18-001
2018
4
1-10
Off Duty Uniformed Police Officer
144
HR
$75.00
$10,800.00
5
1-10
Portable Changeable Message Sign
52
DAY
80• QO
4u2o 00
6
2 O1
Roadside Cleanup
1
FA
$4,000.00
$4,000.00
7
2-02
Asphalt/Cement Conc. Sawcutting
5,000
LF
0.011
50.00
8
2-03
Roadway Excavation Incl. Haul
215
CY
124.0°
2(Q/440.00
9
2-12
Construction Geosynthetic for Separation
1,000
SY
aSO
r 00.0
$
10
4-04
CSTC for Pavement Repair & Roadway Widening, Incl. Haul
200
TN
16 • 00
.3200. OD
11
5-04
Planing Bituminous Pavement
7,198
SY
LA 90
2
.31, 671.2°
12
5-04
HMA Class 1/2" PG 64-22
1,730
TN
73. OD
124,2 90 00
13
5-04
HMA Class 1/2" PG 64-22 for Pavement Repair & Roadway
Widening
440
TN
111.00
Q 00
9S0•
^
r �l1 K'8D.
OD
13 p CO.
14
7-05
Adjust Manhole
4
EA
15
7-05
Adjust Catch Basin
3
EA
9So °O
285o. D0
16
7-05
Install Conversion Riser for Type I Catch Basin
1
EA
/000• 00
/000.
17
8-02
Sod Lawn, Incl. 4 In Topsoil
3
SY
34V.0°%OO.
OD
18
8 13
Adjust Monument Case & Cover
1
EA
�0••
00
19
8-04
Cement Conc. Curb and Gutter
13
LF
266:00
13250. °D
20
8-09
Raised Pavement Marker, Type 2
3.4
HUND
333.0°
1/32.10
21
8-09
Hydrant Marker, Type 2B
3
EA
8. p0
DO
21.•
22
8-14
Cement Conc. Sidewalk
18
SY
200, 00
.3600. 00
23
8-14
Cement Conc. Curb Ramp Type 1 Parallel
1
EA
S2o0. DO
5200. 00
24
8-14
Cement Conc. Curb Ramp Type 1 Perpendicular
5
EA
t, 500.6°
4
22, Soo . 00
25
8-14
MMA -Style Truncated Dome Detectable Waming Surface
202
SF
i00.GtD
207200.aD
26
8.20
Detector Loop
60
EA
760.00
+61600.6°
27
8-22
Painted Bike Lane Arrow
12
EA
!/
('� Dl7 •
00
79 2
28
8-22
Painted Bike Symbol
12
EA
66.0°
7612. 0
29
8-22
Profiled Plastic Line
5,949
LF
Q
1 • (O
/• 30
ll,303.10
385$.40
30
8-22
Plastic Edge Line
2,968
LF
31
8-22
Profiled Plastic Wide Line
884
LF
.2.25
Mp 9- OD
32
8-22
Plastic Crosswalk Line
1,180
LF
is . 00
sloe . 0
City of Federal Way
2018 Asphalt Overlay Project
PWC ver. 4-15
26
RFB # 18-001
2018
33
8-22
Plastic Stop Line
212
LF
S, a°
10 6 0, 00
34
8 22
Plastic Traffic Arrow
23
EA
,
/ 3 pO
00
3 0 g'Z•
SUBTOTAL SCHEDULE B y1 423.q°
SCHEDULE C - WEYERHAEUSER WAY S PAVEMENT REPAIR
ITEM
NO.
ITEM DESCRIPTION
APPROX.
QUANTITY
UNIT
UNIT
PRICE
TOTAL
BID
1
1-09
Mobilization
1
LS
/ 3 0°A D0
DO
/3,Ot�d .
2
1-10
Flaggers and Spotters
360
HR
$52.00
$18,720.00
3
1-10
Other Traffic Control Labor
20
HR
$52.00
$1,040.00
4
1-10
Off Duty Uniformed Police Officer
64
HR
$75.00
$4,800.00
5
1-10
Portable Changeable Message Sign
12
DAY
g0."q%d.
00
6
2-02
Asphalt/Cement Conc. Sawcutting
5,654
LF
0. 01
S6.54-
7
2-03
Roadway Excavation Incl. Haul
235
CY
'.
124• DO
2q, 140.49
8
2-12
Construction Geosynthetic for Separation
1,000
SY
D. S0
5oo •00
9
4-04
CSTC for Pavement Repair & Roadway Widening, Incl. Haul
150
TN
it, • dO
2400. DO
10
5-04
HMA Class 1/2" PG 64-22 for Pavement Repair & Roadway
Widening
405
TN
1214. °D
50, 220, 00
11
8-09
Raised Pavement Marker, Type 2
1
HUND
3330°
333.00
12
8 22
Profiled Plastic Line
1,000
LF
-90
Ova vo
13
8-22
Plastic Edge Line
1,300
LF
/• 20
/560. a0
14
8-22
Plastic Crosswalk Line
100
LF
6 .00
600. 00
15
8 22
Plastic Stop Line
60
LF
5, 00
300 .00
16
8-22
Plastic Traffic Arrow
3
EA
,I
/314 00
402, 0
SUBTOTAL SCHEDULE C$12606151• �-
SCHEDULE D - S 328TH ST PAVEMENT REPAIR
ITEM
NO.
ITEM DESCRIPTION
APPROX.
QUANTITY
UNIT
UNIT
PRICE
TOTAL
BID
1
1-09
Mobilization
1
LS
6000 °D
/000.00
2
1-10
Traffic Control Labor
120
FIR
$52.00
$6,240.00
3
1-10
Other Traffic Control Labor
6
HR
$52.00
$312.00
4
1 10
Portable Changeable Message Sign
6
DAY
x'('7.0°
48.0 . i`%o
City of Federal Way
2018 Asphalt Overlay Project
PWC ver.4-15
27
RFB # 18-()01
2018
5
2-02
Asphalt/Cement Conc. Sawcutting
1,338
LF
0, 0/
p
/3. 3o
6
2-03
Roadway Excavation Incl. Haul
45
CY
/60. G�
7200. 0�
7
2-12
Construction Geosynthetic for Separation
50
SY
&.S0
25.00
8
4-04
CSTC for Pavement Repair & Roadway Widening, Incl. Haul
30
TN
/6 . DO
L� gp O�
9
5-04
HMA Class 1/2" PG 64-22 for Pavement Repair & Roadway
Widening
90
TN
/55.00
Jam' a. OO
/3 / p
10
8-09
Raised Pavement Marker, Type 2
0.25
HUND
333. o083.25-
11
8 09
Hydrant Marker, Type 2B
2
EA
S. p
/6.00
12
8 22
Paint Line
1,050
LF
DO
1050,00
City of Federal Way
2018 Asphalt Overlay Project
PWC ver. 4-15
28
SUBTOTAL SCHEDULED 3} 35, a t •(3
RFB # 18-001
2018
Attachment D
BID SIGNATURE PAGE
Date: JANUARY 31, 2018
The undersigned bidder hereby proposes and agrees to deliver the equipment and/or
services pursuant to the 2018 Asphalt Overlay Project and comply with all other terms and
conditions of the contract and bid documents of RFB 18-001.
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.
CORPORATION
Corporation/Partnership/Individual
(Delete Two)
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
29
TUCCI & SONS, INC.
ccA,. ny
By:
(Sinha ure)
MICHAEL F. TUCCI
(Printed Name)
Its: PRESIDENT
(Title)
4224 WALLER ROAD
TACOMA, WA 98443
(Address)
(253) 922-6676
(Telephone Number)
RFB # 18-001
2018
Attachment E
BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in
the amount of $ 5% of the total bid , which amount is not Tess than five percent (5%) of the total bid.
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we, Tucci & Sons, Inc. , as
Principal, and Travelers Casualty and Surety Company of America , 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 Bid
and ___91y100 dollars ($5% of Total Bid Amount ), for the payment of which the Principal and the Surety bond
themselves, their heirs and executors, administrators, successors and assigns, jointly and severally,
by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the
Principal for:
2018 ASPHALT OVERLAY PROJECT
According to the terms of the proposal or bid made by the Principal therefore, and the Principal
shall duly make and enter into a contract with the Obligee in accordance with the terms of said
proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or
Sureties approved by the Obligee; or if the Principal shall in case of failure so to do, pay and forfeit
to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation
shall be null and void; otherwise, it shall be, and remain in full force and effect, and the Surety
shall forthwith pay and forfeit to the Obligee as penalty and liquidated damages, the amount of this
bond. A
SIGNED, SEALED AND DATED THIS 31st DAY OF January , 201$ ,
• ��.
2
4
' Tucci & Sons, Inc.
• ` P
II e
•
f",r
Sv. i
Ws'
••'.•.• •..YY,.•
By:
MICHAEL F. TUCCI, PRESIDENT
Travelers
By: /
Principal
asualty and Suerty Company of America
Julie Craker, Attorney-iB a�,t,;►
``411>
Date:
Surety
Received return of deposit in the sum of $
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
30
RFB # 18-001
2018
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
TRAVELERS
Attorney -In Fact No.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
231907 Certificate N°. 007169273
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the
laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint
Julie Craker, Thomas P. Hentschell, Leslie A. Parks, Brad Roberts, Joanne Reinkensmeyer, and Janet Pudists
of the City of Tacoma , State of Washington , their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 29th
day of March 2017
State of Connecticut
City of Hartford ss.
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
By:
'HAST et iSE CORM. ! 2
Robert L. Raney, Senior Vice President
On this the 29th day of March 2017 before me personally appeared Robert L. Raney, who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers
Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2021.
58440-5-16 Printed in U.S.A.
WAIL
Marie C. Tetr
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
•
•
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity-
and
idelityand Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 31
sr-day ofj11 L'1 %_ , 20 I a.
Kevin E. Hughes, Assistant Sec tary
CONN.
0
' A s0a
El a i HAST oaa,1
�Yi CONN.
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attomey-In-Fact number, the
above-named individuals and the details of the bond to which the power is attached.
r,.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
Attachment F
SUBCONTRACTOR LIST
Prepared in Compliance with RCW 39.30.060
2018 ASPHALT OVERLAY PROJECT
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?
(WINO
G = v Inc_.
A33,A34,Bu.
$7g
,OOP—
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
31
RFB # 18-001
2018
Attachment G
City of Federal Way
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 less 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
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
32
RFB # 18-001
2018
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
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.
2018 Asphalt Overlay Project
Name of Bidder's Firm 4
MICHAEL F. TUCCI, PRESIDENT t
Signature of Authorized Representative of Bidder
Subscribed and sworn to before me this 427 �rday of J,o wiwc��y , 201r.
/%' 0‘./Y/L
,,,...,,,,
:'"%\`` ...
A.t(el
41.
s r10TARy:
• d; 4_
• P(BLC
S
WA
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
KE Vires .4 I& v62
(printed/typed name of notary)
Notary Public in and for the State of Washington
My commission expires: /0—/5 -/S
33
RFB # 18-001
2018
Attachment H
CONTRACTOR'S COMPLIANCE STATEMENT
(President's Executive Order #11246)
Date: JAN 31, 2018
This statement relates to a proposal contract with the City of Federal Way named
2018 ASPHALT OVERLAY PROJECT
I am the undersigned bidder or prospective contractor. I represent that:
I ❑x have, fl 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.
By:
Its:
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
34
MICHAEL F. TUCCI, PRESIDENT
Title
4224 WALLER ROAD
TACOMA, WA 98443
Address
RFB # 18-001
2018
Attachment
T; Washington State
Department of Transportation
Contractor Certification
Wage Law Compliance - Responsibility Criteria
Washington State Public Works Contracts
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL
MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD
I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm
identified below that. to the best of my knowledge and belief, This firm has NOT been determined by a final
and binding citation and notice of assessment issued by the Washington State Department of Labor and
Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully
violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three
(3) years prior 10 the date of the Call for Bids.
Bidder Name: TUCCI & SONS, INC.
By• 4
Name of Contractor/Bidder - Pant lull legal entity name of firm
MICHAEL F. TUCCI
Signature of authorized person Print Name of person making certifications for firm
Title: PRESIDENT Place: TACOMA, WASHINGTON
Title of person signing certificate Pnnt city and state where signed
Date JANUARY 31, 2018
Form 272-009
0812017
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
35
RFB # 18-001
2018
Attachment J
PUBLIC WORKS CONTRACT
FOR
2018 ASPHALT OVERLAY PROJECT
THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this - day of
, 2011 and is made by and between the City of Federal Way, a Washington municipal
corporation ("City or Owner"), and Tucci & Sons, 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 2018 Asphalt Overlay Project located in
Federal Way, Washington ("Property"); and
B. The Contractor has the requisite skill and experience to perform such work.
NOW, THEREFORE, the parties ("Parties") agree to the following terms and conditions:
1. SERVICES BY CONTRACTOR
1.1 Description of Work. Contractor shall perform all work and furnish all tools, materials,
supplies, equipment, labor and other items incidental thereto necessary for the construction and
completion of the work, more particularly described as the 2018 Asphalt Overlay Project, including
without limitation: overlay existing asphalt concrete pavement in up to four (4) different locations
within the City of Federal Way (approximately 6,580 tons), roadway excavation, planing bituminous
pavement, pavement repair, removal and replacement of curb and gutter, sidewalk, concrete
approach, curb ramps, traffic curb, installation of traffic signal detection loop, channelization,
restoration, utility adjustments work, ("Work"), in accordance with and as described in the Contract
Documents, which include without limitation: The City's Request for Bid; Bid Form; Bid Signature
Page; Instructions to Bidders; Bid Bond; 2018 Asphalt Overlay Project Contract; General
Contractual Terms and Conditions; Contractor's Compliance Statement; Combined Affidavit and
Certification Form; Technical Specifications; Notice of Completion of Public Works Contract attached
s Exhibit A; Contract Change Order Agreement attached as Exhibit B; Notice to Labor Unions or
Other Employment Organizations Nondiscrimination in Employment attached as Exhibit C;
Certificate(s) of Insurance Form attached hereto as Exhibit D; Performance/Payment Bond attached
hereto as Exhibit E; Title VI Assurances attached as Exhibit F; Addenda and Change Orders; 2018
Asphalt Overlay Project Special Provisions; 2016 WSDOT / APWA Standard Specifications for Road,
Bridge and Municipal Construction; Contract Special Provisions; Standard Plans and Details attached
as Appendix A; Current Prevailing Wage Rates and Benefit Code Key attached as Appendix B; and
all other Appendices attached hereto and incorporated by this reference, (collectively the "Contract
Documents"), which Work shall be completed to the City's satisfaction, within the time period
prescribed by the City and pursuant to the direction of the Mayor or his or her designee.
1.2 Completion Date. The Work shall be commenced within five (5) days of receipt by the
Contractor of the City's Notice to Proceed. The Work shall be completed on 65 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
2018 Asphalt Overlay Project
RFB ver. 4-17
36
RFB # 18-001
2018
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
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
37
RFB # 18-001
2018
extend such five (5) day submittal period upon request by the Contractor. The Contractor shall
supply such supporting documents and analysis for the claims as the City may require to determine
if the claims and costs have merit. No claim will be allowed for any costs incurred more than five
(5) days before the Contractor gives written notice as required. No claim by the Contractor for an
equitable adjustment hereunder will be allowed if asserted after final payment under this Contract.
1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by the City,
omit work, services and materials to be furnished under the Contract and the value of the omitted
work and materials will be deducted from the Total Compensation and the delivery schedule will be
reviewed if appropriate. The value of the omitted work, services and materials will be a lump sum
or unit price, as mutually agreed upon in writing by the Contractor and the City. If the parties
cannot agree on an appropriate deduction, the City reserves the right to issue a unilateral change
order adjusting the price and the delivery schedule.
1.8 Utility Location. Contractor is responsible for locating any underground utilities affected
by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as amended.
Contractor shall be responsible for compliance with Chapter 19.122 RCW, including utilization of the
"one call" locator system before commencing any excavation activities.
1.9 Air Environment. Contractor shall fully cover any and all loads of loose construction
materials including without limitation, sand, dirt, gravel, asphalt, excavated materials, construction
debris, etc., to protect said materials from air exposure and to minimize emission of airborne
particles to the ambient air environment within the City of Federal Way.
2. TERM
This Contract shall commence on the effective date of this Contract and continue until the
completion of the Work, which shall be no later than October 31, 2018 to complete, 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.
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
38
RFB # 18-001
2018
4. COMPENSATION
4.1 Total Compensation. In consideration of the Contractor performing the Work, the City
agrees to pay the Contractor in accordance with the Bid Schedule, which shall constitute full and
complete payment by the City ("Total Compensation").
4.2 Contractor Responsible for Taxes. The Contractor shall be solely responsible for the
payment of any taxes imposed by any lawful jurisdiction as a result of the performance and
payment of this Contract.
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
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
39
RFB # 18-001
2018
of sex, age (except minimum age and retirement provisions), race, color, creed, national origin,
marital status or the presence of any disability, including sensory, mental or physical handicaps,
unless based upon a bona fide occupational qualification in relationship to hiring and employment,
advertising, layoff or termination, rates of pay or other forms of compensation, and selection for
training, including apprenticeship. Contractor shall comply with, and shall not violate any of the
terms of, Chapter 49.60 RCW, Title VII of the Civil Rights Act of 1964, the Americans With
Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 26, or any other
applicable federal, state, or local law or regulation regarding non-discrimination. Any material
violation of this provision shall be grounds for termination of this Contract by the City and, in the
case of the Contractor's breach, may result in ineligibility for further City agreements. If this project
involves federal funds including USDOT funds administered by WSDOT, the contractor agrees to
the clauses contained in Exhibit 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.
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
40
RFB # 18-001
2018
(3) If a receiver should be appointed on the account of insolvency of Contractor.
(4) If Contractor should persistently or repeatedly refuse or fail to supply a sufficient
number of properly skilled workmen or proper materials for completion of the Work.
(5) If the Contractor should fail to complete the Work within the time specified in
this Contract.
(6) If the Contractor should fail to complete the Work in compliance with the plans
and specifications, to the City's satisfaction.
(7) If the Contractor should fail to make prompt payment to subcontractors or for
material labor.
(8) If Contractor should persistently disregard laws, ordinances or regulations of
federal, state, or municipal agencies or subdivisions thereof.
(9) If Contractor should persistently disregard instructions of the Mayor or his or her
representative.
(10) If Contractor shall be in breach or violation of any term or provision of this
Contract, or
(11) If the Work is not being performed pursuant to RCW 49.28.050 or 49.28.060.
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
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
41
RFB # 18-001
2018
representatives, arising from, resulting from, or connected with this Contract to the extent caused
by the negligent acts, errors or omissions of the Contractor, its partners, shareholders, agents,
employees, or by the Contractor's breach of this Contract. Contractor waives any immunity that
may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW.
Contractor's indemnification shall not be limited in any way by any limitation on the amount of
damages, compensation or benefits payable to or by any third party under workers' compensation
acts, disability benefit acts or any other benefits acts or programs.
8.2 City Indemnification. The City agrees to indemnify, defend, and hold the Contractor, its
officers, directors, shareholders, partners, employees, and agents harmless from any and all claims,
demands, losses, actions and liabilities (including costs and attorney fees) to or by any and all
persons or entities, including without limitation, their respective agents, licenses, or
representatives, arising from, resulting from or connected with this Contract to the extent solely
caused by the negligent acts, errors, or omissions of the City, its employees or agents.
8.3 Survival. The provisions of this Section shall survive the expiration or termination of this
Contract with respect to any event occurring prior to such expiration or termination.
9. INSURANCE
9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance,
in such forms and with such carriers who have a rating which is satisfactory to the City:
(1) Workers' compensation and employer's liability insurance in amounts sufficient
pursuant to the laws of the State of Washington;
(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 and non-contributory 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.
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
42
RFB # 18-001
2018
(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.
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
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
43
RFB # 18-001
2018
damaged by the execution of the Work. The Contractor shall, at its own expense, secure and
maintain a safe storage place for its materials and equipment and is solely responsible for the
same.
12. PREVAILING WAGES
12.1 Wages of Employees. This contract is subject to the minimum wage requirements of
Chapter 39.12 RCW and Chapter 49.28 RCW (as amended or supplemented). On Federal -aid
projects, Federal wage laws and rules also apply. The Hourly minimum rates for wages and fringe
benefits are listed in Appendix B. When Federal wage and fringe benefit rates are listed, the rates
match those identified by the U.S. Department of Labor's"Decision Number" shown in Appendix B.
The Contractor, any subcontractor, and all individuals or firms required by Chapter 39.12
RCW, Chapter 296-127 WAC, or the Federal Davis -Bacon and Related Acts (DBRA) to pay minimum
prevailing wages, shall not pay any worker 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.
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
44
RFB # 18-001
2018
The Contractor shall be responsible for requesting these forms from the State L&I and for
paying any approval fees required by State L&I.
Certified payrolls are required to be submitted by the Contractor to the City, for the
Contractor and all subcontractors or lower tier subcontractors.
12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of wages
for work of a similar nature and such dispute cannot be resolved by the City and the Contractor,
the matter shall be referred for arbitration to the Director of the Department of Labor and
Industries of the State of Washington and the decision therein shall be final and conclusive and
binding on all parties involved in the dispute.
13. FAILURE TO PAY SUBCONTRACTORS
In the event the Contractor shall fail to pay any subcontractors or laborers, fail to pay for
any materials, or fail to pay any insurance premiums, the City may terminate this Contract and/or
the City may withhold from the money which may be due the Contractor an amount necessary for
the payment of such subcontractors, laborers, materials or premiums.
14. OWNERSHIP OF DOCUMENTS
All originals and copies of work product, including plans, sketches, layouts, designs, design
specifications, records, files, computer disks, magnetic media, all finished or unfinished documents
or material which may be produced or modified by Contractor while performing the Work shall
become the property of the City and shall be delivered to the City at its request.
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.
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
45
RFB # 18-001
2018
18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY:
18.1 Contractor Verification. The Contractor verifies that it has a certificate of registration
with the State of Washington; has a current state unified business identifier number; is not
disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); has
industrial insurance as required by Title 51 RCW, if applicable; has an employment security
department number as required in Title 50 RCW, if applicable; has a state excise tax registration
number as required in Title 82 RCW, if applicable; possesses a valid electrical contractor license as
required by Chapter 19.28 RCW, if applicable; and possesses an elevator contractor license as
required by Chapter 70.87 RCW, if applicable.
18.2 Subcontractor Contracts. The Contractor shall include the language of this section in
each of its first tier subcontracts, and shall require each of its subcontractors to include the same
language of this section in each of their subcontracts, adjusting only as necessary the terms used
for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide
documentation to the Owner demonstrating that the subcontractor meets the subcontractor
responsibility criteria below. The requirements of this section apply to all subcontractors regardless
of tier.
18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall
verify that each of its first tier subcontractors meets the following bidder responsibility criteria:
Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have
been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business
Identifier (UBI) number; Not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3); Have Industrial Insurance (workers' compensation) coverage for the
subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; A
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.
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
46
RFB # 18-001
2018
19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be
binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns.
19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of
any terms in this Contract, and the Contractor or City places the enforcement of the Contract or
any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of
possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party
shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this
Contract shall be King County, Washington.
19.7 No Waiver. Failure of the City to declare any breach or default immediately upon
occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or
default. Failure of the City to declare one breach or default does not act as a waiver of the City's
right to declare another breach or default.
19.8 Governing Law. This Contract shall be made in and shall be governed by and
interpreted in accordance with the laws of the State of Washington.
19.9 Authority. Each individual executing this Contract on behalf of the City and Contractor
represents and warrants that such individuals are duly authorized to execute and deliver this
Contract on behalf of the Contractor or City.
19.10 Notices. Any notices required to be given by the City to Contractor or by the
Contractor to the City shall be delivered to the Parties at the addresses set forth below. Any notices
may be delivered personally to the addressee of the notice or may be deposited in the United
States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United
States mail shall be deemed received three (3) days after the date of mailing.
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
2018 Asphalt Overlay Project
RFB ver. 4-17
[signature page follows]
47
RFB # 18-001
2018
DATED the day and year set forth above.
CITY OF FED
By:
ATTEST:
J
S "ph. nie Courtney, CMC, Clerk
APPROVED AS TO FORM:
r
J. Ryan CaII, City Attorney
STATE OF WASHINGTON )
PIE".— ) ss.
COUNTY OF )
L WAY:
F- rell, ayor
3325 8th Avenue South
Federal Way, WA 98003-6325
TUCCI & SONS, INC.:
By:
Michael F. Tucci, President
4224 Waller Rd
Tacoma, WA 98443
(253) 922-6676
On this day personally appeared before me Michael F. Tucci, to me known to be the President of
Tucci & Sons, 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 he was authorized to execute said instrument and that the seal
affixed, if any, is the corporate seal of said corporation.
GIVEN my.goillt4iNdlicifificial seal this a 1 day of V1/1\ 6 , 20( .
Q` C Sc ##
NOT4,9% ro
i`.,►..`
#y•'•. PUBLIC
olo
to
'it
NSI,:: •'`
City of Federal Way
2018 Asphalt Overlay Project 48
RFB ver. 4-17
C
JL 1N17A C. 6'
(typed/printed name bf notary)
Notary Public in and for the State of Washington.
My commission expires 0 2- aO - g.o c0
RFB # 18-001
2018
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Date:
EXHIBIT A
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT.
❑ Original
❑ Revised #
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
Contractor's UBI Number:
Name & Mailing Address of Public Agency
UBI Number:
Department Use Only
Assigned to:
Date Assigned:
Notice is hereby given relative to the complet on of contract or project described below
Project Name
Contract Number
Job Order Contracting
• Yes ❑No
Description of Work Done/Include Jobsite Address(es)
Federally funded transportation project?
No (if yes, provide Contract Bond Statement below)
• Yes
•
Contractor's Name
E-mail Address
Affidavit ID*
Contractor Address
Te
ephone #
If Retainage is not withheld,
please select one of the following
and
List Surety's Name & Bond Number.
bond (valid for federally funded transportation projects)
• Retainage Bond
• Contract/Payment
Name: Bond Number:
Date Contract Awarded
Date Work Commenced
Date Work Completed
Date Work Accepted
Were Subcontracters used on this project? If so, please complete Addendum A.
■Yes ❑ No
Affidavit ID* - No L&l release will be granted until all affidavits are listed.
Contract Amount
Additions (+ )
Reductions (- )
Sub -Total
Sales Tax Rate
(If various rates apply, please send a breakdown)
Sales Tax Amount
$ 0.00
TOTAL $ 000
Liquidated Damages $
Amount Disbursed $
Amount Retained $
NOTE: 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:
Department of Revenue
CPublic Works Section
(360) 704-5650
PWC@dor.wa.gov
REV 31 0020e (10/26/15) F215-038-000 10-2014
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
Waslnn lon State Department of
Labor & Industries
Contract Release
(855) 545-8163, option 6 4
ContractRelease@LN I. W A.GOV
49
Title:
Phone Number:
Ar Employment Security
Department
Registration, Inquiry,
Standards 8, Coordination
Unit
(360) 902-9450
publieworks@esd.wa.gov
RFB # 18-001
2018
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 he granted until all affidavits are listed.
Subcontractor's Name:
UBI Number: (Required)
Affidavit ID*
For tax assistance or to request this document in an alternate format, please call 1-800-647-7706. Teletype (TTY) users may use the
Washington Relay Service by calling 711.
REV 31 0020e Addendum (10/26/15) F215-038-00010-2014
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
50
RFB # 18-001
2018
PROJECT NUMBER
EXHIBIT B
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
CHANGE ORDER NUMBER EFFECTIVE DATE
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
The time provided for completion in the Contract is ❑ Unchanged ❑ Increased ❑ Decreased by Calendar
Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage?
If "Yes" Will the Policies Be Extended?
❑ Yes ❑ No
❑ Yes III 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:
QTY. 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.
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $
PREVIOUS CHANGE ORDERS $
THIS CHANGE ORDER $
*ADJUSTMENTS $
NEW CONTRACT AMOUNT $
CONTRACTOR'S SIGNATURE DATE
DIRECTOR'S SIGNATURE DATE
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
51
RFB # 18-001
2018
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY ❑ INCREASED $
❑ DECREASED $
PAY THIS ADJUSTED AMOUNT: $
DIRECTOR'S SIGNATURE DATE
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
52
RFB # 18-001
2018
EXHIBIT C
CONTRACTOR'S RETAINAGE OPTION
IDENTIFICATION AND DESCRIPTION
Project Title: 2018 Asphalt Overlay Project
RFB No: 18-001
Contractor: Tucci & Sons, Inc.
GENERAL REQUIREMENTS
1. In accordance with applicable State Statutes, a contract retainage not to exceed five percent of the moneys
earned by the contractor will be reserved by the City.
2. All investments selected are subject to City approval.
3. The final disposition of the contract retainage will be made in accordance with applicable State Statutes.
CONTRACTOR'S INSTRUCTIONS
Pursuant to RCW 60.28.011 I hereby notify the City of Federal Way of my instructions for the retainage withheld under
the terms of this contract:
❑ Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor.
Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and loan
association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a separate "City of
Federal Way Retainage Bank Acceptance Agreement" upon contract award. The City will provide the agreement
to the Contractor if this option is selected.
❑ Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have escrow account
holder execute a separate "City of Federal Way Construction Retainage Escrow Agreement" upon contract
award. The City will provide the agreement to the Contractor if this option is selected. All investments are
subject to City approval. The cost of the investment program, and risk thereof, is to be borne entirely by the
contractor.
O Option 4: Contractor shall submit a "Retainage Bond" on City -provided form (Exhibit D of this Agreement).
Ached F Tucci President p&-27/5
Contracto-Signature Date
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
53
RFB # 18-001
2018
EXHIBIT D
RETAINAGE BOND TO CITY OF FEDERAL WAY
2018 ASPHALT OVERLAY PROJECT
KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Tucci & Sons, Inc., as principal
("Principal"), and , a Corporation organized and existing under the laws of the
State of , as a surety Corporation, and qualified under the laws of the State of Washington to
become surety upon bonds of Contractors with Municipal Corporations, as surety ("Surety"), are jointly and severally held
and firmly bonded to the City of Federal Way ("City") in the penal sum of: Sixty -Nine Thousand Two Hundred
Three and 55/100 Dollars ($69,203.55) for the payment of which sum we bind ourselves and our successors, heirs,
administrators or personal representatives, as the case may be.
A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances,
regulations, standards and policies of the City, as now existing or hereafter amended or adopted.
B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal,
providing for the 2018 Asphalt Overlay Project, which contract is incorporated herein by this reference ("Contract"), and
C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the
Principal pursuant to the contract, a sum not to exceed five percent (5%), said sum to be retained by the City as a trust
fund for the protection and payment of any person or persons, mechanic, subcontractor or 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 said improvement or work shall have a lien on said monies so reserved, provided that
such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as
now existing and in accordance with any amendments that may hereafter be provided thereto; and
D. State law further provides that with the consent of the City, the Principal may submit a bond for all or any
portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned upon such
bond any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth
retained percentages pursuant to Chapter 60.28 RCW; and
E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work therein
provided for in the manner and within the time set forth, for the amount of $1,384,071.00 and
F. The City is prepared to release any required retainage money previously paid by the Principal prior to
acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by these
presents,
NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the
time period prescribed by the City, or within such extensions of time as may be granted under the Contract, and shall pay
all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or
subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all
taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and in the
event this obligation shall be void; but otherwise it shall be and remain in full force and effect.
And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications
accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any
change, extension of time, alterations or additions to the terms of the Contract or to the Work.
The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the
Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the
Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such increase,
however, not to exceed twenty-five percent (25%) of the original amount of this bond without consent of the Surety.
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
2018 Asphalt Overlay Project
RFB ver. 4-17
54
RFB # 18-001
2018
reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the default, including legal
fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the
Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead.
The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect
option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually
incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work,
the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the
Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount.
Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below
paragraph, prior to any interplead action.
In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of
default by the Principal, the Parties agree to participate in at least four hours of mediation to resolve said dispute. The
Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by Judicial Dispute
Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not interplead prior to
completion of the mediation.
The parties have executed this instrument under their separate seals this day of
20_, the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its
undersigned representatives pursuant to authority of its governing body.
CORPORATE SEAL: PRINCIPAL
TUCCI & SONS, INC.
By:
Michael F. Tucci, President
4224 Waller Rd
Tacoma, WA 98443
CORPORATE SEAL: SURETY
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
55
By:
Attorney -in -Fact
(Attach Power of Attorney)
Title:
Address:
RFB # 18-001
2018
CERTIFICATES AS TO CORPORATE SEAL
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the
within bond; that Michael F. Tucci who signed the said bond on behalf of the Principal, was 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.
Secretary of Assistant Secretary
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in the within
bond; that , who signed the said bond on behalf of the Surety, was
of the said Corporation; that I know his or her signature thereto is genuine, and
that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its
governing body.
APPROVED AS TO FORM:
J. Ryan Call, City Attorney
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
56
Secretary of Assistant Secretary
RFB # 18-001
2018
EXHIBIT E
NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS
NONDISCRIMINATION IN EMPLOYMENT
TO: LLE PLOYEES
AN D TO: �� X52 a2r�-r�r. e,S'
(Name of Union or Organization) 7Z1
The undersigned currently holds contract(s) with /7:15g12....#.44nvolving
funds or credit of the City of Federal Way, Washington, or (a) subcontract(s) with a prime
contractor holding such contract(s).
You are advised that, under the provisions of the above contract(s) or subcontract(s) and in
accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the undersigned
is obliged not to discriminate against any employee or applicant of employment because of race,
color, creed or national origin. This obligation not to discriminate in employment includes, but is not
limited to, the following:
EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION
RECRUITMENT AND ADVERTISING
RATES OF PAY OR OTHER FORMS OF COMPENSATION
SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION
This notice is furnished to you pursuant to the provisions of the above contract(s) or
subcontractor(s) and Executive Order 11246.
Copies of this Notice will be posted by the undersigned in conspicuous places available to
employees or applicants for employment.
Complaints may be submitted to:
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
Jeff Huynh
Street Systems Engineer
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
57
Michael F Tucci President
(Contractor or subcontractor)
4.3 -z.7-/e
Date
RFB # 18-001
2018
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
EXHIBIT F
CERTIFICATE OF INSURANCE
58
RFB # 18-001
2018
1
1
1
1
1
1
1
1
1
1
11
II
II
■
■
■
1
•
iaa,1
TUCCSONS
ACORDT. CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)3/26/2018
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Propel Insurance
Tacoma Commercial Insurance
1201 Pacific Ave, Suite 1000
Tacoma, WA 98402
CONTACT Christine Maden
NAME:
PHONE 800 499-0933 FAX 866 577-1326
(A/C, No, Ext): (A/C, No):
E-MAILDDSS: Christine.Maden@propelinsurance.com
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURER A : Zurich American Insurance Compa
16535
INSURED
Tucci & Sons Inc
4224 Waller Road
Tacoma, WA 98443
INSURER B: Navigators Insurance Company
42307
INSURER C : AIG Specialty Insurance Company
26883
INSURER D :
$1,000,000
INSURER E :
INSURER F :
CLAIMS -MADE
COVERAGES
CERTIFICATE NUMBER:
REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADDL
INSR
SUBR
WVD
POLICY NUMBER
POLICY EFF
(MM/DD/YYYY)
POLICY EXP
(MM/DD/YYYY)
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
X
X
GL0399266914
01/01/2018
01/01/2019
EACH OCCURRENCE
$1,000,000
CLAIMS -MADE
X
OCCUR
PREMISES Ea RENTED
$300,000
X
PD Ded: $10,000
MED EXP (Any one person)
$10,000
PERSONAL & ADV INJURY
$1,000,000
GEN'L
AGGREGATE LIMIT APPLIES PER
GENERAL AGGREGATE
$ 2,000,000
POLICY
X
JECOT
LOC
PRODUCTS-COMP/OPAGG
$2,000,000
OTHER:
$
A
AUTOMOBILE LIABILITY
X
X
BAP399266814
01/01/2018
01/01/2019
CON
(EaMBIaccidEDent)SINGLE LIMIT
_$1r000,000
$
X
ANY AUTO
BODILY INJURY (Per person)
ALL OWNED
AUTOS
SCHEDULED
AUTOS
BODILY INJURY (Per accident)
$
X
HIRED AUTOS
X
AUTO WNED
PROPERTYDAMAGE
$
_
$
B
UMBRELLA LIAB
X
OCCUR
X
X
SFI8EXC720942QN
01/01/2018
01/01/2019
EACH OCCURRENCE
$5,000,000
$5,000,000
x
EXCESS LIAB
CLAIMS -MADE
AGGREGATE
DED
X
RETENT ON $0
$
WORKERS COMPENSATION
(WA Stop Gap)
PER
STATUTE
OTH-
ER
A
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
Y/N
GL0399266914
01/01/2018
01/01/2019
E.L. EACH ACCIDENT
$1,000,000
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
N
N / A
E.L. DISEASE - EA EMPLOYEE
$1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$1,000,000
C
Pollution Liab
X
CP01671517
01/01/2018
01/01/2019
$2,000,000 Occurrence
$2,000,000 Aggregate
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE: 2018 Asphalt Overlay Project.
The City of Federal Way, its officers, officials, employees, volunteers and agents are additional insured
per the attached endorsements.
CERTIFICATE HOLDER
CANCELLATION
City of Federal Way
33325 8th Ave South
Federal Way, WA 98003
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
I ACORD 25 (2014/01) 1 of 1
#S3107221/M3001276
© 1988-2014 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
KTROO
1
This page has been left blank intentionally.
1
1
1
1
1
1
1
1 11
I I
II
Additional Insured — Automatic — Owners, Lessees Or
Contractors
ZURICH
Policy No.
Eff. Date of Pol.
Exp. Date of Pol.
Eff. Date of End.
Producer No.
Add'I. Prem
Retum Prem.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
Named Insured:
Address (including ZIP Code):
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization whom you
are required to add as an additional insured on this policy under a written contract or written agreement. Such person
or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal
and advertising injury" caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your behalf,
in the performance of your ongoing operations or "your work" as included in the "products -completed operations
hazard", which is the subject of the written contract or written agreement.
However, the insurance afforded to such additional insured:
1. Only applies to the extent permitted by law; and
2. Will not be broader than that which you are required by the written contract or written agreement to provide for
such additional insured.
B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies:
This insurance does not apply to:
"Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to
render, any professional architectural, engineering or surveying services including:
a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys,
field orders, change orders or drawings and specifications; or
b. Supervisory, inspection, architectural or engineering activities.
This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the
supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the
"bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the
rendering of or the failure to render any professional architectural, engineering or surveying services.
U -GL -1175-F CW (04/13)
Page 1 of 2
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV —
Commercial General Liability Conditions:
The additional insured must see to it that:
1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim;
2. We receive written notice of a claim or "suit" as soon as practicable; and
3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by
another insurer under which the additional insured may be an insured in any capacity. This provision does not
apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement
requires that this coverage be primary and non-contributory.
D. For the purposes of the coverage provided by this endorsement:
1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability
Conditions:
Primary and Noncontributory insurance
This insurance is primary to and will not seek contribution from any other insurance available to an additional
insured provided that:
a. The additional insured is a Named Insured under such other insurance; and
b. You are required by written contract or written agreement that this insurance be primary and not seek
contribution from any other insurance available to the additional insured.
2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial
General Liability Conditions:
This insurance is excess over:
Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional
insured, in which the additional insured on our policy is also covered as an additional insured on another policy
providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy
in which the additional insured is a Named Insured on such other policy and where our policy is required by a
written contract or written agreement to provide coverage to the additional insured on a primary and non-
contributory basis.
E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement
showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to
that identified additional insured.
F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to
Section 111 — Limits Of Insurance:
The most we will pay on behalf of the additional insured is the amount of insurance:
1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or
2. Available under the applicable Limits of Insurance shown in the Declarations,
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations.
All other terms and conditions of this policy remain unchanged.
U -GL -1175-F CW (04/13)
Page 2 of 2
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
1
1
1
1
1
1
1
1
1
1
11
II
II
■
■
1
1
1
Waiver Of Subrogation (Blanket) Endorsement
ZURICH
Policy No.
Eff. Date of Pol.
Exp. Date of Pol.
Eff. Date of End.
Producer
Add'I. Prem
Return Prem.
0L0399266914
01/01/2018
01/01/2019
Propel Insurance
$
$
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition:
If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from oth-
ers, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other
operations in which the insured has no contractual interest.
U -GL -925-B CW (12/01)
Page 1 of 1
1
' This page has been left blank intentionally.
1
1
1
1
1
1
1
1
1 1
I I
I I
1
1
t
1
1
1
Coverage Extension Endorsement
ZURICH
Policy No.
Eff. Date of Pol.
Exp. Date of Pol.
Eff. Date of End.
Producer No.
Add'I. Prem
Retum Prem.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Business Auto Coverage Form
Motor Carrier Coverage Form
A. Amended Who Is An Insured
1. The following is added to the Who Is An Insured Provision in Section II — Covered Autos Liability Coverage:
The following are also "insureds":
a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts
performed within the scope of employment by you. Any "employee" of yours is also an "insured" while
operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your
permission, while performing duties related to the conduct of your business.
b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or
borrow to transport your clients or other persons in activities necessary to your business.
c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement.
d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract
or written agreement with you executed prior to any "accident", including those person(s) or organization(s)
directing your work pursuant to such written contract or written agreement with you, provided the "accident"
arises out of operations governed by such contract or agreement and only up to the limits required in the
written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less.
2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other
Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form:
Coverage for any person(s) or organization(s), where required by written contract or written agreement with you
executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained
by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond
the terms and conditions of the Coverage Form.
B. Amendment — Supplementary Payments
Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section 11 — Covered Autos Liability
Coverage are replaced by the following:
(2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an
"accident" we cover. We do not have to furnish these bonds.
(4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a
day because of time off from work.
U -CA -424-F CW (04-14)
Page 1 of 6
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
C. Fellow Employee Coverage
The Fellow Employee Exclusion contained in Section 11 — Covered Autos Liability Coverage does not apply.
D. Driver Safety Program Liability and Physical Damage Coverage
1. The following is added to the Racing Exclusion in Section 11 — Covered Autos Liability Coverage:
This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not
limited to, auto or truck rodeos and other auto or truck agility demonstrations.
2. The following is added to Paragraph 2. in the Exclusions of Section 111 — Physical Damage Coverage of the
Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage
Coverage of the Motor Carrier Coverage Form:
This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not
limited to, auto or truck rodeos and other auto or truck agility demonstrations.
E. Lease or Loan Gap Coverage
The following is added to the Coverage Provision of the Physical Damage Coverage Section:
Lease Or Loan Gap Coverage
In the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered
"auto", less:
a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and
b. Any:
(1) Overdue lease or loan payments at the time of the "loss";
(2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage;
(3) Security deposits not returned by the lessor;
(4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the
loan or lease; and
(5) Carry-over balances from previous leases or loans.
F. Towing and Labor
Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following:
We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is
disabled. However, the labor must be performed at the place of disablement.
G. Extended Glass Coverage
The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section:
If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and
is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass
repaired rather than replaced.
H. Hired Auto Physical Damage — Increased Loss of Use Expenses
The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the
following:
Loss Of Use Expenses
For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for
loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We
will pay for loss of use expenses if caused by:
U -CA -424-F CW (04-14)
Page 2 of 6
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
(1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered
"auto";
(2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided
for any covered "auto"; or
(3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto".
However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of $3000.
I. Personal Effects Coverage
The following is added to the Coverage Provision of the Physical Damage Coverage Section:
Personal Effects Coverage
a. We will pay up to $750 for "loss" to personal effects which are:
(1) Personal property owned by an "insured"; and
(2) In or on a covered "auto".
b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of:
(1) The reasonable cost to replace; or
(2) The actual cash value.
c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered
"auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of
the following:
(1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other
documents of value.
(2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches,
precious or semi-precious stones.
(3) Paintings, statuary and other works of art.
(4) Contraband or property in the course of illegal transportation or trade.
(5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment.
Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss".
J. Tapes, Records and Discs Coverage
1. The Exclusion in Paragraph B.4.a. of Section 111 — Physical Damage Coverage in the Business Auto Coverage
Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier
Coverage Form does not apply.
2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the
Physical Damage Coverage Section:
We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic
equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices:
(a) Are the property of an "insured"; and
(b) Are in a covered "auto" at the time of "loss".
The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical
Damage Coverage Deductible Provision does not apply to such "loss".
U -CA -424-F CW (04-14)
Page 3 of 6
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
K. Airbag Coverage
The Exclusion in Paragraph B.3.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form
and the Exclusion in Paragraph B.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage
Form does not apply to the accidental discharge of an airbag.
L. Two or More Deductibles
The following is added to the Deductible Provision of the Physical Damage Coverage Section:
If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you
by us, the following applies for each covered "auto" on a per vehicle basis:
1. If the deductible on this policy or Coverage Form is the smaller (or smallest) deductible, it will be waived; or
2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by
the amount of the smaller (or smallest) deductible.
M. Physical Damage — Comprehensive Coverage — Deductible
The following is added to the Deductible Provision of the Physical Damage Coverage Section:
Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to
Comprehensive Coverage for all "loss" from any one cause is $5,000 or the deductible shown in the Declarations,
whichever is greater.
N. Temporary Substitute Autos — Physical Damage
1. The following is added to Section I — Covered Autos:
Temporary Substitute Autos — Physical Damage
If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following
types of vehicles are also covered "autos" for Physical Damage Coverage:
Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered
"auto" you do own but is out of service because of its:
1. Breakdown;
2. Repair;
3. Servicing;
4. "Loss"; or
5. Destruction.
2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section:
Temporary Substitute Autos — Physical Damage
We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or
omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other
party.
The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it
replaces.
O. Amended Duties In The Event Of Accident, Claim, Suit Or Loss
Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following:
a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice
of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or
"loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited
liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any
U -CA -424-F CW (04-14)
Page 4 of 6
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate
the insurance afforded by this policy.
Include, as soon as practicable:
(1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written
notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit";
(2) The "insured's" name and address; and
(3) To the extent possible, the names and addresses of any injured persons and witnesses.
If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your
failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon
as practicable after the fact of the delay becomes known to you.
P. Waiver of Transfer Of Rights Of Recovery Against Others To Us
The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition:
This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or
"loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only
applies to the person or organization designated in the contract.
Q. Employee Hired Autos — Physical Damage
Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other
Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced
by the following:
For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own:
(1) Any covered "auto" you lease, hire, rent or borrow; and
(2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or
elected or appointed official with your permission while being operated within the course and scope of that
"employee's" employment by you or that elected or appointed official's duties as respect their obligations to you.
However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto".
R. Unintentional Failure to Disclose Hazards
The following is added to the Concealment, Misrepresentation Or Fraud Condition:
However, we will not deny coverage under this Coverage Form if you unintentionally:
(1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or
(2) Make an error, omission, improper description of "autos" or other misstatement of information.
You must notify us as soon as possible after the discovery of any hazards or any other information that was not
provided to us prior to the acceptance of this policy.
S. Hired Auto — World Wide Coverage
Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following:
(5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less,
T. Bodily Injury Redefined
The definition of "bodily injury" in the Definitions Section is replaced by the following:
"Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish,
resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease.
U -CA -424-F CW (04-14)
Page 5 of 6
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
U. Expected Or Intended Injury
The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II — Covered Auto Liability
Coverage is replaced by the following:
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.
V. Physical Damage — Additional Temporary Transportation Expense Coverage
Paragraph A.4.a. of Section III — Physical Damage Coverage is replaced by the following:
4. Coverage Extensions
a. Transportation Expenses
We will pay up to $50 per day to a maximum of $1,000 for temporary transportation expense incurred by you
because of the total theft of a covered "auto" of the private passenger type. We will pay only for those
covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will
pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and
ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its
"loss".
W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto
The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section:
In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or
"auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost
of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a
maximum of $2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative
fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease
agreement.
To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of
propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas,
either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be
powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by
biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source.
X. Return of Stolen Automobile
The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section:
If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay
only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage.
All other terms, conditions, provisions and exclusions of this policy remain the same.
U -CA -424-F CW (04-14)
Page 6 of 6
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. 106858044
We, the undersigned Tucci & Sons, Inc., ("Principal") and Travelers Casualty and Surety Company of America
the undersigned corporation organized and existing under the laws of the State of Connecticut
and legally doing business in the State of Washington as a surety ("Surety'), are held and firmly bonded unto
the City of Federal Way, a Washington municipal corporation ("City") in the penal sum of One Million Three
Hundred Eighty -Four Thousand Seventy -One Dollars and no/100 ($1,384,071.00) for the payment of which
we firmly bind ourselves and our legal representatives, heirs, successors and assigns, jointly and severally.
This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances,
regulations, standards and policies of the City, as now existing or hereafter amended or adopted.
The Principal has entered into an Agreement with the City dated r 1 1 201 0 for 2018 Asphalt
Overlay 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 Principal shall automatically increase the obligation of the Surety on this Performance Bond in a like
amount, such increase, however, not to exceed twenty-five percent (25%) of the original amount of this
bond without the consent of the Surety.
Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of
the Agreement, the Surety shall make a written commitment to the City that it will either: (a) cure the default
itself within a reasonable time period, or (b) tender to the city, the amount necessary for the City to remedy
the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute
is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City
of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond,
according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the
Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If
the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of
its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety
shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the
Surety elect option (c), the Parties shall first complete participation in mediation, described in the below
paragraph, prior to any interplead action.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project 59 2018
RFB ver. 4-17
r
1
1
1
In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of
default by the Principal, the Parties agree to participate in at least four hours of mediation to resolve said
dispute. The Parties shall proportionately share in the cost of the mediation. The mediation shall be
administered by Judicial Dispute Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101.
The Surety shall not interplead prior to completion of the mediation.
DATED this 27th day of March , 2018
CORPORATE SEAL OF PRINCIPAL:
By:
TUCCI &
NS, INC.
Micha I F. Tucci, President
4224 Waller Rd
Tacoma, WA 98443
(253) 922-6676
CERTIFICATE AS TO CORPORATE SEAL
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the
within bond; that Michale F. Tucci, who signed the said bond on behalf of the Principal, was President of the
said Corporation; that I know his 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.
RPCRAfg
..... F SURETY:
2 c : NNO3
2 Vit:•...111.10 ii110
•�"avJ'tll�:^P+` ��'
APPROVED AS TO FORM:
-41J. Ryan Call, City Attorney
City of Federal Way
2018 Asphalt Overlay Project
RFB ver. 4-17
60
/‘f/y/n a/‘rei.
Secretary of Assistant Secretary
SURETY Travelers Casualty and Surety Company of America
By: /L1! aa,azz-_
Attorney -in -Fact
(Attach Power of Attorney)
Julie Craker
(Name of Person Executing Bond)
c/o Hentschell & Associates, Inc.
1436 S. Union Avenue
Tacoma, WA 98405
(Address)
(253) 272-1151
(Phone)
RFB # 18-001
2018
1
1
1
1
1
1
1
1
11
11
11
1
M
r
1
1
i
TRAVELERSJ11k
Attorney -In Fact No.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
231907
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 0 0 7 1 6 9 3 7 0
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the
laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint
Julie Craker, Thomas P. Hentschell, Leslie A. Parks, Brad Roberts, Joanne Reinkensmeyer, and Janet Pudists
of the City of Tacoma State of Washington their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 29th
day of March 2017
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
State of Connecticut
City of Hartford ss.
By:
Robert L. Raney, Senior Vice President
On this the 29th day of March 2017 before me personally appeared Robert L. Raney, who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers
Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. c
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2021.
58440-5-16 Printed in U.S.A.
tI
•
Public
0100
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attomey or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this t� (_ d of
v�ct��ml�l
Kevin E. Hughes, Assistant Sec tary
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the
above-named individuals and the details of the bond to which the power is attached.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
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
2018 Asphalt Overlay Project
RFB ver. 4-17
61
RFB # 18-001
2018
r
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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
2018 Asphalt Overlay Project
RFB ver. 4-17
62
RFB # 18-001
2018
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
11 the 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 June 1, 2017
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 1-02.6 Preparation of Proposal
37 In this section, "Disadvantaged Business Enterprise" is revised to read "Underutilized
38 Disadvantaged Business Enterprise", and "DBE" is revised to read "UDBE".
39
40 1-02.9 Delivery of Proposal
41 The last sentence of the third paragraph is revised to read:
42
43 The Contracting Agency will not open or consider any Proposal when the Proposal or
44 Bid deposit is received after the time specified for receipt of Proposals or received in a
45 location other than that specified for receipt of Proposals unless an emergency or
A-1
1 unanticipated event interrupts normal work processes of the Contracting Agency so
2 that Proposals cannot be received.
3
4 The following new paragraph is inserted before the last paragraph:
5
6 If an emergency or unanticipated event interrupts normal work processes of the
7 Contracting Agency so that Proposals cannot be received at the office designated for
8 receipt of bids as specified in Section 1-02.12 the time specified for receipt of the
9 Proposal will be deemed to be extended to the same time of day specified in the
10 solicitation on the first work day on which the normal work processes of the
11 Contracting Agency resume.
12
13 1-02.12 Public Opening of Proposals
14 This section is supplemented with the following new paragraph:
15
16 If an emergency or unanticipated event interrupts normal work processes of the
17 Contracting Agency so that Proposals cannot be opened at the time indicated in the
18 call for Bids the time specified for opening of Proposals will be deemed to be extended
19 to the same time of day on the first work day on which the normal work processes of
20 the Contracting Agency resume.
21
22 1-02.13 Irregular Proposals
23 In this section, "Disadvantaged Business Enterprise" is revised to read "Underutilized
24 Disadvantaged Business Enterprise", and "DBE" is revised to read "UDBE".
25
26 1-04.AP1
27 Section 1-04, Scope of the Work
28 June 1, 2017
29 1-04.2 Coordination of Contract Documents, Plans, Special Provisions,
30 Specifications, and Addenda
31 The following new paragraph is inserted before the second to last paragraph:
32
33 Whenever reference is made in these Specifications or the Special Provisions to codes,
34 rules, specifications, and standards, the reference shall be construed to mean the
35 code, rule, specification, or standard that is in effect on the Bid advertisement date,
36 unless otherwise stated or as required by law.
37
38 1-04.3 Reference Information
39 This section is supplemented with the following new sentence:
40
41 If a document that is provided as reference information contains material also included
42 as a part of the Contract, that portion of the document shall be considered a part of
43 the Contract and not as Reference Information.
44
45 1-04.4(2)A General
46 Item number 4 in the third paragraph is revised to read:
47
A-2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 4. Provide substitution for deleted or reduced Condition of Award Work, Apprentice
2 Utilization and Training.
3
4 1-07.AP1
5 Section 1-07, Legal Relations and Responsibilities to the Public
6 August 7, 2017
7 1-07.1 Laws to be Observed
8 The second paragraph is deleted.
9
10 In the second to last sentence of the third paragraph, "WSDOT" is revised to read
11 "Contracting Agency".
12
13 1-07.2(2) State Sales Tax: WAC 458-20-170 — Retail Sales Tax
14 The last three sentences of the first paragraph are deleted and replaced with the following
15 new sentence:
16
17 The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase
18 or rental of tools, machinery, equipment, or consumable supplies not integrated into
19 the project, in the unit bid prices.
20
21 1-07.8 High -Visibility Apparel
22 The last paragraph is revised to read:
23
24 High -visibility garments shall be labeled as, and in a condition compliant with the
25 ANSI/ISEA 107 (2004 or later version) and shall be used in accordance with
26 manufacturer recommendations.
27
28 1-07.8(1) Traffic Control Personnel
29 In this section, references to 'ANSI/ISEA 107-2004" are revised to read 'ANSI/ISEA 107".
30
31 1-07.8(2) Non -Traffic Control Personnel
32 In this section, the reference to "ANSI/ISEA 107-2004" is revised to read 'ANSI/ISEA 107".
33
34 1-07.9(2) Posting Notices
35 Items 1 and 2 are revised to read:
36
37 1. EEOC - P/E-1 (revised 11/09, supplemented 09/15) — Equal Employment
38 Opportunity IS THE LAW published by US Department of Labor. Post for
39 projects with federal -aid funding.
40
41 2. FHWA 1022 (revised 05/15) — NOTICE Federal -Aid Project published by
42 Federal Highway Administration (FHWA). Post for projects with federal -aid
43 funding.
44
45 Items 5, 6 and 7 are revised to read:
46
A-3
1 5. WHD 1420 (revised 02/13) — Employee Rights and Responsibilities Under
2 The Family And Medical Leave Act published by US Department of Labor. Post
3 on all projects.
4
5 6. WHD 1462 (revised 01/16) — Employee Polygraph Protection Act published by
6 US Department of Labor. Post on all projects.
7
8 7. F416-081-909 (revised 09/15) — Job Safety and Health Law published by
9 Washington State Department of Labor and Industries. Post on all projects.
10
11 Items 9 and 10 are revised to read:
12
13 9. F700-074-909 (revised 06/13) — Your Rights as a Worker in Washington
14 State by Washington State Department of Labor and Industries (L&I). Post on all
15 projects.
16
17 10. EMS 9874 (revised 10/15) — Unemployment Benefits published by Washington
18 State Employment Security Department. Post on all projects.
19
20 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan
21 The second sentence of the first paragraph is deleted.
22
23 The first sentence of the second paragraph is revised to read:
24
25 The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and
26 other materials defined in Chapter 447 of the WSDOT Environmental Manual M 31-11.
27
28 Item number four of the fourth paragraph (up until the colon) is revised to read:
29
30 4. Potential Spill Sources — Describe each of the following for all potentially
31 hazardous materials brought or generated on-site, including but not limited to
32 materials used for equipment operation, refueling, maintenance, or cleaning:
33
34 The first sentence of item 7e of the fourth paragraph is revised to read:
35
36 BMP methods and locations where they are used to prevent discharges to ground or
37 water during mixing and transfer of hazardous materials and fuel.
38
39 The last paragraph is deleted.
40
41 1-08.AP1
42 Section 1-08, Prosecution and Progress
43 June 1, 2017
44 1-08.1 Subcontracting
45 The eighth and ninth paragraphs are revised to read:
46
A-4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 On all projects, the Contractor shall certify to the actual amounts paid to all firms that
2 were used as Subcontractors, lower tier subcontractors, manufacturers, regular
3 dealers, or service providers on the Contract. This includes all Disadvantaged, Minority,
4 Small, Veteran or Women's Business Enterprise firms. This Certification shall be
5 submitted to the Engineer on a monthly basis each month between Execution of the
6 Contract and Physical Completion of the Contract using the application available at:
7 https://wsdot.diversitycompliance.com. A monthly report shall be submitted for every
8 month between Execution of the Contract and Physical Completion regardless of
9 whether payments were made or work occurred.
10
11 The Contractor shall comply with the requirements of RCW 39.04.250, 39.76.011,
12 39.76.020, and 39.76.040, in particular regarding prompt payment to Subcontractors.
13 Whenever the Contractor withholds payment to a Subcontractor for any reason
14 including disputed amounts, the Contractor shall provide notice within 10 calendar days
15 to the Subcontractor with a copy to the Contracting Agency identifying the reason for
16 the withholding and a clear description of what the Subcontractor must do to have the
17 withholding released. Retainage withheld by the Contractor prior to completion of the
18 Subcontractors work is exempt from reporting as a payment withheld and is not
19 included in the withheld amount. The Contracting Agency's copy of the notice to
20 Subcontractor for deferred payments shall be submitted to the Engineer concurrently
21 with notification to the Subcontractor.
22
23 1-08.1(1) Prompt Payment, Subcontract Completion and Return of Retainage
24 Withheld
25 In item number 5 of the first paragraph, "WSDOT" is revised to read "Contracting Agency".
26
27 The last sentence in item number 11 of the first paragraph is revised to read:
28
29 The Contractor may also require any documentation from the Subcontractor that is
30 required by the subcontract or by the Contract between the Contractor and Contracting
31 Agency or by law such as affidavits of wages paid, and material acceptance
32 certifications to the extent that they relate to the Subcontractor's Work.
33
34 Item number 12 of the first paragraph is revised to read:
35
36 12. If the Contractor fails to comply with the requirements of the Specification and the
37 Subcontractor's retainage or retainage bond is wrongfully withheld, the Contractor
38 will be subject to the actions described in No. 7 listed above. The Subcontractor
39 may also seek recovery against the Contractor under applicable prompt pay
40 statutes in addition to any other remedies provided for by the subcontract or by
41 law.
42
43 1-08.5 Time for Completion
44 In item 2c of the last paragraph, "Quarterly Reports" is revised to read "Monthly Reports".
45
A-5
1 1-09.AP1
2 Section 1-09, Measurement and Payment
3 April 4, 2016
4 1-09.6 Force Account
5 The second sentence of item number 4 is revised to read:
6
7 A "specialized service" is a work operation that is not typically done by worker
8 classifications as defined by the Washington State Department of Labor and Industries
9 and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and
10 municipal construction.
11
12 1-10.AP1
13 Section 1-10, Temporary Traffic Control
14 January 3, 2017
15 1-10.1(2) Description
16 The first paragraph is revised to read:
17
18 The Contractor shall provide flaggers and all other personnel required for labor for
19 traffic control activities that are not otherwise specified as being furnished by the
20 Contracting Agency.
21
22 In the third paragraph, "Project Engineer" is revised to read "Engineer".
23
24 The following new paragraph is inserted after the third paragraph:
25
26 The Contractor shall keep lanes, on -ramps, and off -ramps, open to traffic at all times
27 except when Work requires closures. Ramps shall not be closed on consecutive
28 interchanges at the same time, unless approved by the Engineer. Lanes and ramps
29 shall be closed for the minimum time required to complete the Work. When paving hot
30 mix asphalt the Contractor may apply water to the pavement to shorten the time
31 required before reopening to traffic.
32
33 1-10.3(2)C Lane Closure Setup/Takedown
34 The following new paragraph is inserted before the last paragraph:
35
36 Channelization devices shall not be moved by traffic control personnel across an open
37 lane of traffic. If an existing setup or staging of traffic control devices require crossing
38 an open lane of traffic, the traffic control devices shall be taken down completely and
39 then set up in the new configuration.
40
41 2-03.AP2
42 Section 2-03, Roadway Excavation and Embankment
43 August 1, 2016
44 2-03.3(7)C Contractor -Provided Disposal Site
45 The second paragraph is revised to read:
46
A-6
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 The Contractor shall acquire all permits and approvals required for the use of the
2 disposal sites before any waste is hauled off the project. The Contractor shall submit a
3 Type 1 Working Drawing consisting of copies of the permits and approvals for any
4 disposal sites to be used. The cost of any such permits and approvals shall be included
5 in the Bid prices for other Work.
6
7 The third paragraph is deleted.
8
9 2-06.AP2
10 Section 2-06, Subgrade Preparation
11 January 3, 2017
12 2-06.3(2) Subgrade for Pavement
13 The second sentence in the first paragraph is revised to read:
14
15 The Contractor shall compact the Subgrade to a depth of 6 inches to 95 percent of
16 maximum density as determined by the compaction control tests for granular
17 materials.
18
19 4-04.AP4
20 Section 4-04, Ballast and Crush Surfacing
21 January 3, 2017
22 4-04.3(5) Shaping and Compaction
23 The first sentence is revised to read:
24
25 Immediately following spreading and final shaping, each layer of surfacing shall be
26 compacted to at least 95 percent of maximum density determined by the requirements
27 of Section 2-03.3(14)D before the next succeeding layer of surfacing or pavement is
28 placed.
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
A-7
1 HMA shall be composed of asphalt binder and mineral materials as required, and may
2 include reclaimed asphalt pavement (RAP) or reclaimed asphalt shingles (RAS), mixed
3 in the proportions specified to provide a homogeneous, stable, and workable mix.
4
5 5-04.2 Materials
6 Provide materials as specified in these sections:
7
8 Asphalt Binder 9-02.1(4)
9 Cationic Emulsified Asphalt 9-02.1(6)
10 Anti -Stripping Additive 9-02.4
11 Warm Mix Asphalt Additive 9-02.5
12 Aggregates 9-03.8
13 Reclaimed Asphalt Pavement (RAP) 9-03.8(3)B
14 Reclaimed Asphalt Shingles (RAS) 9-03.8(3)B
15 Mineral Filler 9-03.8(5)
16 Recycled Material 9-03.21
17 Joint Sealants 9-04.2
18 Closed Cell Foam Backer Rod 9-04.2(3)A
19
20
21 5-04.2(2) Mix Design — Obtaining Project Approval
22 Use only mix designs listed on the Qualified Products List (QPL). Submit WSDOT
23 Form 350-041 to the Engineer to request approval to use a mix design from the
24 QPL. Changes to the job mix formula (JMF) that have been approved on other
25 contracts may be included. The Engineer may reject a request to use a mix design
26 if production of HMA using that mix design on any contract is not in compliance
27 with Section 5-04.3(11)D, E, F, and G for mixture or compaction.
28
29 5-04.2(2)A Changes to the Job Mix Formula
30 The approved mix design obtained from the QPL will be considered the
31 starting job mix formula (JMF) and shall be used as the initial basis for
32 acceptance of HMA mixture, as detailed in Section 5-04.3(9).
33
34 During production the Contractor may request to adjust the JMF. Any
35 adjustments to the JMF will require approval of the Engineer and shall be
36 made in accordance with item 2 of Section 9-03.8(7). After approval by the
37 Engineer, such adjusted JMF's shall constitute the basis for acceptance of the
38 HMA mixture.
39
40 5-04.2(2)B Using Warm Mix Asphalt Processes
41 The Contractor may, at the Contractor's discretion, elect to use warm mix
42 asphalt (WMA) processes for producing HMA. WMA processes include organic
43 additives, chemical additives, and foaming. The use of WMA is subject to the
44 following:
45
46 • Do not use WMA processes in the production of High RAP/Any RAS
47 mixtures.
A-8
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 • Before using WMA processes, obtain the Engineer's approval using
2 WSDOT Form 350-076 to describe the proposed WMA process.
3
4 5-04.3 Construction Requirements
5 5-04.3(1) Weather Limitations
6 Do not place HMA for wearing course on any Traveled Way beginning October 1st
7 through March 31st of the following year, without written concurrence from the
8 Engineer.
9
10 Do not place HMA on any wet surface, or when the average surface temperatures
11 are Tess than those specified in Table 5, or when weather conditions otherwise
12 prevent the proper handling or finishing of the HMA.
13
14
15
16
17
18
19
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.
20 In hot weather, the Engineer may require the application of water to the
21 pavement to accelerate the finish rolling of the pavement and to shorten the time
22 required before reopening to traffic.
23
24 During paving operations, maintain temporary pavement markings throughout the
25 project. Install temporary pavement markings on the Roadway prior to opening to
26 traffic. Temporary pavement markings shall comply with Section 8-23.
27
28 5-04.3(4) Preparation of Existing Paved Surfaces
29 Before constructing HMA on an existing paved surface, the entire surface of the
30 pavement shall be clean. Entirely remove all fatty asphalt patches, grease
31 drippings, and other deleterious substances from the existing pavement to the
32 satisfaction of the Engineer. Thoroughly clean all pavements or bituminous
33 surfaces of dust, soil, pavement grindings, and other foreign matter. Thoroughly
34 remove any cleaning or solvent type liquids used to clean equipment spilled on the
35 pavement before paving proceeds. Fill all holes and small depressions with an
36 appropriate class of HMA. Level and thoroughly compact the surface of the
37 patched area.
38
39 Apply a uniform coat of asphalt (tack coat) to all paved surfaces on which any
40 course of HMA is to be placed or abutted. Apply tack coat to cover the cleaned
41 existing pavement with a thin film of residual asphalt free of streaks and bare
A-9
1 spots. Apply a heavy application of tack coat to all joints. For Roadways open to
2 traffic, limit the application of tack coat to surfaces that will be paved during the
3 same working shift. Equip the spreading equipment with a thermometer to
4 indicate the temperature of the tack coat material.
5
6 Do not operate equipment on tacked surfaces until the tack has broken and cured.
7 Repair tack coat damaged by the Contractor's operation, prior to placement of the
8 HMA.
9
10 Unless otherwise approved by the Engineer, use cationic emulsified asphalt CSS -1,
11 CSS -1h, STE-1, or Performance Graded (PG) asphalt for tack coat. The CSS -1 and
12 CSS-lh may be diluted with water at a rate not to exceed one part water to one
13 part emulsified asphalt. Do not allow the tack coat material to exceed the
14 maximum temperature recommended by the asphalt supplier.
15
16 When shown in the Plans, prelevel uneven or broken surfaces over which HMA is
17 to be placed by using an asphalt paver, a motor patrol grader, or by hand raking,
18 as approved by the Engineer.
19
20 5-O4.3(4)A Crack Sealing
21 5-O4.3(4)A1 General
22 When the Proposal includes a pay item for crack sealing, seal all cracks
23 1/4 inch in width and greater.
24
25 Cleaning: Ensure that cracks are thoroughly clean, dry and free of all
26 loose and foreign material when filling with crack sealant material. Use a
27 hot compressed air lance to dry and warm the pavement surfaces within
28 the crack immediately prior to filling a crack with the sealant material. Do
29 not overheat pavement. Do not use direct flame dryers. Routing cracks
30 is not required.
31
32 Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly
33 mix the components and pour the mixture into the cracks until full. Add
34 additional CSS -1 cationic emulsified asphalt to the sand slurry as needed
35 for workability to ensure the mixture will completely fill the crack. Strike
36 off the sand slurry flush with the existing pavement surface and allow the
37 mixture to cure. Top off cracks that were not completely filled with
38 additional sand slurry. Do not place the HMA overlay until the slurry has
39 fully cured.
40
41 Hot Poured Sealant: For cracks that are to be filled with hot poured
42 sealant, apply the material in accordance with these requirements and
43 the manufacturer's recommendations. Furnish a Type 1 Working Drawing
44 of the manufacturer's product information and recommendations to the
45 Engineer prior to the start of work, including the manufacturer's
46 recommended heating time and temperatures, allowable storage time
47 and temperatures after initial heating, allowable reheating criteria, and
48 application temperature range. Confine hot poured sealant material
A-10
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 within the crack. Clean any overflow of sealant from the pavement
2 surface. If, in the opinion of the Engineer, the Contractor's method of
3 sealing the cracks with hot poured sealant results in an excessive amount
4 of material on the pavement surface, stop and correct the operation to
5 eliminate the excess material.
6
7 5-O4.3(4)A2 Crack Sealing Areas Prior to Paving
8 In areas where HMA will be placed, use sand slurry to fill the cracks.
9
10 5-O4.3(4)A3 Crack Sealing Areas Not to be Paved
11 In areas where HMA will not be placed, fill the cracks as follows:
12
13 1. Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant.
14
15 2. Cracks greater than 1 inch in width — fill with sand slurry.
16
17 5-O4.3(4)B Soil Residual Herbicide
18 Where shown in the Plans, apply one application of an approved soil residual
19 herbicide. Comply with Section 8-02.3(3)B. Complete paving within 48 hours
20 of applying the herbicide.
21
22 Use herbicide registered with the Washington State Department of Agriculture
23 for use under pavement. Before use, obtain the Engineer's approval of the
24 herbicide and the proposed rate of application. Include the following
25 information in the request for approval of the material:
26
27 1. Brand Name of the Material,
28
29 2. Manufacturer,
30
31 3. Environmental Protection Agency (EPA) Registration Number,
32
33 4. Material Safety Data Sheet, and
34
35 5. Proposed Rate of Application.
36
37 5-04.3(11) Reject Work
38 This Section applies to HMA and all requirements related to HMA (except
39 aggregates prior to being incorporated into HMA). For rejection of aggregate
40 prior to its incorporation into HMA refer to Section 3-04.
41
42 5-O4.3(11)A Reject Work — General
43 Work that is defective or does not conform to Contract requirements shall
44 be rejected. The Contractor may propose, in writing, alternatives to
45 removal and replacement of rejected material. Acceptability of such
46 alternative proposals will be determined at the sole discretion of the
47 Engineer.
48
A-11
1 5-04.3(11)B Rejection by Contractor
2 The Contractor may, prior to acceptance sampling and testing, elect to
3 remove any defective material and replace it with new material. Any such
4 new material will be sampled, tested, and evaluated for acceptance.
5
6 5-04.3(11)C Rejection Without Testing (Mixture or Compaction)
7 The Engineer may, without sampling, reject any batch, load, or section of
8 Roadway that appears defective. Material rejected before placement shall
9 not be incorporated into the pavement.
10
11 No payment will be made for the rejected materials or the removal of the
12 materials unless the Contractor requests the rejected material to be
13 tested. If the Contractor requests testing, acceptance will be by Statistical
14 Evaluation, and a minimum of three samples will be obtained and tested.
15 When uncompacted material is required for testing but not available, the
16 Engineer will determine random sample locations on the roadway in
17 accordance with WSDOT Test Method T 716, take cores in accordance
18 with WSDOT SOP 734, and test the cores in accordance with WSDOT
19 SOP 737.
20
21 If the CPF for the rejected material is less than 0.75, no payment will be
22 made for the rejected material; in addition, the cost of sampling and
23 testing shall be borne by the Contractor. If the CPF is greater than or
24 equal to 0.75, the cost of sampling and testing will be borne by the
25 Contracting Agency. If the material is rejected before placement and the
26 CPF is greater than or equal to 0.75, compensation for the rejected
27 material will be at a CPF of 0.75. If rejection occurs after placement and
28 the CPF is greater than or equal to 0.75, compensation for the rejected
29 material will be at the calculated CPF with an addition of 25 percent of
30 the unit Contract price added for the cost of removal and disposal.
31
32 5-04.3(11)D Rejection — A Partial Sublot (Mixture or
33 Compaction)
34 In addition to the random acceptance sampling and testing, the Engineer
35 may also isolate from a mixture or compaction sublot any material that is
36 suspected of being defective in relative density, gradation or asphalt
37 binder content. Such isolated material will not include an original sample
38 location. The Contracting Agency will obtain a minimum of three random
39 samples of the suspect material and perform the testing. When
40 uncompacted material is required for testing but is not available, the
41 Engineer will select random sample locations on the roadway in
42 accordance with WSDOT Test Method T 716, take cores samples in
43 accordance with WSDOT SOP 734, and test the material in accordance
44 with WSDOT SOP 737. The material will then be statistically evaluated as
45 an independent lot in accordance with Section 1-06.2(2).
46
A-12
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 5-O4.3(11)E Rejection — An Entire Subiot (Mixture or
2 Compaction)
3 An entire mixture or compaction sublot that is suspected of being
4 defective may be rejected. When this occurs, a minimum of two
5 additional random samples from this sublot will be obtained. When
6 uncompacted material is required for the additional samples but the
7 material has been compacted, the Contracting Agency will take and test
8 cores from the roadway as described in Section 5-04.3(11)D. The
9 additional samples and the original sublot will be evaluated as an
10 independent lot in accordance with Section 1-06.2(2).
11
12 5-O4.3(11)F Rejection - A Lot in Progress (Mixture or
13 Compaction)
14 The Contractor shall shut down operations and shall not resume HMA
15 placement until such time as the Engineer is satisfied that material
16 conforming to the Specifications can be produced when:
17
18 1. the Composite Pay Factor (CPF) of a mixture or compaction lot
19 in progress drops below 1.00 and the Contractor is taking no
20 corrective action, or
21
22 2. the Pay Factor (PF;) for any constituent of a mixture or
23 compaction lot in progress drops below 0.95 and the Contractor
24 is taking no corrective action, or
25
26 3. either the PF, for any constituent (or the CPF) of a mixture or
27 compaction lot in progress is less than 0.75.
28
29 5-O4.3(11)G Rejection — An Entire Lot (Mixture or Compaction)
30 An entire lot with a CPF of less than 0.75 will be rejected.
31
32 5-04.3(12) Joints
33 5-O4.3(12)A RIMA Joints
34 5-O4.3(12)A1 Transverse Joints
35 Conduct operations such that placement of the top or wearing
36 course is a continuous operation or as close to continuous as
37 possible. Unscheduled transverse joints will be allowed, but the roller
38 may pass over the unprotected end of the freshly laid HMA only
39 when the placement of the course is discontinued for such a length
40 of time that the HMA will cool below compaction temperature. When
41 the Work is resumed, cut back the previously compacted HMA to
42 produce a slightly beveled edge for the full thickness of the course.
43
44 Construct a temporary wedge of HMA on a 50H:1V where a
45 transverse joint as a result of paving or planing is open to traffic.
46 Separate the HMA in the temporary wedge from the permanent HMA
47 upon which it is placed by strips of heavy wrapping paper or other
48 methods approved by the Engineer. Remove the wrapping paper and
A-13
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
13 new 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:1V. 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
31 not 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(13) Surface Smoothness
44 The completed surface of all courses shall be of uniform texture, smooth,
45 uniform as to crown and grade, and free from defects of all kinds. The
46 completed surface of the wearing course shall not vary more than Vs inch
47 from the lower edge of a 10 -foot straightedge placed on the surface parallel
48 to the centerline. The transverse slope of the completed surface of the
A-14
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 wearing course shall vary not more than 1/4 inch in 10 feet from the rate of
2 transverse slope shown in the Plans.
3
4 When deviations in excess of the above tolerances are found that result from
5 a high place in the HMA, correct the pavement surface by one of the
6 following methods:
7
8 1. Remove material from high places by grinding with an approved
9 grinding machine, or
10
11 2. Remove and replace the wearing course of HMA, or
12
13 3. By other method approved by the Engineer.
14
15 Correct defects until there are no deviations anywhere greater than the
16 allowable tolerances.
17
18 Deviations in excess of the above tolerances that result from a low place in
19 the HMA and deviations resulting from a high place where corrective action, in
20 the opinion of the Engineer, will not produce satisfactory results will be
21 accepted with a price adjustment. The Engineer shall deduct from monies due
22 or that may become due to the Contractor the sum of $500.00 for each and
23 every section of single traffic lane 100 feet in length in which any excessive
24 deviations described above are found.
25
26 When portland cement concrete pavement is to be placed on HMA, the
27 surface tolerance of the HMA shall be such that no surface elevation lies
28 above the Plan grade minus the specified Plan depth of portland cement
29 concrete pavement. Prior to placing the portland cement concrete pavement,
30 bring any such irregularities to the required tolerance by grinding or other
31 means approved by the Engineer.
32
33 When utility appurtenances such as manhole covers and valve boxes are
34 located in the Traveled Way, pave the Roadway before the utility
35 appurtenances are adjusted to the finished grade.
36
37 5-04.3(14) Planing Bituminous Pavement
38 Plane in such a manner that the underlying pavement is not torn, broken, or
39 otherwise damaged by the planing operation. Delamination or raveling of the
40 underlying pavement will not be construed as damage due to the Contractor's
41 operations. Pavement outside the limits shown in the Plans or designated by
42 the Engineer that is damaged by the Contractor's operations shall be repaired
43 to the satisfaction of the Engineer at no additional cost to the Contracting
44 Agency.
45
46 For mainline planing operations, use equipment with automatic controls and
47 with sensors for either or both sides of the equipment. The controls shall be
48 capable of sensing the grade from an outside reference line, or a mat -
A -15
1 referencing device. The automatic controls shall have a transverse slope
2 controller capable of maintaining the mandrel at the desired transverse slope
3 (expressed as a percentage) within plus or minus 0.1 percent.
4
5 Remove all loose debris from the planed surface before opening the planed
6 surface to traffic. The planings and other debris resulting from the planing
7 operation shall become the property of the Contractor and be disposed of in
8 accordance with Section 2-03.3(7)C, or as otherwise allowed by the Contract.
9
10 5-04.3(15) Sealing Pavement Surfaces
11 Apply a fog seal where shown in the Plans. Construct the fog seal in
12 accordance with Section 5-02.3. Unless otherwise approved by the Engineer,
13 apply the fog seal prior to opening to traffic.
14
15 5-04.3(16) HMA Road Approaches
16 Construct HMA approaches at the locations shown in the Plans or where
17 staked by the Engineer, in accordance with Section 5-04.
18
19 5-04.4 Measurement
20 HMA Cl. PG , HMA for Cl. PG , and Commercial HMA will
21 be measured by the ton in accordance with Section 1-09.2, with no deduction being
22 made for the weight of asphalt binder, mineral filler, or any other component ofthe
23 HMA. If the Contractor elects to remove and replace HMA as allowed by Section 5-
24 04.3(11), the material removed will not be measured.
25
26 Roadway cores will be measured per each for the number of cores taken.
27
28 Crack Sealing -LF will be measured by the linear foot along the line of the crack.
29
30 Soil residual herbicide will be measured by the mile for the stated width to the nearest
31 0.01 mile or by the square yard, whichever is designated in the Proposal.
32
33 Pavement repair excavation will be measured by the square yard of surface marked
34 prior to excavation.
35
36 Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4.
37
38 Longitudinal joint seals between the HMA and cement concrete pavement will be
39 measured by the linear foot along the line and slope of the completed joint seal.
40
41 HMA sawcut and seal, and paved panel joint seal, will be measured by the linear foot
42 along the line and slope of the completed joint seal.
43
44 Planing bituminous pavement will be measured by the square yard.
45
46 Temporary pavement marking will be measured by the linear foot as provided in
47 Section 8-23.4.
48
A-16
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Water will be measured by the M gallon as provided in Section 2-07.4.
2
3 5-04.5 Payment
4 Payment will be made for each of the following Bid items that are included in the
5 Proposal:
6
7 "HMA Cl. PG ", per ton.
8 "HMA for Approach Cl. __ PG ", per ton.
9 "HMA for Preleveling Cl. __ PG ", per ton.
10 "HMA for Pavement Repair Cl. PG ", per ton.
11 "Commercial HMA", per ton.
12 The unit Contract price per ton for "HMA Cl. PG ", "HMA for Approach Cl.
13 PG ", "HMA for Preleveling Cl. PG ", "HMA for Pavement Repair Cl.
14 PG ", and "Commercial HMA" shall be full compensation for all costs,
15 including anti -stripping additive, incurred to carry out the requirements of Section
16 5-04 except for those costs included in other items which are included in this
17 Subsection and which are included in the Proposal.
18
19 "Crack Sealing -FA", by force account.
20 "Crack Sealing -FA" will be paid for by force account as specified in Section 1-09.6.
21 For the purpose of providing a common Proposal for all Bidders, the Contracting
22 Agency has entered an amount in the Proposal to become a part of the total Bid
23 by the Contractor.
24
25 "Crack Sealing -LF", per linear foot.
26 The unit Contract price per linear foot for "Crack Sealing -LF" shall be full payment
27 for all costs incurred to perform the Work described in Section 5-04.3(4)A.
28
29 "Soil Residual Herbicide _ ft. Wide", per mile, or
30 "Soil Residual Herbicide", per square yard.
31 The unit Contract price per mile or per square yard for "Soil Residual Herbicide"
32 shall be full payment for all costs incurred to obtain, provide and install herbicide
33 in accordance with Section 5-04.3(4)B.
34
35 "Pavement Repair Excavation Incl. Haul", per square yard.
36 The unit Contract price per square yard for "Pavement Repair Excavation Incl.
37 Haul" shall be full payment for all costs incurred to perform the Work described in
38 Section 5-04.3(4)C with the exception, however, that all costs involved in the
39 placement of HMA shall be included in the unit Contract price per ton for "HMA for
40 Pavement Repair Cl. PG ", per ton.
41
42 "Asphalt for Fog Seal", per ton.
43 Payment for "Asphalt for Fog Seal" is described in Section 5-02.5.
44
45 "Longitudinal Joint Seal", per linear foot.
46 The unit Contract price per linear foot for "Longitudinal Joint Seal" shall be full
47 payment for all costs incurred to construct the longitudinal joint between HMA and
48 cement concrete pavement, as described in Section 5-04.3(12)B.
A-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
"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)61.
"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)62.
"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)C3.
"HMA Core — Bridge", per each.
The unit Contract price per each for "HMA Core — Bridge" shall be full payment for
all costs, including traffic control, associated with taking HMA density cores in
pavement that is on a bridge deck.
"HMA Core — Roadway", per each.
The unit Contract price per each for "HMA Core — Roadway" shall be full payment
for all costs, including traffic control, associated with taking HMA density cores in
pavement that is not on a bridge deck.
"Cyclic Density Price Adjustment", by calculation.
"Cyclic Density Price Adjustment" will be calculated and paid for as described in
Section 5-04.3(10)B.
A-18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 8-01.AP8
2 Section 8-01, Erosion Control and Water Pollution Control
3 August 1, 2016
4 8-01.2 Materials
5 This section is supplemented with the following new paragraph:
6
7 Recycled concrete, in any form, shall not be used for any Work defined in Section 8-01.
8
9 8-01.3(7) Stabilized Construction Entrance
10 The last sentence of the first paragraph is revised to read:
11
12 Material used for stabilized construction entrance shall be free of extraneous materials
13 that may cause or contribute to track out.
14
15 8-01.3(8) Street Cleaning
16 This section is revised to read:
17
18 Self-propelled street sweepers shall be used to remove and collect sediment and other
19 debris from the Roadway, whenever required by the Engineer. The street sweeper shall
20 effectively collect these materials and prevent them from being washed or blown off
21 the Roadway or into waters of the State. Street sweepers shall not generate fugitive
22 dust and shall be designed and operated in compliance with applicable air quality
23 standards.
24
25 Material collected by the street sweeper shall be disposed of in accordance with
26 Section 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 8-20.1 Description
37 This section is supplemented with the following new subsection:
38
39 8-20.1(3) Permitting and :Inspections
40 Electrical installations are subject to electrical inspection in accordance with RCW
41 19.28.101. Electrical inspections may only be performed by an electrical inspector
42 meeting the requirements of RCW 19.28.321. Electrical installations will not be
43 accepted until they have been inspected and approved by an electrical inspector as
44 required by this Section. This inspection is required even if there is no new electrical
45 service or new electrical meter being installed in the Contract.
46
A-19
1 Installations within WSDOT right of way are subject to a minimum of a final inspection
2 by a WSDOT certified electrical inspector as allowed by RCW 19.28.141. A separate
3 permit is not required for electrical installations within WSDOT right of way. Additional
4 inspections may be required at the discretion of the Engineer.
5
6 Installations outside of WSDOT right of way are subject to permitting and inspection by
7 the Washington State Department of Labor and Industries (L&I) or a local jurisdiction
8 approved for that location by L&I. Approved local jurisdictions and their contacts may
9 be found on the L&I website at
10 http://www.lni.wa.gov/TradesLicensing/Electrical/FeePermInsp/CityInspectors/.
11
12 8-20.1(1) Regulations and Code
13 The second paragraph is revised to read:
14
15 Wherever reference is made in these Specifications or in the Special Provisions to the
16 Code, the rules, or the standards mentioned above, the reference shall be construed to
17 mean the code, rule, or standard that is in effect on the Bid advertisement date.
18
19 8-22.AP8
20 Section 8-22, Pavement Marking
21 August 7, 2017
22 8-22.3(6) Removal of Pavement Markings
23 This section is revised to read:
24
25 Pavement markings to be removed shall be obliterated until all blemishes caused by
26 the pavement marking removal conform to the coloration of the adjacent pavement.
27
28 Grinding to remove pavement markings in their entirety is allowed in areas designated
29 for applications of either Hot Mix Asphalt (HMA) or Bituminous Surface Treatment
30 (BST). Pavement marking removal shall be performed from April 1st through
31 September 30th and only in those areas that shall be paved within the same time
32 window as the grinding, unless otherwise allowed by the Engineer in writing.
33
34 For all cement concrete pavement and areas that will not be overlaid with hot mix
35 asphalt or BST, grinding is allowed to a depth just above the pavement surface and
36 then Water blasting or shot blasting shall be required to remove the remaining
37 pavement markings.
38
39 If in the opinion of the Engineer, the pavement is materially damaged by pavement
40 marking removal, such damage shall be repaired by the Contractor in accordance with
41 Section 1-07.13(1). Sand or other material deposited on the pavement as a result of
42 removing lines and markings shall be removed as the Work progresses to avoid
43 hazardous conditions. Accumulation of sand or other material which might interfere
44 with drainage will not be permitted.
45
A-20
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 8-22.4 Measurement
3 The first two sentences of the fourth paragraph are revised to read:
4
5 The measurement for"Painted Wide Lane Line", "Plastic Wide Lane Line", "Profiled
6 Plastic Wide Lane Line", "Painted Barrier Center Line", "Plastic Barrier Center Line",
7 "Painted Stop Line", "Plastic Stop Line", "Painted Wide Dotted Entry Line", or "Plastic
8 Wide Dotted Entry Line" will be based on the total length of each painted, plastic or
9 profiled plastic line installed. No deduction will be made for the unmarked area when
10 the marking includes a broken line such as, wide broken lane line, drop lane line, wide
11 dotted lane line or wide dotted entry line.
12
13 8-22.5 Payment
14 The following two new Bid items are inserted after the Bid item "Plastic Crosshatch
15 Marking", per linear foot:
16
17 "Painted Wide Dotted Entry Line", per linear foot.
18
19 "Plastic Wide Dotted Entry Line", per linear foot.
20
21 9-03.AP9
22 Section 9-03, Aggregates
23 August 7, 2017
24 9-03.1(1) General Requirements
25 In this section, each reference to "Section 9-01.2(3)" is revised to read "Section 9-
26 01.2(1)A".
27
28 This first paragraph is supplemented with the following:
29
30 Reclaimed aggregate may be used if it complies with the specifications for Portland
31 Cement Concrete. Reclaimed aggregate is aggregate that has been recovered from
32 plastic concrete by washing avvay the cementitious materials.
33
34 9-03.1(2) Fine Aggregate for Portland Cement Concrete
35 This section is revised to read:
36
37 Fine aggregate shall consist of natural sand or manufactured sand, or combinations
38 thereof, accepted by the Engineer, having hard, strong, durable particles free from
39 adherent coating. Fine aggregate shall be washed thoroughly to meet the
40 specifications.
41
42 9-03.1(2)A Deleterious Substances
43 This section is revised to read:
44
45 The amount of deleterious substances in the washed aggregate shall be tested in
46 accordance with AASHTO M 6 and not exceed the following values:
47
A-21
1 Material finer than No. 200 Sieve 2.5 percent by weight
2 Clay lumps and friable particles 3.0 percent by weight
3 Coal and lignite 0.25 percent by weight
4 Particles of specific gravity less than 2.00 1.0 percent by weight.
5
6 Organic impurities shall be tested in accordance with AASHTO T 21 by the glass
7 color standard procedure and results darker than organic plate no. 3 shall be
8 rejected. A darker color results from AASHTO T 21 may be used provided that
9 when tested for the effect of organic impurities on strength of mortar, the relative
10 strength at 7 days, calculated in accordance with AASHTO T 71, is not less than 95
11 percent.
12
13 9-03.1(4) Coarse Aggregate for Portland Cement Concrete
14 This section is revised to read:
15
16 Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone, or
17 combinations thereof having hard, strong, durable pieces free from adherent coatings.
18 Coarse aggregate shall be washed to meet the specifications.
19
20 9-03.1(4)A Deleterious
21 This section, including title, is revised to read:
22
23 9-03.1(4)A Deleterious Substances
24 The amount of deleterious substances in the washed aggregate shall be tested in
25 accordance with AASHTO M 80 and not exceed the following values:
26
27 Material finer than No. 200 1.0' percent by weight
28 Clay lumps and Friable Particles 2.0 percent by weight
29 Shale 2.0 percent by weight
30 Wood waste 0.05 percent by weight
31 Coal and Lignite 0.5 percent by weight
32 Sum of Clay Lumps, Friable Particles, and
33 Chert (Less Than 2.40 specific gravity SSD) 3.0 percent by weight
34
35 'If the material finer than the No. 200 sieve is free of clay and shale, this
36 percentage may be increased to 1.5.
37
38 9-03.1(4)C Grading
39 The following new sentence is inserted at the beginning of the last pargraph:
40
41 Where coarse aggregate size 467 is used, the aggregate may be furnished in at least
42 two separate sizes.
43
44 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete
45 This section is revised to read:
46
47 As an alternative to using the fine aggregate sieve grading requirements in Section 9-
48 03.1(2)B, and coarse aggregate sieve grading requirements in Section 9-03.1(4)C, a
A-22
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 combined aggregate gradation conforming to the requirements of Section 9-03.1(5)A
2 may be used.
3
4 9-03.1(5)A Deleterious Substances
5 This section is revised to read:
6
7 The amount of deleterious substances in the washed aggregates 3/8 inch or larger shall
8 not exceed the values specified in Section 9-03.1(4)A and for aggregates smaller than
9 3/8 inch they shall not exceed the values specified in Section 9-03.1(2)A.
10
11 9-03.1(5)B Grading
12 The first paragraph is deleted.
13
14 9-03.8(2) HMA Test Requirements
15 In the table in item number 3, the heading "Statistical and Nonstatistical" is revised to read
16 "Statistical".
17
18 9-03.8(7) HMA Tolerances and Adjustments
19 In the table in item number 1, the column titled "Nonstatistical Evaluation" is deleted.
20
21 In the table in item 1, the last column titled "Commercial Evaluation" is revised to read
22 "Visual Evaluation".
23
24 9-03.21(1)B Concrete Rubble
25 This section, including title, is revised to read:
26
27 9-03.21(1)B Recycled Concrete Aggregate
28 Recycled concrete aggregates are coarse aggregates manufactured from hardened
29 concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate or
30 blended with coarse aggregate for Commercial Concrete. Recycled concrete aggregate
31 shall meet all of the requirements for coarse aggregate contained in Section 9-03.1(4)
32 or 9-03.1(5). In addition to the requirements of Section 9-03.1(4) or 9-03.1(5),
33 recycled concrete shall:
34
35 1. Contain an aggregated weight of less than 1 percent of adherent fines,
36 vegetable matter, plastics, plaster, paper, gypsum board, metals, fabrics,
37 wood, tile, glass, asphalt (bituminous) materials, brick, porcelain or other
38 deleterious substance(s) not otherwise noted;
39
40 2. Be free of components such as chlorides and reactive materials that are
41 detrimental to the concrete, unless mitigation measures are taken to prevent
42 recurrence in the new concrete;
43
44 3. Have an absorption of less than 10 percent when tested in accordance with
45 AASHTO T 85.
46
47 4. Be considered mechanically fractured and therefore be considered part of the
48 total fracture calculation as determined by the FOP for AASHTO T 335.
A-23
1
2 Recycled concrete aggregate shall be in a saturated condition prior to mixing.
3
4 Recycled concrete aggregate shall not be placed below the ordinary high water mark of
5 any surface water of the State.
6
7 9-03.21(1)D Recycled Steel Furnace Slag
8 This section title is revised to read:
9
10 Steel Slag
11
12 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled
13 Material
14
15 In the Hot Mix Asphalt column, each value of "20" is revised to read "25".
16
17 The last column heading "Steel Furnace Slag" is revised to read "Steel Slag".
18
19 The following new row is inserted after the second row:
20
Coarse Aggregate for Commercial Concrete
9-03.1(4)
0
100
0
0
21
22 9-04.AP9
23 Section 9-04, Joint and Crack Sealing Materials
24 January 3, 2017
25 This section is supplemented with the following two new subsections:
26
27 9-04.11 Butyl Rubber Sealant
28 Butyl rubber sealant shall conform to ASTM C 990.
29
30 9-04.12 External Sealing Band
31 External sealing band shall by Type III B conforming to ASTM C 877.
32
33 9-04.2(1)B Sand Slurry for Bituminous Pavement
34 Sand slurry is mixture consisting of the following components measured by total
35 weight:
36
37 1. Twenty percent CSS -1 emulsified asphalt,
38
39 2. Two percent portland cement, and
40
41 3. Seventy-eight percent fine aggregate meeting the requirements of 9-03.1(2)B
42 Class 2. Fine aggregate may be damp (no free water).
43
A-24
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 9-14.AP9
3 Section 9-14, Erosion Control and Roadside Planting
4 August 7, 2017
5 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs)
6 The first paragraph is revised to read:
7
8 All HECPs shall be made of natural plant fibers unaltered by synthetic materials, and in
9 a dry condition, free of noxious weeds, seeds, chemical printing ink, germination
10 inhibitors, herbicide residue, chlorine bleach, rock, metal, plastic, and other materials
11 detrimental to plant life.
12
13 The last sentence of the third paragraph is revised to read the following two sentences:
14
15 Under no circumstances will field mixing of additives or components be acceptable,
16 with the exception of seed and water. The product shall be hydrated in accordance
17 with the manufacturer's recommendations.
18
19 In Table 1 of the fourth paragraph, the following new row is inserted below the table
20 heading:
21
These test requirements apply to the fully mixed product, including
tackifiers, dyes, or other additives that may be included in the HECP final
product in its sprayable form.
22
23 The last two paragraphs are revised to read:
24
25 If the HECP contains a dye to facilitate placement and inspection of the material, it
26 shall be nontoxic to plants, animals, and aquatic life and shall not stain concrete or
27 painted surfaces.
28
29 The HECP shall not be harmful to plants, animals, and aquatic life.
30
31 9-14.4(4) Wood Strand Mulch
32 The last paragraph is revised to read:
33
34 The Contractor shall provide a test report performed in accordance with WSDOT T 125
35 demonstrating compliance to this specification prior to acceptance. This product shall
36 not be harmful to plants, animals, and aquatic life.
37
38 9-14.4(7) Tackifier
39 The first paragraph is supplemented with the following:
40
41 Tackifiers shall include a mulch tracer added to visible aid uniform application, and
42 shall not be harmful to plants, animals, or aquatic life.
43
44 The first sentence of the second paragraph is revised to read:
A-25
1
2 The Contractor shall provide test results documenting the tackifier and mulch tracer
3 meets the requirements for Acute Toxicity, Solvents, and Heavy Metals as required in
4 Table 1 in Section 9-14.4(2).
5
6 9-14.4(7)A Organic Tackifier
7 This section is revised to read:
8
9 Organic tackifiers shall be derived from natural plant sources and shall not be harmful
10 to plants, animals, and aquatic life.
11
12 9-14.4(7)B Synthetic Tackifier
13 This section is revised to read:
14
15 Synthetic tackifiers shall not be harmful to plants, animals, and aquatic life.
16
17 9-14.5(2) Biodegradable Erosion Control Blanket
18 The first paragraph is revised to read:
19
20 Biodegradable erosion control blankets, including netting if present, shall be made of
21 natural plant fibers unaltered by synthetic materials. All blanket material shall
22 effectively perform the intended erosion control function until permanent vegetation
23 has been established, or for a minimum of 6 months, whichever comes first.
24
25 9-14.5(4)A Biodegradable Check Dams
26 This section is revised to read:
27
28 Biodegradable check dams shall meet the following requirements:
29
30 Wattle Section 9-14.5(5)
31 Compost Sock Section 9-14.5(6)
32 Coir Log Section 9-14.5(7)
33
34 The Contractor may substitute a different biodegradable check dam as long as it
35 complies with the following and is accepted by the Engineer:
36
37 1. Made of natural plant fiber unaltered by synthetic material.
38
39 2. Netting if present shall be made of natural plant fibers unaltered by synthetic
40 materials. Materials shall effectively perform the intended erosion control
41 function until permanent vegetation has been established or for a minimum of
42 6 months, whichever comes first.
43
44 3. Straw bales shall not be used as check dams.
45
A-26
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2
3 9-14.5(5) Wattles
4 This section is revised to read:
5
6 Wattles shall consist of cylinders of plant material such as weed -free straw, coir, wood
7 chips, excelsior, or wood fiber or shavings encased within netting made of natural plant
8 fibers unaltered by synthetic materials. Wattles shall be a minimum of 8 inches in
9 diameter. Netting material shall be clean, evenly woven, and free of encrusted
10 concrete or other contaminating materials such as preservatives. Netting material shall
11 be free from cuts, tears, or weak places and shall effectively perform the intended
12 erosion control function until permanent vegetation has been established or for a
13 minimum of 6 months, whichever comes first.
14
15 If wood chip filler is used, it shall meet the material requirements as specified in
16 Section 9-14.4(3). If straw filler is used, it shall meet the material requirements as
17 specified in Section 9-14.4(1). If wood shavings are used, 80 percent of the fibers shall
18 have a minimum length of 6 inches between 0.030 and 0.50 inches wide and between
19 0.017 and 0.13 inches thick.
20
21 Stakes for wattles shall be made of wood from untreated Douglas fir, hemlock, or pine
22 species.
23
24 9-14.5(6) Compost Socks
25 This section is revised to read:
26
27 Compost socks shall consist of fabric made of natural plant fibers unaltered by
28 synthetic materials. The compost sock shall be filled with Medium Compost as specified
29 in Section 9-14.4(8). Compost socks shall be at least 8 inches in diameter. The sock
30 shall be clean, evenly woven; free of encrusted concrete or other contaminating
31 materials; free from cuts, tears, broken or missing yarns; free of thin, open, or weak
32 areas; and free of any type of preservative. Sock fabric shall effectively perform the
33 intended erosion control function until permanent vegetation has been established or
34 for a minimum of 6 months, whichever comes first.
35
36 Stakes for compost socks shall be made of wood from untreated Douglas fir, hemlock,
37 or pine species.
38
39 9-23.AP9
40 Section 9-23, Concrete Curing Materials and Admixtures
41 January 3, 2017
42 9-23.9 FIy Ash
43 The first paragraph is revised to read:
44
45 FIy ash shall conform to the requirements of AASHTO M295 Class C or F including
46 supplementary optional chemical requirements as set forth in Table 2.
47
A-27
1 The last sentence of the last paragraph is revised to read:
2
3 The supplementary optional chemical limits in AASHTO M295 Table 2 do not apply to
4 fly ash used in Controlled Density Fill.
5
6 9-23.12 Metakaolin
7 This section, including title, is revised to read:
8
9 9-23.12 Natural Pozzolan
10 Natural Pozzolans shall be either Metakaolin or ground Pumice and shall conform to the
11 requirements of AASHTO M295 Class N, including supplementary optional chemical
12 requirements as set forth in Table 2.
13
A-28
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.
Also incorporated into the Contract Documents by reference are:
• Manua/ on Uniform Traffic Control Devices for Streets and Highways, currently adopted
edition, with Washington State modifications, if any
• Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current
edition
• City of Federal Way Public Works Development Standards
• National Electrical Code, current edition
• King County Road Standards — 2007
Contractor shall obtain copies of these publications, at Contractor's own expense.
These publications are incorporated in this contract by reference as if set forth herein in full.
The Contractor's attention is called to the fact that said publications contain general conditions
to this contract as well as construction details. The responsibility of supplying himself with
those publications shall rest with the Contractor.
DESCRIPTION OF WORK
The work to be performed under this Contract consists of furnishing materials, equipment,
tools, labor, and other work or items incidental thereto (excepting any materials, equipment,
utilities or service, if any, specified herein to be furnished by the Owner or others), and
performing all work as required by the Contract in accordance with the Contract Documents, all
of which are made a part hereof. This contract provides for the improvement of certain streets
and roads in the City of Federal Way, as listed on the following page.
City of Federal Way
2018 Asphalt Overlay Project Page SP -1
RFB # 18-001
2018
1
Thero'ect shall consist of overlaying existing asphalt concrete pavement in up to four (4)
P J
different locations within the City of Federal Way. The work shall include, but is not limited to:
Hot Mix Asphalt (HMA Class 1/2" PG 64-22) pavement overlay (approximately 6,580 tons), 1
roadway excavation, pavement repair, planing bituminous pavement, removal and replacement
of existing concrete curb & gutters, sidewalks, approaches, curb ramps, repairing or re -aligning
manholes and catch basins, traffic signal detection loops, pedestrian push button, traffic 1
markings, restoration, utility adjustments, and all items necessary to complete the work as
described in the Contract Documents.
The following roads are included in this work:
SCHEDULE A — S 312th St
S312THST From PACIFIC HWY S To 28TH AVE S
SCHEDULE B — 23RD AVE S
23wAVE S From S312THST To S319THPL
SW 330Th ST From 6TH AVE SW To 3RD AVE SW
SCHEDULE C — WEYERHAEUSER WAY S PAVEMENT REPAIR
WEYERHAEUSER WAYS From S 344TH WY To 33RD PL S/ROUND-A-BOUT
SCHEDULE D — MILITARY ROAD S PAVEMENT REPAIR 1
MILITARY ROAD S From 38TH AVE S To 39TH AVE S
1
1
1
1
1
1
1
1
1
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -2 2018
DIVISION 1
GENERAL REQUIREMENTS
The General Requirements shall be as outlined in the 2016 WSDOT/APWA Standard
Specifications, together with the APWA Supplement (Division 1-99), except as modified by these
Special Provisions.
1-01 DEFINITIONS AND TERMS
1-01.3 Definitions
(March 8, 2013 APWA GSP)
Section 1-01.3 is supplemented with the following:
Additive
A supplemental unit of work or group of bid items, identified separately in the 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
proposal, from which the Contracting Agency may make a choice between different
methods or material of construction for performing the same work.
Contract Documents
See 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.
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.
City of Federal Way
2018 Asphalt Overlay Project Page SP -3
RFB # 18-001
2018
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.
Notice of Award
The written notice from the Contracting Agency to the successful bidder signifying the
Contracting Agency's acceptance of the bid.
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 in its entirety.
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")
5
Furnished automatically upon award.
City of Federal Way
2018 Asphalt Overlay Project
Page SP -4
RFB # 18-001
2018
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Contract Provisions
5
Furnished automatically upon award.
Large plans (e.g., 22" x 34")
2
Furnished only upon request.
Additional plans and Contract Provisions may be obtained by the Contractor from the
source stated in the Call for Bids, at the Contractor's own expense.
1-02.4 Examination of Plans, Specifications and Site of Work
Section 1-02.4 is supplemented with the following:
Minor variations and miscellaneous items may not be shown in the Plans. In accordance
with the Standard Specifications, it shall be the contractor's responsibility to examine the
site, familiarize himself with all attendant conditions and determine the difficulties of the
work involved. Contractor shall accept the site in its existing condition at the time of the
award of contract.
' 1-02.5 Proposal Forms
(July 31, 2017 APWA GSP)
1
1
1
1
1
1
1
1
1
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
UDBE/DBE/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.
Section 1-02.5 is supplemented with the following:
Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by
the signer of the bid. 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
2018 Asphalt Overlay Project Page SP -5
RFB # 18-001
2018
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 Preparation of Proposal
(June 20, 2017 APWA GSP)
Section 1-02.6 is supplemented the second paragraph with the following:
The City Of Federal Way invites bids on the form enclosed to be submitted at such time and
place as is stated in the Call for Bids.
ALL BLANKS IN THE PROPOSAL FORMS MUST BE APPROPRIATELY FILLED IN AND ALL
PRICES MUST BE STATED IN LEGIBLE FIGURES.
Bids or proposals shall be addressed as follows:
Purchasing Office
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003-6325
The envelope shall be plainly marked "2018 Asphalt Overlay Project".
Proposal envelopes sent by mail shall be further sealed in another envelope, addressed as
above.
The Bidder shall submit with their Bid a completed Contractor Certification Wage Law
Compliance form (WSDOT Form 272-009). Failure to return this certification as part of the
Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A
Contractor Certification of Wage Law Compliance form is included in the Proposal Forms.
1-02.6(2) Interpretation of Bid Documents
New Section
(November 28, 2017 ******)
If any person contemplating submitting a bid for the proposed Contract is in doubt as to the
true meaning of any part of the plans, specifications or other documents, he may submit to the
City a written request for an interpretation thereof. Any interpretation of the proposed Contract
documents will be made by an addendum duly issued and a copy of such addendum will be
mailed or faxed to each person receiving a set of the plans and specifications and each bidder
shall acknowledge receipt of such addendum received in order to have the bid considered. The
Owner will not be responsible for any other explanations or interpretations of the proposed
Contract documents during the advertisement period.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -6 2018
No verbal agreement or conversation with any officer, agent or employee of the Owner, either
before or after execution of the Contract, shall affect or modify any of the terms or obligations
contained in any of the documents comprising the Contract. Any such verbal explanation shall
be considered unofficial information and in no way binding upon the Owner.
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
(July 31, 2017 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.
If the project has FHWA funding and requires UDBE Written Confirmation Document(s) or
Good Faith Effort (GFE) Documentation, then to be considered responsive, the Bidder shall
submit Written Confirmation Documentation from each UDBE firm listed on the Bidder's
completed UDBE Utilization Certification, form 272-056U, as required by Section 1-02.6.
The UDBE 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.
City of Federal Way
2018 Asphalt Overlay Project Page SP -7
RFB # 18-001
2018
The Bidder shall submit to the Contracting Agency a signed "Certification of Compliance with
Wage Payment Statutes" document where the Bidder under penalty of perjury verifies that
the Bidder is in compliance with responsible bidder criteria in RCW 39.04.350 subsection (1)
(g), as required per Section 1-02.14. The "Certification of Compliance with Wage Payment
Statutes" document shall be received either with the Bid Proposal or 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 "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 "Supplemental Information" (UDBE confirmations, GFE documentation, or Certification
of Compliance with Wage Payment Statutes) that is received after the time specified above,
or received in a location other than that specified in the Call for Bids.
1-02.11 Combination and Multiple Proposals
Section 1-02.11 is supplemented with the following:
No person, firm or corporation shall be allowed to make, or file, or be interested in more
than one bid for the same work unless alternate bids are specifically called for. A person,
firm, or corporation that has submitted a sub -proposal to bidder, or that has quoted prices
of materials to a bidder is not thereby disqualified from submitting a sub -proposal or
quoting price to other bidders or making a prime proposal.
1-02.12 Public Opening of Proposals
Section 1-02.12 is supplemented with the following:
The Contracting Agency reserves the right to postpone the date and time for bid opening.
Notification to bidder will be by addenda.
1-02.13 Irregular Proposals
(June 20, 2017 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;
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -8 2018
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 an Underutilized Disadvantaged
Business Enterprise Certification, if applicable, as required in Section 1-02.6;
The Bidder fails to submit written confirmation from each UDBE firm listed on the
Bidder's completed UDBE Utilization Certification that they are in agreement with
the bidder's UDBE 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 UDBE 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
More than one Proposal is submitted for the same project from a Bidder under
the same or different names.
2. A Proposal may be considered irregular and may be rejected if:
a. The Proposal does not include a unit price for every Bid item;
b. Any of the unit prices are excessively unbalanced (either above or below the
amount of a reasonable Bid) to the potential detriment of the Contracting
Agency;
c. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint venture or partnership
submit Proposals for the same project (in such an instance, both Bids may be
rejected); or
e. If Proposal form entries are not made in ink.
1-02.14 Disqualification of Bidders
(July 31, 2017 APWA GSP, Option B)
Delete this section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder
responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental
Criteria 1-7 listed in this Section.
The Contracting Agency will verify that the Bidder meets the mandatory bidder
responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that
the Bidder meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later
in this Section.
In addition, the Bidder shall submit to the Contracting Agency a signed "Certification of
Compliance with Wage Payment Statutes" document where the Bidder under penalty of
perjury verifies that the Bidder is in compliance with responsible bidder criteria in RCW
39.04.350 subsection (1)(g). A form appropriate for "Certification of Compliance with
City of Federal Way
2018 Asphalt Overlay Project Page SP -9
RFB # 18-001
2018
Wage Payment Statutes" will be provided by the Contracting Agency in the Bid
Documents. The form provided in the Bid Documents shall be submitted with the Bid as
stated in Section 1-02.9.
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 Agency,
and a written description of its procedure for validating the responsibility of
subcontractors with which it contracts.
4. Claims Against Retainage and Bonds
A Criterion: The Bidder shall not have a record of excessive claims filed against the
retainage or payment bonds for public works projects in the three years prior to
the bid submittal date, that demonstrate a lack of effective management by the
Bidder of making timely and appropriate payments to its subcontractors,
suppliers, and workers, unless there are extenuating circumstances and such
circumstances are deemed acceptable to the Contracting Agency.
City of Federal Way
2018 Asphalt Overlay Project Page SP -10
RFB # 18-001
2018
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.
5. Public Bidding Crime
A Criterion: The Bidder and/or its owners shall not have been convicted of a crime
involving bidding on a public works contract in the five years prior to the bid
submittal date.
B. Documentation: The Bidder, if and when required as detailed below, shall sign a
statement (on a form to be provided by the Contracting Agency) that the Bidder
and/or its owners have not been convicted of a crime involving bidding on a
public works contract.
6. Termination for Cause / Termination for Default
A Criterion: The Bidder shall not have had any public works contract terminated for
cause or terminated for default by a government agency in the five years prior to
the bid submittal date, unless there are extenuating circumstances and such
circumstances are deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall sign a
statement (on a form to be provided by the Contracting Agency) that the Bidder
has not had any public works contract terminated for cause or terminated for
default by a government agency in the five years prior to the bid submittal date;
or if Bidder was terminated, describe the circumstances. .
7. Lawsuits
A Criterion: The Bidder shall not have lawsuits with judgments entered against the
Bidder in the five years prior to the bid submittal date that demonstrate a pattern
of failing to meet the terms of contracts, unless there are extenuating
circumstances and such circumstances are deemed acceptable to the Contracting
Agency
B. Documentation: The Bidder, if and when required as detailed below, shall sign a
statement (on a form to be provided by the Contracting Agency) that the Bidder
has not had any lawsuits with judgments entered against the Bidder in the five
City of Federal Way
2018 Asphalt Overlay Project Page SP -11
RFB # 18-001
2018
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 Supplemental Criteria 3-7 stated above, the apparent
low Bidder must submit to the Contracting Agency by 12:00 RM. (noon) of the second
business day following the bid submittal deadline, a written statement verifying that the
Bidder meets supplemental criteria 3-7 together with supporting documentation (sufficient
in the sole judgment of the Contracting Agency) demonstrating compliance with
Supplemental Criteria 3-7. The Contracting Agency reserves the right to request further
documentation as needed from the low Bidder and documentation from other Bidders as
well to assess Bidder responsibility and compliance with all bidder responsibility criteria.
The Contracting Agency also reserves the right to obtain information from third -parties
and independent sources of information concerning a Bidder's compliance with the
mandatory and supplemental criteria, and to use that information in their evaluation. The
Contracting Agency may consider mitigating factors in determining whether the Bidder
complies with the requirements of the supplemental criteria.
The basis for evaluation of Bidder compliance with these mandatory and supplemental
criteria shall include any documents or facts obtained by Contracting Agency (whether
from the Bidder or third parties) including but not limited to: (i) financial, historical, or
operational data from the Bidder; (ii) information obtained directly by the Contracting
Agency from others for whom the Bidder has worked, or other public agencies or private
enterprises; and (iii) any additional information obtained by the Contracting Agency which
is believed to be relevant to the matter.
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
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -12 2018
the request to the Project Engineer or such other person designated by the Contracting
Agency in the Bid Documents.
1-02.15 Pre Award Information
(August 14, 2013 APWA GSP)
Revise this section to read:
Before awarding any contract, the Contracting Agency may require one or more of these
items or actions of the apparent lowest responsible bidder:
1. A complete statement of the origin, composition, and manufacture of any or all
materials to be used,
2. Samples of these materials for quality and fitness tests,
3. A progress schedule (in a form the Contracting Agency requires) showing the order of
and time required for the various phases of the work,
4. A breakdown of costs assigned to any bid item,
5. Attendance at a conference with the Engineer or representatives of the Engineer,
6. Obtain, and furnish a copy of, a business license to do business in the city or county
where the work is located.
7. Any other information or action taken that is deemed necessary to ensure that the
bidder is the lowest responsible bidder.
1-3 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.
Supplement with the following:
The Owner reserves the right to reject bids on any or all schedules or alternates of the
proposal. After reviewing the bids, the Owner may elect to delete any one or combination
of schedules from the proposal.
City of Federal Way
2018 Asphalt Overlay Project Page SP -13
RFB # 18-001
2018
1-03.3 Execution of Contract
(October 1, 2005APWA GSP)
Revise this section to read:
Copies of the Contract Provisions, including the unsigned Form of Contract, will be available
for signature by the successful bidder on the first business day following award. The
number of copies to be executed by the Contractor will be determined by the Contracting
Agency.
Within 10 calendar days after the award date, the successful bidder shall return the signed
Contracting Agency -prepared contract, an insurance certification as required by Section 1-
07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of
the contract by the Contracting Agency, the successful bidder shall provide any pre -award
information the Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency -
furnished sites. The Contractor shall bear all risks for any work begun outside such areas
and for any materials ordered before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevent return of the
contract documents within 10 calendar days after the award date, 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
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -14 2018
b. Of the Contractor (or the subcontractors or lower tier subcontractors of the
Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors,
material person, or any other person who provides supplies or provisions for carrying
out the work;
4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the
project under titles 50, 51, and 82 RCW; and
5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the
bond; and
6. Be signed by an officer of the Contractor empowered to sign official statements (sole
proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by
the president or vice president, unless accompanied by written proof of the authority of
the individual signing the bond(s) to bind the corporation (i.e., corporate resolution,
power of attorney, or a letter to such effect signed by the president or vice president).
1-04 SCOPE OF WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions,
Specifications, and Addenda
(March 13, 2012 APWA GSP)
Section 1-04.2 is supplemented with the following:
The Contract Documents are ordered as follows:
1. The Contract Agreement
2. Change Order
3. Addenda
4. Bid Schedule
5. Special Provisions, including APWA General Special Provisions, if they are
included
6. Contract Plans and Standard Details
7. Standard Specifications (including Standard Plans and Amendments made
thereto), and Documents incorporated by reference
8. Information for Bidders
(Call for Bids)
(Non -addendum Information given to Bidders at their request)
In case of discrepancies, the document(s) assigned the smaller number(s) shall govern over
items having larger numbers. Units of measurement in the Bid Schedule shall govern over units
of measurement in the Specifications and Provisions. In the Plans or drawings, correctly
calculated dimensions shall govern over scaled or approximately stated dimensions. In case of
any ambiguity or dispute over interpretation of the provisions of the Contract Documents, the
decision of the Engineer shall be final.
City of Federal Way
2018 Asphalt Overlay Project Page SP -15
RFB # 18-001
2018
1-04.6 Variation in Estimated Quantities
Supplement this Section with the following:
Section 1-04.6 of the Standard Specifications shall apply except that payment of any one
item shall be at the appropriate unit contract price bid, regardless of whether the total
quantity increases or decreases by more than twenty-five percent (25%).
1-04.9 Use of Buildings or Structures
Section 1-04.9 is supplemented with the following:
Use of Adjacent Properties
It shall be the Contractor's responsibility to confine its construction activities within the
right of way limits, unless he makes separate arrangements for use of private property.
Before using any private property adjoining the work, the Contractor shall file with the
Engineer a written permission of the property owner and upon vacating the premises the
Contractor shall furnish the Engineer with a release from all damages, properly executed by
the property owner and satisfactory to the Owner.
The Contractor shall confine its equipment, storage of materials and operation of work to
the limits indicated by law, ordinances, permits or direction of the Engineer and shall not
unreasonably encumber the premises with his materials.
1-04.11 Final Cleanup
Section 1-04.11 is supplemented with the following:
Finish and cleanup shall be accomplished as specified in Section 1-04.11 of the Standard
Specifications and shall be considered as incidental to the construction of the project and
all costs thereof shall be included by the Contractor in the unit cost price of other bid items.
1-04.11(A) Disposal New Section
(Specia/ Provision)
Disposal of all excess excavated material and debris shall be the sole responsibility of the
Contractor unless otherwise directed by the Engineer. It should be noted that a permit is
required to fill within the City limits of Federal Way.
Disposal shall be considered as incidental to the construction of the project and all costs thereof
shall be included by the Contractor in the unit prices of other bid items.
1-05 CONTROL OF WORK
1-05.1(A) Determination of "Or Equivalent" New Section
(Specia/ Provision)
The Engineer will be the sole judge in the question of "or equivalent" of any supplies or
materials proposed by the Contractor. The Contractor shall pay to the Owner the cost of tests
and evaluation by the Engineer to determine acceptability of alternates proposed by the
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -16 2018
Contractor, in accordance with the established rates of the Engineer for time and expense work,
the total cost of which may be offset by the Owner against the Contract price.
1-05.3 Plans and Working Drawings
Section 1-05.3 is supplemented with the following:
Shop drawings and/or catalog cuts shall be furnished by the Contractor for all items
indicated in various sections of these contract plans, Standard Specifications, and Special
Provisions. A minimum of five (5) copies shall be submitted for the Owner and Engineer's
use; additional copies required by the Contractor shall be submitted at the same time. The
Contractor's copies will be returned to the Contractor with the appropriated action.
1-05.5 Construction Stakes New Section
(Special Provision)
Intent - It is the intent of this section to define the staking services that the Owner will furnish,
and to set forth the responsibilities of the Contractor respecting the use and maintenance of
same.
Scope - The Owner will furnish the stakes and reference marks for the construction of the
improvements covered by this contract. No stakes other than those enumerated at the end of
this section will be furnished, except as requested in writing by the Contractor and paid for by
him. This applies to all re -staking for whatever reason, as well as for additional staking which
the Contractor may request.
Notification - The Contractor shall keep the Engineer informed in advance as to when and
where the Contractor intends to work, thus enabling the Engineer to set the engineering control
points, lines, and grades with a minimum of delay and interference. The Contractor shall notify
the Engineer at least forty-eight (48) hours in advance of the date when specific staking
services are desired and shall stipulate at that time the particular stakes or marks required,
giving the specific location and/or limiting stations, kind of stakes, offsets, and other pertinent
information. Delays by reason of lack of stakes are deemed a risk to the Contractor and shall
not be the basis for claims for additional compensation.
Control Stakes - Stakes which constitute reference points for all construction work will be
conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of
the Contractor to inform its employees and his subcontractors of their importance, and the
necessity for their preservation. The cost of replacing such controls, should it become
necessary for any reason whatsoever, shall be at the Contractor's expense. If the removal of a
control stake is required by the construction operations of the Contractor or its subcontractors,
advance notice of at least forty-eight (48) hours shall be given to the Engineer, who will
reference and remove said stake or stakes at no cost to the Contractor.
Checking Service - Should occasion arise where the validity of a stake is questioned, either as to
its location or the offset marked thereon, or as to the elevation of cut or fill marked thereon, the
Contractor shall notify the Engineer, who will check the stake or stakes in question. It shall be
the Contractor's responsibility to examine the stakes before commencing operations. Any
stakes found to be in error will be reset. There will be no charge to the Contractor for this
City of Federal Way
2018 Asphalt Overlay Project Page SP -17
RFB # 18-001
2018
service; and it is understood and agreed that the Owner will not be charged for any standby or
"down" time as a result of such checking and/or resetting procedure.
Staking Services - The Owner will furnish the following stakes and reference marks as
applicable:
1. Handicapped Ramps - Locations and limits of removal shall be established for removal
and replacement of curb ramp.
2. Limits of overlay - Locations and limits of the asphalt overlay will be established.
3. Pavement Repair - Location and limits of pavement repair areas will be established.
4. Sidewalk, Curb and Gutter - Locations and limits of removal shall be established.
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified in
a written notice from the Engineer, or fails to perform any part of the work required by the
Contract Documents, the Engineer may correct and remedy such work as may be identified
in the written notice, with Contracting Agency forces or by such other means as the
Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer
determines to be an emergency situation, the Engineer may have the defective and
unauthorized work corrected immediately, have the rejected work removed and replaced,
or have work the Contractor refuses to perform completed by using Contracting Agency or
other forces. An emergency situation is any situation when, in the opinion of the Engineer,
a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or
damage to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall include
in particular, but without limitation, compensation for additional professional services
required, and costs for repair and replacement of work of others destroyed or damaged by
correction, removal, or replacement of the Contractor's unauthorized work.
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the work attributable to the exercise of the Contracting Agency's rights
provided by this Section.
The rights exercised under the provisions of this section shall not diminish the Contracting
Agency's right to pursue any other avenue for additional remedy or damages with respect
to the Contractor's failure to perform the work as required.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -18 2018
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 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
City of Federal Way
2018 Asphalt Overlay Project Page SP -19
RFB # 18-001
2018
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1-05.7.
The Contractor will not be allowed an extension of contract time because of a delay in the
performance of the work attributable to the exercise of the Engineer's right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered physically
complete. That date shall constitute the Physical Completion Date of the contract, but shall
not imply acceptance of the work or that all the obligations of the Contractor under the
contract have been fulfilled.
1-05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a
complete and operable system. Therefore, when the work involves the installation of
machinery or other mechanical equipment; street lighting, electrical distribution or signal
systems; irrigation systems; buildings; or other similar work it may be desirable for the
Engineer to have the Contractor operate and test the work for a period of time after final
inspection but prior to the physical completion date. Whenever items of work are listed in
the Contract Provisions for operational testing they shall be fully tested under operating
conditions for the time period specified to ensure their acceptability prior to the Physical
Completion Date. During and following the test period, the Contractor shall correct any
items of workmanship, materials, or equipment which prove faulty, or that are not in first
class operating condition. Equipment, electrical controls, meters, or other devices and
equipment to be tested during this period shall be tested under the observation of the
Engineer, so that the Engineer may determine their suitability for the purpose for which
they were installed. The Physical Completion Date cannot be established until testing and
corrections have been completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit contract prices
related to the system being tested, unless specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the contract.
1-05.12(1) One -Year Guarantee Period
(March 8, 2013 APWA GSP)
The Contractor shall return to the project and repair or replace all defects in workmanship
and material discovered within one year after Final Acceptance of the Work. The
Contractor shall start work to remedy any such defects within 7 calendar days of receiving
Contracting Agency's written notice of a defect, and shall complete such work within the
time stated in the Contracting Agency's notice. In case of an emergency, where damage
may result from delay or where loss of services may result, such corrections may be made
by the Contracting Agency's own forces or another contractor, in which case the cost of
corrections shall be paid by the Contractor. In the event the Contractor does not
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -20 2018
accomplish corrections within the time specified, the work will be otherwise accomplished
and the cost of same shall be paid by the Contractor.
When corrections of defects are made, the Contractor shall then be responsible for
correcting all defects in workmanship and materials in the corrected work for one year after
acceptance of the corrections by Contracting Agency.
This guarantee is supplemental to and does not limit or affect the requirements that the
Contractor's work comply with the requirements of the Contract or any other legal rights or
remedies of the Contracting Agency.
1-05.12 (2) Maintenance Periods
(January 19, 2016 ******)
On non-FHWA projects, when the work involves such items as machinery or other mechanical
equipment, either furnished or installed by the Contractor or, furnished by the Owner and
installed by the Contractor; buildings; or work which may otherwise be of such a nature that it
is desirable by the Owner to have the Contractor maintain and/or test the work for a period of
time after final inspection by the Engineer, the following shall apply.
It is the intent of the Owner to have at final acceptance, a complete and operable system.
Therefore, such items of work as may be listed in the Contract documents shall be fully tested
under operating conditions to ensure their acceptability prior to final acceptance. The
Contractor shall, upon completion of the work and following final inspection, operate the
complete system under the observation of the Engineer for a test period of no less than
fourteen (14) consecutive calendar days. During and following this 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. All equipment, electrical controls, meters and other
devices to be tested during this period will be tested under the supervision of the Engineer so
as to determine their suitability for the purpose for which they were installed. All costs for
power, gas, labor material, supplies and incidentals, shall be borne by the Contractor unless
specifically set for otherwise in the Contract Documents.
When such periods are desired by the Owner, such periods shall not affect any manufacturer's
guarantees or warranties furnished to the Owner under the terms of the Contract.
The Contractor's attention is called to Section 1-05.18 of these Special Provisions.
1-05.13 Superintendents, Labor and Equipment of Contractor
(August 14, 2013 APWA GSP)
Delete the sixth and seventh paragraphs of this section.
City of Federal Way
2018 Asphalt Overlay Project Page SP -21
RFB # 18-001
2018
1-05.14 Cooperation with Other Contractors
Section 1-05.14 is supplemented with the following:
The Contractor shall pay special attention to the fact that other projects may be under
construction at some time during the operation of this project. Said projects may contain
work which is supplemental to this project. The Contractor must ascertain to his own
satisfaction the impact that said project(s) could have on his operations and be prepared to
coordinate his work with the same if required.
The Owner shall not be responsible for any damages suffered or extra costs incurred by the
Contractor resulting directly or indirectly from the performance or attempted performance
of any other contract or contracts existing or known to be pending at the time of bid.
The Contractor shall coordinate its work with other contractors and utility companies which
may have facilities in the project area and cooperate with them. The Contractor shall also
coordinate its activities with the Owner. No water mains, individual water services, street,
or private drives may be closed off without a minimum of forty-eight (48) hours notice to
the Owner and the private property owner. Should the property owner or the Owner have
adequate reason, as determined by the Engineer, to avoid access or water service shutoff
at the scheduled time, the Contractor shall reschedule his work to meet the new condition.
Other utilities, districts, agencies, and/or contractors who may be working within the
project area are as follows:
1. Puget Sound Energy Company
2. CenturyLink Communications
3. AT&T Telephone Company
4. Comcast Cable Communications
5. Lakehaven Utility District
6. City of Tacoma Public Utilities
7. Midway Sewer District
8. Highline Water District
9. City of Federal Way Surface Water Management Division
10. City of Federal Way Traffic Division
11. King County Public Works Department
12. Washington State Department of Transportation
The Contractor shall adjust catch basins and storm manholes to grade. The Contractor shall be
responsible for coordinating his work with the Owner to accommodate this work.
1-05.14(A) Notifications Relative to Contractor's Activities
(January 19, 2016 ******)
Notification shall be written, with a copy delivered to the Engineer within a minimum of two
working days prior to the commencement of work, including any work 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 below listed agencies of the name(s) of the construction
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -22 2018
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 Department
33325 8th Avenue South
Federal Way, WA 98003-6325
Telephone: 253-835-6701
King County Metro
1270 6th Avenue South, Bldg. 2
MS:QS
Seattle, WA 98134
Telephone: 206-684-2785
Richard.Garcia@kingcounty.gov
Puget Sound Energy (Gas)
3130 South 38th Street Tac -LL
Tacoma, WA 98409
Attn: Sandy Leek
Telephone: 253-381-7313
Puget Sound Energy (Power)
14103 8th Street East
Sumner, WA 98390
Attn: Dennis Booth
Telephone: 253-606-4787
Lakehaven Utility District
PO Box 4249
Federal Way, WA 98003
Attn: Gene Yoder
Telephone: 253-261-1741
Tacoma Public Utilities
City Light Division Systems
PO Box 11007
Tacoma, WA 98411
Attn: Thad Glassy
Telephone: 253-502-8704
King County Traffic Operations
155 Monroe Avenue NE
Renton, WA 98056
Attn: Mark Parrett
Telephone: 206-296-8153
South King Fire & Rescue
31617 1st Ave S
Federal Way, WA 98003
Telephone: 253-839-6234
Federal Way School District
Transportation Department
1211 South 332nd Street
Federal Way, WA 98003
Attn: Michelle Turner
Telephone: 253-945-5965
mturner©fwps.orq
CenturyLink Communications
23315 66th Ave S
Kent, WA 98032
Attn: Jason Tesdal
Telephone: 206-345-3488
Comcast Cable Communications
4020 Auburn Way North
Auburn, WA 98002
Attn: Mike Violette
Telephone: 253-261-1409
AT&T Cable Maintenance
11241 Willow Road NE, Suite 130
Redmond, WA 98052
Attn: Dan McGeough
Telephone: 425-896-9830
Tacoma Public Utilities
Tacoma Water Distribution Engineering
3628 South 35th Street
Tacoma, WA 98409
Attn: Ryan Flynn
Telephone: 253-396-3111
Pierce Transit
3701 96th Street SW
Lakewood, WA 98499
Attn: Dixie Sciacqua
Telephone: 253-581-8001
City of Federal Way
2018 Asphalt Overlay Project Page SP -23
RFB # 18-001
2018
1-05.14(B) Coordination of Work with City New Section
(January 19, 2016 ******)
At least a three (3) working day written notification shall be required on all requests for
engineering services other than inspection. All requests shall be coordinated with the Engineer.
All costs resulting from delays in which requests were not coordinated with the Engineer shall
be the sole responsibility of the Contractor.
Add the following new section:
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power and
water necessary for the performance of the work, unless the contract includes power and water
as a pay item.
Add the following new section:
1-05.17 Oral Agreements
New Section
No oral agreement or conversation with any officer, agent, or employee of the Contracting
Agency, either before or after execution of the contract, shall affect or modify any of the terms
or obligations contained in any of the documents comprising the contract. Such oral agreement
or conversation shall be considered as unofficial information and in no way binding upon the
Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency.
1-06 CONTROL OF MATERIAL
1-06.2(2) Statistical Evaluation of Materials for Acceptance
Delete this section in its entirety.
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.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -24 2018
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
The first paragraph, sentence 2 is revise to read:
The Contractor shall indemnify, defend, and save harmless to the Contracting Agency
(including any agents, officers, and employees) against any claims that may arise because
the Contractor (or any employee of the Contractor or subcontractor or materialman)
violated a legal requirement.
(October 1, 2005 APWA GSP)
Supplement this section with the following:
In cases of conflict between different safety regulations, the more stringent regulation shall
apply.
The Washington State Department of Labor and Industries shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor shall
establish, publish, and make known to all employees, procedures for ensuring immediate
removal to a hospital, or doctor's care, persons, including employees, who may have been
injured on the project site. Employees should not be permitted to work on the project site
before the Contractor has established and made known procedures for removal of injured
persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor's plant, appliances, and methods, and for any damage or injury resulting from
their failure, or improper maintenance, use, or operation. The Contractor shall be solely and
completely responsible for the conditions of the project site, including safety for all persons
and property in the performance of the work. This requirement shall apply continuously,
and not be limited to normal working hours. The required or implied duty of the Engineer
to conduct construction review of the Contractor's performance does not, and shall not, be
intended to include review and adequacy of the Contractor's safety measures in, on, or near
the project site.
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
City of Federal Way
2018 Asphalt Overlay Project Page SP -25
RFB # 18-001
2018
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 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
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -26 2018
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:
In addition to the requirements of Section 1-07.5 of the Standard Specifications, the
Contractor shall comply with all applicable Federal, State, County and City environmental
provisions of law including, but not limited to, the following:
City of Federal Way: Zoning Code and Noise Ordinance
King County:
Ordinance No. 1488
Resolution No. 18801
Resolution No. 25789
Puget Sound Air Pollution Control Agency: Regulation No. 1
Resolution No. 194
The above environmental provisions are incorporated into this contract by this
reference as if set forth herein in full. Copies of the City of Federal Way Provisions are
available for perusal at the Public Works Department.
The Contractor shall be liable for the payment of all fines and penalties resulting from failure
to comply with the federal, state, and local pollution control regulations.
1-07.5(5) Archaeological and Historic Preservation New Section
(January 19, 2016 ******)
The Contractor shall notify the Engineer if any artifacts, skeletal remains, or other
archaeological resources (as defined under RCW 27.53.040) are unearthed during excavation or
otherwise discovered on the construction site. If ordered by the Engineer, the Contractor shall
immediately suspend any construction activity which, in the opinion of the Engineer, would be
in violation of Chapter 27.53 RCW. Suspension of the work shall remain in effect until the
Engineer has obtained permission to proceed from the State Historic Preservation Officer.
City of Federal Way
2018 Asphalt Overlay Project Page SP -27
RFB # 18-001
2018
1-07.6 Permits and Licenses
Section 1-07.6 is supplemented with the following:
The Contractor shall procure at its own expense all permits and licenses which are
necessary and incidental to its operation in the performance of the work and give all
notices required by such permits and licenses. A copy of each permit and license shall be
furnished to the Engineer upon request.
The Contractor shall be required to have a valid Owner business license and shall provide
proof of same prior to execution of the contract.
1-07.9 Wages
Section 1-07.9 is supplemented with the following:
The Washington State prevailing wage rates published by the Department of Labor and
Industries and the Davis -Bacon wage rates for the State of Washington will be incorporated
into each contract as applicable.
When a public works project is subject to the provisions of the Washington State public
works law and the Federal Davis -Bacon and related acts, the Contractor and every
subcontractor on that project must pay at least the Washington State prevailing wage rates,
if they are higher than the federal prevailing wage rates for the project.
The Owner has included a schedule of the applicable Department of Labor and Industries
published Washington State prevailing wage rates in the contract documents (Appendix C).
The Contractor must do the same with contracts with all subcontractors (WAC
296-127-011).
Bidders should be aware that the wage rates to apply during the entire contract period are
those in effect on the day of bid opening unless the contract is not awarded within six
months of this date.
For bidding purposes each bidder shall be responsible for supplying himself with the
appropriate wage rates.
1-07.9(5) Required Documents New Section
Section 1-07.9(5) Supplement with the following:
Employee labor descriptions used on Certified Payrolls shall coincide exactly with
the labor descriptions on the minimum wage schedule in the Contract unless the
Engineer approves an alternate method to identify labor used by the Contractor to
compare with labor listed in the Contract Provisions.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -28 2018
1-07.15 Temporary Water Pollution/Erosion Control
Section 1-07.15 is supplemented with the following:
Temporary water pollution/erosion control work shall be performed as directed by the
Engineer, as necessary to protect the project site and surrounding area, per this section of
the Standard Specifications.
All costs for temporary water pollution/erosion control work shall be incidental to other
items of the contract, and no separate payment will be made.
1-07.16 Protection and Restoration of Property
1-07.16(1) Private/Public Property
Section 1-07.16(1) is supplemented with the following:
The Contractor shall protect private or public property on or in the vicinity of the work site.
The Contractor shall ensure that it is not removed, damaged, destroyed, or prevented from
being used unless the contract so specifies.
The Contractor shall not trespass upon private property and shall be responsible for all
injury or damage to persons or property, directly or indirectly, resulting from his operations
in completing this Work. The Contractor shall comply with the laws and regulations of the
Owner, County, and State and Federal governments, relating to the safety of persons and
property, and will be held responsible for and required to make good any injury or damage
to persons or property caused by carelessness or neglect on the part of the Contractor or
subcontractor(s), or any agent or employee of either during the progress of the Work and
until its final acceptance.
Property includes land, utilities, trees, landscaping, improvements legally on the
right-of-way, markers, monuments, buildings, structures, pipe, conduit, sewer or water
lines, signs, and other property of all description whether shown in the Plans or not.
If the Engineer requests in writing, or if otherwise necessary, the Contractor shall at its
expense install protection, acceptable to the Engineer, for property such as that listed in the
previous paragraph. The Contractor is responsible for locating all property that is subject to
damage by his operation.
If the Contractor (or its agents/employees) damage, destroy, or interfere with the use of
such property, the Contractor shall restore it to original condition at the
Contractor's expense. He shall also halt any interference with the property's use. The
Engineer may have such property restored by other means and subtract the cost from
money that will be or is due the Contractor if it refuses or does not respond immediately.
The Contractor shall restore to a condition equal to the original condition improvements
such as pavements, driveways, gravel shoulders, ditches, culverts, curb, curb and gutter,
sidewalks, fences, pavement markings, mailboxes, traffic signs, traffic signal loops,
landscaping, public and private utilities etc., which are damaged or removed (and not
indicated to be removed) during construction, whether shown in the plans or not.
City of Federal Way
2018 Asphalt Overlay Project Page SP -29
RFB # 18-001
2018
All existing survey monuments and property corner markers shall be protected from
movement by the Contractor. All existing markers and/or monuments that must be
removed for construction purposes are to be referenced by survey ties and then replaced
by a professional land surveyor registered in the State of Washington. All existing property
corner markers disturbed or removed by the Contractor's operations which, in the opinion
of the Engineer, were not required to be removed for construction purposes shall be
replaced at the Contractor's own expense by a Professional Land Surveyor registered in the
State of Washington. Any of these monuments damaged must be reset to second order,
first class specifications.
Sprinkler irrigation systems found to encroach within the limits of improvements shall be
modified as necessary to ensure satisfactory operation upon completion of the
improvements. This work will include, but not be limited to, cutting and capping existing
pipe, relocating existing risers and sprinkler heads new pipe heads and connections, and
testing of the system. All work shall be done in conformance to acceptable standards. This
shall be incidental to the contract.
The Contractor shall contact the owners of any ditches, irrigation lines and appurtenances
which interfere with the Work. The Contractor shall be liable for any damage due to
irrigation facilities damaged by his operations and shall repair such damaged facilities to an
"equal or better than" original condition.
1-07.16(2) Vegetation Protection and Restoration
Delete the fourth paragraph and replace it with the following:
If due to, or for any other reason related to the Contractor's operation, any tree, shrub,
ground cover or herbaceous vegetation is destroyed, seriously damaged, or disfigured, that
was not ordered removed, the Contractor shall replace it with approved nursery stock of
the same species. In addition to replacement, the Contractor will be assessed any
appropriate liquidated damages for trees as described below. The assessment will be
deducted from monies due the Contractor.
For non -merchantable timber, the Contractor will be assessed liquidated damages of $10
for each inch of difference in circumference when a replacement tree is smaller than the
original.
For merchantable timber, the Contractor will be assessed liquidated damages of either $10
for each circumferential inch or the estimated market value delivered to a mill, whichever is
the larger amount.
The Engineer will measure circumference twelve inches (12") above ground level. The
replanting shall be according to Section 8-02 and during the first fall or spring planting
period after damage, or as the Engineer directs.
It may be necessary to trim trees or bushes in order to have the necessary clearance for
planing and paving equipment on streets that are to be overlaid. Any costs for trimming of
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -30 2018
trees or bushes required for the construction of the overlay will be considered incidental to
the contract.
1-07.16(3) Fences, Mailboxes, Incidentals
Section 1-07.16(3) is supplemented with the following:
The Contractor shall maintain at his expense any temporary fencing to preserve livestock,
crops, or property when working through or by private property. The Contractor is liable
for all damages if it does not comply with this requirement.
When it is necessary to temporarily move existing mail or paper boxes, their usefulness
shall not be impaired. The boxes shall be reinstalled at the original location or at locations
ordered by the Engineer. New supports or boxes will not be required unless damaged by
the Contractor. Any damage caused by the Contractor shall be at its expense for
replacement or repairs.
1-07.17 Utilities and Similar Facilities
Section 1-07.17 is supplemented with the following:
The Contractor shall protect from damage private and public utilities, including telephone
and telegraph lines, power lines, sewer and water lines, railroad tracks and appurtenances,
highway lighting and signal systems, and similar facilities.
Underground utilities of record will not be shown in the construction Plans. The Owner
assumes no responsibility for improper locations or failure to show utility locations in the
Plans.
Attention is directed to the possible existence of underground facilities which are not shown
in the Plans. This requirement does not excuse the Contractor from its duty to examine in
detail all plans of water, gas, telephone, electric power and combined sewerage utilities
available with utility owners as required above.
The location of existing underground utilities, as shown in the Plans, is approximate only,
and the Contractor shall be responsible for determining their exact location. The Contractor
shall check with the utility companies concerning any possible conflict prior to commencing
excavation in any area, as not all utilities may be shown in the Plans.
The Contractor shall call the Utility Location Request Center (One Call Center) for field
location, not less than two or more than ten business days before the scheduled date for
commencement of excavation which may affect underground utility facilities, unless
otherwise agreed upon by the parties involved. A business day is defined as any day other
than Saturday, Sunday or a legal local, State, or Federal holiday. The telephone number for
the One Call Center for this project is 1-800-424-5555.
The Contractor is also warned that there may be utilities on the project that are not part of
the One Call System. They must be contacted directly by the Contractor for locations.
City of Federal Way
2018 Asphalt Overlay Project Page SP -31
RFB # 18-001
2018
The Contractor shall be responsible for any breakage of utilities or services resulting from
his operations, and shall hold the Owner and its agents harmless from any claims resulting
from disruption of or damages to same.
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. See Section 1-05.14 of these Special Provisions.
When the facility owner is responsible for removing or relocating the facilities, it is
anticipated that this will be accomplished in advance of construction. If the Contractor
notes the presence of any such facility, the Contractor shall immediately notify the Engineer
in writing.
The right is reserved to the Owner and the owners of facilities, or their authorized agents,
to enter upon the right-of-way for the purpose of making changes as are necessary for the
rearrangement of their facilities or for making necessary connections or repairs. The
Contractor shall cooperate with forces engaged in this work and shall conduct its operations
in such a manner to avoid any unnecessary delay or hindrance to the work being
performed by other forces. Wherever necessary, the Contractor's work shall be coordinated
with the rearrangement of utility or other facilities, and the Contractor shall make
arrangements with the owner of the facilities for the coordination of the work.
When the relocation of these facilities are necessary to accommodate the Work, the
Engineer will provide for the relocations of these facilities by other forces, or the relocations
shall be performed by the Contractor pursuant to written authorization and will be paid for
by applicable unit prices, agreed price, or as force account.
All other costs incurred as a result of performance of the Contractor's obligations in this
section shall be incidental to the contract and included in the unit prices.
No additional compensation will be made to the Contractor for reason of delay caused by
the actions of any utility company and the Contractor shall consider such costs to be
incidental to the other items of the contract.
Contractor warrants and represents that it has personally, or through its employees and/or
subcontractors, examined the right-of-way areas subject to this agreement and that it is
knowledgeable of specific locations for water, gas, telephone, electric power and combined
sewerage utilities within such rights-of-way. Contractor further warrants and represents
that it has also examined in detail plans of such utilities provided to it by the Owner and
affected utility companies or entities.
Contractor also warrants and represents that it is fully aware of the statutory provisions
contained in Chapter 19.122.010 through .900 RCW, that it has read and fully understands
the same, and that it will comply with the requirements of these provisions which are
incorporated by reference herein. Contractor agrees that it shall be an "excavator" as
defined under Chapter 19.122 RCW and that such utilities constitute underground facilities.
The parties agree that remedies affected under Chapter 19.122 RCW are also incorporated
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -32 2018
1
by reference herein. Any cost to the Contractor as a result of this law shall be at the
IContractor's expense.
Contractor also agrees that it shall fully comply with Sections 1-07.16 and 1-07.17 relating
to Protection and Restoration of Property, Utilities and similar facilities, and public liability
I
and property damage insurance provisions of the Standard Specifications as supplemented
by these Special Provisions.
1 1-07.18 Public Liability and Property Damage Insurance
Section 1-07.18 is supplemented with the following:
1 The Contractor shall obtain and keep in force during the term of construction and
throughout the specified term of maintenance, public liability, and property damage
insurance. This insurance shall provide coverage for the Contractor and all Subcontractors
1 performing work on projects under Owner contract or authorized by Owner permit, as well
as provide coverage for the Owner for the limits specified. The coverage so provided shall
protect against claims for personal injuries, including accidental death, as well as claims for
I
property damages which may arise from any act or omission of the Contractor, the
Subcontractor, or by anyone directly or indirectly employed by any of the parties involved.
I The minimum policy limits of such insurance shall be as listed on the Certificate of
Insurance included in the Bid Documents section of these Contract Provisions.
I The insurance must have reference to project name, project location, and contain a brief
description of the project. THE CITY OF FEDERAL WAY, ITS ELECTED AND/OR APPOINTED
OFFICIALS, ITS EMPLOYEES, AND AGENTS MUST BE THE NAMED INSURED, CO-INSURED,
I OR ADDITIONAL INSURED insofar as the work and obligations performed under City
contract or by City permit is concerned.
I 1-07.23 Public Convenience and Safety
Section 1-07.23 is supplemented with the following:
I The Contractor shall maintain the roads during construction in a suitable condition to not
adversely affect vehicular traffic. All costs to maintain the roads shall be borne by the
Contractor.
1 If operations of the Contractor are shown to significantly impede traffic flow during peak
hours of traffic, the Engineer shall have the authority to restrict the Contractor to time of
1 operation on the street.
If the Contractor requires delays or limited term street closure beyond that provided for
I herein, it shall request in writing the approval of the Engineer a minimum of five (5)
working days in advance of the anticipated delay or closure. Such request shall state the
reason, the location, the time and date, and the duration of the required delay or closure.
1 The Contractor shall maintain convenient access for local traffic and pedestrians to
driveways, houses, and buildings along the line of work. Such access shall be maintained
I
as near as possible to that which existed prior to the commencement of construction. The
City of Federal Way RFB # 18-001
I
2018 Asphalt Overlay Project Page SP -33 2018
Contractor shall notify all property owners and tenants of street and alley closures, or other
restrictions which may interfere with their access. Notification shall be at least forty-eight
(48) hours in advance, and shall include placing notification signs within the affected areas,
and delivering notices to all property owners and tenants. Work involved with the
distribution of notices to all of the property owners will be considered incidental to the
contract.
The Contractor shall notify the local refuse/recycling collection service, transit services,
school district, postal service, fire and police departments in writing before the beginning of
operations, and provide a schedule of activities along with the associated time line, so that
these agencies may reroute their vehicles around the construction zone. If rerouting is not
possible, as determined by these agencies/services, the Contractor shall provide reasonable
access through the construction zone at all times.
Inconvenience caused by equipment or materials across driveways and sidewalks shall be
kept to a minimum by restoring the serviceability of the drive or sidewalk as soon as
possible. Before blocking driveways, the Contractor shall notify the property owner. The
Contractor shall replace or repair any damage done to driveways to not less than the
condition existing prior to the Contractor's work.
Unless otherwise indicated in the Plans, on -street parking areas will be allowed to be
utilized by the Contractor for work and storage areas, pending notification of the users and
approval by the Engineer, two (2) working days in advance.
When patching pavement or placing new pavement, the Contractor shall replace the
ultimate full depth asphalt concrete pavement section excluding overlay, the same day as
the pavement removal.
At the end of each working day, provisions shall be made for the safe passage of traffic
during non -working hours. It shall be the Contractor's responsibility to provide all
necessary warning signs, lights, barricades, etc., as specified.
All unattended excavation shall be properly barricaded and covered at all times. All open
trenching or street cuts must be filled with material as detailed below before leaving the job
at the completion of each work shift.
Immediately upon request by the Engineer, the Contractor shall place, in the amounts
designated, any asphalt concrete pavement, cold plant mix, crushed surfacing and/or
gravel base deemed necessary by the Engineer to maintain the above required accessibility
of all streets, road approaches, street connections, driveways, etc. If the Contractor fails to
comply as above specified, the Engineer will order the work done by others and deduct the
cost thereof from any monies due or to become due to the Contractor. The Contractor shall
be reimbursed for these materials at the applicable unit contract prices.
The Owner shall not be held liable for any claims resulting from accidents or damages
caused by the Contractor's failure to comply with traffic and public safety regulations during
the construction period.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -34 2018
The Contractor shall be solely responsible for the safety, efficiency and adequacy of the
Contractor's plant, appliances, and methods, and for any damage or injury resulting from
the failure or improper maintenance use or operation. The Contractor shall be solely and
completely responsible for conditions of the job site, including safety of all persons and
property during 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 construction site. The Contractor shall comply with the safety standards and
provisions of applicable laws, building and construction codes, and the safety regulations
set forth in "Safety Standards for Construction" and "General Safety Standards" published in
effect at the time of call for bids. These publications may be obtained from the
Department of Labor and Industries, Olympia, Washington. The Contractor shall also
comply with the safety standard provisions set forth in the "Manual of Accident Prevention
in Construction" published by the Associated General Contractors of America.
The Contractor agrees to defend, indemnify and hold harmless to the CITY OF FEDERAL
WAY, its officers, employees, and agents from any and all claims, actions, judgments,
losses, costs (including reasonable attorney fees) and damages whatsoever; including
workman's compensation claims or any other claims arising by reason of accident, injury, or
death caused to persons including Contractor's employees, agents and subcontractors,
employees and agents involving property of any kind, or arising out of, in connection with,
or incident to the work of, this contract to the extent of any City negligence, except upon a
finding by a trier of fact that it was caused by the sole negligence of the CITY OF FEDERAL
WAY. The Contractor agrees to waive its immunity which may otherwise exist under the
Title 51 RCW relating to industrial insurance. The parties agree that the indemnification
requirements provided herein extend to attorney's fees and costs of establishing the right
to indemnification in favor of the CITY OF FEDERAL WAY.
The Contractor shall maintain at the job site office or other well-known place at the job
site, all articles necessary for giving first aid to the injured, and shall establish, publish and
make known to all employees procedures for ensuring immediate removal to a hospital or a
doctor's care, of persons, including employees, who may have been injured on the job site.
Employees shall not be permitted to work on the job site before the employer has
established and made known procedures for removal of injured persons to a hospital or a
doctor's care.
In order to protect the lives and health of employees performing work under the Contract,
the Contractor shall comply with the Federal Occupational Safety and Health Act of 1970
(OSHA), including all revisions and amendments thereto; the provisions of the Washington
Industrial Safety Act of 1973 (WISHA); and the regulations of the State of Washington
Department of Labor and Industries Division of Industrial Safety and Health. The WISHA
regulations shall apply to all excavation, trenching and ditching operations. In case of
conflict, the more stringent regulations shall apply.
City of Federal Way
2018 Asphalt Overlay Project Page SP -35
RFB # 18-001
2018
1-07.23(1) Construction Under Traffic
(May 2, 2017 APWA GSP)
Revise the third sentence of the second paragraph to read:
Accessibility to existing or temporary pedestrian push buttons shall not be impaired; if
approved by the Contracting Agency activating pedestrian recall timing or other
accommodation may be allowed during construction.
Section 1-07.23(1) is supplemented with the following:
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 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 routine 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.
6. Pedestrian and wheel chair access to sidewalks must be maintained to one side of
each street at all times. The Contractor shall only remove and replace existing
cement concrete sidewalk(s), curb and gutter(s), curb ramp(s) at one quadrant of an
intersection at a time. If it is not possible to restrict access to one side quadrant of a
street, the Contractor must provide proper wheelchair accessible pedestrian detours,
per the MUTCD, around closed sidewalk areas.
7. Accessibility to existing or temporary pedestrian push buttons shall not be impaired;
if approved by the Contracting Agency activating pedestrian recall timing or other
accommodation may be allowed during construction.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -36 2018
8. 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.
9. No lane closures will be allowed on a holiday or holiday weekend, or after 12:00 PM
(noon) on a day prior to a holiday or holiday weekend. Holidays that occur on
Friday, Saturday, Sunday or Monday are considered a holiday weekend.
10. The Owner reserves the right to vary the previous stated times. Actual times may
vary depending upon location and type of construction. Exact times and/or
restrictions will be established during the preconstruction conference, after
discussions with the Contractor regarding his proposed schedule.
(January 5, 2015)
Lane closures are subject to the following restrictions:
No lanes may be closed between the hours of 4:00 PM and 7:30 AM.
If the Engineer determines the permitted closure hours adversely affect traffic, the
Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in
writing of any change in the closure hours.
Lane closures are not allowed on any of the following:
1. A holiday,
2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are
considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the
holiday.
3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend, and
4. Before 7:30 AM on the day after the holiday or holiday weekend.
Work on S 312th St from Pacific Hwy S to 28th Ave S, 23rd Ave S from S 312th St to S 319th
PI, Weyerhaeuser Way S from S 344th Way to 33rd PI S, and S 328th St from 38th Ave S to
39th Ave S will be restricted to the hours between 8:30 a.m. to 3:30 p.m., unless otherwise
approved by the Engineer.
(January 2, 2012)
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
City of Federal Way
2018 Asphalt Overlay Project Page SP -37
RFB # 18-001
2018
vehicles absolutely necessary to construction shall be allowed within the WZCZ or
allowed to stop or park on the shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not be
permitted to park within the WZCZ at any time unless protected as described above.
Deviation from the above requirements shall not occur unless the Contractor has
requested the deviation in writing and the Engineer has provided written approval.
Minimum WZCZ distances are measured from the edge of traveled way and will be
determined as follows:
Regulatory
Posted Speed
Distance From
Traveled Way
(Feet)
35 mph or 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
(February 14, 2005 NWR)
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.
(March 7, 2005 NWR)
During signal turn -on, the Contracting Agency will provide City of Federal Way police
officer(s) to manually, control intersections.
1-07.23(2) Construction and Maintenance of Detours
Revise the second paragraph to read:
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.
Supplement with the following:
At least one (1) lane of traffic in each direction shall be maintained on all
roadways within the project limits at all times. If the usable roadway is not
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -38 2018
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
sufficient to safely accommodate two-way traffic, the Contractor shall adequately
maintain one-way traffic. Wherever one-way traffic is in effect, the distance shall
not be in excess of six hundred feet (600') or as otherwise set forth in writing by
the Engineer. Two-way traffic: must be maintained during all non -construction
working hours, except as approved by the Engineer in advance.
For arterials - A maximum of one driveway may be closed at any one time, and
then for as short a duration as possible. No driveway shall be closed over night
or over a weekend. At least one driveway shall be maintained into and out of
sites adjacent to the project. All drop-offs exposed to traffic shall be protected in
accordance with Section 1-07.23(1) of the Standard Specifications. Any
modification to these requirements must be approved by the Engineer prior to
commencement of any work. Sequential arrow boards shall be used for work on
arterials and shall be incidental to other contract bid items.
A written request, along with a detailed detour plan shall be submitted to the
Engineer for approval, a minimum of ten (10) days prior to any road closures.
All costs for constructing arid maintaining detours shall be borne by the
Contractor.
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,
City of Federal Way
2018 Asphalt Overlay Project Page SP -39
RFB # 18-001
2018
the Contractor will be entitled to an extension of time. The Contractor agrees that such
delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor. This
includes entry onto easements and private property where private improvements must be
adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may desire
for temporary construction facilities, storage of materials, or other Contractor needs.
However, before using any private property, whether adjoining the work or not, the
Contractor shall file with the Engineer a written permission of the private property owner,
and, upon vacating the premises, a written release from the property owner of each
property disturbed or otherwise interfered with by reasons of construction pursued under
this contract. The statement shall be signed by the private property owner, or proper
authority acting for the owner of the private property affected, stating that permission has
been granted to use the property and all necessary permits have been obtained or, in the
case of a release, that the restoration of the property has been satisfactorily accomplished.
The statement shall include the parcel number, address, and date of signature. Written
releases must be filed with the Engineer before the Completion Date will be established.
Add the following new section:
1-07.28 Communication with Businesses and Property Owners
(January 11, 2014******)
The Contractor shall keep the businesses informed of their general locations and activities
for the upcoming two (2) weeks by distributing a weekly status/schedule memo to the
businesses. The memo shall be approved by the Engineer prior to distribution.
New Section
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.
1-07.29 Road Maintenance New Section
(January 11, 2014)
The Contractor shall be responsible for controlling dust and mud within the project limits, and
all streets used by the Contractor during the execution of this contract shall be maintained in a
clean condition. The Contractor shall be prepared to use watering trucks equipped with high
velocity water jets and low -head sprinkling devices, power sweepers, and any other pieces of
equipment necessary to render the streets free of all mud, debris, and foreign materials. Any
damage caused by dust and/or mud accumulation on the streets or in the storm sewer system
shall be the sole responsibility of the Contractor.
Watering trucks may be used on paved streets with an adequate storm drainage system.
Watering trucks shall not be used on streets where, in the opinion of the Engineer, mud is
created, causing a nuisance. Where water flushing is not allowed, street sweepers (not power
brooms) shall be used.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -40 2018
The Contractor shall provide for sweeping, or flushing all surfaced roadways at a minimum upon
completion of each day's activities. Equipment required for this operation shall be on the job
site or available at all times. Failure to have this equipment on the job site or available will
necessitate a shutdown of the project.
The Contractor shall cover all loads if in the determination of the Engineer haul of project
materials is posing a road maintenance and/or potential safety problem.
Should daily removal be insufficient to keep the streets clean, the Contractor shall perform
removal operations on a more frequent basis. If the Engineer determines that a more frequent
cleaning is impractical or if the Contractor fails to keep the streets free from deposits and debris
resulting from the work, the Contractor shall, upon order of the Engineer, provide facilities for
and remove all clay or other deposits from the tires or between wheels before trucks or other
equipment will be allowed to travel over paved streets.
Should the Contractor fail or refuse to clean the streets in question or the trucks or equipment
in question, the Engineer may order the work suspended at the Contractor's risk until
compliance with the Contractor's obligation is assured, or the Engineer may order the streets in
question cleaned by others and such costs incurred by the Owner in achieving compliance with
these Contract requirements, including cleaning of the streets, shall be deducted from monies
due or to become due the Contractor on monthly estimate. The Contractor shall have no claim
for delay or additional costs should the Engineer choose to suspend the Contractor's work until
compliance is achieved.
All costs in connection with the above work, including labor, materials, tools and equipment,
shall be considered as incidental to the construction and payment thereof shall be included in
the unit contract prices of other bid items.
1-08 PROSECUTION AND PROGRESS
Add the following new section:
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
Add the following new section:
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
2018 Asphalt Overlay Project Page SP -41
RFB # 18-001
2018
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.
Add the following sections:
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 Contactor shall
submit a written request to the Engineer for consideration. This request shall state what
hours are being requested, and why. Requests shall be submitted for review no later than
noon two working days prior to the day(s) the Contractor is requesting to change the
hours.
If the Contracting Agency approves such a deviation, such approval may be subject to
certain other conditions, which will be detailed in writing. For example:
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; inspector; and
other Contracting Agency employees or third party consultants when, in the opinion
of the Engineer, such work necessitates their presence).
2. Considering the work performed on Saturdays, Sundays, and holidays as working
days with regard to the contract time.
3. Considering multiple work shifts as multiple working days with respect to contract
time even though the multiple shifts occur in a single 24-hour period.
4. If a 4-10 work schedule is requested and approved the on -working day for the week
will be charged as a working day.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -42 2018
5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and
recorded properly on certified payroll.
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees
Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an
8 -hour work shift on a regular working day, as defined in the Standard Specifications, such
work shall be considered as overtime work. On all such overtime work an inspector will be
present, and a survey crew may be required at the discretion of the Engineer. In such
case, the Contracting Agency may deduct from amounts due or to become due to the
Contractor for the costs in excess of the straight -time costs for employees of the
Contracting Agency required to work overtime hours.
The Contractor by these specifications does hereby authorize the Engineer to deduct such
costs from the amount due or to become due to the Contractor.
1-08.3 Progress Schedule
Section 1-08.3 is supplemented with the following:
Promptly after award of the contract, the Contractor shall submit 3 copies of a Type A
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.
The construction schedule shall be based upon working days, with a physical completion
date on or before October 31, 2018.
The Contractor is restricted to have two (2) schedules under construction at a time unless
otherwise approved by the Engineer. "Under construction" for the purpose of this Section
means any work up to and including the final pavement overlay.
Adequate equipment and forces based on the construction schedule shall be made available
by the Contractor to start work immediately upon order of the Engineer and to carry out
the schedule to completion of the contract by the date specified.
Should it become evident at any time during construction that operations will or may fall
behind the schedule, the Contractor shall, upon request, promptly submit a revised
schedule in the same form as specified herein, setting out operations, methods, and
equipment, added labor forces or working shifts, night work, etc., by which time lost will be
made up, and confer with the Engineer until an approved modification of the original
schedule has been secured. Further, if at any time any portion of the accepted schedule is
found to conflict with the Contract Provisions, it shall, upon request, be revised by the
Contractor and the work shall be performed in compliance with the contract provisions.
Payments of any further estimates to the Contractor after such request is made and until
an approved modified schedule has been provided by the Contractor may be withheld.
City of Federal Way
2018 Asphalt Overlay Project Page SP -43
RFB # 18-001
2018
Execution of the work according to the accepted schedule of construction, or approved
modifications thereof, is hereby made an obligation of the contract.
1-08.4 Prosecution of 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
(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
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -44 2018
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
Supplement with the following:
Subject to the time lost due to inclement weather and delay in delivery of materials, should
such delay not be the result of the undersigned's actions, the Contractor agrees to
commence work within 5 days after Notice to Proceed and to complete all work in this
Contract within the specified time period. If requested, the Contractor agrees to furnish
the City and the Engineer with full data as to the efforts made to obtain materials.
The Contractor agrees to complete the work within the contract time contained in his bid
plus any extensions as provided for herein. It is the responsibility of the Contractor to
complete the work within completion time. The Owner makes no promise or
representation that this can or will be done.
Extensions in completion time will be granted for delays beyond the control of the
Contractor only, such as strikes or natural disasters, and may be granted for increases in
the contract value of the work to be done. Requests for extensions in completion time
shall be made in writing to the Engineer and approved through a change order before
commencement of such extensions.
For sake of common bidding purposes, the number of days allowed to complete the work
outlined in these contract documents is 65 working days. However, in no instance shall
the work extend beyond October 31, 2018.
City of Federal Way
2018 Asphalt Overlay Project Page SP -45
RFB # 18-001
2018
1-09 MEASUREMENT AND PAYMENT
1-09.3 Scope of Payment
Section 1-09.3 is supplement with the following:
The Special Provisions may describe work the Standard Specifications do not cover. Such
work shall comply first with the special provisions and then with any specifications that
apply. The Contractor shall include all costs of doing this work within the unit bid prices. If
the Special Provisions require work that has no unit bid price, costs shall be incidental and
included within the unit bid prices in the contract.
1-09.6 Force Account
(October 10, 2008 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for all
items to be paid per force account, only to provide a common proposal for Bidders. All
such dollar amounts are to become a part of Contractor's total bid. However, the
Contracting Agency does not warrant expressly or by implication that the actual amount of
work will correspond with those estimates. Payment will be made on the basis of the
amount of work actually authorized by Engineer.
1-09.7 Mobilization
Section 1-09.7 is supplemented with the following:
The Contractor shall arrange and provide the construction equipment staging area. This
area must be approved by the City of Federal Way, Community Development Department.
Sites chosen near residential properties can expect severe restrictions on noise and
allowable work hours.
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 bid item "Mobilization" and no other
compensation will be made for this item. The Contractor will provide City with copy(s)
agreement(s).
Payment is made under the following item:
"Mobilization" per lump sum.
The lump sum bid price for "Mobilization" shall include, but not be limited to, the following
items: the movement of the Contractor's personnel, equipment, supplies, and incidentals to
the project site; the establishment of his 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.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -46 2018
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
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.
City of Federal Way
2018 Asphalt Overlay Project Page SP -47
RFB # 18-001
2018
Progress payments for work performed shall not be evidence of acceptable performance or
an admission by the Contracting Agency that any work has been satisfactorily completed.
The determination of payments under the contract will be final in accordance with Section
1-05.1.
1-09.9(1) Contracting Agency's Right to Withhold and Disburse Certain Amounts
New Section
In addition to the amount which the Owner may otherwise retain under the Contract, the
Owner may withhold a sufficient amount or amounts of any payment or payments
otherwise due to the Contractor including nullifying the whole or part of any previous
payment which because of subsequently discovered evidence or subsequent inspections,
and in its judgment may be necessary to cover the following:
(a) The cost of defective work not remedied.
(b) Fees incurred for material inspection, and overtime engineering and inspection for
which the Contractor is obligated under this contract.
(c) Fees and charges of public authorities or municipalities.
(d) Liquidated damages and engineering and inspection fees beyond completion date.
1-09.11(2) Claims
Supplement with the following:
In the event the Contractor files a notice of claim or has made the Owner aware of his
intention to file a claim, the Contractor upon demand by the Owner shall provide immediate
access to the Owner or its duly authorized representative for review and examination of all
books, documents, papers and other records that are directly pertinent to this Contract and
claim. Access shall be ongoing and shall remain in effect for the duration of the contract or
until the claim is settled or withdrawn. The Owner's examination and review shall be at
reasonable time and place as designated by the Owner. This provision extends to all
subcontractors hired by the Contractor and to any entity that has performed work or
supplied materials or services in connection with or related to this Contract. The Contractor
shall provide for this clause to be included in its contracts with all subcontractors and
suppliers. Provided, however, that the Owner shall not disclose information which may
reasonably be construed to be confidential and if divulged may seriously jeopardize the
Contractor's or subcontractor's competitive position.
The above shall not be limited to records in existence at the time of the claim but shall also
include records generated following the claim or notice of claim. In the event that the
Contractor or Subcontractor submits notice of a changed condition or claim of delay at the
job site, the Contractor and Subcontractor are directed to cease all work on the project
until directed otherwise in writing by the Owner. Consistent with the intent and provisions
of this section, any claim of changed condition or delay shall be immediately verified by the
Owner following its inspection of the job site and books and records. The Owner's
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -48 2018
authority to verify changed conditions and claimed delay shall extend to the right of the
Owner to contact and obtain responsive information from suppliers, vendors, and
subcontractors, and the right to speak with workers at the site and examine records
described above. The refusal, unwillingness or failure of any subcontractor to supply
requested information shall be deemed to constitute actual and noncooperation of the
Contractor.
The Contractor shall at all time, following a claim or notice of claim, cooperate with the
Owner in regard to this provision. Failure to comply with the provisions of this section
constitutes a breach of a material term and condition in the performance of this
Agreement.
1-09.13 Claim 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, 2015APWA 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
Supplement with the following:
Traffic control and maintenance for the safety of the traveling public on this project shall be
the sole responsibility of the Contractor and all methods and equipment used will be
subject to the approval of the Owner.
City of Federal Way
2018 Asphalt Overlay Project Page SP -49
RFB # 18-001
2018
1-10.1 General
Supplement with the following:
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 that may occur on highways, roads, streets, sidewalks,
or paths. No work shall be done on or adjacent to any traveled way until all necessary
signs and traffic control devices are in place.
Business Open During Construction Signs
The Contractor shall provide a minimum of two (2) Business Open During Construction
signs for the project. The Businesses Open During Construction signs shall be per the
Details in the Plans. Business Open During Construction signs shall be considered
Construction Signs Class A.
City of Federal Way Project Signs
City Of Federal Way Project signs shall be considered Construction Signs Class A. The
Contractor shall provide two (2) project signs (4' x 8') per the standard detail within the
Appendix A.
1-10.2 Traffic Control Management
1-10.2(1)B Traffic Control Supervisor
Section 1-10.2(1)B is supplemented with the following:
A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or
other traffic control labor is being utilized. The City will not pay for any work performed by
the TCS as described under Section 1-10.2(1)B but considered incidental to other bid items.
1-10.2(2) Traffic Control Plans
Section 1-10.2(2) is supplemented with the following:
The Contractor shall submit a Signing and Traffic Control Plan (TCP) for each schedule,
showing all locations for construction signs, flaggers, and other traffic control devices, lane
widths, tapers, and temporary channelization, required for the project. The TCPs shall be
submitted to the Engineer for approval, a minimum of seven (7) days prior to beginning
any work on the project.
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:
• Minimum lane widths provided for vehicular travel.
• Flagger's stations.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -50 2018
• Turn pocket length, gap and tapers in conformance with the City of Federal Way
and WSDOT Standard Plans.
The Contractor shall maintain at least one lane of traffic in each direction at all times unless
otherwise approved by the Engineer.
The Contractor shall include in the TCP; special plans for traffic control and routing, hours
of work, signing and a construction sequencing plan, for the overlay and pavement
patching on all arterials.
NO WORK SHALL BE PERMITTED WITHOUT A TCP APPROVED BY THE ENGINEER. The
approved TCP shall be on-site at all times and failure to obtain and adequately implement
an approved TCP shall be the cause for immediate action by the Engineer. Said action may
include but shall not be limited to the following:
1. Suspension of work until the TCP is approved or properly implemented.
2. Implementation by the Owner of approved TCP at the Contractor's expense.
3. The Owner may provide, or have others provide, interim labor, materials and
equipment at the Contractor's expense to alleviate traffic hazards of concern.
4. Any combination of the above described remedies, or whatever is deemed
necessary by the Engineer to protect the traveling public.
All Traffic Control Plans shall conform to the MUTCD and the Standard Plans.
Whenever the Contractor intends to do work not explicitly covered by the TCP, the
Contractor shall submit a Supplemental Traffic Control Plan to the Engineer for approval at
least ten (10) days in advance of the time signs and barricades will be required.
Whenever a traffic signal is to be taken out of service, set to flashing red, or construction is
such that it interferes with the safe and effective operation of the traffic signal an Off Duty
Uniformed Police Officer must be used to control traffic through the intersection. The use
of an Off Duty Uniformed Police Officer must be shown on the traffic control plan.
1-10.2(3) Conformance to Established Standards
Section 1-10.2(3) is supplemented with the following:
Traffic control for the project shall conform to the Manual on Uniform Traffic Control
Devices (MUTCD) Part VI, and Section 1-10 of the Standard Specifications. These
publications will be incorporated in all projects by this reference as if set forth herein in full.
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 hours eligible for "Traffic Control Labor" will be those hours actually used for the
previously described work. Handling of Class B signs is to include the placement of "No -
Park" signs, for use in areas where operations require the street to be cleared of vehicles.
City of Federal Way
2018 Asphalt Overlay Project Page SP -51
RFB # 18-001
2018
The City has set the unit contract price for "Off Duty Uniformed Police Officer" at Seventy -
Five and No/100 Dollars ($75.00) per hour of active traffic control. In the event this
amount does not reflect the actual cost to the Contractor for a Uniformed Off -Duty Police
Officer, then the Contractor should revise other bid items to include the correction factor.
No adjustment to the $75.00 per hour unit price shall be made for overtime hours, holiday
hours, or minimum callout charge.
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 each request for off-duty police officers. The City shall
pay $75.00 per hour for actual time worked by off-duty police officers, it shall be the
Contractors responsibility to arrange work schedule to minimize any additional costs
incurred by the minimum three (3) hour callout requirement.
The estimated uniformed off-duty police officers hours as stated in the proposal, are the
City's estimate, without knowledge of the Contractors specific method of operation and is
used only for the purpose of providing a common amount for all bidders. In the event
actual hours of officer time differs from the quantity listed in the proposal, no readjustment
in the unit contract price for uniformed off-duty police officer will be allowed.
1-10.3(3)C Portable Changeable Message Sign
Section 1-10.3(3)C is supplemented with the following:
(Januar)/ 14, 2017)
The PCMS shall meet the requirements of the MUTCD and the following:
1. Back -lighted split -flap
2. Fiber optic/shutter
3. Light emitting diode
4. Light emitting diode/shutter
5. Flip disk
Regardless of the technology, the PCMS shall meet the following general requirements:
1. Be Tight emitting and must rely solely on reflected light.
2. Be solar powered.
3. Have a display consisting of individually controlled pixels no larger than 2-1/2 inch by
2-1/2 inch. If the display is composed of individual character modules, the space
between modules must be minimized so alphanumeric characters of any size specified
below can be displayed at any location within the matrix.
4. When activated, the pixels shall display a yellow or orange image. When not
activated, the pixels shall display a flat black image that matches the background of
the sign face.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -52 2018
5. Be capable of displaying alphanumeric characters that are a minimum of 18 -inches in
height. The width of alphanumeric characters shall be appropriate for the font. The
PCMS shall be capable of displaying three lines of eight characters per line with a
minimum of one pixel separation between each line.
6. The PCMS message, using 18 -inch characters, shall be legible by a person with 20/20
corrected vision from a distance of not less than 800 feet centered on an axis
perpendicular to the sign face.
7. The sign display shall be covered by a stable, impact resistant polycarbonate face. The
sign face shall be non -glare from all angles and shall not degrade due to exposure to
ultraviolet light.
8. Be capable of simultaneously activating all pixels for the purpose of pixel diagnostics.
Any sign that employs flip disk or shutter technology shall be programmable to
activate the disk/shutters once a day to clean the electrical components. This feature
shall not occur when the sign is displaying an active message.
9. The light source shall be energized only when the sign is displaying an active message.
10. Be equipped with a redundant light source such that the sign will continue to emit light
if one of the light sources fails.
The PCMS panels and related equipment shall be permanently mounted on a trailer with all
controls and power generating equipment.
The PCMS shall be operated by an easy to use controller that provides the following functions:
1. Select any preprogrammed message by entering a code.
2. Sequence the display of at least five messages.
3. Blank the sign.
4. Program new message, which may include moving arrows and chevrons.
5. Mirror the message currently being displayed or programmed.
Portable changeable message sign(s) shall be available, on site, for the life of the project.
The Contractor shall operate the PCMS in accordance with the approved traffic control plans or
as directed by the Engineer. The PCMS shall not be used in lieu of sequential arrow signs.
City of Federal Way
2018 Asphalt Overlay Project Page SP -53
RFB # 18-001
2018
1
1-10.4 Measurement
Section 1-10.4 is supplemented with the following:
Flaggers and Spotters will be measured by the hour.
Other Traffic Control Labor will be measured by the hour.
Traffic Control Supervisor will not be measured.
Off Duty Uniformed Police Officer will be measured by the hour.
Portable Changeable Message Signs will be measured per day.
1-10.5 Payment '
Section 1-10.5 is supplemented with the following:
"Flaggers and Spotters", per hour. '
"Other Traffic Control Labor"; per hour.
"Traffic Control Supervisor", incidental to other bid items.
"Off Duty Uniformed Police Officer", per hour.
"Portable Changeable Message Sign"; per day.
The Owner has estimated the cost at Fifty -Two and No/100 Dollars ($52.00) per hour for
accomplishing the work of "Traffic Control labor" and has entered that amount in the bid
proposal under the specific item to become part of the total bid by the Contractor. Any cost
to the Contractor of providing this work over Fifty -Two and No/100 Dollars ($52.00) per
hour, shall be incidental to other bid items, and no further compensation shall be made.
Payment shall be limited to the labor required for flagging and handling signs and traffic 1
control devices which are placed and removed or adjusted daily.
It will be the Contractor's responsibility to provide, for the Engineer's concurrence, a
detailed summary of time expended on this item at the end of each working day. Pay
quantities will be prepared on the basis of these daily summaries. Time which does not
appear on these daily summaries will not be honored for payment.
All other items of work included in this section and/or which are necessary for traffic control
are incidental to the Contract, and no separate payment will be made. This includes but is
not limited to: Traffic Control Supervisor, special signs required specifically for the project,
costs for cones, barricades, sequential arrow -boards, temporary pavement markings and
other construction signing used on the project.
Any special signs used will become property of the Owner upon completion of the project
and will be delivered to the Owner by the Contractor (refer also to Section 8-30 of these
Special Provision).
The unit contract price per day for "Portable Changeable Message Signs" shall include all
costs for furnishing the PCMS, transporting the PCMS to and from each project site, and
maintaining the PCMS.
END OF DIVISION 1
1
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -54 2018
DIVISION 2
EARTHWORK
Wherever specifications are made for "Pavement Repair and Roadway Widening" in the
following division, they shall also apply to "Shoulder Reconstruction and Shoulder Widening."
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.1 Description
Section 2-01.1 is supplemented with the following:
Clearing, grubbing, and roadside cleanup shall be accomplished in conformance with
Section 2-01 of the Standard Specifications, except as hereinafter amended.
2-01.5 Payment
Section 2-01.5 is supplemented with the following:
Payment will be made for the following bid items per this section of the Standard
Specifications:
"Roadside Cleanup" by force account.
For the purpose of providing a common proposal for all bidders and for that purpose only,
the Owner has estimated the amount of force account for roadside cleanup and has
entered that amount in the bid proposal, which shall then become part of the Contractor's
total bid.
"Clearing and Grubbing" shall be considered incidental to the various bid items of the
contract and as such, will not be measured for separate payment.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.3 Construction Requirements
Section 2-02.3 is supplemented with the following:
The removal and disposal of facilities indicated shall be conducted in such a manner as not
to damage utilities, or any portion of improvements that are to remain in place. Any
damage caused by the Contractor and his operations shall be repaired, replaced, or
otherwise properly restored to the satisfaction of the Engineer at no cost to the Owner.
Disposal shall be in accordance with Section 2-01 of the Standard Specifications and these
Special Provisions.
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
Section 2-02.3(3) is supplemented with the following:
1. All removed concrete pieces shall become the property of the Contractor and shall be
removed from the project.
City of Federal Way
2018 Asphalt Overlay Project Page SP -55
RFB # 18-001
2018
2. Prior to removal, the Contractor shall make a full -depth vertical sawcut between any
sidewalk, curb ramp or curb and gutter that is to remain and the portion to be
removed. The sawcut shall be at the nearest joint to form a neat line for removal
from the project site.
3. The Contractor shall replace at no expense to the Owner and to the satisfaction of
the Engineer any existing pavement, sidewalk, curb ramp, or curb and gutter
designated to remain that is damaged during the removal operation.
4. The contractor shall make a neat full depth vertical sawcut in the existing pavement
at a minimum distance of one (1) foot from the curb and gutter to be removed to
provide a Targe enough area to build to curb and place and compact a pavement
section. The approximate thickness of the existing asphalt concrete pavement in the
roadway varies. Contractor's attention is also drawn to Section 8-04.3 of the Special
Provisions. See Standard Plans for details.
5. The equipment and procedures used to make the full -depth sawcut shall be
approved by the engineer. No waste water from the sawcutting operation shall be
released directly to any stream or storm sewer system.
6. Extra care shall be taken to protect existing traffic loops that are to remain, when
removing and replacing curb and gutter. Any traffic loops damaged by the
Contractor shall be replaced at the Contractor's expense.
7. Pedestrian and wheel chair access to sidewalks must be maintained to one side of
each street at all times. The Contractor shall only remove and replace existing
cement concrete sidewalk(s), curb and gutter(s), curb ramp(s) at one quadrant of an
intersection at a time. If it is not possible to restrict access to one side quadrant of a
street, the Contractor must provide proper wheelchair accessible pedestrian detours,
per the MUTCD, around closed sidewalk areas.
2-02.3(4) Removal of Pavement Markings New Section
(January 17, 2014)
All pavement markings, including, but not limited to: paint, lane markers, traffic buttons, plastic
markings, and adhesive residue shall be removed prior to overlay. This work shall be incidental
to other bid items of the contract, and no separate payment will be made.
2-02.3(5) Asphalt Concrete Sawcut New Section
(January 17, 2014)
Where shown in the Plans or where directed by the Engineer, the Contractor shall make a neat,
full -depth vertical saw cut at the boundaries of the area to be removed. Care shall be taken
when sawcutting as not to damage any of the existing pavement to remain in place. Any
pavement damaged by the Contractor due to his operations shall be repaired or replaced by him
at his own expense.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -56 2018
2-02.4 Measurement
Section 2-02.4 is supplemented with the following:
Asphalt/Cement Conc. sawcutting will be measured by the linear foot and full -depth
sawcut.
2-02.5 Payment
Section 2-02.5 is supplemented with the following:
Payment will be made for each of the following bid items that are in the proposal:
"Asphalt/Cement Concrete Sawcut"; per lineal foot.
The contract bid prices, including all incidental work, shall be full compensation for all labor,
material, tools, disposal fees, and equipment necessary to satisfactorily complete the work
as defined in these Special Provisions, including properly disposing of the removed
materials off-site and leaving what is to remain in good condition.
Removal of asphalt concrete pavement and base associated with the removal of curb and
gutters will not be measured, but will be considered as part of "Concrete Curb and Gutter"
and "Cement Conc. Curb Ramps Type ".
Sawcutting sidewalks, driveways, curb and gutters, and truncated dome retrofits will be
incidental to the removal and replacement of those items. Sawcutting for wheelchair ramps
shall be incidental to "Cement Conc. Curb Ramps Type ", per each.
Removal of Cement Conc. Sidewalk, Removal of Cement Conc. Driveway, Removal of
Cement Conc. Curb Ramp, Removal of Cement Conc. Extruded Curb, or Removal of Cement
Conc. Curb and Gutter will not be measured and paid, but will be considered as part of
"Cement Conc. Sidewalk", "Cement Conc. Driveway", "Cement Conc. Curb Ramp Type ",
"Cement Conc. Extruded Curb", "Cement Conc. Curb and Gutter".
Where the Contractor chooses to use grinding or pulverizing to remove asphalt concrete
pavement, the vertical line left by grinding or pulverizing shall be considered equivalent to a
sawcut, but in that case no separate payment shall be made for sawcut.
2-03 ROADWAY EXCAVATION AND EMI3ANKMENT
2-03.1 Description
Section 2-03.1 is supplemented with the following:
Roadway excavation shall include excavation for patching, roadway reconstruction and
roadway widening.
City of Federal Way
2018 Asphalt Overlay Project Page SP -57
RFB # 18-001
2018
2-03.3(14)) Gravel Borrow Including Haul
Section 2-03.3(14) is supplemented with the following:
Where patching, roadway reconstruction or roadway widening is called for, either as shown
in the Plans or as directed by the Engineer, it is the intent to excavate to a depth shown in
the Plans as the bottom of the crushed surfacing top course.
Where and if the Engineer determines that unstable subgrade material exists below this
depth, the Engineer may direct the Contractor to excavate an additional depth to stabilize
the area.
When an excavation depth exceeds the bottom of the proposed crushed surfacing top
course, the area below the crushed surfacing top course shall be backfilled with "Crushed
Surfacing Top Course for Pavement Repair and Roadway Widening, Incl. Haul"
Excavation and backfill below grade as heretofore defined for Gravel Borrow Including Haul
shall be included in the unit contract price for "Crushed Surfacing Top Course for Pavement
Repair and Roadway Widening, Incl. Haul" and "Roadway Excavation, Incl. Haul':
2-03.4 Measurement
Section 2-03.4 is supplemented with the following:
"Roadway Excavation Incl. Haul" measurement for roadway excavation including haul shall
be in accordance with Section 2-03.4 of the Standard Specifications.
2-03.5 Payment
Section 2-03.5 is supplemented with the following:
"Roadway Excavation Incl. Haul" shall be paid by the cubic yard. No separate payment will
be made for haul or wasting excavated material.
Payment per cubic yard for "Roadway Excavation Incl. Haul" shall be for pavement repair
and pavement widening areas only. Sidewalk, conc. ramp, curb and gutter removal shall be
incidental to other bid items.
2-06 SUBGRADE PREPARATION
Subgrade preparation for Pavement Repair and Roadway Widening shall be accomplished in
accordance with section 2-06.
2-06.3(2) Subgrade for Pavement
Section 2-06.3(2) is supplemented with the following:
At locations designated in the field by the Engineer, the existing roadway will be widened or
reconstructed. The existing and final pavement widths vary, and shall be as determined by
the Engineer.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -58 2018
2-06.5 Measurement and Payment
Section 2-06.5 is supplemented with the following:
All costs for providing materials and construction for subgrade preparation, shall be
included in the contract prices for "Crushed Surfacing Top Course for Pavement Repair and
Roadway Widening, Incl. Haul', and "HMA Class 1/2" PG 64 -22 for Pavement Repair and
Roadway Widening", respectively.
' 2-07 WATERING
2-07.1 Description
1 Section 2-07.1 is supplemented with the following:
Water required for compacting embankments, construction subgrade, placing crushed
' surfacing, grinding, pulverizing, dust control, and as the Engineer requires shall be provided
in accordance with Section 2-07.3 of the Standard Specifications.
' 2-07.5 Payment
Section 2-76.5 is supplemented with the following:
' All costs for providing and applying water shall be considered incidental to and included in
the unit contract prices for the various items involved.
' 2-12 CONSTRUCTION GEOSYNTHETIC
2-12.3 Construction Requirements
1 Section 2-12.3 is supplemented with the following:
The area to be covered by the geosynthetic shall be graded to a smooth, uniform condition
' free from ruts, potholes, and protruding objects such as rocks or sticks. The geosynthetic
shall be spread immediately ahead of the covering operation. The geosynthetic shall not
be left exposed to sunlight during installation for a total of more than 5 calendar days. The
' geosynthetic shall be laid smooth without excessive wrinkles. Under no circumstances shall
the geosynthetic be dragged through mud or over sharp objects which could damage the
geosynthetic. The cover material shall be placed on the geosynthetic in such a manner
' that a minimum of 12 to 18 inches of material, depending on the survivability of the
geosynthetic, will be between the equipment tires or tracks and the geosynthetic at all
times. Construction vehicles shall be limited in size and weight such that rutting in the
' initial lift above the geosynthetic is not greater than 3 inches deep, to prevent overstressing
the geosynthetic. Turning of vehicles on the first lift above the geosynthetic will not be
permitted. End -dumping the cover material directly on the geosynthetic will not be
' permitted. Compaction of the first lift above the geosynthetic shall be limited to routing of
placement and spreading equipment only. No vibratory compaction will be allowed on the
first lift.
1 Pegs, pins, or the manufacturer's recommended method shall be used as needed to hold
the geosynthetic in place until the specified cover material is placed.
1
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -59 2018
Should the geosynthetic be torn or punctured or the overlaps or sewn joints disturbed, as
evidenced by visible geosynthetic damage, subgrade pumping, intrusion, or roadbed
distortion, the backfill around the damaged or displaced area shall be removed and the
damaged area repaired or replaced by the Contractor at no cost to the Contracting Agency.
The repair shall consist of a patch of the same type of geosynthetic placed over the
damaged area. The patch shall overlap the existing geosynthetic a minimum of 2 feet from
the edge of any part of the damaged area.
If geosynthetic seams are to be sewn in the field or at the factory, the seams shall consist
of two parallel rows of stitching. The two rows of stitching shall be 0.5 inch apart with a
tolerance of 0.25 inch and shall not cross, except for restitching. The stitching shall be a
lock -type stitch. The minimum seam allowance, i.e., the minimum distance from the
geosynthetic edge to the stitch line nearest to that edge, shall be 1.5 inches if a flat or
prayer seam, Type SSa-2, is used. The minimum seam allowance for all other seam types
shall be 1.0 inch. The seam, stitch type, and the equipment used to perform the stitching
shall be as recommended by the manufacturer of the geosynthetic and as approved by the
Engineer.
The seams shall be sewn in such a manner that the seam can be inspected readily by the
Engineer or his representative. The seam strength will be tested and shall meet the
requirements stated in this Special Provision.
2-12.4 Measurement
Section 2-12.4 is supplemented with the following:
Construction geosynthetic for separation when used under pavement areas to separate the
top course from the subgrade, will be measured by the square yard for the ground surface
area actually covered.
2-12.5 Payment
Section 2-12.5 is supplemented with the following:
The unit contract price for "Construction Geosynthetic for Separation", per square yard as
included in the proposal shall be full pay to furnish all materials, labor, and equipment, and
to complete the work as specified.
END OF DIVISION 2
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -60 2018
1
DIVISION 3
PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING
3-01 PRODUCTION FROM QUARRY AND PIT SITES
' 3-01.4 Contractor Furnished Material Sources
Section 3-01.4 is supplemented with the following:
No source has been provided for any materials necessary for the construction of this
improvement.
1 If the sources of material provided by the Contractor necessitates hauling over roads other
than City streets, the Contractor shall, at its own cost and expense, make all arrangements
' for the use of the haul routes.
3-01.6 Payment
Section 3-01.6 is supplemented with the following:
Any work performed by the Contractor under Division 3 shall be considered incidental to
' the furnishing of materials. All cost of acquiring, producing, and placing this material shall
be incidental to and included in the unit contract prices for the various items involved.
END OF DIVISION 3
1
1
1
1
City of Federal Way RFB # 18-001
1 2018 Asphalt Overlay Project Page SP -61 2018
DIVISION 4
BASES
Wherever specifications are made for "Pavement Repair and Roadway Widening" in the
following division, they shall also apply to "Shoulder Reconstruction and Shoulder Widening".
4-04 BALLAST AND CRUSHED SURFACING
4-04.1 Description
Section 4-04.1 is supplemented with the following:
Crushed Surfacing Top Course for Pavement Repair and Roadway Widening, Incl. Haul shall
be accomplished in accordance with Section 4-04 of the Standard Specifications.
4-04.2 Materials
Section 4-04.2 is supplemented with the following:
5/8" Minus crushed rock may be substituted for Maintenance Rock for Shoulder
Reconstruction.
4-04.4 Measurement
Section 4-04.4 is supplemented with the following:
"Crushed Surfacing Top Course for Pavement Repair and Roadway Widening, Incl. Haul" will
be measured by the ton.
4-04.5 Payment
Section 4-04.5 is supplemented with the following:
Payment will be made for the following bid items:
1. "Crushed Surfacing Top Course for Pavement Repair and Roadway Widening, Incl.
Haui'; per ton.
2. "Maintenance Rock for Shoulder Reconstruction, Incl. Haul", per ton.
The Contract bid price above, including all incidental work, shall be full compensation for all
labor, materials, tools, and equipment necessary to satisfactorily complete the work as
defined in the Standard Specifications and these Special Provisions.
END OF DIVISION 4
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -62 2018
1
1
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
Wherever specifications are made for "Pavement Repair and Roadway Widening" in the
following division, they shall also apply to "Shoulder Reconstruction and Shoulder Widening".
5-04 HOT MIX ASPHALT
' Hot Mix Asphalt (HMA) shall be constructed in accordance with Section 5-04 of the Standard
Specifications except as modified hereinafter.
' 5-04.2 Materials
Section 5-04.2 is supplemented with the following:
' All HMA shall be HMA Cl. 1/2" PG 64-22.
Crack Sealing CSS -1 emulsified asphalt
' Tack Coat CSS -1 emulsified asphalt
5-04.3 Construction Requirements
' Section 5-04.3 is supplemented with the following:
HMA Class 1/2" PG 64 -22 shall be placed to the compacted depths shown and as leveling
' and wearing course where shown or noted. HMA over three inches (3") in compacted
depth shall be placed in two (2) equal lifts. Placement shall be in accordance with
applicable Sections of 5-04 of the Standard Specifications, except that longitudinal joints
between successive layers of HMA shall be displaced laterally a minimum of twelve inches
(12").
' During placement, the composition of the mix shall be subject to adjustment of the
percentage of sand, filler, and asphalt as directed by the Engineer.
5-04.3(3)A Material Transfer Device/Vehicle
Section 5-04.3(3)A is supplemented with the following:
Delete this section in its entirety.
5-04.3(5) ConditioningExisting of Surface
Section 5-04.3(5) is supplemented with the following:
' Prior to paving, the Engineer shall mark all areas requiring a relevelin and review these
P 9. 9 q 9 P 9
areas with the Contractor.
' Compaction of prelevel shall be by pneumatic roller only.
1
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -63 2018
5-O4.3(5)A Preparation of Existing Surfaces
Section 5-04.3(5)A is supplemented with the following:
Any removal of material overgrowing the roadway, such as grass or moss, in areas that are
not to be repaired, will be paid as force account, under the following bid item per section 2-
01.5 of the Standard Specifications:
"Roadside Cleanup" by force account.
Removal of other material, such as leaves or debris that is not growing on the surface of
the pavement, will be considered incidental to the project. All areas in which growing
material was removed from the roadway shall be treated with Soil Residual Herbicide per
section 5-04.3(5)D.
5-O4.3(5)C Crack Sealing
Section 5-04.3(5)C is amended as follows:
All streets must be crack sealed, and all costs in connection with crack sealing shall be paid
under the following bid items per section 2-01.5 of the Standard Specifications:
"Roadside Cleanup" by force account.
5-O4.3(5)D Soil Residual Herbicide
Section 5-04.3(5)D is amended as follows:
Soil Residual Herbicide shall be placed in all areas as needed, as directed by the Engineer,
and all costs for Soil Residual Herbicide shall be incidental and included in the unit contract
price for "HMA Class 1/2" PG 64 -22".
5-O4.3(5)E Pavement Repair
Section 5-04.3(5)E is supplemented with the following:
Pavement repair consists of asphalt concrete sawcut, removing asphalt concrete pavement,
crushed surfacing and subgrade, and installing Construction Geosynthetic for Separation,
placing crushed surfacing top course, and HMA in accordance with the details shown in the
Plans or as directed by the Engineer. Pavement repair excavation may also be performed
by the use of a milling machine of a type that has operated successfully on work
comparable with that to be done under the contract and shall be approved by the Engineer
prior to use. If a milling machine is used for excavation, the excavation shall be in
accordance with the "Alternative Pavement Patching Detail" shown in the Plans or as
directed by the Engineer. In all types of excavation, after the removal of the asphalt, the
base material will be evaluated by the inspector, to determine if it is suitable. If the base is
determined not to be suitable, removal of the base material, per the typical details shown
in the Plans, shall be performed, and restoration will be per the typical detail, regardless of
the method used for excavation.
The dimensions shown in the Plans for pavement repair are approximate and are provided
for bidding purposes only. The actual dimensions to be used will be marked by the
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -64 2018
Engineer at the time of construction. No changes to the unit prices bid for the various
items will be permitted due to any increase or decrease in the amount of pavement repair.
Contractor shall complete each pavement repair location within one working day if the
pavement repair is located within the traveled way.
5-04.3(7)A Mix Design
5-04.3(7)A1 General
Section 5-04.3(7)A1 is supplemented with the following:
The Contractor shall provide the City a mix design for all specified classes of mix and binder
type that has been approved by WSDOT within the last 12 months. The mix design(s) shall
have met all the requirements of Sections 9-03.8(2) and 9-03.8(6). The Contractor shall
also provide documentation that the aggregates and binder used are the same as those
used to meet the requirements for the WSDOT approved mix design. In no case shall the
Contractor begin paving before the City has approved the submitted mix design(s).
5-04.3(8) Mixing
5-04.3(8)A Acceptance Sampling and Testing — HMA Mixture
Delete Section 5-04.3(8)A in its entirety and replace it with the following:
1. General: Dense graded mixes (HMA Classes 1/2" and 1") shall be evaluated for
quality of gradation and asphalt binder content by the Contractor and the test report
submitted to the City Project Engineer.
2. Aggregates: Aggregates for HMA shall be manufactured from ledge rock, talus, or
gravel in accordance with Section :3-01. The material from which they are made shall
meet the requirements of Section 9-03.8(2).
(January 19, 2016 ******)
5-04.3(8)B Basis of Acceptance
1. The Contractor submitted reference mix design shall conform to the following
requirements. HMA will be accepted based on its conformance to the project job mix
formula (JMF) provided by the Contractor and laboratory density tests. For the
acceptance of a project JMF, the Contractor shall submit to the Engineer a laboratory
report stating that the representative samples of the various aggregates and blend
sand to be used, along with the gradation data, the various aggregate stockpile
averages, the proposed combining ratios, and the average gradation of the completed
mix have been verified.
A. Tolerances — Nonstatistical Acceptance. After the JMF is determined, the
constituents of the mixture at the time of acceptance shall conform to the range
of the proportion specified in the broad band specifications for gradation and the
design mix asphalt binder content plus or minus 0.5 percent.
City of Federal Way
2018 Asphalt Overlay Project Page SP -65
RFB # 18-001
2018
1
1
B. Adjustments:
1. Aggregates. Upon written request from the Contractor, the Project
Engineer may approve field adjustments to the JMF including the
Contractor's proposed combining ratios for mineral aggregate stockpiles 1
and blend sand. The maximum allowed gradation change shall be
2 percent for the aggregate retained on the No. 10 sieve and above,
1 percent for the aggregate passing the No. 10 and No. 40 sieves, and
0.5 percent for the aggregate passing the No. 200 sieve. Blend sand may
be changed a maximum of 5 percent. The above adjustments and/or any
further adjustments as ordered by the Engineer will be considered as a
new JMF. Adjustments beyond these limits will require development of a
new JMF. The adjusted JMF plus or minus the allowed tolerances shall be
within the range of the broad band specifications.
2. Asphalt Binder Content. The Project Engineer may order or approve the
Contractor's request to change asphalt binder content a maximum of -
0.3 percent from the approved JMF. No field adjustments of the JMF
relative to the asphalt binder content exceeding 0.3 percent from the
initial JMF will be made without approval of the Engineer.
2. Hot Mix Asphalt Mixture:
A. Sampling: 1
1. A sample will not be obtained from either the first or last 25 tons of mix
produced in each production shift. No samples shall be taken for daily
quantities under 250 tons in a day.
2. Samples for compliance of gradation and asphalt binder content will be 1
obtained on a random basis from the hauling vehicle. The Contractor shall
provide adequate platforms to enable samples to be obtained in
accordance with WAQTC FOP for AASHTO T 168. The platforms shall allow
the sample to be taken without the Engineer entering the hauling vehicle.
B. Test Results. The Contractor will furnish the Engineer with a copy of the results. 1
C. Test Methods. Acceptance testing for compliance of asphalt binder content will 1
be WSDOT FOP for AASHTO Test Method T 308.
Acceptance testing for compliance of gradation will be WAQTC FOP for AASHTO 1
T 27&T11.
D. Rejection by Contractor: The Contractor may, prior to sampling, elect to remove 1
any defective material and replace it with new material at no expense to the City.
Any such new material will be sampled, tested, and evaluated for acceptance.
1
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -66 2018
5-04.3(10) Compaction
5-04.3(10)B Control
Delete Section 5-04.3(10)B in its entirety and replace it with the following:
For HMA, where paving is in the traffic lanes, including lanes for ramps, truck climbing,
weaving, speed changes, and left turn channelization, and the specified compacted course
thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum
of ninety-two percent (92%) of the maximum density as determined by WSDOT Test
Method 705. The level of compaction attained will be determined as the average of not
less than five (5) nuclear density gauge tests taken on the day the mix is placed (after
completion of the finish rolling) at randomly selected locations within each lot. The
quantity represented by each lot will be no greater than a single day's production or
approximately 400 tons, whichever is less.
Control Tots not meeting the minimum density standard shall be removed and replaced with
satisfactory material. At the option of the Engineer, noncomplying material may be
accepted at a reduced price.
Cores may be used as an alternate to the nuclear density gauge tests. When cores are
taken by the Engineer at the request of the Contractor, the request shall be made by noon
of the first working day following placement of the mix. The Engineer shall be reimbursed
for the coring expenses at the rate of Two Hundred and 00/100 Dollars ($200.00) per core
when the core indicates the acceptable level of compaction within a lot has not been
achieved.
At the start of paving, if requested by the Contractor, a compaction test section shall be
constructed as directed by the Engineer to determine the compatibility of the mix design.
Compatibility shall be based on the ability of the mix to attain the specified minimum
density (ninety-two percent (92%) of the maximum density determined by WSDOT Test
Method 705). Following determination of compatibility, the Contractor is responsible for the
control of the compaction effort. If the Contractor does not request a test section, the mix
will be considered compactable.
HMA constructed under conditions other than listed above shall be compacted on the basis
of a test point evaluation of the compaction train. The test point evaluation shall be
performed in accordance with instructions from the Engineer. The number of passes with
an approved compaction train, required to attain the maximum test point density, shall be
used on all subsequent paving.
Preleveling mix shall be compacted to the satisfaction of the Engineer.
In addition to the randomly selected locations for tests of the control lot, the Engineer
reserves the right to test any area which appears defective and to require the further
compaction of areas that fall below acceptable density readings. These additional tests
shall not impact the compaction evaluation of the entire control lot.
City of Federal Way
2018 Asphalt Overlay Project Page SP -67
RFB # 18-001
2018
5-04.3(14) Planing Bituminous Pavement
Section 5-04.3(14) is supplemented with the following:
The roadway shall be planed only within the limits shown in the Plans and as directed by
the Engineer.
The beginning and ending of each lane of planing shall be squared off to form a uniform
joint. All "fins" and small sections of old pavement remaining around existing castings shall
be removed by hand operations, if necessary, to provide a stable edge for overlay
pavement.
The Contractor shall provide for safe vehicular travel over existing manholes, valve boxes,
etc., during planing operations.
Prior to opening to traffic, any delaminating of existing HMA shall be removed from the site
and resulting holes shall be patched with HMA Class 1/2" PG 64 -22, and shall be paid under
"HMA Class 1/2" PG 64 -22, for Repair and Roadway Widening". Also, the surface shall be
cleaned by sweeping to remove dust and foreign matter. A sweeper shall be present at all
times during planing operations.
Planing and paving activities shall be coordinated so that all planed sections of roadway are
overlaid within seven (7) working days.
Butt Joints
Butt joints shall be planed to the dimensions shown in the Plans. Measurement shall be by
the square yard for Planing of Bituminous Pavement as specified in Section 5-04.4 of the
Standard Specifications.
Damage
Damage from planing beyond the planing limits or from the Contractor's operations shall be
repaired at the Contractor's expense.
5-04.3(17) Paving Under Traffic
Section 5-04.3(17) is supplemented with the following:
The Contractor shall install, maintain, and remove approved four inch (4") wide reflective
traffic tape, and/or temporary reflective lane markers, when paint lines or other pavement
markings are obliterated due to construction activities or pavement restoration, 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, or as
directed by the Engineer.
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. All permanent pavement markings must be
City of Federal Way
2018 Asphalt Overlay Project Page SP -68
RFB # 18-001
2018
placed no later than seven (7) calendar days after the final lift of paving is completed,
except 90 -mil methyl methacrylate materials, which must be placed no later than twenty-
one (21) calendar days after the final lift of paving is completed.
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 nine foot (9') gap, unless
otherwise specified in the Plans or in the Special Provisions. Reflective traffic tape
markings shall generally follow the alignment for the permanent pavement markings and
double lines shall be used when specified for the permanent pavement markings.
Reflective tape shall not be used when the temporary pavement markings are to be
exposed to traffic for more than two weeks without the written approval of the Engineer.
All costs in connection with temporary tape shall be incidental to and included in the unit
contract price for "HMA Class 1/2" PG 64 -22".
5-043(20) Anti -Stripping Additive
Section 5-04.3(20) is supplemented with the following:
When an approved anti -striping additive is added to a class of asphalt concrete pavement
as a result of a proper mix design, it shall be approved by the City. Once designated for
use on a specific project, the brand, grade, or percentage of anti -stripping additive shall not
be changed without approval of the Engineer.
All anti -strip additives shall be considered as incidental to and included in the unit contract
price for all classes of HMA.
5-04.4 Measurement
"HMA Class 1/2" PG 64-22" will be measured by the ton.
"HMA Class 1/2" PG 64-22, for Pavement Repair and Roadway Widening" will be
measured by the ton.
"HMA Class 1/2" PG 64-22 for Preleveiing" will be measured by the ton.
"Planing Bituminous Pavement" will be measured by square yard.
5-04.5 Payment
Payment will be made per the Standard Specifications for each of the following bid items
that are included in the proposal:
"HMA Class 1/2" PG 64-22", per ton.
"HMA Class 1/2" PG 64-22, for Pavement Repair and Roadway Widening'; per ton.
"HMA Class 1/2" PG 64-22 for Preleveling'; per ton.
"Planing Bituminous Pavement", per square yard.
"Tack Coat" will be incidental
The contract bid prices above, including all incidental work shall be full compensation for all
prime coat, tack coat, labor, materials, tools and equipment necessary to satisfactorily
complete the work as defined in the Standard Specifications and the Special Provisions.
City of Federal Way
2018 Asphalt Overlay Project Page SP -69
RFB # 18-001
2018
Payment for pavement repair shall be by the unit prices bid for "Asphalt/Cement Concrete
Sawcut', "Roadway Excavation, Incl. Haul", "Crushed Surfacing Top Course for Pavement
Repair and Roadway Widening, Incl. Haul", and "HMA Class 1/2" PG 64 -22, for Pavement
Repair and Roadway Widening'; specified herein. If a milling machine is used for pavement
excavation, payment shall be by the unit bid prices for "Roadway Excavation, Incl. Haul",
based upon a neat line measurement of the excavated area.
5-04.5(1) Quality Assurance Price Adjustments
Delete Section 5-04.5(1) in its entirety.
5-04.5(1)A Price Adjustment for Quality of HMA Mixture
Delete Section 5-04.5(1)A in its entirety.
5-04.5(1)B Price Adjustment for Quality of HMA Compaction
Delete Section 5-04.5(1)B in its entirety.
END OF DIVISION 5
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -70 2018
DIV][SION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,
WATER MAINS, AND CONDUITS
7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
Adjustments and repair of manholes and catch basins shall be in accordance with Section 7-05
of the Standard Specifications except as modified hereinafter.
7-05.2 Materials
The City of Federal Way will provide ERGO heavy duty frames and covers, and Infra -Riser high
impact rubber composite adjustment risers for specified manholes or catch basins.
7-05.3 Construction Requirements
Section 7-05.3 is supplemented with the following:
Backfill around catch basins shall be compacted by mechanical tampers in accordance with
Section 2-03.3(14)C"Method B" of the Standard Specifications.
Catch basin cover frames shall be installed on precast rings or as directed by the Engineer.
All bricks shall be installed with full mortar coverage and shall be plastered on the surface
to a depth of 3/4 inch both inside and outside of the structure. Catch basin covers shall be
adjusted to the rim elevations per Section 7-05.3(1).
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
Section 7-05.3(1) is supplemented with the following:
Manholes and catch basins 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 basins with conversion risers
and a neat rectangular shape for catch basins that collect runoff. The edge of the cut shall
be 1.5 feet from the outside edge of the cast iron frame of the structure. The base
materials and crushed rock shall be removed to the full depth of adjustment plus 2 inches.
The manhole and catch basin frames shall be lifted and reset to the final grade, plumb to
the roadway, and shall remain operational and accessible. (Reference City of Federal Way
Standard Drawing 3-55 for Utility Adjustment).
The Contractor shall adjust manholes and catch basins with pre -cast grade rings and
mortar, and/or high impact adjustment risers with a maximum 2 -inch thickness where
required for heavy-duty frames and covers within the travelled roadway. Metal adjustment
rings and frame ring extensions shall not be used. If more than three grade rings are
required to adjust a manhole or Type 2 catch basin to final grade, including existing grade
rings, the Contractor shall remove the existing cone section or top slab, install a pre -cast
manhole section of sufficient height to limit the number of grade rings to a maximum of
three, and reinstall the cone section or top slab prior to paving operations. Grade
City of Federal Way
2018 Asphalt Overlay Project Page SP -71
RFB # 18-001
2018
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 Type 1 structures are located within the wheel path of a proposed travel
lane and do not collect runoff, catch basins adjusted to grade shall also include conversion
risers (Reference City of Federal Way Standard Drawing 4-18), heavy duty locking frames
and covers, and high -impact risers. The City of Federal Way will provide ERGO heavy duty
frames and covers, and Infra -Riser high impact rubber composite adjustment risers for
specified manholes or catch basins.
Following frame installation, the edges of the removed asphalt pavement and the outer
edge of the reset frame shall be painted with asphalt for tack coat. The entire void around
the adjustment shall then be filled with Commercial HMA, placed and compacted using
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.
All catch basin frames and grates removed shall remain the property of the City and shall
be delivered by the Contractor to the City as directed by the Engineer.
7-05.3(5) Repair, Rebuild or Re -align Manholes and Catch Basins
Where existing manholes and catch basins were poured monolithic with the curb and gutter
and removal of the adjacent curb and gutter damages the existing structure; or where the
horizontal alignment of the existing manhole or catch basin requires re -aligning and
adjusting the structure elevation; or where manholes or catch basins are damaged during
grinding, the contractor shall remove the existing frame and grate, adjustment bricks and
adjustment risers down to the structure base and rebuild the structure per Section 7-05.3.
7-05.3(6) Adjust Existing Utility to Grade New Section
As shown in the Plans, existing utilities such as monuments, manholes, water valves, and
meter boxes shall be adjusted to finished grade. The Contractor shall familiarize itself with
the existing utility locations prior to the beginning of any work. The Contractor shall adjust
City -owned utilities. Final adjustment shall be smooth and flush with finished grade. The
Contractor shall mark the location of all utilities prior to paving the new surface. Unless
otherwise provide in the Special Provisions and Proposal, costs for adjusting utilities to
grade, including coordinating the work with other utilities, shall be incidental to the various
items of work and no additional compensation will be allowed.
Existing facilities shall be adjusted to the finished grade as shown in the Plans and as
further specified herein. Existing box, ring, grate, and cover shall be reset in a careful and
workmanlike manner to conform to the new grade. Special care shall be exercised in all
operations. Any damage occurring to the manholes, concrete catch basins, monument
cases, valve boxes, or water mains, due to the Contractor's operations, shall be repaired at
the Contractor's own expense. Adjustments shall be made using bricks, concrete blocks, or
cement, and the interior of the manhole adjustment shall be mortared smoothly. All covers
and frames shall be thoroughly cleaned. The Contractor shall be responsible for
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -72 2018
1
1
referencing and keeping a record of such references of all manholes, catch basins,
monument cases, meter boxes, and valve boxes encountered, and shall submit a copy of
these references to the Engineer.
7-05.4 Measurement
Section 7-05.4 is supplemented with the following:
' "Adjust Manhole'; will be measured per each.
"Adjust Catch Basin", will be measured per each.
"Install Conversion Riser for Type I Catch Basin"; will be measured per each.
"Repair or Rebuild Manhole', will be measured per each.
"Adjust Existing Utility to Grade", will be measured per each.
7-05.5 Payment
Payment will be made for each of the following bid items that are included in the proposal:
"Adjust Manhole", per each.
"Adjust Catch Basin", per each.
"Install Conversion Riser for Type I Catch Basin", per each.
"Repair or Rebuild Manhole", per each.
"Adjust Existing Utility to Grade", will be measured per each.
The contract bid prices for the above, including all incidental work, shall be full compensation
for all labor, materials, tools, and equipment necessary to satisfactorily complete the work as
defined in the Standard Specifications and these Special Provisions.
Sawcutting, pavement removal and repair, excavation, curb and gutter removal and
replacement, and any other work required to complete the items of work shall be considered
incidental to other bid items, and no separate payment will be made.
The City of Federal Way will provide ERGO heavy duty frames and covers, and Infra -Riser high
impact rubber composite adjustment risers for specified manholes or catch basins.
1 END OF DIVISION 7
1
1
1
1
1
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -73 2018
1
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-2 ROADSIDE RESTORATION
8-02.2 Materials ,
Section 8-02.2 is supplemented with the following:
Materials shall meet the requirements of the following sections:
Soil 9-14.1
Sod 9-14.6(8)
8-02.3 Construction Requirements
8-02.3(13) Plant Establishment '
Section 8-02.3(13) is supplemented with the following:
(January 4, 2018) '
Plant establishment shall consist of insuring resumption and continued growth of all
planted material including trees, shrubs, ground cover, lawn sod 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.
8-02.4 Measurement
The first paragraph of Section 8-02.4 is revised as follows:
(January 14, 2017)
Sod Lawn, Incl. 4 in Topsoil will be measured per square yard.
8-02.5 Payment
Section 8-02.5 is supplemented with the following:
(January 14, 2017)
"Sod Lawn, Incl. 4 in Topsoil"; per square yard.
8-04 CURB, GUTTERS, AND SPILLWAYS
8-04.3 Construction Requirements
Section 8-04.3 is supplemented with the following:
The subgrade for curb and gutter sections shall be compacted to ninety-five (95%) percent '
density.
A minimum of four (4) inches of CSTC, compacted to ninety-five (95%) percent density
shall be placed under curb and gutter prior to installation.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -74 2018
The top of the finished concrete shall not deviate more than one-eighth inch (1/8") in ten
feet (10') or the alignment one-fourth inch (1/4") in ten feet (10').
The existing concrete curb and gutter shall be removed in accordance with section 2-
02.3(3) which leaves a two (2) feet gap. This gap shall have its subgrade prepared and be
paved with a minimum of four inches (4") CSTC and three inches (3") HMA Class 1/2" PG 64
-22 (compacted depths), or match existing depths whichever is greater. Total HMA overlay
depth shall be 5" thickness minimum. See standard plans for details.
Cement Conc. Curb and Gutter, Mountable Cement Concrete Curb and Cement Conc.
Extruded Curb shall be removed and replaced as shown in the Plans or at designated
locations as directed by the City.
Cement Conc. Curb and Gutter at existing curb ramps shall be removed and replaced as
shown in the Plans or at designated locations as directed by the City.
Cement Conc. Curb forms shall not be removed any sooner than four (4) hours after
concrete placement.
Extra care shall be taken to protect existing traffic loops to remain, when removing and
replacing pavement, curb and gutter. Any traffic loops damaged by the Contractor shall be
replaced at the Contractor's expense.
New Conc. Curb and Gutter shall conform to the details in the design Plans and Current
WAC for Barrier Free Design.
Mountable Cement Conc. Curb and Extruded Conc. Curb shall be placed no later than seven
(7) calendar days after the final lift of paving has been completed in each Schedule where
required.
Mountable Cement Conc. Curb shall be painted with two full coats of paint formula No. H-2-
83 or H-3-83 as shown in the Plans or as designated by the Engineer. The paint can be
applied by brush or spray. The second coat shall have glass traffic paint beads sprinkled in
the wet paint at the rate of 12 pounds per 100 linear foot of curbing. The beads shall
conform to the requirements of Section 9-34.4.
8-04.4 Measurement
Section 8-04.4 is supplemented with the following:
Cement Conc. Curb and Gutter will be measured per linear foot.
Cement Conc. Extruded Curb will be measured per linear foot.
Cement Conc. Mountable Curb will be measured per linear foot.
City of Federal Way
2018 Asphalt Overlay Project Page SP -75
RFB # 18-001
2018
8-04.5 Payment
Section 8-04.5 is supplemented with the following:
"Cement Conc. Curb and Gutter", per linear foot.
"Cement Conc. Extruded Curb"; per linear foot.
"Cement Conc. Mountable Curb"; per linear foot.
"Cement Conc. Curb and Gutter in front of Curb Ramp", incidental to Curb Ramp Type
The unit contract price per linear foot for "Cement Conc. Curb and Gutter", "Cement Conc.
Extruded Curb" and "Cement Conc. Mountable Curb" shall be full payment for all incidental
work including excavation, removal, disposal, forms, preparation of subgrade, placement,
backfill and compaction, HMA Class 1/2" PG 64 -22 and CSTC for pavement repair, and all
other materials, tools, equipment, and labor required for the construction of same.
8-07 PRECAST TRAFFIC CURB
8-07.1 Description
Section 8-07.1 is supplemented with the following:
This work shall consists of removing, furnishing and replacing precast traffic curb, block
traffic curb, sloped mountable curb, or dual faced sloped mountable curb of the design and
type specified in the Plans in accordance with these Specifications and the Standard Plans
in the locations indicated in the Plans or as staked by the Engineer.
8-07.3 Construction Requirements
Section 8-07.3 is supplemented with the following:
Where shown in the Plans or as directed by the Engineer, existing Type C Curb is to be
removed and replaced with Precast Dual Faced Sloped Mountable Curb and Precast Sloped
Mountable Curb. All Precast Dual Faced Sloped Mountable Curb and Precast Sloped
Mountable Curb shall be placed no later than seven (7) calendar days after the final lift of
paving has been completed in each Schedule where required.
8-07.4 Measurement
Section 8-07.4 is supplemented with the following:
Precast Dual Faced Sloped Mountable Curb will be measured per linear foot.
Precast Sloped Mountable Curb will be measured per linear foot.
8-07.5 Payment
Section 8-07.5 is supplemented with the following:
"Precast Dual Faced Sloped Mountable Curb," per linear foot.
"Precast Sloped Mountable Curb," per linear foot.
The unit contract price per linear foot for "Precast Sloped Mountable Curb" and "Precast
Dual Faced Sloped Mountable Curb" shall be full payment for all incidental work, including
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -76 2018
the removal and disposal of the existing curb, and pavement repair, and all other materials,
tools, equipment, and labor required for the construction of same.
8-09 RAISED PAVEMENT MARKERS
8-09.2(1) Physical Properties New Section
Section 8-09.2(1) is supplemented with the following:
(March 13, 2012)
Type 2 Raised Pavement Markers shall NOT be ceramic.
8-09.3 Construction Requirements
Section 8-09.3 is supplemented with the following:
(January 19, 2016 ******)
RPMs shall be installed per City of Federal Way Standard Details.
All Raised Pavement Markers shall be placed no later than seven (7) days after the final lift of
paving has been completed in each Schedule where required, except in areas where 90 -mil
methyl methacrylate materials have been used for pavement markings, in which case the
Raised Pavement Markings shall be placed no later than twenty-one (21) days after the final lift
of paving has been completed.
8-09.4 Measurement
Measurement of markers will be by units of 100 for each type of marker furnished and set
in place.
8-09.5 Payment
Payment will be made for each of the following bid items that are included in the proposal:
"Raised Pavement Marker Type 2", per hundred.
"Hydrant Marker Type 2B", per each.
8-13 MONUMENT CASES
(January 11, 2015******)
8-13.3(1) Adjusting Monument Cases New Section
The existing cast iron ring and cover on monument cases shall be removed and replaced at the
new finished elevation; frame ring extensions may not be used. Contractor shall submit catalog
cuts of extensions for approval.
Following monument case adjustment, the monument shall be verified for position by the City.
If the monument has been displaced by the Contractor's operations, the Contractor shall at his
own expense, remove and replace the case and reestablish the monument with a licensed
professional surveyor.
City of Federal Way
2018 Asphalt Overlay Project Page SP -77
RFB # 18-001
2018
1
1
8-13.4 Measurement
1
Section 8-13.4 is deleted and replaced by the following:
Adjust Monument Case & Cover will be measured per each.
I
8-13.5 Payment
Payment will be made for each of the following bid items that are included in the proposal:
1
"Adjust Monument Case & Cover", per each.
The unit contract price per each for "Adjust Monument Case & Cover" shall be full payment for I
all incidental work, including all labor, materials, tools, and equipment necessary to satisfactorily
complete the work as defined in these Special Provisions.
1
8-14 CEMENT CONCRETE SIDEWALKS
8-14.1 Description 1
Section 8-14.1 is supplemented with the following:
Existing cement concrete sidewalks, driveway approaches, truncated dome retrofit and I
existing curb ramps shall be removed and replaced at designated locations as directed by
the City. New curb ramps and warning strips shall conform to the details on the design
I
plans and Current WAC for Barrier Free Design.
If any section of sidewalk is damaged due to vandalism, such as writing, by vehicles or
pedestrians, the entire section, between joints, shall be removed and replaced, at no cost
to the City.
8-14.2 Materials
Section 8-14.2 is supplemented with the following:
Material requirements for sidewalks shall also be applied to driveway approaches and curb 1
ramps.
8-14.3 Construction Requirements
Section 8-14.3 is supplemented with the following:
The subgrade for sidewalks, driveway approaches, and curb ramps shall be compacted to '
ninety-five percent (95%) density.
CSTC, compacted to ninety-five percent (95%) density shall be placed at the following 1
depths, under sidewalks, driveway approaches, curb ramps and curb and gutters prior to
installation.
Sidewalks two inches (2")
Driveway Approaches four inches (4")
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -78 2018
1
1
Curb Ramps two inches (2")
Curb and Gutters four inches (4")
8-14.3(5) Detectable Warning Surface
Section 8-14.3(5) is supplemented with the following:
' MMA -Style Truncated Dome Detectable Warning Surfaces shall be liquid -applied Vanguard
ADA Systems, or approved equal.
' 8-14.4 Measurement
Section 8-14.4 is supplemented with the following:
' Cement Conc. Sidewalk will be measured per square yard.
Cement Conc. Approach will be measured per square yard.
' Cement Conc. Curb Ramp Type 1 Parallel will be measured per each.
Cement Conc. Curb Ramp Type 2 Parallel will be measured per each.
Cement Conc. Curb Ramp Type 1 Perpendicular will be measured per each.
' Cement Conc. Curb Ramp Type Single Direction will be measured per each.
MMA -Style Truncated Dome Detectable Warning Surface will be measured by the square
foot.
1 8-14.5 Payment
Section 8-14.5 is supplemented with the following:
1 "Cement Conc. Sidewalk'; per square yard.
"Cement Conc. Approach", per square yard.
"Cement Conc. Curb Ramp Type 1 Parallel" per each.
"Cement Conc. Curb Ramp Type 2 Parallel" per each.
"Cement Conc. Curb Ramp Type 1 Perpendicular", per each.
' "Cement Conc. Curb Ramp Type Single Direction`, per each.
"MMA -Style Truncated Dome Detectable Warning Surface", per square foot.
The unit contract price for the above, including all incidental work, and shall be full
compensation for all labor, materials, tools, and equipment necessary to satisfactorily complete
the work.
The unit contract price per each for "Cement Conc. Curb Ramp Type " shall include removal,
haul, and disposal of existing concrete and installation of Truncated Dome Detectable Warning
Surface.
The unit contract price per square yard for "Cement Conc. Sidewalk" and "Cement Conc.
Approach" shall include removal, haul and disposal of existing concrete.
1
1
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -79 2018
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLINGENT
TRANSPORTATION SYSTEMS, AND ELECTRICAL
8-20.1 Description
Section 8-20.1 is replaced with the following:
All work shall be performed as shown in the Plans in accordance with applicable Standard
Specifications and Standard Plans included herein and the following Special Provisions.
Work shall include the supply, testing, and installation of loop detectors.
The work involves, but shall not be limited to, the following:
1. Loop detection
2. Conduit and wire
3. Pedestrian Push Buttons
The existing traffic signal system shall be kept in full operation during construction until the
new system is in place and ready for turn -on.
8-20.1(1) Regulations and Code
The first and second sentences of the first paragraph are deleted and replaced with the
following:
(March 13, 2012******)
Where applicable, materials shall conform to the latest requirements of the Washington
State Department of Labor and Industries and Puget Sound Energy.
8-20.1(2) Industry Codes and Standards
(March 13, 2012******)
The following is added at the end of the first paragraph of this section:
National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office
Box 1331445 Hoes Lane, Piscataway, NJ 08855-1331.
8-20.2(1) Equipment List And Drawings
The first paragraph is deleted and replaced with the following:
(January 26, 2012 ******)
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.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -80 2018
8-20.3(2) Excavating and Backfilling
Section 8-20.3(2) is supplemented with the following:
(January 8, 2013 ******)
The Contractor shall supply all trenching necessary for the complete and proper installation
of the traffic signal system modifications.
Trenching shall conform to the following:
1. In paved areas, edges of the trench shall be sawcut the full depth of the pavement and
sawcuts shall be parallel. All trenches for placement of conduit shall be straight and as
narrow in width as practical to provide a minimum of pavement disturbance. The existing
pavement shall be removed in an approved manner. The trench bottom shall be graded to
provide a uniform grade.
2. Trenches located under existing traveled ways shall provide a minimum of 24 inches
cover over conduits and shall be backfilled with 21 inches of controlled density fill,
vibrated in place, followed by either 3 inches minimum of HMA CI 1/2" PG 64 -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 under existing sidewalks and
driveways shall be installed to conform with the City of Federal Way Luminaire
Electrical Trench Detail. Such trenches shall be backfilled with bedding material two
inches (2") above and below the conduit, with the remaining depth of trench
backfilled with native material. If the Engineer determines that the native material is
unsuitable, Gravel Borrow shall be used. Sidewalks and driveways shall be removed
and replaced as specified.
4. Trenches for Schedule 40 PVC conduits to be located within the right-of-way and
outside the traveled way shall have a minimum of twenty-four inches (24") cover over
conduits. Such trenches shall be backfilled with bedding material two inches (2")
above and below the conduit, with the remaining depth of trench backfilled with bank
run gravel unless the Engineer determines that spoils from the trench excavation are
suitable for backfill.
5. When trenches are not to be placed under sidewalks or driveways, the backfill shall
match the elevation of the surrounding ground, including a matching depth of top
soil, mulch, and/or sod if necessary to restore the trench area to its prior condition.
6. Contractor shall use joint trench where possible.
City of Federal Way
2018 Asphalt Overlay Project Page SP -81
RFB # 18-001
2018
Backfill shall be carefully placed so that the backfilling operation will not disturb the conduit
in any way. The backfill shall be thoroughly mechanically tamped in eight -inch (8") layers
with each layer compacted to ninety-five percent (95%) of maximum density in traveled
ways, and ninety percent (90%) of maximum density elsewhere at optimum soil moisture
content.
Bank run gravel for backfill shall conform to Section 2.01 of the Standard Specifications.
Bedding material shall conform to Section 2.01 of the Standard Specifications.
All trenches shall be properly signed and/or barricaded to prevent injury to the public. All
traffic control devices to be installed or maintained in accordance with Part VI of the
Manual on Uniform Traffic Control Devices for Streets and Highways, latest edition, and as
specified elsewhere in these Specifications.
All conduits installed by boring shall use a surface launched steerable drilling tool. Drilling shall
be accomplished using a high-pressure fluid jet toolhead. The drilling fluid shall be used to
maintain the stability of the tunnel, reduce drag on the conduit, and provide backfill between
the conduit and tunnel. A guidance system which measures the depth, lateral position, and roll
shall be used to guide the toolhead when creating the pilot hole. Once the pilot hold is
established, a reamer and swivel shall be used to install the conduit. Reaming diameter shall
not exceed 1.5 times the diameter of the conduit being installed. Conduit which is being pulled
into the tunnel shall be protected and supported so that it moves freely and is not damaged
during installation. Excess drilling fluid and spoils shall be disposed of off-site at a legal disposal
site obtained and paid for by the Contractor. Drilling fluid returns (caused by fracturing of
formation) at locations other than the entry and exit points shall be minimized. Any drilling fluid
that surfaces through fracturing shall be cleaned up immediately. Mobile spoils removal
equipment capable of quickly removing spoils from entry or exit pits and areas with returns
caused by fracturing shall be used as necessary during drilling operations.
8-20.3(4) Foundations
Section 8-20.3(4) is supplemented with the following:
Foundations for the Pedestrian Push Button (PPB) Poles shall conform to the detail on the
Plans.
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
thickness 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 lush with the
sidewalk. A construction joint shall be provided between the two units.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -82 2018
8-20.3(5) Conduit
Section 8-20.3(5) is supplemented with the following:
(March 16, 2011 ******)
All conduits for signal cable, illumination circuits, and interconnect systems under roadways
and driveways shall be rigid galvanized steel or Schedule 80 polyvinyl chloride (PVC).
Schedule 40 PVC may be used when not under the roadway or driveways.
All conduits shall have a minimum buried depth of twenty-four inches (24"). PVC conduct
ends shall have bell end PVC bushings.
All conduits for signal cable raceways under roadways or driveways shall be rigid galvanized
steel or Schedule 80 polyvinyl chloride (PVC). Rigid steel or Schedule 80 PVC conduit shall
be used for all road crossings whether they are signal, detector or illumination cable.
Schedule 40 PVC conduits may be used for detector lead-ins or illumination. Whenever PVC
conduit is used a ground wire shall be provided.
All conduit trenches shall be straight and as narrow in width as is practical to provide a
minimum of pavement disturbance.
When conduit risers are installed, they shall be attached to the pole every 4 feet and shall
be equipped with weather heads.
Conduit for the service wires between the Puget Sound Energy pole and the service panel
and all above ground conduit shall be hot -dip galvanized rigid steel.
All conduits shall be clearly labeled at each junction box, handhole, vault or other utility
appurtenance. Labeling shall be permanent and shall consist of the owner/type name and a
unique conduit number or color. The owner name shall be approved by the Engineer prior
to starting work. The recommended owner/type abbreviations are:
PSE — Puget Sound Energy
QWEST — Qwest
COMCAST(AT&T)/C — Cable
COMCAST(AT&T)/F — Fiber
SIC — City Signal Interconnect
City Spare — City spares
Cobra — COBRA luminaire system
Section 8-20.3(5) is supplemented with the following:
(August 10, 2009 WSDOT NWR)
Conduit Seal, Detectable Tape and Location Wire
Upon installation of wiring, all conduits entering pad mounted cabinets, all conduit entering
ITS hubs, and all ITS conduit 2 inches in diameter or larger shall be sealed with an
approved mechanical plug at both ends of the conduit run. Installation of mechanical plugs
shall conform to the manufacturer's recommendations. Upon installation of wiring at other
City of Federal Way
2018 Asphalt Overlay Project Page SP -83
RFB # 18-001
2018
locations, conduit shall be sealed with duct seal. Upon installation of the pull string, spare
conduit shall be plugged.
A pull string rated for 200 lbs. or greater shall be installed in all spare conduits.
Detectable underground warning tape shall be placed 12 -inches above all innerduct
installed in trenches.
Location 14 AWG stranded orange USE insulated wire shall be placed in conjunction with all
innerduct installed in trenches. The location wire shall be placed directly above the conduit
containing innerduct in single conduit installations or between the conduits containing
innerduct in multiple conduit installations.
Location wire routed into pull boxes or cable vaults shall be attached to the "C" channel or
the cover hinge bracket with stainless steel bolts and straps. A 1 -foot loop of locate wire
shall be provided above the channel as shown in the Plans.
(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.
Installed casing pipe shall be free from grease, dirt, rust, moisture and any other
deleterious contaminants.
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:
(March 13, 2012 ******)
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.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -84 2018
All junction boxes, cable vaults, and pull boxes placed within the traveled way or paved
shoulders shall be heavy-duty.
Junction boxes shall not be located within the traveled way, wheelchair ramps, or
driveways, or interfere with any other previous or relocated installation. The lid 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 less than 0.6 and
have a proven track record of outdoor application which lasts for at least 10 years.
Wiring shall not be pulled into any conduit until all associated junction boxes have been
adjusted to, or installed in, their final grade and location, unless installation is necessary to
maintain system operation. If wire is installed for this reason, sufficient slack shall be left to
allow for future adjustment.
Adjustments involving raising or lowering the junction boxes shall require conduit
modification if the resultant clearance between top of conduit and the junction box lid
becomes less than 6 inches or more than 10 inches. Wiring shall be replaced 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-
01. Type 8 junction boxes shall meet the requirements of WSDOT Standard Plan J-40.30-
01. Junction boxes shall be inscribed based upon system per WSDOT Standard Plan ]-
40.30.01. Junction box lids and frames shall be grounded per Section 8-20.3(9).
Junction boxes shall be located at the station and offset indicated in the Plans except that
field adjustments may be made at the time of construction by the Engineer to better fit
existing field conditions.
Junction boxes for copper and/or fiber signal interconnect shall be placed at a maximum
interval of 300 feet and shall be inscribed with "TS" as described on WSDOT Standard Plan
J-40.30-01.
Heavy-duty Type 4, 5 and 6 junction boxes, cable vaults and pull boxes shall be installed in
accordance with the following:
1. Excavation and backfill shall be in accordance with Section 2-09. Excavation for
junction boxes, cable vaults and pull boxes shall be sufficient to leave one foot in
the clear between their outer surface and the earth bank.
City of Federal Way
2018 Asphalt Overlay Project Page SP -85
RFB # 18-001
2018
2. Junction boxes, cable vaults and pull boxes shall be installed on a level 6 -inch layer
of crushed surfacing top course, in accordance with 9-03.9(3), placed on a
compacted or undisturbed foundation. The crushed surfacing shall be compacted in
accordance with Section 2-09.3(1)E.
3. After installation, the lid/cover shall be kept bolted down during periods when work
is not actively in progress at the junction box, cable vault or pull box.
4. Before closing the lid/cover, the lid/cover and the frame/ring shall be thoroughly
brushed and cleaned of all debris. There shall be absolutely no visible dirt, sand or
other foreign matter between the bearing surfaces.
5. When the lid/cover is closed for the final time, a liberal coating of anti37 seize
compound shall be applied to the bolts and nuts and the lid shall be securely
tightened.
6. Hinges on the Type 4, 5, and 6 junction boxes shall be located on the side of the
box, which is nearest to adjacent shoulder. Hinges shall allow the lid to open 180
degrees.
8-20.3(8) Wiring
Section 8-20.3(8) is modified as follows:
(March 6, 2012 ******)
The following is inserted between the 3rd and 4th paragraph of this section:
Loop wires will be spliced to lead in wires at the junction box with an approved mastik
tape, 3-M 06147 or equal, leaving 3 feet of loose wire.
Connectors will be copper and sized for the wire. Mastik splice material will be centered on
the wire and folded up around both sides and joined at the top. Splice will then be worked
from the center outward to the ends. The ends will be visible and fully sealed around the
wire. The end of the lead-in cables shall have the sheathing removed 8 inches and shall be
dressed external to the splice.
(March 6, 2012 ******)
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 6, 2012 ******)
Cable entering cabinets shall be neatly bundled and wrapped. Each wire shall bear the
circuit number and be thoroughly tested before being connected to the appropriate
terminal.
Circuit conductors shall be standard copper wire in all conduit runs with size specified in the
Plans. Conductors from luminaire bases to the luminaire fixture shall be minimum No. 14
AWG pole and bracket cable.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -86 2018
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.
8-20.3(9) Bonding and Grounding
' Section 8-20.3(9) is supplemented with the following:
(March 13, 2012 ******)
At points where shields of shielded conductors are grounded, the shields shall be neatly
1 wired and terminated on suitable grounding lugs.
' Junction box lids and frames shall be grounded in accordance with Department of Labor
and Industries standards, and shall be grounded so that the ground will not break when
the lid is removed and laid on the ground next to the junction box.
1 All conduits which are not galvanized steel shall have bonding wires between junction
boxes.
1 Ground rods shall be copper clad steel, 3/4 -inch in diameter by 10 -feet long, connections
shall be made with termite welds.
At points where wiring shields of shielded conductors are grounded, the shields shall be
neatly wired and terminated on suitable grounding lugs.
1 Section 8-20.3(9) is supplemented with the following:
(August 21, 2006 WSDOT NWR)
1 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(14)C Induction Loop Vehicle Deitectors
Section 8-20.3(14)C is modified as follows:
' (December 18, 2009 ******)
Items 2 and the last two sentences of Item 4 are deleted.
(December 18, 2009 ******)
Item no. 5 of this section is deleted and replaced with the following:
5. Each loop shall have 3 turns of loop wire.
(December 18, 2009 ******)
Item no. 11 of this section is deleted and replaced with the following:
City of Federal Way RFB # 18-001
' 2018 Asphalt Overlay Project Page SP -87 2018
11. The detector loop sealant shall be a flexible traffic loop wire encapsulement.
Encapsulement shall be designated to enable vehicular traffic to pass over the
properly filled sawcut within five minutes after installation without cracking of
material. The encapsulement shall form a surface skin allowing exposure to
vehicular traffic within 30 minutes at 75 degrees F. and completely cure to a
tough rubber -like consistency within two to seven days after installation.
Properly installed and cured encapsulement shall exhibit resistance to defects of
weather, vehicle abrasion, motor oil, gasoline, antifreeze solutions, brake fluid,
deicing chemicals and salt normally encountered in such a manner that the
performance of the vehicle detector loop wire is not adversely affected.
Section 8-20.3(14)C is supplemented with the following:
(January 31, 2012 ******)
One -quarter -inch (1/4") saw cuts shall be cleared of debris with compressed air before
installing three turns of loop wire. All detector loops shall be 6 -foot -diameter circle with
diagonal mini -cut corners (no 90 degree corners) of not more than 1 -inch on the diagonal.
From the loops to the junction box, the loop wires shall be twisted two turns per foot and
labeled at the junction box in accordance with the loop schematics included in these Plans.
A 3/8 -inch saw cut will be required for the twisted pair. No saw cut will be within 3 feet of
any manhole or utility risers located in the street. Loops and lead-ins will not be installed in
broken or fractured pavement. Where such pavement exists it will be replaced in kind with
minimum 12 -foot sections. Loops will also not be sawed across transverse joints in the
road. Loops to be placed in concrete will be located in full panels, a minimum 18 inches
from any expansion joint.
Existing Traffic Loops
The Contractor shall notify the City of Federal Way Traffic Engineer a minimum of five
working days in advance of pavement removal in the loop areas.
If the Engineer suspects that damage to any loop, not identified in the Plans as being
replaced, may have resulted from Contractor's operations, the Engineer may order the
Contractor to perform the field tests specified in Section 8 20.3(14)D. The test results shall
be recorded and submitted to the Engineer. Loops that fail any of these tests shall be
replaced.
Loops that fail the tests, as described above, and are replaced shall be installed in
accordance with current City of Federal Way design standards and Standard Plans, as
determined by the Engineer.
If traffic signal loops that fail the tests, as described above, are not replaced and
operational within 48 hours, the Contractor shall install and maintain interim video
detection until the replacement loops are operational. The type of interim video detection
furnished shall be approved by the Engineer prior to installation.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -88 2018
8-20.3(14)D Test for Induction Loops and Lead-in Cable
Section 8-20.3(14)D is supplemented with the following:
(March 13, 2012 ******)
Test A - The resistance shall not exceed values calculated using the given formula.
Resistance per 1000 ft of 14 AWG, R = 3,26 ohms / 1000 ft
R = 3.26 x distance of lead-in cable (ft)
1000 ft
Test B and Test C in this section are deleted and replaced with the following:
Meggar readings of the detection wire to ground shall read 200 megohms at the amplifier
connection. The 200 megohms or more shall be maintained after the splices are tested by
submerging them in detergent water for at least 24 hours. The tests will be conducted
with County personnel at the request of the Contractor. All costs incurred to meet this
minimum standard will be the responsibility of the Contractor.
Section 8-20.3(14)D is supplemented with the following:
(October 5, 2009 WSDOT NWR)
Existing Lead-in Cable Test
When new Induction loops are scheduled to be installed and spliced to an existing two -
conductor shielded detector lead-in cable, the Contractor shall perform the following:
1. Disconnect the existing detector lead-in cable in the controller cabinet and at the
loop splice.
2. Megger test both detector lead-in cable conductors. A resistance reading of less
than 100 -megohms is considered a failure.
3. Detector lead-in cables that fail the test shall be replaced and then retested.
4. After final testing of the detector lead-in cable, the loop installation shall be
completed and the loop system tested according to Tests A, C and D.
5. Connect the detector lead-in cables in the controller cabinet.
(October 5, 2009 WSDOT NWR)
Existing Loop Test
When two -conductor shielded detector lead-in cable is scheduled to be installed and spliced
to an existing loop, the Contractor shall perform the following:
1. Disconnect the existing loop from the detector lead-in splice.
2. Megger test the existing loop wire. A resistance reading of less than 100 -megohms
is considered a failure.
3. Loops that fail the test shall be replaced and then retested.
4. After the final testing of the loops, the detector lead-in cable installation shall be
completed and the loop system tested according to Tests A, C and D.
City of Federal Way
2018 Asphalt Overlay Project Page SP -89
RFB # 18-001
2018
8-20.3(18) PEDESTRIAN PUSH BUTTONS
8-20.3(18) A Materials
Section 8-20.3(18)A is supplemented with the following:
The Pedestrian Push Button (PPB) system shall consist of the following components:
1. Foundation, including excavation, haul, and forms
2. Pole assembly and hardware
3. Push button assembly
4. Wiring and enclosures
8-20.3(18) B Construction Requirements
Section 8-20.3(18)A is supplemented with the following:
The Contractor shall provide and install accessible pedestrian push buttons as shown on the
plans. The position of the pedestrian push buttons shall be aligned parallel to the direction of
travel for the crosswalk which the push button is intended to serve; however, final positioning
for the optimum effectiveness shall be approved by the Engineer.
Push buttons shall be mounted to the poles by means of stainless steel bolts. All mountings
shall be securely fastened as approved by the Engineer. Installation shall be per WSDOT
Standard Plan J-20.26-01, J-20.15-03, and J-21.10-04.
The sign legend to be used shall be sign designation R62e as shown in the Standard Details and
shall be nine (9) inches by fifteen (15) inches. All mounting bolts shall be non -corrosive
stainless steel.
The pedestrian pushbutton housing shall be aluminum and shall be painted black. Unit(s) shall
operate at a temperature range of -35C to 85C. Power requirements shall be 120 VAC, 60 Hz
(100 ma, typical +/- 20%).
8-20.4 Measurement
Section 8-20.4 is supplemented with the following:
Pedestrian Push Button will be measured per each.
Detector Loops will be measured per each.
8-20.5 Payment
Section 8-20.5 is supplemented with the following:
"Pedestrian Push Button", per each.
"Detector Loop", per each.
The contract bid price for the above, including all incidental work, and shall be full
compensation for all labor, materials, tools, and equipment necessary to satisfactorily complete
the work.
City of Federal Way
2018 Asphalt Overlay Project Page SP -90
RFB # 18-001
2018
The unit contract price per each for "Pedestrian Push Button" shall be full compensation for full
and complete installation including foundation, construction and restoration, acquisition and
installation of pole, base and hardware, push-button, controller, wiring, battery, and signs on
both sides such that the installed unit is fully operational per this specifications.
The unit contract price for "Detector Loop" shall be full compensation for full and complete
installation including wire, sealant and all other labor, materials, tools and equipment required
to complete the installation in accordance with the Plans, specifications, and Standard Plans.
The unit price shall also include providing and installing loop home runs, conduit stub -outs, and
soldered splices. Sawcutting shall be considered incidental to the loop installation. Payment
shall not be made for this item until the loop is fully functional as determined by the Engineer.
8-21 PERMANENT SIGNING
8-21.1 Description
Section 8-21.1 is deleted and replaced with the following:
(December 1, 2017 ******)
This work shall consist of furnishing and installing permanent R9 -3A and R9 -3B L "No
Crossing Use Crosswalk" signing in accordance with the Plans, Specifications, MUTCD, and
the City of Federal Way Standard Details at the locations shown in the Plans or where
designated by the Engineer.
8-21.2 Materials
Section 8-21.2 is revised as follows:
Sentence three is deleted and replaced with the following:
(April 28, 2015 ******)
Materials for sign mounting shall conform to Section 9-28-11.
8-21.3 Construction Requirements
8-21.3(1) Location of Signs
Section 8-21.3(1) is replaced with the following:
Signs are located in the plans by reference to a general stationary monument and shown
an estimated distance for installation and placement. No survey stations are provided, but
dimensions are shown. These are tentative locations, subject to change by the Engineer,
and shall be field verified by the inspector prior to installations. Timber posts and break
away pole lengths shall be per the plan details. Sign heights shall be per the plan details.
City of Federal Way
2018 Asphalt Overlay Project Page SP -91
RFB # 18-001
2018
8-21.4 Measurement
Section 8-21.4 is supplemented by the following:
Measurement for R9 -3A and R9 -3B L Sign and Post shall be as follows:
All signage to include R9 -3A and R9 -3B L Sign and Post shall be measured per each
meeting all the requirements of these special provisions. Measurement will be for the
sum total of all items including labor, materials, tools, and equipment necessary to
furnish and install the complete assembly per the Plans and Details.
Sign Removal and or Relocations shall be measured per each. Measurement will be for
the sum total of all items including labor, materials, tools and equipment necessary to
remove existing signs, posts and any bases and re -use, return to the owner signage,
and dispose of posts and any bases as noted in the Plans.
8-21.5 Payment
Section 8-21.5 is supplemented with the following:
Payment will also be made under the following:
"R9 -3A & R9 -3B L Sign and Post", per each.
The unit contract price per each for "R9 -3A & R9 -3B L Sign and Post" will be full compensation
for the costs of all labor, tools, equipment, and materials necessary or incidental to furnishing,
installing and/or removing all types of signs as shown in the Plans and returning to the Owner.
SECTION 8-22, PAVEMENT MARKING
8-22.1 Description
Section 8-22.1 is supplemented with the following:
(December 18, 2009 ******)
This work shall consist of furnishing and placing pavement markings upon the roadway
surface for delineation at the locations shown in the Plans in accordance with WSDOT
Standard Plan M-20.20-01, or as directed by the Engineer. All permanent pavement
markings must be placed no later than seven (7) calendar days after the final lift of paving
is completed, except 90 -mil methyl methacrylate materials, which must be placed not later
than twenty-one (21) calendar days after the final lift of paving is completed.
8-22.2 Materials
Section 8-22.2 Sentence #3 is deleted and replaced with the following:
(October 23, 2014 ******)
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 ******)
Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section 9-
34.4.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -92 2018
8-22.3 Construction Requirements
8-22.3(3)E Installation
Section 8-22.3(3)G is supplemented with the following:
Profiled Methyl Methacrylate lines shall be installed per WSDOT Standard Plans M20.20-01.
8-22.3(3)G Glass Beads
Section 8-22.3(3)G is supplemented with the following:
(March 13, 2012 ******)
Methyl Methacrylate Pavement Markings
Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred
square feet.
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.
8-22.3(6) Removal of Pavement Markings
Section 8-22.3(6) is supplemented with the following:
(******)
All pavement markings, including, but not limited to: paint, lane markers, traffic buttons,
plastic markings, and adhesive residue shall be removed prior to overlay. This work shall
be incidental to other bid items of the contract, and no separate payment will be made.
8-22.5 Payment
Section 8-22.5 is deleted and replaced with the following:
(December 13, 2012 ******)
Payment will be made in accordance with Section 1-04.1 for each of the following Bid
Items:
"Paint Line", per linear foot.
"Painted Bike Symbol", per each.
"Painted Bike Lane Arrow", per each.
"Profiled Plastic Line", per linear foot.
"Plastic Edge Line", per linear foot.
"Profiled Plastic Wide Line"; per linear foot.
"Profiled Plastic Dotted Wide Line", per linear foot.
"Plastic Crosswalk Line", per linear foot.
"Plastic Stop Line", per linear foot.
"Plastic Traffic Arrow", per each.
"Plastic Shared Lane Marking", per each.
The unit contract price for the above, including all incidental work, and shall be full
compensation for the costs of all labor, tools, equipment, and materials necessary or
incidental to removing all types of markings and disposing of offsite.
The unit contract price for the above shall include removal and disposal of existing
pavement marking materials.
City of Federal Way
2018 Asphalt Overlay Project Page SP -93
RFB # 18-001
2018
8-23 TEMPORARY PAVEMENT MARKINGS
Section 8-23 is supplemented with the following:
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.
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 in 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 2 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 and RPMs for temporary
pavement markings shall be paid under "Paint Line" and "Raised Pavement Marker Type 2".
Temporary pavement marking shall be per Section 5-04.3(17) of these Special Provisions.
8-30 CONSTRUCTION IDENTIFICATION SIGNS
(******)
Two (2) working days prior to the commencement of work, the Contractor shall furnish and
erect two (2) Construction Identification Signs. The signs will be portable and placed at
locations determined by the Engineer, to correspond to the areas in which the majority of work
is being done, at that time. The signs shall be made from 3/4 -inch exterior grade plywood and
conform to the Standard Plans in Appendix A. The signs shall be erected on suitable wooden
posts and be maintained by the Contractor in a neat and presentable condition throughout the
progress of the work. At project completion these signs shall be given to the Owner.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -94 2018
8-30.2 Payment
All costs in connection with the furnishing, erection, maintaining, and removal of the signs shall
be considered incidental to and included in the cost for the project and no separate payment
shall be made for this item.
END OF DIVISION 8
City of Federal Way
2018 Asphalt Overlay Project Page SP -95
RFB # 18-001
2018
DIVISION 9
MATERIALS
9-03 AGGREGATES
9-03.8(3)B Gradation -Recycled Asphalt Pavement and Mineral Aggregate
Delete the reference to Section 9-03.8(6) in the paragraph of Section 9-03.8(3)B.
9-03.8(6) HMA Proportion of Materials
Add the following paragraph:
For the determination of a Project Mix Design, the Contractor shall submit to the Engineer's
representative samples of the various aggregates to be used along with the gradation data
showing stockpile averages and variation of the aggregate produced along with proposed
combining ratios and average gradation of the completed mix. The initial asphalt content
shall be determined by the Engineer from the aggregates and data provided.
SECTION 9-28, SIGNING MATERIALS AND FABRICATION
9-28.1 General
Section 9-21.2(1) is modified as follows:
Paragraph three is deleted and replaced with the following:
(January 8, 2013 ******)
All regulatory (R series), school (S series), and warning (W and X series) signs, except for
parking regulation, parking prohibition signing and signs of fluorescent yellow color shall be
constructed with Type III Glass Bead Retroreflective Element Material sheeting in
accordance with Section 9-28.12 of the Standard Specifications. This sheeting has a retro
reflection rating of 250 candelas/foot candle/square foot for white -silver sheeting with a
divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This high
intensity sheeting shall be Type III sheeting or greater. All street name (D-3) sign sheeting
shall meet this specification. The reflectivity standard of supplemental plaques shall match
that of the primary sign.
All overhead signing, all regulatory (R series) of fluorescent yellow color and all school (S
series) of florescent yellow color shall meet the specifications of Type IX Micro Prismatic
Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the
Standard Specifications. This standard applies to all signs mounted above the roadway, on
span wire or signal mast arms and all regulatory (R series) and school (S series) signs of
fluorescent yellow color. The reflectivity standard of supplemental plaques shall match that of
the primary sign.
Motorist information and parking signing shall be constructed with Type I Glass Bead
Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -96 2018
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Specifications. The reflectivity standard of supplemental plaques shall match that of the primary
sign.
9-28.2 Manufacturer's Identification and Date
Section 9-28.2 is deleted and replaced with the following:
(October 23, 2014 ******)
All signs shall show the manufacturer's name and date of manufacture on the back.
9-28.8 Sheet Aluminum Signs
Section 9-28.8 table is deleted and replaced with the following:
(January 8, 2013 ******)
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:
(January 8, 2013 ******)
All permanent signs shall be constructed from aluminum sign blanks unless otherwise
approved by the Engineer. Sign -blank minimum thicknesses, based on maximum
dimensions, shall be as follows:
All D-3 street -name signs shall be constructed with 0.100 -inch -thick blanks. The Contractor
shall install permanent signs which meet or exceed the minimum reflectivity standards. All
sign face sheeting shall be applied to sign blanks with pressure sensitive adhesives.
9-28.9 Fiberglass Reinforced Plastic Signs
Section 9-28.9 is deleted in its entirety.
(December 18, 2009 ******)
9-28.14 Sign Support Structures
Section 9-28.14 is supplemented with the following:
(December 18, 2009 ******)
Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be
timber sign posts.
City of Federal Way
2018 Asphalt Overlay Project Page SP -97
RFB # 18-001
2018
9-28.14(1) Timber Sign Posts
Section 9-28.14(1) is supplemented with the following:
(December 18, 2009 ******)
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 ******)
Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be
timber sign posts.
Approved Manufacturers for Steel Sign Supports
The Standard Plans lists several steel sign support types. These supports are patented
devices and many are sole -source. All of the sign support types listed below are acceptable
when shown in the plans.
Steel Sign Support Type
Type TP -A & TP -B
Type PL, PL -T & PL -U
Type AS
Type AP
Type ST 1, ST 2, ST 3, & ST 4
Type SB -1, SB -2, & SB -3
Manufacturer
Transpo Industries, Inc.
Northwest Pipe Co.
Transpo Industries, Inc.
Transpo Industries, Inc.
Ultimate Highway Products,
Allied Tube & Conduit, Inc.,
Northwest Pipe, Inc.
Ultimate Highway Products, Xcessories
Squared Development and Manufacturing
Incorporated„
Northwest Pipe, Inc.
SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL
9-29.1 Conduit, Innerduct, and Outerduct
Section 9-29.1 is supplemented with the following:
(June 5, 2000 WSDOT NWR)
Conduit Coatings
Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the same
manner as conduit couplings. Electroplated fittings are not allowed.
Steel conduit entering concrete shall be wrapped in 2 -inch -wide pipe wrap tape with a
minimum 1 -inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape
shall be installed per the manufacturer's recommendations.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -98 2018
(October 23, 2014 ******)
Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing
all of the conduit, all required fittings, termination and other installation accessories; all in
accordance with the Contract Documents.
9-29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings
Section 9-29.1(1) is supplemented with the following:
(August 10, 2009 WSDOT NWR)
Conduit Sealing
Mechanical plugs for cabinet conduit sealing shall be one of the following:
1. Tyco Electronics - TDUX
2. Jackmoon — Triplex Duct Plugs
3. O -Z Gedney — Conduit Sealing Bushings
The mechanical plug shall withstand a minimum of 5 psi of pressure.
9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances
Section 9-29.1(2) is supplemented with the following:
(August 10, 2009 WSDOT NWR)
Conduit Coatings
Electroplated couplings are not allowed.
(March 4, 2009 WSDOT NWR))
Surface Mounting Conduit Attachment Components
Channel supports and all fastening hardware components shall be Type 304 stainless steel.
(March 15, 2012 ******)
9-29.2(5) Fiber Vaults New Section
Where fiber vaults are called for on the Drawings, the Contractor shall provide pre -cast
utility vaults meeting ASTM C 478 with twenty-eight (28) day 5500 psi minimum
compressive strength concrete and designed for H-20 loading unless otherwise indicated on
the Drawings.
The fiber vaults are to be provided with a racking hardware package for cable storage and
mounting of the splice case. The vault cover shall have a bolt -down, non-skid surface and a
ground strap.
Fiber vaults shall contain a splice enclosure.
Fiber Optic Splice Closure shall be a Coyote Closure manufactured by Preformed Line
Products or equivalent, shall be suitable for both vault and aerial applications, and shall
meet the following requirements:
1. Be made of two injection -molded high-density thermoplastic shells, be 22 inches in
length and 6 inches in diameter, and have capacity to store up to four splice trays.
City of Federal Way
2018 Asphalt Overlay Project Page SP -99
RFB # 18-001
2018
2. Each splice case shall have two end plates; one end plate shall have no ports, the
other endplate shall consist of a three section end plate with six ports - two 3/4 -inch
ports and four 7/8 -inch ports. Each unused port shall have a grommet installed. The
end plates shall be durable glass -filled high-density thermoplastic shells.
3. The splice enclosure shall be suitable for outdoor applications with a temperature
range of -10°C to 60°C.
4. The splice enclosure shall provide sufficient space to allow entry of fiber optic cable
without exceeding the cable minimum bending radius.
5. The enclosure shall protect the splices from moisture and mechanical damage and
shall be resistant to corrosion.
6. The enclosure shall be waterproof, re -enterable and shall have a neoprene gasket
sealing system to prevent water from entering.
7. The enclosure shall permit selective splicing to allow one or more fibers to be cut
and spliced without disrupting other fibers.
8. The enclosure shall have strain relief for the cable to prevent accidental tension from
disturbing the splices.
9. Each splice tray will be able to store 36 splices securely. Each splice shall be
individually mounted and mechanically protected on the splice tray. Vinyl markers
shall be supplied to identify each fiber spliced within the enclosure.
9-29.3 Fiber Optic Cable, Electrical Conductors and Cable
Section 9-29.3 is supplemented with the following:
(December 13, 2012 ******)
Video cable from the camera (sensor) to the controller cabinet shall conform to the video
detection manufactures recommendations.
9-29.3(2)F Detector Loop Wire
Section 9-29.3(2)F is deleted and replaced with the following:
(October 5, 2009 WSDOT NWR)
Detector Loop Wire
Detector loop wire shall use 14 AWG stranded copper conductors, and shall conform to
IMSA Specification 51-7, with cross-linked polyethylene (XLPE) insulation encased in a
polyethylene outer jacket (PE tube).
9-29.3(2)H Three -Conductor Shielded Cable
Section 9-29.3(2)H is supplemented with the following:
(March 13, 2012 ******)
Lead-in cable back to the controller for pre-emtion units shall be 6TT detector 138 cable or
equivalent.
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -100 2018
(October 23, 2014 ******)
9-29.3(2)I Twisted Pair Communications Cable
Section 9-29.3(2)I is deleted in its entirety. See Section 8-20.3(8)A.
(May 31, 2012 ******)
Pole Foundations: Shall be as indicated on the plans.
Sign Poles, Bases, and Caps:
Sign poles shall be 4" — 8 NPT Schedule 40, galvanized steel meeting the following minimum
requirements:
Standard 4" Sch 40 ASTM A53 Grade B ERW
Tensile Strength, KSI 60
Yield Strength, KSI 35
Weight Per Foot 10.79 Ib.
Standard Wall Thickness 0.237"
Outside Diameter 4.5"
Threading and deburring of the Pedestal Pole shall be in accordance with the basic dimensions
of American National Standard Taper Pipe Threads, NPT (ANSI B1.2).
The pole shall be pre -galvanized or galvanized after fabrication meeting the requirements below:
1. Pre -Galvanized: Pipe shall have clean square saw cuts and free of burrs. After threading
threads shall be sprayed with a rust -protective zinc -rich coating. Galvanizing shall be a
minimum of 1.6 oz./ft.2.
2. Galvanized After Fabrication: Pipe shall have clean square saw cuts and free of burrs.
Pole shall be hot dipped galvanized to comply with ASTM A-123 with a minimum of 1.6
oz./ft2 after fabrication. Threads shall be heated and brushed to remove excess zinc.
3. MILL CERTIFICATION: Mill test reports to be maintained and supplied on request.
PACKAGING: Threaded end shall have protective cap to prevent thread damage. Cardboard
sleeve shall cover the entire length of shaft to protect surface finish during storage and
shipment.
Pole caps shall be Dome Type, aluminum, fitting a 4 1/2 -inch OD pole, with a stainless steel set
screw, sq hd, 1/4"-20 X 1/2 ".
The pole base shall be square aluminum pedestal base with aluminum door meeting the following
minimum requirements:
1. Square cast aluminum with natural finish, minimum weight of 21 lbs. with dimensions as
shown in the Figure below.
City of Federal Way
2018 Asphalt Overlay Project
RFB # 18-001
2018
2. Upper end shall be threaded to receive a 4" NPT pipe shaft. Base threads shall be
tapped to allow full pole engagement w/o exposed threads on the pole.
3. Shall be of such design that it may be fastened to a foundation with four (4) 3/4" anchor
bolts located 90 degrees apart on the bottom of the base.
4. There shall be slots in the bottom of the base 11/2" wide and 21/2" long measured along
the circumference of the bolt circle, allowing a proper fit even if the bolts are placed
slightly off center.
5. Shall accommodate bolt circles of a minimum of 12" through a maximum of 141/2" and
anchor bolts with a minimum of 5/8" through 1" diameter.
6. Shall be equipped with a removable aluminum door. Door opening shall be free of burrs
and sharp edges and be no less than 81/2" square. The door shall be attached to the
base using one stainless steel socket button head screw to prevent unauthorized entry.
7. Shall be fabricated free of voids, pits, dents, molding sand and excessive foundry
grinding marks. All design radii shall be smooth and intact. Exterior surface finish shall
be smooth and cosmetically acceptable by being free of molding fins, cracks and other
exterior blemishes.
8. Shall be fabricated from new aluminum ingot. No scrap materials shall be used.
Minimum requirements as follows:
a. Aluminum Alloy 319 Elongation (% in 2") 2
b. Tensile Strength, KSI 27 Brinell Hardness 70-100
c. Yield Strength,KSI 18
FRANGIBILITY: The base shall meet or exceed 1985 AASHTO breakaway requirements. Test
reports from an FHWA approved independent laboratory shall be provided certifying that the
base has been tested and meets all applicable requirements. In addition, a statement of
certification from the FHWA stating such tests have been accepted and approved shall be
supplied.
STRUCTURAL INTEGRITY: In order to prove structural soundness a certification from a
recognized independent structural laboratory shall be provided certifying that the base will
withstand a bending moment of 10,750 ft. lbs. Such test shall be performed in the following
manner:
1. A force shall be applied at a distance from the bottom of the base in order to produce a
moment. All bases must reach a moment capacity of 10,750 ft. lbs. without breaking,
cracking or rupturing in any manner.
2. After force has been removed, the lever arm shall return to within .250" of its original
rest position.
3. All tests shall be made using 4" schedule 40 Steel Pipe.
A reinforcing collar shall be installed at the top of the pole base in accordance with
manufacturers' instructions. The collar shall be a three segment assembly designed to retrofit
onto an existing square cast aluminum or iron pedestal base. The collar shall meet the following
minimum requirements:
City of Federal Way RFB # 18-001
2018 Asphalt Overlay Project Page SP -102 2018
MATERIAL: Reinforcing collar shall be three-piece cast aluminum with the minimum
requirements:
Aluminum Alloy 713
Tensile Strength, KSI 32
Yield Strength, KSI 22
Elongation (% in 2") 3
Brinell Hardness 70
Minimum Wall Thickness 5/8"
Minimum Overall Height 4-3/8"
INSTALLATION: The collar shall be clamped around the top of a pedestal base by the use of
two (2) 5/16" Socket Head Bolts per segment (Figure 1). Each segment shall have a 5/16" pilot
hole for drilling through base. A 5/16" x 3/4" Roll Pin shall be driven through the collar into the
base until flush to prevent the collar from walking up the base.
HARDWARE: (6) 5/16"-18 x 11/2" Socket Head Capscrews (3) 5/16" Dia. x 3/4" Roll Pins
FINISH: Collar Segment: Alodine 1200
FASTENERS: Zinc w/ Yellow Di -Chromate
In addition to meeting the above requirements, all poles, bases, collars, caps and related hardware
shall be fully interchangeable with the following items manufactured by Pelco Products, Inc.,
Edmond, Oklahoma, such that any individual component can be replaced without requiring
replacement of the entire system:
• Pedestal pole, Model No PB -5200
• Square Base Assembly, Model No PB -5334
• Pole Cap, Model No PB -5402
• Pole & Base Collar Assembly, Model No PB -5325
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.
City of Federal Way
2018 Asphalt Overlay Project Page SP -103
RFB # 18-001
2018
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
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 pacified 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.
City of Federal Way
2018 Asphalt Overlay Project Page SP -104 2018
RFB # 18-001
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 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.
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
2018 Asphalt Overlay Project Page SP -105
RFB # 18-001
2018
APPENDIX A
STANDARD PLANS AND DETAILS
O
0r
0 5
0 j
0w
a�
O
N
N N
1-•
• N
AVM3niao
ao
dWV8 88 no
I I
I I
I I
I I
I I
T
0 (V w I-
1) Z a' W x z
W < W W F O
Z O Z Vt 0 z CO 0 Z a w
CL j W W d 5
O Z Ow U Z J Df• < o 1 W O 0
O 0 2 Vf ce} 00 0U a
0 Cc 0 O W W W W
= �W�pw ,I-0 Dix 2- x
I x I x0(/) <WW OW 1
�oc� � U U3a OZ �w O
ao� atom of < I az
002< 90 NN Y IaIW W 'J COW 0
\< J M K F.. < m I- 2 j � m w
")x< Q. .10o zW Mx 0
w I- 1- W0
UOo CL
W0 C0w<e VIp� �2 0W J
<O J
Z W Z x V) O Y O b 2 1 <
I- _J V) F- I- a < co U w O N J V)
V) W V1 V1 Z ate' N W 7c t = 0 Z W Q M
0w? uWzo Nw~ ?- Ow 2< •
�
U0I- U xi_ I-< UU I-
I -
,.._
J< z J 0 <~ I- V t Z 2 O
5a0 oa0, viz z< Da x
,W� 7WW z00W.) 0W WY z
CO 0 J 0m0m ' 0 viol oma 0...
Qxo Z<x< Z OO V1 <zO S- Orn
aV)Z aV)�O mow- M 1-2 CL V/ N0
x Zx
W<< W a J v . Q I- J J Z V) w a W < 2
W W� 2W3�� Xv3a Ow¢ <wa w<
< W W W W- H < W
I -
a0 <0Jw ,..0 OW
gx <o
2 • � 20. c41 I (11 0 ')V1 N v 2 w ..6 2‹ 60
7. MONOLITHIC POURS OF CURB AND SIDEWALK ARE NOT ALLOWED.
CC
1-
1-
0
O
0
Qo
r m0I
v Z M
CC
W UV10
La 3
aW Y
x� W�
>- ~- a(jJ
- 0W <-) Q
2a Oww
tr) 000
Z wW
W - Ow
030
e at
a n1-
O
co
m
1-
2
0
oz
Z Y a
• <1,2
I W 0
1VI
▪ ZOz La
Owa0
1 W m 2
-1�
▪ mwU Nw
1 /4" 'V' -GROOVE
x
O
Z
Q
z
O
ONS
Z 0 W
V) <O
Z
aCW
w U V)
BROOMED FINISH
I,J CX
WI
Z0
z<
wm
w0
U U
x
0
ZY
Q
2Q
O � M
2 OZZ W
Na0
ZmCLIXLUZ
X
U W
REV FEB 2017
1 /4" 'V'-GROO
V)
1—
Z
N� Z
CO
I.L LL
V
Z
Q LLI
J CO
Z
W Q
U)
O
▪ Z
3t
4
N U ,
O 0 N
O
2 0
ce
00
ce
Z W
Ua-
O
O•�
tsJJ-
AVM 0313AVMl 3O 3003
NCRETE CURBS
F—
z
I 1
l—
z
z
0
O W
' W
z
O
U
20
* NOTE: TOP OF LIP AT DRIVEWAYS.
NEW CEMENT CONCRETE CURB & GUTTER
TYPE 'C' BLOCK TRAFFIC CURB
NOTES:
1. SEE DWG. 3-3 FOR JOINT REOUIREMENTS.
2. ROLL GUTTER TO MATCH POSITIVE SUPERELEVATION.
3. TO BE USED ONLY AS APPROVED BY THE PUBLIC WORKS DEPT.
NT CONCRETE BARRIER CUR
W
REV: FEB 2011
io
i
3
cc
* TOP OF LIP AT DRIVEWAYS
1
IN PRIVATE PARKING AREAS
CEMENT CONCRETE CURB & GUTTER REPLACEMENT I
APRIL 2012
U
CO
0
a_3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
v
3
0
0
k
en
»
k
OUTSIDE RADIUS BLOCK
INSIDE RADIUS BLOCK
▪ rg
■
0\
0�
IMO
& ■
STANDARD PLAN F-10.62-02
SHEET 2 OF 2 SHEETS
ISOMETRIC VIEWS
CURB RADIUS TABLE
§0
■
6
b,§
k
k
°
to-
k
,
k
,
k-
,
®
"
k-
;
m
USE TANGENT BLOCK SEE SHEET 1 I
§•
w-
—>
-
z-
b
k
k
k
k§)
k
k
$-
§
"
k
,
!
,
f
,
-k
k
|9
°2
a
2
-
4,
f-
,
11' TO 13'
\
18' TO 17'...-
18' TO 22'
%
I35' TO 48'
(
%
SHS TIIB :AB p %y Ia
D.
0
INSIDE CORNER BLOCK
J
o
0
9 z
zt
>
a.
0
OUTSIDE CORNER BLOCK
IW (IN) RADIUS BLOCK
INSIDE COR
OUTSIDE CORNER BLOCK
SHEET 1 OF 2 SHEETS
ISOMETRIC VIEWS
0
r
>
a.0
0
30" RADIUS BLOCK
18" RADIUS BLOCK
RIGHT-OF-WAY LINE
TING STRIP, IF ANY.
SEE CURB DETAIL DRAWING 3-4
2
0
S
1
3
O F
z
U w
• O2
O 1- Q
▪ N
} V O 1.-
,o
2 U W
IL y W !Y
Q Q
J Q (/ m Q
J
cc - J
Z O Q Q Y M 2 OD
&wSW Z J/�O
WWO tri
W a N Q W N
3 13 Z�'tn= 0 vv
- a
3 cca
w W a W O ¢ O
1 Z „› ""i yO
OZ I= -OW Q�
J W U W QWa s
K=0,_p OU
VHN
Q W W
o~ M
O mo
W Z W W
Z - O
Q O Z< Z OU 0
0
U tr Q U O
2¢ 2¢ w 2 2
OWQOX W WW
U CO u-10 W Vt U U
OR GREATER.
h
CEMENT CONCRETE DRIVEWAY 8" THICK•
•,
EXPANSION JOINT
FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS
• BASED ON TYPE OF EXPECTED VEHICLE USE
SECTION A -A
REV. FEBRUARY 2014
IGHT-OF-WAY LINE
0
0
3
0_i
TING STRIP, IF ANY
SEE CURB DETAIL DRAWING 3-4
3e
0
w
La >
LJ CC 6 0
Z , Q UJ <
wW wtn 11
m
j >-I-- w
a a>z
¢L 0
,f)��a
>
O O <
Z a� �wI
} Q 1a- Q F -J O
0 2War7
Li r0 > O 2 d
F- J W to t''1
cc U - O 0� to
0 m< 32c
Z W N 2 a. } 0>
La t? 0 3 < o
IS VI } 0 > >- J N
w0_ 3< 0w fri
~ >Ct Jt0NO
Crw o� 000p3
O to ~L�z I
3 a 0W ° ¢\2
WI La
W O J
Z _, Z Z H a 0
CC U NO i0CL1-
0 \ w Z Q Z w
W X M W Q W 5
2° ,--,o W O O
U w U I_
1- 0 �0 z 0OJz
D� Q U 0 U <,
3vlw
V¢)0 o N
z
7
N
0
-J
U
0
z
MW
o Ia-
N
zM
F U
3W
00
W W
Q 0
U
0w
r
w to
0 W
J W
J Z
2
�2
0
w�
-J
Z W
0
Q
0
W X
00
a
2O
0^
�z
2
Q 1-
DETAIL DRAWING 3-4
0�
W
U
7z
Z I-
oz
w�
M
<
(110
1-
Lr)
01-
0
3
ll
CL 0
QO
)-
CO <
C 3 N
ULa
O U
SEC. 3.2.13 AND
ww
WI La
U U
Z
O O
zz
ww
w �2
W W
to U U
OR GREATER.
u)
to
DRIVEWAY WIDTH
FULL DEPTH EXPANSION
DRIVEWAY GRADE
z
w
U
2
Q
U
2 2
O
SEE SECTION 3.2.13
a
0
N
Laa
1-
2
0
1-
0
0
0
Z
N
Q
}
ce
Lr)
a
5
CC I-
O w
M
111
Ct
w0
0 CC0
ui l0 N cO
SECTION A -A
REV. FEBRUARY 2014
U N
J Y
m
O
a3
S3I VA
ek
11
1
_
0-
2 2
Z Nt ¢
¢ U Z O
J w
CO Z < Q' Z
V OLI U 0 V)0
O (._<
1 O < 0
N 0
6 - Kw O ww-
5� v ad.*.e- Nz
Z �� Q0 N ZZ
¢z O �� �_ aW 00
< i� w� =2 3 Y zo
o� ma �o w ow
o Jm a0 0 Om
3 J< w. Z w O
a Z <� W Z O r -U
< O N Y< 0 ; O
J a' < w
N Na FON U I- w
o w4 w < < ZOW4.1
Z
go
wz Z O �UN
D
ZerW a w Luce' -.-
zee
COLa 2 < Zw
O
<< W J
Z J a N 003
U J r Y a U
ui
U W
mz vi0 4.1=icr
(n"7 N Z_(0
I -a 0� =1a
U� U= 00 0 3NO
C
2
cn
z
0
1—
U
0
5j
W
cc
U
S3I VA
ek
11
1
_
0-
2 2
Z Nt ¢
¢ U Z O
J w
CO Z < Q' Z
V OLI U 0 V)0
O (._<
1 O < 0
N 0
6 - Kw O ww-
5� v ad.*.e- Nz
Z �� Q0 N ZZ
¢z O �� �_ aW 00
< i� w� =2 3 Y zo
o� ma �o w ow
o Jm a0 0 Om
3 J< w. Z w O
a Z <� W Z O r -U
< O N Y< 0 ; O
J a' < w
N Na FON U I- w
o w4 w < < ZOW4.1
Z
go
wz Z O �UN
D
ZerW a w Luce' -.-
zee
COLa 2 < Zw
O
<< W J
Z J a N 003
U J r Y a U
ui
U W
mz vi0 4.1=icr
(n"7 N Z_(0
I -a 0� =1a
U� U= 00 0 3NO
C
2
cn
z
0
1—
U
0
5j
W
cc
U
z
i
0
O
O
v
8i
N
O
0
d
U
W
LL
0
zcc
O
�
W
Din
N in
SCe
CURB AND GUTTER
NIVM S021O
Q7-6 4111111111:4111: ik!
Q
h
li
a
02
lkik.
Z
OCO
LOCO
CC 0
lPiri
OZHma~Zm
Wi❑dUo
uj
11
o
W
W1-
Zy
a
SIDEWALI
y
ISOMETRIC VIEW
w
1-
0
z
w
wz cew
a 5-F_ 3 w
wz 0 ww
>0 w?W0 Lu 0
U0 OaOw
ar
w� ?0wZ
Z
w
Q=. >�Dm
OCCO
CO H LU 1-
rI-O72w
W
00 01-zI-w
mZO co wiz U)
0cep ZwW01
H w Z Z- Z Z-1
Zig mwo .0
-)u)0 �wZ<
uioa nxw2m
Zz2 -0 0
Q 0
oQ-w 2WLL=_q
QQS mJWI--m
J d'F- mam 0 m
HMO :�5z}:
UW O
z0CC wWOOaw
SIgIIJa=
I- I- u) Q I-
z-
ZL
a < ❑
M
< ,00 V)
L'
Z
<4v
> J Q wLL
Z J I_ K
�a N
o
a a
W
O a
N
a
00
Occ
EXPANSION JOINT
ww¢
WOW
W
z
003
cc
W
00
woe
OU
REV. JAN 2013
. 0
�—
p• M
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TRUNCATED DOMES
rZ
Zd
Ncc
See
Sm
<7
R' U
3
0
Jl
X C
o=0
NVHLO1M�
MlVM3O15
s
}
z www
N 5t— O
mz
So w
w>o c,zvia
86 inLJ0
�a ZUNC�
w< J�QZW
�f 6 um QOWZm
= NaN�a
N~ WO WW
w
W
o
0
xO O0.r�FN
1 O ,p0 U4z�<
< 1-u < Zz�,W WIJi
0 -
ZZ ZOZJV,
o Q
v -,N0 .LJ0
w O I X Z 2 m
--2 OWW Xi --3
Q
~Z2 <0 O2
<<mCc 2=>_; t -N
ofem ,w0
wQ-0 CZw1-
QQW d'JWSW
=W ,
CLM mam
wt._ WMzz
/-20 7<-Z7
ZOr Ucawa JU
M ww0 a w
w 0LX< ��Nxxmax
000 a�
sg z — N
g 03
'a
EXPANSION JOINT
W
=3
8
Z
5
W
V
0
LL
UV)
CD CX
J Y
a3
000000
00000000
00000000
00000000
00000000
00000000
00000000
00000000
00000000
00000000
00000000
00000000
00000000
00000000
00000000
00000000
d
zA-
M
0
m
ce
m
0
J
Q
0
1—
cc
w
>
Z
CURB RAMP
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3" Shit
(TYp•I
Si
PI
C
Cement Conc.
Barrier Curb
See Detail A, below
(TyP.)
•
(TYp•)
Cement Conc.
Barrier Curb
•
0.35' ±
Saw cut 'Match Line'
(TYp•)
Sidewalk
Planter
b/Gutter
Dummy Joint
DETECTABLE WARNING
PATTERN (SEE DETAIL)
R = 1"
NOTE: CONCRETE
BARRRIER CURB TO BE
ONLY USED IN RAMPS
NOTED IN PLANS AS
TYPE 2. TYPE 1 RAMPS
ARE IDENTICAL TO
TYPE 2 , EXCEPT THEY
DO NOT INCLUDE THE
BARRIER CURB.
Top of Curb Flush
with Outside Edge
of Sidewalk
.-51/2"
R= 1/2"
16'
7 3/4"
Detail A -
Concrete
Barrier Curb
PUBLIC WORKS
'�°'Way DEPARTMENT
Fecier��1
CUR3RAMP WITH SIDEWALK AND PLANTER
DWG. NO.
,.,
..�...�
ler
\
.,
'
%.-11'''
kej��'
�p4,�
dewalk
12:1 t
O
N
12:1
4`iP;
ante •e.4;L`
00000000000000000000000000
0000000o000000000000000o000000
2
'
urb/Gutter
Cu
Dummy Jointt
Center of
Wheel Chair Ramp
as Marked in Field.g
DETECTABLE WARNING
PATTERN (SEE DETAIL)
Min.
\
OS' kAriv
Cement Conc.
Barrier Curb
•
0.35' ±
Saw cut 'Match Line'
(TYp•)
Sidewalk
Planter
b/Gutter
Dummy Joint
DETECTABLE WARNING
PATTERN (SEE DETAIL)
R = 1"
NOTE: CONCRETE
BARRRIER CURB TO BE
ONLY USED IN RAMPS
NOTED IN PLANS AS
TYPE 2. TYPE 1 RAMPS
ARE IDENTICAL TO
TYPE 2 , EXCEPT THEY
DO NOT INCLUDE THE
BARRIER CURB.
Top of Curb Flush
with Outside Edge
of Sidewalk
.-51/2"
R= 1/2"
16'
7 3/4"
Detail A -
Concrete
Barrier Curb
PUBLIC WORKS
'�°'Way DEPARTMENT
Fecier��1
CUR3RAMP WITH SIDEWALK AND PLANTER
DWG. NO.
Cement Conc.
Barrier Curb
See Detail A, below
3" Shiner
(TYp.)
(TYP.)
6'
(TYp )
6' Ram--
(TYp•)
- 4"
"Western Groove" (TYp•)
Sidewalk
Curb/Gutter
12:1
Center of
Wheel Chair Ramp
as Marked in Field.
N
)4
00000000000000000
00000000000000000
00000000000000000
00000000000000000
12:1
2'
18' Min.
Saw cut 'Match Line'
(TYp•)
Sidewalk
Curb/Gutter
Distance will vary
Dummy Joint (TYp.)
DETECTABLE WARNING
PATTERN (SEE DETAIL)
Cement Conc.
Barrier Curb
25' Max.
0.35' ±
DETECTABLE WARNING
PATTERN (SEE DETAIL)
R = 1"
NOTE: CONCRETE
BARRRIER CURB TO BE
ONLY USED IN RAMPS
NOTED IN PLANS AS
TYPE 2. TYPE 1 RAMPS
ARE IDENTICAL TO
TYPE 2 , EXCEPT THEY
DO NOT INCLUDE THE
BARRIER CURB.
Top of Curb Flush
with Outside Edge
of Sidewalk
F-5 1 /2"
Detail A -
Concrete
Barrier Curb
���� PUBLIC WORKS
Federap DEPARTMENT
CU3 ANS WITH SIDEWALK
C
\o Planter)
DWG. NO.
13
m w
ra13 m3 m
m❑�lu
1- E 3 c a v
.e U t d 't fn OI
V m U l m
m
O.�L,m tri❑
.0 M-.°"
0 o
m D N
m Dm O a U
rJE m O C C
o
8z2m8c o.
nmmy �m
a W ❑ £ -
-13 ° m °
m W 03 W 5
�nmQ❑13 m
aDw m
13
c0a-7E
�� CAC O`er m
7❑ W W 13 m
O) m , c
c15Np2 m 1388
cot C o Q3a
cm
.08...00o8 ; .
W m 0
g;
m•r° _o om
o_ v m
1-z>3m1,n r.
t`!
The rows of truncated domes shall be aligned to be parallel to the direction of travel.
See Standard Plans for sidewalk and curb ramp details
th O 4 )0 n W
f
N
Q
m
0
0
a
w�
m
U
0
W
W
6
Z
f
0
t.)
W
a --
WIDTH OF CUT -
2
t7
0
O
1-
1-
2 Z
-J
11))
0(441
z -,w
Zao
O
W W
WOW
a y
m �
H7
U m
W
a
Z
wi-
O W :Ai
mo
1
OERN g
gm
NV358 c
NI
30V2RJ
O
i
5
O
1130011 N2134 :) 9 NMV210
2
m
0
U w
tCO
J Z
mW
U
0
z
w
a
z
a
o a
g3
SHARED -USE PATH CONNECTION
PLACEMENT GUIDELINES
PEDESTRIAN RAILROAD CROSSING
V=
LL
Ow a7
um °
iZz
U
O N
XV389
30V210
R
0
U
2
60
ON
11
0
LLA
_ di'
e:F
a>>7
FLL
:friget
zrc
0O
0,2
XwW WY 1411
a.1
N
ZN K�
20
U�
z
w
U
U8
tw
W
2▪ '
P
O
U
wo
w0
Ua
0)
0
z
VT (IN) R. (TYP.)
t!
0
•
�N N0 CJ
Y F W W
o z`4
T.
y 0w
a) .2aY D7
`0G2N0 U gT
(00))0„,
0.2 a)uy><°m
at
ai
2. � a) 02'0 c
rip El 8 a- v
m
O _ C y C m m o o
d C d 0 N U Q ..6
�aa—oo c
▪ m 5 a ,ENE co
c 3 c ��� ao m N
m 6
c v E a>
civo yU,TCEEf v
g O y N OIC y O.Q r
co
NO)C W a) ap 0GC N
;o E N c m c
)0' Wy r C C t `a
= 143°58;'
7'2 0Nd
.‘,73o m tor°o�§Ega
a y d a y 0r1 007 0§ ;
00 mn m°))mcma� iU
� c c N .
31
ce
2 2
1
0
3
0
is
0)
5 W
Z
• }
a ~
0
wa
LL
ci
z
0
0
W
Ol
'';'\)\''
40\
F
.4\ J)
YR N
`z�
U
rC Z 200
o0• N
`q $ O
Q
U=
0,
N
ccL,
1130011 NL13. :AE NAAV210
W
>
a
0
VI
1.4
••
U
0
U
•
ta
III
III
III
SSS
III
II
1
2" CRUSHED SURFACING TOP COURSE
PLANTER STRIP
N
>>
AS REQUIRED
x
z
H
W
O
w
1-
>
W
O
1-
O
Z
J
-J
N
Lo=
O 0
d Z
.....CD
CD
x 1- O \
0 N ..\
00 0
o Ow d
0 � Z 1 1--
z J 0
3c 4 -Zr ceLj
O
J W
W m
N N xl ° 0 v o M
0
in t cn
La! O - c
W M O0>
ap
V
'01
o
`/ z
z_ d d
z (1' J
0 .. O
0 M = d
NY �n N
O ct
Z
d M
d m Y W
I- LSA J W Z
Z 0/X d = O
0 0
W U J
Nd
O Z
Ce O w W O
w�Q t,i 3<
C
c
SPEC. 8-14.
CONCRETE SHALL
1-
o .
Z N M 4
REV. MAR 2011
z
0
U
w
-J
w
Cn
crl
x
w
x
TYPE 1 BARRICADE
CY
00 } (
ƒ\k /
CC
CC
STRIPE NOTES:
MIDDLE AT END
SEE MUTCD SEC. 6F.60.
}
?
2
ce
\�
TYPE II BARRICADE
INFORMATIONAL SIGN
2
BARRICADE NOTES:
POST OR
SKIDS
ESSENTIALLY
PERMANENT
LIGHT "A"
FRAME
PORTABLE
8" MIN.
12" MAX.
DEMOUNTABLE
OR HEAVY A"
ESSENTIALLY
MOVABLE
WIDTH OF RAIL
LENGTH OF RAIL
HEIGHT
0
._
co
W
U_
ce
ceco
�
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
GENERAL NOTES:
< a 2 //
a S
ƒSI- < 0 e ~S
ƒ 2 < < +
_J�\6 g 23 ®3 ƒ/
E/<\ 0 /7 Oo z<
/eƒC g 2e 0
�iii 0/<i<®®atLi/V
/ 0_
1-
zLu
<< D» D<
/// / 0S ƒ� y2
Sx«T / 2 Cr 2
2/ƒg 26 ƒ\ /2 ƒ�uJ
/\m? // a/ /LU 0ƒ/
+ 2- 2 G_
e0\/ < < cnc u w
<UJCC 1 06 V >0 ge
s<G 2±
Li/ ± »\ / y9 \ƒ_
DQƒƒ -0 2® G® gib
/%%0 �/ q ®� %0Q
g4» /< /I \y I22
_J -j 4/ <0 +% *JJ
4 e y9
&q/R &b A# &< y(n/
SPECIFIC NOTES:
IF MMA IS USED, MMA SHALL BE PROFILED.
0 z
C. ƒ
sc/ D0j
UG< Uƒ
0 CC
<
I- 0 F -
G/6 GeLi-
a_
\\O /4c
/�- /--
//w /��
f / 3 uJ
a@ a@
>g/ g/
/\F- /\�
/@q a
g/ƒ 2Dƒ
3 0 e 0
ƒqg /qg
g2 492
3y 2y
6 &±f y±/
6
Z
0
/
MONO -DIRECTIONAL RPM TYPE 2
BI - DIRECTIONAL RPM TYPE 2
Rev. NOV 2014
HP CENTER LINE (SCL)
10'I _ 15' I _ 15'
TYPE 2YY RPM \_4" YELLOW LINE (TYP)
SEE NOTE 6
OUBLE YELLOW CENTER LINE (DYCL)
_---- Ani
4" YELLOW LINE
r" --SEE NOTE 6
TYPE 2YY RPM (TYP)--J
WHITE EDGE LINE (WEL)
---4" WHITE LINE
I STYPE 2Y RPM (TYP) )
SEE NOTE 7
DIRECTION OF TRAFFIC
)OTTED EXTENSION LINE (WDEL, YDEL)
1
2' 1~ \\___4" LINE, YELLOW OR WHITE PER
PLANS. SEE NOTE 6
\
\/
0
2N.
0
�
1
NO PASS LINE (NPL)
I_ 10' I 15' I 15'
? )4„
TYPE 2YY RPM 4 YELLOW LINE
V SEE NOTE 6
TYPE 2Y RPM "
DIRECTION PASSING IS PROHIBITED
REVERSIBLE LANE LINE 4" YELLOW LINE
10, 15' I_ 15' 1 /SEE NOTE 6
14„
<I> I 1}
TYPE 2YY RPMS-/
TWO-WAY LEFT TURN LINE (TWLTL)
'i 15' 15
f
TYPE 2YY RPMS 4" YELLOW LINE
SEE NOTE 6
DIRECTION OF THRU TRAFFIC
BARRIER LINE (BL)
20' 20" YELLOW LINE
7 -SEE NOTE 6
TYPE 2YY RPMS 1
REV. NOV 2014
WIDE LINE (WL)
1 - 20' 1 8" WHITE LINE
/--SEE NOTE 6
`STYPE 2W RPM
SEE NOTE 8 (3-17) DIRECTION OF THRU TRAFFIC
DOTTED WIDE LINE (DWL)
1 24' 1
1-6111
--' 2''--• '...N\_8" WHITE LINE 11
TYPE 2W RPM SEE NOTE 2
SEE NOTE 8 DIRECTION OF TRAFFIC
LANE LINE (LL)
Ill 15'1 15
TYPE 2W RPM \4" WHITE LINE (TYP)
SEE NOTE 8 SEE NOTE 6
DIRECTION OF TRAFFIC
0
W
Q
c
DIRECTION OF T
111
WHITE LINE
SEE NOTE 6
W�
Q N
J
�� W
�
(-NI O
W
d. W
a_
0
>- W
4,
O
z co
•M
re
W
cc
1-
2 2
W
a
w
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
0
zcp
M
CI
ce
W
ce
a
5
F -
z
W
5
W
Q
0-
0 D
W
Q
ce
GENERAL NOTE
See Standard Plan M-20.10 for pattern and color requirements.
W
or IL J
Z
i Q x m
z J W 3 ,,
J
re m z W x b
Z O W J x
Z W j3Z
.T
J
x g Z 0J 3 w? FJxtg0
�o
zf W N =W W
E
z ILI 2 W
0uW J J wWW 1)
0 i WW JJJ• <' nK• o.On0O
40300-0Q
Z 0 W 3 0 m
O
°
)
)
)
M
PERSPECTIVE VIEW
STANDARD PLAN M-20.20-02
SHEET 1 OF 1 SHEET
1
3
W
re
Z
w
Z
U
Z
K
LI. a � + ,
x m
3 w v u
waif
Z 3 W
wus 2
02
Z J w
s
w wzww
Z J J
a
N W O
41
6UJ COw
W
ZIY 3
o
U_
1-
N
aZ
0
J ¢
OT. m
a
DOTTED EXTENSION LINE
W
Z
J
C
H
Z W
w Z
U J
Z Z
• J
- LU
W
U.
• m
J o =
J
w 6 W
W• 5w 0 Z W
ZJ z O
J,ezz0
gIN
°ew Z.11
Z J J ww
U
K W N J Z
zQ m W
W O W O O
U Z a 0 W
O
1/1
Z
J
W
Z
J
W
W
Z
0J
0w
tu q
Z W r
J Z 0
w J J
zK O
5 w
Z ^0
• lu
mUz
Le -1J
W O Q
K 0 w
W
z
re
W
W z
w
J 0
6 j
- F
oft F
W W
w Z w
z J Y
J N Q
I-
2 Q
Z o O
W
U Z
i13HW131 4 A8103 :A9 NMV 10
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
pp W
c V . o cc
_m O_ m m 0 m
t'C V S O W L m m T
.2%vc 't: ' - - t
N
22"°' D_POI J Y C m o
m m O m
221.
N m m }
yy n a� m
> cE c5 Loi .k r c
m. m 7 O
qq�� ao W� m J ; g E e m
SBarc $fQ cm 0c a
m.- ~ w O
m t5 W =
G
r O m z g� O !-501g. m m
�m'O�a mor m�.1m .4
tZo—=c ccoz E a av$
ram� 2S Q a�
-57-1,9,.2
3 mw A T a=._
t8f 8t
niti aoIV;Em mTWW mmT.�3m-M pmZi apq
cg om mm o
hzmvs.-. i -606O z5ES H°m o
z
O
z
N
0
LL
4LL
z
5
d
TYPE 2 RPM RAISED FACE COLORS
NMITE - ONE SIDE ONLY
YELLOW - ONE SIDE ONLY
A
uJ
213H3131A A9103 •Ae NMVHO
MULTILANE ONE-WAY TRAFFIC
SHEET 1 OF 2 SHEETS
i
a3N0.131d Aeioo Ae NMvaa
e
SHEET 2 OF 2 SHEETS
o O
re
t
W <
Z W
Y
0
k
z
YAMS )laves :A9 NMVMG
z
z
z
KEY NOTES
STANDARD PLAN M-9.50-02
SHEET 1 OF 1 SHEET
GENERAL NOTE
2' (ft) x 6' (ft) White Bike Lane Arrow.
See Contract for location and material requirements.
Bike Rider Symbol.
e O O
J
0
m
2
>-
Z 0 z0
<
J Q
W
J
0
>-
0
m
Page 814 2009 Edition
Figure 9C-7. Bicycle Detector Pavement Marking
6 inches
5 inches
i
December 2009
a)
c
a)
c
0
J
\/
Q
w
0
W
0
F—
c/1
CROSSWALK
WSDOT STANDARD PLAN M-24.40
u.,
N
0
z
3SL, 3SR, 4S,
TRAFFIC ARROWS TYPE 1S,
YIELD LINE SYMBOL
PLAN M-9.50
HANDICAPPED PARKING STALL SYMBOL - SEE
BIKE LANE SYMBOL - SEE WSDOT STANDARD
Rev. NOV 2014
0
z
• N
M
z
2
1-
Z
W
2
W
a
0,
0
W
Z
J
J
W
U
0)
2
w
0
Z
/
•
/ \
z
O
0CIL
W
W
U W
cn z 0
z 0 <0, o U 0
-N w0; z JQ to 0
Im d' J F = W NQ w
Ja0 N N1- J IY
U J I- 4. V7 < H 0
w0 cnFZ
0-(11(/1m mm mm m
m Z Q W U 0 Ol Ol
Jm WOWQ 3•0-1� Ja J a0 Z
(n-Uct QD S it
O
U W 7 • N W N Z
V1r OW,Vf f > - r
2
0 QN z� U X Z CC I- W J
.= L. 71 �N>~ wa U cn w
U <00
Lilco oo�w '1'00� aM 0 w 0
UQ UL.UO] Q 0-0 U N U
csi
OY
ir7 O
a�
am
a
00
.91
2" MiN. NOTE 4
•
z
a
ce
rc
CO
.n
W~
- Z
WWc
G
U
Z Z
O0
w
F-
1-/-1
-J
.0
.L
•
21V9321 9 'ON • •
-- -
.L
4/
•
313213NO3 .3 'd
S
CRUSHED ROCK
n
ce
n
i
z
w
2
o}
J W
ww=
Zpp,
J
N
• Y
v3• 0 O
000
Q
JW�Q
3 CO r,
I
L a QMN
U W M Q
F-3QLai
O
EE O 0 w N
�1
>-• L1 Z' m
OZo {-
1X U O OLai
Lc_ W mO
LLa
La
aNJcr
cc
1-
Z
a•V/w=
Z W N -cn
V7
Q W W O W
r m
W N Z} 7 Z
Z0Z00
K • 2 N
O w Q O
aOZoa Ca
J W Q
• O
vi
Z O
N w < ( O O
m 5 p U d w
Q 0 Z w X
F- a ¢ 0 U
N w r Z x
w N Q w Q
Li
Nin _9-2
cr
\�
•
C) •
a
REV. APR 2012
ROADWAY SURVEY MONUMENT WITH CASE
1
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
0
2B
1A
1B
TO INTERMEDIATE LOOP
TO ADVANCE LOOP
N
(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
WAY C 1a� I
OWORKS
SIGNAL LOOP SCHEMATIC
DWG. NO.
3-44
c
O
U
7
t0
0
10
0
O
10
a
A
C
.43
N m
31323ONO31N314130
13011VHdSV d0 H1d30
-'NM .B/S Z
1fOMVS d0 H1d30
a❑y y r§
cc a
x0.^ �1vi
SU yyZW�
t,1%Q y
0
= O
O
313233N031N31133
HO 11VHdSV d0 H1d30
1X90..6 -'NM .B/S Z
1l3MVS d0 H1d30
6. See Standard Plan J-50.05 for
PVC CONDUIT SIZING TABLE
n
LOOP LEAD PAIRS
W
aft.'
5
az
re W u.0
m
j0
z
r
Ur Z
zw
0>
zt
d❑
13O
31SHON001N36130
HO 11VHdSV 40 H1d30
1X90. .0 - .8/S Z
1l3MVS d0 H1d30
W
z
0
U
0
Z
N m
1-0
wi
O
:W
LL
H11
om
0.
0xa
10
f N
UT CONDUIT PLACEMENT DETAIL
N
y
r
0
0
Z
O
U
z
a
V
5 5
a�
x
oZ
m
Z
0
F-
0
z
7
LOOP INSTALLATION NOTES
6. Install the wire in the loop slot as shown.
J G
C UQ r•
in
E n
» ,
W F3,„
Eta U !r0. Z
E
8a-2 0 Q S
aUm c o,aM zJ A.-
-0 u 8 dNAlt'ro
c hi ° `fid °�s 5h C O t
ma_O9 N Bo
E v rn kOQ��HZ �� V OO N
�'C ma 9y C.. mm 6 1 Q z
c._ m �= c _
_ccy -ow c•- m mE cc
mw_ vn =°o mL IV! = H
EE y D' 10
0 .+ .O N � C �� 00=m r
V m d J N m C 22.J;0 N« m V
N8Om�y0 ,t1
0 6_5p.gomn5 LmQmL=
-.-§g=. dC mamCO 2eOELCN
Q0N
CW
NON- O�7L
EZmy 2o c 00
9'05.= N—«CO0COECmcm ei
mg", 00
NCONU 6= L« 04 .1,,t_22127.
.s-) .-.m.i0
OmpV d- 0e-5.,,Am 5Nm 7N yvU O
il
vg`NEV .gnaOv38-2S"pyL ocUm Lmm o? mdin m.m-min
025;2 05 8coy—;>.-
55' p2—."z08-80' 0 W2 Qam°w �C
Hm«min3wmQ
DETAIL"B"
t 5 o
14
Fa -
w o
g p N ti
E'= a n W
'R °4 00
a5 0 LL
sr oz 0
17 aN
Z
co
z
0
O w
.4Z
z
0
0
z
2
0
STUBOUT CONDUIT PLACEMENT DETAILS
Q Q
0 0
Q
O
m
INSTALLATION
Sign
1. A maximum of 5 street name signs or pointers shall
be located on one post. Longer posts will normally be
needed for more than three signs to maintain 8 feet
clearance from the ground line. A 1/4 inch space
should be maintained between signs on the same
post.
2. Street name signs shall be located above pointers and
shall be installed parallel to the street which they name.
Avenue street name signs designating .north—south streets
should normally be on top. Wedges shall be utilized if
necessary to install signs other than 90 degrees to each
other.
3. Signs shall be attached perpendicular to the posts with
four duplex eight—penny galvanized nails or approved sign
mounting brackets.
4. Street name shall be on both sides of one sign.
5. See Drawing No. 3-51 for sign post details.
Rev. 3/2010
PUBLIC
FG-derd Way woRKS
STREET SIGN INSTALLATION
DWG. NO.
3-50
8—Penny Duplex nails
4" x 4" Post
NOTES:
30"
I h
l h
28"
Morking nail
same side as cleat
Cleat 28"x3"x2"
under sign
Direction of travel
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
5-1/27 HEAVY PETROLEUM SOLVENT PENTACHLOROPHENOL SOLUTION IN
ACCORDANCE WITH THE APPLICABLE REQUIREMENTS OF AASHTO
DESIGNATION M133, WITH A MINIMUM NET RETENTION OF THE DRY
SALT OF 1/2 POUND PER CUBIC FOOT OF WOOD.
4) POSTS SHALL BE 4"x 4", WITH A MINIMUM LENGTH OF 12 FEET.
LONGER POSTS MAY BE NEEDED TO MAINTAIN 8—FEET OF VERTICAL
CLEARANCE ABOVE WALKING AREAS. POSTS SHALL BE 14 FEET IF
TRAFFIC CONTROL SIGNS WILL BE INSTALLED ON THE SAME POST.
5) BACKFILL SHALL BE COMPACTED AT SEVERAL LAYERS TO MINIMIZE
SETTLING.
6) ALL POSTS SHALL BE 2—WAY PLUMB.
TOP OF CLEAT
CLEAT
POST
1"
t
(2) 0. 56" 0 NAIL HOLES
(PUNCHED OR DRILLED)
NTS
CLEATS —
1) ALL POSTS SHALL BE FITTED WITH AN ALUMINUM CLEAT AS SHOWN TO PREVENT SIGNPOST ROTATION AND/OR UNAUTHORIZED
POST REMOVAL.
2) CLEATS SHALL BE ALUMINUM ALLOY, 6061—T6, CHEMICALLY COATED IN ACCORDANCE WITH ASTM B449-67 CLASS 2.
3) CLEATS SHALL BE 30 INCHES LONG, 3 INCHES WIDE, THICKNESS OF 0.08, WITH A 2—INCH TURNOUT OF 90'. NAIL HOLES OF
0.156 INCHES DIAMETER SHALL BE PUNCHED OR DRILLED IN THE LOCATIONS AS SHOWN.
4) POSITION CLEAT TURN—OUT AWAY—FROM AND EVEN—WITH THE BOTTOM OF THE POST.
JULY 2014
Fed
Way
at U ay WORKS
SIGN POST
DWG. NO.
3-51
J
F
}w
p
co a
co 2
CC
Z 0
Qm
a>'
2U
O
rY
Quj
FW
w
Z w
zr^ x co
A 1 1 A A
m
0
p W
D 1_
CC re
I-
Xz
z
O
Up 0
II II II II
a
>-
0
cc
1-
NOTE: DIMENSIONS MAY VARY
a Z
O 0
Q-
0
U
D• Ct
CC I
z
O 00
m Z
0
a N
X W
F ❑
� C
}
a Z
LT
> O
ISLAND CONSTRUCTION DETAILS
OJ W
}
121
zm
<0
a0
Z
a
U
co
J
z EC 47
m H ' 0
EC Z
DW CA W CL
CL
0w z Q
Z Z a
CO CC
_J 0 S Q
Im. 0 ZZ fn
0<Wa «r-
co miN0' WFU
JUw
FW
a
m
UJ W
0CCO
w
CL
�a
QL
O
J
Z
0
w0
ma
O
00
co Cr
tL
I
Csia
rw
Wco
0
50' IF YIELD SYMBOLS USED
Y d
CO 0)
Oz
CC Y
Ucc
0
U
1-
CC
w
a
w
U
Z
1 r-
0
NOTE: ALL SIGNS SHALL BE FLOURESCENT
YELLOW -GREEN BACKGROUND EXCEPT R1 -5a
R1 -5a (36 x 48)
REV. JUL 2018
} C/)
(0I-
wo
Ua
W
Z
Q CC
CLp
g
1-O
F
z
-w
w
m
O M
z co
M
LI 2
LLLLI
IL a
z
av)
I-0
ce
w o
0
W Z
as
UY
Q'
m0
a3
2009 Edition
Figure 9C-8. Examples of Obstruction Pavement Markings
10 ft
Obstruction
1 ft
1
Page 815
Normal width solid yellow line
A - Obstruction within the path
L
4
W
f
Wide solid white line (see Section 3A.06)
Pier, abutment, grate, or other obstruction*
Direction of bicycle travel
B - Obstruction at edge of path or roadway
L = WS, where W is the offset in feet and S is bicycle approach speed in mph
* Provide an additional foot of offset for a raised obstruction and use the formula
L = (W+1) S for the taper length
Figure 9C-9. Shared Lane Marking
I--40 inches—H
December 2009 Sect. 9C.07
1
CC I -
Ow Z
Q W N M a'
M F- w
0 J Z N N
z a m a 7 ix La
CT NZ oOa w ~'W O a o
a t a Q O 2 J o N Z
w -V) �= 0aaJZw
N 2 W — W
Oa Nm�N
- J
0
W
02
U 2
v
EXISTING CB OR MANHOLE
W
0
(/)
0
0
z
0
0
W
()
N
Z
RAISED OR
�F
a
Xaa
Z '-
CO OXcr
0
J Q 1a-
=
0
Z
w a}
• Z
O CL
U=J
ZE
mzo
0 0 LL
-
y Z Z
Z O
H J Q
m(z
x W 0
W W J O
yI W 0 W
w 2 U H
2
0 0 0 w
Z U Z
REV: NOV 2011
J
W
W u j
w 3
W
( m
U
w
W o
J
za
1- 0
N
Cc z O
O =
w 0 I z
J a -
a.�a 'a
a 0v 3
O:� a
Z J W
a O= W W
o m a w�
▪ ow z L,
CT Yo p
O 00
W OJ _ - W
Q I- Ow U j
wm 3N N oa
• a
a o
- 3 O ¢ 3Z
Y 4.1-1
w O
00 UI�}c ¢ W
Ow or cv i - N
TO BE OMITTED IF COVER
a
z
REV MAR 2011
O
z r
U !/1
J Y
m�
O
a3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
11 1/16' FROM CENTER
C
r
air
N
w
0
Z
MATERIAL IS DUCTILE
120' AND 9 1/2" RADIUS.
DRILL THREE 1 INCH HOLES SPACED
SHALL BE OMITTED IF COVER
('i n a
SECTION A -A
REV MAR 2011
REV MAR 2011
cc
W
0
Z
0
0
—J
0
Z
0�/
LL
d
z M
v
W
w
0
0
0
Z
Y
0
0
J
CI
Z
n
0
Ce
Ce
0
U.
w
E
a
ce
u_
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
R9 -3A
11/94
8
* See appendix for standard symbol details
(MILLIMETERS)
A
'B -C
B
0
EF
GHJ
GH
LDIMENSIONS
450
9
16
88
138
159
191
38
38
600
9
16
113
188
213
263
50
50
750
13
19
144
231
266
328
63
63
DIMENSIONS (
NCHES)
A
B
C
DE
F
GH
J
18
3/8
5/8
3 1/2
5 112
6 3/8
7 5/8
1 1/2
1 1/2
24
3/8
5/8
41/2
71/2
81/2
10 1/2
2
2
30
1/2
3/4
5 3/4
9 1/4
10 5/8
13 1/8
2 112
2 1/2
COLORS
CIRCLE & DIAGONAL — RED (REFL)
SYMBOL & BORDER — BLACK (NON-REFL)
BACKGROUND — WHITE (REFL)
R9 -3B L/R
11197
B
c
USE
CROSOALK
A
R9 -3B R
* See appendix for standard arrow details
DIMENSIONS (MILLIMETERS)
A
8
CDE
EF
F
GH
450
300
9
56
75C
758
38
38
DIMENSIONS (INCHES)
A
BCD
EF
GH
18
12
3)8
2.25
3C
3B
11/2
11/2
COLORS
LEGEND — BLACK (NON-REFL)
BACKGROUND — WHITE (REFL)
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
.1
a •m
c
E"u-)
o �
C g
O
m X
a m
cg 2
E -
E o
m O
m o
t •
io
a 2
C �p
m U
E o
$ 2
2 m
t
,so n
g 0
D
m
2
o
E C
o
� m
C V
O C
M
,
E2 57A
ce
0 4w, p
y
00 Waxx
r- KQ
N� Oii
UZ 22
<m bb
0
(S 31ON 333) - .4t Sflld .H..
3" (IN) PIPE CAP
POST DETAIL
z
ore
z0
W U
WU
3" (IN) PIPE CAP
TOP OF POST
z
0
1=
0
W
z
Z
z0
0
0
0
113OO11 N833 -AO NMVUUO
oti
XHW
ig t
H E
6
0-,Z
--
FOUNDATION DETAIL
z
iU!6Fay
�FOa
�wfm� O C
0i
!Ww�Jo(0 ' tigU' g
G W W Q V W < 6
WW toIs
oza h
d 1 Zx ..x GO
3c�oz
62
WE' wuj
wz ��
�F a
z i
5
0
W
a
a
I
t11111
il
;EJ
FR
H
1
r
a
1
o
el
iii
#
w
![]
FR
H
S J
111
`d.
hildi
is
ii310112
i
it
z
0
mw
Im d
m<
a_o
aQ
Qw
wLL
0
w
a
R10 -3e (MOD,)
R10 -3e (RIGHT)
VIM wMIaWM MMS *Ma arra
NOLEINSSIVIreinandawOM..Ovaaraau
INONCO 'NW. Nu mrarkfnaOmodurNMI1ill
Z
lm N
�d O
d Ny
0Z
111.4y
O
a11.1MOM 0 al
siZ
d 1-
HZ 0
win
z
0
rz
MU)m
= J
W‹
a0
z0
Q�
wz
oz
w
a
ACCESSIBLE PEDESTRIAN SIGNAL (ASP) ASSEMBLY
z
0
5
032
Zm
0
a
0
w
2
W
4UOJAO VSII :A9 NMVtld
00000
000
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
kK
ES
)
%d x%
L
&
en
Z
k
■
)
.
)
|
■
t-_
■
i
§
enz
RURAL HIGHWAYS BO/55 MPH 800±
RURAL ROADS 45 / 55 MPH 500' t
RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350 t
RURAL ROADS, URBAN ARTERIALS,25 / 30 MPH 200' t (2)
RESIDENTIAL & BUSINESS DISTRICS
URBAN STREETS 25 MPH OR LESS 10Q t (2)
(1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE
INTERSECTIONS AND DRIVEWAYS.
(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
ROADWAY CONDITIONS.
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
BUFFER VEHICLE ROLL AHEAD DISTANCE = R
TRANSPORTABLE ATTENUATOR 30 FEET MIN.
MINIMUM HOST VEHICLE WEIGHT 15,000 LBB. THE MN(IMUM 1451RNT SHALL TO
8E IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. 100 FEET MAO.
PROTECTIVE VEHICLE NO SPECIFIED
MAY BEA WORE VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE
THE 'MORN AREA_ REQUIRED
,
!
$S
s
,
§
,■
4
,■
,■
P.
@
{
LENGTH (filet
E
,
$ 0
__.nom _m
3
3
�■
s2
0
■
�
z
0
U
§�
�■
�
I-0
›-
u.
61-
5 k1-
w
z
z
0
•
■
a
5
0
E.
NOT TO SCALE
TRAFFIC CONTROL PLAN
!�
a
FEC.AID PROJ.NO.
2
t
�
§
■
■
§
0
z
0 z
zz
dkk
t:
D CNANNELIZING DEVICES
PILOT CAR OPERATION
NOT TO SCALE
TRAFFIC CONTROL PLAN
FEDAID PROJ.NO.
;
|'
1
|
3
|
|
■
i
■
■
|
■
1
■
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
m
BUFFER VEHICLE ROLL AHEAD DISTANCE = R
TRANSPORTABLE ATTENUATOR 30 FEET MIN.
MINIMUM HOST VEHICLE HEIGHT 15,000 LBS. THE MAXIMUM WEIGHT SHALL TO
BE IN ACCORDANCE MTH THE MANUFACTURERS RECOMMENDATIDN. 100 FEET MAX.
®
«
■
■
a
■
;
a
3
■
!
,!
■
m■
■»
;
§
r
_!§§
K
■
■
■
z.
k,(
0
■
|
MINIMUM LANE CLOSURE TAPER LENGTH = L (feet)
Posted Speed (mph)
e.
!
MINIMUM SHOULDER TAPER LENGTH = U3 (feet)
Posted Speed (mph)
e■!
USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN 6.
,
■
,«§
■
■»
■#N
_!§§
e§§
■§§|
Ser
■7§!
;@§
.;■;
e«s
,!]!
,■s
«r§■
R#a
m!!§
n■■
/§le;,
)|!�¥
▪ Cl
- ■
158
1. NO FLAGGERS OR SPOTTERS.
7. SEE SPECIAL PROVISIONS FOR YORK HOUR RESTRICTIONS.
SINGLE -LANE CLOSURE FOR MULTI -LANE ROADWAYS
(;,C..f> SEQUENTIAL ARROW SIGN
> Nen TRANSPORTABLE ATTENUATOR
NOT TO SCALE
PORTABLE CHANGEABLE MESSAGE SIGN
k
0
!
§
TRAFFIC CONTROL PLAN
FED.AID PROJ.NO.
|'
2
T.
(
m
)
|
2
BUFFER DATA
LONGITUDINAL BUFFER SPACE - B
12 125 160 1 245 I 320 I 540 I 800 I 680 I 726 I 780 I 896
MINIMUM SHOULDER TAPER LENGTH =113 (feet)
BUFFER VEHICLE ROU. AHEAD DISTANCE = R
TRANSPORTABLE ATTENUATOR 30 FEET MN.
MINIMUM H06T VEHICLE NEIOHT 14600 LBS. TLE MAMMI1M W IG T SHALL TO
BE IN ACCORDANCE %ITN THE MANUFACTURERS RECOMMENDATION . 100 FEET MAX.
C
f
S
n
1R
S$A
s
N
E
ES3
R .F=.'
53
4 :
R A.
ry A
2
I
A p
Li]
8 8
i
5
R
SIGN SPACING = X (1)
2
2
6
b
a
2
A
6
19i
n
ri
W
N
DOUBLE -LANE CLOSURE FOR MULTI -LANE ROADWAYS
NOT TO SCALE
2
5
0
O
V
V
al
s
MINIMUM LANE CLOSURE TAPER LENGTH = L (feet)
Posted Speed (mph)
25 I 30 I 35 I 40 . I 45 I 50 1 55 1 5° 1 65 I TO
12 125 160 1 245 I 320 I 540 I 800 I 680 I 726 I 780 I 896
MINIMUM SHOULDER TAPER LENGTH =113 (feet)
esN
USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN 8'. 1
1R
S$A
E
ES3
R .F=.'
53
4 :
R A.
ry A
a S
8 8
A p
A
8 8
8 0
R
3 S
W
D •
1
a
1
ii
1
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
1
1
1
1
1
1
1
1
1
1
1
1
1
BUFFER DATA
LONGITUDINAL BUFFER SPACE • B J
BUFFER VEHICLE ROLL AHEAD DISTANCE = R
30 FEET MIN.
TO
100 FEET MAX
NO SPECIFIED
DISTANCE
REQUIRED
S
S
TRANSPORTABLE ATTENUATOR
MINIMUM HOST VEHICLE WEIGHT 16,000 LS5. THE MAXIMUM WEIGHT SHALL
DE IN ACCORDANCE VAT. THE MANUFACTURERS RECOMMENDATION.
PROTECTIVE VEHICLE
MAY BE A WORN VEHICLE STRATEGICALLY LOCATED TO SHIELD
THE WORK AREA.
2
g
g
S
H
2
a,fg
W
yW
N
z
u
0
A
MINIMUM SHOULDER TAPER LENGTH = U3 (feat)
E
1
1
a
$
S
0
o�os
USE A 3 DEVICES TAPER FOR SHOULDERS LESS THEN e'
SIGN SPACING =X (1)
0
O
0
NU
?.N
wo
CT,
Q;
QW
N
00
25 MPH OR LESS
O
O
O
O
0
a
0
0
O
4
4
X
X
SHOULDER CLOSURE - LOW SPEED
(40 MPH OR LESS)
0
0
F
•O
z
0
TRAFFIC CONTROL PLAN
FEDAID PROJ.NO.
0
w
2
0
O
BUFFER DATA
LONGITUDINAL BUFFER SPACE - 8
BUFFER VEHICLE ROLL AHEAD DISTANCE t. R
TRANSPORTABLE ATTENUATOR 30 FEET MIN.
MINIMUM HOST VEWCLE HEIGHT 15.000 LBB. THE MAXIMUM WEIGHT SHALL TO
BE IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. 100 FEET MAX.
PROTECTIVE VEHICLE NO SPECIFIED
WAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE
THE YORK AREA REQUIRED
2
8
8
8
Yqq
7.
A
tAi
A,
N
SPEED (MPH)
Y
S
8
8
MINIMUM TAPER LENGTH = L (feet)
SIGN SPACING - X (1)
8
C
E
1
N
8
8
8
8
8
wFa
gg
8
a
8
O
a
8
2
A
8
8
25 MPH OR LESS
Z(N
2
2
8
f
8
8
0
a
2 J j
W
lV
W=t( wWf�
W J J
0
a
tV
p�
1
N
lV
9
1Sg
0
W
2. RECOMMEND EXTENDING DEVICE TAPER (U3) ACROSS SHOULDER.
i
U
a
TRAFFIC CONTROL PLAN
a
6
a
Ig
a
0
8
8
g
0
z
N
8
W0
W8
8
1,
9
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
yrc
S
MINIMUM TAPER LENGTH = L (feet)
SIGN SPACING = X (1)
=E
N
a
f
4
R
A
F_
25 MPH OR LESS
F,
a
N
• ij
5.2
W J
U U
BUFFER DATA
LONGITUDINAL BUFFER SPACE = 8
P-
'
BUFFER VEHICLE ROLL AHEAD DISTANCE = R
TRANSPORTABLE ATTENUATOR 30 FEET MIN.
MINIMUM HOST VEHICLE AUGHT 15,000 Les THE MAXIMUM WEIGHT SHALL TO
EE IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. 100 FEET MAX.
PROTECTIVE VEHICLE NO SPECIFIED
MAY SE A WORK VEHICLE STRATEGICALLY LOCATED TO 5OIIELO DISTANCE
THE WORK AREA REQUIRED
S
3
A
n
R
r
SPEED (MPH)
H
W
z
W
C9
W
J
TEMPORARY SIGN LOCATION
II O
W
z
re0
<
H 0
re W W
�z
Z
LU
V 10J
0
Q {!
W
ZO
gJ
HV
W
J
SEQUENTIAL ARROW SIGN
PORTABLE CHANGEABLE MESSAGE SIGN
NOT TO SCALE
0
1
TRAFFIC CONTROL PLAN
FEDAID PROJ.NO.
8 8
8
6
O
rc
k
1-
Z
0
8
■
!
,
,
MINIMUM TAPER LENGTH = L (feet)
Posted Speed (mph)
2
,
,
§(!
§
■
§
■
■
■
§
§
■
,
■
|
■
■
■
■
■\■
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
,
BUFFER VEHICLE ROLL AHEAD DISTANCE • R
TRANSPORTABLE ATTENUATOR 30 FEET MIN.
MINIMUM HOST VEHCLE WEIGHT 15,00D 185. TFE MAXIMUM NFJGHT SHALL TO
SEN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. 100 FEET MAO.
PROTECTIVE VEHICLE NO SPECIFIED
MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE
THE WORK AREA REQUIRED
'
!
eE
m
e
e
a
;
■
m
■
2
■
E
LENGTH (feet)
El
§
TRAFFIC CONTROL PLAN
■a
a
a
|.
|
2
1
8
!
q
5
|
§
)
|
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
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
BUFFER VEHICLE ROLL AHEAD DISTANCE = R l
TRANSPORTABLE ATTENUATOR 30 FEET MIN.
MINIMUM HOST VEHICLE %EIGHT 15.000 LITS. THE MAXIMUM WEIGHT SHAM TO
8E IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. 100 FEET MAX.
PROTECTIVE VEHICLE NO SPECIFIED
MAY BE A WORN VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE
mE WORK AREA REQUIRED
■
2
«
e
2
}
\
■
q
,
;
m
/
SPEED (MPH)
I
o—
■-
-k
Zm
0
k
I k
§ #
Ce .
0.2
■
■
■
■
■
■
■
■
A
%11
,
0
TEMPORARY SIGN LOCATION
§
k
2 CI
INTERSECTION LANE CLOSURE - FIVE LANE ROADWAY
$
§
TEMPORARY SIGN LOCTION (6' MOUNTING HEIGHT)
5
k
j
k
FED.AID PROJ.NO.
,
|
}
;
%
§
•
a
rTTTTTTI
-TT
4. SEE SHEET TC -52 FOR TEMPORARY PEDESTRIAN RAMP DETAILS.
SIDEWALK DETOUR
SIDEWALK DIVERSION
INTERSECTION PEDESTRIAN TRAFFIC CONTROL
NOT TO SCALE
m
1-
PEDESTRIAN CONTROL AND PROTECTION
FEDAID PROJ.NO.
yQ
1
s
m
n
m
8
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
'
1
2
1
W
1
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
r
BUFFER VEHICLE ROLL AHEAD DISTANCE = R
30 FEET MIN.
TO
100 FEET MAX.
m
E
8
n
TRANSPORTABLE ATTENUATOR
MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM WEIGHT SHALL
RE IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION.
8
<
S
A
g
a
F
SPEED(MPH)
r
U'
w
TYPICAL SECTION A -A
® D D
MINIMUM LANE CLOSURE TAPER LENGTH = L (feet)
a°
8
8
8
8
8
8
3
3
4
8
8
8
8
8
111
MINIMUM SHOULDER TAPER LENGTH = L/3 (feet)
8 E
•
m
0a
8
8
8
8
8
8
4
8
8
8
8
8
8
8
8
b
USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN C.
8
w
<
2W
W
Wqq
•=tO
K J
W
TEMPORARY SIGN LOCATION
CHANNELIZING DEVICES
2
O
0
SINGLE -LANE CLOSURE WITH SHIFT
2 o 9
NOT TO SCALE
r
U
a
TEMPORARY SIGN LOCATION (5 MOUNTING HEIGHT)
8
1-
TRAFFIC CONTROL PLAN
a
1
a
8
F
1
w
1
•
a
APPENDIX B
BENEFIT CODE KEY AND PREVAILING WAGE RATES
Benefit Code Key — Effective 8/31/2017 thru 3/2/2018
************************************************************************************************************
Overtime Codes
Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate
must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for
the worker.
1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and
the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly
rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,
shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly
rate of wage.
G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four -
ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten
(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment
breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through
Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage.
I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through
Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.
K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours
worked on holidays shall be paid at double the hourly rate of wage.
M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid
at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.
All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
1
Benefit Code Key — Effective 8/31/2017 thru 3/2/2018
Overtime Codes Continued
1. 0. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours
worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday
shall be paid at double the hourly rate of wage.
P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and
one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.
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 8/31/2017 thru 3/2/2018
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 8/31/2017 thru 3/2/2018
Overtime Codes Continued
3. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium
rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and
one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of
straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid
at double the hourly wage rate.
F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and
one-half times the hourly rate of wage including holiday pay.
H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at
two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be
compensated at one and one half (1-1/2) times the regular rate of pay.
All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is
down due to weather conditions during a five day work week (Monday through Friday,) or a four day -ten hour work
week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate.
However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday
through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the
hourly rate of wage.
4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly
rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage.
B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly
rate of wage.
C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be
paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at
one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday
due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday
may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked
on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay.
4
Benefit Code Key — Effective 8/31/2017 thru 3/2/2018
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).
5
Benefit Code Key — Effective 8/31/2017 thru 3/2/2018
Holiday Codes Continued
5. D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8).
H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day,
And Christmas (6).
I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6).
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).
6
Benefit Code Key — Effective 8/31/2017 thru 3/2/2018
Holiday Codes Continued
6. H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10).
I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday
After Thanksgiving Day, And Christmas Day (7).
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.
7
Benefit Code Key — Effective 8/31/2017 thru 3/2/2018
Holiday Codes Continued
7. I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6).
Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which
falls on a Saturday shall be observed as a holiday on the preceding Friday.
K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after
Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day
before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday
on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
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.
8
Benefit Code Key — Effective 8/31/2017 thru 3/2/2018
Holiday Codes Continued
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.
Note Codes
8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And
Level C: $0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D:
$0.50.
N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level
C: $0.50, And Level D: $0.25.
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.
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.
9
Benefit Code Key — Effective 8/31/2017 thru 3/2/2018
Note Codes Continued
8. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50,
And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all
work performed underground, including operating, servicing and repairing of equipment. The premium for
underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive
an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who
do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation
receive an additional $0.50 per hour.
V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The
premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day.
The premiums are to be paid one time for the day and are not used in calculating overtime pay.
Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over
101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet.
Over 221' - $5.00 per foot for each foot over 221 feet.
Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent
and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600'
- $1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'.
10
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 1 of 18
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: 11/28/2017
County
Trade
Job Classification
Wage
Holiday
Overtime
Note
King
Asbestos Abatement Workers
Journey Level
$46.57
5D
1H
King
Boilermakers
Journey Level
$64.54
5N
1C
King
Brick Mason
Journey Level
$55.82
5A
1M
King
Brick Mason
Pointer -Caulker -Cleaner
$55.82
5A
1M
King
Building Service Employees
Janitor
$23.73
5$
2F
King
Building Service Employees
Traveling Waxer/Shampooer
$24.18
5S
2F
King
Building Service Employees
Window Cleaner (Non-
Scaffold)
$27.23
5S
2F
King
Building Service Employees
Window Cleaner (Scaffold)
$28.13
5S
2F
King
Cabinet Makers (In Shop)
Journey Level
$22.74
1
King
Carpenters
Acoustical Worker
$57.18
5D
4C
King
Carpenters
Bridge, Dock And Wharf
Carpenters
$57.18
5D
4C
King
Carpenters
Carpenter
$57.18
5D
4C
King
Carpenters
Carpenters on Stationary Tools
$57.31
5D
4C
King
Carpenters
Creosoted Material
$57.28
5D
4C
King
Carpenters
Floor Finisher
$57.18
5D
4C
King
Carpenters
Floor Layer
$57.18
5D
4C
King
Carpenters
Scaffold Erector
$57.18
5D
4C
King
Cement Masons
Journey Level
$57.21
7A
1M
King
Divers & Tenders
Bell/Vehicle or Submersible
Operator (Not Under Pressure)
$110.54
5D
4C
King
Divers Et Tenders
Dive Supervisor/Master
$72.97
5D
4C
King
Divers & Tenders
Diver
$110.54
5D
4C
8V
King
Divers & Tenders
Diver On Standby
$67.97
5D
4C
King
Divers & Tenders
Diver Tender
$61.65
5D
4C
King
Divers & Tenders
Manifold Operator
$61.65
5D
4C
King
Divers & Tenders
Manifold Operator Mixed Gas
$66.65
5D
4C
King
Divers & Tenders
Remote Operated Vehicle
Operator/Technician
$61.65
5D
4C
King
Divers & Tenders
$57.43
5A
4C
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
11/28/2017
Page 2 of 18
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
11/28/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Remote Operated Vehicle
Tender
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
$56.78
5D
111
King
Drywall Tapers
Journey Level
$57.43
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
$73.93
5A
4D
Construction
King
Electricians - Powerline
Certified Line Welder
$67.60
5A
4D
Construction
King
Electricians - Powerline
Groundperson
$45.49
5A
4D
Construction
King
Electricians - Powerline
Heavy Line Equipment
Operator
$67.60
5A
4D
Construction
King
Electricians - Powerline
Journey Level Lineperson
$67.60
5A
4D
Construction
King
Electricians - Powerline
Line Equipment Operator
$57.02
5A
4D
Construction
King
Electricians - Powerline
Pole Sprayer
$67.60
5A
4D
Construction
King
Electricians - Powerline
Powderperson
$50.76
5A
4D
Construction
King
Electronic Technicians
Journey Level
$31.00
1
King
Elevator Constructors
Mechanic
$90.39
7D
4A
King
Elevator Constructors
Mechanic In Charge
$100.22
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
$39.48
7A
31
King
Glaziers
Journey Level
$60.56
7L
1Y
King
Heat 8 Frost Insulators And
Journeyman
$67.93
5J
4H
Asbestos Workers
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
11/28/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 3 of 18
King
Heating Equipment Mechanics
Journey Level
$78.17
7F
1 E
King
Hod Carriers Et Mason Tenders
Journey Level
$48.02
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
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 Et Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing
Grout Truck Operator
$11.48
1
Of Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing
Head Operator
$24.91
1
Of Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing
Technician
$19.33
1
Of Sewer Er Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing
Tv Truck Operator
$20.45
1
Of Sewer Et Water Systems By
Remote Control
King
Insulation Applicators
Journey Levet
$57.18
5D
4C
King
Ironworkers
Journeyman
$66.68
7N
10
King
Laborers
Air, Gas Or Electric Vibrating
Screed
$46.57
7A
31
King
Laborers
Airtrac Drill Operator
$48.02
7A
31
King
Laborers
Ballast Regular Machine
$46.57
7A
31
King
Laborers
Batch Weighman
$39.48
7A
31
King
Laborers
Brick Pavers
$46.57
7A
31
King
Laborers
Brush Cutter
$46.57
7A
31
King
Laborers
Brush Hog Feeder
$46.57
7A
31
King
Laborers
Burner
$46.57
7A
31
King
Laborers
Caisson Worker
$48.02
7A
31
King
Laborers
Carpenter Tender
$46.57
7A
31
King
Laborers
Caulker
$46.57
7A
31
King
Laborers
Cement Dumper -paving
$47.44
7A
31
King
Laborers
Cement Finisher Tender
$46.57
7A
31
King
Laborers
Change House Or Dry Shack
$46.57
7A
31
King
Laborers
Chipping Gun (under 30 Lbs.)
$46.57
7A
31
King
Laborers
Chipping Gun(30 Lbs. And
Over)
$47.44
7A
31
King
Laborers
Choker Setter
$46.57
7A
31
King
Laborers
Chuck Tender
$46.57
7A
31
King
Laborers
Clary Power Spreader
$47.44
7A
31
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
11/28/2017
Page 4 of 18
King
Laborers
Clean-up Laborer
$46.57
7A
31
King
Laborers
Concrete Dumper/chute
Operator
$47.44
7A
31
King
Laborers
Concrete Form Stripper
$46.57
7A
31
King
Laborers
Concrete Placement Crew
$47.44
7A
31
King
Laborers
Concrete Saw Operator/core
Driller
$47.44
7A
31
King
Laborers
Crusher Feeder
$39.48
7A
31
King
Laborers
Curing Laborer
$46.57
7A
31
King
Laborers
Demolition: Wrecking Et
Moving (incl. Charred
Material)
$46.57
7A
31
King
Laborers
Ditch Digger
$46.57
7A
31
King
Laborers
Diver
$48.02
7A
31
King
Laborers
Drill Operator
(hydraulic, diamond)
$47.44
7A
31
King
Laborers
Dry Stack Walls
$46.57
7A
31
King
Laborers
Dump Person
$46.57
7A
31
King
Laborers
Epoxy Technician
$46.57
7A
31
King
Laborers
Erosion Control Worker
$46.57
7A
31
King
Laborers
Faller Et Bucker Chain Saw
$47.44
7A
31
King
Laborers
Fine Graders
$46.57
7A
31
King
Laborers
Firewatch
$39.48
7A
31
King
Laborers
Form Setter
$46.57
7A
31
King
Laborers
Gabian Basket Builders
$46.57
7A
31
King
Laborers
General Laborer
$46.57
7A
31
King
Laborers
Grade Checker Et Transit
Person
$48.02
7A
31
King
Laborers
Grinders
$46.57
7A
31
King
Laborers
Grout Machine Tender
$46.57
7A
31
King
Laborers
Groutmen (pressure)including
Post Tension Beams
$47.44
7A
31
King
Laborers
Guardrail Erector
$46.57
7A
31
King
Laborers
Hazardous Waste Worker
(levet A)
$48.02
7A
31
King
Laborers
Hazardous Waste Worker
(level B)
$47.44
7A
31
King
Laborers
Hazardous Waste Worker
(level C)
$46.57
7A
31
King
Laborers
High Scaler
$48.02
7A
31
King
Laborers
Jackhammer
$47.44
7A
31
King
Laborers
Laserbeam Operator
$47.44
7A
31
King
Laborers
Maintenance Person
$46.57
7A
31
King
Laborers
Manhole Builder-mudman
$47.44
7A
31
King
Laborers
Material Yard Person
$46.57
7A
31
King
Laborers
Motorman -dinky Locomotive
$47.44
7A
31
King
Laborers
Nozzleman (concrete Pump,
Green Cutter When Using
$47.44
7A
31
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
11/28/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 5 of 18
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
11/28/2017
Combination Of High Pressure
Air Et Water On Concrete &
Rock, Sandblast, Gunite,
Shotcrete, Water Bla
King
Laborers
Pavement Breaker
$47.44
7A
31
King
Laborers
Pilot Car
$39.48
7A
31
King
Laborers
Pipe Layer Lead
$48.02
7A
31
King
Laborers
Pipe Layer/tailor
$47.44
7A
31
King
Laborers
Pipe Pot Tender
$47.44
7A
31
King
Laborers
Pipe Reliner
$47.44
7A
31
King
Laborers
Pipe Wrapper
$47.44
7A
31
King
Laborers
Pot Tender
$46.57
7A
31
King
Laborers
Powderman
$48.02
7A
31
King
Laborers
Powderman's Helper
$46.57
7A
31
King
Laborers
Power Jacks
$47.44
7A
31
King
Laborers
Railroad Spike Puller - Power
$47.44
7A
31
King
Laborers
Raker - Asphalt
$48.02
7A
31
King
Laborers
Re-timberman
$48.02
7A
31
King
Laborers
Remote Equipment Operator
$47.44
7A
31
King
Laborers
Rigger/signal Person
$47.44
7A
31
King
Laborers
Rip Rap Person
$46.57
7A
31
King
Laborers
Rivet Buster
$47.44
7A
31
King
Laborers
Rodder
$47.44
7A
31
King
Laborers
Scaffold Erector
$46.57
7A
31
King
Laborers
Scale Person
$46.57
7A
31
King
Laborers
Stoper (over 20")
$47.44
7A
31
King
Laborers
Stoper Sprayer
$46.57
7A
31
King
Laborers
Spreader (concrete)
$47.44
7A
31
King
Laborers
Stake Hopper
$46.57
7A
31
King
Laborers
Stock Piler
$46.57
7A
31
King
Laborers
Tamper & Similar Electric, Air
& Gas Operated Tools
$47.44
7A
31
King
Laborers
Tamper (multiple & Self-
propelled)
$47.44
7A
31
King
Laborers
Timber Person - Sewer
(logger, Shorer & Cribber)
$47.44
7A
31
King
Laborers
Toolroom Person (at Jobsite)
$46.57
7A
31
King
Laborers
Topper
$46.57
7A
31
King
Laborers
Track Laborer
$46.57
7A
31
King
Laborers
Track Liner (power)
$47.44
7A
31
King
Laborers
Traffic Control Laborer
$42.22
7A
31
8R
King
Laborers
Traffic Control Supervisor
$42.22
7A
31
8R
King
Laborers
Truck Spotter
$46.57
7A
31
King
Laborers
Tugger Operator
$47.44
7A
31
King
Laborers
Tunnel Work -Compressed Air
Worker 0-30 psi
$92.60
7A
31
King
Laborers
$97.63
7A
31
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
11/28/2017
Page 6 of 18
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
11/28/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Tunnel Work -Compressed Air
Worker 30.01-44.00 psi
King
Laborers
Tunnel Work -Compressed Air
Worker 44.01-54.00 psi
$101.31
7A
31
King
Laborers
Tunnel Work -Compressed Air
Worker 54.01-60.00 psi
$107.01
7A
31
gg,
King
Laborers
Tunnel Work -Compressed Air
Worker 60.01-64.00 psi
$109.13
7A
31
8�
King
Laborers
Tunnel Work -Compressed Air
Worker 64.01-68.00 psi
$114.23
7A
31
D,
King
Laborers
Tunnel Work -Compressed Air
Worker 68.01-70.00 psi
$116.13
7A
31
8Q,
King
Laborers
Tunnel Work -Compressed Air
Worker 70.01-72.00 psi
$118.13
7A
31
D,
King
Laborers
Tunnel Work -Compressed Air
Worker 72.01-74.00 psi
$120.13
7A
31
L3g,
King
Laborers
Tunnel Work-Guage and Lock
Tender
$48.12
7A
31
gg.
King
Laborers
Tunnel Work -Miner
$48.12
7A
31
IQ
King
Laborers
Vibrator
$47.44
7A
31
King
Laborers
Vinyl Seamer
$46.57
7A
31
King
Laborers
Watchman
$35.88
7A
31
King
Laborers
Welder
$47.44
7A
31
King
Laborers
Well Point Laborer
$47.44
7A
31
King
Laborers
Window Washer/cleaner
$35.88
7A
31
King
Laborers - Underground Sewer
General Laborer Et Topman
$46.57
7A
31
Et Water
King
Laborers - Underground Sewer
Pipe Layer
$47.44
7A
31
Et 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
$56.78
5D
1H
King
Marble Setters
Journey Level
$55.82
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
$58.68
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
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
11/28/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 7 of 18
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
$41.60
6Z
2B
King
Pile Driver
Crew Tender
$52.37
5D
4C
King
Pile Driver
Hyperbaric Worker -
Compressed Air Worker
0-30.00 PSI
$71.35
5D
4C
King
Pile Driver
Hyperbaric Worker -
Compressed Air Worker 30.01
- 44.00 PSI
$76.35
5D
4C
King
Pile Driver
Hyperbaric Worker -
Compressed Air Worker 44.01
- 54.00 PSI
$80.35
5D
4C
King
Pile Driver
Hyperbaric Worker -
Compressed Air Worker 54.01
- 60.00 PSI
$85.35
5D
4C
King
Pile Driver
Hyperbaric Worker -
Compressed Air Worker 60.01
- 64.00 PS1
$87.85
5D
4C
King
Pile Driver
Hyperbaric Worker -
Compressed Air Worker 64.01
- 68.00 PSI
$92.85
5D
4C
King
Pile Driver
Hyperbaric Worker -
Compressed Air Worker 68.01
- 70.00 PSI
$94.85
5D
4C
King
Pile Driver
Hyperbaric Worker -
Compressed Air Worker 70.01
- 72.00 PSI
$96.85
5D
4C
King
Pile Driver
Hyperbaric Worker -
Compressed Air Worker 72.01
- 74.00 PSI
$98.85
5D
4C
King
Pile Driver
Journey Level
$57.43
5D
4C
King
Plasterers
Journey Level
$54.89
M,
1R
King
Playground Et Park Equipment
Journey Level
$11.00
1
Installers
King
Plumbers a Pipefitters
Journey Level
$79.69
6Z
1G
King
Power Equipment Operators
Asphalt Plant Operators
$60.49
7A
3C
8P
King
Power Equipment Operators
Assistant Engineer
$56.90
7A
3C
8P
King
Power Equipment Operators
Barrier Machine (zipper)
$59.96
7A
3C
8P
King
Power Equipment Operators
Batch Plant Operator,
Concrete
$59.96
7A
3C
8P
King
Power Equipment Operators
Bobcat
$56.90
7A
3C
8P
King
Power Equipment Operators
Brokk - Remote Demolition
Equipment
$56.90
7A
3C
8P
King
Power Equipment Operators
Brooms
$56.90
7A
3C
8P
King
Power Equipment Operators
Bump Cutter
$59.96
7A
3C
8P
King
Power Equipment Operators
Cableways
$60.49
7A
3C
8P
King
Power Equipment Operators
Chipper
$59.96
7A
3C
8P '.
King
Power Equipment Operators
Compressor
$56.90
7A
3C
8P
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
11/28/2017
Page 8 of 18
King
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Over
42 M
$60.49
7A
3C
8P
King
Power Equipment Operators
Concrete Finish Machine -laser
Screed
$56.90
7A
3C
8P
King
Power Equipment Operators
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$59.49
7A
3C
8P
King
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$59.96
7A
3C
8P
King
Power Equipment Operators
Conveyors
$59.49
7A
3C
8P
King
Power Equipment Operators
Cranes Friction: 200 tons and
over
$62.33
7A
3C
8P
King
Power Equipment Operators
Cranes: 20 Tons Through 44
Tons With Attachments
$59.96
7A
3C
8P
King
Power Equipment Operators
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom
(Including Jib With
Attachments)
$61.10
7A
3C
8P '.
King
Power Equipment Operators
Cranes: 200 tons- 299 tons, or
250' of boom including jib
with attachments
$61.72
7A
3C
8P 6
King
Power Equipment Operators
Cranes: 300 tons and over or
300' of boom including jib
with attachments
$62.33
7A
3C
8P
King
Power Equipment Operators
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$60.49
7A
3C
8P
1
King
Power Equipment Operators
Cranes: A -frame - 10 Tons And
Under
$56.90
7A
3C
8P
King
Power Equipment Operators
Cranes: Friction cranes
through 199 tons
$61.72
7A
3C
8P
King
Power Equipment Operators
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$59.49
7A
3C
8P
King
Power Equipment Operators
Crusher
$59.96
7A
3C
8P
King
Power Equipment Operators
Deck Engineer/deck Winches
(power)
$59.96
7A
3C
8P
King
Power Equipment Operators
Derricks, On Building Work
$60.49
7A
3C
8P
King
Power Equipment Operators
Dozers D-9 Et Under
$59.49
7A
3C
8P
King
Power Equipment Operators
Drill Oilers: Auger Type, Truck
Or Crane Mount
$59.49
7A
3C
8P
King
Power Equipment Operators
Drilling Machine
$61.10
7A
3C
8P
King
Power Equipment Operators
Elevator And Man -lift:
Permanent And Shaft Type
$56.90
7A
3C
8P
King
Power Equipment Operators
Finishing Machine, Bidwell
And Gamaco Et Similar
Equipment
$59.96
7A
3C
8P
King
Power Equipment Operators
Forklift: 3000 Lbs And Over
With Attachments
$59.49
7A
3C
8P
haps://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
11/28/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 9 of 18
King
Power Equipment Operators
Forklifts: Under 3000 Lbs.
With Attachments
$56.901 7A
I 3C
8P
King
Power Equipment Operators
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$59.96
7A
3C
8P
King
Power Equipment Operators
Gradechecker/stakeman
$56.90
7A
3C
8P
King
Power Equipment Operators
Guardrail Punch
$59.96
7A
3C
8P
King
Power Equipment Operators
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et Over
$60.49
7A
3C
8P
King
Power Equipment Operators
Hard Tail End Dump
Articulating Off-road
Equipment Under 45 Yards
$59.96
7A
3C
8P
King
Power Equipment Operators
Horizontal/directional Drill
Locator
$59.49
7A
3C
8P
King
Power Equipment Operators
Horizontal/directional Drill
Operator
$59.96
7A
3C
8P
King
Power Equipment Operators
Hydralifts/boom Trucks Over
10 Tons
$59.49
7A
3C
8P
King
Power Equipment Operators
Hydralifts/boom Trucks, 10
Tons And Under
$56.90
7A
3C
8P
King
Power Equipment Operators
Loader, Overhead 8 Yards. &
Over
$61.10
7A
3C
8P
King
Power Equipment Operators
Loader, Overhead, 6 Yards.
But Not Including 8 Yards
$60.49
7A
3C
8P
King
Power Equipment Operators
Loaders, Overhead Under 6
Yards
$59.96
7A
3C
8P
King
Power Equipment Operators
Loaders, Plant Feed
$59.96
7A
3C
8P
King
Power Equipment Operators
Loaders: Elevating Type Belt
$59.49
7A
3C
8P
King
Power Equipment Operators
Locomotives, All
$59.96
7A
3C
8P
King
Power Equipment Operators
Material Transfer Device
$59.96
7A
3C
8P
King
Power Equipment Operators
Mechanics, All (leadmen -
$0.50 Per Hour Over
Mechanic)
$61.10
7A
3C
8P
King
Power Equipment Operators
Motor Patrol Graders
$60.49
7A
3C
8P
King
Power Equipment Operators
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And/or Shield
$60.49
7A
3C
8P
King
Power Equipment Operators
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$56.90
7A
3C
8P
King
Power Equipment Operators
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$59.49
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$59.96
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type: 100
Tons And Over
$61.10
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type: 45
Tons Through 99 Tons
$60.49
7A
3C
8P
King
Power Equipment Operators
Pavement Breaker
$56.90
7A
3C
8P
King
Power Equipment Operators
Pile Driver (other Than Crane
Mount)
$59.96
7A
3C
8P
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
11/28/2017
Page 10 of 18
King
Power Equipment Operators
Plant Oiler - Asphalt, Crusher
$59.49
7A
1 3C
8P
King
Power Equipment Operators
Posthole Digger, Mechanical
$56.90
7A
3C
8P
King
Power Equipment Operators
Power Plant
$56.90
7A
3C
8P
King
Power Equipment Operators
Pumps - Water
$56.90
7A
3C
8P
King
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$60.49
7A
3C
8P
King
Power Equipment Operators
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$56.90
7A
3C
8P
King
Power Equipment Operators
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$60.49
7A
3C
8P
King
Power Equipment Operators
Rigger And Bellman
$56.90
7A
3C
8P
King
Power Equipment Operators
Rigger/Signal Person, Bellman
(Certified)
$59.49
7A
3C
8P
King
Power Equipment Operators
Roltagon
$60.49
7A
3C
8P
King
Power Equipment Operators
Roller, Other Than Plant Mix
$56.90
7A
3C
8P
King
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
Materials
$59.49
7A
3C
8P
King
Power Equipment Operators
Roto -mill, Roto -grinder
$59.96
7A
3C
8P
King
Power Equipment Operators
Saws - Concrete
$59.49
7A
3C
8P a
King
Power Equipment Operators
Scraper, Self Propelled Under
45 Yards
$59.96
7A
3C
8P
King
Power Equipment Operators
Scrapers - Concrete Et Carry
All
$59.49
7A
—
3C
—
8P
King
Power Equipment Operators
Scrapers, Self-propelled: 45
Yards And Over
$60.49
7A
3C
8P
King
Power Equipment Operators
Service Engineers - Equipment
$59.49
7A
3C
8P
King
Power Equipment Operators
Shotcrete/gunite Equipment
$56.90
7A
3C
8P
King
Power Equipment Operators
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric
Tons.
$59.49
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$60.49
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$59.96
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$61.10
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$61.72
7A
3C
8P
King
Power Equipment Operators
Slipform Pavers
$60.49
7A
3C
8P
King
Power Equipment Operators
Spreader, Topsider Ft
Screedman
$60.49
7A
3C
8P
King
Power Equipment Operators
Subgrader Trimmer
$59.96
7A
3C
8P
King
Power Equipment Operators
Tower Bucket Elevators
$59.49
7A
3C
8P
King
Power Equipment Operators
Tower Crane Up To 175' In
Height Base To Boom
$61.10
7A
3C
8P
King
Power Equipment Operators
$61.72
7A
3C
8P
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
11/28/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 11 of 18
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
11/28/2017
Tower Crane: over 175'
through 250' in height, base
to boom
King
Power Equipment Operators
Tower Cranes: over 250' in
height from base to boom
$62.33
7A
3C
8P
King
Power Equipment Operators
Transporters, All Track Or
Truck Type
$60.49
7A
3C
8P
King
Power Equipment Operators
Trenching Machines
$59.49
7A
3C
8P
King
Power Equipment Operators
Truck Crane Oiler/driver - 100
Tons And Over
$59.96
7A
3C
8P
King
Power Equipment Operators
Truck Crane Oiler/driver
Under 100 Tons
$59.49
7A
3C
8P
King
Power Equipment Operators
Truck Mount Portable
Conveyor
$59.96
7A
3C
8P
King
Power Equipment Operators
Welder
$60.49
7A
3C
8P
King
Power Equipment Operators
Wheel Tractors, Farmall Type
$56.90
7A
3C
8P
King
Power Equipment Operators
Yo Yo Pay Dozer
$59.96
7A
3C
8P
King
Power Equipment Operators-
Asphalt Plant Operators
$60.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Assistant Engineer
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Barrier Machine (zipper)
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Batch Plant Operator,$59.96
Concrete
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Bobcat
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
• - • - Demolition
Equipment
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Brooms
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Bump Cutter
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cableways
$60.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Chipper
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Compressor
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Over
42 M
$60.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Finish Machine -laser
Screed
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$59.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Conveyors
$59.49
7A
3C
8P
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
11/28/2017
Page 12 of 18
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
11/28/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Power Equipment Operators-
I
Underground Sewer & Water
King
Power Equipment Operators-
Cranes Friction: 200 tons and
over
$62.33
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Cranes: 20 Tons Through 44
Tons With Attachments
$59.96
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)
$61.10
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 200 tons- 299 tons, or
250' of boom including jib
with attachments
$61.72
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Cranes: 300 tons and over or
300' of boom including jib
with attachments
$62.33
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)
$60.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Cranes: A -frame - 10 Tons And
Under
$56.90
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Cranes: Friction cranes
through 199 tons
$61.72
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$59.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Crusher
$59.96
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Deck Engineer/deck Winches
(power)
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Derricks, On Building Work
$60.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Dozers D-9 & Under
$59.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Drill Oilers: Auger Type, Truck
Or Crane Mount
$59.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Drilling Machine
$61.10
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Elevator And Man -lift:
Permanent And Shaft Type
$56.90
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Finishing Machine, Bidwell
And Gamaco & Similar
Equipment
$59.96
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Forklift: 3000 Lbs And Over
With Attachments
$59.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Forklifts: Under 3000 Lbs.
With Attachments
$56.90
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$59.96
7A
3C
8P '.
Underground Sewer & Water
King
Power Equipment Operators-
Gradechecker/stakeman
$56.90
7A
3C
8P
Underground Sewer & Water
I
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
11/28/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 13 of 18
King
Power Equipment Operators-
(Guardrail Punch
$59.961 7A
1 3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. & Over
$60.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Hard Tait End Dump
Articulating Off-road
Equipment Under 45 Yards
$59.96
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Horizontal/directional Drill
Locator
$59.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Horizontal/directional Drill
Operator
$59.96
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Hydralifts/boom Trucks Over
10 Tons
$59.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Hydralifts/boom Trucks, 10
Tons And Under
$56.90
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Loader, Overhead 8 Yards. &
Over
$61.10
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Loader, Overhead, 6 Yards.
But Not Including 8 Yards
$60.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Loaders, Overhead Under 6
Yards
$59.96
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Loaders, Plant Feed
$59.96
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Loaders: Elevating Type Belt
$59.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Locomotives, All
$59.96
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Material Transfer Device
$59.96
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Mechanics, All (leadmen -
$0.50 Per Hour Over
Mechanic)
$61.10
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Motor Patrol Graders
$60.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And/or Shield
$60.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Oil Distributors, Blower
Distribution & Mulch Seeding
Operator
$56.90
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$59.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$59.96
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Overhead, Bridge Type: 100
Tons And Over
$61.10
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Overhead, Bridge Type: 45
Tons Through 99 Tons
$60.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Pavement Breaker
$56.90
7A
3C
8P
Underground Sewer & Water
King
$59.96
7A
3C
8P
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
11/28/2017
Page 14 of 18
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
11/28/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Power Equipment Operators-
Pile Driver (other Than Crane
Mount)
Underground Sewer & Water
King
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$59.49
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Posthole Digger, Mechanical
$56.90
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Power Plant
$56.90
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Pumps - Water
$56.90
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Quad 9, Hd 41, D10 And Over
$60.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$56.90
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$60.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Rigger And Bellman
$56.90
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Rigger/Signal Person, Bellman
(Certified)
$59.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Rollagon
$60.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Roller, Other Than Plant Mix
$56.90
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Roller, Plant Mix Or Multi -lift
Materials
$59.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Roto -mill, Roto -grinder
$59.96
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Saws - Concrete
$59.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Scraper, Self Propelled Under
45 Yards
$59.96
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Scrapers - Concrete & Carry
All
$59.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Scrapers, Self-propelled: 45
Yards And Over
$60.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Service Engineers - Equipment
$59.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Shotcrete/gunite Equipment
$56.90
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric
Tons.
$59.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$60.49
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$59.96
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
$61.10
7A
3C
8P I
Underground Sewer a Water
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
11/28/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 15 of 18
https://fortress.wa.gov/lni/wagelookup/pry Wagelookup. aspx
11/28/2017
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$61.72
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Slipform Pavers
$60.49
7A
3C
8P
Underground Sewer &t Water
King
Power Equipment Operators-
Spreader, Topsider a
Screedman
$60.49
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Subgrader Trimmer
$59.96
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Tower Bucket Elevators
$59.49
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Tower Crane Up To 175' In
Height Base To Boom
$61.10
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Tower Crane: over 175'
through 250' in height, base
to boom
$61.72
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Tower Cranes: over 250' in
height from base to boom
$62.33
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Transporters, All Track Or
Truck Type
$60.49
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Trenching Machines
$59.49
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Truck Crane Oiler/driver - 100
Tons And Over
$59.96
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Truck Crane Oiler/driver
Under 100 Tons
$59.49
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Truck Mount Portable
Conveyor
$59.96
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Welder
$60.49
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Wheel Tractors, Farman Type
$56.90
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Yo Yo Pay Dozer
$59.96
7A
3C
8P
Underground Sewer a Water
King
Power Line Clearance Tree
Journey Level In Charge
$48.54
5A
4A
Trimmers
King
Power Line Clearance Tree
Spray Person
$46.03
5A
4A
Trimmers
King
Power Line Clearance Tree
Tree Equipment Operator
$48.54
5A
4A
Trimmers
King
Power Line Clearance Tree
Tree Trimmer
$43.32
5A
4A
Trimmers
King
Power Line Clearance Tree
Tree Trimmer Groundperson
$32.68
5A
4A
Trimmers
King
Refrigeration a Air
Journey Level
$75.36
6Z
1G
Conditioning Mechanics
King
Residential Brick Mason
Journey Level
$55.82
5A
1M
King
Residential Carpenters
Journey Level
$28.20
1
King
Residential Cement Masons
Journey Level
$22.64
1
https://fortress.wa.gov/lni/wagelookup/pry Wagelookup. aspx
11/28/2017
Page 16 of 18
King
Residential Drywall
Journey Level
$42.86
5D
4C
Applicators
King
Residential Drywall Tapers
Journey Level
$57.43
5P
1E
King
Residential Electricians
Journey Level
$30.44
1
King
Residential Glaziers
Journey Level
$40.25
7L
1H
King
Residential Insulation
Journey Level
$26.28
1
Applicators
King
Residential Laborers
Journey Levet
$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)
$44.56
7F
1R
Workers
King
Residential Soft Floor Layers
Journey Level
$47.61
5A
3D
King
Residential Sprinkler Fitters
Journey Level
$44.98
5C
2R
(Fire Protection)
King
Residential Stone Masons
Journey Level
$55.82
5A
1M
King
Residential Terrazzo Workers
Journey Level
$51.36
5A
1M
King
Residential Terrazzo/Tile
Journey Level
$21.46
1
Finishers
King
Residential Tile Setters
Journey Level
$20.00
1
King
Roofers
Journey Level
$49.27
5A
3H
King
Roofers
Using Irritable Bituminous
Materials
$52.27
5A
3H
King
Sheet Metal Workers
Journey Level (Field or Shop)
$78.17
7F
1E
King
Shipbuilding & Ship Repair
Boilermaker
$43.31
7M
1H
King
Shipbuilding & Ship Repair
Carpenter
$41.06
7T
2B
King
Shipbuilding & Ship Repair
Electrician
$42.07
7T
4B
King
Shipbuilding EC Ship Repair
Heat & Frost Insulator
$67.93
5J
4H
King
Shipbuilding Et Ship Repair
Laborer
$41.99
7T
4B
King
Shipbuilding Et Ship Repair
Machinist
$42.00
7T
4B
King
Shipbuilding & Ship Repair
Operator
$41.95
7T
4B
King
Shipbuilding Et Ship Repair
Painter
$42.00
7T
4B
King
Shipbuilding & Ship Repair
Pipefitter
$41.96
7T
4B
King
Shipbuilding & Ship Repair
Rigger
$42.05
7T
4B
King
Shipbuilding & Ship Repair
Sheet Metal
$41.98
7T
4B
King
Shipbuilding & Ship Repair
Shipfitter
$42.05
7T
4B
King
Shipbuilding & Ship Repair
Trucker
$41.91
7T
4B
King
Shipbuilding & Ship Repair
Warehouse
$41.94
7T
4B
King
Shipbuilding & Ship Repair
Welder/Burner
$42.05
7T
4B
King
Sign Makers & Installers
Sign Installer
$22.92
1
(Electrical)
King
Sign Makers & Installers
Sign Maker
$21.36
1
(Electrical)
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
11/28/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 17 of 1 8
King
Sign Makers Et Installers (Non-
(Sign Installer
$ 27.281 I
1
Electrical)
King
Sign Makers Et Installers (Non-
Sign Maker
533.25
1
Electrical)
King
Soft Floor Layers
Journey Level
$47.61
5A
3D
;King
Solar Controls For Windows
Journey Level
$12.44
1
King
Sprinkler Fitters (Fire
Journey Level
$74.49
5C
1X
Protection)
King
Stage Rigging Mechanics (Non
Journey Level
$13.23
1
Structural)
King
Stone Masons
Journey Level
$55.82
5A
1M
King
Street And Parking Lot
Journey Level
$19.09
1
Sweeper Workers
King
Surveyors
Assistant Construction Site
Surveyor
$59.49
7A
3C
8P
King
Surveyors
Chainman
$58.93
7A
3C
8P
King
Surveyors
Construction Site Surveyor
$60.49'
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
28
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
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
536.09
5A
2B
Outside
'King
Terrazzo Workers
Journey Level
$51.36
5A
1M
King
Tile Setters
Journey Level
$51.36
5A
1M
King
Tile, Marble Et Terrazzo
Finisher
$42.19
5A
1B
Finishers
King
Traffic Control Stripers
Journey Level
$44.93
7A
1K
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
1/8/2018
Page 18 of 18
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 Et 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
iKing
Well Drillers a Irrigation Pump
Irrigation Pump Installer
$17.71
1
Installers
King
Well Drillers a Irrigation Pump
Oiler
$12.97
1
Installers
King
Well Drillers Et Irrigation Pump
Well Driller
$18.00
1
Installers
https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 1/8/2018
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1